Download as pdf or txt
Download as pdf or txt
You are on page 1of 246

File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No.

3424085)
1405008/2023/O/o CPM/ADI

APPOINTMENT OF AGENCY

t
en
for

PROVIDING PROJECT MANAGEMENT CONSULTANCY

m
SERVICES
for

ay
Redevelopment project of Ahmedabad Railway
Station and construction of associated

tP
infrastructure

ou
ith
w

Corrigendum & Addendum in EPC Tender


Documents.
ng
di
id
rB

Rail Land Development Authority


fo

(A statutory Authority under Ministry of Railways, Govt. of


India)
UNIT NO. 702-B, KONNECTUS TOWER 2, DMRC
ot

BUILDING, AJMERI GATE, NEW DELHI-


110002
N

March 2023

1
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
File
FileNo.
No.RLDA/2022/Project/Station/Re-Dev./NDLS/EPC/2795
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(ComputerNo.
No.3424085)
3408952)
1297655/2022/O/o Member
1405008/2023/O/o CPM/ADIProject
RAIL LAND DEVELOPMENT
AUTHORITY
(A Statutory Authority under Ministry of Railways, Government of India)Unit
No. 702-B, 7th Floor Konnectus Tower-II, DMRC Building,
Bhavbhuti Marg, Delhi - 110002

CORRIGENDUM No.03 dated 04.11.2022

“RFP Notice No.: RLDA/RFP/CD-69/SRD-15 of 2022 Dated 07.10.2022”

Rail Land Development Authority invites proposals through e-tendering single stage two packet bidding system

t
fromInterested Eligible Bidders as per the conditions of Bid Document for “Re-development of Ahmedabad

en
Railway Station and construction of associated infrastructure on Engineering Procurement & Construction
(EPC) Mode” as per following details:

m
Clause No. of Volume-1: Existing Provision Amended Provision
Request for Proposal
2.1.14.1

ay
“Any entity which has
To be replaced by –
been barred by the Central
Government or State “Any entity which has been

tP
Government or any barred by Central Government
entity controlled by it, or any entity controlled by it
from participating in any from participating in any
project, and the bar subsists as
project, and the bar
subsists as on the date of
Bid, would not be eligible
ou on the date of Bid, that entity
would not be eligible to submit a
Bid”
ith
to submit a Bid”
2.1.14.2
“A Bidder including its
To be replaced by –
w

Associate (if its credentials


are used for fulfilling the “A Bidder including its
eligibility criteria) should, Associate (if its credentials are
g

in the last 3 (three) used for fulfilling the eligibility


in

years,have neither failed to criteria) should, in the last 3


perform on any contract, as (three) years, have neither failed
to perform on any contract, as
dd

evidenced by imposition of
evidenced by imposition of a
a penalty or damages by a penalty or damages by a judicial
judicial authority or a authority or a judicial
Bi

judicial pronouncement pronouncement against the


against the Bidder and/or Bidder and/or i t s Associate, as
i t s Associate, as the case the case may be, nor should have
r

may be, nor has been been expelled from any project
fo

or contract by Central
expelled from any project Government or any entity
or contract by any public controlled by it, nor have had
entity nor have had any any contract terminated by
ot

contract terminated by any Central Government or any


public entity for breach by entity controlled by it, for
N

such Bidder, member or its breach by such Bidder, member


or its Associate”
Associate”

Appendix I A-13
“I/We further certify that no
To be replaced by –
investigation by a regulatory
authority is pending either “Deleted”
against us or against our
1
2
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
04/11/202209:37
02:50pm
pm
File
FileNo.
No.RLDA/2022/Project/Station/Re-Dev./NDLS/EPC/2795
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(ComputerNo.
No.3424085)
3408952)
1297655/2022/O/o Member
1405008/2023/O/o CPM/ADIProject CEO or any of our Directors/
Managers/ Employees”
Section -3- To be replaced by –
3.1.9
“After evaluation of “ After evaluation of Technical Bids, the
Technical Bids, the Authority will notify the technically
Authority will notify the responsive (Technically eligible)
Bidders whose Financial Bids shall be
technically responsive
opened. The Authority shall notify other
Bidders whose Financial Bidders that they have not been
Bids shall be opened. The technically responsive. The Authority

t
Authority shall notify other will not entertain any query or

en
Bidders that they have not clarification from Bidders who fail to
qualify ”
In respect of RFP for “Grant
been technically
of Leaseresponsive.
of 6.86 Acre Railway Land, Pocket-F in Vibhuti
The Authority will not

m
Khand, Gomti Nagar, Lucknow, for Residential Development on 99 years Lease
entertain any query or
Terms”.
clarification from Bidders

ay
Part-III (ITB), Part-IV (SCLA),
who fail to Part-V
qualify” (Schedule & Specifications) have
been uploaded.
Section -2- New Clause-
Does not exist.

tP
2.11.1.1 (vii) “ Self Assessment of technical and
New clause to be added financial eligibility may be submitted
indicating Serial No. of uploaded
documents in support of the claim”
Notes:
ou
(1) Bidders have to download the Bid documents from the e-procurement portal i.e.www.tenderwizard.in/RLDA
ith
after registering themselves on portal and after payment of Tender Processing Fee & Bid Document Fee before
last date & time of downloading the e-bids online.
w

(2) All Bidders are advised to see Amendments to RFP, if any, before submission of the e-bids. In case the bidder
does not submit the amended bids/amendments, it will be presumed that bidder has seen the amendments/
Amended bids and e- bid will be evaluated accordingly. The decision of RLDA shall be final and binding.
g
in

(3) Any correction slip consisting of Corrigendum/Addendum to this RFP Notice, if any, would appear only on
above mentioned websites and will not be published in newspapers.
dd
Bi

DGM/Tender

Digitally signed by HANSRAJ SHARMA


r

HANSRAJ DN: cn=HANSRAJ SHARMA, c=IN,


o=SOUTH EAST CENTRAL RAILWAY,
fo

ou=BILASPUR,
SHARMA email=hansrajbspce@gmail.com
Date: 04/November/2022
ot
N

2
3
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
04/11/202209:37
02:50pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1302618/2022/O/o Member
1405008/2023/O/o CPM/ADIProject

ADDENDUM No.02 dated 11.11.2022

t
“RFP Notice No.: RLDA/RFP/CD-69/SRD-15 of 2022 Dated 07.10.2022”

en
Rail Land Development Authority invites proposals through e-tendering single stage two
packet bidding system from Interested Eligible Bidders as per the conditions of Bid Document

m
for “Re-development of Ahmedabad Railway Station and construction of associated
infrastructure on Engineering procurement & Construction (EPC) Mode” as per following

ay
details:

tP
Reference Existing Provision Amended Provision / Added Provision

Nil NIL
ouFew CAD drawings of the project are
available as an additional information to
the Bidders at the link below :-
ith
https://drive.google.com/drive/folders/1t-
-
w

pztMHFMv510zDQL9RogO6gFjOGrfW

Notes:
ng

a) The link given above will


be valid upto 7 Dec 2022
di

b) The CAD drawings are


provided as an additional
id

information only. For


tender purposes, the tender
rB

documents and PDF


drawings provided as
Schedule … shall only be
applicable and considered.
fo

c) Queries based on or related


ot

to CAD drawings shall not


be entertained and no
N

claims of any loss due to


differences in these
drawings with the tender
drawings shall be
admissible.

1
4
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
28/11/202209:37
12:03pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1302618/2022/O/o Member
1405008/2023/O/o CPM/ADIProject

Notes:
1. Bidders have to download the Bid documents from the e-procurement portal
i.e.www.tenderwizard.in/RLDA after registering themselves on portal and after

t
payment of Tender Processing Fee & Bid Document Fee before last date & time of

en
downloading the e-bids online
2. All Bidders are advised to see Amendments to RFP, if any, before submission of the e-

m
bids. In case the bidder does not submit the amended bids/amendments, it will be
presumed that bidder has seen the amendments/ Amended bids and e- bid will be

ay
evaluated accordingly. The decision of RLDA shall be final and binding
3. Any correction slip consisting of Corrigendum/Addendum to this RFP Notice, if any,
would appear only on above mentioned websites and will not be published in

tP
newspapers

ou DGM/Tender
ith
w
ng
di
id
rB
fo
ot
N

Heman
Digitally signed by Hemant
Kumar
DN: cn=Hemant Kumar, o, ou,
email=amtender@rlda.railnet.

t Kumar
gov.in, c=US
Date: 2022.11.28 15:10:41
+05'30'
2
5
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
28/11/202209:37
12:03pm
pm
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI

RAIL LAND DEVELOPMENT AUTHORITY


(A Statutory Authority under Ministry of Railways, Government of India)
Unit No. 702-B, 7th Floor Konnectus Tower-II, DMRC Building,
Bhavbhuti Marg, Delhi - 110002

t
Addendum No. 03-11 dated. 18.12.2022

en
“RFP Notice No.: RLDA/RFP/CD-69/SRD-15 of 2022 Dated 07.10.2022”

Rail Land Development Authority invites proposals through e-tendering single stage two packet bidding system from

m
Interested Eligible Bidders as per the conditions of Bid Document for “Re-development of Ahmedabad Railway Station
and construction of associated infrastructure on Engineering Procurement & Construction (EPC) Mode”.

ay
These Addenda are to be read in conjunction with the reply of queries of First Pre-Bid
Conference which was already uploaded on tender wizard portal

tP
Corrigendum Existing Amended Context/Clause
Number Context/Clause
Addendum 3 A) Code- F36

SCHEDULE– E
Tender Drawings and
LVL.HVAC layout
ou
Drawing Name- CONCOURSE FLOOR PLAN AT (+10.5 M)

Drawing Number -RLDA-P.017746-T-20301-MEP 135


ith
Other Guidance

B) Code- F37
w

Drawing Name- MEZZANNINE FLOOR PLAN AT (+18.0M)


LEVEL-HVAC LAYOUT
Drawing Number - RLDA-P.017746-T-20301-MEP 136
g

C) Code- F38
in

Drawing Name- MMTH OFFICE BLOCK TYPICAL FLOOR


LEVEL -HVAC LAYOUT
dd

Drawing Number - RLDA-P.017746-T-20301-MEP 137

Schedule B
Bi

Floor wise Load of Ahmedabad railway Station


(Annexure 1)

Addendum 4 Refer Addendum 2


r

Addendum 5 Drawing Number -RLDA-P.017746-T-20301-MP 13


fo

Addendum 6 Code- A6(1)


SCHEDULE– E Drawing Name- PROPOSED RELOCATION
Tender Drawings and AREA/Relocation Plan/porta cabin
ot

Other Guidance
Drawing Number -RLDA-P.017746-T-20301-MP 12
Addendum 7 Refer Addendum 6
N

SCHEDULE– E
Tender Drawings and
Other Guidance
Addendum 8 Refer Addendum 6
SCHEDULE– E
Tender Drawings and
Other Guidance

6
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI

Addendum 9 https://drive.google.com/drive/folders/1budizhmkGKTphNsVMc
HuJqAooYopxQvi?usp=sharing

Addendum 10 Code- B13


Drawing Name/Number- RLDA-P.017746-T-20301-AR 109-
South PARCEL SUBWAY CONNECTION (SHEET 1 OF 2)

Code- B14

t
Drawing Name/Number- RLDA-P.017746-T-20301-AR 109-

en
South PARCEL SUBWAY CONNECTION (SHEET 2 OF 2)

Addendum 11 Appendix 13 Of Schedule DA

m
“Specification of specifications for Water Cooled Centrifugal
Chillers, Cooling Towers & Pumps” (Annexure 2)

ay
Notes:

tP
1. There may be minor variation in referring to clause numbers and insignificant alterations in the clauses in
addition to the mentioned clauses in the list. It is advised to study the document in detail to ascertain various
aspects and provisions of the tender document.
2. Bidders have to download the Bid documents from the e-procurement portal i.e. www.tenderwizard.in/RLDA

date & time of downloading the e-bids online. ou


after registering themselves on portal and after payment of Tender Processing Fee & Bid Document Fee before last

3. All Bidders are advised to see Amendments to RFP, if any, before submission of the e-bids. In case the bidder
ith
does not submit the amended bids/amendments, it will be presumed that bidder has seen the amendments/
Amended bids and e-bid will be evaluated accordingly. The decision of RLDA shall be final and binding.
4. Any Corrigendum/Addendum to this RFP Notice, if any, would appear only on above mentioned websites and
will not be published in newspapers.
w
g

DGM/Tender
in
dd
r Bi
fo
ot
N

7
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI

Annexure 1

Floor wise Load – Ahmedabad Railway Station

RLDA‐134
S No. AREA NAME UNIT TYPE TR CFM Nos. Total Tr

t
1 VIP LOUNGE CS‐ 20 8000 2 40

en
AHU(VRV)
2 Cloak Room CS‐AHU 20 8000 2 40
3 TICKETING OFFICE CS‐AHU 12 5000 2 24
CS‐AHU

m
4 DEPARTURE HALL 12 5000 14 168
5 PASSENGER INFORAMATION CS‐AHU 20 8000 1 20
6 SECURITY SUPPORT OFFICE CS‐AHU 15 6000 1 15

ay
7 Waiting Space Area CS‐AHU 20 8000 10 200
8 RETAIL CS‐AHU 12 5000 1 12
9 RETAIL CS‐AHU 12 5000 1 12

tP
10 RETAIL CS‐AHU 12 5000 1 12
11 RETAIL CS‐AHU 12 5000 1 12
12 RETAIL CS‐AHU 20 8000 3 60
CS‐AHU
13
14
15
16
RETAIL
RETAIL
RETAIL
RETAIL
CS‐AHU
CS‐AHU
CS‐AHU
7.5
7.5
7.5
7.5
ou
3500
3500
3500
3500
1
1
1
1
7.5
7.5
7.5
7.5
ith
17 RETAIL CS‐AHU 7.5 3500 1 7.5
18 RETAIL CS‐AHU 7.5 3500 1 7.5
19 RETAIL CS‐AHU 7.5 3500 1 7.5
w

20 RETAIL CS‐AHU 7.5 3500 1 7.5


21 RETAIL CS‐AHU 7.5 3500 1 7.5
22 RETAIL CS‐AHU 4.5 2000 1 4.5
g

23 RETAIL CS‐AHU 4.0 1600 1 4


CS‐AHU
in

24 RETAIL 4.5 2000 1 4.5


25 RETAIL CS‐AHU 4.5 2000 1 4.5
26 RETAIL CS‐AHU 2.5 1000 1 2.5
dd

27 RETAIL CS‐AHU 7.5 3500 1 7.5


28 RETAIL CS‐AHU 7.5 3500 1 7.5
29 RETAIL CS‐AHU 7.5 3500 1 7.5
Bi

30 RETAIL CS‐AHU 7.5 3500 1 7.5


31 RETAIL CS‐AHU 7.5 3500 1 7.5
32 RETAIL CS‐AHU 7.5 3500 2 15
CS‐AHU
r

33 RETAIL 7.5 3500 1 7.5


fo

34 RETAIL CS‐AHU 7.5 3500 1 7.5


35 RETAIL CS‐AHU 7.5 3500 1 7.5
36 RETAIL CS‐AHU 7.5 3500 1 7.5
37 RETAIL CS‐AHU 7.5 3500 1 7.5
ot

38 RETAIL CS‐AHU 7.5 3500 1 7.5


39 RETAIL CS‐AHU 7.5 3500 1 7.5
N

40 RETAIL CS‐AHU 2.5 1000 1 2.5


41 RETAIL CS‐AHU 2.5 1000 1 2.5
42 RETAIL CS‐AHU 2.5 1000 1 2.5
43 RETAIL CS‐AHU 2.5 1000 1 2.5
44 RETAIL CS‐AHU 2.5 1000 1 2.5
45 RETAIL CS‐AHU 2.5 1000 1 2.5
3

8
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI

46 RETAIL CS‐AHU 2.5 1000 1 2.5


47 RETAIL CS‐AHU 2.5 1000 1 2.5
48 RETAIL CS‐AHU 2.5 1000 1 2.5
49 RETAIL CS‐AHU 2.5 1000 1 2.5

t
en
m
ay
tP
ou
ith
w
g
in
dd
r Bi
fo
ot
N

9
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI

Annexure 2

Specifications for Water Cooled Centrifugal Chillers, Cooling Towers & Pumps

t
A. WATER COOLED CENTRIFUGAL CHILLERS

en
GENERAL
Each unit will be completely factory-packaged including compressor, motor, evaporator, condenser &

m
starter complete with power/ control cabling etc by chiller supplier lubrication system, view control
center and all interconnecting unit piping and wiring. Starting or Inrush current for motor shall not

ay
exceed full loads amps of motor. Chillers should be AHRI certified.
The initial charge of refrigerant and oil will be supplied, shipped in containers and cylinders for field
installation or factory charged in the chiller, as per OEM standard. Chiller shall be designed for lowest

tP
possible noise levels. Sound Pressure levels as per AHRI 575 shall not exceed 85 dba at 1 meter distance
under all operating conditions. Chiller shall be provided with all accessories like flow switches, BMS
card, neoprene vibration isolators, mating flanges etc from chiller OEM factory only.

COMPRESSOR ou
The compressor will be single / multi-stage centrifugal type in open type (SPDP) / semi-hermetic
ith
construction. Driven by electric motors the rotor assembly will consist of a heat-treated alloy steel
drive shaft and impeller shaft with cast aluminum, shrouded impeller. The impeller will be designed
for balanced thrust, dynamically balanced and over speed tested for smooth, vibration-free operation.
w

Insert-type journal and thrust bearings will be fabricated of aluminum alloy, precision bored and axially
grooved. Compressor shall be of OEM make only. Third party supplied compressor with assembled
g

chillers are not acceptable.


in

Chiller must unload up to 15% at constant lift conditions without surging, envelop stability control and
hot gas bypass at design and design + 5 condenser inlet temperatures to chillers. Refrigerant shall be R
dd

134A or as per ASHRAE A1 safety of classification. Lubrication system shall be factory fitted and
refrigerant cooled oil cooling system.
Bi

MOTOR DRIVELINE
The compressor motor shall be 3 Phase squirrel cage induction type as required, protected against
r

damage by means of built in protection devices. The motor shall be rigidly coupled to the compressor
fo

to provide factory alignment of motor and compressor shafts. For LT chillers motors shall be suitable
to operate at 415/3/50 Supply, whereas for HT chiller power source shall be 11000/3/50. All motors
should be suitable to operate with variable frequency drive. For LT chillers, VFD shall be factory fitted
ot

(Unit mounted / Free standing) whereas for HT chillers, VFD shall be as per OEM standard design.
N

LUBRICATION SYSTEM
Lubrication oil shall be force-fed to all compressor bearings, gears, and rotating surfaces by an external
fixed or variable speed oil pump. The oil pump shall vary oil flow to the compressor based on operating
and stand-by conditions, ensuring adequate lubrication at all times. The oil pump shall operate prior to
start-up, during compressor operation and during coast down. An emergency lubrication system shall
5

10
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI

be incorporated in the system to provide lubrication during coast down in- case of power failure.

An oil reservoir, separate from the compressor, shall contain the submersible 2 HP oil pump and a
suitable capacity oil heater, thermostatically controlled to remove refrigerant from the oil. The oil
reservoir shall be designed and stamped in accordance with ASME or NB pressure vessel code. A non-
code reservoir is not acceptable.

Oil shall be filtered by an externally mounted 5micron replaceable cartridge oil filter equipped with

t
service valves. Oil cooling shall be done via a refrigerant cooled oil cooler, with all piping factory

en
installed (No separate arrangement to be done at site). Oil side of the oil cooler shall be provided with
service valves. An automatic oil return system to recover any oil that may have migrated to the
evaporator shall be provided. Oil piping shall be completely factory installed and tested

m
ay
EVAPORTAOR AND CONDENSER
Evaporator and Condenser will be of the shell and tube, flooded type designed for working pressure as

tP
per ASME /GB/NB on the refrigerant side and tested against leaks with a pressure of not less than
1.25 times of working pressure. Shell will be fabricated from rolled carbon steel plate with fusion
welded seams; have carbon steel tube sheets, drilled and reamed to accommodate the tubes; and
ou
intermediate tube supports spaced no more than four feet apart. The refrigerant side will be designed,
tested and stamped in accordance with ASME/NB/GB Pressure Vessel Code. Tubes shall be high-
efficiency, internally and externally enhanced type having plain copper lands at all intermediate tube
ith
supports to provide maximum tube wall thickness at the support area. Each tube will be roller expanded
into the tube sheets providing a leak-proof seal, and be individually replaceable. Water velocity through
the tubes will not exceed 10 fps. The evaporator will have a refrigerant relief device sized to meet the
w

requirements of ASHRAE 15 Safety Code for Mechanical Refrigeration. The chiller shall be insulated
with 19 mm thick factory installed elastomeric insulation with vapor barrier. The insulation shall be
g

applied in such a manner that water boxes and covers can be removed without damaging it. Pressure
drop on water side shall not exceed, 10 m (ten meters) WC.
in

The main contractor has to verify and get approved pressure rating for chiller by engineer in charge
for PN-10 / PN-20 (As per actual site requirement)
dd

REFRIGERANT FLOW CONTROL


Bi

Refrigerant flow to the evaporator will be controlled by a variable orifice / thermostatic expansion
valve for improving unloading capabilities. Fixed orifice plates design are not acceptable as it does
not provide good part load and low temperature controls.
r
fo

PERFORMANCE TEST AT FACTORY


At least one chiller shall be tested on AHRI certified test bed (test bed capacity >= chiller capacity) at
ot

100%, 75%, 50% and 25% load to establish stable operation at constant entry condenser water
temperature at the manufacturer’s works and shall be witnessed by client / engineer in charge and
N

consultant’s representatives at factory. chiller shall be tested for sound levels as per AHRI 575 at 100
% and 50% load. Sound levels shall not exceed 85 dba at 1 meter distance.

11
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI

B. VARIABLE SPEED SECONDARY CHILLED WATER PUMPING SYSTEM

1.0 SCOPE
The scope of this section comprise the supply, erection, testing and commissioningof variable

t
speed secondary chilled water pumping system conforming to these specifications as per

en
Equipment Schedule.

m
2.0 SYSTEM SHALL CONSIST OF THE FOLLOWING:
2.1 Secondary pumps of type and capacity as specified in Equipment Schedule. Thepump

ay
shall be vertical inline/end section or horizontal split casing.
2.2 Programmable logic pump controller.

tP
2.3 Adjustable frequency drives with manual by pass.
2.4 Remote sensor / transmitter.
2.5
2.6
ou
Other items as required to properly execute the sequence of operation.
Sequence of operation.
ith
2.7 THE MOTORS SHALL BE IE3
w

3.0 SECONDARY PUMPS


g

3.1 The capacity of secondary chilled water pumps shall be in accordance with Equipment
Schedule and Schedule of Quantities.
in

3.2 The pumps shall be of split casing/vertical Inline type. Pump casing shall be close- grained cast
dd

iron of heavy section, vertically or horizontally split, making possible complete servicing of
rotating parts without breaking piping or motor connections. Motor to pump connection shall
be of the smooth entry to impeller and increased efficiency. Impeller shall be bronze or brass,
Bi

single/double suction, enclose type, hydraulically balanced and passages smooth-finished for
minimum friction and maximum efficiency. Shaft shall be stainless steel, protected by gunmetal
sleeves extending through stuffing boxes. Pumps shall be fitted with an air valve, two grease
lubricators, drain plug and water seal connections. Mechanical seals shall be provided with all
r

pumps. Mechanical seal Replacement shall be done externally without need to remove
fo

pump/motor from the assembly.

3.3 Pump motor shall be energy efficient, totally enclosed, fan-cooled, class-F insulation and
ot

suitable for operation on AFD. Motor shall be specially designed for quiet operation and its
speed shall not exceed 1440 rpm. The motor rating shall be such asto ensure non overloading
of the motor throughout its capacity range. Motor shall be suitable for 415 + 10% volts, 3 phase,
N

50 cycles AC, power supply.

3.4 In case of horizontal split case pumps, pump base shall be of size suitable for the pump, motor
and shaft and shall be constructed of cast iron or welded steel. Flexible coupling shall be
protected by a guard mounted on the common base.

12
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI

3.5 The pump, if horizontal split casing, shall be installed on a concrete foundation. In case of
vertical inline pumps, the pumps shall be installed on a simple pipe support with no
requirement of base-support/foundation as shown in Approved-for- Construction shop
drawings.

3.6 Each pump shall be provided with certified performance curves showing power absorbed and
corresponding flow rates by varying the speed. The tests shall be doneat factory and may be
witnessed by Consultant/Owner.

t
3.7 Split casing pumps, prior to testing shall be aligned with a dial indicator within 0.05mm.

en
Monobloc pumps shall be factory aligned with motor on common base.
3.8 Pump performance curves and power consumption with operating points clearly indicated

m
shall be submitted and verified at the time of testing and commissioning ofthe installation.
3.9 Pump performance shall be computed from the pump curves provided by

ay
manufacturer. All pumps shall be tested at factory as per relevant codes.
3.10 Pump performance shall be computed from the pump curves provided by
manufacturer. All pumps shall be tested at factory as per relevant codes.

tP
4.0
4.1
PUMP LOGIC CONTROLLER
ou
The pump logic controller assembly shall be listed by and bear the label of Underwriter’s
Laboratory INC. (UL). The controller shall meet Part 15 of FCC regulations pertaining to
ith
class A computing devices. The controller shall specificallydesigned for variable speed
pumping application. Pump logic controller shall be suitably interfaced with on Adjustable
Frequency Drive housed within same enclosure.
w

4.2 The controller shall function to a proven program that safeguard against hydraulic
conditions including:
g

4.2.1 Pump flow surges


in

4.2.2 Hunting
dd

4.2.3 End of curve


4.2.4 System over pressure
Bi

4.0 The pump logic controller shall be capable of receiving up to five remote process variable
signals. It shall then select the analogue signal that has deviated the greatest amount from its
set point. This selected signal shall be used as the command feedback input for a hydraulic
r
fo

stabilization function to minimize hunting. Each input signal shall be capable of maintaining a
different set point value. Controller shall be capable of controlling up to two pumps in parallel.
ot

4.1 The pump logic controller shall have an additional analogue input for a flow sensor. This input
shall serve as the criteria for the end of curve protection algorithm.
N

4.2 The hydraulic stabilization program shall utilize a proportional-integral-derivative control


function. The proportional, integral and derivative values shall be user adjustable over an
infinite range.

13
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI

4.3 The pump logic controller shall be self-prompting. All messages shall be displayed in plain
English. The operator interface shall have the following features:
4.3.1 Multi-fault memory and recall last 10 faults and related operational data.

4.3.2 On-screen help function.

4.3.3 LED pilot lights and switches.

t
4.3.4 Soft-touch membrane keypad switches.

en
4.4 The display shall have four lines, with 20 characters on three lines and eight large characters on

m
one line. Actual pump information shall be displayed indicating pumpstatus.
4.4.1 The following communication features shall be provided to the BAS:

ay
4.4.2 Remote system start/stop non-powered digital input.

tP
4.4.3 Failure of any system component. Output closes to indicate alarm condition.
4.4.4 One 4-20 mA output with selectable output of:
1. Frequency
2. Process Variable
3. Output Current
ou
ith
4. Output Power
w

4.5 The following communication features shall be provided to Building automation


System via an RS-485 port utilizing N2 protocol:
g

a. Individual Analog Input.


in

b. Individual Zone Set Points.


c. Individual Pump/AFD on/off status.
dd

d. System percent speed.


e. System operation mode.
Bi

f. Individual KW signals.
g. System flow, when optional flow sensor is provided.
r
fo

5.0 ADJUSTABLE FREQUENCY DRIVE


ot

5.1 The adjustable frequency drive(s) shall be pulse width modulation (PWM) type,
N

microprocessor controlled design.

5.2 The AFD, including all factory installed options, be tested to UL Standard 508. TheAFD
shall also meet C-UL and be CE marked and built to ISO 9001 standards.

5.3 The VFD shall be housed in a NEMA 1 enclosure. AFD’s with plastic enclosures shallnot be
9

14
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI

acceptable.

5.4 The VFD shall employ an advanced sine wave approximation and voltage vector control
to allow operation at rated motor shaft output speed with no derating. Thisvoltage vector
control shall minimize harmonics to the motor to increase motor efficiency and life.
Power factor shall be near unity regardless of speed or load.

5.5 The VFD shall have balanced DC link reactors to minimize power line harmonics.VFD’s

t
en
without a DC link reactor shall provide a 3% impedance line reactor.

5.6 Automatic motor adaptation (AMA) algorithm shall be utilized. This feature shall allowfor
automatically optimized drive performance and efficiency leading to additional energy

m
savings.

ay
5.7 Input and output power circuit switching can be done without interlocks or damage tothe
VFD.

tP
5.8 The following customer modifiable adjustments shall be provided:
a. Accel . time
b. Decel . time
ou
ith
c. Minimum frequency
d. Maximum frequency
w

5.9 The VFD shall be compatible to interface with RS 485 Protocol.


g
in

5.10 An automatic energy optimization selection feature shall be provided. This feature shall
reduce voltages when lightly loaded and provide a 3% to 10% additional energysavings.
dd

5.11 The AFD shall be suitable for elevations to 3300 feet above sea level without derating.
Maximum operating ambient temperature shall not be less than 104 degrees F. AFD
shall be suitable for operation in environments up to 95% non-condensing humidity.
Bi

5.12 The AFD shall be capable of displaying the following information in plain English viaa 40
r

character alphanumeric display:


fo

a. Frequency
b. Voltage
ot

c. Current
d. Kilowatts per hour
N

e. Fault identification
f. Percent torque
g. Percent power
h. RPM
10

15
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI

5.13 All AFDs shall be warranted for a period of 18 months after shipment. This warrantyshall
cover parts and labor.

6.0 SENSOR / TRANSMITTERS

t
Provide field mounted differential pressure sensor transmitter(s) as indicated on the plans.

en
Unit shall transmit an isolated 4-20mA dc signal indicative of process variable to the pump
logic controller via standard two wire 24 DC system. Unit shall have stainless steel wetted
parts with two 0.25” male NPT process connections. It shall beprotected against radio

m
frequency interference and shall have a watertight, NEMA 4 electrical enclosure capable of
withstanding 2000 PSI static pressure with a 0.5” NPTconduit connection. Accuracy shall be

ay
within 0.25% of full span.

tP
7.0 SEQUENCE OF OPERATION

7.0 The system shall consist of a pump logic controller, multiple pump/AFD sets, with

7.1
ou
manual and automatic alternation and pump staging [wherever applicable].
The pumping system shall start upon the closure of customer’s contact when the pump logic
ith
controller Mode of Operation selector switch is in the REMOTE position.
7.2 When the pump logic controller selector switch is in the LOCAL position, and start
command on Logic Controller is given via operator interface, the pumping systemshall
w

operate automatically.
7.3 Sensor / transmitters shall be provided as indicated on the plans.
g

7.4 Each sensor/transmitter shall send a 4-20mA signal to the pump logic controller,
in

indicative of process variable condition.


7.5 The pump logic controller shall compare each signal to the independent,
dd

engineer/user determined set points.


7.6 When all set points are satisfied by the process variable, the pump speed shallremain
constant at the optimum energy consumption level.
Bi

7.7 The pump logic controller shall continuously scan and compare each processvariable
to its individual set point and control to the least satisfied zone.
r

7.8 If the set point cannot be satisfied by the designated lead pump, the pump logic controller
fo

shall initiate a timed sequence of operation to stage a lag pump [whereverapplicable].


7.9 The lag pump shall accelerate resulting in the lead pump(s) decelerating until theyequalize
ot

in speed [wherever applicable].


7.10 Further change in process variable shall cause the pumps to change speed together[wherever
N

applicable].

7.11 When the set point criteria can be safely satisfied with fewer pumps, the pump logic
controller shall initiate a timed destage sequence and continue variable speed operation
[wherever applicable].
11

16
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI

7.12 As the worst case zone deviates from set point, the pump logic controller shall sendthe
appropriate analog signal to the AFD to speed up or slow down the pump/motor.
7.13 In the event of a AFD fault, the pump logic controller automatically initiates a times sequence
of events to start the redundant pump/AFD set in the variable speed mode.The redundant
variable speed system shall be started through the pump logic controller.
7.14 Upon AFD fault(s), the pump controller shall display an alarm condition through aplain
English message.

t
en
7.15 AFD fault indication shall be continuously displayed on the operator interface of the pump
until the fault has been corrected and the controller has been corrected and thecontroller has
been manually reset.

m
7.16 In the event of the failure of a zone sensor/transmitter, its process variable signalshall be
removed from the scan/compare program. Alternative zone sensor/transmitters, if

ay
available, shall remain in the scan/compare program for control.
7.17 Upon sensor failure a plain English warning message shall be displayed on theoperator

tP
interface of the pump logic controller.
7.18 In the event of failure to receive all zone process variable signals, a user selectablenumber
of AFDs shall maintain a user adjustable speed, reset shall be automatic upon correction of
the zone failure.

8.0 QUALITY ASSURANCE


ou
ith
1. The pumping package shall be assembled by the pump manufacturer. An assemblerof
pumping systems not actively engaged in the design and construction of centrifugal pumps
shall not be considered a pump manufacturer. The manufacturer shall assume “Unit
w

responsibility” for the complete pumping package. Unit responsibility for interface and
successful operation of all system components supplied by the pumping system
g

manufacturer.
in

2. The manufacturer shall have a minimum of 5 years’ experience in the design and
construction of variable speed pumping systems.
dd

3. All functions of the variable speed pump control system shall be tested at the factory prior to
shipment. This test shall be conducted with motors connected to AFD outputand it shall test
all inputs and program execution specific to this application.
Bi

4. The manufacturer shall be fully certified by the International Standards Organization as per
ISO 9001. Proof of this certification shall be furnished at time of submittal.
r

5. Manufacturer shall be listed by Underwriter’s Laboratories as manufacturer of


fo

packaged pumping systems.


6. Tenderer shall comply with all sections of this specification relating to variable speed pumping
systems. Any deviations from this specifications shall be clearly defined in writing at time of
ot

bid. If no exceptions are taken at time of bid, the supplied shall be bound by these specifications.
N

9.0 PAINTING
All variable pumping system, pumps, motors and bases shall be supplied with approvedfinish.
Shop coat of paint that have become marred during shipment or erection shall becleaned off with

12

17
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI

mineral spirits, wire brushed and spot primed over the affected areas, then coated with enamel
paint to match the adjoining areas.

10.0 AFTER SALE SERVICE


The bidder shall clearly define the facilities and the set up for providing after sales servicewith
availability of spares with them so as to maintain the system efficiently.

t
en
C. CENTRIFUGAL PUMPS

m
1.0 SCOPE:
1.1 Scope of this section comprises the supply, erection, testing and commissioning of Water

ay
Pumps conforming to these specifications and in accordance with the requirements given in
Schedule of Quantities.

tP
2.0 CAPACITY:
2.1 All pumps shall be of capacity and size in accordance with the requirements indicated in the
drawing for Schedule of Quantities. The equipment shall be capable of developing the required
ou
total head at rated capacity. The pump shall be suitable for parallel operation & should not
overload in single pump operation. The pump shalloperate smoothly without undue noise &
vibrations. The magnitude of peak vibration at test shop shall be limited to 75 microns at bearing
ith
housing. After installation at site the magnitude of vibration shall not exceed 50 microns.
The main contractor has to verify and get approved pressure rating for pumps by engineer in
w

charge / consultants for PN-10 / PN-20 (As per actual site requirement)
g

2.2 MATERIALS:
in

Construction of split casing pumps shall be as per BIS:1520 & of end suction pumps shall be
as per BIS: 28858 (latest revisions) unless specified specifically in Schedule of Quantities.
dd

Sl. Type Split Casing Mono Block


No.
Bi

1. Duty Above 10 HP Upto 10 HP


r

2. Impeller Bronze / SS Bronze / SS


fo

3. Shaft High Tensile Steel/ SS-410 High Tensile Steel/ SS-410


ot

4. Bearings Heavy Duty Ball/Roller Heavy Duty Ball/ Roller


N

Bearings Bearings

13

18
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI

5. Pump & Close grained Cast Iron Close grained Cast Iron
Motor
Casting
6. Seal Mechanical seal – Factory Mechanical seal – Factory
fitted Fitted
7. Base Welded Steel Cast Iron

t
en
8. Flanges Standard Companion Standard Companion
9. Speed Max 1500 RPM 2900 RPM
10. Motor TEFC, 415+10 % volts TEFC, 415+ 10% volts

m
ay
3.0 TYPE:

tP
3.1 SPLIT CASING PUMPS:
3.1.1 Pump shall be selected for the rated conditions indicated. Efficiency of selected pump shall be

3.1.2
ou
high. Peak efficiency shall be obtained at the rated conditions.

Pump shall be vertically split casing end suction type, making possible complete servicing of
ith
rotating parts without disconnecting piping & motor connections. Suction passages shall be of
volute form providing smooth entry to impeller & increased efficiency.

3.1.3
w

Impellers shall be bronze double suction enclosed type, statically and dynamically balanced.
Before assembling at works, Impeller shall be securely keyed to the shaft. Impeller fastening
nuts (if provided) shall be of cap type & shall tighten in direction of normal rotation for end
suction – double shrouded single entry of radial flow.
g
in

3.1.4 Wearing rings shall be of replaceable type. These shall be held in place by screwing against
rotation, press fit & locked with pins, flanged & screwed.
dd

3.1.5 Shaft shall be made of steel protected by gunmetal sleeves. Shaft shall be finished to close
tolerances for the impeller, coupling & bearing diameters. The impeller, pulley & shaft sleeves
shall be firmly secured to the shaft by key/lock nut.
Bi

The shaft size shall be calculated on the maximum combined shear stress. Thisshear stress
shall not exceed 30% of the elastic limit in tension or 18% of ultimate tensile strength,
r

whichever is lower.
fo

Shaft shall be equipped with gunmetal Mechanical sleeves securely locked or keyed to the shaft.
Rotating shaft & sleeve shall be machined and assembled for concentric rotation.
ot

3.2 BEARINGS:
N

3.2.1 Bearings may be ball, roller or sleeve type designed to take radial & axial loads. Oil level
indicators shall be provided in oil baths of large pumps.

3.2.2 Where there is a possibility of liquid entering the bearings, water deflectors or any other suitable
accessory shall be provided.

14

19
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI

3.2.3 Bearings shall be easily approachable without disturbing the shaft alignment.

3.3 COUPLING:
3.3.1 Pumps shall be supplied with spacer type (Love – Joy) coupling to allow dismantling without
disturbing pump & motor positions. Coupling guard shall be provided of 20SWG mild steel

t
sheet firmly bolted to common base.

en
3.4 MONOBLOC PUMPS:
3.4.1 Pump shall be monobloc, end suction design with motor either mounted on common shaft with

m
flanged end casing or connected with direct coupling.

ay
4.0 ACCESSORIES AND FITTINGS:
4.1 The following accessories shall be provided where required with each pump besidesother

tP
standard accessories:
a) Suction and discharge shut off valve, check valve as specified in schedule ofquantities.
b) Suction and discharge pressure gauges not less than 150mm diameter and of theappropriate
ou
rating with gun metal gate valves etc. in schedule of quantities.
c) 25mm GI drain pipe with funnel. Drain piping for chilled water pump shall be
ith
insulated with same insulation material as specified for piping.
w

5.0 MOTOR:
5.1 Motor ratings shown are only tentative and bidders shall select their drives atmaximum BHP
g

of the pumps.
in

5.2 THE MOTOR SHALL BE IE3.


dd

6.0 STARTER:
Bi

6.1 The pump motors upto 7.5 HP shall be provided with DOL starter and 10 HP shallhave
start delta starter.
6.2 All pump motors above 10 HP shall be VFD and the system shall be calibrated byvendors
r
fo

for the design conditions.


ot

7.0 INSTALLATION:
7.1 Pump shall be installed as per manufacturer’s recommendations. Split casing pump sets shall
N

be aligned with motor by competent persons and checked with dial gaugeof proper accuracy.
Coupling shall be ‘Love- Joy” type to enable disconnectionwithout shifting of motor & pump.
It would be preferable to procure pump, motor, steel base & coupling guard from same vendor.
The concrete base shall be isolated from main floor with double layer ribbed rubber pads &
sand covered with 20SWG GSS.
15

20
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI

8.0 TESTING:
8.1 Vendor shall submit the performance curves of the pumps supplied by him. He shall also check
the capacity and total head requirements of each pump to match the piping and equipment
layout.

t
8.2 On completion of the entire installation, pump shall be tested. Test results shall correspond to

en
the performance curves.

m
9.0 PAINTING:
9.1 After complete installation and testing, original paint of the pump shall be retouched by spray

ay
painting and accessories, fittings and base frame shall be given two coats ofsynthetic enamel
paint of approved colour as specified under sub-section “Painting”.

tP
D. WATER SCALE PREVENTER

1.0
1.1
GENERAL ou
The General items of the water scale preventer for the air-conditioning system shallcomply
ith
with the specifications as given under:
w

2.0 ON-LINE WATER SCALE PREVENTOR


2.1 Scale Preventer shall prevent the formation of hard scale in cooling circuits of Air
g

conditioning equipment.
in

2.2 Scale Preventer shall be a non-chemical on-line type without requiring anychemicals.
2.3 Scale preventer shall work with a combination of adsorption, turbulence and galvanicaction.
dd

2.4 The inner core of Scale Preventer shall be able to convert the hardness salts intocolloidal
particles.
Bi

2.5 The outer casing must be of stainless steel.


2.6 Scale Preventer shall not require any electricity or any other source of energy.
r

2.7 The size of the Scale Preventer offered shall be based on the water quality and waterflow rate.
fo

2.8 Scale Preventer shall be installed in the condenser water circuit as specified inSchedule of
Equipment and Schedule of Quantities.
ot

2.9 Scale Preventer life shall be above 15 years.


N

16

21
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI

E. COMBINED AIR & DIRT SEPARATOR


1.0. Construction
1.1. The Air and Dirt separator shall be of a solid and robust construction (Mild steel).

t
1.2. It shall be able to remove free air and micro bubbles as well as remove solid

en
particles upto 10 microns and less from water.

1.3. Removal of Air via Centrifugal Force shall not be acceptable. The unit shall be able tocondition

m
the water to make it highly absorptive at all points in the system, which shallensure that micro
bubbles can no longer exist at any point in the system.

ay
1.4. All connections, fittings and heads shall be of carbon Steel.

1.5. The medium used to de-aerate and remove dirt shall be manufactured of steel tube &copper

tP
wire or stainless steel. This medium should be non clogging in nature.

1.6. An automatic air vent of at least 100mm free area to be connected at the top for therelease

1.7.
ou
of the air separated from the water. The Automatic air vent should be guaranteed not to leak
and cannot be closed. The flow should not be obstructed bythe dirt collected.

A Drain valve shall be provided at the bottom to remove the accumulated dirt
ith
without the need of shutting down the operation of the system.

1.8. The Air & Dirt Separator shall be insulated as per specifications of “INSULATIONS”
w

depending upon its location (outdoor or indoor).

1.9. The pressure drop on account of the air and dirt separator shall not exceed thevalues
g

given hereunder :-
in

For Max velocity of 1.5m/s For Max velocity of 3m/s


dd

Connection (DN) of Δ P Max. Flow (kPA) Δ P @ Max. Flow (kPA)


Air& Dirt
Separator
Bi

50 3.0 11.8
65 2.7 11.6
r

80 2.9 12.4
fo

100 3.7 14.6


125 4.2 16.8
ot

150 4.9 19.4


200 5.8 23.1
N

250 6.9 27.7


300 7.7 31.0
350 7.8 31.0

17

22
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI

400 8.4 34.0


450 10.0 39.0
500 11.0 43.0
600 12.0 47.0

t
en
For connections larger than DN 600, the contractor must provide the pressuredrop
calculations in this submittal for approval.

m
F. POT STRAINER

ay
Pot Strainer suitable for PN 20 rating as shown on drawings and included in BOQ/ Schedules

tP
. Strainers shall be provided at inlet of each Air Handling Unit and Pump as shown indrawings
and included in BOQ/Schedules . Pot Strainers body shall be fabricated out of MS plate IS
226. Thickness of sheet shall be as per size of the strainer chamferedpipes with flanges
shall be provided at inlet/outlet connections of the strainer. The tangential entry of water shall
ou
create a centrifugal action and due to velocity shall separate sediments and deposit on the
inner surface of Filter Element and at bottom of the Strainer. Butterfly valves shall be
provided at inlet / outlet connectionsas shown in drawing and included in BOQ/Schedules.
ith
The strainer body shall have two separate chambers properly sealed to avoid mixing of
filtered and unfiltered water. A powerful magnet shall be provided in the body to arrest MS
w

particles. Filter element shall be 4 times higher of Pot Strainer connection size and shall be
of non magnetic 18 gauge SS sheet properly reinforced to avoid damage of the element.A
cone with sufficiently large drain pipe with butterfly valve shall be provided at the bottom
g

chamber to flush-out foreign particles. This arrangement shall avoid frequent opening of Pot
in

Strainer for cleaning of filter element. Gage connection shall be provided at inlet and outlet
connection. A set of MS flanges with tongue and groove arrangement and neoprene rubber
dd

gasket shall be provided on the top cover and Pot Strainer flange with sufficient bolts and
nuts to make the joint water light. Bearing loaded tope cover lifting and swinging arrangement
shall be provided.The Pot strainer body shall be properly de-rusted and epoxy coated
Bi

from inside and outside. Manufacturers Test Certificate shall be provided with each Pot
Strainer.
G. COOLING TOWERS: -SCOPE
r
fo

The scope of this section comprises the supply, erection, testing and commissioningof cooling
towers in accordance with the Drawings and the Schedule of Quantities.
The structural support and foundation shall be designed and constructed based uponcertified
ot

loads and dimensions provided by the cooling tower manufacturer.


N

Submit the following: -


a. Tender Stage

b. Manufacturer's catalogues and equipment details

c. Certified dimension drawings indicating all equipment dimensions, weightmaterials.


18

23
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI

d. Equipment layout details indicating equipment arrangement and plinthdetail.

1. Manufacturing Stage

a. Performance curves which show leaving water temperature from the tower at the
design water temperature range at the design wet bulb.
b. Packaging, transportation and storage notes.

t
en
2. Construction Stage
a. Installation manuals
b. Certificates from CTI

m
c. Operation and maintenance manuals.

ay
QUALITY ASSURANCE
1. Cooling Towers shall be of reputable manufacture and shall have a capacity not less

tP
than that specified. The rated capacity shall be certified by the cooling tower institute
(CTI), or an approved independent cooling tower authority based upon tests
performed on the cooling tower.
2.
ou
The manufacturer's shall supply a written guarantee that the cooling toweroffered for
this project shall be capable of performing the duties required as stated in the schedule
and specification, by submission of exact type technical data for the wet bulb
temperatures anticipated at the project locality.
ith
3. The manufacturer to submit a Guarantee certificate that there shall be no water leakage
from the cooling tower, basin and sump.
4. If the Cooling tower fail to perform after installation, according to the approved
w

performance curves, steps shall be taken to rectify and make good and defects or
inadequacies, at no extra cost to the employers
g

TYPE
in

Cooling Towers shall be Induced draft counter flow type and shall be suitable for outdoor
application and shall match with the Drawings and Schedule of Quantities. These cooling
dd

towers should be designed with special emphasis for minimizing waterloses especially drift loss
and splash losses. The cooling tower shall be induced draft type, with FRP casing in
square/Rectangular/ Octagonal/ circular shape, and with an FRP basin to match the shape of the
Bi

casing.

DESIGN PARAMETERS
r

• Rating: The cooling tower shall be rated for the heat rejection capacity specifiedin the
fo

tender specifications.
• Range: The Cooling tower shall be designed to cool the requisite quantity of water through
5.5°C or as specified in the tender specifications, against the prevailing wet bulb
ot

temperature.
• Wet Bulb approach: The cooling tower shall be selected for a wet bulb approach of not
N

more than 5 °F.


• Outlet temperature: The cold water temperature from the cooling tower shall match or less
than the entering temperature for which the condenser selection is made.
• Flow rate: The water flow rate through the cooling tower shall match that through the
condenser and as per schedules and drawings.

19

24
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI

• Multi cell design: The induced draft cooling tower shall be of one or more cells.

Induced Draft Cooling Tower:


Cooling Towers shall be suitable for outdoor installation, shall be vertical, Induced Draft
counter flow type in fibre-glass reinforcement plastic construction, complete with fan, motor,
surface and spray section, eliminators, steel supports, as called for inSchedule of Quantities.

t
The structural framework of the cooling tower including all members shall be designed for the

en
load encountered during the normal operation of the cooling tower and its maintenance. The
structure shall be rugged and rigid to prevent distortion andshall include tie arrangements as
may be necessary.

m
The air intake shall be from openings all along the circumference of the casing near its base in
case of circular shape. Air Intake shall be along the sides in case ofsquare or octagonal/

ay
rectangular cooling tower. These openings shall be coveredwith hot dip galvanized expanded
metal mesh screens.

tP
a) Capacity:
The capacity type and number of tower cells in the cooling tower shall be detailed in the
schedule and/or as shown on the drawings.

b) Side Casing: ou
This shall be made out of FRP with smooth surface for minimum resistance toairflow.
ith
It shall have sufficient structural strength to withstand high wind velocities andvibration. The
casing shall be installed in the fibre glass-reinforced basin. The tower supporting structure shall
be made out of hot dipped galvanized frame. The tower shall have FRP panels with adequate
w

reinforcement. The FRP Panels shall be approved by Authority Engineer and the Architects on
board the project
g
in

c) Cold Water Basin:


dd

Cold water basin shall be a deep fiberglass reinforced sump with which cooling towersuper structure shall
be supported. The basin shall have a holding capacity adequatefor operation for at least 30 minutes
without addition of make-up water to the basin. The construction should be such as to eliminate the danger
Bi

of drawing air into the pump when operating with minimum water in the basin.
Basin fittings shall include the following:
a. Bottom Outlet.
r

b. Drain at under side of suction side sheet.


fo

c. Overflow fixed to inside of casing side sheet.


d. Ball type automatic make-up water valve.
e. Equalizing connection where required.
ot

d) Distribution System:
N

The water distribution may be either through self-rotating or fixed type sprinklers or through
balancing, sub balancing and spreader troughs (unpressurised system) 'open gravity type with
polypropylene nozzle", ensuring uniform water loading and distribution of water over the fill.
All pipes and fittings shall be of PVC. The sprinklers shall operate from the residual velocity
head at the headers. Due care shall be taken with regard to corrosive effects and maintainability
in the design of the water distribution system.
20

25
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI

a) Fillings:
Fillings shall be made of corrosion proof and rigid film in cross fluted design and arranged in
square / rectangular form, and shall be elevated from the floor of the coldwater basin to facilitate
cleaning and easy replacement. They shall be arranged in such a manner as to ensure negligible
resistance to airflow and to eliminate backwater spots and prevent fouling through scales that

t
en
may form. In order to reduce carry-over losses through entrainment of moisture drops in air
stream, PVC drift eliminators shall be installed. The fills shall be of High efficiency.
b) Mechanical Equipment:

m
Fan shall be made of Cast Aluminium Alloy and the propeller type, lightweight rotor fitted with
multiple aerofoil blades. The entire fan assembly shall be balancedstatically and dynamically.

ay
Fan shall be direct driven motor 415 +/- 10% volts, 3 phase, 50 cycles AC supply, totally-
enclosed, fan-cooled, weather-proof construction,designed and selected to operate in humid air
stream. Fan shall be protected by fan guard and shall be easily accessible for inspection and

tP
maintenance. A service ladder shall also be provided for greater convenience. The mechanical
equipment assembly shall be adequately supported on a rugged steel base welded to tubular
support assuring vibration-free support. All fans shall be direct driven.

ou
The fan drive shall be from a three phase induction motor, either direct or through a spiral gear
work. The entire drive arrangement shall be designed for a minimumnoise and it shall be
ith
rigidly supported to the tower structure.The fan motor shall have efficiency class IE-3.
w

c) Panel Colour
For FRP cooling towers, the contractor shall obtain approval from the Architect/Consultant for
available colors for the casing panels. The cooling tower shall be procured of the colour, strictly
g

in accordance with written approval of Architect/Consultants and should have a striking finish.
in

2.1 ACCESSORIES:
dd

Each cold water basin shall be provided with a deep, non-activating, and outlet sump complete
with a suitable suction strainer having duplicate screen. The strainer shall have handles for easy
removal.
Bi

The cooling tower basin shall be provided with automatic float valve with a stop valve for
continuous make up water flow, quick fill arrangement with stop valve, over-flow and drain
r

connections with stop valves.


fo

Steel ladders shall be provided in such a manner and location as necessary to give safe and
complete access to all parts of tower requiring inspection. Each ladder shall be made of 40mm
x 40mm x 6mm angle iron sides and 16mm straps and shall be bolted to the tower on the top
ot

and bottom. These Ladders shall be painted to functional requirements and should be
aesthetically pleasing
N

Hot dipped galvanized Bird Screen should be fixed on top to prevent any particles from entering
the cooling tower.
All hardware shall be electroplated. All pipe connections shall be hot dip galvanized. All other
technical parameters should conform to FD/ID series cooling towers.

21

26
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI

EXECUTION
Install, test and commission cooling tower as specified in drawings and specificationsin
accordance with manufacturer's instructions.

1. INSTALLATION

a. Cooling towers shall be assembled, rigged and installed in accordance with the

t
manufacturer's recommendations to the satisfaction of the Employer's

en
Representatives / Authority Engineer . The associated auxiliary structural support
shall be supplied.
b. The cooling tower shall be installed on M.S. girders fixed in masonry foundations

m
with cement concrete footing. Second class brick work and cement mortar having
one part cement &six parts sand shall be used for the masonry work. 12mm sand
cement plaster shall be provided over the brickwork.

ay
c. These may be located at a well-ventilated place either at ground level and
contiguous to the plant room, or on the terrace of the building in consultation with
the Architect. In case the cooling towers are located on the terrace of the building,

tP
the structural loading of the terrace shall be considered. For this respective columns
are to be raised by two feet at theterrace. Cooling towers shall be installed in such
a way that their load is transferred directly to the columns for which necessary Mild
steel-I sections shall be provided by the sub-contractor. The cooling towers shall
ou
be rested on Mild Steel-I sections & not on terrace slab. Sufficient free space shall
be left all around for efficient operation of the cooling tower.
d. Cooling tower shall be not less than 75cm above the ground/ floor level unless
ith
otherwise stated in the tender specifications, 6mm neoprene pads shall be placed
between the tower and the girder for vibration isolation whereas directed by the
Engineer-in-charge. Guy-wires of suitable sized shall be used to secure firmly to
w

its base wherever necessary.


e. Precautions shall be exercised throughout the assembly of cooling towers to
minimize objectionable air-borne noise. Vibrations of the cooling towersmust be
g

effectively isolated from the structure of the building.


in

2. SAFETY AND ACCESS


dd

1. The tower shall be designed and equipped to provide comfortable, safe access to
all components requiring routine inspection and maintenance.
Bi

2. An inspection door (internal walkway) shall be provided to gain entry into the
tower to facilitate inspection and easy maintenance. Access ladder shall be
installed on the tower permanently.
r
fo

3. NOISE LEVEL

1. The cooling tower shall be of low operating noise type. Noise level shallnot
ot

exceed 80 dB(A) @ 3 m from source.

4. MISCELLANEOUS
N

1. Supply and install all ancillary including make-up water supply pipe from the
makeup tank, quick fill and bleed-offs facilities.

22

27
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI

2.2 PAINTING
The cooling towers shall be supplied with the manufacturers’ standard finish painting and
should be able to handle the weathering effects and the heat effect

2.3 OPERATION
The operations contractor shall bleed off the cooling tower as and when required to maintain
the cooling tower water hardness less than 500 PPM.

t
en
m
ay
tP
ou
ith
w
g
in
dd
r Bi
fo
ot
N

23

28
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI

t
en
m
ay
tP
ou
ith
w
ng
di
id
rB
fo
ot
N

24

Heman
Digitally signed by Hemant
Kumar
DN: cn=Hemant Kumar, o, ou,
29 email=amtender@rlda.railnet.

t Kumar
gov.in, c=US
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm Date: 2022.12.27 14:41:29
+05'30'
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI
RAIL LAND DEVELOPMENT AUTHORITY
(A Statutory Authority under Ministry of Railways, Government of India)
Unit No. 702-B, 7th Floor Konnectus Tower-II, DMRC Building,
Bhavbhuti Marg, Delhi - 110002

CORRIGENDUM No.05-15 dated. 05.12.2022

t
“RFP Notice No.: RLDA/RFP/CD-69/SRD-15 of 2022 Dated 07.10.2022”

en
Rail Land Development Authority invites proposals through e-tendering single stage two packet bidding system from
Interested Eligible Bidders as per the conditions of Bid Document for “Re-development of Ahmedabad Railway Station and
construction of associated infrastructure on Engineering Procurement & Construction (EPC) Mode” as per following

m
details:

ay
Corrigendum Number Existing Context/Clause Amended Context/Clause
Corrigendum 5 During the foundation work/ other During the foundation work/ other
Schedule B, (Page 37/ Clause building works/ construction of building works/ construction of

tP
1.7) various structures muck or debris various structures muck or debris
generated shall be disposed by the generated shall be disposed by the
contractor outside Railway contractor outside Railway premises at

ou
premises at his own cost. Authority his own cost. Authority may also
may also direct Contractor to cart direct Contractor to cart part / whole of
part / whole of excavated earth to excavated earth to certain location
certain location over Surat, which over AHMEDABAD, which shall also
ith
shall also be carted by contractor at be carted by contractor at his own cost.
his own cost.
Corrigendum 6 Revised Percentages are as follows :-
w
Schedule C Design & Planning = 2 %
(Appendix 1/ Annexure 1) Design & Planning = 0.5 % MMTH = 38.5 %
MMTH = 43 % Station Building = 30.0 %
ng

Station Building = 35.0 % Platforms = 2.0%


Platforms = 2.0% T3 Parcel = 2.0%
T3 Parcel = 2.0% T6 Parcel = 1.0 %
T6 Parcel = 1.0 % Elev Road = 8.0 %
di

Elev Road = 8.0 % MLCP = 6.3 %


MLCP = 1 % External Work = 1.0 %
id

External Work = 1.0 % Escalator = 0.5 %


Escalator = 0.5 % Lift = 0.7%
rB

Lift = 0.7% Utility Shifting = 3.0 %


Utility Shifting = 3.0 % Green Building = 1 %
Green Building = 1 % Integrated Testing & Commissioning
Integrated Testing & = 4.0 %
fo

Commissioning = 4.0 % Total = 100 %


Total = 100 %
Corrigendum 7 There may be certain Project There may be certain Project activities
EPC Volume II (Clause activities such as building plinth such as building plinth area, elevated
ot

13.4.4) area, elevated access road deck access road deck area, number of
area, number of lifts/escalators, etc. lifts/escalators, etc. that may vary
N

that may vary slightly as per the slightly as per the finally developed
finally developed and approved and approved designs and drawings for
designs and drawings for Project Project execution over the
execution over the quantities/numbers mentioned under
quantities/numbers mentioned relevant clause for scope
under relevant clause for scope definition/Drawing for the concerned
definition/Drawing for the item. For such Project activities, unit
30
concerned item. For such Project rates of specific items have been
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI activities, unit rates have been mentioned under Schedule of
mentioned under Schedule of Payments at Schedule C. For the
Payments at Schedule C. For any calculation of Unit Rates of Variation
variations in the indicated quantity Quantities : –
in the Bid documents and the For any variations in the indicated
finally executed quantity in the quantity in the Bid documents and the
field as per the approved designs finally executed quantity in the field as
and drawings for any such item, per the approved detailed designs and
the payment shall be suitably detailed drawings for any such item,

t
increased/decreased as per the the payment shall be suitably

en
prescribed unit rates therein. The increased/decreased as per the
Contractor shall however note that prescribed unit rates therein. For items
no additional payment for not covered in the list of specific
execution of increased quantities items, unit rates shall be approved by

m
under this clause shall be Authority based on EPC Contractor’s
admissible, unless prior approval request. Contractor shall however note

ay
of the Authority has been that no additional payment for
conveyed to the Contractor by the execution of increased quantities under
Authority Engineer. this clause shall be admissible, unless
prior approval of the Authority has

tP
been conveyed to the Contractor by
the Authority Engineer.
Corrigendum 8 0.5% 0.4%

ou
Schedule C
Table 2.1, Point No. 12
Corrigendum 9 0.5% 0.6%
Schedule C
ith
Table 2.2, Point No. 10
Corrigendum 10 20% 19.6%
Schedule C
w
Table 2.6, Point No. 17
Corrigendum 11 Designated Railway Stations will be
Schedule C Kalupur Railway Station & Sabarmati
ng

(Clause 4.4.2) Railway Station.

Corrigendum 12 PC, PF, PLB, PMACH, POTH, and PS


di

EPC Volume II are the percentages of cement, fuel and


(Clause 17.8.4) lubricants, labor, Plant Machinery and
tools, other materials and steel/
id

components (including strands and


steel cables), respectively.
rB

PC/PF/PLB/PMACH/POTH/PS are:-
100%

100%
Total
fo

Steel

18%

20%
PS
ot

Materials

POTH
Other

50%

25%
N

y & Plants
Machiner

PMACH

15%

10%

31
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI

Labour

PLB

10%

23%
Lubricants
Fuel and

10%
5%
PF

t
Cement

en 12%
2%
PC

componen
t of works
Compone

m Related

All other
System

Works
nts

ay
Corrigendum 13 Project Completion Date means the Project Completion Date means the
EPC Vol II, clause 1.1 date on which the last Completion date on which the Final Completion

tP
Certificate is issued Certificate is issued
Corrigendum 14 Ballast less track/ washable apron Ballastless track is in the scope.
EPC Vol II, Page 24 clause on tracks within platform area However, during the progress of work,
2.1.3(vii) inclusion is not ruled out. Design and

ou
drawing of systems shall take into
account the future provision of
ballastlesss track.
The Authority shall obtain the The Authority shall obtain the
ith
Corrigendum 16
EPC Vol II ( Page 51, Clause Applicable Permits for felling of Applicable Permits for felling of
9.4) trees to be identified by the trees to be identified by the
Authority for this purpose if Authority for this purpose if and
w

and only if such trees cause a only if such trees cause a Material
Material Adverse Effect on the Adverse Effect on the construction
construction of the Project. The of the Project. For the purpose of
ng

cost of such felling shall be construction related requirements


borne by the Contractor and or trees not covered under the
that of the compensatory approval and required to be
di

plantation of trees, if any, shall cut/transplanted, the approval will


be borne by the Authority. In be taken by Contractor with due
id

the event of any delay in felling support from Authority. How ever
thereof for reasons beyond the contractor will require to ensure
rB

control of the Contractor; it the survey data by doing the same


shall be excused for failure to .Please refer clause no 1.6.8.4 of
perform any part of its schedule B. The cost of such felling
obligations hereunder if such shall be borne by the Contractor
fo

failure is a direct consequence and that of the compensatory


of delay in the felling of trees. plantation of trees, if any, shall be
The Parties hereto agree that borne by the Authority. In the
ot

the felled trees shallbe deemed event of any delay in felling thereof
to be property of the for reasons beyond the control of
Contractor and shall be the Contractor; it shall be excused
N

disposed in such a manner, for failure to perform any part of


which is in full compliance with its obligations hereunder if such
all prevailing Laws and failure is a direct consequence of
Regulations in this regard. The delay in the felling of trees. The
Contractor shall not be eligible Parties hereto agree that the felled
for any cost compensation,
32 trees shall be deemed to be
Generated from eOffice by Hansraj Sharma, whatsoever for this activity.
CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm property of the Contractor and
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI Further, the Contractor shall shall be disposed in such a
obtain specific approval of the manner, which is in full
Authority before removing any compliance with all prevailing
felled trees from the Project Laws and Regulations in this
site. For the avoidance of doubt, regard. The Contractor shall not be
the Parties agree that if any eligible for any cost compensation,
felling of trees hereunder is in a whatsoever for this activity.
forest area, the Applicable Further, the Contractor shall
Permit thereof shall be obtain specific approval of the

t
procured by the Authority Authority before removing any

en
within the time specified in the felled trees from the Project site.
Agreement. In case of any For the avoidance of doubt, the
tree(s) to be transplanted by Parties agree that if any felling of

m
the Contractor or its authorized trees hereunder is in a forest area,
agency, the payment shall be the Applicable Permit thereof shall
dealt with as per stipulations of be procured by the Authority

ay
“Provisional Sum”. within the time specified in the
Agreement. In case of any tree(s)
to be transplanted by the

tP
Contractor or its authorized
agency, the payment shall be dealt
with as per stipulations of

ou
“Provisional Sum
Corrigendum 17 Act of God, epidemic, extremely Act of God, epidemic, extremely
EPC Vol II (page 109, clause adverse weather conditions, adverse weather conditions, lightning,
ith
19.2) lightning, earthquake, landslide, earthquake, landslide, cyclone, flood,
cyclone, flood, volcanic eruption, volcanic eruption, chemical or
chemical or radioactive radioactive contamination or ionizing
w
contamination or ionizing radiation, fire or explosion (to the
radiation, fire or explosion (to the extent of contamination or radiation or
extent of contamination or fire or explosion originating from a
radiation or fire or explosion source external to the Site); Pandemic
ng

originating from a source external like COVID-19 events will be


to the Site); will be considered as a considered as a Force Majeure Event.
Force Majeure Event
di

Corrigendum 18 Number of Fire fighting shafts The detail design and drawings shall
NBC 2016 clause 2.24 (Fire tower) and locations to be be developed by the EPC contractor
id

confirmed for Iconic (MMTH) while following all the latest codes,
Building. guidelines, standards related to the fire
As per NBC 2016, Fire fighting & life safety such as latest NBC,
rB

tower/shaft is required for every NFPA, etc. And accordingly the


2000 sq.m for Mercantile and provision of Fire Tower/ Fire fighting
Assembly occupancy. shafts are to provided as part of the
detail design drawings.
fo
ot
N

33
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI
Corrigendum 15 ( Schedule C ,Table 2.6)

S. No. Stages for Completion Completion Period in


Days

1. Submission and approval of designs and drawings D+120

t
en
2. Temporary Shifting of structures and site cleaning D+150

3 Foundation: On completion of 100 % Foundation work (open D+510

m
foundations/pile foundations including pile caps) and testing

ay
4. On completion of piers D+720

5. On completion of piers caps D+820

tP
6. Completion of super structure with furnishing D+940

ou
7. Testing Commissioning, Completion, handing over
ith D+1020
w
Notes:
1. There may be minor variation in referring to clause numbers and insignificant alterations in the clauses in addition
ng

to the mentioned clauses in the list. It is advised to study the document in detail to ascertain various aspects and
provisions of the tender document.
2. Bidders have to download the Bid documents from the e-procurement portal i.e. www.tenderwizard.in/RLDA
after registering themselves on portal and after payment of Tender Processing Fee & Bid Document Fee before last
di

date & time of downloading the e-bids online.


3. All Bidders are advised to see Amendments to RFP, if any, before submission of the e-bids. In case the bidder does
id

not submit the amended bids/amendments, it will be presumed that bidder has seen the amendments/ Amended bids
and e-bid will be evaluated accordingly. The decision of RLDA shall be final and binding.
4. Any Corrigendum/Addendum to this RFP Notice, if any, would appear only on above mentioned websites and will
rB

not be published in newspapers.


fo

DGM/Tender
ot
N

Digitally signed
HEMANT by HEMANT
KUMAR
KUMAR Date: 2022.12.11
08:24:43 +05'30'
34
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI
RAIL LAND DEVELOPMENT AUTHORITY
(A Statutory Authority under Ministry of Railways, Government of India)
Unit No. 702-B, 7th Floor Konnectus Tower-II, DMRC Building,
Bhavbhuti Marg, Delhi - 110002

CORRIGENDUM No.19 & ADDENDUM No.12 in EPC Agreement (Vol-II) dated.


19.12.2022

t
“RFP Notice No.: RLDA/RFP/CD-69/SRD-15 of 2022 Dated 07.10.2022”

en
Rail Land Development Authority invites proposals through e-tendering single stage two packet bidding system from
Interested Eligible Bidders as per the conditions of Bid Document for “Re-development of Ahmedabad Railway

m
Station and construction of associated infrastructure on Engineering Procurement & Construction (EPC) Mode”
as per following details:

ay
These corrigendum No.19, and addendum no 12, in EPC document (Volume II ) shall be read along
with uploaded EPC document (VOL II of Tender Doc) which has already been uploaded on 07.10.2022.

tP
(Both Corrigendum and Addendum are only for the EPC Agreement Document , Vol II of Tender Doc)

Corrigendum Number Existing Context/Clause Amended Context/Clause


Corrigendum 19(I) “Consortium/Joint Venture Deleted

ou
(Page 13)
“Contractor” shall have the meaning “Contractor” shall have the meaning
attributed thereto in the array of Parties attributed thereto in the array of Parties
ith
herein above as set forth in the Recitals herein above as set forth in the Recitals
and refers to the single entity, or, all the and refers to the single entity;
members of the Consortium/Joint venture
including the Lead Member, which is the
w
selected bidder;
Corrigendum 19(II) “Lead Member” shall, in the case of a Deleted
(Page 15) Consortium/Joint Venture, mean the
ng

member of such Consortium/Joint


Venture who shall have the Authority to
bind the Contractor and each member of
di

the Consortium/Joint Venture; and


together with the members of the
Consortium/Joint Venture shall be
id

deemed to be the Contractor for the


purposes of this Agreement;
“Specifications and Standards” means the “Specifications and Standards” means the
rB

Corrigendum 19(III)
(Page 17) specifications and standards relating to specifications and standards relating to
the quality, quantity, capacity and other the quality, quantity, capacity and other
requirements for the Project, as set forth requirements for the Project, as set forth
in Schedule- D, and any modifications in Schedule-B, Schedule-C and duly
fo

thereof, or additions thereto, as included supplemented by Schedule-D, and any


in the design and engineering for the modifications thereof, or additions
Project submitted by the Contractor to, thereto, as included in the design and
ot

and expressly approved by the Authority; engineering for the Project submitted by
the Contractor to, and expressly approved
by the Authority;
N

Corrigendum 19(IV) Deleted.


(Page 21/clause 1.2.3)
Corrigendum 19(V) 2.1.2 The Authority has been tasked with 2.1.2 The Authority has been tasked with
(Page 24/clause 2.1.2, redevelopment Project of New Delhi redevelopment Project of Ahmedabad
2.1.3 (vi) & (vii)) Railway Station, which is envisaged to be Railway Station, which is envisaged to be
taken up in two distinct phases and taken up in two distinct phases and
intended to develop the entire
35 area of 120 intended to develop the entire area of
ha (approx.) as an integrated Multi Modal 39.55ha (approx.) as an integrated Multi
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI
Corrigendum Number Existing Context/Clause Amended Context/Clause
Transit Hub with dedicated access roads, Modal Transit Hub with dedicated access
hospitality, recreation and retail facilities, roads, hospitality, recreation and retail
mandatory housing for Railway’s facilities, residential housing for
operational staff, and office space and Railway’s operational staff, and office
thus afford a world class experience to space and thus afford a world class
various users of this area. Master Plan for experience to various users of this area.
the redevelopment of this entire area has Master Plan for the redevelopment of this
already been approved by various entire area has already been approved by
stakeholders. various stakeholders. This entire scheme

t
has been divided in two Phases for the

en
purpose of implementation, Initial phase
comprising mainly development of
Railway Station operational areas and

m
related facilities/infrastructure and air
space, whereas the Subsequent Phase(s)
will be mainly Commercial development

ay
of surrounding land area. Initial Phase
components of this entire scheme are now
being proposed to be taken up for

tP
execution through this EPC Agreement.
Corrigendum 19(VI) 2.1.3 (vi) Parcel Handling Facility along (vi) Parcel Handling Facility is to be
Page 24/clause 2.1.3 (vi) with a tunnel from Building no.3 to provided along with thorough subways
& (vii)) Building no.6; running across all platforms and

ou
(vii) Ballast less track/ washable apron on Connecting Ramps to all platforms (using
tracks within platform area conveyer systems if required, so as to
bring down the dimensions within
agreeable provisions of Schedule of
ith
Dimensions / seek dispensation as may be
the case). The system for parcel handling
has to be designed taking into account the
w
latest state of art solutions available.

(vii) Ballast less track within platform


area
ng

Corrigendum 19(VII) 3.1.6.1 Make, or cause to be made, 3.1.6.1 Make, or cause to be made,
(Page 26/clause 3.1.6.1) necessary applications to the relevant necessary applications to the relevant
Government Instrumentalities with such Government Instrumentalities with such
di

particulars and details as may be required particulars and details as may be required
for obtaining Applicable Permits set forth for obtaining Applicable Permits set forth
in Schedule-C and obtain and keep in in Annexure IV of Schedule-A and obtain
id

force and effect such Applicable Permits and keep in force and effect such
in conformity with Applicable Laws; Applicable Permits in conformity with
rB

Applicable Laws;
Corrigendum 19(VIII) 3.9.1 The Contractor shall provide and 3.9.1 The Contractor shall provide and
(Page 31/clause 3.9.1) complete the training to the personnel of complete the training to the personnel of
the Authority in diagnostic, trouble the Authority in diagnostic, trouble
fo

shooting, repairing, operation and shooting, repairing, operation and


maintenance of the MEP and HVAC maintenance of the MEP and HVAC
equipment, other E&M assets, special equipment, other E&M assets, special
decorative lighting and any other decorative lighting and any other
ot

system/structural element installation system/structural element installation


which is not used ordinarily on Indian which is not used ordinarily on Indian
Railways. The number of persons to be Railways. The number of persons to be
N

trained shall not exceed 16 (sixteen) and trained shall not exceed 6 (six) and the
the period of training shall be for a period period of training shall be for a period of
of 2 (two) weeks. The training shall be 2 (two) weeks. The training shall be
completed before the issuance of the completed before the issuance of the
Provisional Certificate/ Completion Provisional Certificate/ Completion
Certificate. Before the issue of any Certificate. Before the issue of any
handing-over certificate, the
36 final O&M handing-over certificate, the final O&M
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pmmanuals, wherever required, shall be
manuals, wherever required, shall be
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI
Corrigendum Number Existing Context/Clause Amended Context/Clause
submitted by the Contractor to the submitted by the Contractor to the
Authority Engineer. Authority Engineer.
Corrigendum 19(IX) 3.9.2 The Contractor shall provide 3.9.2 The Contractor shall provide
(Page 31/clause,3.9.2) training to the personnel of the Authority training to the personnel of the Authority
in SCADA. The number of persons to be in SCADA/IBMS. The number of
trained shall not exceed 6 (six) and the persons to be trained shall not exceed 6
period of training shall be at least 2 (two) (six) and the period of training shall be at
weeks. The training shall be completed least 2 (two) weeks. The training shall be
before the issuance of the Provisional completed before the issuance of the

t
Certificate/ Completion Certificate. Provisional Certificate/ Completion

en
Certificate
Corrigendum 19(X) 7.1.1 The Contractor shall, for the 7.1.1 The Contractor shall, for the
(Page 42/clause 7.1.1,) performance of its obligations hereunder, performance of its obligations hereunder,

m
provide to the Authority, within 30 provide to the Authority, within 30
(Thirty) days of issue of LOA, an (Thirty) days of issue of LOA, an
irrevocable and unconditional Bank irrevocable and unconditional Bank

ay
Guarantee (the “Performance Security”) Guarantee (the “Performance Security”)
for an amount equal to 3% (three per for an amount equal to 3% (three per
cent) of the Contract Price from a Bank in cent) of the Contract Price from a Bank in

tP
the form set forth in Annex–I of the form set forth in Annex–I of
Appendix–1. Appendix–1.
The Performance Security shall be valid The Performance Security shall be valid
until 60 (sixty) days of the expiry of the until 60 (sixty) days of the expiry of the

ou
Defects Liability Period specified in Defects Liability Period specified in
Clause 15.1.1. Until such time the Clause 15.1.1. Until such time the
Performance Security is furnished by the Performance Security is furnished by the
Contractor pursuant hereto and the same Contractor pursuant hereto and the same
ith
comes into effect, the Bid Security shall comes into effect, the Bid Security shall
remain in force and effect, and upon such remain in force and effect, and upon such
furnishing of the Performance Security, furnishing of the Performance Security,
w
the Authority shall release the Bid the Authority shall release the Bid
Security to the Contractor. For the Security to the Contractor. For the
avoidance of doubt, the Parties expressly avoidance of doubt, the Parties expressly
agree that the Contractor shall provide, no agree that the Contractor shall provide, no
ng

later than 30 (thirty) days prior to the later than 30 (thirty) days prior to the
expiry of the Performance Security for expiry of the Performance Security for
the Defects Liability Period specified in the Defects Liability Period specified in
di

Clause 15.1.1, a Performance Security in Clause 15.1.1, a Performance Security in


respect of the extended Defects Liability respect of the extended Defects Liability
Period, as specified in Clause 15.1.2, for Period, as specified in Clause 15.1.2, for
id

an amount equal to 3% (three per cent) of an amount equal to 3% (three per cent) of
the estimated cost of the Structures, the estimated cost of the Structures,
rB

HVAC, MEP equipment, if any, HVAC, MEP equipment, if any,


comprising a new technology not comprising a new technology beyond
currently in use in the Railways as whatever is specified in Schedule B and
specified in Schedule B. Schedule C.
fo

Corrigendum 19(XI) 7.3.1 Upon occurrence of a Contractor 7.3.1 Upon occurrence of a Contractor
(Page 43/clause 7.3.1,) Default, the Authority shall, without Default, the Authority shall, without
prejudice to its other rights and remedies prejudice to its other rights and remedies
hereunder or in law, be entitled to encash hereunder or in law, be entitled to encash
ot

and appropriate from the Performance and appropriate from the Performance
Security the amounts due to it as Security the amounts due to it as
Damages for the Contractor Default. Damages for the Contractor Default. The
N

Contractor shall however, be given a


notice of 15 days’ period either as a part
of Notice for the Default or a separate
intimation regarding Authority’s intention
for partial or full encashment of the
Contractor’s Bank Guarantee towards
37 Performance Security.
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm10.2.7.9 Drawing Numbering and upkeep
Corrigendum 19(XII) 10.2.7.9 Drawing numbering and upkeep
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI
Corrigendum Number Existing Context/Clause Amended Context/Clause
(Page 56/clause 10.2.7.9) the records system, based on any database of records and documents and record and
management system (ORACLE or document management systems shall be
similar), preferably compatible with e- using relational databases through well
Das. The Contractor shall use BIM designed and well related schemas and
design tool for efficient management of having user friendly interfaces for
design and execution progress. exchange of data. The record
management systems shall incorporate
the feeds from various email systems and
from/to into Railway's IT systems like e-

t
DAS / e-OFFICE/others as required in

en
secure ways so that functionality and ease
of communications are maintained at all
times. For this purpose, Contractor shall

m
engage sufficient software and hardware
and manpower and also seek approval of
Authority for all Forms and reports where

ay
exchange of data takes place. A single
sign on user interface shall be provided
for all data exchanges and sufficient user

tP
IDs shall be made available for smooth
operations and execution of work.
Authority's requirements for document
management software shall be complied

ou
with. Contractor shall put to use Building
Information Modelling Software, Skills,
Manpower, Hardware for all designs and
executions. For these purposes, sufficient
ith
and comprehensive licenses shall be
taken from reputed software & service
providers, and shall be approved by
w
Authority. Sizeable memory and
bandwidth shall be maintained by
contractor at all times so that running of
software is smooth. Software should be
ng

web based.

Corrigendum 19(XIII) 10.2.8 Any cost or delay in construction Any cost or delay in construction arising
di

(Page 56/clause,10.2.8) arising from the review by the Authority from the review by the Authority
Engineer shall be borne by the Engineer shall be borne by the
Contractor. Contractor. Appropriate Time Extension
id

on this account may however be


considered by the Authority as set forth at
rB

Clause 10.4.1.
Corrigendum 19(XIV) (ii) Ensuring effective implementation of Ensuring effective implementation of the
(Page 58/clause the Contractor’s Organisational Contractor’s Organizational Environment
10.3.5.1(ii)) Environment Management Policies. Management Policies at the Project Site.
fo

Corrigendum 19(XV) 10.4.1 (iv) Any delay, impediment or Any delay including delay in design
(Page 60/61/ clause prevention caused by or attributable to review by Authority Engineer,
10.4.1 (iv),) the Authority, the Authority’s personnel impediment or prevention caused by or
ot

or the Authority’s other Contractors on attributable to the Authority, the


the Site; and Authority’s personnel or the Authority’s
other contractors on the Site; and
N

Corrigendum 19(XVI) 12.2.1 Upon completion of all Tests as Upon completion of all Tests as per
(Page 71/ clause 12.2.1) per Clause 12.1, the Authority Engineer Clause 12.1, the Authority Engineer shall
shall satisfy itself that the Tests have been satisfy itself that the Tests have been
successful and the Project is fit for successful and the Project is fit for
opening/commissioning. A list of opening/commissioning. A list of
outstanding but non-critical/non-safety outstanding but non-critical/non-safety
items (called the “Punch List”),
38 duly items (called the “Punch List”), duly
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pmsigned jointly by the Authority Engineer
signed jointly by the Authority Engineer
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI
Corrigendum Number Existing Context/Clause Amended Context/Clause
and the Contractor shall be prepared. The and the Contractor shall be prepared. The
Authority Engineer may issue a Authority Engineer may issue a
Provisional Certificate to the Contractor Provisional Certificate to the Contractor
and the Authority in the form set in and the Authority in the form set in
Annexure–I of Appendix–2 (the Annexure–I of Appendix–2 (the
“Provisional Certificate”), pending the “Provisional Certificate”), pending the
items figuring in the Punch List. The items figuring in the Punch List. The
items figuring in the Punch List should be items figuring in the Punch List should be
completed by Contractor in a time frame completed by Contractor in a time frame

t
as stipulated in Clause 12.3. The Parties as stipulated in Clause 12.3. The Parties

en
further agree that Provisional Certificate further agree that Provisional Certificate
shall not be issued if the completed part shall be issued only if the completed part
of Works cannot be safely and reliably of Works can be safely and reliably

m
placed in service of the Users thereof. placed in service of the Users thereof and
90% (ninety percent) financial progress
of the relevant work component/structure

ay
has been achieved.
Corrigendum 19(XVII) 13.4.3 There are certain Project activities 13.4.3 There are certain Project activities
(Page 76/clause 13.4.3) such as provision of artwork, shifting of such as provision of artwork, murals,

tP
unidentified/underground facilities, etc., shifting of already functional/operational
where the work scope is not distinctly infrastructure facilities of Authority as
definable/quantifiable. All such activities per requirement, shifting of uncharted
are included under payment milestone utilities/services that are beyond the
Head of “Provisional Sums” at Schedule

ou
defined contractual scope, provision of
C. Payment against all such Project temporary offices for the Authority, etc.,
activities shall be decided based on where the work scope is not distinctly
mutual consultations and agreement definable/quantifiable at this stage.
ith
between the Contractor and the Authority Execution of all such activities shall be
Engineer after the clear scope thereof is payable under the “Provisional Sums”
defined/quantified during the appropriate head as set forth at Clause 4 of Schedule-
w
stage of Project execution. In case of any B. Payment against all such Project
disagreement between the Contractor and activities shall be decided in line with
the Authority Engineer for arriving at the provisions of Clause 17.3.5, after the
payable cost of any Project activity under clear scope thereof is defined/quantified
ng

this head, the Authority shall take during the appropriate stage of Project
appropriate decision based on all execution. In case of any disagreement
available information, which shall be between the Contractor and the Authority
di

final and binding on the Contractor. Engineer for arriving at the payable cost
of any Project activity under this head,
the Authority shall take appropriate
id

decision based on all available


information, which shall be final and
rB

binding on the Contractor.


Corrigendum 19(XVIII) 15.1.1 The Contractor shall be 15.1.1 The Contractor shall be
(Page 79/clause 15.1.1, responsible for all the Defects and responsible for all the Defects and
15.1.2) deficiencies, except usual wear and tear deficiencies, except usual wear and tear
fo

in the Project or any part thereof, till the in the Project or any part thereof, till the
expiry of a period of 5 (five) years expiry of a period of 5 (five) years
commencing from the date of Provisional commencing from the date of Provisional
Certificate. 15.1.2 Without prejudice to Certificate (the “Defects Liability
ot

the provisions of Clause 15.1.1, the Period”). 15.1.2 Without prejudice to the
Defects Liability Period for and in respect provisions of Clause 15.1.1, the Defects
of any Structure or MEP or HVAC Liability Period for and in respect of any
N

equipment comprising a new technology Structure or MEP or HVAC equipment


as specified in Schedule B, shall be comprising a new technology beyond
deemed to be extended by a further whatever is specified in Schedule B, shall
period of 2 (two) year after the expiry of be deemed to be extended by a further
the Defects Liability Period specified in period of 2 (two) year after the expiry of
Clause 15.1.1. Defect Liability Period the Defects Liability Period specified in
shall also cover the extensions
39 covered Clause 15.1.1. Defect Liability Period
Generated from eOffice by Hansraj Sharma,
under clause 15.6
CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
shall also cover the extensions covered
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI
Corrigendum Number Existing Context/Clause Amended Context/Clause
under clause 15.6
Corrigendum 19(XIX) 15.2.3 In case of some specific defects, 15.2.3 In case of some specific defects,
(Page 80/clause 15.2.3) which cause inconvenience to the user of which cause inconvenience to the user of
any of the Project assets or adverse any of the Project assets or adverse
publicity to the Authority in regard to the publicity to the Authority in regard to the
aesthetics/quality of construction of the aesthetics/quality of construction of the
Project asset such as leaky roof, non- Project asset such as leaky roof, non-
functional PA system, LAN Display functional PA system, LAN Display
Network, a penalty of Rs. 50,000 per day Network, a penalty of Rs. 50,000 (fifty

t
per defect location shall be levied upon thousand) per day per defect location

en
the Contractor without prejudice to the shall be levied upon the Contractor
rights of the Authority in accordance with without prejudice to the rights of the
provisions of this Clause 15 and liability Authority in accordance with provisions

m
of the Contractor to remedy and of this Clause 15 and liability of the
rectification of defect under the Contractor to remedy and rectification of
provisions of this Clause 15.2. defect under the provisions of this Clause

ay
15.2.
Corrigendum 19(XX) 16.1.5 The field team of the PMG will be 16.1.5 The field team of the PMG will be
Page-82 Clause 16.1.5, headed by the Chief Resident Engineer of headed by the Chief Resident Engineer of

tP
the PMS Consultant, and the Head Office the PMS Consultant, and the Head Office
team of the PMG will be headed by the team of the PMG will be headed by the
designated Expert/Consultant as assigned Project Director of the PMS Consultant,
by the Authority. who will also be Head of the PMG.

ou
Corrigendum 19(XXI) 17.3.5 Payment for items covered under 17.3.5 Payment for items covered under
Page-94 Clause 17.3.5) Provisional Sums Provisional Sums There are few
There are few activities/items such as activities/items such as provision of art
ith
provision of art work; diversion of work, murals, shifting of already
uncharted utilities; provision of functional/operational infrastructure
temporary offices for the Authority, etc. facilities of Authority as per requirement;
w
which will be necessarily required to be diversion of uncharted utilities/services;
executed for satisfactory completion of provision of temporary offices for the
the Project. However, their exact Authority; etc. which will be necessarily
ng

design/quantity requirements/scope required to be executed for satisfactory


cannot be clearly defined at this stage. completion of the Project. However, their
Payment for all such items would be exact design/quantity requirements/scope
covered under Provisional Sums at cannot be clearly defined at this stage.
di

Schedule of Payments at Appendix-1 of Payment for all such items would be


Schedule-C. covered under Provisional Sums at
Schedule of Payments at Appendix-1 of
id

Schedule-C.
Corrigendum 19(XXII) 17.5.1 Within 3 (three) business days of 17.5.1 Within 3 (three) business days of
rB

Page-96 Clause 17.5.1) receipt of the Stage Payment Statement receipt of the Stage Payment Statement
from the Contractor pursuant to Clause from the Contractor pursuant to Clause
17.4, the Authority Engineer shall 17.4, the Authority Engineer shall
broadly determine the amount due to the broadly determine the amount due to the
fo

Contractor and recommend the release of Contractor and recommend the release of
80 (eighty) percent of the amount so 80 (eighty) percent of the amount so
determined as part payment against the determined as part payment against the
Stage Payment Statement, pending issue Stage Payment Statement, pending issue
ot

of the Interim Payment Certificate (IPC) of the Interim Payment Certificate (IPC)
by the Authority Engineer. Within 10 by the Authority Engineer. Within 7
N

(ten) days of the receipt of (seven) business days of the receipt of


recommendation of the Authority recommendation of the Authority
Engineer as above, the Authority shall Engineer as above, the Authority shall
make electronic payment directly to the make electronic payment directly to the
Contractor’s bank account. Contractor’s bank account.
Addendum 12 17.5.7 The Contractor shall however note
EPC, Vol-II (Page 97, that the situation stated at Clause 17.5.6
Clause 17.5.7) 40 shall be permitted to occur only once
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pmduring the entire execution period of the
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI
Corrigendum Number Existing Context/Clause Amended Context/Clause
contract. If such situation arises for the
second time, then a penalty equivalent to
150% (one hundred fifty percent) of
excess payment claimed by the
Contractor under Clause 17.5.1 over and
above the amount finally determined by
the Authority Engineer pursuant to
Clauses 17.5.2 & 17.5.4 shall be levied
and will be deducted from the next IPC.

t
If such situation arises for the third time,

en
then a penalty equivalent to 300% (three
hundred percent) of excess payment
claimed by the Contractor shall be levied

m
and also the facility of 80% of payment
processing under Clause 17.5.1 shall
stand withdrawn for entire remaining

ay
execution period of the contract.

Corrigendum 19(XXIII) 17.8.4 So = Rate of RINL for Rebar 8 17.8.4 So The wholesale price index as

tP
Page-99 Clause 17.8.4 mm (coil) as published on their website published by the Ministry of Commerce
(Definition of Sọ & Sᵢ ), for the month of the Base Month or any and Industry, Government of India
other reference index mutually acceptable (hereinafter called “WPI”) for Mild Steel
in case RINL discontinues publication of - Flat products and Mild Steel – Long

ou
the rates; Si = Average rate of RINL for products (to be considered in the ratio of
Rebar 8 mm (coil) as published on their 80:20) for the month of the Base Month.
website for the 3 months of the quarter Si = The WPI for Mild Steel - Flat
under consideration or any other products and Mild Steel – Long products
ith
reference index mutually acceptable in (to be considered in the ratio of 80:20) for
case RINL discontinues publication of the the average price index of the 3 months
rates. of the quarter under consideration.
w
Corrigendum 19(XXIV) 17.16 Bonus for early completion 17.16 Bonus for early completion
Page-101 Clause 17.16 In the event that the Project Completion In the event that the Provisional Project
Date occurs prior to the Scheduled Completion Date occurs prior to the
Completion Date, the Contractor shall be Scheduled Completion Date, the
ng

entitled to receive a payment of bonus Contractor shall be entitled to receive a


equivalent to 0.03% (zero point zero three payment of bonus equivalent to 0.03%
per cent) of the Contract Price for each (zero point zero three per cent) of the
di

day by which the Project Completion Contract Price for each day by which the
Date precedes the Scheduled Completion Provisional Project Completion Date
Date, but subject to a maximum of 5% precedes the Scheduled Completion Date,
id

(five per cent) of the Contract Price. but subject to a maximum of 5% (five per
Provided, however, that the payment of cent) of the Contract Price. Provided,
rB

bonus, if any, shall be made only after the however, that the payment of bonus, if
issue of the Completion Certificate. For any, shall be made only after the issue of
the avoidance of doubt, the Parties agree the Completion Certificate. For the
that for the purpose of determining the avoidance of doubt, the Parties agree that
fo

bonus payable hereunder, the Contract for the purpose of determining the bonus
Price shall always be deemed to be the payable hereunder, the Contract Price
amount specified in Clause 17.1.1, and shall always be deemed to be the amount
shall exclude any revision thereof for any specified in Clause 17.1.1, and shall
ot

reason. Further, should there be any exclude any revision thereof for any
extension of time for completion of the reason. Further, should there be any
Project beyond the initially stipulated extension of time for completion of the
N

Project completion date under Clause Project beyond the initially stipulated
10.4, the applicability of bonus payment Project completion date under Clause
will cease. 10.4, the applicability of bonus payment
will be from initially stipulated Project
completion date only.
Corrigendum 19(XXV) 19.7.2 There have been repeated 19.7.2 There have been repeated
Page 111 Clause 19.7.2 instances in the last few years,
41 wherein instances in the last few years, wherein
Generated from eOffice by Hansraj Sharma, blanket bans/restrictions have been 09:37
CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 pmblanket bans/restrictions have been
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI
Corrigendum Number Existing Context/Clause Amended Context/Clause
imposed by National Green imposed by National Green
Tribunal/Govt. of Ahmedabad /Supreme Tribunal/Govt. of Ahmedabad /Supreme
Court of India and/or other Government Court of India and/or other Government
entity, on all construction related entity, on all construction related
activities from time to time for duration activities from time to time for duration
of few days. These restrictions are of few days. These restrictions are
imposed with a view to regulate/minimize imposed with a view to regulate/minimize
adverse impact of such construction adverse impact of such construction
activities on environmental pollution activities on environmental pollution

t
levels in Ahmedabad and is particularly levels in Ahmedabad and is particularly

en
prevalent in winter months. prevalent in winter months. One month
provision is stipulated each year on
account of this.

m
1. There may be minor variation in referring to clause numbers and insignificant alterations in the clauses in addition

ay
to the mentioned clauses in the list. It is advised to study the document in detail to ascertain various aspects and
provisions of the tender document.
2. Bidders have to download the Bid documents from the e-procurement portal i.e. www.tenderwizard.in/RLDA after

tP
registering themselves on portal and after payment of Tender Processing Fee & Bid Document Fee before last date
& time of downloading the e-bids online.
3. All Bidders are advised to see Amendments to RFP, if any, before submission of the e-bids. In case the bidder does
not submit the amended bids/amendments, it will be presumed that bidder has seen the amendments/ Amended

ou
bids and e-bid will be evaluated accordingly. The decision of RLDA shall be final and binding.
4. Any Corrigendum/Addendum to this RFP Notice, if any, would appear only on above mentioned websites and will
not be published in newspapers.
ith
DGM/Tender
w
ng
di
id
rB
fo
ot
N

Hemant
Digitally signed by Hemant
42 Kumar
DN: cn=Hemant Kumar, o, ou,
email=amtender@rlda.railnet.
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
Kumar gov.in, c=US
Date: 2022.12.27 14:42:18
+05'30'
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI
RAIL LAND DEVELOPMENT AUTHORITY
(A Statutory Authority under Ministry of Railways, Government of India)
Unit No. 702-B, 7th Floor Konnectus Tower-II, DMRC Building,
Bhavbhuti Marg, Delhi - 110002

CORRIGENDUM 20 /ADDENDUM No. 13 dated 19.12.2022


“RFP Notice No.: RLDA/RFP/CD-69/SRD-15 of 2022 Dated 07.10.2022”

t
en
Rail Land Development Authority invites proposals through e-tendering single stage two packet bidding
system from Interested Eligible Bidders as per the conditions of Bid Document for “Re-development of

m
Ahmedabad Railway Station and construction of associated infrastructure on Engineering
Procurement & Construction (EPC) Mode.

ay
These corrigendum No. 20 and addendum no 13 in draft RFP and EPC document should be read
along with the draft EFC and RFP document which was already uploaded on 07.10.2022.

tP
Corrigendum Number Existing Context/Clause Amended/Added Context/Clause
Addendum 13(I) . Shareholders of the Bidder entity shall
RFP, (Page 15/ Clause 2.1.12.7) not pledge its shares in the Bidder
entity save and except with the prior

ou
consent in writing of the Authority,
which consent the Authority shall be
entitled to decline without assigning
ith
any reason. Provided that the
Authority shall not unreasonably
withhold any consent in case of
pledge of shares to scheduled
w
commercial banks or public sector
enterprises or public financial
institutions or their representatives as
ng

security for providing debt financing


to Bidders. Provided further that any
transfer of shares pursuant to pledge
di

shall be in compliance with the RFP


and EPC
Corrigendum 20(I) If Bidder’s any constituent is entity If Bidder’s any constituent is entity
id

RFP (Page 15,2.1.14.3) incorporated in a country, where an incorporated in a country, where an


entity entity
rB

incorporated in India does not have incorporated in India does not have
similar rights of bidding for contracts similar rights of bidding for contracts
then bidder will not eligible for
contract.
Corrigendum 20(II) A Bidder including its Associate (if A Bidder including its Associate (if its
fo

RFP (Page 15,2.1.14.2) its credentials are used for fulfilling credentials are used for fulfilling the
the eligibility criteria) should, in the eligibility
last 3 (three) years, have neither failed criteria) should, in the last 3 (three)
ot

to perform on any contract, as years, have neither failed to perform on


evidenced by imposition of a penalty any
or damages by a judicial authority or a contract, as evidenced by imposition of
N

judicial pronouncement against the a penalty or damages by a judicial


Bidder and/or i t s Associate, as the authority/any authority as mentioned
case may be, nor has been expelled in 2.1.14.1 or
from any project or contract by any a judicial pronouncement against the
public entity nor have had any Bidder and/or its Associate, as the case
contract terminated by any public may
entity for breach by 43such Bidder, be, nor has been expelled from any
member or its Associate project or contract by any public entity
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI Number
Corrigendum Existing Context/Clause Amended/Added Context/Clause
nor have
had any contract terminated by any
public entity for breach by such
Bidder, member
or its Associate
Corrigendum 20(III) Joint venture/Consortium and Special Joint venture/Consortium and Special
RFP (Page 15,2.2.1.2) Purpose Vehicle are not eligible to Purpose Vehicle are not eligible to
participate in this RFP. The entities participate in this RFP. Only the
registered in India from at least five entities registered in India from at

t
years prior to 31.03.2022, will be least five years prior to 31.03.2022,

en
eligible to participate in the RFP. will be eligible to participate in the
RFP.
Corrigendum 20(IV) The Bid security of Bidders other than The Bid security of Bidders other than

m
RFP (Page 32,3.3.7) Selected Bidder shall be returned Selected Bidder may be preferably
within 7 working days of issue of returned within 30 working days of
LOA. The Authority shall be issue of LOA. The Authority shall be

ay
responsible to return the Bid Security, responsible to return the Bid Security,
as above, and the Bidders shall not be as above, and the Bidders shall not be
required to ask for the same. required to ask for the same

tP
Addendum 13(II) “Anti-competitive practice”: any
RFP, (Page 34/ Clause 4.3.6) collusion, bid rigging or anti-
competitive arrangement, or any other
practice coming under the purview of

ou
The Competition Act, 2002, between
two or more bidders, with or without
the knowledge of the procuring entity,
that may impair the transparency,
ith
fairness and the progress of the
procurement process or to establish
bid prices at artificial, non-
w
competitive levels;
Addendum 13(III) “Obstructive practice”: materially
RFP, (Page 34/ Clause 4.3.7) impede the Authority’s investigation
ng

into allegations of one or more of the


above mentioned prohibited practices
either by deliberately destroying,
falsifying, altering; or by concealing
di

of evidence material to the


investigation; or by making false
statements to investigators and/ or by
id

threatening, harassing or intimidating


any party to prevent it from disclosing
rB

its knowledge of matters relevant to


the investigation or from pursuing the
investigation; or by impeding the
Authority’s rights of audit or access to
fo

information.”
Corrigendum 20(V) I/We have not directly or indirectly or I/We have not directly or indirectly or
RFP Appendix -IA through an agent engaged or indulged through an agent engaged or indulged
(Page 37,7(iii)) in any corrupt practice, fraudulent in any corrupt practice, fraudulent
ot

practice, coercive practice, practice, coercive practice,


undesirable practice or restrictive undesirable practice, restrictive
N

practice, as defined in Clause 4.3 of practice, Anti-competitive practice or


the RFP document, in respect of any Obstructive practice as defined in
tender or request for proposal issued Clause 4.3 of the RFP document, in
by or any Agreement entered into respect of any tender or request for
with the Authority or any other public proposal issued by or any Agreement
sector enterprise or any government, entered into with the Authority or any
Central or State other public sector enterprise or any
44 government, Central or State
Generated from Corrigendum 20(VI)
eOffice by Hansraj Sharma, 2.20.5.1
CPM/ADI(HS), If RLDA
CPM/ADI, a Bidder engages in
on 27/03/2023 a
09:37 pm 2.20.5.1 If a Bidder engages in a
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI Number
Corrigendum Existing Context/Clause Amended/Added Context/Clause
RFP, (Page 29 clause 2.20.5.1) corrupt practice, fraudulent practice, corrupt practice, fraudulent practice,
coercive practice, undesirable practice coercive practice, undesirable
or restrictive practice as specified in practice, Anticompetitive practices,
Section 4 of this RFP; obstructive practices or restrictive
practice as specified in Section 4 of
this RFP;
Corrigendum 20(VII) The Bidders and their respective The Bidders and their respective
RFP, (Page 33 clause 4.1) officers, employees, agents and officers, employees, agents and
advisers shall observe the highest advisers shall observe the highest

t
standard of ethics during the Bidding standard of ethics during the Bidding

en
Process and subsequent to the issue of Process and subsequent to the issue of
the LOA and during the subsistence the LOA and during the subsistence
of the Agreement. Notwithstanding of the Agreement. Notwithstanding

m
anything to the contrary contained anything to the contrary contained
herein, or in the LOA or the herein, or in the LOA or the
Agreement, the Authority may reject Agreement, the Authority may reject

ay
a Bid, withdraw the LOA, or a Bid, withdraw the LOA, or
terminate the Agreement, as the case terminate the Agreement, as the case
may be, without being liable in any may be, without being liable in any

tP
manner whatsoever to the Bidder, if it manner whatsoever to the Bidder, if it
determines that the Bidder, directly or determines that the Bidder, directly or
indirectly or through an agent, indirectly or through an agent,
engaged in corrupt practice, engaged in corrupt practice,

ou
fraudulent practice, coercive practice, fraudulent practice, coercive practice,
undesirable practice or restrictive undesirable practice, Anti-competitive
practice in the Bidding Process. (In Practices , Obstructive Practices or
such an event, the Authority shall be restrictive practice in the Bidding
ith
entitled to forfeit and appropriate the Process. (In such an event, the
Bid Security or Performance Security, Authority shall be entitled to forfeit
as the case may be, as Damages, and appropriate the Bid Security or
w
without prejudice to any other right or Performance Security, as the case
remedy that may be available to the may be, as Damages, without
Authority under the Bidding prejudice to any other right or remedy
Documents and/ or the Agreement, or that may be available to the Authority
ng

otherwise. AND / OR In such an under the Bidding Documents and/ or


event, the Authority shall be entitled the Agreement, or otherwise. AND /
to bar the Bidder from submission of OR In such an event, the Authority
di

Bids in any Works/Service tender shall be entitled to bar the Bidder


issued by the Authority for a period from submission of Bids in any
up to 5 (five) years or to forfeit and Works/Service tender issued by the
id

appropriate the Performance Security, Authority for a period up to 5 (five)


as the case may be, as Damages, years or to forfeit and appropriate the
rB

without prejudice to any other right or bid security or Performance Security,


remedy that may be available to the as the case may be, as Damages,
Authority under the Bidding without prejudice to any other right or
Documents and/ or the Agreement, or remedy that may be available to the
fo

otherwise. Authority under the Bidding


Documents and/ or the Agreement, or
otherwise.
Corrigendum 20(VIII) The Bidder should submit a Power of “The Bidder should submit a Power
ot

RFP, (Page 27, Clause 2.1.5) Attorney as per the format at of Attorney as per the format at
Appendix-II, authorizing the Appendix-II, authorizing the
signatory of the Bid to commit the signatory of the Bid to commit the
N

Bidder Bidder. Bidders are required to ensure


that the Power of Attorney is duly
stamped as per Indian Stamp Act
1899.”
Addendum 13(IV) Code of integrity “2.24 Code of Integrity
RFP, (Page 29, clause 2.24) 2.24.1 The Bidder/Contractor is
45 required to enter into an Integrity Pact
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm with the
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI Number
Corrigendum Existing Context/Clause Amended/Added Context/Clause
Employer, in the Format at Appendix
V. The Integrity Pact enclosed as
Appendix
V will be signed by the Authority for
and on behalf of Employer as its
Agent/Power of Attorney Holder at
the time of execution of Agreement
with the
successful Bidder. While submitting

t
the Bid, the Integrity Pact shall be

en
signed by the duly authorized
signatory of the Bidder. In case of
failure to submit the

m
Integrity Pact duly signed and
witnessed, along with the Bid, the Bid
is likely to be

ay
rejected.
2.24.2 In case of any contradiction
between the Terms and Conditions of

tP
the Bid Document and the Integrity
Pact, the former will prevail.”
Addendum 13(V) 2.22 No deviation
RFP, (Page 29, Clause 2.22)

ou
2.22.1 Bidders are requested to note
that no deviation, whatsoever, are
permitted by the Authority to any of
the provisions of the Bidding
ith
Documents and that the bid shall
comply with all the requirements of the
Bidding Documents.
w

2.22.2 Bids containing any


deviations from provisions in the RFP
will be considered as non-responsive
ng

and such bids shall not be considered


for evaluation.”
Addendum 13(VI)
di

RFP, (Page 29, Clause 2.23) “2.23 Sub-contracting

The Bidder is not allowed to sub-


id

contract the Works comprising more


than 50% of the Contract Price and all
rB

obligations and liabilities for the entire


Project shall remain with the
Contractor at all times.
fo

In case the Bidder is envisaging sub-


contracting of the Works, details of
such sub-contractor would need to be
submitted to the Authority and the
ot

Bidder shall be required to ensure that


(i) such sub-contractor is not debarred
by any authority or court; and (ii)
N

compliance in respect of all laws and


the provisions of the RFP are adhered
to by the sub-contractor. The Bidder is
also requested to take note of the
requirements set out in clause 3.2 of
the EPC contract.”
Corrigendum 20(IX) Notwithstanding anything
46 to the Notwithstanding anything to the
Generated EFC, Vol- II , (Page 33, Clause contrary contained in this Agreement,
from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm contrary contained in this Agreement,
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI Number
Corrigendum Existing Context/Clause Amended/Added Context/Clause
4.1.5) the Parties expressly agree that the the Parties expressly agree that the
aggregate Damages payable by the aggregate Damages payable by the
Authority under Clauses 4.1.4, 8.3 Authority under Clauses 4.1.4, 8.3 and
and 9.2 shall not exceed 5% (five per 9.2 shall not exceed 2.5% (Two point
cent) of the Contract Price. For the five per cent) of the Contract Price. For
avoidance of doubt, the Damages the avoidance of doubt, the Damages
payable by the Authority under the payable by the Authority under the
aforesaid Clauses shall not be additive aforesaid Clauses shall not be additive
if they arise concurrently from more if they arise concurrently from more

t
than one cause but relate to the same than one cause but relate to the same

en
part of the Project. part of the Project.
Corrigendum 20(X) Prior environmental clearances under
EFC, Vol- II , (Page 34, Clause the EIA Notification 2006 for the Prior environmental clearances under

m
4.3) Project are not required for the Project the EIA Notification 2006 for the
in line with MoEF letter no. 19- Project are not required for the Project
172/201/IA-III dated 28.05.2020 and in line with MoEF letter no. 19-

ay
annexed at Schedule C. However, the 172/201/IA-III dated 28.05.2020 and
Contractor has to prepare annexed at Schedule C. However, the
Environment Management Plan Contractor has to prepare Environment

tP
(EMP) for the Project and submit to Management Plan (EMP) for the
the Authority for taking approval Project and submit to the Authority for
from competent authority. The EMP taking approval from competent
shall be prepared duly taking into authority. The EMP shall be prepared

ou
account all factors related to duly taking into account all factors
environment management viz, air related to environment management
pollution, water load, water pollution, viz, air pollution, water load, water
land degradation etc. and Contractor pollution, land degradation etc. and
ith
shall provide the necessary Contractor shall provide the necessary
documentations, submissions and documentations, submissions and
clarifications toAuthority for getting clarifications toAuthority for getting
w
the approval of EMP before the approval of EMP before
undertaking any physical undertaking any physical development
development at Site. The Contractor at Site. The Contractor represents and
represents and warrants that it shall warrants that it shall follow all the
ng

follow all the guidelines and meet the guidelines and meet the environmental
environmental mitigation mitigation measures/compliances as
measures/compliances as per the per the Applicable Laws.
di

Applicable Laws. The Authority The Authority represents and warrants


represents and warrants that the forest that the forest clearances of Site
clearances of Site mentioned in mentioned in Clause 4.1.3.2 shall be
id

Clause 4.1.3.2 shall be obtained obtained before Appointed Date or


before Appointed Date or shall be shall be obtained before the dates of
rB

obtained before the dates of providing providing Right of Way to the


Right of Way to the respective phases respective phases of the Site as per
of the Site as per Clause 8.2. In the Clause 8.2. In the event of any delay in
event of any delay in providing forest providing forest clearance, the
fo

clearance, the Contractor shall be Contractor shall be entitled to Time


entitled to Time Extension for the Extension for the period of such delay
period of such delay in accordance in accordance with the provisions of
with the provisions of Clause 10.4 of Clause 10.4 of this Agreement and
ot

this Agreement and shall also be shall also be entitled to Damages


entitled to Damages calculated as if calculated as if the Right of Way for
the Right ofWay for and in respect of and in respect of such sections of the
N

such sections of the Project has not Project has not been provided in
been provided in accordance with the accordance with the provisions of
provisions of Clause 8.2 and as a Clause 8.2 and as a consequence
consequence thereof, the Contractor thereof, the Contractor shall be entitled
shall be entitled to Volume – II: Draft to Damages under and in accordance
EPC Agreement Article 4 : with the provisions of Clause 8.3.
Obligations of the 47Authority Provided that (a) the Contractor shall
Generated
Redevelopment Project of
from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
not be entitled to seek any Time
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI Number
Corrigendum Existing Context/Clause Amended/Added Context/Clause
Ahmedabad Railway Station on EPC Extension or Damages in case of delay
mode Page 35 of 152 Damages under on its part to provide the EMP to the
and in accordance with the provisions Authority; (ii) the Contractor shall not
of Clause 8.3. For the avoidance of be entitled to seek any Damages in the
doubt, the present status of forest event of delay in providing forest
clearances is specified in Schedule-A clearance unless such delay is
attributable to the Authority
(determined in the sole discretion of
the Authority). For the avoidance of

t
doubt, the present status of forest

en
clearances is specified in Schedule-A
Corrigendum 20(XI) It is duly organized and validly “It is duly organized and validly
EFC, Vol- II , (Page 37, Clause existing under the laws of India, and existing under the laws of the country

m
5.1.1) has full power and authority to where the
execute and perform its obligations Bidder is incorporated , and has full
under this Agreement and to carry out power and authority to execute and

ay
the transactions contemplated hereby; perform its obligations under this
Agreement and to carry out the
transactions contemplated hereby;”
6.1.6 “Except as otherwise provided in

tP
Addendum 13(VII)
EFC, Vol- II ,(Page 40, Clause this Agreement, all risks relating to the
6.1.6) Project shall be borne by the
Contractor; and the Authority shall not

ou
be liable in any manner for such risks
or the consequences thereof”.
Corrigendum 20(XII) The Authority shall obtain the The Authority shall obtain the
EFC, Vol- II , (Page 51, Clause Applicable Permits for felling of trees Applicable Permits for felling of trees
ith
9.4) to be identified by the Authority for to be identified by the Authority for
this purpose if and only if such trees this purpose if and only if such trees
cause a Material Adverse Effect on the cause a Material Adverse Effect on the
w
construction of the Project. The cost of construction of the Project. The cost of
such felling shall be borne by the such felling shall be borne by the
Contractor and that of the Contractor. In the event of any delay in
ng

compensatory plantation of trees, if felling thereof for reasons beyond the


any, shall be borne by the Authority. In control of the Contractor; it shall be
the event of any delay in felling thereof excused for failure to perform any part
for reasons beyond the control of the of its obligations hereunder if such
di

Contractor; it shall be excused for failure is a direct consequence of delay


failure to perform any part of its in the felling of trees. The Parties
obligations hereunder if such failure is hereto agree that the felled trees shall
id

a direct consequence of delay in the be deemed to be property of the


felling of trees. The Parties hereto Authority and shall be disposed in such
rB

agree that the felled trees shallbe a manner, which is in full compliance
deemed to be property of the with all prevailing Laws and
Contractor and shall be disposed in Regulations in this regard. The
such a manner, which is in full Contractor shall not be eligible for any
fo

compliance with all prevailing Laws cost compensation, whatsoever for this
and Regulations in this regard. The activity. Further, the Contractor shall
Contractor shall not be eligible for any obtain specific approval of the
cost compensation, whatsoever for this Authority before removing any felled
ot

activity. Further, the Contractor shall trees from the Project site. For the
obtain specific approval of the avoidance of doubt, the Parties agree
Authority before removing any felled that if any felling of trees hereunder is
N

trees from the Project site. For the in a forest area, the Applicable Permit
avoidance of doubt, the Parties agree thereof shall be procured by the
that if any felling of trees hereunder is Authority within the time specified in
in a forest area, the Applicable Permit the Agreement. It is hereby clarified
thereof shall be procured by the that all costs and expenses associated
Authority within the time specified in with felling and transplantation of trees
the Agreement. In48 case of any tree(s) shall be borne by the Contractor and in
Generated from eOffice by Hansraj Sharma, to be transplanted by the Contractor
CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pmor no event shall the Contractor be liable
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI Number
Corrigendum Existing Context/Clause Amended/Added Context/Clause
its authorized agency, the payment to seek any damages on account of
shall be dealt with as per stipulations such activity or delay caused due to
of “Provisional Sum. such activity
Corrigendum 20(XIII) Certain components of the Project may Certain components of the Project may
EFC, Vol- II, (Page 70, Clause require prior approval of the require prior approval of the
12.1.3) Commissioner of Railway Safety or Commissioner of Railway Safety or
any other prescribed Government any other prescribed Government
Authority/Official before their Authority/Official before their
commissioning at the time of Project commissioning at the time of Project

t
completion. For all such Project completion. For all such Project

en
components, no later than 30 (thirty) components, no later than 30 (thirty)
days prior to their likely completion days prior to their likely completion
date, the Contractor shall prepare and date, the Contractor shall prepare and

m
submit to the Authority Engineer the submit to the Authority Engineer the
documents required for seeking documents required for seeking
approval of the Commissioner of approval of the Commissioner of

ay
Railway Safety or any other prescribed Railway Safety or any other prescribed
Government Authority/Official as the Government Authority/Official as the
case may be, in accordance with the case may be, in accordance with the

tP
provisions of the Railways Opening provisions of the Railways Opening
for Public Carriage of Passenger for Public Carriage of Passenger
Rules, the Indian Railway Permanent Rules, the Indian Railway Permanent
Way Manual, the Indian Railways Way Manual, the Indian Railways

ou
Manual of A.C. Traction or any other Manual of A.C. Traction or any other
relevant guideline issued in this regard relevant guideline issued in this regard
by any Government Authority as the by any Government Authority as the
case may be, and notify the Authority case may be, and notify the Authority
ith
Engineer of its intent to subject the Engineer of its intent to subject the
Project to Tests, if required. After Project to Tests, if required. After
ensuring and procuring that the ensuring and procuring that the
w
documents required to be submitted to documents required to be submitted to
the Commissioner for Railway Safety the Commissioner for Railway Safety
or any other prescribed Government or any other prescribed Government
Authority/Official as the case may be, Authority/Official as the case may be,
ng

meet the requirements of Applicable meet the requirements of Applicable


Laws, the Authority Engineer shall, in Laws, the Authority Engineer shall, in
consultation with the Contractor, consultation with the Contractor,
di

determine the date and time of each of determine the date and time of each of
the Tests, and inform the Authority the Tests, and inform the Authority
who may designate its representative who may designate its representative
id

to witness the Tests. The Contractor to witness the Tests. The Contractor
shall provide such assistance as the shall provide such assistance as the
rB

Authority Engineer may reasonably Authority Engineer may reasonably


require for conducting the Tests. For require for conducting the Tests. For
avoidance of doubts, the parties agree avoidance of doubts, the parties agree
that in the event of the Contractor and that in the event of the Contractor and
fo

the Authority Engineer failing to the Authority Engineer failing to


mutually agree on the dates for mutually agree on the dates for
conducting the Tests, the Contractor conducting the Tests, the Contractor
shall fix the dates by giving not less shall fix the dates by giving not less
ot

than 10 (ten) days’ notice to the than 10 (ten) days’ notice to the
Authority Engineer. Authority will Authority Engineer. Authority will
arrange to carry out all such tests on arrange to carry out all such tests on
N

completion within 30 days of receiving completion within 30 days of receiving


request from Contractor. And if request from Contractor.
Authority Engineer fails to carry out
test within 30 days, the Authority will
pay damage to Contractor @ 0.02% of
the payment pending for want of test
per day 49
Generated
Corrigendum 20(XIV) All insurances obtained by the
from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
All insurances obtained by the
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI Number
Corrigendum Existing Context/Clause Amended/Added Context/Clause
EFC, Vol- II, (Page 104, Clause Contractor in accordance with this Contractor in accordance with this
18.3.1) Article 18 shall be maintained with Article 18 shall be maintained with
insurers on terms consistent with Good insurers on terms consistent with Good
Industry Practice. Within 10 (ten) days Industry Practice. Within 10 (ten) days
of obtaining any insurance cover, the of obtaining any insurance cover, the
Contractor shall furnish to the Contractor shall furnish to the
Authority notarized true copies of the Authority notarized true copies of the
certificate(s) of insurance, copies of certificate(s) of insurance, copies of
insurance policies and premia payment insurance policies and premia payment

t
receipts in respect of such insurance, receipts in respect of such insurance,

en
and no such insurance shall be and no such insurance shall be
cancelled, modified, or allowed to cancelled, modified, or allowed to
expire or lapse until the expiration of expire or lapse until the expiration of

m
at least 45 (forty-five) days after notice at least 45 (forty-five) days after notice
of such proposed cancellation, of such proposed cancellation,
modification or non-renewal has been modification or non-renewal has been

ay
delivered by the Contractor to the delivered by the Contractor to the
Authority. The Contractor shall act in Authority. The Contractor shall act in
accordance with the directions of the accordance with the directions of the

tP
Authority. Authority Provided that the Contractor
shall produce to the Authority the
insurance policies in force and the
receipts for payment of the current

ou
premia.
Corrigendum 20(XV) 21.1.1 (xii) The Contractor is adjudged 21.1.1(xii) “The Contractor is
EFC, Vol- II (Page 117, Clause bankrupt or insolvent, or if a trustee or adjudged bankrupt or insolvent, or if
21.1.1 (xii) and (xiv) receiver is appointed for the an interim Resolution professional,
ith
Contractor or for the whole or material resolution, professional, liquidator,
part of its assets that has a material trustee or receiver is appointed for the
bearing on the Project; Contractor or for the whole or material
w
part of its assets that has a material
(xiv) A resolution for winding up of bearing on the Project;”
the Contractor is passed, or any
petition for winding up of the (xiv) “A resolution for winding up,
ng

Contractor is admitted by a court of insolvency or liquidation of the


competent jurisdiction and a Contractor is
provisional liquidator or receiver is passed, or any petition for winding up,
di

appointed and such order has not been insolvency or liquidation of the
set aside within 90 (ninety) days of the Contractor
date thereof or the Contractor is is admitted by a court of competent
id

ordered to be wound up by a court jurisdiction and a provisional


except for the purpose of liquidator, an
rB

amalgamation or reconstruction; interim resolution professional,


provided that, as part of such resolution professional, or a receiver is
amalgamation or reconstruction, the appointed and such order has not been
entire property, assets and undertaking set aside within 90 (ninety) days of the
fo

of the Contractor are transferred to the date


amalgamated or reconstructed entity thereof or the Contractor is ordered to
and that the amalgamated or be wound up by a court except for the
reconstructed entity has purpose of amalgamation or
ot

unconditionally assumed the reconstruction; provided that, as part


obligations of the Contractor under of such amalgamation or
this Agreement; and provided that: (a) reconstruction, the entire property,
N

The amalgamated or reconstructed assets and undertaking of the


entity has the capability and Contractor are transferred to the
experience necessary for the amalgamated or reconstructed entity
performance of its obligations under and that the amalgamated or
this Agreement; and (b) The reconstructed entity has
amalgamated or reconstructed entity unconditionally assumed the
has the financial standing
50 to perform obligations of the Contractor under
Generated from eOffice by Hansraj Sharma,
its obligations under this Agreement
CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
this Agreement; and provided that: (a)
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI Number
Corrigendum Existing Context/Clause Amended/Added Context/Clause
and has a credit worthiness at least as The amalgamated or reconstructed
good as that of the Contractor as at the entity has the capability and
Appointed Date; experience necessary for the
performance of its obligations under
this Agreement; and (b) The
amalgamated or reconstructed entity
has the financial standing to perform
its obligations under this Agreement
and has a credit worthiness at least as

t
good as that of the Contractor as at the

en
Appointed Date;
Corrigendum 20(XVI) This Agreement shall not be assigned This Agreement shall not be assigned
EFC, Vol- II (Page 124, Clause by the Contractor to any person, save by the Contractor to any person, save

m
22.1) and except with the prior consent in and except with the prior consent in
writing of the Authority, which writing of the Authority, which
consent the Authority shall be entitled consent the Authority shall be entitled

ay
to decline without assigning any to decline without assigning any
reason. reason. Provided that the Authority
shall not unreasonably withhold any

tP
consent in case of assignment to
scheduled commercial banks or public
sector enterprises or public financial
institutions or their representatives as

ou
security for providing debt financing
to the Contractor. Provided further that
the Contractor shall be required to
intimate the Authority of such
ith
assignment within 30 (thirty) days of
execution of the loan agreement
Corrigendum 20(XVII) In the event that either Party receives a “In the event that the Authority
w
EFC, Vol- II (Page 127, Clause claim or demand from a third party in receives a claim or demand from a
23.3) respect of which it is entitled to the third party in respect of which it is
benefit of an indemnity under this entitled to the benefit of an indemnity
Agreement (the “Indemnified Party”) under this Agreement (the
ng

it shall notify the other Party (the “Indemnified Party”) it shall notify the
“Indemnifying Party”) within 15 Contractor
(fifteen) days of receipt of the claim or (the “Indemnifying Party”) within 15
di

demand and shall not settle or pay the (fifteen) days of receipt of the claim or
claim without the prior approval of the demand and shall not settle or pay the
Indemnifying Party, which approval claim without the prior approval of the
id

shall not be unreasonably withheld or Indemnifying Party, which approval


delayed. In the event that the shall not be unreasonably withheld or
rB

Indemnifying Party wishes to contest delayed. In the event that the


or dispute the claim or demand, it may Indemnifying Party wishes to contest
conduct the proceedings in the name of or dispute the
the Indemnified Party, subject to the claim or demand, it may conduct the
fo

Indemnified Party being secured proceedings in the name of the


against any costs involved, to its Indemnified
reasonable satisfaction Party, subject to the Indemnified Party
being secured against any costs
ot

involved, to its reasonable


satisfaction.”
Corrigendum 20(XVIII) The Parties hereto agree that payments The Parties hereto agree that payments
N

EFC, Vol- II (Page 135 Clause due from one Party to the other Party due from one Party to the other Party
25.3) under the provisions of this Agreement under the provisions of this Agreement
shall be made within the period set shall be made within the period set
forth therein, and if no such period is forth therein, and if no such period is
specified, within 30 (thirty) days of specified, within 30 (thirty) days of
receiving a demand along with the receiving a demand along with the
necessary particulars.
51 In the event of necessary particulars. In the event of
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on such
delay beyond period,
27/03/2023 the
09:37 pm delay beyond such period, the
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI Number
Corrigendum Existing Context/Clause Amended/Added Context/Clause
defaulting Party shall pay simple defaulting Party shall pay simple
interest for the period of delay interest for the period of delay
calculated at a rate equal to 7% (seven calculated at a rate equal to 7% (seven
percent) per annum, save and except as percent) per annum, save and except as
otherwise specified in this Agreement. otherwise specified in this Agreement.
All interest payment under this All interest payment under this
Agreement and recovery thereof shall Agreement shall, save and except as
be without prejudice to the rights of the otherwise specified, be calculated at
Parties under this Agreement including quarterly rests, and recovery thereof

t
Termination thereof. shall be without prejudice to the rights

en
of the Parties under this Agreement
including Termination thereof.
Corrigendum 20(XIX) Termination Payment shall become Termination Payment shall become

m
EFC, Vol- II (Page 121 Clause due and payable to the Contractor due and payable to the Contractor
21.6.3) within 30 (thirty) days of a demand within 30 (thirty) days of a demand
being made by the Contractor to the being made by the Contractor to the

ay
Authority with the necessary Authority with the necessary
particulars, after the Valuation of particulars, after the Valuation of
Unpaid Works has been Unpaid Works has been
communicated by the Authority communicated by the Authority’s

tP
Engineer, and in the event of any Engineer, and in the event of any
delay, the Authority shall pay simple delay, the Authority shall pay simple
interest at the Rate of 7% (seven interest at the Rate of 7% (seven

ou
percent) per annum, on the amount of percent) per annum, on the amount of
Termination Payment remaining Termination Payment remaining
unpaid; provided that such delay shall unpaid; provided that such delay shall
not exceed 90 (ninety) days. For the not exceed 90 (ninety) days. For the
ith
avoidance of doubt, it is expressly avoidance of doubt, it is expressly
agreed that Termination Payment shall agreed that Termination Payment shall
constitute full discharge by the constitute full discharge by the
w
Authority of its payment obligations in Authority of its payment obligations in
respect thereof hereunder. respect thereof hereunder
Corrigendum 20(XX) Upon Termination on account of an Upon Termination on account of an
EFC, Vol- II (Page 121 Clause Authority Default under Clause 21.2 or Authority Default under Clause 21.2 or
ng

21.6.2) 21.3, the Authority shall: (i) Return the 21.3, the Authority shall:
Performance Security and Retention (i) Return the Performance Security
Money forthwith; (ii) Encash and and Retention Money forthwith;
di

appropriate the bank guarantee, if any, (ii) Encash and appropriate the bank
to the extent of the outstanding guarantee, if any, to the extent of the
Advance Payment, including interest outstanding Advance Payment,
id

thereon; and (iii) Pay to the Contractor, including interest thereon; and
by way of Termination Payment, an (iii) Pay to the Contractor, by way of
rB

amount equal to: (a) Valuation of Termination Payment, an amount


Unpaid Works; (b) The reasonable equal to:
cost, as determined by the Authority (a) Valuation of Unpaid Works;
Engineer, of the Plant and Materials (b) The reasonable cost, as determined
fo

procured by the Contractor and by the Authority Engineer, of the Plant


transferred to the Authority for its use, and Materials procured by the
only if such Plant and Materials are in Contractor and transferred to the
conformity with the Specifications and Authority for its use, only if such Plant
ot

Standards; (c) The reasonable cost of and Materials are in conformity with
temporary works, as determined by the the Specifications and Standards;
Authority Engineer; and shall adjust (c) The reasonable cost of temporary
N

from the sum thereof (i) any other works, as determined by the Authority
amounts payable or recoverable, as the Engineer;
case may be, in accordance with the (d) A sum not exceeding 5% (five
provisions of this Agreement, and (ii) percent) of the value of the work
all taxes due to be deducted at source remaining incomplete or
uncommenced on the date of
52 Termination notice taking effect.
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
and shall adjust from the sum thereof
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI Number
Corrigendum Existing Context/Clause Amended/Added Context/Clause
(i) any other amounts payable or
recoverable, as the case may be, in
accordance with the provisions of this
Agreement, and (ii) all taxes due to be
deducted at source
Corrigendum 20(XXI) 17.7.2 In the event of failure of the 17.7.2 In the event of failure of the
EFC, Vol- II (Page 98 Clause Authority to make payment to the Authority to make payment to the
17.7.2) Contractor within the time period Contractor within the time period
specified in this Clause 17.7, the specified in this Clause 17.7, the

t
Authority shall be liable to pay to the Authority shall be liable to pay to the

en
Contractor simple interest at a rate Contractor simple interest at a rate
equal to 7% (seven percent) per equal to 7% (seven percent) per
annum, on all sums remaining unpaid annum, on all sums remaining unpaid

m
from the date by which the same from the date by which the same
should have been paid, calculated in should have been paid, calculated in
accordance with the provisions of accordance with the provisions of

ay
Clause 17.7.1 (i) and (ii) and till the Clause 17.7.1 (a) and (b) and till the
date of actual payment. date of actual payment
Addendum 13(VIII) Appendix V

tP
RFP, (Page 62, Appendix V) INTEGRITY PACT
(Annexure 1)

Notes:

ou
1. There may be minor variation in referring to clause numbers and insignificant alterations in the clauses in addition
to the mentioned clauses in the list. It is advised to study the document in detail to ascertain various aspects and
provisions of the tender document.
ith
2. Bidders have to download the Bid documents from the e-procurement portal i.e. www.tenderwizard.in/RLDA
after registering themselves on portal and after payment of Tender Processing Fee & Bid Document Fee before last
date & time of downloading the e-bids online.
w
3. All Bidders are advised to see Amendments to RFP, if any, before submission of the e-bids. In case the bidder does
not submit the amended bids/amendments, it will be presumed that bidder has seen the amendments/ Amended bids
and e-bid will be evaluated accordingly. The decision of RLDA shall be final and binding.
ng

4. Any Corrigendum/Addendum to this RFP Notice, if any, would appear only on above mentioned websites and will
not be published in newspapers.
di

DGM/Tender
id

ANNEXURE 1
rB

APPENDIX V
fo

INTEGRITY PACT
GENERAL
ot

This Integrity Pact (hereinafter called the “Integrity Pact”) is made on [·] day of the month of [·] 20[·], between,

Rail Land Development Authority acting through Shri/Smt. [insert designation of the officer], (hereinafter called
N

the “Client”, which expression shall mean and include, unless the context otherwise requires, his/her successors
in office and assigns) of the First Part;

And

M/s [·] represented by Shri/Smt [·], [insert designation] (hereinafter called the “Bidder/ Contractor” which
expression shall mean and include, unless the context otherwise
53 requires, his/her successors and permitted assigns)
Generated ofeOffice
from the Second part.Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
by Hansraj
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI
RECITALS

A. WHEREAS the Client proposes to procure services as elaborated in the EPC agreement (“Contract”)
and the Contractor is willing to offer/has offered the Works.

B. WHEREAS the Contractor is a Private Company/ Public Company/ Government Undertaking/


Partnership/[any other], constituted in accordance with the relevant law in the matter and the Client is an
autonomous body performing its functions on behalf of the President of India.

t
PREAMBLE

en
To avoid forms of corruption by following a system that is fair, transparent and free from any influence/prejudiced
dealings prior to, during and subsequent to the currency of the contract to be entered into with a view to:-

m
(i) Enabling the Client to obtain the desired said Contract at a competitive price in conformity with the
defined specifications by avoiding the high cost and the distortionary impact of corruption on public

ay
procurement; and

(ii) Enabling Bidders to abstain from bribing or indulging in any corrupt practice in order to secure the

tP
Contract by providing assurance to them that their competitors will also abstain from bribing and other
corrupt practices and the Client will commit to prevent corruption, in any form, by its officials by
following transparent procedures.

ou
The parties hereto hereby agree to enter into this Integrity Pact and agree as follows:

1. Commitments of the Client


ith
(i) The Client undertakes that no official of the Client, connected directly or indirectly with the
Contract, will demand, take a promise for or accept, directly or through intermediaries, any bribe,
w
consideration, gift, reward, favour or any material or immaterial benefit or any other advantage
from the Contractor either for themselves or any person, organization or third party related to the
Contract, in exchange for an advantage in the bidding process, bid evaluation, contracting or
ng

implementation process related to the Contract.

(ii) The Client will, during the pre-contract stage, treat all Bidders alike, and will provide to all
di

Bidders the same information and will not provide any such information to any particular Bidders
which could afford an advantage to that particular the Contractor in comparison to other Bidders.
id

(iii) All the officials of the Client will report to the appropriate Government any attempted or
completed breaches of the above commitments as well as any substantial suspicion of such a
rB

breach.

2. In case any such preceding misconduct on the part of such official(s) reported by the Contractor to the
fo

Client with full and verifiable facts and the same is prime facie found to be correct by the Client, necessary
disciplinary proceedings, or any other action as deemed fit, including criminal proceedings may be
initiated by the Client and such a person shall be debarred from further dealings related to the Contract
process. In such a case while an enquiry is being conducted by the Client the proceedings under the
ot

Contract would not be stalled.


N

3. Commitments of Bidders

The Bidder/Contractor commits itself to take all measures necessary to prevent corrupt practices, unfair
means and illegal activities during any stage of its bid or during any pre-contract or post-contract stage in
order to secure the Contract or in furtherance to secure it and in particular committee itself to the
following:-
54
Generated
3.1 The Bidder/ Contractor will not offer, directly or through intermediaries, any bribe, gift, consideration,
from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o reward,
CPM/ADI favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or
inducement to any official of the Client, connected directly or indirectly with the bidding process, or to
any person, organization or third party related to the Contract in exchange for any advantage in the
bidding, evaluation, contracting and implementation of the Contract.

3.2 The Contractor further undertakes that it has not given, offered or promised to give, directly or indirectly
any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage,
commission, fees, brokerage or inducement to any official of the Client or otherwise in procuring the
Contract or forbearing to do or having done any act in relation to the obtaining or execution of the Contract

t
or any other contract with the Government/public sector enterprises (PSU) for showing or forbearing to

en
show favour or disfavour to any person in relation to the Contractor any other contract with the
Government/PSU.

m
3.3 The Contractor shall disclose the name and address of agents and representatives and, if applicable, the
Contractor shall disclose details of their foreign principals or associates.

ay
3.4 The Contractor shall disclose the payments to be made by them to agents/brokers or any other
intermediary, in connection with this bid/contract.

tP
3.5 The Contractor either while presenting the bid or during pre-contract negotiations or before signing the
Contract shall disclose any payments he has made, is committed to or intends to make to officials of the
Client or their family members, agents, brokers or any other intermediaries in connection with the

ou
Contract and the details of services agreed upon for such payments.

3.6 The Contractor will not collude with other parties interested in the Contract to impair the transparency,
ith
fairness and progress of the bidding process, bid evaluation, contracting and implementation of the
Contract.
w
3.7 The Contractor will not accept any advantage in exchange for any corrupt practice, unfair means and
illegal activities.
ng

3.8 The Contractor shall not use improperly, for purpose of competition or personal gain, or pass on to others,
any information provided by the Client as part of the business relationship, regarding plans, technical
proposals and business details, including information contained in any electronic data carrier. The
di

Contractor also undertakes to exercise due and adequate care lest any such information is divulged.

3.9 The Contractor commits to refrain from giving any complaint directly or through any other manner
id

without supporting it with full and verifiable facts.


rB

3.10 The Contractor shall not instigate or cause to instigate any third person to commit any of the actions
mentioned above.

3.11 If the Contractor or any employee of the Contractor or any person acting on behalf of the Contractor,
fo

either or indirectly, is a relative of any of the officials of the Client, or alternatively, if any relative of an
officer of the Client has financial interest/stake in the Bidder’s firm, the same shall be disclosed by the
Contractor at the time of filing of tender.
ot

The term ‘relative’ for this purpose would be as defined in the Companies Act, 2013.
N

4. Previous Transgression

4.1 The Contractor declares that no previous transgression occurred in the last 3 (three) years immediately
before signing of this Integrity Pact, with any other company in any country in respect of any corrupt
practices envisaged hereunder or with any Public Sector Enterprise in India or any Government
Department in India that could justify Bidder’s
55 exclusion from the tender process.
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o
4.2 CPM/ADI
The Contractor agrees that if it makes incorrect statement on this subject, the Contractor can be
disqualified from the tender process or the contact, if already awarded, can be terminated for such reason.

5. Sanctions for Violations

5.1 Any breach of the aforesaid provisions by the Contractor or any one employed/ engaged by it or acting
on its behalf (with or without the knowledge of the Contractor) shall entitle the Client to take all or any
one of the following actions, wherever required:-

t
5.1.1 The Performance Guarantee (after the Contract is signed) shall stand forfeited fully and the Client

en
shall not be required to assign any reason therefore.

5.1.2 To immediately cancel the Contract, if already signed, without giving any compensation to the

m
Contractor.

ay
5.1.3 To debar the Contractor from participating in future bidding processes of the Government of India
for a minimum period of five years, which may be further extended at the discretion of the Client.

tP
5.2 The decision of the Client to the effect that a breach of the provision of this Pact has been committed by
the Contractor shall be final and conclusive on the Contract. However, the Contractor can approach the

ou
Independent Monitors(s) appointed for the purpose of this Integrity Pact.

6. Independent Monitors
ith
The Client may appoint independent monitors for this Integrity Pact in its sole discretion from time to
time Or Authority may identify and appoint retired senior railway officials as independent monitors for
the purposes of this Integrity Pact.
w

7. Facilitation of Investigation
ng

In case of any allegation of violation of any provisions of this Integrity Pact or payment of commission,
the Client or its agencies shall be entitled to examine all the documents including the Books of Accounts
of the Contractor and the Contractor shall provide necessary information and documents in English and
shall extend all possible help for the purpose of such examination.
di

8. Law and Place of Jurisdiction


id

This Integrity Pact is subject to Indian Law. In case of any disputes arising out of, or in connection with
this Integrity Pact, the courts at New Delhi shall have exclusive jurisdiction.
rB

9. Other Legal Actions

The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may follow
fo

in accordance with the provisions of the extant law in force relating to any civil or criminal proceedings.

10. Validity
ot

10.1 The validity of this Integrity Pact shall be from the date of its signing and extend upto the complete
execution of the Contract to the satisfaction of the Client and the Contractor, including warranty period,
N

whichever is later. In case the Contractor is unsuccessful, this Integrity Pact shall expire after six months
from the date of the signing of the Contract.

10.2 Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact shall remain
valid. In this case, the parties will strive to come to an agreement to their original intentions.
56
The parties hereby sign this Integrity Pact at _____________________ on _____________________
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o
Client CPM/ADI Bidder

Name: Name:

Designation: Designation:

t
Witness (name and address):

en
1. _____________________

m
2. _____________________

ay
tP
ou
ith
w
ng
di
id
rB
fo
ot
N

57 Hemant Digitally signed by Hemant Kumar


DN: cn=Hemant Kumar, o, ou,

Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
Kumar
email=amtender@rlda.railnet.gov.in, c=US
Date: 2022.12.27 14:42:55 +05'30'
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI
RAIL LAND DEVELOPMENT AUTHORITY
(A Statutory Authority under Ministry of Railways, Government of India)
Unit No. 702-B, 7th Floor Konnectus Tower-II, DMRC Building,
Bhavbhuti Marg, Delhi - 110002

CORRIGENDUM No. 21 in RFP (Change in Bidding Condition) and EPC Agreement (Vol-II)
dated. 29.12.2022

t
“RFP Notice No.: RLDA/RFP/CD-69/SRD-15 of 2022 Dated 07.10.2022”

en
Rail Land Development Authority invites proposals through e-tendering single stage two packet bidding system from
Interested Eligible Bidders as per the conditions of Bid Document for “Re-development of Ahmedabad Railway

m
Station and construction of associated infrastructure on Engineering Procurement & Construction (EPC) Mode”
as per following details:

ay
This corrigendum No.21 in RFP and EPC document (Volume II ) should be read along with RFP and
EPC document which was already uploaded on 07.10.2022.

tP
Corrigendum Existing Context/Clause Amended Context/Clause
Number
Corrigendum Without prejudice to the provisions of Without prejudice to the provisions of Clause
21(I) Clause 15.1.1, the Defects Liability 15.1.1, the Defects Liability Period for and in

ou
EPC Period for and in respect of any respect of any Structure or MEP or HVAC
Clause 15.1.2 Structure or MEP or HVAC equipment comprising a new technology
equipment comprising a new that is not yet proven by actual usage, shall
ith
technology as specified in Schedule be deemed to be extended by a further period
B, shall be deemed to be extended by of 2 (two) year after the expiry of the Defects
a further period of 2 (two) year after Liability Period specified in Clause 15.1.1.
w
the expiry of the Defects Liability
Period specified in Clause 15.1.1.
Defect Liability Period shall also
ng

cover the extensions covered under


clause 15.6
Corrigendum Achieved average monthly financial Achieved average monthly financial
di

21(II) progress of at least Rs 33 crores per progress of at least Rs 33 crores per month in
month in any single construction work any single construction work costing not less
In RFP Clause no costing not less than Rs 500 crores and than Rs 500 crores and having a scheduled
id

2.2.2.2 (ii) having a scheduled completion period or actual completion period of not less than
of not less than 12 (twelve) months (not 12 (twelve) months (not necessarily similar
rB

necessarily similar work), during the work), during the last 7 (seven) years ending
last 7 (seven) years ending on on 31.12.2022. The value of average monthly
31.12.2022. The value of average financial progress shall be worked out on the
monthly financial progress shall be basis of completion cost of work divided by
fo

worked out on the basis of completion actual duration for completion of work. The
cost of work divided by actual duration value of average monthly financial progress
for completion of work. The value of shall be brought to current costing level by
ot

average monthly financial progress enhancing the actual value of monthly


shall be brought to current costing level turnover of single work at simple rate of 7%
by enhancing the actual value of per annum; calculated from the date of
N

monthly turnover of single work at completion of the work to 31.12.2022.


simple rate of 7% per annum;
calculated from the date of completion
of the work to 31.12.2022.

1. There may be minor variation in referring to clause 58 numbers and insignificant alterations in the clauses in addition
Generated
to the mentioned clauses in the list. It is advised to study the document in detail to ascertain various aspects and
from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI
provisions of the tender document.
2. Bidders have to download the Bid documents from the e-procurement portal i.e. www.tenderwizard.in/RLDA after
registering themselves on portal and after payment of Tender Processing Fee & Bid Document Fee before last date
& time of downloading the e-bids online.
3. All Bidders are advised to see Amendments to RFP, if any, before submission of the e-bids. In case the bidder does
not submit the amended bids/amendments, it will be presumed that bidder has seen the amendments/ Amended
bids and e-bid will be evaluated accordingly. The decision of RLDA shall be final and binding.
4. Any Corrigendum/Addendum to this RFP Notice, if any, would appear only on above mentioned websites and will
not be published in newspapers.

t
en
DGM/Tender

m
ay
tP
ou
ith
w
ng
di
id
rB
fo
ot
N

Hemant
Digitally signed by Hemant

59 Kumar
DN: cn=Hemant Kumar, o, ou,
email=amtender@rlda.railnet.

Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm Kumar gov.in, c=US
Date: 2022.12.29 15:04:09
+05'30'
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1350676/2023/O/o Member
1405008/2023/O/o CPM/ADIProject
RAIL LAND DEVELOPMENT AUTHORITY
(AStatutoryAuthorityunderMinistryofRailways,Governmentof India)
Unit No. 702-B, 7 Floor Konnectus Tower-II, DMRC Building,
th

Bhavbhuti Marg, Delhi - 110002

CORRIGENDUM No. 22 and Addendum 14 in RFP and EPC Agreement (Vol-II) dated.
06.01.2023

t
“RFP Notice No.: RLDA/RFP/CD-69/SRD-15 of 2022 Dated 07.10.2022”

en
Rail Land Development Authority invites proposals through e-tendering single stage two packet bidding system from
Interested Eligible Bidders as per the conditions of Bid Document for “Re-development of Ahmedabad Railway

m
Station and construction of associated infrastructure on Engineering Procurement & Construction (EPC) Mode” as
per following details:

ay
These corrigendum No.22 and addendum 14 in RFP and EPC document (Volume II ) should be read
along with other corrigendum/addendum as well as draft RFP and EPC document which was already
uploaded on 07.10.2022.

tP
Corrigendum Existing Context/Clause Amended Context/Clause
Number
Corrigendum 22(I) Notwithstanding anything to the Notwithstanding anything to the contrary
EFC, Vol- II , contrary contained in this contained in this Agreement, the Parties

ou
(Page 33, Clause Agreement, the Parties expressly expressly agree that the aggregate Damages
4.1.5) agree that the aggregate Damages payable by the Authority under Clauses
4.1.4, 8.3 ,9.2 and 21.6.2 shall not exceed
payable by the Authority under
ith
5% ( five per cent) of the Contract Price.
Clauses 4.1.4, 8.3 and 9.2 shall For the avoidance of doubt, the Damages
not exceed 2.5% (Two point five payable by the Authority under the aforesaid
per cent) of the Contract Price.
w
Clauses shall not be additive if they arise
For the avoidance of doubt, the concurrently from more than one cause but
Damages payable by the relate to the same part of the Project.
Authority under the aforesaid
ng

Clauses shall not be additive if


they arise concurrently from more
than one cause but relate to the
di

same part of the Project.


Corrigendum 22(II) The Contractor shall, for the The Contractor shall, for the performance of
id

EPC Clause 7.1.1, performance of its obligations its obligations hereunder, provide to the
Page 42 hereunder, provide to the Authority, Authority, within 21 (Twenty one) days of
rB

within 30 (Thirty) days of issue of issue of LOA, an irrevocable and


LOA, an irrevocable and unconditional Bank Guarantee (the
unconditional Bank Guarantee (the “Performance Security”) for an amount
“Performance Security”) for an equal to 3% (three per cent) of the Contract
fo

amount equal to 3% (three per cent) Price from a Bank in the form set forth in
of the Contract Price from a Bank in Annex–I of Appendix–1.
the form set forth in Annex–I of The Performance Security shall be valid
Appendix–1. until 60 (sixty) days of the expiry of the
ot

The Performance Security shall be Defects Liability Period specified in Clause


valid until 60 (sixty) days of the 15.1.1. Until such time the Performance
N

expiry of the Defects Liability Period Security is furnished by the Contractor


specified in Clause 15.1.1. Until such pursuant hereto and the same comes into
time the Performance Security is effect, the Bid Security shall remain in force
furnished by the Contractor pursuant and effect, and upon such furnishing of the
hereto and the same comes into Performance Security, the Authority shall

1
60
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
06/01/202309:37
10:43pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1350676/2023/O/o Member
1405008/2023/O/o CPM/ADIProject
effect, the Bid Security shall remain release the Bid Security to the Contractor.
in force and effect, and upon such For the avoidance of doubt, the Parties
furnishing of the Performance expressly agree that the Contractor shall
Security, the Authority shall release provide, no later than 30 (thirty) days prior
the Bid Security to the Contractor. to the expiry of the Performance Security
For the avoidance of doubt, the for the Defects Liability Period specified in
Parties expressly agree that the Clause 15.1.1, a Performance Security in
Contractor shall provide, no later respect of the extended Defects Liability
than 30 (thirty) days prior to the Period, as specified in Clause 15.1.2, for an

t
expiry of the Performance Security amount equal to 3% (three per cent) of the

en
for the Defects Liability Period estimated cost of the Structures, HVAC,
specified in Clause 15.1.1, a MEP equipment, if any, comprising a new
Performance Security in respect of technology beyond whatever is specified in
the extended Defects Liability Schedule B and Schedule C.

m
Period, as specified in Clause 15.1.2,
for an amount equal to 3% (three per

ay
cent) of the estimated cost of the
Structures, HVAC, MEP equipment,
if any, comprising a new technology
beyond whatever is specified in

tP
Schedule B and Schedule C.
Corrigendum Submission of Within 30 days Submission of Within 21 days of
22(III), page 9 of Performance of issue of Letter Performance issue of Letter of

ou
RFP, 1.1.2 ( Sr No Security of Award (LOA) Security Award (LOA)
19)
Addendum 14 Following are added in Annexure III Bid
Security:
ith
In RFP Page No. Notwithstanding anything to the
58, Appendix-III, contrary contained herein above:
BID SECURITY a. Our liability under this bank
w
guarantee shall not exceed
Rs…….._ (in words)
b. This Bank Guarantee shall be
ng

valid up to ___________
c. Further, a claim period of
_________ * after validity
period is available to you to
di

make a demand under this


bank guarantee, in respect of a
id

cause of action which has


arisen during the validity
period only.
rB

d. We are liable to pay up to the


guarantee amount if and only
if, we receive from you a
return claim or demand within
fo

the validity period of the


guarantee as above or within
claim period if any.
ot

Note- * Claim period of One year may


be provided
N

1. There may be minor variation in referring to clause numbers and insignificant alterations in the clauses in addition to
the mentioned clauses in the list. It is advised to study the document in detail to ascertain various aspects and
provisions of the tender document.
2. Bidders have to download the Bid documents from the e-procurement portal i.e. www.tenderwizard.in/RLDA after
registering themselves on portal and after payment of61
2 Tender Processing Fee & Bid Document Fee before last date &
time of downloading the e-bids online.
Generated from eOffice by Hansraj
HEMANT Sharma,
3. All Bidders areKUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
advised AM_TNDR,RLDA
to see Amendments toRLDA
onon27/03/2023
RFP, if06/01/2023
09:37
10:43pm
any, before pm
submission of the e-bids. In case the bidder does
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1350676/2023/O/o Member
1405008/2023/O/o CPM/ADIProject
not submit the amended bids/amendments, it will be presumed that bidder has seen the amendments/ Amended bids
and e-bid will be evaluated accordingly. The decision of RLDA shall be final and binding.
4. Any Corrigendum/Addendum to this RFP Notice, if any, would appear only on above mentioned websites and will
not be published in newspapers.

DGM/Tender

t
en
m
ay
tP
ou
ith
w
ng
di
id
rB
fo
ot
N

Digitally signed
HEMANT by HEMANT
KUMAR
3
62
KUMAR Date: 2023.01.06
22:45:44 +05'30'
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
06/01/202309:37
10:43pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

(AStatutoryAuthorityunderMinistryofRailways,Governmentof India)
Unit No. 702-B, 7thFloorKonnectus Tower-II, DMRC Building,Bhavbhuti
Marg, Delhi - 110002

CORRIGENDUM No. 23- B and ADDENDUM No. 15 in Schedule C, Schedule DB ,


Schedule DC dated 29.01.2023

t
“RFP Notice No.: RLDA/RFP/CD-69/SRD-15 of 2022 Dated 07.10.2022”

en
Rail Land Development Authority invites proposals through e-tendering single stage two packet bidding system from
Interested Eligible Bidders as per the conditions of Bid Document for “Re-development of Ahmedabad Railway

m
Station and construction of associated infrastructure on Engineering Procurement & Construction (EPC) Mode”
as per following details:

ay
These corrigendum No.23-B and addendum 15 in Schedule C, Schedule DB & Schedule DC and should
be read along with other corrigendum/addendum as well as RFP and EPC document which was already
uploaded on 07.10.2022.

tP
Corrigendum (23-B is 23 in Col1) and Addendum for Schedule C: Make list

ou
Corrigendum Existing Context/Clause Amended Context/Clause
Number
Corrigendum Category &Materials Approved Category &Materials Approved
ith
(23AI) makes/Brands makes/Brands
Schedule C (For Atrium structure) Steel hollow sections APL Apollo,
Annexure IV Apollo, TATA, Jindal
w
(Page 113) Steel hollow sections TATA,
Jindal
ng

Corrigendum (civil & structural) TATA , Usha HTS, HTS Strands TATA Usha Martin
di

(23AII) Martin Dynamic


Schedule C HTS, HTS Strands
id

Annexure IV
(Page 113)
rB

Corrigendum (civil & structural) M.C. Bauchemie M.C. Bauchemie


fo

(23AIII) ,fosroc, pidilite Plasticizer, Super ,fosroc, pidilite


Schedule C Plasticizer, Super CICO, Plasticizer, Admixtures, CICO,
Annexure IV Plasticizer, Admixtures, Sika, Other construction Sika,
(Page 113) Other construction BASF, chemicals BASF, Asian
ot

chemicals Asian Laboratories, Laboratories,


MAPEI, MAPEI,
MYK Arment MYK Arment
N

Corrigendum (civil & structural) Waterproofing


BASF, BASF,
(23AIV) Compound (Crystalline)
Schedule C Waterproofing Compound Sika, Sika,
Annexure IV (Crystalline)
TIKIDAN, TIKIDAN,
(Page 114) 1
63
Fosroc, Fosroc,
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject MYK Arment, MYK Arment,
Sunanda Sunanda
Chemicals, Chemicals,
Pidilite Pidilite,
M.C. Bauchemie
Corrigendum (civil & structural) GRACE, Waterproofing Self GRACE
(23V) Fosroc, Adhesive (HDPE) ,FosrocPidilite,
Schedule C Waterproofing Self Pidilite, membrane MYK Arment,

t
en
Annexure IV Adhesive (HDPE) MYK Arment, Technolicol,
(Page 114) membrane Technolicol, TIKIDAN
TIKIDAN, SIKA, STP,
SIKA, Mapei ,Asian

m
STP Paints,
Asian Paints M.C. Bauchemie

ay
,Sunand
Corrigendum (civil & structural) Pidilite, EPDM Fire Stone,DBS
(23VI) STP, Waterproofing Sunanda, Pidilite
Schedule C EPDM Fire Stone Membrane STP ,Polygomma

tP
Annexure IV Waterproofing Membrane
(Page 114 )
Corrigendum (civil & structural) BASF, PU Elastomeric BASF, Fosroc,

ou
(23VII) Fosroc, Membrane (spray Sika
Schedule C PU Elastomeric Sika, applied for Deck STP, Pidilite,
Annexure IV Membrane (spray applied STP, Waterproofing) MYK Arment,
(Page 114 ) for Deck Waterproofing) Pidilite, Sunanda
ith
MYK Arment
w
Corrigendum (civil & structural) Fosroc, Sika, Concrete Curing Fosroc, Sika
(23VIII) BASF, Pidiltie, Compound BASF
Schedule C Concrete Curing MYK Arment, Pidilite,Mapei
ng

Annexure IV Compound Mapei, STP, MCB MYK Arment,


(Page 111 ) Bauchemie, Cico STP
TIKIDAN M.C.
Bauchemie, Cico
di

Corrigendum (civil & structural) UP Twiga, Glasswool Insulation UP Twiga ,Poly


(23IX) Poly Glass, Glass,
id

Schedule C Glasswool Insulation Ownscorning Ownscorning


Annexure IV Rockwool India,
rB

(Page 114 ) USG Kanauff


Corrigendum (civil & structural) DPI Daylighting, Polycarbonate Sheet DPIDaylighting
(23X) Gallina, ,Gallina, Lexan,
Schedule C Polycarbonate Sheet Lexan, Tuflite
fo

Annexure IV Tuflite, ,PolygalDanpal


(Page 114 ) Polygal
Corrigendum (PPC & RCC WORK) Tata,UshaMartin Soil Anchor For Tata ,Usha, Martin
(23XI) Diaphragm Wall Frayssinet
ot

Schedule C Soil Anchor For India,


Annexure IV Diaphragm Wall Dynamic
N

(Page 159 )
Corrigendum (civil & structural) Hilti, Rebarring Chemical Hilti, Fischer, ICFS,
(23AXII) 3M India, 3M India,
Schedule C Rebarring Chemical Birla Birla
Annexure IV
(Page 114 )
2
64
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

Addendum (civil & structural) Sanfield,Megaba,


(15AI) Deevin
Schedule C Modular type Expansion
Annexure IV Joint System for
(Page ) Bridges
Addendum (civil & structural) Sanfield, Megaba
(15AII)

t
Schedule C Pot-PTFE bearings

en
Annexure IV
(Page )
Corrigendum (civil & structural) Saint Gobain, Moisture Resistant SaintGobain,
(23AXIII) Gyproc, Board Gyproc,USGKAN

m
Schedule C Moisture Resistant Board USG KANAUF, AUF
Annexure IV Greenlam, Greenlam, Duro,

ay
(Page 114 ) Duro, Merino,
Merino, Century,
Century TIKIDAN

tP
Corrigendum (civil & structural) Saint Gobain, Fire rated Glazed door Saint Gobain, ,
(23AXIV) Shakti Horman, Shakti Horman
Schedule C Fire rated Glazed door Navair, Sukriti Navair, Sukriti
Annexure IV

ou
(Page 111 )
Corrigendum (civil & structural) Shakti Horman, Metal Fire rated Doors Shakti Horman,
(23AXV) Pacific, Navair, Pacific, IHMS,
Schedule C Metal Fire rated Doors IHMS, Bhavani, Bhavani, Navair,
ith
Annexure IV Sukriti Sukriti ASES
(Page 111 )
Corrigendum (civil & structural) Promat, Ardor, Wooden Fire rated Doors Promat, , Ardor
w
(23AXVI) Navair, Sukriti, Navair, Sukriti,
Schedule C Wooden Fire rated Doors ASES Security Kenwood ASES
Annexure IV Secrurity
ng

(Page 111 )
Corrigendum (civil & structural) Dorma, Assa Fire Rated Hardware & Dorma, Becker
(23AXVII) Abloy (Yale0, System Fire
di

Schedule C Fire Rated Hardware & Hafele, Geze, Solutions, , Hafele,


Annexure IV System Hormann, Becker Assa Abloy
(Page 111) Fire solutions (Yale), Geze
id

,Hormann,
Corrigendum (civil & structural) 3 M, Hilti, Dorma, Fire Seal, Fire smoke 3 M, Hilti, Dorma,
rB

(23AXVIII) Sealz, Lorient, Seal Sealz, Lorient,


Schedule C Fire Seal, Fire smoke Seal Kelargo, Raven, Kelargo, Raven,
Annexure IV Athme Athme
(Page 111)
fo

Corrigendum (civil & structural) Schuco, Aluk, Façade and window wall Schuco, Aluk,
(23AXIX) Technal, Façade 1, system Technal,
Schedule C Façade and window wall SAPA, Lilli, Façade 1, SAPA,
Lilli, Reyners,
ot

Annexure IV system Reyners, Gutman


(Page 114 ) Gutman
Corrigendum (civil & structural) Wacker, Dow Silicone Sealant Wacker, Dow
N

(23AXX) corning, GE corning, GE


Schedule C Silicone Sealant momentive, momentive,
Annexure IV Tremco, Mapei, Tremco Mapei,
(Page 114 ) MC-bauchemie, MC-bauchemie,
Pidilite Pidilite
Corrigendum (civil & structural) Hilti, 3M, STI, Fire stop in curtain walls Hilti 3M, STI,
(23AXXI) Siderise
3
65 system Siderise
Schedule HEMANT
C Fire stop in curtainAM_TNDR,
walls RLDA Fischer
Generated from eOffice by Hansraj Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI, RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o
1371043/2023/O/o
1405008/2023/O/o Member
Member
CPM/ADI
Annexure IV Project
Project
system
(Page 111)
Corrigendum (civil & structural) Comfy, forest System for motorized Somfy, Forest
(23AXXII) motorized curtain motorized
Schedule C System for motorized systems, Hunter systems,
Annexure IV curtain Douglas, Toso Hunter Doulgas,
(Page 113 ) company limited Toso company
limited
Corrigendum (civil & structural) LG, 3M, Garware, Frosted film LG, 3M, Garware,

t
(23AXXIII) Frosted film Dupont Dupont

en
Schedule C
Annexure IV
(Page 112 )
Corrigendum (civil & structural) Dormakaba,Lindn Aluminium glass Dormakaba Lindner,

m
(23AXXIV) er,VetroPartizone, partition system Vetro Partizone
Schedule C Aluminium glass partition Kubik,Bottomline, Kubik, Bottom line,

ay
Annexure IV system Otic,Deko Otic, Deko
(Page 114 )
Corrigendum (civil & structural) Fosroc, Poly-Sulphide Sealant Fosroc Pidilite

tP
(23AXXV) Pidilite, Sika
Schedule C Poly-Sulphide Sealant Sika, CICO Mapei Myk
Annexure IV CICO, Arment
(Page 115) Mapei, M.C. Bauchemie

ou
Myk Arment
Corrigendum (civil & structural) Kansai ,Nerolac, Epoxy Paint Kansai, Nerolac
(23AXXVI) Asian Asian
Schedule C Epoxy Paint Akzonobel(Dulux) Akzonobel(D
ith
Annexure IV ,FOSROC,ICI ulux)
(Page 116 ) FOSROC, ICI
Corrigendum (civil & structural) CIPY, Epoxy Flooring M.C. Bauchemie,
w
(23AXXVII) BASF, CIPY,
Schedule C Epoxy Flooring FOSROC BASF,
Annexure IV TIKIDAN, FOSROC,
ng

(Page 116) MAPEI, TIKIDAN.


Myk Arment MAPEI,
Myk Arment
di

Corrigendum (civil & structural) Asian, Fire Paint Asian, Jotun,


(23AXXVIII) Jotun, Sunanda
Schedule C Fire Paint Akzonobel Akzonobel
id

Annexure IV
(Page 116)
rB

Corrigendum (civil & structural) Hilti, fisher, Blick, Dry stoned cladding Hilti, BAGI, Fisher
(23AXXIX) BAGI, KIEL, under cut anchor Blick,
Schedule C Dry stoned cladding under Trixel KIEL,Trixel
Annexure IV cut anchor ,WUERTH
fo

(Page 116 )
Corrigendum (civil & structural) Silence Panel, Acoustic panel Silence Panel
(23AXXX) Anutone, Techno, Anutone,
Acoustic panel
ot

Schedule C Rockworth Techno,


Annexure IV Rockworth
(Page 113 )
N

Corrigendum (civil & structural) Mkas (Greenlam), Engineered wooden Mkas


(23AXXXI) Junkers, Hero, flooring and skirting (GreenlamJunkers,
Schedule C Engineered wooden Tarkett, Haro,Tarkett,Havwo
Annexure IV flooring and skirting Havwoods, ods,Pergo, parador
(HIL)
(Page 112 ) parador (HIL),
Kahrs, Hero
Pergo, Kahrs
Corrigendum (civil & structural) HR 4 66 Johnson, Engineered Marble HR Jhonson
Generated (23AXXXII)
from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI, Kalingastone,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm Kallingastone,
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o
1371043/2023/O/o
1405008/2023/O/o Member
Member
CPM/ADI
Schedule C Project
Project
Engineered Marble Nitco, Quastone Nitco, Quastone
Annexure IV
(Page 112)
Corrigendum (FLOORINGS) Pidilite, Tile / Stone Adhesive Pidilite, Ferrous
(23AXXXIII) Ferrous Crete, /Tile / Epoxy Grout Crete MYK
Schedule C Tile / Stone Adhesive MYK Laticrete, Laticrete
Annexure IV /Tile / Epoxy Grout Fosroc, Fosroc, BASF,
(Page 118 ) BASF, Kerakoll
Kerakoll M.C. Bauchemie

t
Corrigendum (FLOORINGS) Ironite, Floor Hardener IroniteFosrocHardo

en
(23AXXXIV) Fosroc, nite, Sikka
Schedule C Floor Hardener Hardonite, Ashford M.C.
Annexure IV Sikka Bauchemie
(Page 118 )

m
(GLAZINGS)
Corrigendum Saint Gobain, Glazing Structural / Saint Gobain,

ay
(23AXXXV) Glazing Structural / Pilkington, Suspended / Skylight Pilkington,
Schedule C Suspended / Skylight Asahi Gujrat Guardian
Annexure IV Asahi
Modi

tP
(Page 118 )
Corrigendum (GLAZINGS) Saint Gobain, Clear / Float / Frosted Saint Gobain, AIS,
(23AXXXVI) AIS, Glass Guardian
Schedule C Clear / Float / Frosted Pilkington, Pilkington

ou
Annexure IV Glass MODI Guard, MODI Guard, Atul
(Page 118 ) Atul
Corrigendum (GLAZINGS) Rinox, Stainless Steel Modular Rinox, Ozone D-
(23AXXXVII) Ozone, Railing, line POlat
ith
Schedule C Stainless Steel Modular D-line Accessories etc. in Grade Dorma, Koncept
Annexure IV Railing, SS 304 & 316
Accessories etc. in Grade
(Page 119)
w
SS 304 & 316
Corrigendum (GLAZINGS) Pilkington, Fire Rated Vision Pilkington,
(23AXXXVIII Schott, Panels Guardian, Schott
Fire Rated Vision Ferilite
ng

) Ferilite,
Schedule C Panels Saint Gobain, Saint
Annexure IV Glaverbel GobainGlaverbel
(Page 119 )
di

Corrigendum (GLAZINGS) Fenesta, UPVC Doors & Fenesta, Window


(23AXXXIX) Window Magic, Windows magic, Kommerling
id

Schedule C UPVC Doors & Kommerling Prominance


Annexure IV Windows
(Page 119)
rB

Corrigendum (HARDWARE) Dorma, Door Closer Dorma, Godrej


(23AXL) Godrej, Hettich,
Schedule C Door Closer Hettich, Everite, Hardwyn
Annexure IV Everite, Ozone
fo

(Page 119 ) Hardwyn

Corrigendum (HARDWARE) Iclean, Fire Rated DoorsShakti Iclean, Shakti,


ot

(23AXLI) Shakti, Hormann Hormann


Schedule C Fire Rated Doors Promat, Promat
Annexure IV Navair
N

Navair
(Page 119)
Corrigendum (HARDWARE) Dorma, SS Mortise lock with Dorma, Godrej
(23AXLII) Godrej, one dead bolt and pairof Hafele,
Schedule C SS Mortise lock with Hafele, SS Dorset,
Annexure IV one dead bolt and pairof Dorset handles steel Ozone ,Hettich
SS grade SS 304
(Page 119)
handles steel 5
67
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
grade AM_TNDR(HK),CPM/ADI,
SS 304 AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o
1371043/2023/O/o
1405008/2023/O/o Member
Member Project
CPM/ADIProject
Corrigendum (HARDWARE) Dorma, SS Mortise latch &lock Dorma, Godrej
(23AXLIII) Godrej, with six Hafele,
Schedule C SS Mortise latch &lock with Hafele, levers and pair of SS Dorset,
Annexure IV six Dorset handles Ozone ,Hettich
levers and pair of SS steelgrade SS304
(Page 119)
handles
steelgrade SS304
Corrigendum (HARDWARE) Dorma, SS Butt hinges with ball Dorma, Godrej
(23AXLIV) Godrej, bearing grade SS 304 - Ingersoll Rand
Schedule C SS Butt hinges with ball Ingersoll Rand Hettich

t
Annexure IV bearing grade SS 304 -

en
(Page 120 )
Corrigendum (HARDWARE) Godrej Pull handle back to back of Godrej
(23AXLV) Geze length 150mm of Steel Geze

m
Schedule C Pull handle back to back of Ozone Grade SS Ozone
Annexure IV length 150mm of Steel 304 - Hettich
(Page 120 ) Grade SS

ay
304 -
Corrigendum (HARDWARE) Dorma Lever handle in SS Dorma, Hafele
(23AXLVI) Hafele 304finish ,Godrej,Hettich
Schedule C Lever handle in SS Godrej Daikin

tP
Annexure IV 304finish Daikin
(Page 120 )
Corrigendum (HARDWARE) Dorma, Godrej, Magic Eye Dorma, Rand

ou
(23AXLVII) Ingersoll Rand Godrej, Ingersoll
Schedule C Magic Eye
Annexure IV
(Page 120 )
ith
Corrigendum (HVAC / York, Carrier, CHILLERS & CHILLER JOHNSONS
(23AXLVIII) VENTILATION Daikin, Dunham PLANT CONTROLS
Schedule C SYSTEM) Bush, Trane MANAGER (YORK),
w
Annexure IV TRANE, DAIKIN
CHILLERS DUNHAM BUSH,
(Page 120 )
CARRIER
Corrigendum (HVAC / Kirloskar, Bell & PRIMARY, KIRLOSKAR,
ng

(23AXLIX) VENTILATION Gossett,WILO SECONDARY CHILLER BELL &


Schedule C SYSTEM) (MATHER+PLATT), / GOSSET,
GRUNDFOS CONDENSER WATER WILO
Annexure IV
di

PUMPS (MATHER+PLATT),
(Page 120 ) CHILLED / GRUNDFOS,ARM
CONDENSERPUMPS STRONG
id

Corrigendum (HVAC / VENTILATION Mihir COOLING TOWERS - MIHIR,


(23AL) SYSTEM) Advance ADVANCE,
Schedule C Paharpur PAHARPUR,
rB

Annexure IV COOLING TOWERS - BELL,


FLOW
(Page 120 )
TECHAIR
Corrigendum (Air Handling Units & VTS AIR HANDLING UNITS VTS, SYSTEM
fo

(23ALI) TFA) System Air (EUROVENT / AHRI AIR, STULZ


Schedule C Stulz CERTIFIED) FLAKTWOOD,
Annexure IV AIR HANDLING UNITS Flaktwood EDGETECH,
(EUROVENT / AHRI ZECO
ot

(Page 120 ) Edgetech


CERTIFIED) CITIZEN ,WAVES,
Zeco CARRIER
N

Corrigendum (HVAC / VENTILATION Sinko FAN COIL UNIT & SINKO,


(23ALII) SYSTEM) Carryaire CASSETE UNIT CARRYAIRE,
Schedule C Trane TRANE
Annexure IV FAN COIL UNIT & EDGETECH,
CASSETE UNIT ZECO, CARRIER
(Page 120 )
Corrigendum (HVAC / VENTILATION Daikin SPLIT AC DAIKIN, HITACHI,
SYSTEM) 6
68 CARRIER, Toshiba
(23ALIII) Hitachi
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm VOLTAS
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o
1371043/2023/O/o
1405008/2023/O/o Member
Member
CPM/ADI
Schedule C Project
Project
SPLIT AC Toshiba
Annexure IV Carrier
(Page 120 )
Addendum (HVAC / VENTILATION TATA STEEL,
(15AIII) SYSTEM) JINDAL
Schedule C HISSAR,
Annexure IV M.S. PIPES SAIL,
(LESS THAN 300 MM JINDAL STAR,
(Page 120 )
DIA-ERW PIPE PRAKASH
M.S. PIPE (GREATER SURYA

t
THAN OR

en
EQUAL TO 300 MM DIA
–SPIRAL &
WELDED
Corrigendum (HVAC / VENTILATION Advance BUTTERFLY VALVES ADVANCE, L&T

m
(23ALIV) SYSTEM) L&T DANFOSS,
Schedule C Danfoss VTM, AXIM

ay
Annexure IV BUTTERFLY VALVES VTM ,CASTLE
(Page 120 ) Axim
Corrigendum (HVAC / VENTILATION Belimo MOTORIZED BELIMO

tP
(23ALV) SYSTEM) Danfoss BUTTERFLYVALVE DANFOSS
Schedule C ) Siemens SIEMENS
Annexure IV MOTORIZED Oventrop OVENTROP
(Page 121) BUTTERFLYVALVE HONEYWELL

ou
Corrigendum (HVAC / VENTILATION Belimo PRESSURE BELIMO
(23ALVI) SYSTEM) Danfoss INDEPENDENT DANFOSS
Schedule C Siemens CONTROL VALVE SIEMENS
PRESSURE (PICV) OVENTROP
ith
Annexure IV Oventrop
INDEPENDENT FLOWCON
(Page 121 ) CONTROL VALVE
(PICV)
w
Corrigendum (HVAC / VENTILATION Advance CHECK VALVES ADVANCE, L&T
(23ALVII) SYSTEM) L&T DANFOSS,
Schedule C Danfoss VTM, AXIM,
CHECK VALVES CASTLE
ng

Annexure IV VTM
(Page 121 ) Axim
Corrigendum (HVAC / VENTILATION Zoloto BALL VALVE ZOLOTO,
(23ALVIII) SYSTEM) Audco ADVANCE, KITZ
di

Schedule C RC VTM ,AXIM


Annexure IV BALL VALVE VTM CASTLE
id

(Page 121 ) Axin

Corrigendum (HVAC / VENTILATION Danfoss BALANCING VALVES SIEMENS


rB

(23ALIX) SYSTEM) Advance ADVANCE,


Schedule C Danfoss CASTLE
Annexure IV BALANCING VALVES VTM VTM, AXIM,
HONEYWEL
(Page 121 ) Axin
fo

L
DANFOSS

Corrigendum (HVAC / VENTILATION Belimo 2-WAY MODULATING BELIMO,


ot

(23ALX) SYSTEM) Honeywell VALVES HONEYWELL,


Schedule C Siemens WITH THERMOSTAT SIEMENS,
N

Annexure IV 2-WAY MODULATING DANFOSS,


VALVES FLOWCON
(Page 121 )
WITH THERMOSTAT
Corrigendum (HVAC / VENTILATION Resistoflex EXPANSION BELLOWS RESISTOFLEX,
(23LXI) SYSTEM) Easyflex EASYFLEX,
Schedule C Areaflex AREAFLEX,
Annexure IV EXPANSION BELLOWS Dunlop DUNLOP ,AXIM,
(Page 121 ) Axin 7
69 FLOWCON
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o
1371043/2023/O/o
1405008/2023/O/o Member
Member Project
CPM/ADIProject
Corrigendum (HVAC / VENTILATION Belimo BTU METER BELIMO,
(23LXII) SYSTEM) Siemens SIEMENS,
Schedule C Honeywell HONEYWEL
Annexure IV BTU METER Shenitech LL,
SHENITECH
(Page 121 )
,CASTLE
,FLAMCO
Corrigendum (HVAC / VENTILATION Feibig PRESSURE GUAGE FEIBIG, H. GURU,
(23ALXIII) SYSTEM) H. Guru (INDUSTRIAL EMERALD,
Schedule C Emerald TYPE) & AXIN,

t
Annexure IV PRESSURE GUAGE Axin TEMPERATURE GAUGE WAREE, BAUMER

en
(INDUSTRIAL
(Page 121 )
TYPE) & TEMPERATURE
GAUGE
Corrigendum (HVAC / VENTILATION Emerald, THERMOMETERS FEIBIG, H. GURU

m
(23LXIV) SYSTEM) Axin H. GURU,
Schedule C EMERALD, AXIN
Annexure IV THERMOMETERS

ay
(Page 122 )
Corrigendum (HVAC / VENTILATION Anergy, AIR SEPARATOR ANERGY,
(23ALXV) SYSTEM) Emerald, EMERALD,

tP
Schedule C Sandhu SANDHU
Annexure IV AIR SEPARATOR CASTLE,
FLAMCO
(Page 122 )

ou
Corrigendum (HVAC / VENTILATION Systemair, SYSTEMAIR,
(23ALXVI) SYSTEM) Caryaire, FIRE DAMPERS CARYAIRE,
Schedule C Ruskin, RUSKIN
FIRE DAMPERS TITUS,
ith
Annexure IV Greenheck
GREENHECK,
(Page 122 )
AIRMASTER
w
Corrigendum (HVAC / VENTILATION Belimo DAMPER ACTUATOR BELIMO,
(23ALXVII) SYSTEM) Sinider SINIDER
Schedule C Sinider
ng

Annexure IV DAMPER ACTUATOR


(Page 122 )
Corrigendum (HVAC / VENTILATION Systemair GRILLS/DIFFUSERS SYSTEMAIR,
(23ALXVIII) SYSTEM) Caryaire CARYAIRE,
di

Schedule C Titus RUSKIN


Annexure IV GRILLS/DIFFUSERS Trox TITUS,
id

(Page 122) TROX


,AIRMASTER
rB

Corrigendum (HVAC / VENTILATION Pidilite PROTECTIVE COATING PIDILITE


(23ALXIX) SYSTEM) Foster OVER (WEATHER
Schedule C Idendan INSULATION (LAG PROTECT COAT),
Annexure IV CISBOND COATING) FOSTER 30-36,
PROTECTIVE COATING IDENDAN,
fo

(Page 122)
OVER CISBOND/CISCHE
INSULATION (LAG M,
COATING) MAGIK 30-36,
ot

STARBOND
30-36
N

Corrigendum (HVAC / VENTILATION Kruger PROPELLER FANS KRUGER


(23ALXX) SYSTEM) GE GE
Schedule C Crompton CROMPTON
Annexure IV PROPELLER FANS WOLTER,
(Page 123 ) NICOTRA,DYNAI
R
Corrigendum (HVAC / VENTILATION DRI HEAT RECOVERY DRI, ENVENTUS
(23ALXXI) SYSTEM) 8
70
Enventus (Ostberg) WHEEL UNITS FLAKTWOO
Generated from Schedule
eOffice by Hansraj
HEMANT
C Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA onon31/01/2023
RLDA
Flakt 31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm DS
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o
1371043/2023/O/o
1405008/2023/O/o Member
Member
CPM/ADI
Annexure IV Project
Project
HEAT RECOVERY OSTBERG
(Page 123) WHEEL UNITS EDGETECH ZECO

Corrigendum (HVAC / VENTILATION Hilti ANCHOR/FASTENER HILTI, FISCHER


(23ALXXII) SYSTEM) Fisher GRIPPLE,
Schedule C Gripple RAWLPLUG,
Annexure IV ANCHOR/FASTENER Rawlplug POWER
FASTENER,
(Page 123 )
WUERTH

t
Corrigendum (HVAC / VENTILATION GPL DUCT SUPPORT GPL, GRIPPLE

en
(23ALXXIII) SYSTEM) Gripple EASYFLEX, ZIP-
Schedule C Easyflex Zip- Clip CLIP
Annexure IV DUCT SUPPORT HI-TECH,
HIRA

m
(Page 123 )
WALRAVEN,
HILTI,
Fischer ,WUERTH

ay
Corrigendum (HVAC / VENTILATION Lloyds, Beardsell, PUF SADDLES FOR PIPE LLOYDS,
(23ALXXIV) SYSTEM) Malanpur SUPPORT BEARDSELL,
Schedule C MALANPUR,

tP
Annexure IV PUF SADDLES FOR PIPE TECHNONICOL,
SUPPORT SEVEN STAR
(Page 123 )
Corrigendum (HVAC / VENTILATION Ruskin ,Systemair, SOUND ATTENUATOR-
(23ALXXV) SYSTEM) Trox RUSKIN TITUS,

ou
Schedule C SYSTEMAIR,
Annexure IV SOUND ATTENUATOR TROX,
(Page 123 ) AIRMASTER
,CARYAIRE
ith
Corrigendum (HVAC / VENTILATION Nalco ALUMINIUM SHEET / NALCO
(23ALXXVI) SYSTEM) Hindalco PERFORATED HINDALCO
Schedule C Balco ALUMINIUM SHEET BALCO
w
Annexure IV ALUMINIUM SHEET /
PERFORATED
(Page 124 )
ALUMINIUM SHEET
ng

Corrigendum (HVAC / VENTILATION Honeywell Electronic Air Filtration HONEYWELL,


(23ALXXVII) SYSTEM) Trion system TRION, TRANE,
Schedule C Trane JOHNSON
di

Annexure IV Electronic Air Filtration CONTROLS,


system RUSKIN TITUS,
(Page 124 ) MAGNETO
id

Corrigendum (HVAC / VENTILATION Daikin VRF/VRV SYSTEM DAIKIN,TOSH


(23ALXXVIII SYSTEM) Toshiba IBA,CARRIER
rB

) Samsung ,MITSUBISHI
Schedule C VRF/VRV SYSTEM Mitsubishi Electric ELECTRIC
,VOLTAS
Annexure IV Midea
,HITACHI,
(Page 124 )
Samsung, Midea
fo

Corrigendum (HVAC / VENTILATION Camipro COPPER REFRIGERANT CAMIPRO, RAJCO


(23ALXXIX) SYSTEM) Rajco PIPE MANDEV,
Schedule C Mandev MEXFLOW
ot

Annexure IV COPPER REFRIGERANT


(Page 124 ) PIPE
Corrigendum (HVAC / VENTILATION UP Twiga FLEXIBLE DUCT - UP TWIGA,
N

(23ALXXX) SYSTEM) Caryaire CARYAIRE,


Schedule C & Atco ATCO,
Annexure IV FLEXIBLE DUCT RUSKIN TITUS,
SEVEN STAR
(Page 124 )
Corrigendum (PLUMBING & Jaquar Sanitary Fittings & Jaquar Premium,
(23ALXXXI) SANITARY) Kohler Accessories Kohler Hindware (
Schedule C 9
71
RAK Ceramics Italian
Generated from Annexure
eOffice by Hansraj
IV Sharma,
HEMANT KUMAR, CPM/ADI(HS),
Fittings &CPM/ADI,
AM_TNDR(HK),
Sanitary AM_TNDR,RLDA onon31/01/2023
RLDA
Duravit 31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm Collection)
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o
1371043/2023/O/o
1405008/2023/O/o Member
Member Project
CPM/ADIProject
(Page 124) Accessories Roca Duravit, Roca
Kerovit (Kajaria) Kerovit
Grohe (Kajaria),
Grohe, RAK
Ceramics
Corrigendum (PLUMBING & Geberit Concealed cistern Geberit Kohler Roca
(23ALXXXII) SANITARY) Kohler Jaguar
Schedule C Roca
Annexure IV Concealed cistern
(Page 124)

t
en
Corrigendum (PLUMBING & Astral UPVC Pipe and Astral, Supreme,
(23ALXXXIII SANITARY) Supreme Fittings - Astral
) Astral Flowguard
Schedule C UPVC Pipe and Flowguard Finolex

m
Annexure IV Fittings
(Page 125 )

ay
Corrigendum (PLUMBING & Astral CPVC Pipes &Fittings- Astral,Supreme
(23ALXXXIV SANITARY) Supreme ,Finolex,
) Finolex Flowguard
Schedule C CPVC Pipes &Fittings- Flowguard

tP
Annexure IV
(Page 126 )
Corrigendum (PLUMBING & RCC manhole Covers& KK manhole,
Frames Grating Co. Pvt Ltd,

ou
(23ALXXXV) SANITARY) KK manhole,
Schedule C Grating Co. Pvt D.I. Manhole Covers & Neco, Raj Iron
Annexure IV RCC manhole Covers Ltd Frames Foundry Agra,
Frames Kartar
(Page 126 ) Neco,
ith
Raj Iron Foundry
Agra,
Kartar
w
Corrigendum (PLUMBING & Jayana FloorTaps Leader, Astral
(23ALXXXVI SANITARY) Chilly Jayana,
) Nirali Chilly,Nira
ng

Schedule C orTaps
Annexure IV
(Page 127 )
Corrigendum (PLUMBING & Zoloto Non Return Valve (Check Zoloto
di

(23ALXXXVI SANITARY) Sant valve) 1⁄2” to11⁄4” Sant


I) L&K RCC manhole Covers& Leader
id

Schedule C Non Return Valve (Check Leader Frames Astral


Annexure IV valve) 1⁄2” to11⁄4” Astral KK manhole
RCC manhole Covers& Grating Co. Pvt
rB

(Page 127 )
Frames Ltd, L&K

Corrigendum (PLUMBING & Dhawan Sanitary Brass Ferrules Dhawan Sanitary


(23ALXXXVI SANITARY) Udyog, Udyog,
fo

II) Kalsi, Kalsi ,


Schedule C Brass Ferrules Annapurna Annapurna
Annexure IV
ot

(Page 127 )
Corrigendum (PLUMBING & Sintex Polythylene water Sintex
(23ALXXXIX SANITARY) Polycon storage tank Polycon
N

) Supreme Supreme
Schedule C Polythylene water Vectus Vectus
Annexure IV storage tank
(Page 127 )
Corrigendum (ELECTRICAL Siemens MCCB SIEMENS-3VL
(23AXC) WORKS) Legrand , ,LEGRAND-DPX3,
Schedule C 10
72
Schneider SCHNEIDER-
Generated from Annexure
eOffice by Hansraj
IV Sharma,
HEMANT KUMAR, CPM/ADI(HS),
MCCB CPM/ADI,
AM_TNDR(HK), AM_TNDR,RLDA onon31/01/2023
RLDA
ABB 31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm NSX/
CVS,
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o
1371043/2023/O/o
1405008/2023/O/o Member
Member Project
CPM/ADIProject
(Page 143) Havells ABB - Tmax ,L&T-
D’Sine

Corrigendum (ELECTRICAL Legrand MODULAR SWITCHES LEGRAND


(23AXCI) WORKS) Schneider Electric WITH ACCESSORIES, (ARTIER),
Schedule C Havel’s SOCKET OUTLETS AND SCHNEIDER
Annexure IV MODULAR SWITCHES MK WIRING ACCESSORIES (ZENCELO),
WITH ACCESSORIES, WITH MOULDED HAVELL’S
(Page 143 ) Honeywell
SOCKET OUTLETS AND COVER (MURANO),
L&T PLATE MKHONEYWELL
WIRING ACCESSORIES
RR

t
WITH MOULDED COVER (BLENZ PLUS),

en
PLATE L&T (ENGLAZE),
ABB (IIVE), RR
Corrigendum (ELECTRICAL Schneider MULTIFUNCTION SCHNEIDER
METERS (CONSERV),

m
(23AXCII) WORKS) Siemens
Schedule C Neptune SIEMENS,
Annexure IV MULTIFUNCTION Secure Neptune

ay
(Page 143 ) METERS Secure
L&T,
LEGRAND

tP
Addendum (ELECTRICAL SIEMENS, L&T
(15AIV) WORKS) ABB,
Schedule C SCHNEIDER,
AC POWER LEGRAND

ou
Annexure IV
(Page ) CONTACTOR,
DC POWER
CONTACTOR,
ith
AUXILIARY
CONTACTORS-
Corrigendum (ELECTRICAL Schneider, Bus Ducts / Rising Mains - SCHNEIDER,
(23AXCIII) WORKS) Legrand, LEGRAND
w
Schedule C C&S, C&S
Annexure IV L&T, L&T, Tricolite,
(Page 144 ) Bus Ducts / Rising Mains - Tricolite, RST
ng

RST SIEMENS
ABB
di

Corrigendum BatraHenlay, FRLS PVC Insulated Copper FINOLEX


(23AXCIV) (ELECTRICAL Finolex, Wire HAVELL’S
id

Schedule C WORKS) Havel’s, polycab,kei,


Annexure IV Universal, universal
FRLS PVC Insulated Copper RR KABLES
rB

(Page 144 ) Wire Polycab,


RAVIN
RR Cables GEMSCAB
BATRAHENLAY
RR CABEL
fo

Addendum (ELECTRICAL HAVELLS


(15AV) WORKS) ,POLYCAB
Schedule C ,BATRAHENLAY
Annexure IV XLPE INSULATED PVC RAVIN ,FINOLEX
ot

SHEATHED AL/COPPER KEI,


(Page )
CONDUCTOR RR KABEL,
ARMOURED BONTON
N

/ UNARMOURED 1.1 KV
(1100 V) GRADE
POWER
CABLE
Addendum (ELECTRICAL GEMSCAB
(15AVI) WORKS) ,DUCAB ,APAR
Schedule C 11
73 RAVIN CABLE
Annexure IV 33KV AND 11 KV H.T. ,KEI ,HAVELLS
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o
1371043/2023/O/o
1405008/2023/O/o Member
Member
CPM/ADI
(Page 120 ) Project
Project CABLE (XLPE, FRLS)

Corrigendum (ELECTRICAL Dowel LUGS / GLAND DOWELLS


(23AXCV) WORKS) Comet ,COMET ,BRACO
Schedule C Braco 3M ,CABSEAL,
Annexure IV LUGS / GLAND COSMOS
(Page 144 )
Corrigendum (ELECTRICAL AKG PVC CONDUIT & AKG, BEC
(23AXCVI) WORKS) BEC ACCESSORIES (ISI ,PRECISION,
MARKED) POLYPACK

t
Schedule C Polypack
Prince ISI Marked

en
Annexure IV PVC CONDUIT & Prince ISI Marked
(Page 144) ACCESSORIES (ISI Nor pack Nor pack
MARKED) PKS Export PKS Export
JPC JPC

m
Addendum (ELECTRICAL DEHN,OBO,ABB
(15AVII) WORKS)

ay
Schedule C
Lighting Protection System as
Annexure IV per IEC-62305
(Page )

tP
Corrigendum (ELECTRICAL WORKS) Slotco, SLOTCO ,MEM
(23AXCVII) Ricco, Cable Tray ,BEC,
Schedule C BEC, mk
Cable Tray (honeywell),

ou
Annexure IV Steelcraft,
(Page 145 ) Indeana, obo Steelcraft,
LLyod, Indeana,
Maheshwari LLyod,
ith
,Electricals Maheshwari
electricals,ricco
w
Corrigendum (ELECTRICAL Philips, Solar Street Light Fitting PHILIPS ,BAJAJ,
(23AXCVIII) WORKS) Bajaj, with pole WIPRO,
Schedule C AviationPower AviationPower
ng

Annexure IV System, System,


Solar Street Light Fitting Trilux,
(Page 145 ) Trilux,
with pole
Wipro
di
id

Corrigendum (ELECTRICAL Crompton Ceiling Fan / Exhaust Fan Crompton


(23AXCIX) WORKS) Greaves, Greaves,
Schedule C Havells, ORIENT
rB

Annexure IV Ceiling Fan / Exhaust Fan Usha, HAVELLS ,USHA


(Page 145) Orient, BAJAJ, RR
RR
fo

Corrigendum (ELECTRICAL WORKS) Bajaj BAJAJ ,PHILIPS


(23AC) Twinkle Octagonal Steel Pole CROMPTON,
ot

Schedule C Valmart Twinkle


Octagonal Steel Pole Valmart
Annexure IV
(Page 145 )
N

Corrigendum (ELECTRICAL WORKS) Philips INTERNAL LIGHTING PHILIPS


(23ACI) Osram LED - (SIGNIFY)
Schedule C Havells ,HAVELLS
Annexure IV INTERNAL LIGHTING Orange Elec ,BAJAJ,
LED WIPRO
(Page 145 ) Wipro
CROMPTON,SCH
InstaPower
NEIDER, Osram,
Trilux12
74
Orange Elec
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject InstaPower
Trilux

Corrigendum (ELECTRICAL WORKS) KeselecSchreder OUTDOOR LIGHTING - KeselecSchreder


(23ACII) Philips PHILIPS
Schedule C Wipro (SIGNIFY)
Annexure IV OUTDOOR LIGHTING InstaPower HAVELLS
(Page146) Orange Elec BAJAJ
WIPRO,

t
Trilux
InstaPower

en
Osram
Orange Elec
Trilux
Osram

m
CROMPTON
,SCHNEIDER
Addendum PHILIPS

ay
(15AVIII) (ELECTRICAL WORKS) (SIGNIFY)
Schedule C ,HAVELLS
Annexure IV SMART LIGHTING ,SCHNEIDER

tP
(Page ) BAJAJ
,CROMPTON

Addendum (ELECTRICAL WORKS) CROMPTON

ou
Schedule C ,BAJAJ ,PHILIPS
(15AIX) LANDSCAPE LIGHTING (SIGNIFY),
Annexure IV FIXTURES HAVELLS
ith
(Page )
Addendum (ELECTRICAL WORKS) PHILIPS
(15AX) ,HAVELLS
Schedule C ,BAJAJ
w

Annexure IV SMART POLE ,SCHNEIDER


(Page ) ,CROMPTON
Corrigendum (FIRE DETECTION & APC, UPS (PARALLEL reillo pci
ng

(23ACIII) ALARM SYSTEM) Emerson, REDUNDANT) ,numeric delta,


Schedule C Schneider, eaton ,fuji
Annexure IV UPS (PARALLEL Mitsubishi, ,Schneider,
di

(Page 149 ) REDUNDANT) Siemens Mitsubishi,Siemens


, APC,
Emerson,
id

Addendum (ELECTRICAL WORKS) PANASONIC ,HBL


(15AXI) AMAR RAJA,
rB

Schedule C VALVE REGULATED EXIDE


Annexure IV LEAD ACID (VRLA)
BATTERY
(Page )
Addendum (ELECTRICAL WORKS) L&T ,SIEMENS
fo

(15AXII) ,LEGRAND,
Schedule C MPCB, CONTACTOR SCHNEIDER, ABB
Annexure IV ISOLATORS
ot

(Page )
Addendum (ELECTRICAL WORKS) ABB, LEGRAND
(15AXIII) ,L&T
N

Schedule C DISTRIBUTION SCHNEIDER


Annexure IV BOARDS ,SIEMENS
WITH MCB / RCBO /
(Page )
RCCB
/ RCBO / ELCB

Addendum (ELECTRICAL WORKS) SIEMENS


13
75
(15AXIV) ,SCHNEIDER,MK,
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
INDUSTRIAL SOCKET LEGRAND
Schedule C
OUTLETS ,HANSEL
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o
1371043/2023/O/o
1405008/2023/O/o Member
Member
CPM/ADI
Annexure IV Project
Project
(Page )
Corrigendum (ELECTRICAL Tata Solar Power Solar Panels TATA
(23ACIV) WORKS) Photon SOLARPOWER,
Schedule C Topsun VIKRAMSOLAR
Annexure IV Powertech ,WAREE,HAVELL
Solar Panels S
(Page 146 ) BHEL
,JACKSONPhoton,
Indosolar
Topsun
Powertech

t
BHELIndosolar,

en
Photon
Addendum (ELECTRICAL WORKS) HONEYWELL
(15AXV) ,HAGER ,PHILIPS,

m
Schedule C LUTRON
Annexure IV LIGHTING SENSOR ,LEGRAND ,ABB
(OCCUPANCY SENSOR CRESTRON,
(Page )

ay
/ SCHNEIDER
DAY LIGHT ETC.) ,PANASONIC

Corrigendum Crompton Greaves CROMPTON

tP
(23ACV) (SUBSTATION WORKS Schneider Electric Transformers GREAVES
Schedule C ) ABB SCHNEIDER
Annexure IV Transformers Siemens ELECTRIC
ABB SIEMENS

ou
(Page 146 ) Volt amp
VOLT AMP,
Sudhir
Sudhir
Transformers
Transformers
ith
Corrigendum (SUBSTATION WORKS Ray Chem H.T. TERMINATION & RAYCHEM,
(23ACVI) ) M-Seal JOINING KIT M-Seal
Schedule C Birla – 3M ,BIRLA-3M
w

Annexure IV
H.T. TERMINATION &
(Page 147 )
JOINING KIT
ng

Corrigendum (SUBSTATION WORKS Comet, COMET


(23ACVII) ) Dowell, CABLES GLANDS ,DOWELL’S,
Schedule C Electromac, Electromac,
di

Annexure IV Siemens, Siemens,


CABLES GLANDS , JAINSON
(Page 147 ) Jainsons,
id

Braco HMI
RAYCHEM
BRACO
rB

Corrigendum CURRENT AE CURRENT AE L& T


(23ACVIII) TRANSFORMER (CAST L& T TRANSFORMER (CAST GILBERT &
Schedule C RESIN EPOXY COATED) Kappa RESIN EPOXY MAXWELL,
fo

Annexure IV / COATED) / KAPPA


POTENTIAL POTENTIAL
(Page 137 )
TRANSFORMER TRANSFORMER
ot

Addendum (SUBSTATION WORKS ) SCHNEIDER


(15AXVI) (CONSERV),
MULTIFUNCTION AND L&T,
N

Schedule C
Annexure IV DIGITAL SIEMENS
ELECTRONIC METER
(Page )
WITH LCD
DISPLAY

Corrigendum (SUBSTATION WORKS) ABB, HRC FUSE AND FUSE ABB


(23ACIX) GE, 14 76 FITTING SCHNEIDER
Schedule C HRC FUSE AND FUSE Siemens, SIEMENS
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o
1371043/2023/O/o
1405008/2023/O/o Member
Member
CPM/ADI
Annexure IV Project
Project
FITTING L&T, L&T, GE,
(Page 147 ) Neptune Neptune

Addendum (SUBSTATION WORKS ) COMET,


(15AXVII) DOWELL’S
Schedule C CABLE LUGS (BILLER INDIA),
Annexure IV JAINSON,
3D ,
(Page )
RAYCHEM

t
Addendum (SUBSTATION WORKS ) KOTSON,

en
(15AXVIII) SUDHIR POWER
Schedule C DRY TYPE LTD,
Annexure IV TRANSFORMER ESSENNAR,
DTPL

m
(Page ) ,TELWAANE
Addendum (SUBSTATION WORKS ) ABB ,

ay
(15AXIX) SIEMENS,
Schedule C COMPACT SUDHIR POWER,
Annexure IV SUBSTATION (CSS) C&S ,
AMBIT ,
(Page )

tP
VOLTAMP

Addendum (SUBSTATION WORKS ) ABB ,ALSTOM


(15AXX) KAPPA,

ou
Schedule C CT & PT (33KV & 11KV CGL
Annexure IV
(Page )
ith
Addendum (SUBSTATION WORKS ) KAPPA ,PRAGATI,
(15AXXI) L&T ,ADVANCE
Schedule C CT & PT (415V)
w
Annexure IV
(Page )
Addendum (SUBSTATION WORKS ) SCHNEIDER ,L&T
(15AXXII) SPD (SURGE DEHN,
ng

Schedule C ARRESTER) ABB ,PHONEIX


Annexure IV
(Page )
di

Corrigendum (DG SETS & Cummins DIESEL ENGINE CUMMINS


(23ACX) RELATED ITEMS) Caterpillar CATERPILLAR
id

Schedule C MTU MTU


Annexure IV DIESEL ENGINE Perkins PERKINS
(Page 148 ) VOLVO PENTA
rB

Corrigendum (DG SETS & Leroy Somer, ALTERNATOR LEROYSOMERS,


(23ACXI) RELATED ITEMS) Caterpillar, CROMPTON
Schedule C Stamford, GREAVES
Annexure IV ALTERNATOR Toyo Denki Caterpillar,
fo

(Page 148 ) KEC STAMFORD, Toyo


Denki
KEC
ot

Corrigendum (DG SETS & Uptron, CHARGER MAX POWER


(23ACXII) RELATED ITEMS) Volstat ,STATCON, AMAR
Schedule C Electronics, RAJA,AE ,HBL,
N

Annexure IV CHARGER Statcon, Uptron,


(Page 120 ) AE Volstat
Electronics,

15
77
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o
1371043/2023/O/o
1405008/2023/O/o Member
Member Project
CPM/ADIProject
Corrigendum (IP BASED CCTV SYSTEM Honeywell, HONEYWELL
(23ACXIII) ) Bosch, CCTV Cameras ,BOSCH,PELCO
CCTV Cameras SIEMENS
Schedule C Pelco,
Annexure IV Siemens, ,STANLEY
SECURITY,
(Page 150 ) Stanley Security
AXIS,
HANWA,
AViGiLONFFi
berserver
Addendum (IP BASED CCTV CISCO, IBM ,HP,

t
(15AXXIII) SYSTEM ) SIEMENS ,AYAYA

en
Schedule C
Annexure IV DATA SWITCH
(Page )

m
Addendum (IP BASED CCTV D-LINK ,AVAYA
(15AXXIV) SYSTEM ) LEGRAND
Schedule C TYCO, MOLEX

ay
Annexure IV CAT-6A CABLE AND
ACCESSORIES
(Page )
Addendum (IP BASED CCTV DIGI LINK

tP
(15AXXV) SYSTEM ) ,STERLITE
Schedule C ,LEGRAND
Annexure IV FIBER OPTIC CABLE HFCL
(Page ) , FINOLEX

ou
Corrigendum (IP BASED CCTV Siemon Passive networking - SIEMON
(23ACXIV) SYSTEM ) Rittal RITTAL
Schedule C Nikon NIKON, Orange
ith
Annexure IV Fire networking Orange Electric Electric, Sistimax
(Page 151 )
Corrigendum (IP BASED CCTV HP HP
w
(23ACXV) SYSTEM ) Dell Network Attached DELL Lenova
Schedule C Lenova IBM
storage
Annexure IV Network Attached PELCO
ng

(Page 151 ) BOSCH


storage
NETAPP
SEAGATE
Corrigendum (IP BASED CCTV NEC EPABX NEC
di

(23ACXVI) SYSTEM ) Avaya AVAYA


Schedule C Alacatel ALACATEL
ABX SIEMENS
id

Annexure IV
PANASONIC
(Page 151 )
Addendum (IP BASED CCTV SYSTEM AVAYA
rB

(15AXXVI) ) NEC
Schedule C MATRIX
HOT LINE PHONES
Annexure IV
(Page )
fo

Addendum (IP BASED CCTV PELCO


(15AXXVII) SYSTEM ) BOSCH
Schedule C MILESTONE
ot

Annexure IV VMS QOGNIFY


MIRASYS
(Page )
AVIGILON
N

Addendum (IP BASED CCTV BARCO


(15AXXVIII) SYSTEM ) PLANAR
Schedule C SAMSUNG
Annexure IV VIDEO WALL with Christy
Controller NEC
(Page )
Delta

Corrigendum (BMS WORK) 16


78
Honeywell IMMERSION TYPE HONEYWELL
Generated from (23ACXVII)
eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
IMMERSION TYPE AM_TNDR,RLDA onon31/01/2023
RLDA
Siemens 31/01/202308:31
27/03/2023 TEMPERATURE
10:24pm
09:37 pm
pm ,SIEMENS,
TEMPERATURE SENSOR JOHNSON
Schedule C Johnson Controls
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o
1371043/2023/O/o
1405008/2023/O/o Member
Member
CPM/ADI
Annexure IV ProjectSENSOR
Project Schneider Electric CONTROLS,
(Page 155 ) Greystone Energy SCHNEIDER
ELECTRIC
Omicron ,GREYSTONE
ENERGY, OMICRON
BELIMO,ALERTON

Corrigendum (BMS WORK) Honeywell, ROOM TEMPERATURE HONEYWELL


(23ACXVIII) Siemens, SENSOR ,SIEMENS,
ROOM TEMPERATURE JOHNSON
Schedule C SENSOR
Johnson Controls, CONTROL,S

t
Annexure IV Schneider SCHNEIDER

en
(Page 155 ) Electric, ,ELECTRIC
Greystone Energy, ,GREYSTONE
ENERGY, OMICRON
Omicron BELIMO ,ALERTON

m
Corrigendum (BMS WORK) Honeywell DUCT STATIC PRESSURE HONEYWELL
(23ACXIX) Siemens SENSOR SIEMENS
DUCT STATIC PRESSURE JOHNSON
Schedule C Johnson Controls CONTROLS

ay
SENSOR
Annexure IV Schneider Electric SCHNEIDER
(Page 155 ) Greystone Energy ELECTRIC
Omicron GREYSTONE
ENERGY OMICRON

tP
BELIMO DANFOSS

Corrigendum (BMS WORK) Veksler WATER LEVEL SWITCH VEKESELER

ou
(23ACXX) Filpro ,FILPRO ,
WATER LEVEL SWITCH SIEMENS,
Schedule C Sontay OMICRON,
Annexure IV Omicron HONEYWELL,
ith
(Page 155 ) JOHNSON
CONTROLS,
SONTAY
Corrigendum (BMS WORK) Honeywell DP SWITCH –AIR- HONEYWELL
w
(23ACXXI) Siemens SIEMENS
DP SWITCH –AIR JOHNSON
Schedule C Johnson Controls CONTROLS
Annexure IV Schneider Electric SCHNEIDER
ng

(Page 156 ) Greystone Energy ELECTRIC


Omicron GREYSTONE
ENERGY OMICRON
BELIMO, SONTAY
di

Corrigendum (BMS WORK) Honeywell, HONEYWELL


id

(23ACXXII) Siemens, CO2 SENSOR / ,SIEMENS


CO2 SENSOR / DOOR AIR QUAILITY(IAQ) JOHNSON
Schedule C INDOOR AIR QUAILITY(IAQ)
Johnson Controls, CONTROLS,
Annexure IV Schneider Electric,
rB

SCHNEIDER
(Page 156 ) Greystone Energy, ELECTRIC
Omicron ,GREYSTONE
ENERGY
,OMICRON,
fo

BELIMO
Corrigendum (BMS WORK) Honeywell, WATER FLOW SWITCH- HONEYWELL
(23ACXXIII) Siemens, SIEMENS
WATER FLOW SWITCH JOHNSON
Schedule C Johnson Controls,
ot

CONTROLS
Annexure IV Schneider Electric, SCHNEIDER
(Page 156) Greystone Energy, ELECTRIC
N

Omicron GREYSTONE
ENERGY OMICRON
LANDIS & GYR
SCHENITECH
,BELIMO
Corrigendum (BMS WORK) Honeywell, PRESSURE TRANSMITTER – HONEYWELL
(23ACXXIV) Siemens, WATER – SIEMENS
PRESSURE TRANSMITTER – JOHNSON
Schedule C Johnson
17
79
Controls, CONTROLS
WATER
Annexure IV Schneider
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o
1371043/2023/O/o
1405008/2023/O/o Member
Member Project
CPM/ADIProject
(Page 156) Electric, SCHNEIDER
Greystone Energy, ELECTRIC
GREYSTONE
Omicron ENERGY OMICRON
DANFOSS

Corrigendum (BMS WORK) SETO schneider electric


(23ACXXV) ABB VOLTAGE / CURRENT / ,abbl&t,
VOLTAGE / CURRENT / POWER honeywell
Schedule C POWER L&T FACTOR TRANSDUCER ,johnson
Annexure IV FACTOR TRANSDUCER Enercon controls,

t
(Page 156) SETCO omicron,seto,

en
Situ situ,enercon
,setco
Omicron
Corrigendum (BMS WORK) Veksler, veksler ,filpro,
(23ACXXVI) Filpro, FLAME PROOF LEVEL sontay,

m
FLAME PROOF LEVEL SWITCH / kele, omicron
Schedule C SWITCH / Sontay, LEVEL TRANSMITTER Honeywell,techtrol,
Annexure IV LEVEL TRANSMITTER Techtrol,

ay
(Page 120 ) Omicron
Corrigendum (BMS WORK) Honeywell, HONEYWELL,
(23ACXXVII) Hach, PH Sensor / TDS Sensor HACH ,GREISINGER
PH Sensor / TDS Sensor SONTAY

tP
Schedule C Greisinger, OMICRON,shenitech
Annexure IV Shenitech,
(Page 156 ) Omicron
Corrigendum (BMS WORK) HP, HP

ou
(23ACXXVIII DELL, PERSONAL COMPUTER DELL
PERSONAL COMPUTER AND SERVERS - LENOVO
) AND SERVERS LENOVO,
TOSHIBA
Schedule C TOSHIBA
Annexure IV
ith
(Page 157 )
Corrigendum (BMS WORK) DELL(ULTRA
(23ACXXIX) SHARP) COLOUR MONITOR - DELL (ULTRA
w
COLOUR MONITOR SHARP) HP
Schedule C HP(PAVILION)
(PAVILION)
Annexure IV SAMSUNG SAMSUNG
(Page 157) (SYNC (SYNC
ng

MASTER) MASTER)
ASUS LENOVO
LG (FLATRON) ASUS
LG (FLATRON)
di

Lenovo
BarcoServer
Corrigendum (BMS WORK) Finolex Copper Conductor Control Finolex,skyto
id

(23ACXXX) Skytone Cable ne,delton,lap


Copper Conductor Control pindia,polyca
Schedule C Delton b,bonton,
Cable
rB

Annexure IV Fusion Polymers fusion


(Page 157 ) Polycab polymers,
Excel excel
Corrigendum (BMS WORK) Finolex Communication Cables / FINOLEX
fo

(23ACXXXI) Skytone Signal Cable SKYTONE


Communication Cables / Signal DELTON
Schedule C Cable Delton LAPP INDIA
Annexure IV Fusion Polymers POLYCAB
ot

(Page 157 ) Polycab BONTON, Fusion


Excel Polymers, Excel
N

Corrigendum (BMS WORK) HP HP


(23ACXXXII) Cisco NETWORK SWITCHES CISCO
NETWORK SWITCHES Extreme
Schedule C Extreme
Annexure IV
(Page 157 )
Addendum (BMS WORK) HP
(23AXXIX) 18
80 DELL
CENTRAL CONTROL
Generated Schedule C
from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
STATION
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o
1371043/2023/O/o
1405008/2023/O/o Member
Member
CPM/ADI
Annexure IV Project
Project
(Page )
Corrigendum (HVAC / VENTILATION Danfoss THERMOSTAT Danfoss
(23ACXXXII SYSTEM Belimo Belimo
)
I) Honeywell JOHNSON
THERMOSTAT
Schedule C Siemens CONTROLS
SIEMENS
Annexure IV Omnicron HONEYWELL
(Page 121 ) Omnicron
SAUTER

t
GREYSTONE ALC

en
Corrigendum (HVAC / VENTILATION Belimo, DAMPER ACTUATOR Johnson
(23ACXXXI SYSTEM Sinider, Controls
) Siemens
V) Sinider Honeywell
Schedule C

m
DAMPER ACTUATOR Dwyer Ge,
Annexure IV Belimo,Sini
(Page 122 ) der

ay
Corrigendum (HVAC / VENTILATION Siemens, JOHNSON
(23AXXXV) SYSTEM Omicron, CO SENSOR CONTROLS
) SIEMENS
Schedule C Johnson HONEYWELL

tP
Annexure IV CO SENSOR GREYSTONE,
(Page 123 ) Omicron
Corrigendum (BMS WORK) Veris, CURRENT RELAY omron
(23ACXXXV Seto, enercon

ou
CURRENT RELAY l&t situ
I) Mamac, mamac,
Schedule C Omron, veris,seto
Annexure IV ABB, ,abb
(Page 156) Omicron
ith
Addendum (BMS WORK) JOHNSON
(15AXXX) CONTROLS
w
NETWORK TEMP, RH & SIEMENS
Schedule C PIR SENSOR HONEYWELL
Annexure IV BELIMO
(Page ) GREYSTONE
ng

Addendum (BMS WORK) LANDIS & GYR


(15AXXXI) ,KELE, SONTAY
HONEYWELL,
Schedule C WATER FLOW METERS JOHNSON ,BELIMO
di

Annexure IV
(Page )
Addendum (BMS WORK) KAMSTRUP
id

(15AXXXII) LANDIS & GYR


HONEYWELL
Schedule C ULTRASONIC BTU BELIMO
rB

Annexure IV METERS ENDREES+HAUSER


(Page ) DANFOSS
Addendum (BMS WORK) ABB ,TRITON
(15AXXXIII) HONEYWELL,
fo

POLYMETRON
Schedule C HARDNESS ANALYSER
Annexure IV
(Page )
ot

Addendum (BMS WORK) HONEYWELL,ABB


(15AXXXIV) BELIMO,
GREYSTONE
Schedule C
N

ULTRASONIC /
Annexure IV ELECTROMAGNETIC
(Page ) WATER FLOW METERS

Addendum (BMS WORK) JOHNSON


(15AXXXV) CONTROLS
,SIEMENS
Schedule C 3-WAY MOTORIZED HONEYWELL,
Annexure IV 19
81 VALVES BELIMO
Generated
(Page )
from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o
1371043/2023/O/o
1405008/2023/O/o Member
Member Project
CPM/ADIProject
Addendum (BMS WORK) SCHNEIDER
(15AXXXVI) ,HONEYWELL,
INVENSYS,
Schedule C OUTSIDE AIR SIEMENS
Annexure IV TEMPERATURE / RH ,JOHNSON
(Page ) SENSOR CONTROLS
,GREYSTONE,
BELIMO
Addendum (BMS WORK) ANERGY RAPID
(15AXXXVII) CONTROL
HONEYWELL
Schedule C

t
SAFETY THERMOSTAT
Annexure IV

en
FOR HEATER
(Page )
Addendum (BMS WORK) SCHNEIDER
(15AXXXVIII ,HONEYWELL, ALC
SIEMENS ,JOHNSON

m
) ENERGY MONITORING CONTROLS
Schedule C SYSTEM
Annexure IV (PREPAID/POSTPAID)

ay
(Page ) ENERGY
BILLING SYSTEMS
SOFTWARE

tP
Corrigendum (SEWAGE WIKA, Pressure Transmitters / WIKA
(23ACXXXVII) TREATMENTPLANT Siemens, Hydrostatic Level Indicators Siemens
Schedule C (STP)) Johnson Control Johnson Control

ou
Annexure IV
(Page 140 ) Pressure Transmitters
/Hydrostatic Level
Indicators
ith
Addendum (BMS WORK) ANERGY, RAPID
(15AXXXIX) CONTROL
,HONEYWELL
Schedule C SAFETY THERMOSTAT
w
Annexure IV FOR HEATER
(Page )
Addendum (BMS WORK) KELE ,BALCON,
(15AXL) TRON,
ng

DWYER ,RUSKIN
Schedule C AFMS (AIR FLOW
Annexure IV MEASURING
(Page ) STATION)
di

Corrigendum (SEWAGE Hach (BMS WORK) hach


(23ACXXXVIII TREATMENTPLANT Toshniwal ,honeywell
id

,kele polymetron
) (STP)) Ionix CONDUCTIVITY METER ,siemens
,sontays,
rB

Schedule C Toshniwal,Ionix
CONDUCTIVITY METER
Annexure IV
(Page 141)
Addendum (BMS WORK) SCHNEIDER
fo

(15AXLI) ,HONEYWELL
,GREYSTONE
Schedul C AIR VELOCITY SENSOR SIEMENS, JOHNSON
Annexure IV CONTROLS
ot

(Page )
Corrigendum (ELEVATORS Mitsubishi, Elevators/Escalators - MITSUBISHI
(23ACXXXIX) & Kone, THYSSENKRUP
N

Schedule C ESCALATORS Schindler, SCHINDLER


Annexure IV ) OTIS OTIS,
(Page 152 ) Kone,Johnson
Elevators/Escalators -
Corrigendum (CIVIL Eminent Oveseas, Tactile Warning Studs/ strips Eminent overseas
(23ACXL) &STRUCTURAL) Jindal (JSW), J B Jindal (JSW) JB
Schedule C Tactile Warning Enterprise,
20
82 Enterprise
Annexure IV Studs/ strips PrarthanaTechnica Prarthana Technical
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm Services Pvt. Ltd,
(Page 113 ) lServicesPvt.Ltd.,
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject Canon(Sundaram Canon (Sundaram
Group),Kich, Group),
Genesis Kich, Genesis

Corrigendum (MISCELLANEOUS / R.K.Marble, Stone slabs –Marble& R.K.Marble


(23ACXLI) OTHER WORKS ArasiEmpexs, Granite ,ArasiEmpexs
Schedule C ) Mangla Group, ,Mangla Group
Annexure IV Stone slabs –Marble& DBS DBS
(Page 153) Granite

t
en
Corrigendum Cable Tray Slotco Ricco Cable Tray Slotco Ricco
(23ACXLII) BEC BEC
Schedule C Steelcraft Steelcraft
Annexure IV Indeana Indeana

m
LLyod LLyod
(Page 145)
Maheshwari Maheshwari
Electricals Electricals

ay
SUMIP Composites.

Corrigendum Modular Type light & Legrand Modular Type light & Legrand

tP
(23ACXLIII) power Accessories Schneider Electric power Accessories Schneider Electric
Schedule C (Switches, socket etc.) Havel’s (Switches, socket etc.) Havel’s
Annexure IV G.I. Switch Boxes MK G.I. Switch Boxes / MK
(Page 143) Honeywell Junction Box Honeywell

ou
L&T L&T
RR RR
SUMIP Composites.
ith
Addendum (MISCELLANEOUS / Featherlite
(15AXLII) OTHER WORKS ) Geeken
Schedule C Godrej
w
Annexure IV Furniture and Chairs
(Modular/Loose)
(Page )
Addendum Existing Context/Clause Amended Context/Clause
ng

number
Addendum AUDIO VIDEO SYSTEM(see annexure I)
(15AXLIII)
di

Schedule c
Addendum LAN, IP BASED EPABX(see annexure II)
id

(15AXLIV)
Schedule c
Corrigendum Passive networking – Siemens , Rittol,Nikon, Passive networking – Siemon, Nikon,
rB

(23ACXLIII) ITracks Orange Electric ITracks Rittol,Orange Electric,


Schedule C Valrack
Annexure IV
(Page 151)
fo

Addendum X-Ray Baggage ECIL-Rapiscan, Parth


(15AXLV) Scanner Systems, Nutech
Schedule C
ot

Addendum Door Frame Metal ECIL-Rapiscan,


(15AXLVI) Detector (DFMD) Goodrej
Schedule C
N

Addendum Touch Screen Kiosk Delta, Samsung,


(15AXLVII Barco, Q-lite
) Noise Sensing Bosch, Behringer,
Schedule C Microphone Harman

21
83
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

Corrigendum and Addendum for Finishes


Part AC : Specification
Schedule C
Corrigendum Existing Context/Clause Amended Context/Clause
/Addendum
Number

Corrigendum 25 mm Granite stone dry Cladding 25 mm Granite stone dry Cladding and/ or

t
No. 23B(I) (approx. 30% area) and 25 mm thick 32 mm thick Indian

en
Indian Sandstone Cladding (approx. 10% Sandstone Cladding , as per detailed design
EXTERIOR area), as per detailed design
FINISHES
STATION

m
BUILDING
v) Stone

ay
Cladding
(Pg 61
Schedule C)

tP
Corrigendum Self-Supported Secret Fixing Standing Secret Fixing Standing Seam Roofing
No. 23B(II) Seam Roofing (Double Skin) System In (Double Skin) System In

vii) Platform
Cover
0.9 mm Thick Aa 3004 Aluminum Alloy
(Without Insulation).
ou
0.9 mm Thick Aa 3004 Aluminum Alloy
(With Insulation) with
metal false ceiling.
ith
(Pg 61
Schedule C)

Aluminum Sheet Cladding & Louvers Aluminum Sheet Cladding & Louvers
w

Corrigendum
No. 23B(III) (approx. 20% of Ground Floor
façade area)
vi)
g

Aluminum
in

Sheet
Cladding &
Louvers
d

(Pg 61
id

Schedule C)
rB

Corrigendum 25 mm thick Indian Sandstone Cladding Min. 32 mm thick Indian Sandstone


No. 23B(IV) (as Above) Cladding
25 mm thick Granite stone dry Cladding Min. 25 mm thick Granite stone dry
MMTH (as Above) Cladding ( Ground floor Area)
fo

BUILDING
(pg 62
Schedule C)
Cladding
ot

Corrigendum Glass Glass (min 60% of


N

No. 23B(V) the office floors and


commercial floors
MMTH façade area)
BUILDING including Skywalk
Glass façade
(pg 62
Schedule C )

22
84
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

Addendum Terrace
No.15B (I) Waterproofing with heat resistant tiles

MMTH
BUILDING
Terrace

Addendum Tubular MS Base structure with roof having


No. 15B (II) combination of
Aluminum sheet ( 60 %), glass 20% &

t
MMTH polycarbonate sheet 20%

en
BUILDING
Covered
Canopy/
Shed ( 12000

m
sqm area)

ay
Corrigendum Internal Flooring Ceiling Internal Flooring Ceiling
No. 23B(VI) walls walls
18-20 mm Combination 40 mm thick Combinatio

tP
INTERIOR Granite stone of Granite stone n of
FINISHES slabs flooring Aluminum slabs flooring in gypsum
Station in Baffle combination board false
building combination ceiling with full body ceiling,
(A)Ground
Floor
with full body
vitrified tile of
(65%) and
Metal ceiling
ou vitrified tile of
more than 15mm
Aluminum
Baffle
Departure more than (35%) (maximum ceiling (min
ith
Lobby 15mm 20% of the area) 65%) and
(Pg 63 thickness thickness Metal
Schedule C) (maximum ceiling (min
w

50% of the 25%)


area)
g

Corrigendum 18-20 mm 40 mm Granite


No. 23B(VII) Granite stone stone slabs
in

flooring flooring in
Station combination
d

building with
(A)Ground full body
id

Floor vitrified tile of


Ticketing area more
rB

(Pg 64 than 15mm


Schedule C) (maximum 20%
of the area)
thickness
fo

Corrigendum 18-20 mm 40 mm Granite


No. Granite stone stone slabs
ot

23B(VIII) slabs flooring flooring in


in combination
Station combination with
N

building with full body full body


(A)Ground vitrified tile of vitrified tile of
Floor more than more
Security scan 15mm than 15mm
area (maximum (maximum 20%
(Pg 64 20% of the of the area)
Schedule C) area) thickness
thickness

23
85
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

Corrigendum 8 mm 8 mm
No. 23B(IX) Thick Thick
Vitrified Ceramic
Station Ceramic Tile
building Tile 300x600,
(A)Ground 300x600 12 mm
Floor thick
Common Compact
Toilets(Pg 67 Laminat

t
Schedule C) ed

en
partition
s

Corrigendum 40 mm VDC flooring

m
No. 23B(X) Granite shall be
flooring as minimum 125

ay
Station per design. mm thick (
building Tactile tile M30) finished
(A)Ground as per the with fosroc

tP
Floor design Nitoflor hardtop
Platform requirement standard or
area(Pg 68 equivalent non
Schedule C) metallic floor
ou hardening
compound with
temp
ith
reinforcement as
per
design.
w

40 mm flamed
Granite
flooring on the
g

copings.
Stainless steel
in

grade 316
tactile tile
d

Corrigendum 25mm Thick 40mm Thick


No. 23B(XI) Granite Granite flooring;
id

flooring; 900x1200mm
Station 900x1200mm
building
rB

B. Concourse
floor
Entrance
fo

plaza(Pg 69
Schedule C)

Corrigendum 25mm Thick 40mm Thick


ot

No. 23B(XII) Granite Granite flooring;


flooring; 900x1200mm
N

Station 900x1200mm
building
B. Concourse
floor
Departure
and Arrival
Lobbies

24
86
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

(Pg69
Schedule C)
Corrigendum 18-20 mm 40 mm Granite
No.23B(XIII) Granite stone stone slabs
flooring flooring in
Station combination
building with full body
B. Concourse vitrified tile of
floor more than 15mm
Concourse (maximum 20%

t
and Waiting of

en
area(Pg 70 the area)
Schedule C) thickness

Corrigendum 18-20 mm 40 mm Granite

m
No.23B(XIV) Granite stone stone slabs
flooring flooring in

ay
Station combination
building with full body
B. Concourse vitrified tile of

tP
floor more than 15mm
Ticketing (maximum 20%
area of
(Pg 70 the area)
Schedule C)
Corrigendum 25mm thick
ou thickness
40 mm thick
No. 23B(XV) Granite/ Granite ontread
ith
marble stone and 25mm on
Station riser
building
w

B. Concourse
floor
Staircase
g

(from and
to platform)
in

(Pg 74
Schedule C)
d

Corrigendum 25mm Thick 40mm Thick


No.23B(XVI) Granite Granite flooring;
id

flooring; 900x1200mm
Station 900x1200 mm
rB

building
C.Mezzanine
floor
Passenger
fo

Lobby and
Common
areas(Pg 75
Schedule C)
ot

Corrigendum 18-20 mm 40mm Thick


N

No. Granite stone Granite flooring;


23B(XVII) slabs flooring 900x1200mm
Station in
building combination
C.Mezzanine with full body
floor vitrified tile of
more than
15mm

25
87
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

Waiting thicknes
area(Pg 75 (maximum
Schedule C) 60% of the
area)

Corrigendum 18-20 mm 40mm Thick


No.23B(XVII Granite stone Granite flooring;
I) slabs flooring 900x1200mm
Station in
building combination

t
C.Mezzanine with full body

en
floor vitrified tile of
Food Court more than
(Pg76 15mm
Schedule C) thickness

m
(maximum
50% of the

ay
area)

Corrigendum 18-20 mm 40 mm Granite

tP
No.23B(XIX) Granite stone stone slabs
slabs flooring flooring in
Station in combination
building combination with full body
C.Mezzanine
floor
Business
with full body
vitrified tile of
more than
ou vitrified tile of
more than 15mm
thickness
ith
Lobby(Pg77 15mm (maximum 50%
Schedule C) thickness of the area)
(maximum
50% of the
w

area)
g

Addendum Tubular 40 mm Thick Tubular MS


15B (III) MS Granite flooring; based
in

based 900x1200mm structure


Station structure with a
building
d

with a combination
C. Mezzanine combinat of glass
id

floor ion of and tensile


glass fabric as per
Skywalk
rB

and design
tensile intent
fabric as
per
fo

design
intent
shown in
views
ot

in this
Schedule
N

.
Corrigendum VDF VDC flooring;-
No. 23B(XX) flooring;- 35% 35% of the
of the area to area to be
MMTH be pigmented pigmented
BULIDING VDC flooring
shall be
minimum 125

26
88
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

(A) Typical mm thick (


parking floor M30) finished
Parking area with fosroc
(Pg 78 Nitoflor hardtop
Schedule C) standard or
equivalent non
metallic floor
hardening
compound with
temp

t
reinforcement as

en
per
design.

Corrigendum 18-20 mm 40mm Thick

m
No. Granite stone Granite
23B(XXI) slabs flooring flooring;

ay
in 900x1200 mm
MMTH combination
BULIDING with full body

tP
(A) Typical vitrified tile of
parking floor more than
15mm
Lobby thickness
(Pg 78
Schedule C)
(maximum
50% of the
area)
ou
ith
Corrigendum 18-20 mm 25 mm thick
No. Granite stone Granite
slabs flooring
w

23B(XXII) flooring;
in 900x1200 mm
MMTH combination
BULIDING with full body
g

(B) Typical vitrified tile of


in

Railway more than


Office floor 15mm
thickness
d

Common (maximum
id

Lobby 50% of the


(Pg 85 area)
Schedule C)
rB

Corrigendum 18-20 mm 25 mm thick


No. thick Granite Granite flooring
fo

23B(XXIII) on riser

MMTH
BULIDING
ot

(B) Typical
Railway
N

Office floor
Staircases
(Pg 85
Schedule C)

27
89
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

Addendum in Schedule DB
Addendum Existing Context/Clause Amended Context/Clause
number
Addendum
No.15C (I) SPECIFICATIONS (Annexure III)

Schedule DB
Clause 6.7

t
Page 278

en
Addendum
No.15C (II) FIRE SAFETY SPECIFICATIONS

m
(Annexure IV)
Schedule DB
Clause 6.8

ay
Page 278

tP
Corrigendum in Schedule DC
ou
Corrigendum The conduits, cable trays and wire ways The conduits, cable trays and wire ways
ith
(23C (I)) shall comply with the following codes shall comply with the following codes and
and standards: standards:
Clause No.
w

3.4.9.2 ANSI C80.1 Rigid Steel ANSI C80.1 Rigid Steel


Conduit (RSC) Conduit (RSC)
Standard and
g

Reference ANSI C80.6 Intermediate ANSI C80.6 Intermediate


Metal Conduit
in

Metal Conduit
Schedule DC (IMC) (IMC)
Page 245
d

ANSI C80.4 Conduit fitting ANSI C80.4 Conduit fitting


id

ASTM A123 Hot-dipped ASTM A123 Hot-dipped


galvanized for
rB

galvanized for
Steel Cable Steel Cable
Tray Tray
fo

IS 694 PVC Insulated IS 694 PVC Insulated


cables for cables for
working working
ot

voltages up to voltages up to
and including and including
1100 Volts 1100 Volts
N

IS 9537 P-I Conduits for IS 9537 P-I Conduits for


IS 9537 P-II electrical IS 9537 P-II electrical
installations installations

IS 3837 Accessories for IS 3837 Accessories for


rigid steel rigid steel

28
90
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

conduits for conduits for


electrical wiring electrical wiring

IS 3480 Flexible steel IS 3480 Flexible steel


conduits for conduits for
electrical wiring electrical wiring

IS 732 Code of IS 732 Code of


practice for practice for
electrical wiring electrical wiring

t
installations installations

en
ASTM-D 149 Standard test
method for

m
dielectric
breakdown

ay
voltage and
dielectric
strength of solid

tP
electrical
insulating
materials at
commercial
ou power
frequencies
ASTM-D256 Standard test
ith
methods for
determining the
Izod pendulum
w

impact
resistance of
plastics
g

ASTM-D635 Standard test


in

method for rate


of burning
d

and/or extent
id

and time of
burning of
plastics in
rB

a horizontal
position
ASTM-D638 Standard test
fo

method for
tensile
properties of
plastics
ot

ASTM-D790 Standard test


methods for
N

flexural
properties of
unreinforced
and reinforced
plastics and

29
91
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

electrical
insulating
materials
ASTM-D2863 Standard test
method for
measuring the
minimum
oxygen
concentration to
support

t
candle-like

en
combustion of
plastics
(Oxygen index)

m
ASTM-E84 Standard test
method for

ay
surface burning
characteristics
of building
materials

tP
IS 6746 Unsaturated
polyester resin
system for low
ou pressure fiber
glass reinforced
plastic.
ith
NEMA FGI National
Electrical
Manufacture's
w

Association -
Fiber glass
cable tray
g

system
UL 94 Standard for
in

safety of
flammability of
d

plastic materials
for parts in
id

devices and
appliance
rB

testing
Corrigendum Cable Tray Cable Tray / FRP Cable Tray
(23C (II))
fo

(1) Cable trays used indoors shall be (1)Cable trays used indoors shall be made
Clause No. made of hot-dip galvanized after of hot-dip galvanized after fabrication to
3.4.9.4 fabrication to afford good corrosion afford good corrosion resistance during
Component storage, installation and service life. The
ot

resistance during storage, installation


and service life. The ventilated type ventilated type cable tray, punching, with
3.4.9.4.2 cable tray, punching, with cover shall cover shall be provided with the
N

Cable Tray be provided with the appropriate appropriate dimensions. The fabricated
dimensions. The fabricated cable trays cable trays shall be made of a minimum
Schedule DC shall be made of a minimum 2.0 mm 2.0 mm thickness steel sheet and shall be
Page 246 thickness steel sheet and shall be capable of being subject to temperatures
capable of being subject to temperatures up to 5000 C for 1 hour and shall not
up to 5000 C for 1 hour and shall not support combustion under the same
temperature.

30
92
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

support combustion under the same


temperature. (2) The supports for horizontally run-
cable tray shall be provided such that they
(2) The supports for horizontally run- shall be capable to adjust vertically.
cable tray shall be provided such that Where cable tray and cable ladder
they shall be capable to adjust systems are supported by drop rods
vertically. Where cable tray and cable additional restraints shall be included to
ladder systems are supported by drop provide adequate lateral support.
rods additional restraints shall be Restraints shall be installed at all bends
included to provide adequate lateral and intersections and at intervals not

t
support. Restraints shall be installed at exceeding 15 metres on straight runs.

en
all bends and intersections and at Support rods shall be at least 6 mm
intervals not exceeding 15 metres on diameter. Trapeze or other hangers shall
straight runs. Support rods shall be at be clamped on the drop rods between two

m
least 6 mm diameter. Trapeze or other nuts. /
hangers shall be clamped on the drop (3) Support brackets shall be of the same

ay
rods between two nuts. type

(3) Support brackets shall be of the (4) Site cuts or bends to hot dipped

tP
same type galvanized components shall be properly
repaired in the field using cold galvanizer,
(4) Site cuts or bends to hot dipped if required.
galvanized components shall be
properly repaired in the field using cold
galvanizer, if required.
ou
(5) Cable drops to equipment shall be
rigidly supported using cable tray.
Structural steel members, plant pipe work
ith
(5) Cable drops to equipment shall be support steelwork or walls may be used
rigidly supported using cable tray. for cable drops.
Structural steel members, plant pipe
w

work support steelwork or walls may be (6) Each section of the cable tray shall be
used for cable drops. electrically bonded, with a minimum 6
mm2 cross section area earth-bonding
g

(6) Each section of the cable tray shall strap or wire, to the next section to form
be electrically bonded, with a minimum an electrically continuous system and
in

6 mm2 cross section area earth-bonding bonded to the main grounding system
strap or wire, to the next section to form with green/yellow low smoke zero
d

an electrically continuous system and halogen material, sheathed, single core


cable. All edges, fittings, or any parts of
id

bonded to the main grounding system


with green/yellow low smoke zero the cable trays shall be finished free from
halogen material, sheathed, single core bar, sharp edges, or projections damaging
rB

cable. All edges, fittings, or any parts of to the insulation or jacket of the cables.
the cable trays shall be finished free
from bar, sharp edges, or projections (7) The number of cables installed on the
fo

damaging to the insulation or jacket of cable tray shall be provided in compliance


the cables. with the requirements of the Indian
Standards Specifications, Indian
(7) The number of cables installed on Electricity Rules and IE wiring regulation.
ot

the cable tray shall be provided in And 40% spare space capacity shall be
compliance with the requirements of the provided for cable laying inside the cable
N

Indian Standards Specifications, Indian tray.


Electricity Rules and IE wiring
regulation. And 40% spare space (8) Cable tray or ladder shall not be
capacity shall be provided for cable installed across building or structural
laying inside the cable tray. expansion joints. On horizontal runs the
tray or ladder shall be installed with a 20
mm gap at the expansion joint. Supports

31
93
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

(8) Cable tray or ladder shall not be shall be installed within 150 mm on either
installed across building or structural side of the joint.
expansion joints. On horizontal runs the
tray or ladder shall be installed with a FRP Cable Tray
20 mm gap at the expansion joint.
Supports shall be installed within 150 (9) The FRP cable tray shall be ultra violet
mm on either side of the joint. resistant. FRP cable trays shall be
manufactured in accordance with NEMA
FG-1- -1984-1993(Current Issue) and
Standards IS-6746. All cable trays and

t
accessories shall be corrosion / chemical

en
resistant, weather resistant, easy to drill
and cut, Lightweight, high strength and
flame retardant in accordance with

m
ASTM E-84- Class 1 Rating and as per
IS-6746-Very Low Flammability.

ay
And all other parameters will be as per
approval of Authority Engineer.

tP
Corrigendum
(23C (III))
Clause
Boxes and Accessories

(1) Boxes shall be provided in the


ou
Boxes and Accessories

(1) Boxes shall be provided in the conduit


ith
3.4.9.4.4 conduit work for cable connections, work for cable connections, cable pulling,
cable pulling, installations of switches, installations of switches, and installation
Boxes and and installation of outlets. of outlets.
Accessories
w

(2) All boxes provided in the conduit (2) All boxes provided in the conduit
work shall be made of metal. A box work shall be made of metal/FRP. A box
Schedule DC provided for cable connections and provided for cable connections and
g

Page 248 concealed in or exposed on ceiling shall concealed in or exposed on ceiling shall
be a standard galvanized steel square or be a standard galvanized steel square or
in

circular box or a metal box, made of circular box or a metal box, made of steel
steel sheet with not less than 1.6 mm sheet with not less than 1.6 mm thickness,
d

thickness, with one primer anti-rust with one primer anti-rust coated and two
coated and two coating finishes. coating finishes.
id

(3) All wall boxes on exposed work (3) All wall boxes on exposed work shall
shall be of die cast aluminium or be of die cast aluminium or cadmium-
rB

cadmium-plated cast-iron. plated cast-iron.


(4) All boxes and conduit accessories (4) All boxes and conduit accessories shall
shall be fully weather-proof when used be fully weather-proof when used in
in outdoor locations and other locations outdoor locations and other locations as
fo

as agreed by the Engineer. agreed by the Engineer.


(5) Conduit outlet boxes, for socket (5) Conduit outlet boxes, for socket
outlets, lighting switches, etc., shall be outlets, lighting switches, etc., shall be of
ot

of hot-dip galvanized steel complete hot-dip galvanized steel complete with


with adjustable lug, ample knockouts, adjustable lug, ample knockouts, and
N

and brass earth terminals fitted in the brass earth terminals fitted in the base.
base. (6) Each box shall be covered with a cover
(6) Each box shall be covered with a plate matching with the box construction
cover plate matching with the box and suitable for application condition.
construction and suitable for application
condition.

32
94
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

Notes:

1. There may be minor variation in referring to clause numbers and insignificant alterations in the clauses in
addition to the mentioned clauses in the list. It is advised to study the document in detail to ascertain various
aspects and provisions of the tender document.
2. Bidders have to download the Bid documents from the e-procurement portal i.e. www.tenderwizard.in/RLDA

t
after registering themselves on portal and after payment of Tender Processing Fee & Bid Document Fee before

en
last date & time of downloading the e-bids online.
3. All Bidders are advised to see Amendments to RFP, if any, before submission of the e-bids. In case the bidder
does not submit the amended bids/amendments, it will be presumed that bidder has seen the amendments/
Amended bids and e-bid will be evaluated accordingly. The decision of RLDA shall be final and binding.

m
4. Any Corrigendum/Addendum to this RFP Notice, if any, would appear only on above mentioned websites and
will not be published in newspapers.

ay
tP
DGM/Tender

ou
ith
w
g
d in
id
rB
fo
ot
N

33
95
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

ANNEXURE I

AUDIO VIDEO SYSTEM (Annexure I)


Sr. ITEM APPROVED MAKES / BRANDS

t
no

en
JBL/HAR TANNOY AtlasIED
1. PA Speakers MAN
BIAMP BOSCH Behringer, Yamaha,

m
Heinrich
Surface Mount Speaker for PAsystem JBL TANNOY AtlasIED
2.

ay
BIAMP BOSE
3. Amplifier, Controller DSP for PAsystem BOSCH BIAMP AtlasIED
Heinrich Behringer, Yamaha,

tP
Harman
4. PowerSupplyforPAsystem BOSCH BIAMP AtlasIED
5. WallPagingStation BOSCH BIAMP AtlasIED
6.
7.
DesktopPagingStation
IntegratedPCwith21"touchscreen
ou
BOSCH
Dell
BIAMP
HP
AtlasIED
Lenovo
ith
8. ServerforPAsystem Dell HP Lenovo,
FujiTso,IBM,
Cisco
w

9. FireRatedSpeakerCable Crestron Extron Belden


10 JunctionBoxes Custom
.
g

Controller/ServerforAudioConference system
11 forConference/meetingrooms Bosch Televic Brahler
in

.
AudioprocessingdeviceResponsibleforrouting,controllinga
d

12 ndprocessingaudioinconferencesystem Bosch Televic Brahler


.
id

13 Network/Powerportextenderforconferencesystem Bosch Televic Brahler


CISCO JUNIPER
rB

14 Multimediaunit
Bosch Televic Brahler
Flush Mountable ConferenceMics, Gooseneck
15 Microphone andother Microphone Bosch Televic Brahler
fo

16 DisplayMonitors SAMSUN DELL HP,LG,Barco


G
ot

17 CablesforConferencingSystem Bosch Televic Brahler


Conference systems
N

18 ControlsoftwareforMeetings,DatabaseManagement, Bosch Televic Brahler


Identification /AccessSoftware

Automatedcameratrackingsystem and video Bosch Televic Brahler


19 displaysoftware. RANEorANYOTHERAPPROVEDBY
ConferenceSystemOEM

CustomizedGUIInterfaceforMultimedia Screen Bosch Televic Brahler


20.
RANEorANYOTHERAPPROVEDBY
ConferenceSystemOEM
34
96 Bosch Televic Brahler
21. ConferenceAudioRecordingsoftware
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
27/03/2023 08:31
31/01/202309:37
10:24pm
pm
pm
RANEorANYOTHERAPPROVEDBY
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

ConferenceSystemOEM
Bosch TelevicBehringer,
22. ConferenceMicrophone Harman, Yamaha,
managementandSynopticcontrolsoftware Heinrich, Brahler
RANEorANYOTHERAPPROVEDBYConference
SystemOEM
23 PCfordifferentsoftware Dell,HP,Le
novo
24 AudioDistributionBox ANYREPUTEDMAKEAPPROVEDBYCONFERE
NCESYSTEMOEM
DigitaltoAnalogAudioConversion ANYREPUTEDMAKEAPPROVEDBYCONFERE

t
25
NCESYSTEMOEM

en
Controller/Server forAudio
26 ConferencesysteminCommitteeRooms Bosch Televic Brahler
27 CablesforConferencingSysteminCommitteeRooms Bosch Televic Brahler

m
Conference System Software forCommitteeRooms Bosch Televic Brahler
28. RANEorANYOTHERAPPROVEDBYConference

ay
SystemOEM
29 24PortNetworkSwitch Cisco JUNIPER Extreme
30 CeilingSpeakerType3 JBL TANNOY BOSE

tP
JBL TANNOY BOSE
31. ColumnArraySpeaker-Type1
MEYERSO FOHHNAU
UND DIO
32 ColumnArraySpeaker-Type2 JBL Bose Tannoy

33. PassiveSurfaceMount Speaker


ou JBL
BOSCH
TANNOY
BIAMP
AtlasIED

34 PassiveSurfaceMountSpeakerfor Chambers JBL TANNOY BOSE


ith
35 InwallSpeakers JBL TANNOY BOSE
36 AudioAmplifiers CROWN LABGRUPP BOSE
EN
w

37 AudioDigitalSignalProcessor BSS Bose Biamp


38 CeilingMicrophoneTiles Shure Sennheiser Clearone
Samsung Barco Christie
g

39 VideoWalls
Planner Delta
in

40 FiedVideoDisplay Artherholm ElementOne Soltec


Samsung NEC Christie
d

41. ProfessionalDisplay Panasonic Sony Planner


42 EncoderType1 Crestron AMX Lightware
id

43 EncoderType2 Crestron AMX Lightware


44 DecoderType1 Crestron AMX Lightware
rB

45 DecoderType2 Crestron AMX Lightware


46 VideoConferencingUnit Cisco Polycom
47 WirelessPresentationSystem Crestron AMX Barco
48 TableCableManagerType1 Crestron AMX Barco
fo

Equivalent
49 TableCableManagerType2 AVC Logic IndianOEM
Equivalent
50 TableCableManagerType3 AVC Logic IndianOEM
ot

51 PTZCameraType1 Panasonic Sony Canon


52 PTZCameraType2 Panasonic Sony Canon
N

53 CameraController Panasonic Sony Canon


54 Camera&ControllerPowerUnit Panasonic Sony Canon
55 VideoWallMountforVideowall Vogal,B Tech,Chief Vogal,B
56 DisplayWallMountType1 Vogal,B Tech,Chief Vogal,B
Equivalent
57 DisplayWallMountType2 AVC Logic IndianOEM
Equivalent
58 DisplayWallMountType3 AVC Logic IndianOEM
Wacom
59 Interactivetouchscreen , PEN Wacom,Elotouch,
Elotouc XP
35
97
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

h,XP

60 RoomController Crestron AMX Extron


61 NetworkSwitch Cisco JUNIPER Extreme
CentralizedManagementandcontrolsoftwaretocontrolallnet
62 workedAVdevices,on-premisesinstallation
Crestron AMX Extron
63 TouchScreenforcontrolGUI Crestron AMX Extron
Corning Commscope Penduit
64. CAT6Acable Belden

t
Corning Commscope Penduit
65. OpticalFibreCable

en
Belden
Corning Commscope Penduit
66. AudioCable Belden
Kramer Crestron Extron

m
67. SpeakerCable Belden Krystal
Kramer Crestron Extron

ay
68. HDMIcable Belden Krystal
AllrequiredaccessoriesforOpticalfiberconnectivity Corning Commscope Penduit
69. Belden

tP
70 Allrequiredconnectors Commscop Nutrik Penduit
e
71 EquipmentRack Middleatla Netrack TrippLite
ntic
72
73
Conduits
Cablecompartment
ou AsperElectricalInstallationmakelist
AsperElectricalInstallationmakelist
74 Raceway AsperElectricalInstallationmakelist
ith
w
g
d in
id
rB
fo
ot
N

36
98
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

Annexure II

LAN, IP BASED EPABX (Annexure II)


Sr. ITEM APPROVED MAKES / BRANDS

t
no

en
UTP CAT6A Cable and its components suchas IO, Patch BELDEN COMMSCO SIEMON
1. Panels, Face Plates and all theiraccessories PE
PAN CORNING

m
DUIT
-
PAN

ay
NET
SingleModeFiber&MultiModeopticcablesofvariouscore
capacitiesandtheiraccessorieswall mounted or rack
2. COMMSCOP SIEMON PANDUIT
mountedLIUs,patchcordsandpigtailsand

tP
E -PANNET
otheraccessories
3. Networkingenclosures,racksofvarioussizes15Uupto42 APW- PANDUIT
VERO RITTAL
U -PANNET

NetworkingSwitches-AccessSwitches,Distribution
ou PRESI
DENT

Switches, Core Switches, ServerFarm Switches and their


ith
components such as1GSFP,10GSFP+and40GQSFP+
4. CISCO EXTRE HPE(ARUBA)
transceiversandmodulesandotheraccessoriessuchaspowe MENET
rsupplies,fans,stackingcables. WORKS
w

5. WirelessControllers,WirelessAccessPointsand EXTRE
CISCO MENET HPE(ARUBA)
theiraccessories
WORKS
g

6. EXTRE
InternetRouteranditsaccessories CISCO MENET HPE(ARUBA)
in

WORKS
7. EXTRE
NetworkManagementSystem CISCO MENET HPE(ARUBA)
d

WORKS
id

8. Firewall&itsaccessories CHECKPOI CISCO PALOALTO


NT
rB

9. AAA-AuthenticationSolutionanditsaccessories CISCO HPARUBA FORSCOUT


10. NetworkTrafficAnalyticsSolutionanditsaccessories DARKTRA
CISCO IBM
CE
fo

11. SecureInternetGatewaySolutionanditsaccessories AKAMAI CISCO INFOBLOX


IP based PBX Communication Solution,
12. IPPhones,Softphones,VoiceGateway,CommunicationsS
ot

oftwareandMobilityClient,DesktopClientSoftware AVAYA CISCO MITEL


DELL HP LENOVO
IndustryStandardIntelPlatformServerHardware
N

13.
ORASPERIP-
PBXCOMMUNICATIONSYSTEMPLATFORMOE
M
14. 0.5mmdiaFRLSPVCinsulatedannealedcopperconductor
cable -4pairs DELTON

37
99
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

ANNEXURE III

SPECIFICATIONS

S.no. Item Specifications


Description

t
en
1 Vinyl Flooring Homogeneous Vinyl Flooring of 2-4 mm thickness conforming to EN
ISO 10874,very heavy use category pasted on the levelled base substrate
with slip resistant surface, non-flammable and chemical resistant

m
surface. The product shall followperformance characteristics from EN
428, EN 426, EN430, EN 427, 433, EN 649including fire retardant

ay
properties BS 476-6&7 including slip resistance flooring
DIN 52230
2 Epoxy Providing and Installing poured in place resinous matrix seamless epoxy-

tP
Terrazzo flooringlaid at 12mm and finished at final 10 mm thickness (after
grinding & polishing) having compressive strength of ≥ 65 MPa as per
ASTM C579, tensile strength of
≥ 25 MPa as per ASTM D638, Flexural strength of ≥ 14 MPa as per
ou
ASTM D790,Pendulum Test slip resistance of 40 - 70 as per BS8204,
Elongation of ≥ 5% as per ASTM D 638 , Abrasion Resistance of ≤ 70
mg loss as per ASTM D 4060, Adhesion Pull off of ≥ 2 MPa as per
ith
ASTM D 4541. Concrete subfloor in light steel trowel finish shall be
level with a maximum variation from level of ¼” in 10 feet. Any
w

irregularity of the surface requiring patching and/or levelling shall be


done using Epoxy mortar material approved by the manufacturer.
Concrete shallbe cured a minimum of 28 days. No curing agents are to be
g

used In areas to receiveEpoxy-terrazzo. Concrete slab shall have an


in

efficient puncture-resistant, reinforced moisture vapour barrier 10 mils


thick minimum placed directly underthe concrete slab. Floors should be
d

sealed with a urethane terrazzo sealer or other suitable sealer. For


grinding of the poured in place terrazzo surface, high speed terrazzo
id

grinders with rubbing plugs in 8 stages should be used. Pin holes


appearing must be thoroughly sealed with suitable epoxy grouts.
rB

Aluminium transition strips shall be installed as per the drawing before


terrazzo is laid and ground. All complete as per direction of Engineer-
in-charge. For substrate
fo

Undulations Rs 10/sq.ft/mm shall be charged extra.


3 Epoxy PU resin 3mm ESD system: Providing and applying self levelling
Flooring Conductive/Dissipativegrade EPU (Epoxy polyurethane) finish over
ot

Vacuum dewatered/ Heavy duty orother flooring consisting of a Priming


coat of approved make of 100 microns DFTfollowed by a 1.8 mm thick
N

solvent free self-leveling epoxy based screedfollowed by laying of


copper tape in grid format as per manufacturers specification, followed
by laying of conductive middle coat and finished with a 1mm thick
conductive grade self levelling epoxy -polyurethane coating system
having compressive strength of ≥ 40 Mpa as per ASTM D695, tensile
strength of

38
100
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

≥10 MPa as per ASTM D638, Flexural strength of ≥ 10 MPa as per


ASTM D790, Elongation of ≥ 2% as per ASTM D 638 , Abrasion
Resistance of ≤ 70 mg loss asper ASTM D 4060, and Adhesion Pull off
of ≥ 2 MPa as per ASTM D 4541 providing a resistance of 2.5 X104 to
1 X 106 or 1 x 106 - 1 x 109 ohms to be applied in desired colour and
finish. This shall be done including surface preparation (cleaning,
machine grinding, etc.), finishing etc. all complete in
accordance with approved manufacturer’s specification.
4 Gypsum 12.5 mm thick gypsum board (confirming to IS-2095 - 1982) false

t
Fals ceiling in horizontal/vertical and curved surfaces, coffers etc. fixed with

en
eCeiling screws to undersideof GI suspension system comprising of G.I. angle of
size 0.55 mm thick having one flange of 20mm and another flange of
30mm and a web of 27mm flanges along with perimeter of ceiling,

m
screws fixed to brick/RCC /partition wall with the help of nylon sleeves
and screws at 610 mm centers both sides. Then suspending GI

ay
intermediate channels of size 45mmx 0.9mm thick with two flanges
15mm each from the soffit at 1220mm centers with ceiling angle of width
5mmx10mmx0.55 mm thick fixed to soffit with G.I. cleat and steel

tP
expansion
fastener.
5 Aluminium Approved finish Aluminium Baffle Ceiling with Acoustic Properties
Baffle Ceiling ou
manufactured from Aluminium alloy HD5050 or equal (according to
EN 1396)with durable 2-layer polyester finish in a nominal thickness
of 20 microns is stove enameled in a continuous coil-coating process
ith
to ensure uniform coating thickness and absoluteadhesion. metal
suspended ceilings are classified A2- s1,d0 according to EN 13501-1,
and shall be fire retardant. It shall also allow for easy (de)mounting of
w

the panels. The standard panels are easily lifted upwards and removed,
allowing full access to systems and installations in the
g

plenum.
6 Metallic ceiling Supply and fix Open Metal Ceiling system, The system will consist of
in

system linear boxshaped panels fixed to an adjustable suspension system


which allows for individual panels to be removed by hand. System to
d

feature open joints betweenthe panels. Panels, 70 mm wide, 25 mm


id

deep, to be roll formed from 0.8 mm thick stove enameled Aluminium


strip or from 08. mm thick stove enameled galvanized steel strip, plain.
Optionally acoustic pads can be laid on the panels in order to improve
rB

acoustical performance.• Aluminium panels to be manufacturedfrom


pre-painted, stove enameled Aluminium, alloy EN-AW-3005 or
equivalent (according to EN 1396 and ECCA).Steel panels to be
fo

manufacturedfrom pre- painted, stove enameled steel. Rows of 1.0


Fe/0.95 Alu roll formed carriers shall be installed as specified from
center on center by means of adjustable suspensions, of suitable
ot

strength and rigidity to provide impact resistance if required, at a


distance as specified center on center. Carriers shall be joined by means
N

of carrier splices. Carriers provided with prongs to hold panels in a


standard module of 100 mm. Fixing clips made of stove enameled
Aluminium, clipped on to the panel carrier between the panels in order
to securethe panels.
The Ceiling shall maintain the required Acoustic Values based on
Architect's
suggestion/s

39
101
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

7 Unitized 6mm Glass +12 mm argon Air Gap +6 mm Glass, Double Glazed Unit
Glazing with approved SHGC, U-Value and VLT with Base Aluminum as per
specification in the schedule. Rectangular extruded Framework of
Transoms & Mullions designedto withstand the Wind Pressure as per IS
Standards. The extruded section shall befinished with PVDF coating.
Extruded section shall be of 6063 T6 Alloy or BSH9conforming to IS-
63400. The system shall include EPDM / Neoprene all copings
and flashing, fire stop seals, approved silicon sealant complete for a
fool-proof system. The main frame system shall be fixed to the main

t
structural members ofthe building with necessary brackets, clamps,

en
fastening straps, nuts, bolts, rivets,
washers, and other fastening materials.
8 Semi 6 mm Thk Glass +12 mm thk Air Gap Argon Gas+6 mm thk Glass,

m
Unitize Double Glazed Unit with approved SHGC, U-Value and VLT with Base
dGlazing Aluminum Rectangular extruded Framework of Transoms & Mullions

ay
designed to withstand the Wind Pressure as per IS Standards. The
extruded section shall be finished withPVDF coating. Extruded section
shall be of 6063 T6 Alloy or BSH9 conformingto IS-63400. The system

tP
shall include EPDM / Neoprene all copings and flashing,fire stop seals,
approved silicon sealant complete for a fool-proof system. The main
frame system shall be fixed to the main structural members of the

rivets, washers, and


ou
building with necessary brackets, clamps, fastening straps, nuts, bolts,

other fastening materials.


ith
9 Tensile Fabric Architectural P.V.C. Membrane -: Base frame shall be M.S. tubular frame
.
P.V.C. membrane available in range of U.V. Stabilized color. YARN:-
w

2X1100 Dtex PEX HT, Weight sqm. :-750gsm, Tensile STRENGHT:-


280/280daN.5cm,ELONGATION:-<- 1%,TEAR
STRENGTH
g

55/50daN,ADHESION:- 12 daN/5cm,FINISH:- PVDF , Formula S


in

fluorinated Varnish wieldable, MAXIMAM OPERATING


TEMPERATURE- 30C/70C, Heatwelded at joints. The membrane is
d

fixed to M.S. tubular frame (Red Oxide and Spray Paint). the joints are
heat welded no waterproofing required and hence
id

no maintenance required
10 HPL Cladding As per design and approval of Authority
rB

11 Granite Providing and fixing Honed / Bush Hammered Granite Stone in Dry
ston cladding/ soffits/ jambs and copings etc. in specified sizes, of approved
edry cladding colour and qualityon walls of brick / AAC block, columns and wherever
fo

specified in Dry claddingusing approved stainless steel (grade 304 )


clamps, anchors bolts, pins of make Hilti, Wuerth or equivalent, groove
making, cutting, drilling, anchoring, grouting
ot

with joint sealant, scaffolding, chamfering, etc.


12 GRC Jali / Exterior grade fibre reinforced polymer resin plastic composite smooth
Screens finished back side closed screens as per approved pattern, design, with
N

wall thickness between 2- 2.5mm and shade. The fibre reinforced


composite screens shall have fibre reinforcements with resin matrix that
bonds the fibre. The material shall be casted in fibre moulds with ISO/
UV resistant PNG Polyester resin with UV Stabilized clear gel coats for
making it UV resistant non-fading product in exteriorconditions. The
product shall be made in accordance to ASTM E 84 for fire performance

40
102
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

characteristics and shall be classified as Class B material. The periphery


or borders of screens shall have marine ply reinforced for adequate
fixing with Hilti self-tapping screws and in accordance to shop drawings
approvedby Authority. The product’s density shall be 1760 Kg / m3
having approximate weight between 11 -15 Kg / m2. The product shall
have a tolerance of temperaturevariation between -20 degrees Celsius to
65 degrees Celsius. The product will have permissible dimensional
tolerance of dimensional (all directions) ± 1/8”. 0 -
10 ft. (3mm in 3 m) thickness ± 1/8”(3mm)

t
13 Aluminum The system will consist of linear roll-formed Aluminium panels, which

en
Louvers can simply be slid into the prongs of a stringer. The stringers are fixed on
a sub- construction. To prevent contact corrosion by applying dissimilar
metals, each fixing of the stringers to the sub-construction must be made
through the washerset. Panels to be manufactured from pre-painted, stove

m
enameled Aluminium. corrosion resistant alloy EN-AW-3005 or
equivalent (according to EN 1396 andEN13523). Panels have a specified

ay
length as per manufacturer's availability Panels to be coupled in
longitudinal direction by means of panel splices or by means of the
horizontal joint extrusion. Rows of 0.95 mm to or 1.2 mm (200F) thick

tP
Aluminium roll-formed stringers shall be installed at specified distances
center to center on a sub-construction consisting of a supporting steel or
Aluminium framing of sufficient strength and rigidity to provide
resistance to wind-pressure/suction. Stringers are provided with prongs
ou
to hold panels in a module of specified measurements. Edge, trims drip
sections, capping etc. madeof stove enameled Aluminium strip, with paint
finish. All materials shall be installed in strict compliance with all local
codes; ordinances and manufacturersrecommendations including specific
ith
additional requirements as may be called for
in the specifications or shown on the drawings
14 Fire Rated 2 hours fire rated doors system duly tested for Integrity & insulation
w

Doors criteria as per the IS:3614 at Fire Research Laboratory Central Building
Research Institute Roorkee with standard heating conditions as
g

specified in IS:3809-1979 and


BS:476 part 20 & 22 1987 to achieve the required integrity and insulation.
in

15 Glass Doors Providing 12mm thick Safety Toughened Glass for Main Doors /
Entrances withdouble action hydraulic floor spring of approved brand
d

and manufacture conforming to IS : 6315, having brand logo embossed


id

on the body / plate with double spring mechanism and door weight upto
125 kg., for doors, including costof cutting floors ,embedding in floors
rB

as required and making good the same matching to the existing floor
finishing and cover plates with brass pivot and single piece M.S. sheet
outer box with slide plate etc. complete as per the
direction of Engineer-in-charge.
fo

16 Aluminum Aluminium work for doors, windows, ventilators and partitions with
Doors extruded built up standard tubular sections/appropriate Z sections and
an other sections of approved make conforming to IS: 733 and IS: 1285,
ot

dwindows fixing with dash fasteners ofrequired diameter and size, including
necessary filling up the gaps at junctions,
N

i.e. at top, bottom and sides with required EPDM rubber/neoprene


gasket etc. Aluminium sections shall be smooth, rust free, straight,
mitred and jointed mechanically wherever required including cleat
angle, Aluminium snap beadingfor glazing / paneling, C.P. brass/
stainless steel screws, all complete asper
architectural drawings
17 Exterior With 7 years warranty

41
103
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

texture Paints
18 Exterior With 7 years warranty
Emulsion
Paints
19 Internal Acrylic With 05 years warranty
Emulsion Paint
finish
20 Toilet Cubicles Toilet Cubicle of approved shade and model by Engineer-in-charge (of
followingstandard dimension which includes 600mm door size width)

t
made of heat, bacteria, water, chemical, scratch, impact and anti-

en
bacterial resistant 12mm&18mm thick solid compact laminate panels
tested by Shriram Test House. Finishof the compact laminate should be
Suede / *Raw Silk, which includes doors, pilasters & intermediate

m
panels finished with approved texture/shade as per the detail drawings
& as per IS 2046 (Indian Standard) and as per fire retardant BS- 476/97

ay
standard. T
This also includes providing and fixing in position necessary hardware
made outof Stainless steel (Grade 304) & With MS Supporting systems

tP
(1) SS Door Knob,
(2) SS Gravity hinges, (3) SS Latch Indicator, (4) MS Top Support , (5)
SS Coat Hook, (6) SS U-Channels, (7) SS-Shoe Box Plate , (8) Noise
Deafening Tape etc. ou
(9) Screws & wall Plugs.
The top supporting system will run above the ceiling to Strengthen &
ith
support thesystem, it will be settled on end wall with MS 'L' angles Mid
& End pilasters willbe fixed with the top support.
All other hardware & screws will of stainless steel in 304 Grade with satin
w

finish
21 Polycarbonate Providing & fixing of Flux polycarbonate roof with multilayer standing
panels seam polycarbonate panel system of 22 mm thickness (minimum)
g

including all standardfixing accessories on top of the supporting


in

structure (Paid extra in another item) complete & as per the direction of
the engineer in charge. The Panels shall include opaque and translucent
d

combination of louvers integrated in the panel for Angular Daylighting


and, for better thermal insulations and diffusion of light especially with
id

combination designed for tropical regions & shading throughout the day
for better ambient temperature below the roof. Panels shall be
rB

manufactured with vertical standing seam at both sides of the panel.


Panels have to be fixed on Purlin with snap on connectors with grip lock
double tooth locking mechanism and will be secured on MS structure /
fo

purlins (will be paid Separately) with HDSS Fastener and double tooth
polycarbonate connector for best stability and having a pull-out load of
min. 7000N (7KN) tested as per ISO 6892:1998 and IS 1608: 2005.
ot

Panels shall have minimum seven layers with all fixing accessoriesto
ensure best performance for wind uplift, vibration, oil canning and visual
N

appearance. Performance Panels cell structure be in truss bridge design


or commonly called X structure for better strength and stability. The
entire panel system shall be with a width from min.1200 mm. Bigger
width and minimal junctions should be preferred for better Panels must
satisfy Dart drop impact test
as per IS 14443-97 shall show no sign of breakage on Polycarbonate
Panel whichhave been exposed to UV for a min. of 500 Hours as per

42
104
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

ASTM G 155. Panels shall not have Yellowness Index as per ASTM D
1925 of 15 units when tested on a sample exposed to UV for 500 Hours
as per ASTM G 155. U value shall not be
more than 1.6 W/m2K as per EN ISO 10077-2:2018. Panel shall be with
additional End cap/Aluminium U/F profile/ Glazing Bar (all mill finish)
for ends as required. Trained and factory authorized labour with
supervision to complete the entire panel installation as per drawing &
direction of the engineering in charge.
Color: A Combination of Clear/White Louvers or any colour in a single

t
panel andas per approved.

en
22 Vacuum As per guidelines issued by RDSO
dewatered
Flooring

m
23 Precast Coping M30 Grade factory made Precast Concrete Slabs prepared by vibro
Slab of compactionprocess using joint less FRP/GRP/Steel moulds as to achieve

ay
platforms shuttering finish on5 faces, reinforced with 8mm dia. steel bar @
150mm c/c both ways Cement:Cement used for the manufacture of pre-
cast concrete manhole covers shall be 43 grade Portland cement

tP
conforming to IS-8112. Aggregates: The aggregates usedshall be clean
and free from deleterious matter and shall conform to therequirements
of IS: 383. The aggregates shall be well graded and the nominal
ou
maximum size of coarse aggregate shall not exceed 20 mm. Concrete:
The mixproportions of concrete shall be determined by the manufacturer
and shall be suchto produce a dense concrete without voids, honey
ith
combing etc. The minimumcement content in the concrete shall be 360
kg/m3 with a maximum water cementratio of 0.45. Concrete weaker
than grade M-30 (design mix) shall not be used. Compaction of concrete
w

shall be done by machine vibration. The reinforcement steel shall


conform to IS 1786. Reinforcement bars shall be clean and free from
g

loose mill scale, loose rust, and mud, oil, grease or any other coating
which may
in

reduce or destroy the bond between the concrete and steel.


24 Railings Factory made Stainless steel balustrades with 12 mm thick toughened
d

glass railingor stainless steel tubular horizontal guards rails/hand rails in


id

SS304 for indoor applications /Clear 1.0 m high and stainless steel railing
( SS-316 L Grade for outdoor applications) made out of tubular
rB

balustrades with horizontal tubular SS


tubes as rails and hand rails on top.( as per approved design ).
25 Basement Providing and laying 1.5 mm thick preformed and pre-applied HDPE
Waterproofing fully bonded weldable membrane that bonds to the wet concrete cast.
fo

: Raft The membraneshall exhibit 25 years of service life tested and complied
in accordance with EN13252:2016 durability certification. After the
membrane bonds with the concrete, it forms an integral seal which
ot

prevents lateral water migration and makes it unaffected by any


substrate settlement below the slabs. Reinforcementcan be directly laid
N

on top of the membrane and it does not require screed protection. The
adhesive layer is activated when the concrete is poured on the
membrane, and it enables the membrane bond to underside of the
concrete whichprevents the ingress of water into the structure as well
as prevents tracking of water between the membrane and the structure
and provides a positive side protection against ingress of sub soil water.
It can be used for horizontal as wellas vertical blind side application

43
105
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

and meets the requirement of BIS 16471:2017 as well as BS 8102:2009


recommendations for providing Type A protection.

The waterproofing system should be applied directly by the


manufacturer’s inhouse subsidiary or partner applicator with 10 years
of complete system guarantee against leakage. Applicator should be
trained and should have minimum experience of 10 years of execution
of similar products.
Technical Properties:
PROPERTIES TYPICAL TEST METHOD

t
VALUE

en
Color White/ Off Visual
White Observations
Roll Size 20 m x

m
2m/ 2.4m/
3.0 m

ay
Thickness of 1.5mm ASTM D 3767
Composite
Membrane
25 MPa ASTM D 412
Tensile

tP
Strength Modified
(Average) (Of
HDPEFilm)
Elongation at
break (ofHDPE
ou400% ASTM D 412
Modified
Film)
ith
0
Low – 25 ASTM D 1970
Temperature Pas
s
w

Flexibility C
Resistance > 60 m ASTM D 5385
g

to Modified
Hydrostatic
in

Head
Peel 880 N/m ASTM D 903:1998
d

Adhesion
id

toConcrete
Lap Peel adhesion >15000 ASTM D 1876
rB

N/m
(Sideand End
Laps)
UV Exposure 28 Days
fo

pass
Puncture 1000 N (± ASTM E 154
5 to
Resistance(Of 10%)
ot

Composite
Membrane
N

(Tolerance: ±5 %
fromthe value)
26 Retaining Wall Providing & applying 2 components, solvent free, 100% Solid
Content, liquid applied elastomeric seamless hybrid Polyurea
polyurethane Membrane, using plural component airless spray
Waterproofing equipment, to form a minimum system thicknessof 1.5 mm in two
Treatment alternative coats with a total consumption of 1.5-1.6 kg / m2.The

44
106
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

membrane shall be applied on horizontal surfaces and on verticals up


to 300mm height above the FFL / Soil fill level, self-curing for 2 days,
there afterponding with water for 2 days to test the water tightness.
Apply prime coat of by roller/ airless spray @ coverage of 250 -400
gram/m2 depends on porosity of concrete. Allow to cure for max 5-6
hours. Broadcast anti slip grains of 200-300 micron(dried sand) on wet
primer at coverage of 1.5-2.5 kg/m2 and allowto come to touch dry
condition. The membrane shall have 100% Solids, VOC Free,Density
of 1.06 g/cc at 23 degree, Tensile strength at 23 degree > 15 Mpaas

t
perASTM D 412, Elongation at 23 degree > 450% as per ASTM D 412,

en
Tear Strength of >60 kn/m as per ASTM D1004/ASTM D624,
Adhesion on concrete
> 2 Mpa as per D 4541, Static Crack Bridging of 2 mm as per ASTM

m
C 836, Shore A Hardness > 85 as per ASTM D 2240, Puncture
Resistance > 1000 N as per ASTM E 154, Water Head Resistance >

ay
7 Bar as per ASTM D 5385.

liquid applied elastomeric seamless hybrid Polyurea polyurethane

tP
Membrane is a two-component, sprayable, 100% solids (VOC free),
thixotropic, instant setting hybrid polyurea waterproofing membrane
suitable for waterproofing, protectionand sealing in general. It’s made
ou
up of two high reactive liquid components, isocyanates and aminated
polyols, which are mixed together usingspecific spray equipment, to
form an aromatic, continuous, seamless, high density, solid and
ith
elastic polyurea membrane, with high mechanical and chemical
resistance qualities.
The waterproofing system should be applied directly by the
w

manufacturer’s inhouse subsidiary or partner applicator with 10 years


of complete system guarantee against leakage. Applicator should be
g

trained and should have minimum experience of 10 years of execution


of similar products.
in

The Hybrid PU membrane shall have following technical properties:


d

Property Test Standard Typical Value


Solid Content 9 100 %
id

(ZeroVOC) ASTM D 2369


Density at 23 ASTM D 4669 1.06+/-0.1
rB

degrees Celsius / ISO1675


Gel Time ASTM D 412-06 10-15 sec
Tack free time ASTM D 412-06 1 min
fo

at23OC
Cured time at ASTM D 4073 24
23OC hours
ot

Tensile Strength ASTM D100 15 MPa


at23OC
N

Elongation at ASTM D 412 450 %


breakat 23OC / ISO527-3
Tear Strength ASTM D 1004 60 Kn
Adhesion ASTM D 4541 2 Mpa
(on
concrete)

45
107
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

Static ASTM C 836 2 mm


crack
bridging
Abrasion Strength ASTM D 4060 60 loss mg
Shore A Hardness ASTM D2240 85
Resistance ASTM D 7 Bar
5385/ DIN
tohydrostatic 16726
water

t
pressure

en
Puncture ASTM E 154 1000 N
Resistance
Water ASTM E 96 25 mg/sqm/day

m
vapour
permeability
Impact resistance ASTM D 2794 17 N m

ay
Service -20 to 90 degree
Range celsius

tP
temperature

27 Podium area: The system includes base preparation of cleaning, brushing and

Hybrid
polyurea:
ou
removal of flaky materials, grouting the porous area with
cementitious grout, proper coving between slab and wall junctions
and priming the surface with two component solvent free epoxy
ith
primer @250-400 g/sqm, followed by sprinklingliberal oven-dried
quartz sand over the primer while it is still wet,to provide keyfor
subsequent waterproofing coating.
w

Providing & applying 2 components, solvent free, 100% Solid


Content, liquid applied elastomeric seamless hybrid Polyurea
polyurethane Membrane, using plural component airless spray
g

equipment, to form a minimum system thicknessof 1.5 mm in two


in

alternative coats with a total consumption of 1.5-1.6 kg / m2. The


membrane shall be applied on horizontal surfaces and on verticals up
d

to 300mm height above the FFL / Soil fill level, self-curing for 2 days,
there after ponding with water for 2 days to test the water tightness.
id

Apply prime coat by roller/ airless spray @ coverage of 250 -400


gram/m2 depends on porosity of concrete. Allow to cure for max 5-6
rB

hours. Broadcast anti slip grains of 200-300 micron(dried sand) on wet


primer at coverage of 1.5-2.5 kg/m2 and allow to come to touch dry
condition. The membrane shall have 100% Solids, VOC Free, Density
fo

of 1.06 g/cc at 23 degree, Tensile strength at 23 degree > 15 Mpa as


per
ASTM D 412, Elongation at 23 degree > 450% as per ASTM D 412,
ot

Tear Strength of >60 kn/m as per ASTM D1004/ASTM D624,


Adhesion on concrete > 2 Mpaas per D 4541, Static Crack Bridging
N

of 2 mm as per ASTM C 836, Shore A Hardness > 85 as per ASTM


D 2240, Puncture Resistance > 1000 N as per ASTM E 154, Water
Head Resistance > 7 Bar as per ASTM D 5385.
The coating shall be applied @1.5 Kg/sqm to achieve a total DFT of
1.5 mmand shallbe applied on the entire horizontal and shall be
terminated at 300mm abovethe FFL. Providing & laying 150 gsm
geotextile layer over the Pu coating.

46
108
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

Horizontal Protection: Supplying and applying an avg of 75mm thick


M20 fibrated grade concrete screed includingsaw cutting (approx.
6mm W x 30mm D) at 3MX4M panels, making angle fillet of
50mmX50mm using M20 grade concrete at the corners and filling the
groove with PU sealant.
Vertical protection: Supplying and applying 15mm thick polymeric
waterproof plastering @ 0.2litre/bag of cement with CM 1:4 for the
vertical surface. Landscape areas-Fixing of 10mmthick
polypropylene geotextile laminated dimpled board, of compressive

t
strength not less than 400kN/m2The waterproofing system should be

en
applied directly by the manufacturer with 10 years of completesystem
guarantee against leakage . Technical properties of two
component Hybrid Polyurea Coating

m
Property Test Standard Typical Value
Elongation to ASTM D412 400%

ay
break
Tensile Strength ASTM D412 15 MPa
Solid Content ASTM D2369 100 %

tP
Adhesion to ASTM D4541 2 Mpa
concrete
Puncture ASTM C154 1000 N
Resistance
Static Crack
Bridging
ou
ASTM D 836 2 mm

28 Toilets/ Cleaning the internal surface areas thoroughly so that they are free of
ith
Sunken allcontaminants like dirt and laitance & to remove all the loose materials
Portions by variousmechanical means. Removal of all surface imperfections,
Water protrusions, looseconcrete & filling of cracks using polymer/ latex
w

Proofing modified Mortar in theratio Cement: Sand (1:4) and 5% of – polymer/


latex by weight of cement.
g

Apply two coats of elastomeric copolymer waterproof liquid membrane


in

by brushor roller. Allow 1st coat/application time to dry for 4-6 hrs
before application ofsecond coat right angles to the first coat.at the rate
d

1.1 -1.2 litre/ Sq.mt includingone coat of self-primer to achieve 500 –


id

600 microns DFT. Fortile installations bonding directly to the substrate.


Strongly recommended to sprinkle liberally coarse quartz sand (30-60
mesh/250-500 microns) while second coat is still wetto provide key for
rB

subsequent for plaster or tile application, extends the coating vertically


to the higher of 300mm above. Allow
to air cure completely for 5 days before tile installation work is to be
fo

begin.
Low temperatures and/or high humidity can extend dry times). Allow
to dry completely for 5 days before tile installation work is to begin.
ot

Note: Minimum height of waterproofing to shower area walls is


1800mm above the surface of the shower floor
N

Horizontal protection: Laying slope making and protection with 40mm


avg.thick of M20 grade fibrated screed Curing as per standard
procedure Vertical protection: Applying waterproof plastering with
CM 1:4 of thickness 20mm for walls admixed with integral
waterproofing
compound @ 200ml/bag of cement

47
109
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

The waterproofing system should be applied directly by the


manufacturer’s inhouse subsidiary or partner applicator with 10 years
of complete system guarantee against leakage. Applicator should be
trained and should have minimum experience of 10 years of execution
of similar products.

Sealing of Pipe cut outs

Supplying & sealing the Sanitary pipe inserts, provided in the floor

t
& wallswith double sided bituminous tape and supplying & grouting

en
the gaps aroundthe pipe inserts with non-shrink free flow grout.

Technical properties of acrylic cementitious coating-

m
Property Test Standard Results
Solid Content SS 5 Part B2 63 ± 2
Tensile ASTM D412 ≥ 1.5 N/ mm 2

ay
strength
Elongation at ASTM D412 ≥ 250%
break

tP
Crack bridging EN 1062-7:2004 No cracks
observed upto
width of 3 mm
Adhesion
strength
ou
ASTM D
7234:2019
≥ 1.5 N/ mm 2

Water Vapour ASTM E 96:2016 15-50 g/M2/day


ith
Transmission
Shore A ASTM D 2240 ≥ 55 (Shore A)
hardness
w

Resistance to DIN 1048 Passed no


water water
g

penetration penetration
Water ASTMD 471 Complies
in

Absorption
29 Cementitious Internal side-Cleaning the internal surface areas thoroughly so that
d

Coating they are freeof all contaminants like dirt and laitance & to remove all
id

Application the loose materialsby various mechanical means. Removal of all


Waterproofing surface imperfections, protrusions, loose concrete & filling of cracks
rB

for Water using SBR latex modified Mortarin the ratio Cement: Sand (1:4) and
Retaining 5% by weight of cement.
Structures such
as Water Providing & grouting at construction joints with cementitious
fo

Tanks/STP. grout into eachnozzle (1 mtr c/c) at regular intervals as per the
requirements.
Applying 3 coats of two component polymer modified cementitious
ot

coating of tensile strength of 1.0 N/Sq.mm as per ASTM D 412,


elongation of 120% as perASTM D 412, crack bridging of 2 mm as
N

per EN 1062-7:2004, resisting 5 bars hydrostatic pressure as per DIN


1048 applied@ 3.6 kg/sq.mtr all over the slab including the angular
fillets and extendable over the vertical walls. Finally sprinkling sand
over the second coat for better adhesion with plaster. The interval
between each coat of coating application is 6-8 hrs. A fibre mesh has
tobe placedin between the second and third coat of the polymer

48
110
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

modified cementitious coating. The waterproofing system should be


applied directly by the
manufacturer with 10 years of complete system guarantee against
leakages.
Providing and applying 15-20 mm thick CM 1:4 for plastering admixed
withintegral waterproofing compound admixed @ 0.2litre/bag of
cement as per
manufacturer's specifications including curing etc
The waterproofing system should be applied directly by the

t
manufacturer’s inhouse subsidiary or partner applicator with 10

en
years of complete system guarantee against leakage. Applicator
should be trained and should have minimum experience of 10 years
of execution of similar products.

m
Additional for STP tanks-Over the plaster providing & applying 2

ay
coats of Coal Tar Epoxy at a consumption of @500/Gms/sq.mtr with
Bonding / adhesionof 1.2 to 1.4 N/mm2 as per ASTM D 4541 ,Water
resistance, immersion – 7 days passes as per ASTM D 870-

tP
09,Chemical resistance, immersion in dilute acid alkali & salt
solutions – 7 days -Passes as per ASTM
868 as per manufacturer's instruction

Property
ou
Technical properties of acrylic cementitious coating-
Test Results
ith
Standard
Tensile ASTM D412 1.0 N/Sq.mm
strength
w

Elongation at ASTM D412 120 % minimum


break
g

Crack bridging EN 1062- NO cracking


in

7:2004 up to 2mm
Adhesion strength ASTM D 0.8 N/sq.mm
d

4541 Minimum
id

Water Vapour ASTM E 0.7 Perms


Transmission
rB

96:2016

Reduction in ASTM C 70
Rapid 1202:2019
fo

Chloride, %

Food grade CFTRI Passes


certification certification
ot

Pot life of the mix 60 minutes


N

@30oC

PH of the mix >10.0

Water EN 12390- Pass


permeability 8:2019
(5 bar pressure)

49
111
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

30 Food grade epoxy Providing & applying two coats antibacterial antifungal food grade coating
coatingfor potable with an interval of 6-8 hrs between each coat over the cured plastered
surface as per manufacturer’s instruction
water tanks
The Food grade epoxy coating shall have following typical
properties:
Property Test Standard Results

t
Nature Two components

en
Mixing ratio, By 1:1:1
weight
(Base:Hardener:

m
Water)

Adhesion strength ASTM D 4541 2.5 N/sq.mm

ay
Food grade CFTRI as per 21 Passes
certification CFR 175 - 300

tP
ofUS - FDA

Water Absorption ASTM C 870:90 Nil


31
STP Tanks-Coal
TarEpoxy
ou
Providing & laying 2 component Coal Tar Epoxy in two coats at a
consumption of2.5-3.25 sq.mtr/Kg for 2 coats @ 150–200-micron DFT
as complete as per manufacturer's instructions.
Coating
ith
Property Test Standard Results

Bonding / ASTM: D 4541 1.2 – 1.4


w

adhesion,
N/MM2
g

Flexibility, ASTM : D 522 – No cracking of


Mandrel test 93 film
in

Chemical ASTM: C 868 Passes


resistance,
d

immersion
id

in diluteacid
alkali
rB

& Salt solutions –


7 days
Water resistance, ASTM D 870:09 Passes
immersion 7 days
fo

32 Terrace 1TERRACE INSULATION AS PER ECBC


waterproofing: GUIDELINES FORWATERPROOFING WITH
LIQUID APPLIED MEMBRANE
ot

1.1 Surface Preparation:


Cleaning and preparation of surface with the help of wire brush
N

or grinder. Wash the roof with clean water. Remove all loose
concrete, grease, oil usingwire brush, and scrubber. All visible
horizontally and vertical cracks in concrete more than 0.50mm
width should be cut and open up to 6 – 10 mmin U shape and fill
with PU Sealant with suitable primer. Sealing the pipe inserts,
annular space, bore pack around G.I. / PVC pipes etc. in the floor
& walls with 1.5 mm thick two-sided non- reinforced
polymerized bituminousself- adhesive Bathseal Tape to seal the

50
112
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

joint between pipes/inserts and thecore cuts. Grouting the gaps


with non- shrink grout Micro Concrete. The concrete should be
completely cured (concrete curing takes typically 28 days) and
surface moisture content should not be more than 8%."
1.2 Construction joints and angle fillet:
Cleaning and making necessary surface preparation to remove
any dust and laitance etc., chasing open the construction joints
and sealing the same to form a U shaped groove of approx. 20mm
width and 10mm depth, using PU Sealant, carrying out injection
grouting at the construction joints,honeycombs, etc., by injecting

t
cement slurry grout admixed with polymer modified

en
cementitious expandable grout additive to full saturation
wherever necessary, including corner treatment at all locations
by cutting grooves of approx. 20 mm width and 20 mm depth,
cleaning and filling withpolymer modified mortar."

m
2 Waterproof Coating at the RCC mother slab:
Providing & applying 2 components, solvent free, liquid applied

ay
elastomericseamless hybrid Polyurea Polyurethane Membrane, using
plural component airless spray equipment, to form a minimum system
thickness of 1.5 mm intwo alternative coats with a total consumption of

tP
1.5-1.6 kg / m2. The membrane shall have 100% Solids, VOC Free,
Tensile strength > 15 Mpa asper ASTM D 412, Elongation > 450% as
per ASTM D 412, Bond strength
> 2 Mpa as per ASTM D 7234, Crack bridging up to 2mm as per
ou
ASTM C 836, Shore A Hardness > 85 ASTM D 2240, Puncture
Resistance > 1000 Nas per ASTM E 154, Water Head Resistance
> 7 Bar as per ASTM D 5385.The membrane shall be applied on
ith
horizontal surfaces and on verticalsup to 300mm height above
the FFL / Soil fill level, self-curing for 2 days, there after
ponding with water for 2 days to test the water tightness. Apply
primer coat of solvent free high viscosity epoxy primer by roller/
w

airless spray @ coverage of 250 -400 gram/m2 depends on


porosity of concrete. Allow to cure for max 5-6 hours. Broadcast
anti slip grains of 200-300 micron (dried sand) on wet primer at
g

coverage of 1.5-2.5 kg/m2 and allow to come to touch dry


in

condition.
3 Insulation layer with Spray Applied PU foam (Seamless foam
without joints)
d

Insulation Layer:
id

Supply & spray apply minimum 65 mm THK (For U value =


0.33 W/m2K as per ECBC 2017 guidelines), Foamshield, two
component, hydro-flourocarbon (CFC & HCFC free) blown,
rB

polymeric M.D.I. based system for producing rigid urethane


insulation & waterproofing foam conforming to IS 13205 : 1991,
having core density of 45-50 kg/m3 as per ASTM D 1622, and
thermal conductivity (K value) of 0.023 - 0.024 W/mK, with 2-
fo

component Graco or equivalent compressor enabled spray


machine heated at 80 deg C as per manufacturer's specification
etc, complete. The Foamshield PUF shall have Compressive
ot

strength > 300 Kpa as per ASTMD 1621, Tensile strength > 400
Kpa as per ASTM D 1623, Closed cell content > 95% as per IS
N

11239 Part5, 1985 & ASTM D6226, Waterabsorption < 3% as


per ASTM D 2842-06, Fire resistance conforming to Class - B2
as per DIN 4102, Dimension stability (linear Change in %) +2%
as per ASTM D2126."

4 Waterproofing final coats over foam with:

51
113
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

Provide and apply 2 coats of Flexi PU 270 (i), a single component


PU based cold applied seamless waterproofing membrane over
the PU foam, coverage at the rate 2.3 - 2.5 kg/m2 in 2-3 coats to
achieve DFT of 1.5 mm. The PU membrane shall be terminated
300mm above FFL, self-curing for 5 days, then ponding with
water for 24 Hrs. to check water tightness up to 50 mm. The
Waterproofing material shall have Solids > 85% ASTM D 6511,
Tensile strength >2 Mpa as per ASTM D 412, Elongation >
400% as per ASTM D 412, crack

4.1 bridging up to 3.2 mm, Shore A Hardness > 68 as per ASTM D 2240,

t
en
Adhesion to concrete > 1.5Mpa as per ASTM D 903, Water
vapor permeability > 25gm/m2/day as per ISO 9932:91,
Adhesion in peel after water immersion 5.2 N as per ASTM C
794, Water Head Resistance 50M asper DIN 1048.

m
5 Protection of Screed / Plaster:
Supplying & laying 150 gsm Geotextile (non-woven polyester) over the

ay
entire membrane on horizontal areas maintaining properoverlaps.
Horizontal Slope & Protection:
Laying minimum 75mm THK at drainage point protective

tP
concrete screed of M20 grade of average 100 mm THK with
slope 1:100 reinforced with Poly propylene fibre @ 0.9 kg / per
Cu.m. After the application of screed, provide control joints by
using a saw cutting machine attached with a 3 mmblade within
ou
18-24 hrs. of application of screed. The panel size for providing
joints should be up to max 15 sq.mt. Finishing. etc., complete."
Vertical Protection:
ith
Over the waterproofing membrane apply a coat of Epoxy
bonding Agent conforming to Shear Bond strength as per ASTM
C 881. Sprinkle fine sandover the primed surface at 2 – 3Kg/sqm
when the bonding agent is wet. Allow it to dry to form firm key
w

for the plaster. Providing & laying 15mm THK protective plaster
of C: M – 1:4 admixed with integral waterproof compound
conforming to IS 2645:2003, Pidiproof LW+ @ 220ml per bag
g

of cement, over the waterproofing membrane for vertical


in

protection including application of epoxy bonding agent


conforming to ASTM C 881 and sprinkling of sand to create key
for the plaster."
d
id

33 Anticorrosive
rB

Coatings For ITEM 1- Structural Steel Coating Specification as per EN ISO


Structural Steel 12944-5durability expectation > 15 year
fo

Painting system selection guide to be followed for Category -5 as per


given below specification
ot

Standard Surface Prime Middl Top Coat DFT Durability


followed Preparatio Coat e Expectatio
n Coat n
N

EN SA 2½ Zinc Epoxy Polyurethan 320µ >15 Year


ISO Blasting Rich 200µm e m
12944- + Epoxy 60µm
5 Chemical Prime

Painting material requirement

52
114
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

Material shall be procured 100% domestically sourced and


manufactured byIndian origin company under “Make in India”
initiative and having ISO 9001:2015 accredited for manufacturing and
design

Item Specification:-

Step 1:- Surface Preparation and Rust Removal - Clean the steel
surface by abrasive blasting to SA

t
2.5.½ After blasting providing and applying single component, on-

en
alkaline productand free from chlorides and sulphates Rust remover shall
conforms to I.S.9077-1979(reaffirmed-1997) Appendix B, Clause 5.3.3
for application procedure.Chemical should react with corrosionproducts

m
to convert them to a stable passivating Nano film on the surface of the
steel and return the steel back to its original grayish whitecolour and

ay
special surface acting chemicals help in promoting the adhesion of
consequent coatings to the steel surface. .

tP
Step 2:- Prime Coat - Provide and apply zinc rich, two component epoxy
primer with DFT of 60 microns, with zinc content on paint film min 85%
and conforming to IS 14589 Grade 2. Zinc rich prime coat material shall
ou
have following properties
–Appearance –PART A –Grayish Coloured Liquid & PART B- Pale
yellowliquid
ith
, Specific gravity @RT –PART A-2.42 & PART B -0.96 , Pot Life
(Mixing RatioPART A & PART B = 11.5 : 1) – 3.5 hrs. .
w

Step 3:- Middle Coat: - Provide and apply anti-corrosive, two pack, high
build, Solvent free, Low VOC epoxy coating with DFT of 200 micron in
g

single coat conforming to following: Adhesive Bond Strength to Concrete


(ASTM D4541) -
in

>1.5 MPa (concrete failure) , Abrasion Resistance CS17 wheel


(ASTM D4060), 1000 cycles - < 20mg, Volume Solids % ~100, Pot
d

Life at 30°C – 30 Minutes to 1 Hrs.


34 Fire Rated Step-I. Surface Preparation & Rust Remover
id

Anti-Corrosive Providing and Applying a rust removing, chloride and sulfate free
Coating On Surface passivating solution by brush to the surface. Chemical should
rB

react with corrosion products to convert them to a stable passivating


Structural Steel nano-film on the surface of the surface acting chemicals help in
promoting the adhesion of consequent coatings to the steel surface.
CONFORMANCE I.S. 9077-1979 (reaffirmed–1997) Appendix B,
fo

Clause 5.3.3 for application procedure. Step-II. Priming Coat


Providing & applying primer one coat of two pack, anti-corrosive,
High build epoxy Coating, adhesion with concrete (BS 3900-E10-79)
ot

>2.5 Mpa, Tensile Strength (ASTM D-2370-73) >15 MPa,


Elongation(ASTM D-2370-73): >15%,
N

Specific permeability(ASTM D-1653-74): <00.12 MG/CM2/24hours.


Volume Solid: 60+5, Application By brush /By Airless Spray/By
conventional Spray, DFT 75-125 micron/coat. Pot life at 30oC 30 mins
to 1 hour. Material shall be procured 100% domestically sourced and
manufactured by Indian origin company under “Make in India”
initiative and having Dakks ISO 9001:2015 accredited for
manufacturing and design. The average DFT of the system is

53
115
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

recommended depending on the section of the steel and as per


manufacturer's recommendation to achieve the required fire rating
Step-III. Intumescent Paint(Fire Retardant Coating)
Providing & Applying single component water based intumescent
coating over prime surface at coverage 1-3 Sqm/kg/coat DFT: 700-
225 micron, intumescent coating Confirms to I.S 9077-1979, ASTM
E119/UL 263, BS 476 20-22, EN
13381-8, and GB 14907, volume solid: 68+3%, drying time @25 ‘C.
The average DFT of the system is depending on the section of the steel

t
and as per manufacturer'srecommendation to achieve the required fire

en
rating Material shall be procured 100% domestically sourced and
manufactured by Indian Origin Company under “Make in India”
initiative and having Dakks ISO 9001:2015 accredited for

m
manufacturingand design.

ay
Step-IV. Top Coat of PU Coating
Providing and Applying final UV resistant top coats of two component
air drying, aliphatic, non-yellowing polyurethane based high gloss finish

tP
coating with excellent weathering resistance and colour retention
properties. It has excellent chemical andabrasion resistance as well as is
used to provide durable corrosion resistance properties in chemical and
ou
saline environments. Complete as per manufactures specification and
Satisfaction of EIC. Chemical Base- Two pack, acyclic, polyisocyanate
reticulant (APR) based coating Adhesion (ASTM D 4541)
ith
> 500 psi (Concrete Failure) Impact resistance (ASTM G 14) - 25 – 30
J, Pot life at 25oC to 35oC - 3-4 hours at 30oC, Dry film
thickness/Coat- 40-50 microns at recommended coverage
w

Conformance IS 13213-1991. Product should be 100% domestically


sourced under “Make in India” initiative. Manufacturer must also
g

demonstrate standardized quality systems for all products and R&D


under Dakks ISO 9001:2015 certification. Manufacturer should be CE
in

accredited as per the requirement of EN 934- 2:2009+A1:2012 and


Construction Products Regulation
d

CPR No. 305/2011.


id

35 Dome Façade Proposed Glass specs:z


Specs: VLT = 35-38%; SHGC < 0.2; U value < 1.4; External reflection <
rB

15%; Internalref < 10%

Detailed specification of the ITEM: Glass façade as per detailed design,


of approved make, with High Performance DGU with tempered and
fo

laminated toughened glass, of overall thickness 31.52mm and comprising


of outer glass of 6mm Heat Soaked and toughened magnetron sputter
double silver soft coated reflective glass (Outer Pane) having coating on
ot

surface 2 of approved color and shade + 12mmcavity filled with Argon


Gas + 6mm Clear Heat Strengthened glass
N

+ 1.52mm PVB + 6mm Clear Heat Strengthened glass (Inner Pane).


Iron content in clear glass should be less than or equal to 654 ppm.
Desiccants, including primary seal and secondary seal (structural
silicon) of approved makes, with having Visual Light transmission
(VLT) of 35% to 38%, External Reflection < 15%, Internal reflection

54
116
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

< 10%, SHGC < 0.2 and U value < 1.6 w/m2K, with values complying
as per EN standards.
36 Viewing Proposed Glass specs:
Gallery Specs VLT = 55-60% ; SHGC < 0.34 ; U value < 1.4 ; Ext ref < 20% ; Int ref <
20%
Detailed specification of the ITEM: Laminated insulated Glass unit of
approved make, of overall thickness 31.52mm and comprising of outer
glass of 6mm Heat Soaked and toughened magnetron sputter double
silver soft coated reflective glass (Outer Pane) having coating on surface

t
2 of approved color and shade + 12mm cavity filled with Argon Gas +

en
6mm Clear Heat Strengthened glass + 1.52mm PVB
+ 6mm Clear Heat Strengthened glass (Inner Pane). Iron content in clear
glass should be less than or equal to 654 ppm. Desiccants, including

m
primary seal and secondary seal (structural silicon) of approved makes,
with having Visual Light transmission (VLT) of 55% to 60%, External

ay
Reflection < 20%, Internal reflection
< 20%, SHGC < 0.34 and U value < 1.4 w/m2K, with values
complyingas per EN standards.

tP
37 General Glass Technical Annexure and Quality Adherence
specifications The optical and thermal performance parameters (viz Visual Light
Transmission, Solar factor, U value) of the glass have to be tested in a
ou
third party & NABL accredited laboratory.
Materials used for processing
Following are the materials which will be used in finished product
ith
other thanglass.
NO. Elements Brand
1 Aluminum Lisec / Alupro/
w

Spacer Profil glass or


equivalent
2 Silicone Dow Corning /
g

SIKA Seal IG 25 /
GE IGS
in

3723 / Silande or
equivalent
d

3 PVB Du-pont/ Solutia


/Kuraray or
id

equivalent
Quality Assurance
rB

The following standards will be followed for processing:


a) EN 1096 – 1 (for Coated Glass)
b) EN 572 – 2 (for Float Glass)
fo

c) EN12150 (For Fully Tempered Glass)


d) EN1863 (For Heat Strengthened Glass)
e) EN12543 (For Laminated Glass)
ot

f) EN1279 (For Insulated Glass)


N

General requirements for all types of Glass


All base/float glasses shall adhere to the following:
Iron content in clear glass should be less than or equal to 654 ppm.
Visual Quality
a. The visual quality would be in conformance with EN 1096- part 2 & 3
b. Color consistency to be maintained throughout the supply for the
project

55
117
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

c. Visual quality will be established with approved samples in line with


EN 1096& EN 12150
d. Anisotropy / Strain pattern: In heat strengthened or Fully
Tempered Glass, astrain pattern, which is not normally visible, may
become visible under certainlight conditions.
e. The intensity of the strain pattern may vary from Panel to Panel and
or within agiven light
f. when the primary sealant (Butyl) comes in contact with the coated
surface, it raises to a slightly different color in the contact area of butyl,

t
which results in theform of a shining surface when seen from the outer

en
surface (#1). The standard operating procedure calls for fixing the
center of the edge of aluminum frame exactly in the edge deleted area
line. The process of aluminum frame fixing is manual and thereby it is

m
not possible to have a straight line. It is possible to havea deviation
from 1- 4mm variation in this shining surface and is not to be

ay
considered as a manufacturing defect and this also does not
compromise in any way the integrity of the panel.
Fully Toughened / Heat Strengthened Glass

tP
a. Comply with the requirements of EN12150 or ASTM 1048 or EN
1863 -1 forheat treated Soda Lime Silicate Safety Glass.
b. Horizontal tempering on a roller hearth furnace eliminating tong
marks ou
c. Maximum bow: 0.5% length of side as per EN 1863 part 1
d. Roller wave: All thicknesses 0.3mm depth maximum between
ith
adjacent peaks
e. Edge dip: 0.5mm maximum
f. Identification marks indicating its nature and processor would be
w

located inthe bottom left when viewed from inside


Locate roller marks on heat treated glass parallel to the sill (horizontal)
g

g. Demonstrate by testing the residual surface compressive stress in


the glass is Below 52N/mm2 when measured by GASP in
in

accordance with ASTM F218-95 (2000) or > 69 N/mm2 for Fully


Toughened glass
d

Coating
id

The coating shall meet the requirements of ASTM C 1376-97 or EN 1096


part 2and satisfy the thermal performance of the facade.
rB

Tolerances Thickness
For glass thickness up to 6mm - ±0.2 mm
For glass thickness 8mm, 10 & 12 mm - ±0.3 mm
Dimensions (Length and Width of cut size)
fo

For glass thickness up to 6mm - ±2 mm


For glass thickness 8mm -±2mm
Diagonal ±3mm
ot

Fully Toughened / Heat Strengthened Glass


a. Overall Bow & Warp -0.5% of length
N

b. Roller Wave <0.3 mm per 300 mm length


Note: The recommended processors of the
Glass Manufacturing firm shall beengaged.

56
118
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

Annexure IV

FIRE SAFETY SPECIFICATIONS

Fire Fighting System


The fire protection / firefighting shall be proposed for the development in line with Latest
Code of NFPA for the Station, concourse, commercial, office and NFPA/NBC 2016 Part 4
MMTH and residential blocks.
The following minimum systems are proposed:
a. Portable fire extinguishers

t
b. External/ internal hydrants

en
c. Automatic sprinkler system
d. Automatic fire water sump and pumping system

m
Fire Water And Pumping System
Incoming water supply from the raw water source shall be brought first to the underground

ay
static water storage tanks. The water shall then overflow into treated water tanks distribution.
In case of fire emergency, water shall be drawn from fire reserve by electrically driven jockey

tP
pumps, hydrant pumps and sprinkler pumps. Standby diesel engine driven pump for both the
fire hydrant pump and sprinkler system shall also be considered and shall be in line with the
requirements listed in NFPA/NBC 2016 Part 4.
The function of pumps shall be to maintain requisite pressure at the farthest hydrant. Diesel
ou
enginedriven fire pump shall be of the same capacity and shall back up the electrically
operated fire hydrant& sprinkler pump, as per fire regulations. This will be operated in case
of total electrical power or electrical pump failure. Jockey pump shall operate intermittently to
ith
take care of hydraulic losses in the system and shall maintain the minimum pressure
respectively in wet risers & sprinkler n system.
w

For firefighting, Water is drawn from fire reserve tanks by electrically driven jockey pumps,
fire pumps and sprinkler pump. A standby diesel engine driven pump for both the fire hydrants
and sprinkler system is also provided. All pumps shall have separate suction line from the fire
g

suction header. All pumps should be multistage type. All pumps have separate suction line
in

from the fire suction header. Delivery from the pumps is connected to the respective hydrant
and sprinkler system. For Sprinkler system, installation control valve with hydraulic alarm is
d

provided in the pump room. The sprinkler pump is isolated from the main discharge header
by a non-return valve so that the hydrant pump can also act as standby for the sprinkler system.
id

The function of pumps shall be to maintain 3.5 Kg/Sq.cm at the farthest hydrant. Diesel engine
driven fire pump is of the same capacity and is back up for the electrically operated fire hydrant
rB

/ sprinkler pump, as per fire regulations. This will be operated in case of total electrical power
or electrical pump failure. Independent Jockey pump for hydrant and sprinkler system operate
intermittently to take care of hydraulic losses in the system and maintain the minimum
fo

pressure respectively in wet risers & sprinkler system. Fire pumps rating / duty is in
accordance with NFPA/NBC 2016-part IV guidelines and also caters for future expansion
requirement.
ot

Piping
All piping laid shall be MS black steel. Pipes shall be given one primary coat of red
N

oxidepaint before being installed. Pipes and jointing shall be as follows:

Pipe Size Material Jointing Method


Upto 50mm MS tube heavy class as Fittings with threaded
per IS1239

57
119
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

65mm to 150mm MS tube heavy class asper IS Fittings with Welded


1239 Joints

200mm to Welded MS class-2 asper IS3589 Fittings with Welded


350mm Thickness- Joints
6.35mm
Hydrant System
The development shall have yard hydrants at the periphery wall in compliance with
requirementslistedin NFPA/NBC 2016. This shall include landing valves, Hoses, Hose boxes

t
and Nozzles. External hydrants locate within 2m to 15m from the building, and with a spacing

en
of 45m c/c between them. Thehydrants are placed within protective structures to avoid
damage from vehiclemovement. Fire department connections, capable of directly feeding the
ring mains or static fire reserve tanks, are alsoprovided near the main entrance/road.

m
An External fire hose cabinet with complete firefighting accessories shall be provided with
followingspecifications:

ay
• outlet hydrant landing valve as per NBC 2016
• 2 nos., Hose Pipe 63 mm dia, 15 m long with male and female coupling at
endsas per IS: 903.

tP
• Gunmetal male and female instantaneous type coupling as per I.S:903 with I.S.
specifications.
• Gunmetal branch pipe with nozzle as per I.S:903
ou
Fire department connections shall also be provided on the external wall of the property near
the mainentrance/road. These comprise of 4 Nos. 63 mm diameter male outlets capable of
directly feeding thering mains through non return valves or directly filling the static fire
ith
reserve tanks. Hydrants would beinstalled at an appropriate height i.e., 900mm above the
ground. The outlets would not be so high or so low that fire fighters have difficulty connecting
hose lines to them.
w

The Fire Hydrant Line is always kept pressurized with water at min. as per design. External
Fire Hydrant System comprises of heavy-duty underground/outer periphery boundary wall
g

piping in Fire Red color with wrapping and coating. Isolation valves shall be provided in the
hydrant line to isolate loop for every loop for system maintenance.
in

Internal landing valves along with first aid hose reels shall be installed at locations as
prescribed by Annex J of NBC 2016 part 4, MSSR and as per relevant Indian Standards.
d

Vertical wet risers of 150/100mm dia. M.S. pipes will be taken to provide pressurized water
id

to thesingle outlet hydrant landing valve on each floor as per requirement and then connected
commonlytooverhead tank. Along with wet riser system, portable fire extinguishers are to be
rB

provided at allaccessible positions.


An Internal fire hose cabinet with complete fire fighting accessories shall be provided with
following specifications:
fo

• 1 no. single outlet hydrant landing valve.


• 2 nos., Hose Pipe 63 mm dia, 15 m long with male and female coupling at
endsas per IS: 903.
ot

• Gunmetal male and female instantaneous type coupling as per I.S:903 with I.S.
specifications.
N

• Gunmetal branch pipe with nozzle as per I.S:903


• First-aid fire hose reels with 20mm dia. 36.5m long with 5mm bore
gunmetal nozzle as per I.S:884 - 1969.
• Fireman’s axe.

58
120
Automatic Sprinkler System
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

The automatic fire sprinkler system shall be based on IS: 15105 with ordinary hazard for
ancillaryareas/ commercial spaces.
Sprinklers shall be installed in concession areas, storage / Trash rooms, around escalator,
enclosedpublic waiting spaces, in commercial areas above concourse level and any
combustible storage area within the station. Sprinkler provisions for the MMTH and Residential
blocks shall be in linewith therequirements listed in NFPA/NBC 2016 part 4 for the specific
occupancy classification.
The sprinkler system shall be divided into separate zones with each zone being monitored by

t
aflow switch. The zoning of the sprinkler system shall be subject to the acceptance of the

en
Authority
/ Engineer.
The Fire Sprinkler System shall be fed from the Wet Main Fire Pump, but with dedicated

m
main from the discharge header.

ay
Sprinklers shall be of UL/FM standard. Sprinkler heads shall be glass bulb type with
temperatureratingof 68 deg. C and shall be colour coded according to the approved standards.
In areas of above normaltemperature, high temperature sprinklers suitable for the temperature

tP
condition shallbe provided.
Sprinklers are not required in electrical distribution switchboards rooms, lift machine rooms,
andtransformer rooms. The design and extent of the system would be based on ‘hazards
ou
classes’ as setoutin the local regulations or codes of practice.
Density and area of coverage shall be maintained as per IS 15105 Guidelines. To meet the
residualpressure of at the highest sprinkler as per IS 15105 requirements.
ith
Gas Flooding System – For Electrical Panel
Considering NFPA/NBC 2016 requirements, Panel Protection Systems based on UL Listed
w

fire detection and extinguishing shall be provided in line with requirements listed in
NFPA/NBC 2016Part4 and MSSR. Trace tube-based gas suppression system shall be provided
to extinguish the firein the following panels only as required in NFPA/NBC 2016.
g

The system mainly consists of pressurized extinguishing agent and an automated rupturing
in

type tracetube. In case of fire, the internal temperature of the panel will rise. When the
temperature rises to the pre-determined level, the fire trace tube will rupture automatically
d

and subsequently the pressurized extinguishing agent from the cylinder will flood throughout
id

the panel compartmentto extinguish the fire.


rB

Extinguishers
Handheld extinguishers shall be located so that the maximum travel distance is not more than
that specified in IS 2190 and would generally be in or adjacent to the fire hose reel cabinet.
Extinguishers used shall match the class of fire. Hands held fire extinguishers would be
fo

located adjacent to hazards and contain an extinguishing media suitable for that hazard. All
extinguishers will confirm IS: 15683.
Addressable Fire Alarm Scope
ot

Fire detection shall be intelligent addressable automatic fire detection system with distributed
N

voice evacuation system. Fire alarm system shall be provided in various buildings in
compliance with National Building code 2016, relevant IS and NFPA. Fire Detection and
Alarm System shall be installed in covered areas i.e., Subways, Station Building at Ground
Floor, Mezzanine Floor, Concourse falling under Station Area.
Operation
The fire detection and alarm system control panel shall monitor and display the activation
of each device in the system, such as heat detector, smoke detector, Multi Criteria

59
121
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

detector, Aspiration Smoke Detection (VESDA), Aspiration Gas Detection, Advanced


Beam Detector,manual pull unit, sprinkler water flow switch and sprinkler valve tamper
switch or any other input device which may be required. All Detectors, Control and
Monitor Modules shall be intelligent type.
The system shall be of the intelligent addressable type, completely supervised, such that a break
in any wire (loop) shall not prevent any device from operating, with multiplexing cabinets
installed inappropriate approved locations. Fire Alarm System shall be UL Listed with
20% space in loop capacity.

t
FAS shall be intelligent Automatic type. Addressable Multi sensor type detectors shall be

en
provided in the entire complex. Manual call points addressable type shall be provided in the
liftlobby and common areas. Fire Fighters jack points shall be provided in lift lobbies/
near staircases.

m
The control panel of the fire alarm system shall be provided at Fire Control/security room.

ay
Thesystem shall have adequate battery back-up to ensure operation during primary supply
failure.

Manual Call Points shall be located at strategic locations such that travel distance to manual

tP
callpoint shall not be more than NFPA/NBC / Fire authority norms & IS 2189: 2008 in
order to enable occupant to alert fire in case of fire. The Manual Call Point will
mechanically latch uponoperation and remain so until manually reset by opening with a
ou
key common with the control units. The Manual Pull Stations or Call Points are
addressable devices connected to the Fire Alarm panel. Actuation of a Manual Call Point
will alarm a sounder connected in the zone as an alert to people to evacuate. Actuation of
ith
any manual call points will cause the following operations to occur:
• Activates the hooter cum strobes and public addressable systems.
• Opens all the Access Controlled Doors if any.
w

• Activation of smoke extraction and pressurization fans if any.


• Activation of Lift system to recall at ground floor
g

• Displays the particular initiating devices / zone on the Fire Alarm panel screen
in

Interface
• The Fire alarm system shall initiate the following operations automatically
• Starting of lift shaft / staircase pressurization system
d

• Control of lifts
id

• Starting of ventilation fans


• Switching off AHU sand closing related fire dampers
rB

Fire Stop BarrierAreas Covered


Fire rated sealants are considered for sealing the openings made for Fire Pipes & Fire
fo

Cable penetrations through fire rated walls or floors. Fire sealant to be provided inside
shafts for floor to floor opening as per NFPA/NBC 2016.
System Description
Fire stop systems for through-penetration will be a specific system, device, or construction
ot

consisting of the materials that fill the openings and around penetrating itemssuch as cables,
cable trays, conduits, and their means of support through the wall or floor openings.
N

The system retains the integrity of fire-rated construction by maintaining an effective


barrier against the spread of flame, smoke, and hot gases through penetrations in fire rated
wall and floor assemblies
Fire Barrier Mortar
Fire stop mortar will be fire resistant, cement-based mortar with thermal insulating

60
122
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

properties, providing a minimum of 2 hours fire rating. It will have good adhesion
properties with base materials like concrete, masonry, metal, etc. It will prevent passage
of fire, smoke and water through wall and floor penetrations, cladding, etc. It will be
paintable and will be used for permanent sealing of cable tray penetrations.
Intumescent Sealant
Intumescent Sealant will have fire rating up to 2 hours and will expand when exposed to fire.
This property helps in protecting combustible and non-combustible penetrations. It will
have good adhesion properties with base materials like concrete, masonry, etc. It will be
paintable and used for quick sealing of left-over gaps. It will be used for permanent sealing

t
of single / bunched cables, sealing around conduits and cables/wires.

en
SAFETY SIGNAGES

m
Illuminated type signage will guide the safe escape of occupants. The photo luminescent
safety signage glows in darkness. This will guide the safe escape of occupants even in case

ay
of the power supply failure. This can be also useful to locate firefighting appliances in
case of emergency.

tP
Statutory Compliance
Work shall be designed and executed as per latest and up to date various relevant statutory
rules/regulations, codes, manuals and specification.
ou
ith
w
g
d in
id
rB
fo
ot
N

61
123
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/ (Computer No.
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
3368549)
1368939/2023/O/o Member
1371043/2023/O/o
1405008/2023/O/o Member Project
CPM/ADIProject

t
en
m
ay
tP
ou
ith
w
ng
di
id
rB
fo
ot
N

Digitally signed
HEMANT by HEMANT
KUMAR
62
124 KUMAR Date: 2023.01.31
22:40:32 +05'30'
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon31/01/2023
31/01/202308:31
27/03/2023 10:24pm
09:37 pm
pm
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI
RAIL LAND DEVELOPMENT AUTHORITY
(A Statutory Authority under Ministry of Railways, Government of India)
UNIT- 702 -B, 7TH Floor, Konnectus Tower-II , DMRC Building,
Ajmeri Gate, New Delhi-110002

CORRIGENDUM NO. 24 DATED 10.02.2023

REQUEST FOR PROPOSAL (RFP)


(RFP Notice No: RLDA/RFP/CD-69/SRD-15 of 2022 Dated 07.10.2022)

t
en
Rail Land Development Authority invites proposals through e-tendering single stage two packet
bidding system from Interested Eligible Bidders as per the conditions of Bid Document for
“Re-development of Ahmedabad Railway Station and construction of associated

m
infrastructure on Engineering Procurement & Construction (EPC) Mode”.

ay
The Tender Schedule of E-bidding process is amended as under:
Sr. No. Particulars Dates as per Corrigendum 23-A Revised Dates

tP
1. Last date of downloading of e- 14.02.2023 up to 14:00 Hrs. 27.02.2023 up to 14:00 Hrs.
bid Document for participation/
submission online:
2. E-bid Due Date/ last date of 14.02.2023 up to 15:00 Hrs. 27.02.2023 up to 15:00 Hrs.

ou
submission of e-bid (the “Bid
Submission Date”)
3. Opening of e-Bids Technical : 20.02.2023 at 15:30 Hrs 02.03.2023 up to 15:30 Hrs.
ith
Notes:
w
1. Bidders have to download the Bid documents from the e-procurement portal i.e. www.tenderwizard.in/RLDA after
registering themselves on portal and after payment of Tender Processing Fee & Bid Document Fee before last date & time of
downloading the e-bids online.
ng

2. All Bidders are advised to see Amendments to RFP, if any, before submission of the e-bids. In case the bidder does not
submit the amended bids/amendments, it will be presumed that bidder has seen the amendments/ Amended bids and e-bid
di

will be evaluated accordingly. The decision of RLDA shall be final and binding.
3. Any Corrigendum/Addendum to this RFP Notice, if any, would appear only on above mentioned websites and will not be
id

published in newspapers.
rB

DGM/Tender
fo
ot
N

Digitally signed by HEMANT KUMAR

HEMANT
DN: c=IN, o=PERSONAL,
pseudonym=88fa529e66237f8998380ef51acb
9327,
2.5.4.20=DB1370FF4FCF33046D73B8458FACA
4DA1B11733FF99DEF262B09F1692344653D,

KUMAR
postalCode=201009, st=UTTAR PRADESH,
serialNumber=69fdfb03314bf2c6a648ce91fb5
366f385f1ff53be26c6f5e2bfea6144f8bb96,
cn=HEMANT KUMAR
Date: 2023.02.10 13:05:46 +05'30'

125
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

RAIL LAND DEVELOPMENT AUTHORITY


(A Statutory Authority under Ministry of Railways, Government of India)
Unit No. 702-B, 7th Floor Konnectus Tower-II, DMRC Building, Bhavbhuti
Marg, Delhi - 110002

CORRIGENDUM No.24-B /ADDENDUM No.16 in Schedule C,B dated. 10-02-2023


“RFP Notice No.: RLDA/RFP/CD-69/SRD-15 of 2022 Dated 07.10.2022”

t
en
Rail Land Development Authority invites proposals through e-tendering single stage two packet bidding system from Interested Eligible
Bidders as per the conditions of Bid Document for “Re-development of Ahmedabad Railway Station and construction of associated
infrastructure on Engineering Procurement & Construction (EPC) Mode” as per following details:

m
These corrigendum No. 24 -B and addendum 16 in draft Schedule C, Schedule B should be read along with draft EPC

ay
document which was already uploaded on 07.10.2022.

tP
Corrigendum Existing Context/Clause Amended Context/Clause
Number
Corrigendum 24- Parcel handling facilities are to be upgraded Parcel handling facilities are to be upgraded
B(I)

Page 53, Page 88


Schedule C
which shall be made fit for exclusive parcel
movement, with the following broad Scope of
work:
● The existing ramps/ staircase to be removed
ou which shall be made fit for exclusive parcel
movement, with the following broad Scope
of work:
● The existing ramps/ staircase shall to be
ith
and heavy-duty lifts shall be provided for removed. Heavy duty Lift, Conveyor Belt
vertical movement of parcels from platforms to or any other transference and handling
Subway and vice versa. The lifts shall have a system shall be provided for connection of
w

capacity of 2000 Kg for Parcel handling. Tunnel with Platform for movement of
Suitable enclosures of up to 20 sqm size for parcels from platforms to Subway and vice
parcel storage shall be provided towards the versa. The lifts shall have a capacity of
g

ends of platforms for any parcel which cannot 2000 Kg for Parcel handling. Suitable
in

be immediately evacuated due to flow of trains. enclosures of up to 20 sqm size for parcel
● VDC flooring shall be provided in all areas storage shall be provided towards the ends
of parcel movement/ handling except the of platforms for any parcel which cannot be
dd

railway platforms. immediately evacuated due to flow of


● The parcel subway shall present a neat and trains.
clean look with adequate lighting and granite ● VDC flooring shall be provided in all
Bi

cladding on walls up to 2 mtr heights, with the areas of parcel movement/ handling except
look and feel of ceilings, walls etc. to be the railway platforms.
improved and made harmonious with the ● The parcel subway shall present a neat
or

overall architectural intent for the station and clean look with adequate lighting and
redevelopment. granite cladding on walls up to 2 mtr
● Suitable edge protection, SS Railing and heights, with the look and feel of ceilings,
f

fender protection on turns etc. to provide walls etc. to be improved and made
protection against damage due to hitting of harmonious with the overall architectural
ot

parcels shall be provided. intent for the station redevelopment.


● Suitable edge protection, SS Railing and
N

fender protection on turns etc. to provide


protection against damage due to hitting of
parcels shall be provided.

Corrigendum 24- On completion of connecting tunnel= 9.6% On completion of connecting tunnel and its
B(II) connection with platforms through Lift,

1
126
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 11/02/2023
27/03/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

Corrigendum Existing Context/Clause Amended Context/Clause


Number
Page 96, Table 2.4 Conveyor Belt/Ramp, or any other system
item No. 5 as approved by the Authority Engineer
Schedule C =9.6%

Corrigendum On completion of connecting tunnel and its


24B(III) On completion of connecting tunnel = 37.1%
connection with platforms through Lift,

t
Page 96, Table 2.5 Conveyor Belt/Ramp or any other system

en
item No. 5 as approved by the Authority Engineer =
Schedule C 37.1%

m
Corrigendum Parcel Facility on South side which
24B(IV) Parcel Facilities on South Side
includes South Parcel Building and its

ay
Page 103, Table 4 , Connection with Platforms through Lift,
Item No 5 Ramp/Conveyor Belt, or any other system
Of Schedule C as approved by Authority Engineer.

tP
Corrigendum 24B(V) Parking Guidance System proposed for multi- Parking Guidance System proposed for
Page 43, Part V , mode transfer hub, this System provides multi-mode transfer hub, this System
Parking Management
System
of Schedule C
drivers with real-time indication of available
parking spaces. Multiple display boards at
strategic locations ensure that drivers are
ou provides drivers with real-time indication of
available parking spaces. Multiple display
boards at strategic locations ensure that
ith
directed to the nearest available space quickly drivers are directed to the nearest available
and efficiently. Sensors located at each parking space quickly and efficiently. Display Board
lot send a signal to the system whenever a lot is for train Information/Advertisement should
w

vacated. This will allow another vehicle to also be installed at critical points. Sensors
enter the carpark, diminishing bottlenecks at located at each parking lot send a signal to
the entrance, especially during peak hours, by the system whenever a lot is vacated. This
g

reducing the time needed for a driver to park will allow another vehicle to enter the
their vehicle; it gives them more time to go carpark, diminishing bottlenecks at the
in

about their personal tasks. By improving the entrance, especially during peak hours, by
drivers" parking experience, it encourages reducing the time needed for a driver to park
dd

repeat visits resulting in an increase in business their vehicle; it gives them more time to go
for the building owner. The system has a self- about their personal tasks. By improving the
diagnostic feature which checks the status of drivers" parking experience, it encourages
all its sensors and controllers. Upon detecting a repeat visits resulting in an increase in
Bi

fault, the system will trigger an alarm report for business for the building owner. The system
the maintenance staff to rectify the fault has a self-diagnostic feature which checks
immediately. The supervisory software the status of all its sensors and controllers.
or

generates reports that help the building Upon detecting a fault, the system will
management to understand consumer behavior trigger an alarm report for the maintenance
and visit patterns in relation to advertisements staff to rectify the fault immediately. The
f

and promotional activities held. system shall have features which can
ot

Benefits: Eases traffic congestion at entrance, distinguish vehicles of railway staff through
reduces gridlock, Eases driver's parking sensor / parking stickers. The supervisory
frustration, saves fuel and minimizes tyres software generates reports that help the
N

wear and tear, saves time, utilizes parking building management to understand
space effectively, ensures effective consumer behavior and visit patterns in
management control, enhances image of relation to advertisements and promotional
property, encourages repeat visits, Helps activities held.
generate higher revenue Benefits: Eases traffic congestion at
Software Features: Monitors overall entrance, reduces gridlock, Eases driver's
parking frustration, saves fuel and

2
127
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 11/02/2023
27/03/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

Corrigendum Existing Context/Clause Amended Context/Clause


Number
availability of carpark lots, Shows the direction minimizes tyres wear and tear, saves time,
utilizes parking space effectively, ensures
of available lots in different zones Shows
effective management control, enhances
number of available lots on different image of property, encourages repeat visits,
Helps generate higher revenue
levels/zones, includes manual operation for
Software Features: Monitors overall
overriding, provides event and history logs availability of carpark lots, Shows the

t
direction of available lots in different zones
Provides an alarm log, includes security access

en
Shows number of available lots on different
password to the system. levels/zones, includes manual operation for
overriding, provides event and history logs
Provides an alarm log, includes security

m
access password to the system. The
intelligent parking assist & management

ay
system should also integrate with
IBMS/SCADA

tP
Corrigendum The Contractor will be required to execute some The Contractor will be required to execute
24B(VI) works which are essential prior to execution of some works which are essential prior to
Page 3, item 1.2 project/ project components such as permanent/ execution of project/ and during execution of
Of Schedule C
temporary relocation/ shifting, diversion and
ou
restoration of existing utilities like signal cables
or communication cables, electrical cables,
project , components, such as permanent/
temporary relocation/ shifting, diversion and
restoration of existing utilities like signal
ith
substations, water pipelines, pumping stations, cables or communication cables, electrical
sewer lines, drainage pipelines etc. All the cables, substations, water pipelines,
hidden utilities shall be initially mapped with pumping stations, sewer lines, drainage
w

suitable means in pre-construction period and pipelines etc. All the hidden utilities shall be
the execution for the construction of the project initially and regularly mapped with suitable
shall be done so as not to disrupt the existing means in pre-construction and during
g

operational services. construction period and the execution for the


construction of the project shall be done so
in

as not to disrupt the existing operational


services. Robust traffic planning for the
dd

railway has to be put in place by EPC


contractor by carrying out extensive surveys
and detailing, in consultaion with Authority
for preparing the Construction Plan to
Bi

commence and complete work within the


desired time.
or

Corrigendum Cost of shifting/ relocation/ diversion of Cost of shifting/ relocation/ diversion of


24B(VII) Utilities like water mains, overhead and Utilities like water mains, overhead and
f

Page 3, 1.2 (a) underground water storage tanks, water wells underground water storage tanks, water
Charted Utility power cable, street lights, transformer, wells power cable, street lights,
ot

telephone posts, signal & telecom cables, sewer transformer, telephone posts, signal &
Schedule C lines, storm water drains, Signal posts, OHE telecom cables, sewer lines, storm water
N

installation, including their appurtenances, shall drains, Signal posts, OHE installation,
& be borne by contractor. including their appurtenances, shall be
borne by the Contractor. The Offices /
Running rooms/ Station Facilities for
Railway staff/ Railway passengers / Station
Visitors / nearby quarters/installations shall
have to be relocated first to nearby

3
128
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 11/02/2023
27/03/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

Corrigendum Existing Context/Clause Amended Context/Clause


Number
available Railway spaces offered by ADI
Division / rented accommodations/hotels.
Thereafter these facilities/offices/quarters
shall be demolished. During the course of
construction, these facilities and utilities
and offices and accommodations shall have
to be kept at desirable service standards so

t
as to not disrupt normal railway working.

en
The Existing Utilities shall be relocated
before / during construction, depending
upon Construction corridors. Temporary
utilities should be provided in a manner

m
where they can be shifted as required,
especially for water sewerage systems,

ay
signal cables, and electrical cables that shall
have to be continued on platforms so as to
not disrupt Normal Railway working.

tP
Utilities as per Authority’s requirements
shall have to be provided during Traffic
blocks on Platforms. As and when
Platform lines are restored back to Running
ou Condition, commensurate set of Facilities
shall be provided by EPC Contractor.
Commissioning will have to be done at later
ith
dates as decided by Authority. Detailed
Survey, seeking NOCs, Relocations, and
Hiring of suitably trained manpower
w

services for handholding Railway


Operations during the Construction Period,
as per traffic plan approved by Authority,
g

especially in Passenger transits and in


construction corridors close to the Railway
in

Lines, shall be arranged/executed/ kept


active by EPC Contractor at its cost. Safe
dd

Railway Operations during Construction


shall have to be ensured as per approved
Traffic plan by suitable human intervention.
Passenger Corridors and Construction
Bi

Corridors shall be suitably furnished to


allow Railway operations as per approved
Traffic Plan and as per best railway
or

Practices during Construction. Before


placement of Portable Offices / Portable
Cabins / Portable Facilities / Prefab
f

facilities, same shall be suitably furnished


as per Authority’s Requirements so as to be
ot

fit for operations of normal railway


working & take care of maintenance
N

associated with those Structures and


Facilities. EPC Contractor shall seek Water,
Electricity, and Connectivity as required
and shall have to maintain the same.
Planning for the Railway facilities during
construction shall be EPC Contractor's
responsibility. Stabling Lines, Pit lines, and

4
129
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 11/02/2023
27/03/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

Corrigendum Existing Context/Clause Amended Context/Clause


Number
Lines Close to Construction Corridor and to
the Station Building and associated Railway
Facilities shall also be part of the Project,
and any construction like surface paving /
flooring / crossing portions of the same for
seeking Corridor shall be done by EPC
Contractor. Railway Operations at the

t
station shall involve Operating and

en
Commercial related activities, Security and
engineering-related activities wherein
railway officials and their associated
agencies shall also be working to facilitate

m
train operations. EPC Contractor shall work
in conjunction with officials under the

ay
nodal control of the Station head so as to
not disrupt railway working during the
period of Construction. Extensions of

tP
existing Foot over bridges, Relocations, and
Provisioning of additional Elevators,
Escalators, and Staircases for passengers
along with Safe Manned and Furnished
ou Portable Passenger Corridors to enable safe
transits from Pick and Drop Points
identified by Railway shall have to be
ith
provided by EPC Contractor. Related
Operations of these facilities shall be done
by the Railway officials after suitable
w

interfacing, and the infrastructure shall be


maintained by the EPC Contractor.
Dismantling of FOBs, and other structures
g

on the Platforms and areas within Project


scheme for taking up the work of Project
in

Facilities shall be taken up by EPC


Contractor after seeking necessary Permits /
dd

NOCs and after suitably relocating the


affected people, offices, facilities, and
infrastructure. Relocation of Facilities for
passengers during the project period
Bi

involves interfaces with Ahmedabad


Municipal Corporation, GSRTC, Traffic
Commissionerate for One-way traffic of
or

Roads, Interfaces with NHSRCL and


METRO for Right of way and for
Construction Corridor shall have to be
f

sought and arranged by the EPC Contractor


at their own cost. Ground Penetration Radar
ot

and other studies as necessary to establish


the locations of buried utilities shall be
N

carried out by EPC Contractor, For taking


up the preliminary work before execution
of works in foundation and above, and
during the construction period, railway
operations including Parcel operations on
platforms shall be continued with the help
of pre-work infrastructure that shall be

5
130
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 11/02/2023
27/03/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

Corrigendum Existing Context/Clause Amended Context/Clause


Number
provided by EPC Contractor complete.
Authority shall assist during interfacing
with the involved stakeholders. Ensuring
Safety during Railway Operations that
shall include train movements, Passenger
Movements, railwaymen movements,
Parcel, Security, railway Maintenance,

t
other Railway Construction and

en
Maintenance activities, robust provisioning
of pre works and robust communication
interface with Authority and
stakeholders/Railway shall be arranged by

m
EPC Contractor with the help of devices,
material, Manpower, and consumables in a

ay
systematic manner. Since Construction
Corridor and Passenger Corridor shall be
changing as per traffic and commercial

tP
planning of Railway, in parallel, during
construction, all related infra and systems
shall be accordingly mapped and provided
by EPC Contractor. Drawings for Pre-
ou works should be prepared for each phase of
Construction by EPC contractor so as to
bring all stakeholders on the same page all
ith
the while during construction. Disposal of
Released Material during pre-works and
during works shall be as per Para 8.2 of
w

EPC VOL II. (Reply to 2nd Pre Bid Query at


Page no 48, Sr no. 22 regarding scrapping of
material, stands deleted)
g
in
dd

Corrigendum All elevators/ lifts shall be 8 (eight) person All elevators/ lifts shall be 20 (twenty)
24B(VIII) minimum capacity and of machine room less person minimum capacity and of machine
Page 3, 1.2 (c ) type able to operate in semi-exposed conditions room less type able to operate in semi-
such as those at kerbside of airport arrival/ exposed conditions such as those at kerb side
Bi

Schedule C departure areas, except in those cases when the of airport arrival/ departure areas, except in
elevator/ lift is inside a building completely those cases when the elevator/ lift is inside a
and at all floors building completely and at all floors.
f or
ot
N

6
131
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 11/02/2023
27/03/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

Corrigendum Existing Context/Clause Amended Context/Clause


Number
Corrigendum The Heritage Monuments within the site have The Heritage Monuments within the site
24B(IX) been recognized by UNESCO as World have been recognized by UNESCO as World
Page 3, Special Heritage in 2004 and are ‘living’/ ‘functional’ Heritage in 2004 and are ‘living’/
conditions for work heritage buildings. The contractor shall restore ‘functional’ heritage buildings. The
around Heritage the buildings interiors and exteriors to their contractor shall restore the buildings
monuments/ original state with utmost care using interiors and exteriors to their original state
precincts: professional conservation architects and allied with utmost care using professional

t
disciplines. The contractor should refer to conservation architects and allied

en
available conservation guidelines from disciplines. The contractor should refer to
Of Schedule C Archaeological Survey of India (ASI), Central available conservation guidelines from
Public Works Department (CPWD), code (6a) Archaeological Survey of India (ASI),
for Heritage Area by Indian Railway Stations Central Public Works Department (CPWD),

m
Development Corporation, and others. code (6a) for Heritage Area by Indian
Relevant internal codes and guidelines should Railway Stations Development Corporation,

ay
be referred in case of unavailability of local and others. Relevant internal codes and
references guidelines should be referred to in case of
the unavailability of local references.

tP
Preccincts having structures and buildings of
importance as shall be decided will be
integrated with the Projects to not affect the
architectural intent of the project and also to
ou help achieve completion in time. A joint
survey of inventory to this effect shall be
carried out by EPC Contractor with the
ith
Division. Material removed from the
Platforms and other railway facilities which
are existing are to be removed by EPC
w

Contractor unless relocated for use during


the construction period, and shall be at the
disposal of the EPC Contractor. Facilities
g

and Utilities shall be carried along the length


and breadth of Station in such a manner so
in

as to be easily maintainable, e.g. Cables to


be supported on Neatly aligned Brackets,
dd

Supports, Boxed Units with Maintenance


Doors, etc. Tagging of the facilities as
required for quick retrieval and maintenance
shall be followed as a practice
Bi
f or

Corrigendum 24B(X) Municipal water will be directly supplied to the Municipal water or Ground water or self
ot

Page 4 fire tank and overflow into the raw water tank. sourced water, as may be the case,
Part B: Water From here it will be treated with a multigrade will be directly supplied to the fire tank and
Supply filter and sent to a domestic treated water tank. overflowed into the raw water tank. From
N

here it will be treated with a multigrade filter


Of Schedule C and sent to a domestic treated water tank.

Corrigendum 24(XI) Contractor shall design the water supply


Page 4 system based on NBC/ ASPE standard and Contractor shall design the water supply
Part B: Water applicable guidelines by NBC. system based on NBC/ ASPE standard and
Supply

7
132
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 11/02/2023
27/03/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

Corrigendum Existing Context/Clause Amended Context/Clause


Number
applicable guidelines by NBC 2016
Of Schedule C

Corrigendum Drinking water demand of the station including Drinking water demand of the station
24B(XII) offices and catering for which a water including offices and catering for which a
Page 6 treatment plant of appropriate technology shall water treatment plant of appropriate

t
Item 2.6 be provided with the approval of AE. technology shall be provided with the

en
approval of AE. Design of these dispenser
Of Schedule C units and their locations shall be
approved by Authority .

m
Corrigendum

ay
24B(XIII) The soil and waste shall be carried down in The soil and waste shall be carried down in
Page 7 separate independently vented pipes. Two pipe separate independently vented pipes. Two
Part C: Sewage drainage systems shall be adopted as per NBC pipe drainage systems shall be adopted as

tP
Disposal System & 2005. The sanitary, waste & vent system shall per NBC 2016. The sanitary, waste & vent
Sewer Treatment be watertight and gas tight designed to prevent system shall be watertight and gas tight
Plant escape of foul gas and odour from various designed to prevent escape of foul gas and
Item 3.2

Of Schedule C
made for hygiene, safety considerations, and to
avoid entry of foul smell into occupied areas.
ou
fixtures. Provision of anti-siphon pipes shall be odour from various fixtures. Provision of
anti-siphon pipes shall be made for hygiene,
safety considerations, and to avoid entry of
foul smell into occupied areas.
ith
Corrigendum
24B(XIV) Vent system shall be designed to facilitate Vent system shall be designed to facilitate
w

escape of gasses and odour from all parts of escape of gasses and odour from all parts of
Page 7 sanitary and waste system to the atmosphere at sanitary and waste system to the atmosphere
Part C: Sewage a point above the building and to allow at a point above the building and to allow
g

Disposal System & admittance of air to all part of the system, so admittance of air to all part of the system, so
Sewer Treatment
in

that siphon action, aspiration or back pressure that siphon action, aspiration or back
Plant conditions do not cause loss of seal at traps. pressure conditions do not cause loss of seal
Item 3.3 Vent pipes shall be terminated about 1 meter at traps. Vent pipes shall be terminated about
dd

above the top roof level 1 meter above the top roof level. Vent pipes
Of Schedule C can also be designed to work in conjunction
with other air evacuation systems so as to not
Bi

affect the aesthetics of the roof.

Corrigendum The sewerage system networking to be The sewerage system networking to be


24B(XV) developed for existing station and developed seperately for existing yard and
or

redevelopment projects, this shall cover new redevelopment projects. This shall cover
Page 7 station buildings, platforms, utility buildings, new station buildings, platforms, utility
f

Part C: Sewage refurbished area, circulating area, outside area buildings, refurbished area, circulating area,
Disposal System & including greenery, retained buildings etc. outside area including greenery, retained
ot

Sewer Treatment Integration of new sewerage systems should be buildings ,project facilities etc. Integration
Plant done with existing sewerage systems or old of existing systems with New Systems is not
Item 3.3
N

systems to be suitably modified so that existing to be done. However, Integration of some


vi. facilities also remain functional. old structures might have to be done, and
which shall require refurbishings inside the
old structures so as to make them compatible
Of Schedule C to IBMS and SCADA systems.

8
133
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 11/02/2023
27/03/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

Corrigendum Existing Context/Clause Amended Context/Clause


Number
Addendum 16(I) (e) Roof as a system shall be designed for
Page 8,4.4 (e)/ Page 9 Wind, Water, Maintenance, Structural
Part E: Rainwater safety, Aesthetics, and also for water
Harvesting 5.3/ Part collection. It shall have the required
F: Fire Fighting systems to enable the access and
6.5 maintenance of the same in safe and
aesthetically pleasing condition.

t
Of Schedule C

en
Corrigendum
24B(XVI) EPC Contractor shall make provisions of track EPC Contractor shall make provisions of

m
crossing of cables through HDD, HDPE pipe of track crossing of cables through HDD,
Page 11 size 160 SQ MM at both ends of the platforms HDPE pipe of size 160 SQ MM/ other
Part G: Electricity means at suitable locations

ay
Supply
Item 7.4 q)

tP
Of Schedule C

Corrigendum Demand ventilation (using CO monitoring) has Demand ventilation (using CO monitoring)
24B(XVII) been employed, which would reduce energy has been employed, which would reduce

Page 19

8.1. SYSTEM
consumption on car park ventilation systems. A
smoke control using 18 air changes/hour is
being proposed. Lobby lift pressurization will
ou energy consumption on car park ventilation
systems. A smoke control using 18 air
changes/hour shall be provided. Lobby lift
ith
be provided. pressurization will be provided.
DESCRIPTION
A.
w

Of Schedule C

Addendum 16(II) Technical Specification of IBMS/SCADA


g

Page 22, Part I: System (Annexure IV)


Building
in

Management System
(BMS) & SCADA
dd

SYSTEMS

Of Schedule C
Bi

Corrigendum 2. Building Management System (BMS) 2. Integrated Building Management System


24B(XVIII) (IBMS)
or

Page 24
Coordination with
f

Other Systems
ot

Of Schedule C
N

Corrigendum
24B(XIX) The objective is to have an effective public The objective is to have an effective public
address and evacuation system for the entire address and evacuation system for the entire
Page 24 area. The system will combine all the essential area. The system will combine all the
Digital Public EVAC functionality - such as zone wise paging essential EVAC functionality - such as zone
Address System & voice evacuation, event logging, digital wise paging & voice evacuation, event
(PA) System for

9
134
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 11/02/2023
27/03/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

Corrigendum Existing Context/Clause Amended Context/Clause


Number
Emergency Paging mixing & feedback cancellation, digital logging, digital mixing & feedback
and Voice Alarm message management and a relay Based fire cancellation, digital message management
System alarm panel interfacing. The system shall and a relay Based fire alarm panel
1. monitor all the peripherals such as speakers & interfacing. Zones shall be decided in
speaker circuits, amplifiers, battery, voice consultaions with various stakeholders
messages, microphones etc. The system shall and devices shall have the capability to
fully comply with IEC / EN60849 and BS5839 communicate across via their respective

t
Of Schedule C part 8 standards. The same also should be
PLCs so as to provide meaningful

en
comply NFPA 72 codes and Indian Standard IS
2189.
announcements and aid transit. The
system shall monitor all the peripherals such
as speakers & speaker circuits, amplifiers,

m
battery, voice messages, microphones etc.
The system shall fully comply with IEC /

ay
EN60849 and BS5839 part 8 standards. The
same also should be comply NFPA 72 codes
and Indian Standard IS 2189.
.

tP
Corrigendum Part M: ICT & ELV SYSTEM SCOPE OF Part M: ICT & ELV SYSTEM SCOPE OF
24B(XX)
Page 27

Part M: ICT & ELV


WORK:
BUILDING MANAGEMENT SYSTEM:
Building management system (BMS) is a
computer-based control system installed in
ou WORK: (Existing Networks of Railways
and their respective installations which
facilitate the various Systems shall be
ith
retained during the construction period
SYSTEM SCOPE buildings that controls and monitors the
OF WORK: and shall be suitably merged into the
building's mechanical and electrical equipment.
BUILDING Project as part of Redevelopment work
BMS shall be able to Control and Monitor the
w

MANAGEMENT following systems: in conjunction with Ahmedabad


SYSTEM: Division and the other corresponding
Service providers and stakeholders.)
g

Of Schedule C INTEGRATED BUILDING


MANAGEMENT SYSTEM: Integrated
in

Building management system (IBMS) is a


computer-based control system installed in
dd

buildings that controls and monitors the


building's mechanical and electrical
equipment. IBMS shall be able to Control
Bi

and Monitor the following systems: (This


list is not exhaustive and shall be increased
and finally decided at the definitive design
stage)
f or

Corrigendum Security Systems has been sub-classified into Security Systems during the course of
24B(XXI) the following categories which are arranged Construction shall be suitably planned and
ot

Page 29 under the following heads:_ designed in consultation with Railway and
Part N: SECURITY is independent of the final to be
SYSTEM: commissioned systems. Security Systems
N

has been sub-classified into the following


categories which are arranged under the
following heads :-

10
135
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 11/02/2023
27/03/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

Corrigendum Existing Context/Clause Amended Context/Clause


Number
Corrigendum VEHICULAR ACCESS CONTROL VEHICULAR ACCESS CONTROL
24B(XXII) (Access control being under RPF, the
Page 32 decisions taken at the Divisional Level
Part P: ACCESS during the course of Construction and
CONTROL afterward, for project purposes shall be
SYSTEM: built into the systems after Authority's
approval)

t
en
Corrigendum Indoor Analog Clocks, 30 and 40 cm diameter Indoor Analog Clocks, 30 and 40 cm
24B(XXIII) providing minimum viewing distances diameter providing minimum viewing
Page 39 (daylight) of 40 and 50 m respectively. Indoor distances (daylight) of 40 and 50 m
Sizes of Analog

m
& Outdoor Analog Clocks, 50, 60 & 80 cm, respectively. Indoor & Outdoor Analog
Clock: providing minimum viewing distances Clocks, 50, 60 & 80 cm, providing minimum
(daylight) of 60, 70 and 90 m respectively. viewing distances (daylight) of 60, 70 and 90

ay
m respectively. Functional and Aesthetic
Design and interior design for Clocks and
displays shall be got designed and approved

tP
from the authority.

Addendum 16(III) Functional and Aesthetic Design and interior


Page 40
Part U: TRAIN
INDICATION,
ou design for Coach guidance displays and
other displays shall be got designed and
approved from the authority for suitability to
ith
COACH Passenger Services.
GUIDANCE AND
PC BASED
w

ANNOUNCEMENT
SYSTEM:
System Description:
g

Corrigendum There are a number of licensed public mobile There are a number of licensed public
24B(XXIV) network operators in India providing 2G, 3G mobile network operators in India providing
in

Page 46 and 4G services. It is anticipated that 5G 2G, 3G and 4G services. 5G technology and
technology shall evolve over the next few years the cellular operators shall be making
dd

Part Y: and the cellular operators shall be making provisions to deploy these services. Internal
DISTRIBUTED provisions to deploy these services. Internal coverage shall be achieved by using a
ANTENNA coverage shall be achieved by using a common common multi-operator DAS within the
SYSTEM:
Bi

multi-operator DAS within the airport to airport to distribute cellular signals. Indoor
distribute cellular signals. Indoor antennas shall antennas shall be strategically located within
be strategically located within the airport to the airport to achieve the required coverage
achieve the required coverage and capacity and capacity levels. 5G deployment shall
or

levels. It is assumed that any future 5G utilize the DAS where possible and/or be
deployment shall utilize the DAS where based on principles of network densification
possible and/or be based on principles of using distributed ‘small cells. All mobile
f

network densification using distributed ‘small operators shall share a common mobile
ot

cells. It is assumed that all mobile operators cellular in-building DAS within the station
shall share a common mobile cellular in- & MPLS buildings and provide their own
building DAS within the station & MPLS base stations in a centralized location
N

buildings and provide their own base stations verified as mobile operator equipment room.
in a centralized location verified as mobile
operator equipment room.
Corrigendum Sr System Contractor Railway Sr System Contractor Railway
24B(XXV) Description Scope Scope Description Scope Scope
Page 49
Part AB: ELV &

11
136
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 11/02/2023
27/03/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

Corrigendum Existing Context/Clause Amended Context/Clause


Number
ICT System 1 Building Entire Not 1 Integrated Entire Not
Interface List: Management System in Applicable Building System in Applicable
System: Scope Management Scope
Building System:
Automation Building
Of Schedule C Software Automation
Package Software
which Package
includes which

t
Monitoring & includes

en
controls of Monitoring &
HVAC, controls of
Electrical, HVAC,
PHE, Fire Electrical,

m
Fighting PHE, Fire
systems Fighting
10 Wayfinding Entire Not systems

ay
Kiosks: system applicable 10 Wayfinding Entire Not
For passenger including Kiosks: system applicable
convenience the kiosk, For passenger including
to find the necessary convenience the kiosk,

tP
platform, software and to find the necessary
coach network platform, software and
number and connectivity coach network
other services number and connectivity.

11 Parking Parking Integration


ou other services Integrated
with Train
Information
Security
ith
System
Management Management with Railway
System: Software Payment
and Control Gateway 11 Parking Parking Integration
System Management Management with
w

Ticketing System: Software Railway


and Payment and Control Payment
System System Gateway
Ticketing
g

and Payment
System and
in

integrated
with
Railway
dd

Security
Gateways
and Systems
Bi

Addendum 16(IV) Integration aspects which have not been


Page 52 specifically mentioned, but which involve
Part AB: ELV & stakeholders like High Speed, Metro, AMC,
or

ICT System GSRTC, Service Providers, Institutions,


Interface List: others shall have to be provided as per the
System Integration Plans to be developed
f

by System Integrators to be engaged by


EPC Contractor. The list and Table above is
ot

not exhaustive and the same shall be


completely listed during definitive design
N

stages. For existing Systems Like Parcel


Systems, equipment and carts shall require
systemic changes to be in accordance with
Project facilities. Those works shall also be
taken up by EPC Contractor.

12
137
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 11/02/2023
27/03/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

Corrigendum Existing Context/Clause Amended Context/Clause


Number
Corrigendum
24B(XXVI) 10mm Thick honeycomb panel of approved 10mm Thick honeycomb panel of approved
Page 53 shade and color shall be provided on the shade and color shall be provided on the
Part AC: columns in all public area (waiting areas, columns in all public area (waiting areas,
Specification Queuing Areas, etc. Queuing Areas, etc.
FINISHING In columns, this is not the only finish.
SCHEDULE Finish on columns can also be of Stone

t
6. Cladding and shall be defined and finalized

en
as per the functionality and location of the
Of Schedule C column/ smart pole.

m
Addendum 16(V) Finishes shall be provided and designed
Page 54 such as to aid in Maintainability and
External Finishes for Access. Inaccessible locations shall be

ay
Facade: suitably addressed before finishing.
• Provision of OHE Under Concourse is
not part of Finishing. However, same has

tP
to be executed in conjunction with
Railway so as to facilitate Train
Operations as per Traffic plan.

Corrigendum
24B(XXVII)
The underside of the Concourse shall give an
aesthetic appearance. For this purpose,
ou As per design approved by authority
OHE drop arm from concourse shall be
ith
Page 88 perforated folded metal sheets or some other
Part J: Finishing
provided by EPC Contractor , underside
arrangements can be considered such that: of the Concourse shall give an aesthetic
Item No 2
appearance. For this purpose, perforated
w

folded metal sheets or some other


arrangements can be considered such that:
g

Addendum 16(VI) Automation of Parcel Movements, Parcel


in

Page 88 Management System and other Parcel


Part J: Finishing facilities in the form of Freight lifts, Tunnels,
Ramp, Openings, Floor Finish, Turnings,
dd

3) Parcel handling Lighting, Storage, Handling Facilities,


facilities are to be Carts, Conveyor belts, Finishes,
upgraded which Connectivity with Surface Parcel Pathways ,
Bi

shall be made fit for Drainage, Utilities and Road Approaches


exclusive parcel shall all be designed by EPC Contractor
movement, with the before Taking up the Work in Phases as per
or

following broad Traffic plan as required in Shadow Blocks or


Scope of work: otherwise. The Connectivity to Parcel
Facilities with Other Systems like Fire
f

Fighting and all connected Systems shall be


ensured. It shall be part of IBMS and
ot

SCADA. Parcel Operations during


Construction work shall be designed by EPC
N

Contractor and all required temporary


facilities shall be provided as required by
Ahmedabad Division and as required
dynamically during different Traffic Phases.

13
138
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 11/02/2023
27/03/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

Corrigendum Existing Context/Clause Amended Context/Clause


Number
Corrigendum Part K: Development around Heritage Part K: Development around Heritage
24B(XXVIII) Monument Monument and Structures in the vicinity .
Page 90

Of Schedule C

Corrigendum 2.1 On approval of Design Basis Report 2.1 On approval of Design Basis Report
24B(XXIX) (a) for Civil, Architectural and MEPF, (a) for Civil, Architectural and MEPF,

t
en
Page 92 along with soil investigation report, along with soil investigation report,
Geotechnical Investigation Green Geotechnical Investigation Green
APPENDIX 1 Building Strategies and EMP report, Building Strategies and EMP report,
2.0 Weightage in QA, QC and Safety, Health and QA, QC and Safety, Health and

m
percentage to the Environment Manual. Environment Manual. System
Contract Price for Design for Electrical, water, and

ay
DESIGNING & other utilities from Source to
PLANNING , Item Distribution systems, including
2.1(a) Sewage Handling in trains shall be

tP
considered and finalized by EPC
Contractor before embarking on
design. The IO statements related to
Systems Designs shall be gradually

ou developed up to the definitive


stages. Schemes and Systems shall
be actively taken up during
ith
preliminary design so as to get
Robust Interior design during the
Definitive Stage. Heritage-related
design shall also be taken up.
w

Addendum 16(VII) Note: The Platforms shall not count toward


g

Page 96 Built-up areas. However, Payments as


in

above shall be made for the Platforms. BLT


2.3 Weightage in or Ballast Less Track shall be taken into
percentage to the consideration by the EPC Contractor during
dd

Contract Price for his course of work. The Payment Schedule


Platform and the Timelines for the same shall be
Refurbishment and covered later.
Bi

covering
Addendum 16(VIII) Note: Elevated roads shall be suitably
Page 99 connected to Systems as per System
Integration and IBMS/SCADA
or

2.6 Weightage in
percentage to the
f

Contract Price for


Elevated Road
ot

Addendum 16(IX) Note: This shall not only include relocation


Page 102 into furnished and equipped Porta/Prefab
4.0 Weightage in
N

Spaces but shall also include soft relocations


percentage to the in spaces like Hotels and Apartments and
shifting of utilities other Railway Establishments/Premises
categorized as Charted
along with Maintenance and handholding
Utilities in Schedule C
& Final finishing. – and transportation where necessary so as not
3% to affect train working.

14
139
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 11/02/2023
27/03/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

Corrigendum Existing Context/Clause Amended Context/Clause


Number
Corrigendum 2 Works around Brick Minar, to be done in 2 Works around Brick Minar, to be
24B(XXX) coordination with AS done in coordination with AS. This
Page 103 includes work around other important
4.0 Weight age for structures in the precinct.
items to be paid as
per actual design/
layout and

t
specifications

en
approved
subsequently under
Provisional Sums as
per Clause 17

m
Corrigendum Sr. System Contractor Railway Sr. System Contractor Railway
24B(XXXI) Description Scope Scope Description Scope Scope

ay
Page 49
19 Dismantling Only civil Complete S&T 19 Dismantling All civil works Integration
Part AB: ELV & of existing works like System supply, of existing like conduit with
ICT System S&T conduit and installation, S&T and trenches Railway

tP
Interface List: System and trenches and and System and and re-routing Systems
commission re-routing of commissioning commission of S&T cable
of new S&T cable in of new in the areas of
system the areas of system redevelopment,
Of Schedule C redevelopment. as well as

ou Complete S&T
System supply,
installation,
and
ith
commissioning

Addendum 16(X) Note: Since Surveys are required on a


w

Page 104 dynamic basis, some surveys can continue


2.2 Indicative throughout Construction Period, however,
Scheduled Completion those surveys requiring finalization of
Period for Designing,
g

Designs should be completed in time.


planning, development
of arrangements and
in

site establishments
Corrigendum 8. Testing & Commissioning of Signages, 8. Testing & Commissioning of
dd

24B(XXXII) BMS, SCADA etc. Signages, IBMS, SCADA etc.


Page 109
2.8 Scheduled
Completion Period for
Bi

External Development,
At grade Roads
Finishing & Overall
or

completion, Integrated
Testing &
Commissioning
f

Addendum 16(XI) Note: IBMS and SCADA etc and all


Page 109 Associated Systems including other
ot

2.8 Scheduled stakeholders systems.


Completion Period for
External Development,
N

At grade Roads
Finishing & Overall
completion, Integrated
Testing &
Commissioning

15
140
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 11/02/2023
27/03/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

Corrigendum Existing Context/Clause Amended Context/Clause


Number

Addendum 16(XII) Note: The above said list of Personnel who


Page 170 shall be required all the time for Project
APPENDIX I related interaction on a direct basis. EPC
Annexure V: KEY Contractor shall nevertheless have to engage
PROJECT suitable Structural Experts/ Machinery &
ORGANIZATION Plant Experts/ Interior Designers/ NID

t
OF THE Personnel/Architects/Safety/ Local Matters

en
CONTRACTOR Expert /Heritage Expert/Survey
Expert/Documentation Experts/System
Architect/Integrators /Consolidators/
Railway Specialists/Communication

m
Specialist /Consultant/Expert for each of the
Project Facility, Device System, Integration,

ay
interaction with Authority whenever
required so as to be able to take decisions
and implement them in compact time.

tP
Addendum 16(XIII) The station Name Signage (Annexure I)
Page 62,Item X in
Exterior Finish of
Station Building
Addendum 16(XIV)
Page 170, Annexure
ou Salient Features – Roof / Façade / Station
Building
ith
VI of Schedule C (Annexure II)

Addendum 16(XV) , Interior Finishes (Annexure III)


Annexure VII of
w

Schedule C
g
in
dd

Corrigendum Existing Context/Clause Amended Context/Clause


Number
Corrigendum c. Temporary Shifting of Apparatus cases/ c. Temporary Shifting of Apparatus cases/
24B(XXXIII) Location Boxes/ Junction Boxes infringing the Location Boxes/ Junction Boxes infringing
Bi

work site: the work site:


Schedule B - Contractor shall shift Apparatus cases/ - Contractor shall shift Apparatus cases/
Clause 1.6.8.6 Location Boxes/ Junction Boxes that are Location Boxes/ Junction Boxes that are
or

Signaling and infringing/ obstructing the work site to avoid infringing/ obstructing the work site to avoid
Telecommunication any interruption in train operation. any interruption in train operation.
Work - Necessary materials such as Cables, Choke, - Necessary materials such as Cables, Choke,
f

Page. 30 Charger, variable resistance, fuses & batteries Charger, variable resistance, fuses & batteries
required for temporary shifting purpose shall required for temporary shifting purpose shall
ot

be provided by Railways. However, supply of be provided by Contractor. Supply of all


all related materials such as Apparatus cases/ related materials such as Apparatus cases/
N

Location Boxes/ Junction Boxes, Hilum Sheet, Location Boxes/ Junction Boxes, Hilum
cable terminals, earthing materials, etc. and its Sheet, cable terminals, earthing materials,
installation, termination and commissioning etc. and its installation, termination and
shall be done by Contractor as per Railway commissioning shall be done by Contractor
specifications & practices. as per Railway specifications & practices.

16
141
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 11/02/2023
27/03/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

Corrigendum Existing Context/Clause Amended Context/Clause


Number
d. Installation, testing and commissioning of d. Installation, testing and commissioning of
OFC equipment in New OFC room: OFC equipment in New OFC room:
- Contractor shall take up and execute - Contractor shall take up and execute
installation, testing and commissioning of OFC installation, testing and commissioning of
equipment in the New OFC room. For this, all OFC equipment in the New OFC room. For
necessary equipment like STM-1, MUX, this, all necessary equipment like STM-1,
MTWE, ECAT & MAPAL, IP-MPLS, NEON, MUX, MTWE, ECAT & MAPAL, IP-MPLS,
19” RACK etc. shall be provided by Railways, NEON, 19” RACK etc. shall be provided by

t
en
however these shall be carted by Contractor at Contractor, however these shall be carted by
his own cost. Contractor at his own cost.

Corrigendum In Addendum No.03-11 Annexure (V)

m
24B(XXXIV) Annexure 1
In Addendum No.03- Floor wise Load – Ahmedabad Railway Station

ay
11 dated. 18.12.202

Schedule B

tP
Floor wise Load of
Ahmedabad railway
Station (Annexure 1)
Corrigendum Washable synthetic Recirculated air Washable synthetic
24B(XXXV) Article
8.8( Filter Design
Criteria) ,Page 21 Of
Schedule C
Recirculated air
(mixed fresh & return
air) at air handling
units.
MERV 8 ou
type air filters having
(90%
efficiency down to 10
microns) & MERV 13
(mixed fresh & return
air) at air handling
units.
type air filters having
MERV 8 (90%
efficiency down to 10
microns) & MERV 14
ith
filters (99% efficiency filters (99% efficiency
down to 3 microns) down to 3 microns)
w
g
in
dd
Bi
or

1. There may be minor variation in referring to clause numbers and insignificant alterations in the clauses in addition to the mentioned
clauses in the list. It is advised to study the document in detail to ascertain various aspects and provisions of the tender document.
f

2. Bidders have to download the Bid documents from the e-procurement portal i.e. www.tenderwizard.in/RLDA after registering
themselves on portal and after payment of Tender Processing Fee & Bid Document Fee before last date & time of downloading
ot

the e-bids online.


3. All Bidders are advised to see Amendments to RFP, if any, before submission of the e-bids. In case the bidder does not submit the
N

amended bids/amendments, it will be presumed that bidder has seen the amendments/ Amended bids and e-bid will be evaluated
accordingly. The decision of RLDA shall be final and binding.
4. Any Corrigendum/Addendum to this RFP Notice, if any, would appear only on above mentioned websites and will not be published
in newspapers.

DGM/Tender

17
142
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 11/02/2023
27/03/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

Annexure I
1) The Station name signage

t
The below key map indicates the location of the Name of the station at the station building at three location and

en
in three languages of Hindi, English and Gujrati.

m
ay
tP
ou
ith
w
g
in
dd
Bi
f or
ot
N

Specifications for the Station Name signage:


• The Station name signages shall be designed to be visible during day and Night. It shall be got approved by Authority.
• Station Name shall be displayed in three languages – English, Hindi and Gujarati at all three locations as indicated in
the Key plan.
• Text layout and dimensioning for the Station Name shall be as per the attached dimensioned drawing, for English and
Hindi & Gujarati respectively.
• The top of the Station name signage shall be at +15.5 m level , i.e, at a Height of 5m from the Station Concourse level

18
143
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 11/02/2023
27/03/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

(+10.5 m level). Height can be changed / designed so as to be in tune with the overall architectural content and theme.

t
3D images showing the Station name signage

en
m
ay
tP
ou
ith
w
g
in
dd
Bi
f or
ot
N

19
144
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 11/02/2023
27/03/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

ANNEXURE II

Salient Features – Roof / Façade / Station Building


Façade of the station building shall incorporate the following features of design:

a. Horizontal fins of the station roof


The roof form geometry of the station building is inspired by the sun rays on the semi-circular shape around the

t
Brick Minar and the fins in the roof forms extending beyond the building depicting the sun rays. The same roof fins

en
have been extended radially towards the southern part of the rectangular concourse of the station floor plate and
converge radially to the southern departure plaza. The fins change its height as it approaches both Departure Plaza
– north and south, offering an integrated canopy shape protruding out of the station roof.

m
These fins are to be supported on steel structure which shall be covered with Aluminum and Zinc and Titanium
metal sheets of approved color and finish, areas of each depending upon detailed design. (Roof shall be designed
with these material as per design). Ribs should be/ shall have walkable pathways for maintenance purposes of the

ay
roof area.

b. Glazing part of the Station Roof

tP
The Roof is designed with a regular shape, with the maximum height rising up to about 25m and 35m for the main
roof and the crest points at the canopies respectively from the Railway Track Level. The tolerance limit to the height
is + 2 m.

ou
The roof structural system will comprise of steel members supporting the roof. The structural systems of the roof
spanning from end to end shall be designed to have partial or no fixity with the structural system of floors. The
entire structure of the roof would be designed to take seismic loads, wind loads, and explosion loads as per
applicable codes. The whole roof will be cladded with high-quality energy-efficient tempered and laminated
ith
double glass unit (DGU as per the specifications in this schedule) without any ripples or distortion, so as to achieve
uniform reflections. The decision regarding color and shade and type of facade glass will be finalized in consultation
with Authority.
w

It is mandatory for the contractor to devise an efficient and easy maintenance system for the roof and facade for
cleaning, repairs, and upkeep. The contractor has to assure that the entire roof is completely leakproof, failing
which he will be penalized along with the repair costs.
g

c. Skywalk
in

Station building is connected at +5.0 m level with MLCP at Saraspur side through Skywalk. The parameters for
the Sky walks are:
dd

i. A pedestrian connection from Multi-level car parking Building at the Saraspur side to the SEB building
of HSR and then to the station departure lobby is required through the skywalk for smooth, safe and
easy movement of people and goods.
Bi

ii. Skywalks (Minimum 9m wide) are provided at +5.0m level.


iii. THE selection of materials and specifications for these Skywalks will be as per this Schedule.
iv. The structural design of these Skywalks will have to conform to all the codal requirements of seismic
and wind loads, fire and life safety and energy efficiency etc.
or

d. Shape and Aesthetic Appeal


f

The overall shape and aesthetics of the concept design is to be retained.


ot

i. Shading of the facade is to be achieved through the widest range of solar azimuth angles possible
throughout the year.
N

ii. The shading to the platforms is to provide the minimum clearance to all overhead HV power
lines, whilst providing for safe erection and maintenance.
iii. The aesthetic facade is to be developed with a judicious mix of transparent and translucent
cladding to deliver ample daylight inside the station, which minimizes the need for artificial
lighting during daylight hours.
iv. The geometry of the roof shape should be evolved so as to enable the use of easily manufactured
cladding and glazing panels while retaining the shapes and visibility of segmentation is to be

20
145
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 11/02/2023
27/03/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

avoided.

v. It should also minimize the number of variations in panel shapes and dimensions to the extent
possible.
vi. The joining and pattern of the cladding joints should not break or distract from the aesthetic intent
of the roof.
vii. The water runoff from the roof should be channelized in such a manner so as to reduce gushing
runoff in stormy conditions which will create problems of overly large gutters or drain pipes that

t
spoil the aesthetics of the roof.

en
viii. The facade and roof is to be provided with the system to enable maintenance, repair, and cleaning
with external access without detracting from the roof aesthetics.
ix. False ceiling to be provided in platform coverings, on the portion above the platform. Suitable

m
closure pieces on the ceiling may be provided at the ends to check the ingress of water inside the
ceiling across and along platforms.

ay
x. Common passages in commercial areas at the mezzanine floor of the Station Building above the
Concourse floor shall be finished at par with common areas of the Concourse including but not
limited to the provision of false ceiling, lighting, flooring, furnishing, signages, including glass

tP
parapets and tempered air-conditioning, etc. (Refer Interior design intent)
xi. Rainwater collected from roofs may be used for recycling/ water harvesting as decided by
Authority.

e. Climate within and under the roof


i.
ou
The Contractor will conduct the computational fluid dynamic study (CFD) and energy modeling
ith
of the Station building to decide the façade and roof cladding design meets all statutory
requirements, ventilation requirements, thermal requirements, acoustic requirements and rating
requirements.
w

ii. Public areas must comply with the maximum temperature requirement.
iii. It is recommended that internal ventilation of the façade cladding is designed to control internal
temperatures and ingress of fresh air.
g

iv. The designer must model the internal climate of the station roof. This thermal model should
include the following.
in

▪ External Air temperature


▪ External wind direction
dd

▪ The effect of radiant heating (heat gain) from the roof cladding (opaque and translucent).
▪ The effect of convection within the roof space.
▪ The use of openings in the roof cladding to allow warm air to naturally ventilate to help limit
air temperatures.
Bi

▪ Any other factor


v. Air movement and speed in all areas of the station must be modeled and should not exceed
1.5m/s.
or

vi. Payback analysis should also be done to achieve ambient temperature inside the station building.
f. Fire and Emergency Evacuation
f

The Station shall be equipped to deal with Fire and emergency evacuation requirements. This will include the
following.
ot

i. The provisions for prevention, detection, and fighting for fire and life safety will have to conform
to the relevant provisions of either the National Building Code (NBC) 2016 or NFPA as specified
N

in this Schedule.
ii. Emergency evacuation routes to enable the fast evacuation of the station in the event this is
needed. The evacuation shall lead all people using the route to a safe area away from the station.
iii. Fire alarm systems must be capable of being heard by all along with PA/VA announcements.
iv. Fire Tender movement routes around the station must be clearly defined and protected from
obstruction during erection and after completion.
v. Firefighting hydrants and equipment must be clearly designed, provided and protected to enable

21
146
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 11/02/2023
27/03/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

reliable delivery of water in the event of a fire.

vi. Firefighting access, provisions, and arrangement to the retail and commercial spaces within the
building must be clearly defined and approved/agreed upon with the authorities prior to the
completion of the design.
vii. Materials will be appropriately fire rated and this rating is to be agreed upon in advance of
completing the design with the authorities responsible for fire clearances.
viii. Materials selected for the façade cladding and canopies cannot be of combustible material that
gives rise to increased risk of fire, smoke, and its spread.

t
ix. The Ventilation and Smoke extraction systems must be provided. Design modeling must be

en
undertaken to design the smoke extraction needs. These smoke extraction vents need to be
powered by fans and these are to be designed with appropriate power, backup power, and suitably
rated equipment to meet the needs of the station’s safety during a fire, including platform areas.

m
x. Fire escape lighting and signage must be provided with the appropriate power supplies and
backup as needed to ensure people in the station can see an appropriate safe evacuation route.
xi. Forced circulation below the concourse is to be provided.

ay
xii. Fire hydrants and water supply on platforms. For the fire in the train and station building.
xiii. Extinguishers for Fire at the station
xiv. Any implication related to fire and light safety to be complied with.

tP
g. Vertical Transport and People Movement
The vertical transportation system and other circulation elements shall to conform the NBC 2016 and MSSR. The

ou
VCE’s should be able to clear the passenger traffic within stipulated time with two simultaneous trains at the
platforms under surge traffic conditions. The numbers and types are provided in this Schedule
i. The connection of platform and concourse areas with the upper retail/commercial spaces through
ith
lifts, staircases and escalators is provided. Their capacity and arrangement is to be designed to
conform the NBC 2016 requirements and also to move the appropriate numbers of people and
integrate with the concourse level in an appropriate way in order to minimize obstruction and
w

disturbance to other station operations.


ii. Lifts are to be provided to move people, equipment, goods and disabled people to the various
levels.
g

iii. The provision of lifts should conform to relevant provisions of NBC 2016 in terms of capacities
and waiting times etc. Lifts will be of an appropriate size, speed and finish to be appropriate to
in

the spaces served by them and as agreed with the Authority/Railways.


iv. People and passenger movement is to be modelled across the station and for future volumes as
dd

agreed with the Authority/Railways. The modelling will establish concourse widths and
clearances for the entry and exists points along with any areas where passenger or station
operation require large volumes of people movement such as Stairs, Escalators, access to
Bi

underpasses or entry/exit points to the station including bus, taxi and vehicle drop off/pick-up
points to be accommodated safely in order to demonstrate sufficient capacity.

h. Solar energy
or

i. The solar roof top panels must be provided wherever feasible to maximize capturing of solar energy
for station uses. As far as possible, the solar panels should be placed on the roofs to capture solar
f

energy.
ii. The Solar energy system design should explore the use of batteries to store daytime energy where
ot

this exceeds daytime needs. The stored energy is to be used for night-time needs.
iii. The roof top solar thermal powered water heating system must be provided to provide hot water for
N

use in the building wherever needed.


iv. Different solar energy solutions are to be explored to determine value for money and life of the
systems.

22
147
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 11/02/2023
27/03/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

ANNEXURE III
INTERIOR FINISHES
This document presents interior design perspectives/intent under the Redevelopment of Ahmedabad Railway Station
project.

t
The architecture / interior of the stations captures the design of main functions, which include core, transition,

en
peripheral, and administrative. Depending on the needs of the station, the design of these spaces must also include
supplementary functions, for instance, integration of light and structure, access for Divyang people, and commercial
development. It is possible to also see them as an expression of modern technology reflected in structure and use of
new materials.

m
The interface/co-relation of station infrastructure with passenger’s convenience is a necessity. Noticeably, good
relationships between station and the passenger encourage commercial approaches and economic growth. These will

ay
bring together transportation facilities, commercial development, and local activities that allow the congregation of all
classes of people.

The design of world class railway station redevelopment of Ahmedabad Station signifies the vibrancy of the state and

tP
the country. While designing the interior spaces, attention to problem- solving of the interior spaces should meet the
functional as well as the aesthetic requirements which blends the modernity with the traditional art form of the place.
The interior spaces can be segregated into four main functional areas, such as: core, transition, peripheral, and
administrative areas. This can be better understood as below:

ou
Core areas focus on processing passengers. Conceptually, they can be considered as a circle surrounded by closely
related areas that includes ticketing, information, baggage scanning, waiting areas, etc.

Transit areas connect transit facilities in the core areas to the transportation modes. They usually include secondary,
ith
but often-essential facilities such as, restrooms, cloakroom, kiosks, commercial spaces, food courts, waiting halls, etc.

Peripheral areas support circulation outside the main buildings. They often include platforms, circulation corridors,
vehicle parking space, movement spaces, etc.
w

Administrative area controls both traffic and station management. These are the railway offices meant for operational,
security rooms, CCTV rooms, management services rooms, etc. The spaces will include offices, stores, etc. for RPF,
GRP, Station Manager, TTE, restrooms, Command Control Center, Management offices, etc. These areas are isolated
ng

from the main passenger core areas.


The EPC contractor of the project shall be conducting the detail designing of all the interior spaces, elements, etc. These
shall include developing concepts based on the Interior Intent given hereby and develop 3D images for the authority’s
di

approval. After concept approval, the contractor shall create mock ups of various elements to be used as part of the
interior design. Only after approval of the mock ups by the authorities, the contractor shall proceed for the final
execution. The mock up may be revised based on the various inputs given by the authorities during the inspection and
id

the contractor has to recreate the mock ups and the approval shall be given only after all the inputs, feedback, etc. from
the authorities are satisfied.
rB

The interior design intent is described here through various specification, 2D drawings, 3D images, reference real life
images of other buildings, etc. for a module, small area, etc. which the EPC contractor has to consider while developing
the detail interior design of the entire station building.
fo
ot
N

23
148
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

SECURITY CHECK TABLE (note: this is reference and the contractor to design as per site
conditions and layout

t
en
m
ay
tP
ou
ith
w
ng
di
id
rB
fo
ot
N

24
149
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

SECURITY X-RAY MONITORING TABLE (note: this is reference and the contractor to
design as per site conditions and layout

t
en
m
ay
tP
ou
ith
w
ng
di
id
rB
fo
ot
N

25
150
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

TYPICAL DETAILS FOR TICKET COUNTER/OFFICES (note: this is reference and the
contractor to design as per site conditions and layout)

t
en
m
ay
tP
ou
ith
w
ng
di
id
rB
fo
ot
N

26
151
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

t
SECURITY CHECK PEDESTAL FOR LADIES (note: this is reference and the contractor

en
to design as per site conditions and layout)

m
ay
tP
ou
ith
w
ng
di
id
rB
fo
ot
N

27
152
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

t
SECURITY CHECK PEDESTAL FOR GENTS (note: this is reference and the contractor

en
to design as per site conditions and layout)

m
ay
tP
ou
ith
w
ng
di
id
rB
fo
ot
N

28
153
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

INFORMATION DESK (note: this is reference and the contractor to design as per site
conditions and layout

t
en
m
ay
tP
ou
ith
w
ng
di
id
rB
fo
ot
N

Note : TFT Monitors are not to be provided. Display Units designed by EPC contractor shall be provided
29
154
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

TYPICAL GLASS RAILING DETAIL (note: this is reference and the contractor to design as
per site conditions and layout

t
en
m
ay
tP
ou
ith
w
ng
di
id
rB
fo
ot
N

30
155
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

GLASS SCREEN CORRIDOR (note: this is reference and the contractor to design as per site
conditions and layout)

t
en
m
ay
tP
ou
ith
w
ng
di
id
rB
fo
ot
N

31
156
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

TYPICAL LOW HEIGHT PROTECTION RAILING DETAIL APPLICABLE AT ALL


PLACES WHERE THE PASSENGER MOVEMENTS, PARCEL MOVEMENTS ARE
THERE.

t
(note: this is reference and the contractor to design as per site conditions and layout)

en
m
ay
tP
ou
ith
w
ng
di
id
rB
fo
ot
N

32
157
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

TYPICAL STAIRCASE RAILING DETAIL (note: this is reference and the contractor to
design as per site conditions and layout)

t
en
m
ay
tP
ou
ith
w
ng
di
id
rB
fo
ot
N

33
158
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

TYPICAL ACP CLADDING DETAIL (note: this is reference and the contractor to design as
per site conditions and layout

t
en
m
ay
tP
ou
ith
w
ng
di
id
rB
fo
ot
N

34
159
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

TYPICAL TOILET DETAILS (note: this is reference and the contractor to design as per site
conditions and layout)

t
en
m
ay
tP
ou
ith
w
ng
di
id
rB
fo
ot
N

35
160
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

TYPICAL VIP LOUNGE DETAIL (note: this is reference and the contractor to design as per
site conditions and layout)

t
en
m
ay
tP
ou
ith
w
ng
di
id
rB
fo
ot
N

36
161
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

Some area specifications as below:


VESTIBULE AREA NEAR THE ENTRANCE:
Providing & fixing of straight independent Panelling for vestibule anchored supported with MS structure
(provided by contractor /build separately – as per approved drawing), cladded with Neonnex / Dupont / LG /
Avonite / AartiLux Acrylic Solid Surface – 17 mm thick panels proprietarily combined with Neonnex / Dupont

t
/ LG / Avonite / AartiLux Solid surface (6 & 12 mm) to get optimum lux for backlit system. Neonnex / Dupont

en
/ LG / Avonite / AartiLux Solid surface sheets straight fabricated on a single face &/or double face (if require),
finished in matte / satin / glossy finish – as per requirement. Neonnex / Dupont / LG / Avonite / AartiLux Solid
Surfaces are dully CNC cut as per approved design fixed with proprietary Neonnex / Dupont / LG / Avonite /
AartiLux facade system & specially design MS fixtures (MS fixtures should be painted with base coat, red-oxide

m
& PU coating) pasted with industrial grade natural silicon / Poly urethrae adhesive on a robust Neonnex / Dupont
/ LG / Avonite / AartiLux façade system & mechanism. Neonnex / Dupont / LG / Avonite
/ AartiLux façade system shall be fix with suitable MS box sections as per structural requirement & MS Frame

ay
duly painted with anti-rust red oxide coating, base coat, PU coating as per the approved design and dimensions
(MS base frame material, sand blasting, coating & its installation are not in our scope of work). The proposal
includes the cost of preparing appropriate Neonnex / Dupont / LG / Avonite / AartiLux façade system over the

tP
civil structure &/or MS frame provided by client, with Neonnex / Dupont / LG / Avonite / AartiLux Acrylic
Solid Surface duly CNC cut as pre design installation / fixing on floor and MS profiles with appropriate fixing
method. Joint of solid surface should be joined with low VOC adhesives. 4 mm aluminium sheet fixed on back
side of Neonnex / Dupont / LG / Avonite / AartiLux Solid Surface cladding system & PU Adhesive / Hybrid

ou
Adhesive / suitable adhesive system. Fixing of CFB (SCG make) 12 mm thick installed top of MS structure with
suitable Allen key / screw mechanism. Supply and installation of approved SS skirting (SS 304 / 1.50 mm thick)
are installed at site with appropriate fixing method. Supply and installation of False ceiling (approved make),
electrical wiring (approved make), Electrical switches (approved make), switch box (approved make), ceiling
ith
lighting (approved make) are scope in our work. Glass Door, air curtain, door closure, raised floor, internal
furniture, carpet floor and its fixing profiles are not in our scope of work. Designing, supply and installation of back-
lit LED lighting for vestibule are in our scope of work. Supply of Approved make backlit LED panel along with
Heat Sink, colling mechanism, drivers, internal wiring are scope in our work. Supply and installation of Air
w

conditioners, HVAC system within vestibule is not in our scope of work. FCWS Certificate to be submitted by
the contractor executing the work.
ng

Note – Each cut-out for electrical, glass, HVAC, Air-conditioner, electrical switches or any services
passes through panels, etc. to be provisioned for before assembly.
di
id
rB
fo
ot
N

Reference image of the typical vestibule entrance area


WALL CLADDING INTERIOR:
Providing & fixing of straight and curved independent Panelling for walls & Columns anchored in floor slab &
celling, cladded with any colour Neonnex / Dupont / LG / Avonite / AartiLux Acrylic Solid Surface 12mm thick
sheet straight fabricated on a single face, finished in matte / satin / glossy finish, pasted with industrial grade
silicon / Poly urethrae sealant on a robust substrate. Substrate
37
162 shall be with suitable MS box sections [Appx. 15
to 20 kg/Sq. meter] as per structural requirement & duly painted with anti-rust red oxide coating, base coat, PU
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

coating and covered with 12 mm thick Marine ply (710 grade) / 12 mm CFB (SCG – Make) with robust Neonnex
/ Dupont / LG / Avonite / AartiLux fasting mechanism as per the approved design and dimensions. The proposal
includes the cost of preparing appropriate substrate surface over the civil structure provided, along with material
cost & installation / fixing on straight walls and curved profiles which require thermoforming the material by
making dies and templates etc. joint of solid surface should be joined with low VOC adhesives. Shop drawings
& FCWS warranty to be submitted by the contractor executing the work. Contractor to hand-over a clean surface

t
finish, complete in all respects as shown in the drawing and to the satisfaction of the authority’s engineers.

en
Neonnex / Dupont / LG / Avonite / AartiLux Acrylic solid surface sheets will be cut, pasted, thermoformed,
engraved, inlayed and finished to give the desired shape and finish as per the drawings and design provided for
execution. The finished material will be installed on site on 12 mm Marine Ply (710 Grade) / 12 mm CFB (SCG

m
– Make) / Metal framework made of Steel Sections of desired Design and thickness Use Good Quality Silicon
/ Poly urethane Sealant for Pasting of Neonnex / Dupont / LG / Avonite / AartiLux Acrylic solid surface to the
marine ply / CFB fixed on MS Frame provided for Support and / or NeonnnexTM fixing mechanism for filling

ay
invisible undesired gaps happening. All fabrication work to be carried out by approved Quality network Fabricator
for claiming. Network fabricator must obtain FCWS certificate from manufacturer for fabrication work.

tP
Providing and Fixing Neonnex / Dupont / LG / Avonite / AartiLux Acrylic solid surface of chosen colour sheets
on a Frame work of Aluminium Profile as specified and approved. Neonnex / Dupont / LG / Avonite / AartiLux
Acrylic Solid Surface would be fixed over Aluminium structure with the help of Silicon / Squirrel/ Neonnex /
Dupont / LG / Avonite / AartiLux Mechanical Fixtures. Make the desired markings on the Floor and ceiling. Fix
Aluminium sections preferably box sections of 50mm x 50mm x 4 mm thick on the markings so as to form a

ou
grid of 760 mm x 600mm. The sections should be fixed to the wall with Metal anchor fasteners (M6). As an
additional option where height is limited, less than 3 meters, Neonnex / Dupont / LG / Avonite / AartiLux acrylic
solid surface Panels of the desired size, shape and finish can be installed on marine ply (710 grade) / CFB (SCG
ith
– Make) with the help of silicon / poly urethrae sealant. Check the Panels for the desired aesthetics, line and level
and paste the panels to each other and finish them as per approved manufacturer fabrication manual. In no case
there should be direct screwing in the Acrylic solid surface material, direct screwing creates stress in material
and may lead to developing cracks. All fabrication work to be carried out by Quality network Fabricator for
w
claiming. Network fabricator must obtain FCWS certificate from manufacturer for fabrication work.
ng
di
id
rB
fo

Reference images for the wall cladding ideas


ot
N

38
163
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

t
en
m
ay
tP
Wall cladding reference image at the lift areas

ou
ith
w
ng
di
id
rB
fo
ot
N

Reference Images (Only for understanding) – Detailed Design has to be done by EPC Contractor

39
164
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

FURNITURE SPECIFICATIONS:
Providing and placing in position Check in Counter of size 1000 mm x 892 mm x 1200 mm as per approved
Drawing, made of 19 mm thick Marine ply wood (710 grade) with complete exterior finish surface of 12 mm
thick Neonnex / Dupont / LG / Avonite / AartiLux solid acrylic in any colour combination and interior finish
with 1 mm thick suede/gloss finish laminate of approved colour and pattern with all necessary frames works,
stainless steel screws/SS hinges/telescopic channels for drawers/ handles /locks/bottom support /necessary cut-

t
outs /wire manager etc. The complete work includes construction of frame work with 19mm marine plywood

en
(710 grade), fixing of Neonnex / Dupont / LG / Avonite / AartiLux solid acrylic with necessary moulding of
edges, fixing of laminate, drawers, shutters and all necessary hardware and placing in position of complete
counter. Shop drawings to be got approved from concern authority before execution. Shop drawings & FCWS
warranty to be submitted by the contractor executing the work. Contractor to hand-over a clean surface finish,

m
complete in all respects as shown in the drawing and to the satisfaction.

Providing and placing in position Information/Boarding gate counter of size 950 mm x 750 mm x 1150 mm as

ay
per approved drawing made of 19 mm thick Marine plywood (710 grade) of approved make with complete exterior
finish surface of 12 mm thick Neonnex / Dupont / LG / Avonite / AartiLux solid acrylic with combination of
different colour shade and interior finish with 1 mm thick laminate with all necessary frames works /stainless steel

tP
screws/ SS hinges/telescopic channels for drawers/ handles /locks/bottom support /necessary cut-outs
/wire manager etc. The complete work includes construction of frame work, fixing of Neonnex / Dupont / LG
/ Avonite / AartiLux solid acrylic surface with necessary moulding of edges, fixing of laminate, drawers, shutters
and all necessary hardware and placing in position of complete counter. Shop drawings to be got approved from

ou
concern authority before execution. Shop drawings & FCWS warranty to be submitted by the contractor executing
the work. Contractor to hand-over a clean surface finish, complete in all respects as shown in the drawing and
to the satisfaction.
ith
Providing and placing in position Immigration counter of size 2400 mm x 1800 mm x 1300 mm as per approved
drawing, made of 19 mm thick Marine plywood (710 grade) of approved make with complete exterior finish
surface of 12 mm thick Neonnex / Dupont / LG / Avonite / AartiLux solid acrylic in any other colour
combination and interior finish with 1 mm thick laminate in suede /gloss finish of approved colour and pattern with
w
all necessary frames works of block board /stainless steel screws/ SS hinges/telescopic channels for drawers/
handles /locks/bottom support /necessary cut-outs /wire manager etc. The complete work includes construction of
frame work, fixing of Neonnex / Dupont / LG / Avonite / AartiLux solid acrylic Surface with necessary moulding
ng

of edges, fixing of laminate, drawers, shutters and all necessary hardware and placing in position of complete in
all respect. Shop drawings to be got approved from concern authority before execution. Shop drawings & FCWS
warranty to be submitted by the contractor executing the work. Contractor to hand-over a clean surface finish,
complete in all respects as shown in the drawing and to the satisfaction.
di

Providing and placing in position Custom Counter of size 1000 mm x 892 mm x 1200 mm as per approved
Drawing, made of 19 mm thick Marine plywood (710 grade) of approved make with complete exterior finish
id

surface of 12 mm thick Neonnex / Dupont / LG / Avonite / AartiLux solid acrylic in any colour combination and
interior finish with 1 mm thick suede/gloss finish laminate of approved colour and pattern with all necessary
rB

frames works /stainless steel screws/ SS hinges/telescopic channels for drawers/ handles
/locks/bottom support /necessary cut-outs /wire manager etc. The complete work includes construction of frame
work with 19mm Boiling water proof block board, fixing of Neonnex / Dupont / LG / Avonite / AartiLux solid
acrylic surface with necessary moulding of edges, fixing of laminate, drawers, shutters and all necessary hardware
and placing in position of complete counter. Shop drawings to be got approved from concern authority before
fo

execution. Shop drawings & FCWS warranty to be submitted by the contractor executing the work. Contractor
to hand-over a clean surface finish, complete in all respects as shown in the drawing and to the satisfaction.

Providing and placing in position stamping table and pedestal as per approved drawing, made of 19 mm thick
ot

marine plywood (710 grade) of approved make having stamping table exterior exposed surface finished with 12
mm thick Neonnex / Dupont / LG / Avonite / AartiLux solid acrylic surface in any approved colour combination
and pedestal sides having 12 mm thick Neonnex / Dupont / LG / Avonite / AartiLux solid acrylic surface in any
N

colour combination along with 20 mm thick flamed granite of approved colour/shade at top of pedestal, all
complete. The rate should be inclusive of making complete frame work all necessary screws, accessories, fixing
or Neonnex / Dupont / LG / Avonite / AartiLux solid acrylic surface necessary

40
165
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

moulding of edges of granite, and Neonnex / Dupont / LG solid acrylic surface. Shop drawings to be got approved
from concern authority before execution. Shop drawings & FCWS warranty to be submitted by the contractor
executing the work. Contractor to hand-over a clean surface finish, complete in all respects as shown in the
drawing and to the satisfaction.

Providing and fixing table for inspection table as per approved drawing near security check of size 1250 mm x

t
750 mm x 800 mm made with19 mm thick marine plywood (710 grade) of approved make with12 mm thick

en
Neonnex / Dupont / LG / Avonite / AartiLux acrylic solid surface of make in any colour combination on three
sides and suitable opening in the fourth side with shutters and shelves. The openable shutter of the table in should
to be finished with 1 mm thick laminate of approved colour and pattern. The top of the table to be provided with
20mm thick mirror polish granite of approved shade and colour as per approved drawing. Shop drawings to be

m
got approved from concern authority before execution. Shop drawings & FCWS warranty to be submitted by the
contractor executing the work. Contractor to hand-over a clean surface finish, complete in all respects as shown

ay
in the drawing and to the satisfaction.

Providing and placing in position Custom Inspection table of size 2400 mm x 800 mm x 600 mm as per approved
drawing, made of 19 mm thick marine plywood (710 grade) of approved make with complete exterior finish

tP
surface of 12 mm thick Neonnex / Dupont / LG / Avonite / AartiLux solid acrylic in any colour combination in
all sides and top with 20 mm thick mirror polished granite slab (sample to be approved before fixing) supported on
suitable supporting members of wooden battens (2nd class teak) of size 50 mm x 50 mm with chamfering of edges
/moulding of granite slab along with bottom 175 mm stainless steel cladding with 18 gauge 304 grade, with all

ou
necessary frames works /stainless steel screws/bottom support /wire manager etc. all complete as per drawing.
The complete work includes construction of frame work, fixing of Neonnex
/ Dupont / LG / Avonite / AartiLux solid acrylic Surface with necessary moulding of edges of solid acrylic
surface and granite with all necessary hardware, placing in position of complete table in all respect. Shop
ith
drawings & FCWS warranty to be submitted by the contractor executing the work. Contractor to hand-over a
clean surface finish, complete in all respects as shown in the drawing and to the satisfaction.

Providing, Fabricating and installation in position of Security check for ladies (Frisking Booth) comprising frame
w
work of SS Section 50 x 50x 3mm over the 12mm thick M.S base Plate fixed to the SS frame structure & floor
with the help of the fasteners. The frame work is covered with 12mm thick Neonnex / Dupont / LG / Avonite
/ AartiLux acrylic solid surface fixed with industrial grade silicon / poly urethane sealant to the MS plate, the
ng

frisking booth shall be a complete unit in itself with all necessary fittings, fixtures etc. Complete as shown in the
drawing. Shop drawings & FCWS warranty to be submitted by the contractor executing the work. Contractor to
hand-over a clean surface finish, complete in all respects as shown in the drawing and to the satisfaction.
di

Providing, Fabricating and installation in position of Security check for ladies (Frisking Booth) comprising frame
work of SS Section 50 mm x 50 mm x 3mm over the 12mm thick Neonnex / Dupont / LG / Avonite / AartiLux
acrylic solid surface, entire frame work to be fixed with M.S base Plate fixed to the floor with the help of the
id

fasteners. The frame work is covered with 12mm thick Neonnex / Dupont / LG Acrylic Solid Surface to the SS
frame work with the help of poly urethane sealant, the frisking booth shall be a complete unit in itself with all
rB

necessary fittings, fixtures etc. Shop drawings & FCWS warranty to be submitted by the contractor executing the
work. Contractor to hand-over a clean surface finish, complete in all respects as shown in the drawing and to the
satisfaction.

Providing and Suppling Repack table of size 2000 mm x 700 mm x 850 mm made with frame SS Section 50 mm
fo

*50 mm * 3 mm brushed finish and Top made with 12 mm Neonnex / Dupont / LG / Avonite / AartiLux acrylic
Solid Surface in any colour combination, Frame leg with PVC Heavy duty leveller complete unit in itself with
all necessary fittings, fixtures etc. Shop drawings & FCWS warranty to be submitted by the contractor executing
the work. Contractor to hand-over a clean surface finish, complete in all respects as shown in the drawing and to
ot

the satisfaction.
N

Providing and fixing in position security check inspection & X‐ray Monitoring table of following sizes consisting
of 19mm thick marine plywood (710 grade) covered with 12mm thick Neonnex / Dupont / LG / Avonite /
AartiLux Solid Surface of approved shade pasted over the CBB with adhesive and all necessary screws etc.
complete as shown in the drawing. Shop drawings & FCWS warranty to be submitted by the contractor

41
166
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

executing the work. Contractor to hand-over a clean surface finish, complete in all respects as shown in the
drawing and to the satisfaction.

Providing, making and placing in position Writing Desk (twin sided) made up from 12 mm thick Neonnex /
Dupont / LG / Avonite / AartiLux solid surface covered with 1.00 mm thick laminate of approved make/ shade
having 8 mm CFB (SCG make) of specified section including fixing of 12mm thick Neonnex / Dupont

t
/ LG / Avonite / AartiLux acrylic solid surface as approved at the designated location with necessary fixtures,

en
fittings etc. complete as shown in the drawing. Shop drawings & FCWS warranty to be submitted by the
contractor executing the work. Contractor to hand-over a clean surface finish, complete in all respects as shown
in the drawing and to the satisfaction.

m
Providing, making and placing in position Information Desk made up from 19mm thick block board covered with
1.00mm thick laminate of approved make/shade having hard wood base of specified section including fixing of
12mm thick Neonnex / Dupont / LG / Avonite / AartiLux acrylic solid surface as approved at the designated

ay
location with necessary fixtures, fittings etc. complete as shown in the drawing. Shop drawings & FCWS warranty
to be submitted by the contractor executing the work. Contractor to hand-over a clean surface finish, complete
in all respects as shown in the drawing and to the satisfaction.

tP
Some Reference images for the furniture as below:

ou
ith
w
ng
di
id
rB
fo
ot
N

42
167
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

RETAILS SHOP FRONT:


Provide and fixing of Neonnex / Dupont / LG / Avonite / AartiLux Solid Surface in approved shade 6 mm with
full & Half CNC cut Jali pattern as per approved design and drawing. Neonnex / Dupont / LG / Avonite /
AartiLux Jali fixed over PVD coated (Champagne Gold) SS 304 sheet – 1.50 mm thick with Clear Adhesive /
sealant / appropriate fixing method as per manufacturers specification. Entire structure of Neonnex / Dupont
/ LG / Avonite / AartiLux 6 mm CNC cut Jali with PVD coated SS 304 sheet (1.50 mm thick – Champagne

t
Gold) over 12 mm BWP plywood (two side FR Grade laminated – 1 mm) with 3M PU Sealant / Hybrid sealant

en
/ clear adhesive / appropriate fixing method) suggested by Solid surface manufacturer. Entire structure of
Neonnex / Dupont / LG / Avonite / AartiLux Solid surface 6 mm (Elegance Pearl / 88-910) CNC cut Jali + PVD
coated SS 304 (1.50 mm thick / Champagne Gold) + 12 mm two side BWP plywood to MS frame (as per drawing
/ requirement) with appropriate fixing mechanism. 2.50 mm FR grade Laminate are applied on face side over 12

m
mm BWP plywood in approved shade with appropriate adhesive.

Provide and fixing of 8 mm BWP Plywood with two-sided FR Grade laminate (1 mm) of approved shade over

ay
MS frame as per drawing. MS pipe structure (50 mm x 50 mm x 3 mm) is having 3-layer coating (Red Oxid,
base coat, PU coating – as per manufacturers recommendation). MS L-angle to be welded towards the wall
/ ceiling / pillar side and to be fixed on the RCC column / wall with the help of M6 anchor fasteners & washers as

tP
per approved drawing. L-Angles to have slotted holes for providing adjustment & expansion/contraction in
framework.

Some reference images for the same as below:

ou
ith
w
ng
di
id
rB
fo
ot
N

43
168
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

BATHROOM AREAS:
Providing and fixing counters (vanity or in any other location) with 12 mm thick Microbial resistant and resistant
to mould growth, boiling water resistant, heat resistant, impact resistant, stain resistant, scratch resistant, Green
Guard certified Neonnex / Dupont / LG Acrylic solid surface of approved shade having minimum density of
1.65 g/cm3, fixed over MS Pipe of 50 mm x 75 mm x 4 mm with supporting structure (including vertical supports
if required) with all mechanical fixtures as per manufacturers specification & guideline including thermoformed

t
wash basin made of Acrylic Solid surface (underneath) . MS pipe structure is having 3 layer coating (Red Oxid,

en
base coat, PU coating – as per manufacturers recommendation). wash basin (size – 550 mm x 400 mm x 160
mm x 12 mm thick) ovel / round / rectangle shaped wash basin bowl, fascia, drop down and back splash area of
required size as per approved drawings and design, including fixing of solid acrylic surface over minimum 18
mm thick Natural Stone / 18 mm thick 710 BWP Plywood with require support. The Joints of Neonnex / Dupont

m
/ LG Solid surface & wash basin shall be joined with low VOC adhesive provided by the manufacturer only. Entire
fabrication should meet FCWS guidelines and supported by FCWS certificate from respective manufacturer/s.
Platform should be with gentle slope towards the bowl/ sink. The Counter top should be finished with moulding

ay
of edges, buffing of surface, coving at splash area, making of holes for plumbing fixtures, flushing of joints,
installing of necessary hardware, sealing with silicon sealants, etc. Cost shall be inclusive of all material for
platform, fascia, drop down, splash area of Neonnex / Dupont / LG solid surface, base stone / plywood

tP
fabrication, installation of SS framing should be paid extra in relevant tender item.
Some reference images for the same as below:

ou
ith
w
ng
di
id
rB

Supplying, Fitting, Fixing the urinal Modesty Panels (UMPs). UMP is basically the separator between two
fo

adjacent urinals. It has hardware made of polyamide grade 6 (nylon) or stainless steel. The urinary panel has a
12mm thick Microbial resistant and resistant to mould growth, boiling water resistant, heat resistant, impact
resistant, stain resistant, scratch resistant, Green Guard certified Neonnex / Dupont / LG / Avonite / AartiLux
Acrylic solid surface of approved shade having minimum density of 1.65 g/cm3, with a recommended panel width
ot

dimension of 400- 500 mm, The size of UMP is 500mm (W-Top) * 400 mm (W-Bottom) * 1200 mm (H), with
the overall height of 1200 mm.
N

COLUMN CLADDING:
Supply and apply of class 1 FR Grade Neonnex / Dupont / LG / Avonite / AartiLux Acrylic Solid surface
pre- sized panels over vertical columns, made out of joint-free, large format sheets of 12mm thickness in
Neonnex
/ Dupont / LG approved colour. The panels shall be fixed over a robust metal framework of MS 50 mm
x 50 mm x 4 mm with a maximum grid size of 760 mm X 600 mm. MS pipe structure is having 3 layer
coating (Red Oxid, base coat, PU coating – as per manufacturers
44
169 recommendation). MS L-angle to be
welded towards the pillar side and to be fixed on the RCC column with the help of M6 anchor fasteners
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

& washers as per approved drawing. L-Angles to have slotted holes for providing adjustment &
expansion/contraction in framework. On the other side, Neonnex / Dupont / LG / Avonite / AartiLux
Solid Acrylic panels are fixed with key-hole system with help of squirrel / Neonnex / Dupont / LG /
Avonite / AartiLux mechanism & MS cleats wielded with the MS base frame. The joinery between two
panels will be done with a Shiplap groove of 10- 12mm, moving from left to right and top to bottom,
overlap panel profiled such as to facilitate smooth drainage of rain water. All joints shall carry Neonnex
/ Dupont / LG / Avonite / AartiLux solid acrylic surface reinforcement strips. All hardware like

t
fasteners, runners, spacers, screws and clips shall be made out of stainless steel/ rust free GI or hot

en
dipped zinc, to make them corrosion resistant. The contractor shall submit test reports from a govt.
approved structural laboratory for conformity of framework and structural stability towards structural
strength (payment of test report should paid to contractor separately), as specified by the project's
structural consultant. Also, Neonnex / Dupont / LG / Avonite / AartiLux Acrylic Solid Surface shall

m
have Minimum specific gravity of 1.65 g/cm3 and resistant to all kinds of weathering conditions. The
installed panels should of matte / satin finish. The panels shall come with a warranty against any
manufacturing defects for next 1 years from the date of installation. Shop drawings & FCWS warranty

ay
to be submitted by the contractor executing the work. Contractor to hand-over a clean surface finish,
complete in all respects as shown in the drawing and to the satisfaction.

Some reference images as below:

tP
(only for understanding , design and theme and detailings to be done by EPC Contractor)

ou
ith
w
ng
di
id
rB
fo
ot
N

45
170
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

ANNEXURE IV

t
IBMS & SCADA Technical Specifications

en
1.0 INTRODUCTION

m
An OPEN Communication Integrated Building Management System (IBMS) / Supervisory
Control And Data Acquisition (SCADA) System is envisaged for Kalupur Railways Station.
The system shall be designed to integrate following Utilities and subsystems to be implemented

ay
as per scope of EPC contract.
The current Scope of this tender is IBMS & SCADA; however, the Front end monitoring & control
software to be procured shall support future full functionality with specified (required) tag

tP
development version andbuilt in Modules and Libraries supporting tagged development of all
IBMS & SCADA domains & systems as mentioned above.

IBMS & SCADA SPECIFICATIONS

ou
The (Building Automation) IBMS & SCADA sub-domains which shall be monitored / controlled
as under; the ambit of monitoring shall be in line with the IO summaries as proposed by EPC
contractor.
ith
➢ Monitoring & Control Of Chilling Plant.
➢ Monitoring & Control Of Chilled Water Network.
➢ Monitoring & Control VRF/VRV HVAC System
w
➢ Monitoring of Sub Mechanical & HVAC System.
➢ Monitoring & Control of Electrical System / Load Breakers.
➢ Monitoring of Multifunction Energy Meters with Energy Management Dashboards.
ng

➢ Monitoring of DG System, DG microprocessor.


➢ Monitoring of Fire Fighting Pump System & Headers.
➢ Monitoring of Plumbing/Hydro-Pneumatic Systems
di

➢ Monitoring of STP/ETP & WTP Plant Operation.


➢ Monitoring of Rain Water Harvesting.
➢ Monitoring of UPS Systems Monitoring
id

➢ Monitoring of Fire Alarm System Software Integration


➢ Monitoring of Energy generated through solar power plant.
rB

➢ Monitoring of Electrical Car Charging Facility.


➢ Integration of Public Address System.
➢ Integration of CCTV & Access Control System
➢ Integration of Integrated Platform Information Display Systems.
fo

➢ Integration with Railway S&T / Sub System for monitoring.


➢ Monitoring Weather station (Scope to include SITC of Weather station 2 nos. 1 on Station room & 1
on Iconic tower top)
➢ Integration of lighting control for monitoring – Emergency Exit Lights / Façade / External & Internal
ot

Lighting System.
➢ Integration of Station name board lighting & smart luminaire control.
N

➢ Decibel Monitoring System (Scope to include SITC of Required sensors at multiple location &
monitoring dB level).
➢ Structural Monitoring System (Scope to include SITC of Required sensors at multiple location to
monitor structural level parameters like vibration / deflation etc.)
➢ Integration with station parcel management system & legacy railway systems.

46
171
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

2.0 SCOPE

The scope includes design, manufacture, calibration-inspection & testing at manufacturer’s works,
delivery-unloading & storage at site, installation, calibration & testing at site, commissioning of

t
hardware, programming & customization of software, validation of system as per the pre-approved

en
Quality Assurance Plan and Installation.

The system shall be designed considering state of art programmable logic controllers of industrial

m
grade & considering factors like vibration & other railway guidelines.

Quality at site along with specified documentation and handing over of the complete IBMS &

ay
SCADA work to be carried out at the site.

System Manufacturing, Design and Development shall be in line with the Specifications, IO
summaries and Bill of Materials provided under this tender elsewhere.

tP
A. Developing the PLC Logic and Monitoring / Control Software
i. Programming the sequence of operations, control loops, timing, operational and safety
interlocks, building a high level of self-diagnostic features etc. in the PLC as per the site

ou
requirements.
ii. Configuration of Software including preparation of mimics screens, displaying parameters,
status of the drives, generating and logging of the alarms and events, setting the access control,
ith
configuring the password levels, trends,reports, printing etc and demonstrating the same at site
as per the site requirements.
iii. Erection of IBMS & SCADA PLC / HMI Panels in Control room / Equipment Area as
proposed by EPC contractor in detail drawings.
w

iv. The wiring details between the junction boxes in the field to the control panel to be made
available by EPC Contractor. The work of terminating these wires on to the control panel
terminal blocks including works like glanding, sleeving, lugging, ferruling etc is in the scope
ng

of the EPC Contractor.


v. Cyber Security norms to be adhered while considering the hardware & software selection for
IBMS & SCADA system, all activity by operator / system manager shall be logged in system
di

and audit trail report shall be generated.


vi. Any change in system parameters shall require two level of authentication and same shall be
logged in system.
id

B. Portable Operator Terminal


rB

i. It is required to consider adequate number of POT (Minimum 5 Nos.) for allowing operation &
maintenance team to work on system components locally for any parametric changes.
ii. Any changes made locally using POT shall be logged into the system & incase of critical
parameter the same shall require highest authority approval in system before the parameter is
fo

updated & saved.


ot

C. Commissioning & establishing the control system


i. Conducting both cold commissioning of the respective loops by field simulation and hot
N

commissioning of the process loops and handing over of the system.


ii. Preparation of earth pit at suitably identified location and demonstration of the earth pit
resistance.
iii. Proving the complete system with consistency for a continuous period of 3 months after
commissioning and handing over the system to Authority.
iv. Training: The operation and maintenance personnel of Authority shall be trained for the system
operation and usage. This training shall be given at the site and further assigned persons by
47
172
Authority to be trained on PLC, Software at the authorized training centre of the manufacturer.
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

v. Any other works not explicitly brought out but felt necessary at the time of commissioning for
the satisfactory and safe operation of the system is also included in the EPC Contractor’s scope
of work.

D. Supply of documents

a. Pre-Design Stage

t
i. System architecture along with description.

en
ii. Bill of Material indicating make, model, quantity and service in alphabeticalorder
iii.Technical specifications of the PLC systems, Software and other itemsoffered along with their
make, model and detailed product literature.

m
iv. Signed Acceptance / Deviation statement against each separately identifiablemodule of the
system indented.

ay
b. Interface Management
i. EPC Contractor to under take responsibility to take into account required interface between Metro /
High Speed Railway systems into IBMS & SCADA system of kalupur Station.

tP
ii. The interface requirement shall be documented for receiving / providing any data exchange
between system / solutions.
iii. Interface details shall be approved by authority before executed implementation.

ou
c. For the drawing approval
i. Above-mentioned documents in section “a-pre design stage i to iii”.
ii. Revised technical specifications, if any arising from discussions, of PLCsystems, SCADA and
ith
any other items offered along with their make, model, product ordering code, service and
detailed product literature.
iii. Panel General Arrangement (GA) and panel wiring diagrams.
w
d. Installation Qualification
i. EPC Contractor to ensure installation qualification by means of providing IQ documents stating
confirmation on installation test performed on all individual components of IBMS & SCADA System.
ng

ii. The Installation qualification shall be done on mutually agreed format (EPC contractor to propose the
format) and approval to be taken from authority on same.
di

e. During commissioning
i. All the documents for the as built / implemented system
ii. Operation and safety logic write-up
id

iii. Hard copies of all the relevant manuals e.g.user, maintenance, troubleshooting, parameter
settings, self-diagnostics etc.
rB

iv. PLC program including, PLC ladder with comments, I/O listing, cross-reference.
v. IBMS & SCADA program backup
vi. IBMS & SCADA loading and unloading procedure manual for system back-ups.
vii. Original hard copies (Wherever applicable) and printouts (Where manuals are in soft format on
fo

writable media), of all the relevant manuals.


viii. 2 sets of documents are to be submitted at the initial stages of approval. On final approval,
the EPC Contractor shall supply one soft copy on writable media / paid cloud with access
ot

rights and three sets of finally approved drawings. EPC Contractor shall obtain approval on
all drawings before start of the work. Decision of authority in the manner of approval shall
be final and binding on the EPC Contractor. However, the approval of drawings shall not
N

absolve the EPC Contractor from his responsibilities for the correctness and completeness.

E. General

It is not the intent to specify completely here in all the details of design and construction of the
equipment and system. However, the equipment and system shall conform, in all respects, to high
standard of engineering, design and workmanship and 48 be capable of performing in continuous
173
commercial operation in a manner acceptable to the Project Consultants / Authority, who will
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

interpret the meaning of drawings, specification and shall have the power to reject any work or
material which in their judgment are not in full conformance herewith.

Quantities, sizes and capacities of various equipment mentioned in this specification and enclosed
drawings are for contractor’s guidance only.Contractor shall carful check the above-mentioned
details while selecting and offering the equipment, system components complete.

t
The IBMS & SCADA shall have to be on board IP Based, new & unused, latest technology

en
networkable, interoperable, user friendly, fully operational, BACnet (Native) protocol Building
Management System.

m
The IBMS & SCADA shall be required to ensure unilateral co-ordination with the HVAC / DG
EPC / Pumping Systems, EPC Contractor to achieve intended mechanical system integration
making the solution capable of operating thesystem at the desired best performance efficiency

ay
levels.

The system shall comprise of but not limited to field sensors - as required to meet& exceed the IO
requirements - and integrated with standalone programmable and expandable control hardware;

tP
the standalone control hardware shall communicate with the central servers installed with
development version of IBMS & SCADA software; the serves shall have Authority logging in for
data viewing and performance analysis through generation of various high level system
management and performance reports.

ou
The IBMS & SCADA shall include one Server Software. The server shall be on redundant LAN;
The system shall support monitoring of critical alarms through web browser anywhere anytime
ith
thru any of Authority’s offices worldwide.

The IBMS & SCADA system shall have full cyber secure mechanism for both hardware &
software’s, any change / updation shall not be allowed without proper & multilevel of
w
authentications.

The hardware offered shall be intelligent type with self-storage of data & expanded memory.
ng

Hardwired signal acquisition/control command provisions within OEM supplier Panels with
Junction Boxes and subsequent IBMS & SCADA scope shall be strictly compliedas per the scope
di

details appearing in the IO.

2.1 Work / Provision for IBMS & SCADA.


id

The following shall be provided by the Respective Sub Vendor / Sub Contractor.
rB

1. HVAC Equipment Supplier to provide integration interface for monitoring HVAC


system in totality on IBMS & SCADA using BACnet IP integration, the
implementation of HVAC BMS using DDC based system to be considered in the scope
fo

of EPC Contractor.

2. Stop / Manual / Auto switches along with potential free contacts for monitoring theauto
/ manual operation status, to be provided for that equipment whose start / stop is
ot

controlled by IBMS & SCADA.

Potential free ‘ON’ contacts for monitoring ‘Run’ status of equipment wherever
N

3.
required.

4. Necessary contactor with potential free contacts and Stop/Manual/ Auto switches to be
provided for all Single-phase equipment such as Fan Coil Units (where monitored),
Split Units, Propeller fans etc. wherever the starter is not provided and which requires
starting / stopping through Building Automation System.
49
174
Generated from eOffice
Socketsby Hansraj Sharma,
/ Nipples withCPM/ADI(HS), CPM/ADI,
shut-off valve for RLDA on 27/03/2023
mounting11/02/2023
sensors02:46
09:37 pm
pm
/ transmitters on pipe lines and
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

thermowell for sensors to be provided. Installation of all Motorized Control Valves.


HVAC/AIR-CONITION / MECHANICAL VENTILATION contractor shall calibrate all
mixing/diverting (as thecase maybe) valves before connecting it to IBMS & SCADA.

The space provision in all the equipment panel (Motor Control Center) such as AHUs, Fans,
Pumps, Chillers etc. for mounting Current / Potential transformers & transducers and power supply
to the transducer shall be provided by the AIR-CONITION / MECHANICAL VENTILATION.

t
Separate current transformers shall be provided by AMV contractor for monitoring current / KWH

en
(wherever required) through IBMS & SCADA.

The installation of current transformer & Transducer along with wiring between Current
Transformer & Transducer up to the terminal block shall be provided by the AIR-CONITION /

m
MECHANICAL VENTILATION contractor.

ay
The low voltage IBMS & SCADA Cables shall be brought up to the electric panel/JB (as the case
may be) and all terminations into the electrical panel/JB shall be made by EPC contractor after
satisfying himself of the wiring system. It is to be clearly understood that the final responsibility
for the sufficiency, adequacy and conformity to the contract requirements, of the IBMS &

tP
SCADA, lies solely with the EPC contractor.

Provision for mounting level switch on cooling tower sump & other Water tanks, ifapplicable,
shall be provided by Air Conditioning / Mechanical Ventilation Supplier. Level switches shall be

ou
supplied by EPC Contractor.

All necessary Hardware / Software shall be made available by the Air Conditioning / Mechanical
ith
Ventilation Supplier on the on Equipments/Devices those are proposed for serial integration in
order to acquire/control/monitor data for the integration of these equipment’s/devices to
INTEGRATED BUILDING MANAGEMENT SYSTEM for remote monitoring / controlling of
all parameters through IBMS & SCADA. The protocols for these devices/equipment’s shall be on
w
universally acceptable Platforms only.

The supply and installation of controls, control wiring, cabling for automatic operation shall be
ng

within the scope of EPC contractor or his subcontractor to be nominated by the Project consultant.

2.2 IBMS & SCADA Operational Compliance


di

2.2.1 HVAC systems


HVAC system at Site comprises of Chilled water-based Chiller Plant combined VRV/VRF system
id

and Different sets of Ventilation and Fresh Air Units; Total Combined HVAC system shall be
integrated on IBMS & SCADA where as Ventilation Fans shall be monitored and controlled as
rB

per the proposed IO parameters.

2.2.3 Electrical Systems


a. UPS equipment shall be monitored for specific Status/health parameters as per IO
summary. All UPS equipment’s on serial communication shall be integrated to provide
fo

single point data output at one location by UPS to IBMS & SCADA System.

b. Further, all status point terminations shall be extended and available to IBMS/SCADA
ot

thru an ABS IP 54 Junction Box with elmex terminals.


N

c. DG equipment shall be monitored for specific Status/health parameters as per IO


summary; any field device / sensor required for DG monitoring shall be in DG in scope
only. All status point terminations shall be extended and available to IBMS & SCADA
thru an ABS IP 54 Junction Box with elmex terminals; the scope up to JB shall be in DG
EPC Contractor Scope.

d. Incoming electrical Panel having digital/analog Breakers shall be monitored through


50acquired on serial BUS.
175
hardwired feeder status as well as breaker data
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

e. In case the Breakers are digital, same shall be supplied by OEM with READ/WRITE
facility authorized to IBMS & SCADA supporting OPEN & universally accepted
Communication Protocols. All status point terminations shall be extendedand available
to IBMS & SCADA thru an ABS IP 54 Junction Box with elmex terminals;the scope up
to JB shall be in EPC Contractor Scope.

f. It is required to MONITOR & CONTROL the electrical breakers Incoming and

t
outgoing feeders from remote.

en
2.2.4 Public Health Engineering
All PHE pumps including Domestic/Raw water shall be monitored and operable from IBMS &

m
SCADA front end as per the IO scope under schedule of this tender.
STP / ETP & WTP System shall be also fully integrated for monitoring & control the system from
IBMS & SCADA system.

ay
Rainwater Harvesting system is also required do be connected to IBMS & SCADA system for
monitoring & control.

tP
2.2.5 Fire Alarm System
Critical control devices operating on feedback from Fire Status from FAS Systems installed for

ou
early detection shall be hard wired to IBMS & SCADA; at the same time, the FASPanel shall
be Soft-integrated with the Front end for “only monitoring”; the FAS Panel supplier shall authorize
the EPC Contractor to acquire serial data on universally OPEN protocols for this purpose.
ith
3.0 Quality Assurance & Documentation Requirements

Quality Assurance (QA) requirements form an integral part of the contract and all the
w
contractors / subcontractors are required to comply fully, with the same.
The scope of QA requirements is as follows Preparation of a Quality Assurance Plan(QAP) by
the Contractor for Material / Equipment.
ng

Quality Assurance (QAI) and Quality Control (QCI) activities at site for all installationsworks
including:
• Testing and operation of the system complete as per the validation
di

• Procedures and standards.


• Documentation of the above as per the standards.
id

• The requirements to meet fully the standards and validation procedures, protocols.
rB

• All QAP, QAI & QCI shall be submitted to Architect / Consultant for approval.
3.1 Technical Submittal
The Technical Submittal shall mandatorily include the following documents (if not
fo

appearing in the SCOPE Clause provided earlier in this document)


3.1.1 IO Summary with Model Nos. of all equipment in the scope (including Controller
Configuration)
3.1.2 Bill Of Quantities
ot

3.1.3 Control Scheme


3.1.4 High Level System Architecture
N

3.1.5 Wiring Details of the Controller / Panel


3.1.6 Cable Routing and Device Location Layout Drawings (for each floor)
3.1.7 Technical Data Sheets for all IBMS & SCADA
equipment’s/devices/sensors/transducers as perTender format where issued.
3.1.8 Product Data Sheets
3.1.9 It is preferred to have a one-time submittal with all data corresponding to entire
project. 51
176
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

3.2 Shop Drawings

3.2.1 All shop drawings shall be prepared in Auto CAD, scale not be less than 1:100
on standard A1 size.
3.2.2 Before any work is put in hand, the Contractor shall submit two (2) sets of

t
dimensioned drawings showing all details of the equipment and materials etc for

en
the review and approval of the Project Consultant. The Contractor shall not
commence the works until the Drawings are reviewed and approved by the
Project Consultant / Authority.

m
3.2.3 Approval of Drawings by the Project Consultant / Authority does not exonerate
the Contractor from any responsibility under the Contract terms and conditions.
3.2.4 The detailed shop drawings, prepared to a minimum scale of 1:100 scale, plus

ay
necessary cross sections 1:50 scale, showing complete detail of each item of
specially fabricated equipment shall be submitted to the Project Consultant /
Authority for his review prior to proceeding with fabrication. These Drawings

tP
shall be Based upon the floor plans and the specifications. These drawings shall
include accuratelydimensioned details and locations of any special wall openings
that are required where items of equipment extend through walls.
3.2.5 If early review is required, the Contractor shall advise the Project Consultant to

ou
this effect when submitting the drawings.
3.2.6 The Contractor shall forward six (6) sets of the reviewed approved shop
drawings tothe Project Consultant for distribution to various parties.
ith
3.3 Working Drawings
The Contractor shall at all times maintain on site, in good order and condition, a
complete set of all drawings and documents necessary for the proper execution and
w

checking of the works. These drawings and documents shall be made available on
request to the Project Consultant / Authority or his / their authorized persons on site.
Any amendment shall be indicated on the Drawing, dated and signed by the
ng

authorized person in charge, with reasons stated if possible.

3.4 As built Drawings


di

3.4.1 The Contractor shall prepare two (2) sets of paper prints of the as-built drawings,
showing accurate record of the work as installed by the Contractor and submit
tothe Project Consultant / Authority for approval.
id

3.4.2 When approved, the Contractor shall submit three (3) sets of paper prints, and one
(1) soft copy.
rB

3.4.3 As-installed drawings are for reference and record by the Project Consultant /
Authority. Such records shall include the preparation of properly dimensioned
drawingsshowing the following:
fo

3.4.4 General arrangements of all services.


3.4.5 IBMS & SCADA architecture and interfacing
3.4.6 Control System schematic
ot

3.4.7 Component wiring diagrams


3.4.8 Terminal strip diagrams
3.4.9 Sequence of operation for each control system schematic
N

3.4.10 Graphical form of sequence of operation for each schematic


3.4.11 Wiring diagram for each input and output device
3.4.12 Cable routes, types of fixings, support and other particulars
3.4.13 The detailed layout of all equipment, plant etc.,
3.4.14 Conduit pipe runs, cabling, etc.,
3.4.15 A system diagram giving means of identification, circuit labeling and mounting
levelof equipment, etc., provided under 52 the sub contract.
177
Generated from eOffice by Hansraj
3.4.16 Sharma, CPM/ADI(HS),
Schedules CPM/ADI,
of all equipment RLDA on 27/03/2023
installed. 11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

3.4.17 The retention sum or final payment will not be released until all such drawings
and records have been received and approved by the Project Consultant /
Authority.

3.5 Guarantee
The EPC Contractor shall guarantee the intended performance of the Control System
as stipulated elsewhere. In addition, the EPC Contractor shall also guarantee that

t
all equipment shall be free from any defect due to the defective materials and bad

en
workmanship and that the equipment shall operate satisfactorily and the performance
and efficiencies of the equipment shall not be less than the guarantee values.

m
The EPC Contractor to get valid guarantee from OEM for a period of 10 Years after
taking over and any parts found defective shall be replaced free of all costs by OEM.
The services of successful Contractor’s personnel if requisitioned by the authority

ay
during this liability period, the same shall be made available free of any cost.

The EPC Contractor shall consider without any extra cost Defect Liability Period

tP
(DLP) of 05 Year after the installation is taken over by authority, all routine and
special maintenance of the system and attend to the defects that may arise in
operations of the plant.

ou
One month before the end of the defects liability period, the Contractor shall notify
the Authority of the required inspections for all equipment’s and facilities including
specific energy consumption and system performance.
ith
3.5.1 Guarantee Period

3.5.1.1 Guarantee Period starts from the date of successful of commissioning of


w
thesystem duly certified by the consultant / Project manager / Authority.

All snag points shall be completed within 30 days from the date of commissioning
ng

tto the satisfaction of consultants / Project managers / authority.

The guarantee period shall be extended for an equivalent period of delay of


completion of snag points after 30 days from the commissioning date.
di

3.5.1.2 EPC Contractor shall depute dedicated person / team at authorities place on full
time Basiswith necessary tools and spares during guarantee period to maintain
id

and operatethe plant.


Regular and break down maintenance are part of guarantee period maintenanceand
rB

without extra cost.

3.5.1.3 Response time: 2-4 hours


Breakdown time: 12 hours for minor break down
fo

24 hours for all Major Break down.


ot

3.6 Taking Over


As soon as the works have been completed in accordance with the contract and have
passed the tests on completion, as per validation procedures, the Project Consultant
N

/ Authority shall certify the date on which the works have been successfully
commissioned.

3.7 Mock Up and Sample Installation


The contractor shall carryout mock-ups of typical installations of services and common
items of equipment as and when directed by the Project Consultant. Mock-ups shall be
carried out to ensure proper installation and 178
coordination with all services on site.
53
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

Upon approval, mock-up shall be used as the Basis of installation work for similar areas.
Samples of components, fixture, etc., shall be, submitted to the Project Consultant for
approval before supply and installation of the component or work.

3.8 Make of Equipments/Devices

The various components, equipment/devices of the IBMS & SCADA offered should be

t
only of the ‘Brand Make/as indicated elsewhere in the specification to ensure fair

en
evaluation of proposal. It is to be noted by the contractor that materials/ equipment for
which brand/make has not been specified, the contractor shall use only reputed makes.
The contractor shall submit a list of such brands/makes for approval by the Project

m
Consultant / Authority.

3.9 Site Engineer

ay
The Site Engineer posted by successful EPC Contractor at site shall have adequate
experience for handling a job of this magnitude. The resume of the site manager &
engineer shall be submitted along with the Tender for evaluation and approval.

tP
3.10 Consumables

ou
The contractor shall supply at his own cost all consumable materials such as printer
cartridges, papers for printouts and CDs / storage devices as and when required.

After every inspection and service, the contractor shall submit a written report to theProject
ith
Consultant with a copy to the Authority.

3.11 Paintin
w

g and
ng

labeling 3.11.

1 General
di

Unless otherwise specified, all exposed surfaces including trucking and cable tray,equipment
etc., shall be thoroughly cleaned and painted.
id

All ferrous metal surfaces without protective finishes shall be painted, exposed surfaces
of moving parts, which shall be thoroughly oiled and greased as required.
rB

Non-ferrous surfaces shall be left unpainted unless called for in this specification asrequired
by the Project Consultant for the purposes of colour coding and identification.
fo

All bare surfaces requiring painting shall first be given a priming coat followed by an
undercoat and two finishing coats.
ot

3.11.2 Painting/Finish

Unless otherwise specified, all exposed surfaces including trucking and cable tray,
N

equipment, etc., shall be thoroughly cleaned and painted.

All ferrous metal surfaces without protective finishes shall be painted, except surfaces
of moving parts, which shall be thoroughly oiled and greased as required.

Non-ferrous surfaces may be left unpainted unless called for in this specification orrequired
by the Architect for the purposes of colour coding and identification.
54
179
All bare surfaces requiring painting shall first be given a priming coat followed by an
Generated from eOffice by Hansraj Sharma,
undercoat and CPM/ADI(HS),
two finishingCPM/ADI,
coats. RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

4.0 APPROVALS & CERTIFICATIONS


The system shall have proper listing and/or approval from the following nationally recognized
agencies/codes

Vibration & Shock - Defined under IEC 61131-2

t
Electro Magnetic Compatibility

en
Electrical Noise - IEC 61131-2, IEC 61000-4-2
EMI & EMC Compliance

m
Safety Compliance
Approvals for Railway applications
EN50128 : Railway applications – Communications, signaling and processing

ay
systems – Software for railway control and protection systems.
EN50126 : Railway applications – The specification and demonstration of

tP
Reliability, Availability, Maintainability and Safety (RAMS).
EN ISO 9001: Quality systems – Model for quality assurance in
design/development, production, installation and servicing.

ou
EN ISO 9000-3: Quality management and quality assurance standards – Part
3: Guidelines for the application of ISO 9001:1994 to the development,
supply, installation and maintenance of computer software.
ith
As applicable, above requirements shall be documented, supported with approved
authorized documents at the time of supply and demonstrated post installation.
w

5.0 IBMS & SCADA SYSTEM - SPECIAL REQUIREMENTS


ng

5.1 System Architecture & Communication


1. The system will consist of a flat, open architecture that utilizes on State of the Art
PLC communicating on Industry standard universal protocol as common
communication protocol between the controlled and controlling devices as well as
di

monitoring stations.
2. The offered PLC shall be standalone, programmable, control the devices connected
id

to it as well as communicate over serial communication network directly


3. Systems designed on Proprietary Protocols shall be rejected.
4. The front end architecture envisaged is Server architecture. There shall be one server
rB

configured to acquire the data from IBMS & SCADA, Fire / Security and Electrical
utilities. At the same time, system shall be able to accept more than one Authority on
the TCP/IP in future to acquire and provide run-time data only for IBMS & SCADA
fo

/ Fire/Security and Electrical Utilities.


5. Communication between the control panels and workstations will be over TCP/IP
network. All nodes on this network will be peers. The operator will not have to know
the panel identified or located to view or control an object.
ot

7. System Diagnostics. The system will automatically monitor building management


panels and controllers, including their communication status. The failure of any
N

device will be annunciated to the operator.


8. It is proposed to install the central monitoring station .
9. Each Floor network shall have the capacity of a 15% increase in the number of nodes
on that floor without introduction of further networks.
10. Current PLC configuration considers centralized Rack design with PSU & IO
modules installed in the Rack at a central location; however, if Remote IO
configuration is proposed by EPC Contractor, it is acceptable but shall be justified
55
180
for the application w.r.t operational flexibility in the bid.
Generated from eOffice by Hansraj
10.a Sharma,
In case CPM/ADI(HS),
Remote CPM/ADI, RLDAisonoffered,
IO Configuration 11/02/2023
27/03/2023 02:46
09:37 pm
required pmhardware/communication
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

cables between Central processor & Distributed IO Modules as required shall be


included in the heritage and highlighted separately in the Bid.
10.b Location of Control & Data Acquisition Nodes (Viz. VRF HVAC Controller /
Ventilation HVAC Fan Panels / Electrical Panels / PHE Panels & FFG panels) shall
be studied from the respective discipline Layouts issued as a part of tender for the
same.

t
11. In addition, from the data logged onto the IBMS & SCADA system, there is a need

en
totransfer USER SELECTED data onto Users Systems; the system offered shall
hence have required Communication ports for its connectivity to the Authority FoC
network in addition to the connectivity’s shown in the Architecture diagram. It is

m
recommended to consider required additional hardware for this purpose if any to
make the Offered system compatible for this requirement.

ay
12. It is also required that the offered Hardware shall be accessed remotely on http
compatible unique Id for remote access of logged real time IBMS & SCADA data;
required IP compatibility shall be built into the Hardware for this purpose. Alternate

tP
means of access of logged data from IBMS & SCADA server onto the http network
shall be highlighted in offer if the previous compatibility is not offered.

5.2 IBMS & SCADA Software

ou
5.2.1 Server software shall be with minimum required tags to support the IO listed PLUS
the soft points listed PLUS 25% spare tags; In any case, the capacity ofthe
offered SW shall be prepared by EPC contractor & same to be approved by
ith
authority.
5.2.2 The software shall support future & current scope of IBMS & SCADA
functionality and shall be built in Soft Modules and Libraries supporting tagged
development of all IBMS & SCADA domains as mentioned in Section 1.0 of this
w

documents.
5.2.3 Server software shall also support additional Authority to be logged on for data
monitoring on run time Basis in future if required by Authority.
ng

5.2.4 In the event of data Base loss in the IBMS & SCADA Panel, the workstation
detects the loss and will automatically restore the data Base.
5.2.5 The system shall have the potential to generate user defined reports and specified
di

alarms with further feature of Meaningful alarm filtration intelligence. Detailed


Software requirements are mentioned later in the tender.
id

5.3 Control & monitoring field hardware


5.3.1 The PLC hardware CPU/IO cards and PSU shall be selected to meet the specified
rB

IO density including spare as per the IO summary provided in thetender


elsewhere.
5.3.2 The PLC shall be modular, programmable and stand-alone intelligent hardware
5.3.3 The CPU shall be 32-bit modular construction and plug in type,
fo

5.3.4 CPU shall perform logic processing, timing, counting, latching, comparing, retrieve,
storage and arithmetic functions.
5.3.5 The PLC System shall be provided with desired Processing capacity processer /
ot

Input Cards / Output Cards / Power Supply to meet / exceed the requirements of the
monitoring and control process under this application.
5.3.6 Laptop Based system programming support shall be provided by the system
N

5.3.7 Memory Module shall be modular and plug in type, non-volatile with battery back
up
5.3.8 Input module shall be modular plug in type with LED for status indication; inputs
shall be 24V DC or as required for the process application
5.3.9 Output module shall be modular plug in type with LED for status indication,
output contact shall be 24V DC or as required for the process application, all
individual outputs shall be short 181 56
circuit fuse protection with fuse failure
Generated from indication.
eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

5.3.10 Timers and counter shall have ON delay and Off delay through software; time
delay will be from 1200 ms to few hrs; timing accuracy +/-0.1% of set value
5.3.11 PSU shall have thermostat protection against over temperature, Electronic over
current protection, surge voltage protection, distribution of DC voltage to CPU,
IO modules shall be through Single Pole MCB
5.3.12 PSU shall have the possibility to have alarm contacts for failure
5.3.13 Engineering Work station is a part of the scope ; programming station shall

t
facilitate SQ/FB/LG programs generation with conversion from one to another;

en
program editing shall be possible w.o CPU going into STOP mode and shall be
IEC-1131 compliant
5.3.14 In programming, Forcing IO, mode changing of processors, IO data table view,

m
editing, Online program change shall be possible; these shall be possible both in
direct connection of PLC system as well as a node data highway.
5.3.15 CPU load upper limit and consumed limit as per design to be mentioned in PLC

ay
data sheet
5.3.16 System shall confirm to latest electricity rules, as regards safety, earthing and
other essential provisions required for the application specified.

tP
5.3.17 Spare provision in IO rack to add additional 15% shall be provided
5.3.18 IO distribution is provided in the IO Schedule enclosed
5.3.19 The IBMS & SCADA shall ensure not to load any protocol integrator beyond its
specified Mapping points capacity.

ou
5.3.20 The control system shall be designed such that mechanical equipment will
beable to operate under stand-alone control. In general, the operation of any
controllers on the network shall not rely on any other controller for its functional
ith
operation.
5.3.21 System Controllers that require a master computer will not be considered.
Function specific modules may be used to supplement the functionality resident
w
in each controller.
5.3.22 As such, in the event of a network communication failure or the loss of any other
controller on the network, the control system shall continue to independently
ng

operate under local control of the resident program stored in nonvolatile memory.
In such a case, each individual controller shall continue to perform Basic
functions until a network connection can be restored.
5.3.23 All Panels shall be supplied to site with inbuilt power supply modules suitable
di

for required power quality and protocol for the PLC hardware used; the panels
shall be pre-assembled/pre-wired and pre-tested in complete cabinet complying
id

with required IP protection for indoor installation and required IP protection for
outdoorplacement.
5.3.24 The controllers shall be listed and Approved as per earlier clause appearing in
rB

this tender.
5.3.25 Controllers requiring nickle-cadmium/lithium battery to support the full
operationof the RAM, shall have battery back-up up-to 12 hours in the event of
a localised mains failure. The battery shall not be required to supply power to
fo

actuators,valves, dampers etc. In addition to the above battery reserve a further


battery shall be provided to retain the RAM for a minimum of 2 days, after the
expiration of the standard battery. A low battery alarm shall be provided with
ot

eachController and with an indication at the Control Station.


5.3.26 In case the memory is stored on EEPROM, the battery backup will not be
required. The controllers shall have a resident real time for providing time of
N

day, day of week, date, month and year. These shall be capable
of beingsynchronized with other clocks in the network.
5.3.27 Back-up power shall support the clock. Upon power restoration all clocks
shall be automatically synchronized.
5.3.28 In case Remote IO Configuration is offered, required
hardware/communicationcables shall be included.
57
182
Generated from eOffice by5.4
Hansraj Sharma,
Testing CPM/ADI(HS), CPM/ADI,
/ Commissioning RLDA onof27/03/2023
& Training 11/02/2023
System 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

• The testing and commissioning reports will be automatically produced by and


from the IBMS & SCADA System to ensure integrity of the acquired data; manual
reports and check list are not acceptable during the testing and commissioning
process.
• 30 days on site training to operation & maintenance team on the system software
and hardware shall be imparted by the EPC Contractor in collaboration with OEM/
principal manufacturers.

t
en
5.5 Documentation
Following to be submitted over and above details if not mentioned earlier under
SCOPE clause of this document

m
5.5.1 Proposal shall consist of PLC hardware engineering data sheets (CPU/IO/PSU
complete) and compliance meeting the design intent
5.5.2 Calibration Report for all the field devices from the Principal Manufacturer

ay
5.5.3 Documentation of network variables, network node configurations, priority
interrupts, node binding, addressing structure, etc.
5.5.4 Maintenance Instructions: Document all maintenance and repair/ replacement

tP
procedures. Provide ordering number for each system component, and source of
supply. Provide a list of recommended spare parts needed to minimize downtime.

EPC Contractor to submit point-wise compliance along with the offer for

ou
all above clauses; if any deviation taken shall be highlighted with
reasons there -off
ith
6.0 IBMS & SCADA SYSTEM - GENERAL REQUIREMENTS

1) Provide a Control System incorporating open communication Protocol,


w
equipment monitoring, and control consisting of microprocessor Based plant
control processors interfacing directly with sensors, actuators, and environmental
delivery systems (i.e. HVAC units); electric controls and mechanical devices for
ng

allitems indicated on drawings described herein including dampers, valves, panels,


sensing devices; a primary communications network to allow data exchange
between microprocessor Based devices.
2) Hiearchal systems consisting of master or global controllers (Supervisory
di

Controllers) that poll and/or control less intelligent unitary controllers on a


secondary bus will not be considered.
id

3) The system installed shall be compatible to seamlessly connect devices on Serial


networks throughout the building regardless of subsystem type, i.e. HVAC,
lighting, and security devices should easily coexists on the same network channel
rB

without the need for gateways. These components shall share common software
for network communications, configuration, time scheduling, alarm handling,
history logging, and custom programming.
4) System Monitoring and Supervisory Control shall be provided through the
fo

installation of GUI software applications.

5) GUI (Graphical User Interface) workstations shall provide complete access to any
ot

point in the system at any time.


6) Remote Operator interfaces and configuration tools shall be supported by the
database in a Authority-server fashion.
N

7) The control system shall be able to accommodate multiple user operation. Access
to the control system data should be limited only by operator password. Multiple
users shall have access to all valid system data.
8) The control system shall be designed such that equipment will be able to operate
under stand-alone control.
9) In general, the operation of any controllers on the network shall not rely on any other
controller for its operation. 58
183
Generated from 10)
eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
Functionality such as scheduling and 11/02/2023
trending 02:46
09:37
shall bepm
pm
resident in each and every
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

controller including both programmable and configurable controllers regardless of


where they reside on the network.
11) The documentation contained in this section and other contract documents is
schematic in nature. The Contractor shall provide hardware and software necessary
to implement the functions shown or as implied in the contract documents.
12) System configuration and monitoring shall be performed via a PC-type computer.
Under no circumstances shall the PC be used as a control device for the network.It

t
can be used for storage & analysis of data.

en
13) Components not supplied by the primary manufacturer shall be integrated to share
common software for network communications, time scheduling, alarm handling,
and history logging.

m
14) Controllers shall be complete with power supplies, a real time clock, input and
output modules, memory, processors and all other items necessary for proper
and correct interfacing and operation of the control functions described in this

ay
document. All controllers shall have peer to peer communications. All controllers
shall have a standalone capability such that a failure of networked system servers
shall still permit the plant and controls associated with the controllers, to continue

tP
to operate normally with the controllers continuing to communicate with one
another.
15) In the event of transmission failure in the system network the controllers shall
continue to operate with all sequence interlocks and control strategies operating

ou
normally excepting those which require global information. Either user adjustable
default values or the last sensed value (user selectable) shall then be assumedfor
these global parameters.
ith
• Controllers shall be able to provide to/receive from the integrated system status
information concerning their internal operations. This information shall include, but
not be limited to:
• Data transmission and verification.
w

• Input/output point status (i.e. sensor fault, point forced, etc).


• Program status (i.e. program error, program running, etc).
ng

• Internal battery condition.


16) All necessary interfacing equipment shall be provided so that the controllers are
fully compatible with all items of plant and equipment.
17) Each controller or controller location shall be provided with spare hardware capacity
di

for future additions. Universal inputs may be counted as either a spare digital or
analogue point, but not both. Note that this spare capacity may be accomplished
id

by the addition of input/output modules. Memory shall also be sufficient to allow


all programs associated with these points to be run in the controller.
rB

18) Multiplexing boards to convert analogue inputs to multiple digital inputs and
analogue outputs to multiple digital outputs shall not be used.
19) The controllers shall be provided with their own internal battery back up power
supply, capable of maintaining all memory including the real time clock for time
fo

durations as detailed separately. The battery shall be easily replaceable i.e. not
soldered to the PCB.
20) Each analogue input shall be calibrated (to compensate for non-linear characteristics
of input devices, line resistance and similar items) to achieve an accuracy, of the
ot

displayed value on the integrated system. Calibration and scaling data shall be
retained in the controller memory. Open or closed circuitson sensor inputs shall be
N

recognized by the controller and annunciated as alarmson the integrated system.


21) If a sensor fails (open or closed circuit or out of range) then its associated control
loop shall default to a safe condition. It shall be possible to characterize each
analogue output to an actuator in order to obtain a near-linear response from the
device the actuator is controlling. This may take the form of a look up table with a
minimum of 6 co-ordinates, such that the linear output from a control loop is
converted into a non-linear control signal184
59
to the actuator.
22) The controllers shall be constructed so that the cabinets and internal terminal strips
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

can be mounted, and electrical terminations made, with all electronicsbeing


added at a later date during the testing and commissioning phases.
23) History data logging and alarm detection shall be attained from all controllers in
the network, including third party devices from alternate manufacturer’s. This
data shall be monitored in the Graphic User Interface software.
24) Controllers shall use a software mechanism for network addressing and
identification. It shall not be necessary to set physical network address switches

t
on each controller.

en
25) All microprocessor Based controllers must be capable of withstanding transient
disturbances from the input power supply.
26) Suppressors shall be fitted to all controller input and output points for protection

m
against voltage transients, spikes etc.
27) The controllers-communication network(s) shall be isolated against transient
disturbances via optical couplers or other approved means.

ay
28) In order to avoid corruption of the equipment operation by electrical interference,
all wiring shall be installed to minimize coupling of electromagnetic and
electrostatic interference on low voltage signals and data wiring. The preferred

tP
method of achieving this shall be by ensuring a physical separation of greater
than 50mm between the power supply cables and the signal and data cables.
Where mixed wiring is unavoidable braided screen mains cable, dressed close to
metalwork, is preferred.

ou
29) The system shall be protected from interference by the operation of hand held radio
transmitters, radio pagers, etc, within 1 meter of the equipment.
30) The equipment supplied shall be suitable for operation on site power supply and
ith
the supply voltage and frequency tolerances permitted by the Electricity Supply
(Amendments No. 2) Regulations 1994 and the Electricity Board Regulations.
w
31) The integrated system network architecture adopted offers the maximum
operational systems redundancy possible. EPC Contractor to comply to
redundancy requirements as detailed separately in this tender.
32) The servers shall contain all software, programmers and functionality to operate
ng

and monitor all building systems integrated regardless of the operational status of
the network.
di

7.0 PRODUCT SPECIFICATIONS


id

7.1 Operator Work Station and OS


Central Work Station (Server) shall be an Industrial Grade PC ; Work station shall be
preloaded with requisite MS Windows Licensed software compatible with the IBMS &
rB

SCADA platform; however, the Works stations specifications shall comply to the latest
configuration available at the time of supply, if upgraded compared to above specifications
without any cost impact.
fo

The work stations required for the system shall have latest hardware configuration; the
minimum configuration requirements for servers and Authority are mentioned in the Bill Of
Materials provided elsewhere in this tender.
ot

Server shall be loaded with IBMS & SCADA latest version Building Automation System
Monitoring and Control Software along with its compatible Operating Systems Software.
N

7.1.1 System Security


7.1.1.1 User access will be secured using individual security passwords and user
names.
7.1.1.2 Passwords will restrict the user to access only the objects, applications, and
system functions as assigned by the system manager.
7.1.1.3 User logon/logoff attempts will be recorded.
60
185
7.1.1.4 The system will protect itself from unauthorized use by automatically logging
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

off following the last keystroke. The delay time will be user definable.

7.1.2 Workmanship
All components of the Work Station shall be thoroughly assembled at the OEM’s works and
inspected and any damage noticed shall be reported to the Engineer-in-charge. All loosely
supplied fittings / accessories shall be cleaned and connected to the breaker. After

t
completely assembling, installation the Work station shall be cleaned and checked for any

en
loose connections.

7.1.3 Mode of Measurement

m
The work carried out shall be measured on item rate basis, the items as per the
Equipment & IO Summary proposed by EPC contractor.

ay
7.2 Operating System
• The Operators Workstation shall be equipped with Licensed Windows XP/Or Suitable
latest for the IBMS & SCADA software supplied) as the user terminal operating

tP
software.

• The Operators Workstation software is installed to provide basic operator interface


(i.e., non-facility management/color graphics) shall use pull down

ou
menu navigation as the basis of program execution, operating feature penetration, and local
or remote site access.
ith
• As a minimum, the operating software shall permit the operator to perform the
following tasks with a minimum knowledge of the Processes Monitored andControl
System provided and Basic computing skills.
w
i. View data (temperature, flowrate, etc.) on HVAC equipment, and/or lighting,card
access, and intrusion detection equipment.
ii. Navigate multiple sites.
ng

iii. Locate potentially faulty equipment through audible or visible alarms.


iv. Select points to be alarmable and define the alarm state.
v. Select points to be trended over a period of time and initiate the recording ofvalues
di

automatically.

• Manual Database Save and Restore. A system operator with the proper password
id

clearance shall be able to archive the database from any system panel and store on
magnetic media. The operator shall also be able to clear a panel database and manually
rB

initiate a download of a specified database to any panel in the system.

• System Configuration. If required for the customer, the workstation software shall
provide a method for advanced configuration of the system. This shall allow for future
fo

system changes or additions.

• On-Line Help. Provide a context sensitive, on-line help system to assist the operator
ot

in operation and editing of the system. On-line help shall be available for all
applications and shall provide the relevant data for that particular screen.
N

• Security. Each operator shall be required to log on to the system with a user name
and password in order to view, edit, add, or delete data. System security shall be
selectable for each operator. The system supervisor shall have the ability to set
passwords and security levels for all other operators. Each operator password shall be
able to restrict the operators access for viewing and/or changing each system
application, full screen editor, and object.
61
186
Generated from eOffice • SystemSharma,
by Hansraj Diagnostics. The system
CPM/ADI(HS), CPM/ADI,shall
RLDAautomatically
on 27/03/2023 monitor
11/02/2023 02:46 pm the operation of network
09:37 pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

connections, building management panels, and controllers. The failure of any device
shall be annunciated to the operator.

7.3 IBMS & SCADA Software

7.3.1 General

t
7.3.1.1 Server Version

en
Supply, Installation, Customization, Testing, Simulation and Commissioning of Server
(Development) Version (with full function edit facility) minimum tags (as specified
else-where) IBMS & SCADA software supporting Industry specific protocol as

m
specified in detailed material specifications with all monitoring/control modules
including but not limited to full function Report / Trending / Alarms / Graphics /
LAN / WAN modules; quantity of licenses shall be approved by Authority Engineer

ay
; EPC Contractor to generate sample reports for each module as per the customization
requirements of Authority
7.3.1.1.1 The building automation software shall be a licensed copy “server” suppliedwith
necessary operational “soft Key”

tP
7.3.1.1.2 The IBMS & SCADA Software have to be free life time license & also free life
time updates shall be considered. No additional charge or cost for same version
of software shall be paid by authority after DLP period.

ou
7.3.1.1.3 The IBMS & SCADA software shall comprise of following modules as a
minimum – specified and elaborated in the material specifications separately

a. Report Generator Module for Customized user defined IBMS & SCADA Reports
ith
b. Alarm Module for alarm/event logging and alarm/event report generation
c. Mimic Generator Module for creation of Tagged dynamic IBMS & SCADA
Graphicswith latest symbol libraries
w
d. Trend Log Generator for logged parameters
e. Scheduler Module
f. Logic generation and Control Modules
ng

g. Diagnostics
h. Data Base management.
di

7.3.2 Material
OS Software shall be in conformance to the latest licensing norms of International
accrediting agency and NASSCOM.
id

IBMS & SCADA Software shall be a License Copy with proper licensing documents from
the OEM supporting unlimited tags IO and complying to “Licensed User” requirements
rB

mentionedin the detailed specifications.

7.3.3 Workmanship
fo

OS and IBMS & SCADA Software complete with and IBMS & SCADA modules shall
be thoroughly inspected and any damage noticed shall be reported to the Engineer-in-
charge.
ot

OS shall be installed at site in presence of Authority and authentication codes be


demonstrated.
N

IBMS & SCADA software shall be installed by the OEM / its Authorized Integrator in
presence of theAuthority with handing over of “SW Authorization Codes” to Authority

The EPC Contractor shall demonstrate “operation and use” of all IBMS & SCADA
modules to Authority as specified in detailed specifications at the time of first
62 needs explained in GCC.
187
installation; this is over and above the training
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

• Mode of Measurement
The work carried out shall be measured on “No. of Licenses” Basis as per proposed software
schematic by EPC contractor.

7.4 Software Specifications


Servers and Authority shall be loaded with IBMS & SCADA latest version Building
Automation System Monitoring and control Software along with its compatible

t
Operating Systems Software.

en
In addition to the item specific requirements provided in the item tender, the specifications
for full function development version unlimited tags BA Software and the programming

m
software are provided below; withstanding the specifications, the EPC Contractor shall
ensure that the product meets the functional requirements of the system elaborated
generally in this tender.

ay
1. General: Provide a Windows XP Based (Or as suitable for Suppliers OS), object
oriented, graphical user interface, which shall allow the generation of custom dynamic

tP
graphics for graphical representation of system design and systemparameters. The
graphics editor shall allow zones of the building, mechanical systems, floor plans,
etc., to be custom generated for the project and should be a part of the operating
system.

ou
2. Graphics Creation: The editing menu shall provide help menus for selecting graphics,
choosing colors, copying previous graphics, deleting data points in the graphics. A set
of standard graphics shall be provided to allow operators to select from the graphics
library for graphic generation.
ith
3. Display: Information on the color graphic display shall be dynamic and automatically
updated.
4. Manual Control: A manual control option shall also be provided which allows the
w
operator to turn points on or off, start or stop, set points to local mode or release points
to automatic mode.
5. Object Oriented Graphics: Objects shall be provided to simplify operation and allow
ng

special functions to be performed. Custom or canned objects shall be able to modified


using third party drawing tools. Objects shall be able to be rotated, scaled, filled, and
moved Based on a change in the process value.
di

6. Graphics Generation: Default system graphics shall be self-generating. A library of


custom graphics shall be supplied for each control unit. In the case where a custom
graphic is required (built up air handling units) the operator shall be ableto specify
id

a default graphic to a control device to generate a template so that it becomes self-


generating.
rB

7. Trending: The software shall allow analog, digital values and calculations to be
graphically plotted in real-time or historical format. Refer to Database management
for specific requirements on historical format requirements. The software shall be able
to generate trend information for devices not provided by the primary supplier.
fo

8. System Documentation: All system documentation, such as wiring diagrams, points


lists, and sequences of operations shall be viewable on line through the graphics
browser. Any file conforming to Microsoft Active Document shall be viewable in this
ot

manner.
9. Alarms: Alarms shall be provided in a separate window for ease of interpretation.
Indication of an alarm state on a monitored control point shall be by a change in color
N

of the data display. An alarm history for each individual control device shall also be
available in the “tree view”
10. Scheduling: The system operator shall be able to use functionality in a calendar style
window to drag new exception events that will change the operation of the system
for the specified day. The operator shall be able to specify exception days at least
12 months in advance. The system shall also be able to provide scheduling for third
party devices not supplied by the primary 63manufacturer.
188
Generated from
11. Network Diagnostics: The system operator shall be09:37
eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
ablepm
11/02/2023 02:46
to view and perform Basic
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

network diagnostics for each individual control device. This will allow the system
user to verify faults or communications problems with the specified device and
should be a part of the software.
12. Maintenance Notes: If required the system operator shall be able to type in
comments regarding maintenance or other data for each individual controller.
13. On-Line Help. Provide a context sensitive, on-line help system to assist the operator
in operation and editing of the system. On-line help shall be available for all

t
applications and shall provide the relevant data for that particular screen.

en
14. Database Management: Trended data shall be capable of automatically being
retrieved from control devices and stored on the hard drive as a data file retrievable
from Excel or Access for Windows. The spread sheet shall be configured to display

m
the time, increment of the trended data, the engineering units, total over the listed
time, average, minimum and maximum values over the listed time.
Selected Modules from above have been described in detail as under:

ay
• Alarm Processing
Any object in the system shall be configurable to alarm in and out of normal state. The

tP
operator shall be able to configure the alarm limits, warning limits, and reactions for each
object in the system.

a. Alarm Reactions. The operator shall be able to determine what actions, if any, are to

ou
be taken, by object (or point), during an alarm. Actions shall include logging,
providing audible annunciation or displaying specific system graphics. Each of these
actions shall be configurable by workstation and time of day
ith
b. Binary Alarms shall be set to alarm Based on the operator specified state.
c. Analog Alarms. Each analog object shall have both high and low alarm limits and
warning limits. Alarming must be able to be automatically and manually disabled.
w

• Trend Logs
The operator shall be able to define a custom trend log for any data in the system. This
definition shall include interval. Adjustable trend intervals . Each trend shall
ng

accommodate up to 128 system objects. The system operator with proper password shall
be able to determine how many samples are stored in each trend. Trend data shall be
sampled and stored on the Building Controller panel and be archived on the hard disk.
di

Trend data shall be able to be viewed and printed from the operator interface software.
They shall also be storable in a tab delimited ASCII format for use by other industry
standard word processing and spreadsheet packages. Trend information shall also be
id

stored on the individual CU for transmitting to the workstation. Trends shall also be
established for third party devices.
rB

• Alarm and Event Log


The operator shall be able to view all logged system alarms and eventsfrom any location
in the system. Events shall be listed chronologically. An operator with the proper security
fo

level may acknowledge and clear alarms. All that have not been cleared by the operator
shall be archived to the hard disk on the workstation. The stand-alone Controller shall
have the ability to store alarms and Logs prior to transmission to the workstation. Alarms
mayalso be established for third party devices. Alarms shall be able to be annunciated
ot

audibly at the workstation.

• Alarm Management
N

Alarms shall be initially separated into 3 priority levels as follows:

Critical Alarms (High) – For example Critical Alarms including: Fire Status, VESDA Alarm
Status, Critical HVAC system Alarms, Critical Switchboard Breaker Tripped Statuses,
Out of Limits Temperature/Humidity in building critical areas.

Medium Alarms – For example Plant Alarms189 64


including: Ventilation system failures, Non
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
critical area leak detected, Sensor Failures, 11/02/2023 Faults
Common 02:46
09:37 pm
pm
on all non-critical circuits.
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

Maintenance Alarms (Low) – For example Maintenance Alarms including: Out of Limits
Temperature/Humidity in non-critical areas.

However, definition of all these alarms shall further be classified in co- ordination with
individual service providers and any specific requirements from Authority. The IBMS &
SCADA EPC Contractor shall ensure all alarm definitions as per priority given by

t
Authority.

en
The system shall have all necessary interface modules to allow connection on the Authority
IT network, which shall permit the accessing of control data from any Computer

m
connected to this system.

The system shall have all necessary interface modules to direct alarms to an e-mail address,

ay
mobile phone, or a remote monitoring head-end PC.The IBMS & SCADA shall utilize
an engineer’s schedule to send e-mails, text messages to the personnel that are “on-call”.

The IBMS & SCADA shall direct Critical alarms to the any AUTHORITY Monitoring

tP
Facility and the “on- call” engineer in addition to notifying the supervisor at the operator
workstation via a “pop- up” window. Medium alarms shall be raised at the operator
workstation via a “pop-up” window or Highlighted. All 3 levels shall be recorded in an
archive detailing date and time for the alarm being raised and cleared and printed on the

ou
alarm printer.

• Object and Property Status and Control


ith
Provide a method for the operator with proper password protection to view, and edit if
applicable, the status of any object and property in the system. These statuses shall be
available by menu, on graphics, or through custom programs
w

• Applications Editors
Each Operator Workstation shall support full screen editing of all system applications. The
applications shall be downloaded and executed the the Controller level.
ng

Provide a full screen editor for each type controller and application that shall allow the
operator with proper password to view and change the configuration, name, control
di

parameters, and system setpoints.

• Scheduling
id

Provide the capability to schedule each object or group of objects in the system, regardless
of the manufacturer. Each of these schedules shall include the capability for start, stop,
rB

optimal start, optimal stop, and night economizer actions.

Each schedule shall consist of the following:


fo

1) Weekly Schedule. Provide separate schedules for each day of the week.

2) Exception Schedules. Provide the ability for the operator to designate any day of the
year as an exception schedule for holidays or other purposes. The system operator will
ot

be presented with a calendar screen that can be browsed at least one year ahead.
Exception schedules shall be dragged onto the calendar from exception day type
N

menus on the calendar. This exception schedule shall override the standard schedule
for that day. Exception schedules may be defined up to one year in advance. Once an
exception schedule is executed it will be discarded and replaced by the standard
scheduled for that day of the week.

3) Optimal Start/Stop. The scheduling application outlined above shall support an


optimal start/stop algorithm. This shall calculate
65
190 the thermal characteristics of a zone
and start the equipment prior to occupancy to achieve the desired space temperature
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

at the specified occupancy time. Provide the ability to modify the start/stop algorithm
Based on outdoor air temperature. Provide an early start limit in minutes to prevent
the system from starting before an operator determined time limit. The program shall
take account of the day of the week, occupancy patterns and holidays. Optimum start
'boost' condition shall be terminated by either occupancytime being reached or by
occupancy temperature being achieved whicheveroccurs first. For both optimum start
and stop operation, after the initial learning period, set point should be achieved within

t
±15 minutes of the startor end of occupancy.

en
The program shall incorporate facilities for maintaining the internal space temperature of
the building or system above a predetermined minimum level, outside occupancy hours.

m
For each optimum start program the following points shall be logged:
i. Plant start time.

ay
ii. Outside air temperature at plant start time.
iii. Inside air temperature at plant start time.
iv. Time optimum start terminated.

tP
v. Lowest inside air temperature at optimum start termination time.
vi. Time inside set point achieved.
For each optimum stop program the following points shall be logged:Plant stop time.
i. Outside air temperature at plant stop time.

ou
ii. Inside air temperature at plant stop time.
iii. Time inside set point achieved.iv.
The necessary sensors required to implement the above strategies shall bedeemed to have
ith
been considered by the EPC Contractor in their scope.

• Fixed Time Scheduling


The time program shall enable and disable the item(s) of plant at specific times for each day
w
of the week. It shall be possible to specify a minimum offour switching times per day.

It shall be possible to program for up to twelve months in advance includingholidays and to


ng

make temporary time adjustments which automatically resetonce operated.

• Demand Limiting
di

The demand limiting program can monitor building power consumption from signals
generated by a pulse generator mounted at the building power meter, or from a watt
transducer or current transformer attached to the building power supply lines.
id

The demand limiting program will be Based on a predictive sliding window algorithm. The
rB

sliding window duration and sampling interval will be set equal to that of the local
Electrical Utility.

Control system will be capable of demand limiting by resetting HVACsystem set-points


to reduce load.
fo

Input capability will also be provided for an end-of-billing period indication.


ot

• Programming Compliance

➢ PID Control
N

➢ A PID (proportional-integral-derivative) algorithm with direct or reverse action and


anti-wind-up will be supplied. The algorithm will calculate a time-varying analog
value used to position an output or stage a series of outputs. The controlled variable,
set-point, and PID gains will be user-selectable. The set-point will optionally be
chosen to be a reset schedule.
➢ Timed Override 66
191
Generated from ➢
eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on enable/disable
A standard application will be utilized to 11/02/2023 02:46
27/03/2023 temperature
09:37 pm
pm control when a
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

user selects on/cancel at the zone sensor, workstation, or the operator display. Time’s
amount that override takes precedence be selectable from the workstation.
➢ Staggered Start
➢ This application will prevent all controlled equipment from simultaneously restarting
after a power outage. The order in which equipment (or groups of equipment) is
started; along with the time delay between starts will be user- selectable.
➢ System Calculations

t
➢ Provide software to allow instantaneous power (e.g. KW), flow rates (e.g. L/s [GPM])

en
to be accumulated and converted to energy usage data. Provide an algorithm that
calculates a sliding-window KW demand value. Provide an algorithm that calculates
energy usage and weather data (heating and cooling degree days). These items will

m
all be available for daily, previous day, monthlyand the previous month.
➢ IBMS & SCADA System Maintenance
➢ Provide system maintenance features such as:

ay
o Backup and restore capability for: site database, graphics, report templates, touch
screen displays.
o Maintenance tasks scheduler: automated schedule for: backups, alarm event log

tP
archive, site scan.
o Easy site duplication
➢ Anti-Short Cycling
➢ All binary output points will be protected from short cycling. This feature willallow

ou
a minimum on-time and off-time to be selected.

• Custom Application Programming Features


ith
1. Provide the tools to create, modify, and debug custom application programming. The
operator shall be able to create, edit, and download custom programs at the same time
w
that all other system applications are operating. The system shall be fully
operable while custom routines are edited, compiled, and downloaded.
2. The language shall be English language oriented and be Based on the syntax of
ng

programming languages such as BASIC. It shall allow for free form or fill-in-the-
blank programming. Alternatively, the programming language can be graphically-
Based using function blocks as long as blocks are available that directly provide the
functions listed below, and that custom or compound function blocks can be created.
di

3. A full screen character editor/programming environment shall be provided. The editor


id

shall be cursor/mouse-driven and allow the user to insert, add,


modify, and delete code from the custom programming. It shall also incorporate word
processing features such as cut-paste and find/replace.
rB

4. The programming language shall allow independently executing program tasks tobe
developed.
5. The editor/programming environment shall have a debugging capability that allows
the user to step through the program and to observe any intermediate values and/or
fo

results. The debugger shall also provide error messages for syntax and highlighterrors.
6. The programming language shall support conditional statements (IF/ELSE) using
compound Boolean (AND, OR) and/or relations (EQUAL, LESS THAN, GREATER
ot

THAN, NOT EQUAL) comparisons.


7. The programming language shall support arithmetic using the following operators:
+, -, /, x, and xy. The following mathematical functions shall also be provided:
N

minimum/maximum value from a list of values, a limit function that keeps the value
of a variable on or between a max and min value, an average function that returns the
mathematical average of a list of values, a switch function which determines whether
a peripheral should be ON or OFF Based on the comparison results of the input value
vs. the on and off values.

The programming language shall have pre-defined


67
192 variables that represent clock time, day
Generated from eOffice by of the week, and date. Variables that provide11/02/2023timing
interval
Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 02:46 shall also be available. The
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

language shall allow for computations using these values.

The programming language shall have the ability to pre-defined variables representing the
status and results of the System Software, and shall be able to enable, disable, andchange
the values of objects in the system.

On-Line Help. Provide a context sensitive, on-line help system to assist the operator in

t
operation and editing of the system. On-line help shall be available for all applications

en
and shall provide the relevant data for that particular screen.

• Software Customization

m
EPC Contractor shall be required to finally customize the system software to meet
Authority’customized requirements in terms of
1. Dynamic MIMIC Screens (Hierarchical Structure leading from main screen to all rest

ay
of the screens sub domains being monitored and controller); control shall be possible
from MIMICs directly; MIMICs shall be generated by EPC Contractor and
submitted to Authority for approval before inserting on the system / additional

tP
requirements if any.
2. Report Formats (for all parameters logged at user defined logging rate); format shall
be first prepared by EPC Contractor and submitted to Authority for
approval/additional requirements if any

ou
3. Trending formats (for all parameters logged at user defined logging rate); format shall
be prepared by EPC Contractor and submitted to Authority for approval/additional
ith
requirements if any.

4. History Formats (Historian shall help generate previously logged data to be presented
at any given time)
w
5. Custom required performance report formats for specific equipment’s viz. Daily
System Power Consumption / Mechanical Equipment Performance / etc shall be
covered under this activity.
ng

6. Any specific report/presentation required by Authority.

• Network Management
di

1. Provide network management software package that will permit the individual
network nodes to be configured on network. This tool shall manage a database, all
stand-alone Controllers by type and revision, and shall provide a software mechanism
id

for identifying each controller on the network.


2. The network configuration tool shall also be capable of performing the above stated
rB

functions for other 3rd party devices that may be added to the network.
3. The Network configuration tool shall also provide diagnostics to identify Controller
on the network, to reset controller, and to view health and status counters within
controller.
fo

4. On-Line Help. Provide a context sensitive, on-line help system to assist the operator
in operation and editing of the system. On-line help shall be available for all
applications and shall provide the relevant data for that particular screen.
ot

5. The network configuration tool shall be able to upload network image


directly from a node when that node is connected to the network. This process does not
require the .XIF file from a third-party device supplier.
N

7.5 Programmable Logic Controllers


Offered Controllers shall be communicating on industry universal communication
platforms and supporting fully “stand- alone” operation

7.5.1 Design and Manufacturing Compliance


7.5.1.1 The controllers shall consist of minimum 68
193 single 32-bit RISC processors for
Generated from
reliable throughput, Based with EEPROM Based
eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
operating
11/02/2023 02:46
09:37 pm
pm
system (O.S.).
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

7.5.1.2 The memory available to the controller board as working space for storage of
the Operating system software and data files shall be decided on the Basis of number
of points being controlled by them.
7.5.1.3 The controllers shall comply to all aspects mentioned earlier in this tender
7.5.1.4 Controllers requiring nickel-cadmium/lithium battery to support the full
operationof the RAM, shall have battery back-up up to as specified separately.
7.5.1.5 A low battery alarm shall be provided with each Controller and with an

t
indication at the Control Station.

en
7.5.1.6 In case the memory is stored on EEPROM, the battery backup will not be
required.
7.5.1.7 The Controllers shall have proportional control, Proportional plus Integral

m
(PI) Control, Proportional plus Integral plus Derivative (PID) Control, Two Position
Control and Time Proportioning Control and algorithms etc, all in its memory and all
available for use by the user, i.e. all the control modes shall be software selectable

ay
at any time and in any combination. The analog output ofProportional Control, PI
Control, and PID Control shall continuously be updated and output by the program
shall be provided. Between cycles the analog output shall retain its last value.

tP
Enhanced integral action in lieu of Derivative function shall not be acceptable.

7.5.1.8 The controllers shall have a resident real time for providing time of day, day of
week, date, month and year. These shall be capable of being synchronized with other

ou
clocks in the network.
7.5.1.9 Back-up power shall support the clock. Upon power restoration all clocks
shall be automatically synchronized.
ith
7.5.1.10 The Controllers shall be provided with power supply, A/D and D/A
converters, memory,
7.5.1.11 The Controllers shall have spare capacity (digital/analog input/output) to
w
give flexibility for future expansion as detailed under annexure 1 special technical
conditions.
7.5.1.12 All controllers shall be capable of handling voltage, mili-ampere, resistance or
open and closed contacts inputs in any mix, if required.
ng

7.5.1.13 Analog inputs/outputs of the following minimum types shall be supported:

4-20 mA. / 0-1 volts./0-10 volts./0-5 volts, and 2-10


di

volts.Resistance Signals (either PTC or NTC)


(PT 100, PT 1000, PT 3000, Balco 500, NI 1000)
Digital input/output types to be supported shall be, but not limited to the
id

following:
Normally-open contacts. Normally closed contacts.
rB

Modulating outputs shall be true proportional outputs and not floating control
type.

xvi. Controller’s packaging shall be such that, complete installation and check out of field
fo

wiring can be done prior to the installation of electronic boards.


xvii. All board terminations shall be made via plug-in connectors to facilitate trouble-
shooting, repair and replacement. Soldering of connections shall not be
ot

permitted.
xviii. Controllers shall preferably be equipped with diagnostic LED indicators with at least
indication for Power up Test OK, and Bus Error. All LED’s shall be visible without
N

opening the panel door.


xix. It shall be possible for the controllers to accept regulated uninterrupted power
supply to maintain full operation of the controller functions (control, logging,
monitoring and communications) in the event of a localized mains failure.
xx. Controllers requiring fan cooling are not acceptable.
xxi. There shall be the facility for accessing controller data information locally , via
a portable plug-in keypad display which 69 can be common to allcontrollers and
194
Generated from eOffice by
normally removed to prevent unauthorized tampering.
Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
Alternatively
09:37 pm
pm
each controller
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

shall have a keypad and display integral with its casing for local interrogation and
adjustment. In either case, access to the system thus provided shall be restricted by
passwords in the same way as at the main operator terminal.
xxii. In case the Portable operator Terminals (POT) are required to program the controllers,
sockets shall be provided for same. Attachment of POT shall not interrupt or disable
normal panel operation or bus connection in any way.
xxiii. The controllers shall be housed in vandal proof boxes to protect them from tampering

t
by any unauthorized personnel. All Controllers used in plant room spaces and

en
external application shall be housed in enclosures as specifiedseparately.
xxiv. It shall be possible to add new controllers to the system without taking any part
of the system off-line.

m
Additional Features for compliance are Titled “Controller Capabilities”, is provided under
Material specifications of the tender. EPC Contractor shall comply to all the requirements

ay
mentioned above and under Material specifications; Deviations, if any, shall be
highlighted by EPC Contractor in their bid as per the format provided under GCC clause.

tP
7.6 Workmanship and Features Compliance
All Controller shall be new unused and shall bear serial no. tags for identification and
uniqueness. Controllers shall be provided dully assembled with proper workmanship and
shall be ready to be programmed and wired for use. Damage to the unit at the time of

ou
pre-installation site check shall be immediately brought to the knowledge of site in charge
and the unit immediately offered for a replacement.
A PCB / Display - circuit “OK” certificate shall be provided along with the packing list
bearing the serial no. of each Controller (Processor / PS / IO Cards) and the same shall
ith
be re-demonstrated to Authority prior to installing the unit in the panel by signal
simulation and testing through external power source arrangement.
w
7.7 Functionality
7.7.1 The Controllers shall have a self-analysis feature and shall transmit any malfunction
messages to the Control Station. For any failed chip the diagnostic tests, printout
ng

shall include identification of each and every chip on the board with the
chip number/location and
whether the chip “Passed” or “Failed” the diagnostic test. This is a desired
di

requirement as it would facilitate trouble-shooting and ensure the shortest


possible down time of any failed controller. Controllers without such safety
feature shallbe provided with custom software diagnostic resident in the EEPROM.
id

The tenderer shall confirm in writing that all controllers are provided with this
diagnostic requirement.
rB

7.7.2 Operating system (O.S.) software for controllers shall be EPROM resident.
Controllers shall have resident in its memory and
available to theprograms, a relevant library of
algorithms, intrinsic control operators,arithmetic, logic and relational
fo

operators for implementationof controlsequences.


7.7.3 In the event of failure of communication between the controllers and/or Control
Station terminal, alarms, reports and logs shall be stored at the controllers and
transmitted to the terminal on restoration of communication.
ot

7.7.4 In the event of memory loss of a Controller, or the expiration of back-up power, on
start-up of the unit the necessary data-Base shall be downloaded automatically and
N

without operator instruction. Controllers requiring a manual intervention for


the re-boot of software are not desired.
7.7.5 Where information is required to be transmitted between controllers for the sharing
of data such as outside air temperature, it shall be possible for global points to be
allocated such that information may be transmitted either on change of
incremental value or at specific time intervals.
70
195
7.7.6 Controllers must be able to perform the following energy management functions as
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

a minimum.

a) Time & Event programs


b) Holiday Scheduling
c) Maximum and Distributed power demand
d) Optimum start and stop program
e) Night purge

t
f) Load reset

en
g) Zero energy band
h) Duty cycle
i) Enthalpy analysis and control

m
j) Run Time Totalization
k Sequencing and Optimization
l) Exception scheduling

ay
Detailed description of software features and operating sequence of all available energy
management software shall be submitted with the tender for evaluation by the
Consultant.

tP
7.7.7 The Controllers shall have Adaptive Control capability whereby the control
software measures response time and adjusts control parameters accordingly to
provide optimum control. The software shall allow self-tuning of the variable

ou
control loops (all or any of P, P+I, P+I+D) of the AHU’s and chiller system so as
to provide the most efficient and optimized controls at different load conditions.
The energy management programs shall update their parameters Based on past
ith
experience and current operating conditions.

7.7.8 Alarm Lockout shall be provided to prevent nuisance alarms. On the initial startup
of air handler and other mechanical equipment a “timed lockout” period shall be
w

assigned to analog points to allow them to reach a stable condition beforeactivating


an alarm comparison logic.
Tenderers shall indicate their proposed system alarm handling capability & features.
ng

7.7.9 Run time shall be accumulated Based on the status of a digital input point. It shall
be possible to total either ON time or OFF time. Run time counts shallbe resident
in non-volatile memory.
di

7.7.10 It shall be possible to accommodate Holiday and other planned exceptions tothe
normal time programs. Exception schedules shall be operator programmable up
to one year in advance.
id

7.7.11 Distributed power demand program shall be Based on a sliding window


instantaneous demand trend algorithm. The controller interfaced to the demand
rB

meter shall calculate the demand, forecast the demand trend, compare it to the
established demand limits, and initiate load shedding or re-establishment of loads as
required. Shedding shall be on a sequential Basis with least important loads shed
first and restored last.
fo

8.0 Sensors and Transmitters


ot

8.1 General Requirements

8.1.1 Provide sensors and transmitters required as outlined in the input/output summary
N

and sequence of operation, and as required to achieve the specified accuracy as


specified herein.
8.1.2 Temperature transmitters shall be equipped with individual zero and span
adjustments. The zero and span adjustments shall be non-interactive to permit
calibration without iterative operations. Provide a loop test signal to aid in sensor
calibration.
8.1.3 Temperature transmitters shall be sized 196 and constructed to be compatible with the
71
Generated from medium to be monitored. Transmitters shall be equipped
eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46 with a linearization circuit
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

to compensate for non-linearities of the sensor and bridge and provide a true linear
output signal.
8.1.4 Temperature sensors shall be of the resistance type and shall be either three- wire 100
ohm platinum RTD, or two-wire 1000 ohm platinum RTD.
8.1.5 Temperature Sensors (Resistance)
8.1.5.1 Materials: Nickel or Platinum element.
8.1.5.2 Mounting: Duct/Pipe, Room

t
8.1.5.3 Range: -10ºC to 60ºC, 0ºC to 70ºC

en
8.1.5.4 Accuracy: +/- 0.3ºC
8.1.5.5 Output: Resistive 1000ohms @ 21ºC
8.1.5.6 Special: Duct Element Holder, Brass Well Assembly, Room Mounting Bracketand

m
Cover

8.1.6 CU operating software shall be equipped with a self-calibrating feature for

ay
temperature sensors.

8.1.7 The following accuracies are required and include errors associated with the

tP
sensor, lead wire and A to D conversion.
Point Type Accuracy
Outside Air 0.5F.
Room Temperature 1.00F.

ou
Duct Temperature 0.5F.
Calculations 0.1F.
j. Sensors used in BTU or process calculations shall be accurate to ±0.10F. over the process
ith
temperature range. Submit a manufacturer's calibration report indicating that the calibration
certification is traceable to the National Bureau of Standards (NBS) Calibration Report Nos.
209527/222173.
w

8.2 Design Installation & Specifications

8.2.1 Temperature sensor assemblies shall be readily accessible and adaptable to each type
ng

of application in such manner as to allow for quick, easy replacement and servicing
without special tools or skills.
di

8.2.2 Strap-on mountings shall not be permitted.

8.2.3 Outdoor installations shall be; of weatherproof construction or in appropriate NEMA


id

enclosures. These installations shall be protected from solar radiation and wind
effects.Protective shield shall be stainless steel.
rB

8.2.4 Sensors shall be with enclosure where located in finished space.

8.2.5 Sensors in ducts shall be mounted in locations to sense the correct temperature of the
fo

air only and shall not be located in dead air spaces or positions obstructed by ducts,
equipment, and so forth. Locations where installed shall be within the vibration and
velocity limit of the sensing element. Ducts shall be securely sealed where elements
ot

orconnections penetrate ducts to avoid measuring false conditions.

8.2.6 All sensors measuring temperatures in pipes larger than 2 inches in diameter or in
N

pressure vessels shall be supplied with wells properly fabricated for the service. Wells
shall be noncorrosive to the medium being measured and shall have sufficient physical
strength to withstand pressures and velocities to which they are subjected. Wells shall
be installed in the piping at elbows where piping is smaller than the length of the well
toeffect proper flow across the entire area of the well.

8.3 Thermowells 72
197
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

8.3.1 When thermowells are required, the sensor and well shall be supplied as a
complete assembly including well head and greenfield fitting.
8.3.2 Thermowells shall be pressure rated and constructed in accordance with the
system working pressure
8.3.3 Thermowells and sensors shall be mounted in a thread outlet or 1/2" NPT saddle
and allow easy access to the sensor for repair or replacement.
8.3.4 Thermowells shall be constructed of the following materials:

t
en
8.3.4.1 Chilled and Hot Water; brass.
8.3.4.2 Steam; 316 stainless steel.
8.3.4.3 Brine (salt solutions): marine grade stainless steel.

m
8.4 Outside Air Sensors

ay
8.4.1 Outside air sensors shall be designed to withstand the environmental conditionsto
which they will be exposed. They shall also be provided with a solar shield.
8.4.2 Sensors exposed to wind velocity pressures shall be shielded by a perforatedplate

tP
surrounding the sensor element.
8.4.3 Temperature transmitters shall be of NEMA 3R construction and rated forambient
temperatures.

ou
8.5 Duct Type Sensors

▪ Duct mount sensors shall mount in a hand box through a hole in the duct and be
ith
positioned so as to be easily accessible for repair or replacement. A neoprene grommet
(seal-tight fitting and mounting plate) shall be used on the sensor assembly to prevent
air leaks.

w
Duct sensors shall be insertion type and constructed as a complete assembly including
lock nut and mounting plate. Duct sensors probe shall be constructed of304 stainless
steel.

ng

For outdoor air duct applications, use a weatherproof mounting box with weatherproof
cover and gasket.

8.6 Averaging Duct Type Sensors


di

• For ductwork greater any dimension than 48 inches and/or where air temperature
id

stratification exists, utilize an averaging sensor with multiple sensing points. The
averaging sensor shall be a 304 stainless steel tube with holes extending across the
duct or plenum to be sampled. A bleed hole outside the duct or plenum causes air to
rB

enter the sample tube and exit at the bleed hole, thus bathing the sensor in average air.
The averaging sensor shall be installed complete with end cap, compression fittings,
gaskets, mounting flange and required accessories.
• Provide capillary supports at the sides of the duct to support the sensing string.
fo

8.7 Intelligent Room Sensors


ot

• Room temperature sensors are to be provided with a cover to prevent accidental


damage.
• Sensor shall be supplied with a vertical Base for mounting on a standard singlegang
N

junction box supplied by the SI contractor.


• Provide an integrated thermistor, neuron chip and FTT Transceiver forcommunication
with the PCU communication network.
• Room Temperature sensor shall be a digital type with a digital display andsetpoint
adjustment.

8.8 Relative Humidity Sensors/Transmitter 198


73
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

1. The sensor shall be a solid state, resistance type relative humidity sensor of the Bulk
Polymer Design. The sensor element shall be washable and shall resist surface
contaminations.
2. Humidity Sensors
• Materials: Polymer
• Mounting: Duct or Wall
• Range: 0% to 100%

t
• Accuracy: +/-3%

en
• Protection: 0-100% non-condensing
• Output: 0-10vDC, 4-20mA
• Special: Duct or Wall Mounting Kit

m
3. Provide a single point humidity calibrator, if required, for field calibration.
Transmitters shall be shipped factory pre-calibrated.

ay
8.9 Pressure Transmitters

1. Water Pressure Transmitter Requirements:

tP
a. Pressure transmitters shall be constructed to withstand 100% pressure over-range
without damage and to hold calibrated accuracy when subject toa momentary 40%
over-range input.

ou
b. Materials: Brass bellows
• Accuracy: ± 0.5 % FS
• Mounting: Pipe mounted at Pumps discharge points
ith
• Pressure Range: To Suit Pump Discharge Pressures ranging from1kg/cm2 to 6
kg/cm2
• Operating Temp Range: -30 ºC to 80 ºC
• Protection: IP65 Housing.
w

• Output: 0-10V (or as suitable for Controller input)


• Special: Pipe taps and shut off valves provided by Mechanical Contractor.
c. Provide a minimum of a NEMA 1 housing for the transmitter. Locatetransmitters in
ng

accessible local control panels wherever possible.

2. Low Air Pressure Applications (0 to 0.5” WC)


di

a. The pressure transmitter shall be capable of transmitting a linear electronic signal


id

proportional to the differential of the room and reference static pressure input signals
with the following minimum performance specifications.
rB

1) Span: Not greater than two times the design space DP.
2) Accuracy: Plus or minus 0.5% of F.S.
3) Dead Band: Less than 0.3% of output.
4) Repeatability: Within 0.2% of output.
fo

5) Linearity: Plus or minus 0.2% of span.


6) Response: Less than one second for full span input.
7) Temperature Stability: Less than 0.01% output shift per degree F. change.
ot

b. The transmitter shall utilize variable capacitance sensor technology and beimmune
to shock and vibration.
c. Provide a two-year warranty for each transmitter. Replace all transmittersfound to
N

be defective at no cost to the Owner during the warranty period.

8.10 Liquid Level Transmitters


• Operation: Capacitance principal
• Mounting: Tank
• Range: 5m (exact range to be confirmed during detail engg)
• Accuracy: 0.25% measuring range 74
199
Generated from •
eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
Protection: -20-80 ºC, IP68 11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

• Output: 0-10vDC, 4-20mA (matching the Controller IO channel protocol)


• Special: Tank Mounting Kit
▪ Accessories: Complete for fixing

8.11 Differential Pressure Switches


• Mounting: Discharge and Suction Ports of Pumps for hydraulic status
• Operating Temp: -1 to 70 deg C

t
• Wetted parts: Polyurethane dia / eq.

en
• Type: SPDT Precision snap acting type (10 million cycles)
• Approval: UL/CSA/FM/Eq.
• Operating Pressure: 0-150 psi

m
• Repeatability: ± 1 % span
• Protection: NEMA 4
• Accessories: Complete for fixing

ay
8.12 Velocity Transmitters
• Mounting: Duct type for AFMS / Duct discharge / FA Duct

tP
• Operating cond: 0-50 C / 0-90% RH non-condensing
• Type: Heat Loss Measuring signal
• Approval: CE/Eq
• Accuracy: ± 5 % full scale

ou
• Output: 4-20 mA / 0-10 V DC
• Range: 0-1500 FPM
• Protection: NEMA 6 (IP 67)
ith
• Accessories: Complete as required for fixing

8.13 CO2 sensors


w
• Mounting: Duct type for AFMS / Duct discharge / FA Duct
• Type: Non-dispersive IR sensing or eq.
• Measuring Range: 0-2000 ppm
ng

• Duct air velocity range: 0-1500 FPM


• Stability: < 2% over FS
• Temp dependence: 0.2% FS per deg C or better
di

• Nonlinearity: < 1% of FS
• Ambient Op Temp: 0-50 C
• Approval: CE/Eq
id

• Accuracy: ± 40 ppm + 3% reading at 22 C


• Housing: Flammability classification UL 94V-5 or eq.
rB

• Accessories: With fixtures as required

8.14 Damper Actuators


• Mounting: Duct Dampers on Shaft/pinion with universal clamp
fo

• Type: ON/Off or Modulating (Spring Return)


• Torque Nm rating: To match the damper being controlled/operated
• Auxiliary Switch : Required for On/Off Status to IBMS & SCADA
ot

• Switching range: 0-95 deg with reversible direction facility


• Operating Cond: -30 to 50 C / 5 to 95% Rh non condensing
• Housing: IP 54/NEMA 2
N

• Approval: Related UL standards


• Accessories: As required complete for fixing

8.15 Static Pressure Sensors


• Mounting: Duct discharge
• Type: Duct Static pressure sensing 75
200
Generated from • Range: 0-50 mm WC sia with 0-10V or 4-20 mA output
eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

• Operating Cond: 0 to 50 C / 5 to 95% Rh non condensing


• Housing: IP 54/NEMA 2
• Approval: Related UL standards
• Accessories: As required complete for fixing

8.16 Digital Energy Meters


• Sensing: 3 Ph/3 wire/4 Wire field configurable

t
• Measurement: True RMS

en
• Voltage Input: 110-415 nominal
• Current Input: 5 or 1 Amp nominal
• Max Current: 120% of nominal

m
• Freq: 50 Hz+-5%
• Accuracy for all parameters: Class 1: +/- 0.2% of FS + 0.8% of reading + 1 digit

ay
• Accuracy of Hz: 0.2% Reading
• Accuracy of Phase: +/- 1 deg of reading
• Display update: Every 1 sec. (configurable)

tP
• Emission confirmation: CISPR 22
• Protection: Front IP 51 – Rear IP 40
• Protocol: MODBU RTU compliance

ou
8.17 Water Level Switch
• Reversible Float or eq.
• Switching Volts 240
ith
• Switch Current 0.5 A Max
• Capacity 50 VA
• Material SS-304
w
• Operating Temp -10 to +120C

8.18 Insertion Flow Meter


ng

• Principal Electromagnetic
• Measured Error : 2%
• Output 4-20 mA/Matching Controllers AI Channel protocol
• Approval FM/CSA
di

• Protection IP66
• Process Temp -20 to 120 C
id

• Sensor Tip : VIton O Ring / Eq


• Sensor Sleeve: SS
rB

• Housing : Die Cast Al / Eq

8.19 Fire Damper Actuator


• Application Fire and Smoke Protection dampers
fo

• Movement 90deg
• Voltage 24 AC/DC
• Control Open/close
ot

• Protection Class III


• Degree IP 54
• Std Temp -30 to + 50 deg C
N

8.20 Dew Point Sensor


• Application Dew Point Temp after Cooling Coil
• Range -20 to +55 C
• Accuracy +/-2 degC
• Output Analog 4-20mA/Eq
• Housing ABS/IP33 or higher 76
201
Generated from
• Compliance EMC to EM61326-1
eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

8.21 LPG sensor


• Application LPG leak in Kitchen
• Measurement 100-10000 ppm iso-butane propane
• Response time < 10 s
• Heater voltage 5V
• Protection Mfr. Specific

t
• Protocol – matching supplier’s Controllers AI Channel protocol

en
8.22 ELECTRICAL PANELs, CONTROL-POWER & LOW VOLTAGE WIRING

m
8.22.1 PLC Panels

ay
EPC Contractor shall supply IP 56 protection MS powder coated or equivalent finish
one of approved make as specified (RITTAL or eq.)

tP
Processor / Power Supply Card / IO cards etc shall be preinstalled and prewired in
the panel at OEM Manufacturer’s works and shall not be assembled at site to avoid
tampering and damage to the controllers.

ou
Controllers shall be installed on RACK Based installation mechanism as specified
by the manufacturer. Panels shall be provided with proper tagging and Terminals
(elmexor eq.) for proper addressing of incoming and outgoing cables.
ith
8.22.2 Provide interlock wiring between supply and exhaust fans, electrical wiring
forrelays (including power feed) for temperature and pressure indication.
w
8.22.3 Provide all other wiring required for the complete operation of the specified
systems.
ng

8.22.4 Install all wiring raceway systems complying with the requirements of the
NationalElectrical Code. All installations shall be installed in EMT.
di

8.22.5 Network Communication Requirements

8.22.5.1 Wired network communication shall be via channels consisting of a 22 or 24


id

AWG twisted pair installed in a 3/4” EMT.


8.22.5.2 In all communication conduits, provide one spare twisted pair to be installed,
rB

tagged and labeled at each end.


8.22.5.3 Communication conduits shall not be installed closer than six feet from high
power transformers or run parallel within six feet of electrical high-power cables.
Care shall be taken to route the cable as far from interference generating devices
fo

as possible.
8.22.5.4 There shall be no power wiring, in excess of 30 VAC rms, run in conduit
with communications wiring. In cases where signal wiring is run in conduit with
ot

communication wiring, all communication wiring and signal wiring shall be run
using separate twisted shielded pairs (24awg) with the shields grounded in
accordance with the manufacturer’s wiring practices.
N

8.22.2 Input/Output Control Wiring & Communication

All the control and communication wiring shall be carried out as per following
specification of cables :-

Screened Control Cabling : 2/3 202


Core– 1 sq mm Annealed copper flexible
77
conductor PVC insulated Aluminum/ Mylar Screened insulated, PVC sheathed
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

control cable as per IS 694 Part 1 650V grade………for Temperature Sensors/


Transmitters/Actuators

Unscreened Control Cabling for IO points / Pressure Switches with 2 Core


* 1 sq mm Cu PVC insulated w/o screening.

8.22.3 Splices

t
Splices in shielded cables shall consist of terminations and the use of shielded

en
cable couplers, which maintain the integrity of the shielding. Terminations shall
be in accessible locations. Cables shall be harnessed with cable ties as specified
herein.

m
8.22.4 Conduit and Fittings

ay
8.22.4.1 Conduit for Control Wiring, Control Cable and Transmission Cable: Electrical
metallic tubing (EMT) with compression fittings, cold rolled steel, zinc coated
or zinc-coated rigid steel with threaded connections.

tP
8.22.4.2 Outlet Boxes (Dry Location): Sheradized or galvanized drawn steel suitedto
each application, in general, four inches square or octagon with suitable raised
cover.

ou
8.22.4.3 Outlet Boxes (Exposed to Weather): Threaded hub cast aluminum or iron boxes
with gasket device plate.
ith
8.22.4.4 Pull and Junction Boxes: Size according to number, size, and position of entering
raceway as required by National Electrical Codes. Enclosure type shall be suited
to location.
w
8.22.5. Relays
8.22.5.1 Relays other than those associated with digital output cards shall be general
purpose, enclosed plug-in type with 8-pin octal plug and protected by a heat and
ng

shock resistant duct cover. Number of contacts and operational function shall be
as required.
8.22.5.2 Solid State Relays (SSR): Input/output isolation shall be greater than lOE9 ohms
with a breakdown voltage of 1500V root mean square or greater at 60Hz. The
di

contact life shall be 10 x 10 E6 operations or greater. The ambient temperature


range of SSRs shall be -20 to +140F. Input impedance shallnot be less than
id

500 ohms. Relays shall be rated for the application.Operating and release time
shall be for 100 milliseconds or less. Transient suppression shall be provided as
rB

an integral part of the relay.

9 COMMISSIONING

9.22 The IBMS & SCADA specialist shall be responsible for the full commissioning
fo

of his system and any other controls equipment supplied by him.

9.23 All safety interlocks, overrides and fail-safe conditions are to be operational prior
ot

to starting the plant. Demonstrate as agreed with the engineer prior to starting
plant in IBMS & SCADA auto mode.
N

9.24 Fault conditions for all critical alarms, safety devices and control interlocks shall
be simulated and proved effective as soon as practical once IBMS & SCADA
control mode is selected.

9.25 Sensors shall be checked to ascertain accuracy within limits, pressure switches
checked for switch points and hysteresis. Humidity sensors shall be checked for
78
203
accuracy using a wet/dry bulb thermometer.
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

9.26 All the necessary test equipment and materials used in commissioning shall be
supplied by the IBMS & SCADA specialist. All test equipment shall have valid
test certificates.

9.27 Graphs shall be provided to demonstrate the stable control of the plant.
Simulated inputs shall be employed to check stability over the design
environmental range.

t
9.28 The IBMS & SCADA

en
9.29 specialist shall allow one additional full day by his commissioning engineer to
revisit the system at a later date (after hand-over). He shall check and adjust
operational parameters, and re-tune any control as maybe required by change in

m
the control system load conditions or bedding-in of the plant.

9.30 Commissioning documentation and schedules shall be submitted for approval

ay
during the design phase showing each plant, point, interlock and control
algorithms, and the stages of checks and commissioning required. Each cleared
item to have date and engineer reference. Completed copies shall be available to

tP
the engineer prior to acceptance testing. A complete set of the commissioning
documentation is to form part of the system documentation.

9.31 Once any item of plant is commissioned and left running to the dictates of the

ou
IBMS & SCADA, documentation showing the overrides, control and software
configuration shall be available on site at all times. All system documentation
shall be in accordance with standard templates.
ith
10 MAINTENANCE
According to the standard recommendations systems should be regularly maintained
w
under a maintenance agreement by the contractor as per the GCC/SPC conditions.
The agency maintaining the system shall be responsible for ensuring that daily,
weekly and monthly routine maintenance is carried out in accordance with the
recommendations set out in and the service and maintenance instructions provided
ng

by the manufacturer.

COMMON NOTE :
di

All codes and standards means the latest where not specified otherwise the installation shall
generally follow the Indian Standard codes of practice or relevant British Standard
Codes of Practice in the absence of corresponding Indian Standards.
id

11 Approved Makes (in addition to existing Approved makes)


rB

Sr.No. Product Description Approved Makes.


FIELD SENSORS - ALL TYPES GREYSTONE/ NEXTECH / SETRA /
1
SIEMENS
fo

AUTOMATIC BALANCING VALVE DANFOSS / FLOWCON / T&A /


2
BELIMO
3 DAMPER ACTUATORS HONEYWELL / NEXTECH / SETRA
ot

PLC CONTROLLER INC. SIEMENS / SCHNEIDER /


PROCESSOR/PSU/IO MODULES, HONEYWELL / DELTA
4
OPEN PROTOCOL DATA
N

INTEGRATORS
5 IBMS / SCADA SOFTWARE DELTA
6 IBMS SCADA WORK STATIONS DELL/HP/ADVANTECH
MMI UNIT SIEMENS / SCHNEIDER /
7
HONEYWELL / DELTA
8 FLOW METERS 79
204
ABB / E&H / FORBES / GE
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

PRESSURE INDEPENDENT DANFOSS / FLOWCON / T&A


9
CONTROL VALVES
PLC PANEL ENCLOSURE RITTAL / ENCLOTEK / EQ. PRE-
10
APPROVED

Makes other than those mentioned above shall be only approved at pre bid submission.
EPC contractor to submit data sheet for review & approval.

t
en
m
ay
tP
ou
ith
w
ng
di
id
rB
fo
ot
N

80
205
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023
11/02/2023 02:46
09:37 pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

ANNEXURE V

RLDA‐134
S No. AREA NAME UNIT TYPE TR CFM Nos. Total
Tr
1 VIP LOUNGE CS‐ 20 8000 2 40

t
AHU(VRV)
CS‐AHU

en
2 Cloak Room 20 8000 2 40
3 TICKETING OFFICE CS‐AHU 12 5000 2 24
4 DEPARTURE HALL CS‐AHU 12 5000 14 168
5 PASSENGER CS‐AHU 20 8000 1 20

m
INFORAMATION
6 SECURITY SUPPORT CS‐AHU 15 6000 1 15
OFFICE

ay
7 Waiting Space Area CS‐AHU 20 8000 10 200
8 RETAIL CS‐AHU 12 5000 1 12
9 RETAIL CS‐AHU 12 5000 1 12

tP
10 RETAIL CS‐AHU 12 5000 1 12
11 RETAIL CS‐AHU 12 5000 1 12
12 RETAIL CS‐AHU 20 8000 3 60
13 RETAIL CS‐AHU 7.5 3500 1 7.5

ou
14 RETAIL CS‐AHU 7.5 3500 1 7.5
15 RETAIL CS‐AHU 7.5 3500 1 7.5
16 RETAIL CS‐AHU 7.5 3500 1 7.5
CS‐AHU
ith
17 RETAIL 7.5 3500 1 7.5
18 RETAIL CS‐AHU 7.5 3500 1 7.5
19 RETAIL CS‐AHU 7.5 3500 1 7.5
20 RETAIL CS‐AHU 7.5 3500 1 7.5
w
21 RETAIL CS‐AHU 7.5 3500 1 7.5
22 RETAIL CS‐AHU 4.5 2000 1 4.5
23 RETAIL CS‐AHU 4.0 1600 1 4
ng

24 RETAIL CS‐AHU 4.5 2000 1 4.5


25 RETAIL CS‐AHU 4.5 2000 1 4.5
26 RETAIL CS‐AHU 2.5 1000 1 2.5
CS‐AHU
di

27 RETAIL 7.5 3500 1 7.5


28 RETAIL CS‐AHU 7.5 3500 1 7.5
29 RETAIL CS‐AHU 7.5 3500 1 7.5
id

30 RETAIL CS‐AHU 7.5 3500 1 7.5


31 RETAIL CS‐AHU 7.5 3500 1 7.5
rB

32 RETAIL CS‐AHU 7.5 3500 2 15


33 RETAIL CS‐AHU 7.5 3500 1 7.5
34 RETAIL CS‐AHU 7.5 3500 1 7.5
35 RETAIL CS‐AHU 7.5 3500 1 7.5
fo

36 RETAIL CS‐AHU 7.5 3500 1 7.5


37 RETAIL CS‐AHU 7.5 3500 1 7.5
38 RETAIL CS‐AHU 7.5 3500 1 7.5
39 RETAIL CS‐AHU 7.5 3500 1 7.5
ot

40 RETAIL CS‐AHU 2.5 1000 1 2.5


41 RETAIL CS‐AHU 2.5 1000 1 2.5
N

42 RETAIL CS‐AHU 2.5 1000 1 2.5


43 RETAIL CS‐AHU 2.5 1000 1 2.5
44 RETAIL CS‐AHU 2.5 1000 1 2.5
45 RETAIL CS‐AHU 2.5 1000 1 2.5
46 RETAIL CS‐AHU 2.5 1000 1 2.5
47 RETAIL CS‐AHU 2.5 1000 1 2.5
48 RETAIL CS‐AHU 2.5 1000 1 2.5
49 RETAIL CS‐AHU 81 2.5
206 1000 1 2.5
Generated from eOffice
50 by Hansraj RETAIL
Sharma, CPM/ADI(HS), CPM/ADI,
CS‐AHU RLDA on 27/03/2023
11/02/2023
2.5 02:46
09:37 1000
pm
pm 1 2.5
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1381385/2023/O/o CPM/ADI
1405008/2023/O/o CPM/ADI

51 RETAIL CS‐AHU 2.5 1000 1 2.5


Total 79 797.5
TR

RLDA‐
135
1 F&B OUTLET CS‐AHU 10 4000 1 10

t
2 F&B OUTLET CS‐AHU 10 4000 1 10

en
3 F&B OUTLET CS‐AHU 10 4000 1 10
4 F&B OUTLET CS‐AHU 10 4000 1 10
5 F&B OUTLET CS‐AHU 10 4000 1 10

m
6 F&B OUTLET CS‐AHU 10 4000 1 10
7 F&B OUTLET CS‐AHU 11.5 4500 1 11.5
8 F&B OUTLET CS‐AHU 13.7 5500 1 13.7

ay
9 F&B OUTLET CS‐AHU 12.5 5000 1 12.5
10 RETAIL FOR CS‐AHU 19 8000 2 38
PASSENGERS

tP
11 RETAIL FOR CS‐AHU 19 8000 2 38
PASSENGERS
12 ANCHOR RETAIL FM‐AHU 65 25000 4 260
13 FOOD COURT FM‐AHU 65 25000 4 260

ou
14 RETAIL (1 TO 5 Nos.) FM‐AHU 42.9 17000 5 214.5
15 GENER FM‐AHU 50 20000 4 200
AL
16 VIP LOUNGE FM‐AHU 45 18000 4 180
ith
17 Waiting Area & corridor CS‐AHU 16.5 165000 25 412.5
18 Corridor‐1 FM‐AHU 87.5 35000 1 87.5
19 Corridor‐2 FM‐AHU 50 20000 2 100
w
Total 62 1888.2
TR
ng

RLDA‐136 (Fifth Floor)


1 OFFICE TOWER AREA 1 FM‐AHU 48 18000 4 192
2 OFFICE TOWER AREA 2 FM‐AHU 50 20000 2 100
di

3 OFFICE TOWER AREA 2 FM‐AHU 50 20000 4 200


4 OFFICE TOWER AREA 2 FM‐AHU 36 14000 2 72
564
id

RLDA‐136 (Six Floor to 22nd


floor )
rB

1 OFFICE TOWER AREA 1 FM‐AHU 48 18000 4 3072


2 OFFICE TOWER AREA 2 FM‐AHU 50 20000 2 1600
3 OFFICE TOWER AREA 2 FM‐AHU 50 20000 4 3200
4 OFFICE TOWER AREA 2 FM‐AHU 36 14000 2 1152
fo

9588
Total TR 204 10152
ot

GRAND TOTAL ALL TOWER(RLDA-134, RLDA-135 & RLDA-136) 12837.7


N

82
207 HEMANT Digitally signed by
HEMANT KUMAR

Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023


11/02/2023 02:46
09:37 pm
pm KUMAR 14:55:24 +05'30'
Date: 2023.02.11
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1391255/2023/O/o Member
1405008/2023/O/o CPM/ADIProject
RAIL LAND DEVELOPMENT AUTHORITY
(A Statutory Authority under Ministry of Railways, Government of India)
Unit No. 702-B, 7th Floor Konnectus Tower-II, DMRC Building,
Bhavbhuti Marg, Delhi - 110002

CORRIGENDUM No. 25 and Addendum 17 dated. 19.02.2023


“RFP Notice No.: RLDA/RFP/CD-69/SRD-15 of 2022 Dated 07.10.2022”

t
en
Rail Land Development Authority invites proposals through e-tendering single stage two packet bidding system
from Interested Eligible Bidders as per the conditions of Bid Document for “Re-development of Ahmedabad
Railway Station and construction of associated infrastructure on Engineering Procurement & Construction

m
(EPC) Mode” as per following details:

This corrigendum No. 25 and addendum no. 17 should be read along with tender documents and other

ay
corrigendum/addemdum which have been uploaded till date

tP
Corrigendum Existing Context/Clause Amended Context/Clause
Number

ou
Corrigendum 25 (These are base finishes. Any Base Finishes are requirements of
(I) variance during the detailed design the project exterior and interior
will be taken as variation items) finish in terms of material to be used
Page 40, and the thickness etc which shall
ith
Schedule B help the bidder in arriving at an
understanding of the finish. The
word “finish” in base finish shall
w
not be construed as “complete”
specification of the finish.
Scope of work for Finishes will be
ng

considered as mentioned in
Schedule C, Schedule B, and other
tender documents.
Design of Finishes
di

(Interior/Exterior) during
preliminary stage which shall
id

include colour, location, etc., shall


be based on the details mentioned in
rB

the Tender Documents.


fo

Corrigendum 25 (These are base finishes. Any Base Finishes are requirements of
(II) variance during the detailed design the project interor and exterior
will be taken as variation items) finish in terms of material to be used
Page 55 (Exterior and the thickness etc which shall
ot

Finishes) help the bidder in arriving at an


Page 63 (Interior understanding of the finish. The
N

Finishes) word “finish” in base finish shall


not be construed as “complete”
SCHEDULE C specification of the finish.
Scope of work for Finishes will be

1
208
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
22/02/202309:37
05:23pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1405008/2023/O/o
1391255/2023/O/o Member
CPM/ADIProject
Corrigendum Existing Context/Clause Amended Context/Clause
Number
considered as mentioned in
Schedule C, Schedule B, and other
tender documents.
Design of Finishes
(Interior/Exterior ) during
preliminary stage which shall
include colour, location, etc., shall

t
be based on the details mentioned in

en
the Tender Documents.

m
Contractor can suggest one more
Payment shall normally be made on
Corrigendum 25 level of break-down of Payment
completion of each component / stage as per

ay
(III) Stage, to be paid on prorata basis,
the weightage given in this schedule.
under any Activity Head or Sub-
Payment on “Pro rata basis” may be made if
Page 43, Part V, Head as the case may be in
80% of work of a stage has been completed

tP
Appendix 1 accordance with Clause 17.4.3 with
and Authority’s Engineer is satisfied that
Annexure 1 a view to better align the Monthly
the delay in completion of the stage is not
CONTRACT Stage Payments with his overall
due to contractor’s default.
PRICE construction programme and

ou
WEIGHTAGES improve his monthly cash flows.
FOR PAYMENT
PURPOSE
ith
Corrigendum 25 Flooring: VDC flooring shall be minimum 40 mm Granite flooring as per
(IV) 125 mm thick (M30) finished with Fosroc design. VDC flooring shall be
Nitoflor hardtop standard or equivalent non minimum 125 mm thick (M30)
w
in metallic floor hardening compound with finished with Fosroc Nitoflor
Corrigendum No. temp reinforcement as per design. 40 mm hardtop standard or equivalent non
23B(X) Station flamed Granite flooring on the copings. metallic floor hardening compound
ng

building Stainless steel grade 316 tactile tile. with temp reinforcement as per
(A)Ground Floor design. 40 mm flamed Granite
Platform area flooring on the copings. Stainless
di

(Pg 68 Schedule steel grade 316 tactile tile


C)
id

Corrigendum 25 Addendum No. 15B (II) Addendum No. 15B (II)


(V) in MMTH BUILDING MMTH & STATION BUILDING
rB

Covered Canopy / Covered Canopy /


Addendum No. Shed (12000 sqm area) Shed (12000 sqm area)
15B (II)
MMTH Tubular MS Base structure with roof having Tubular MS Base structure with
fo

BUILDING combination of roof having combination of


Covered Canopy Aluminum sheet (60 %), glass 20% & Aluminum sheet (60 %), glass 20%
/ polycarbonate sheet 20% & polycarbonate sheet 20%
Shed (12000 sqm
ot

area)
N

2
209
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
22/02/202309:37
05:23pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1405008/2023/O/o
1391255/2023/O/o Member
CPM/ADIProject
Corrigendum Existing Context/Clause Amended Context/Clause
Number
Corrigendum 25
(VI) in Note: The Platforms shall not count toward Note: The Platforms shall not count
Built-up areas. However, Payments as toward Built-up areas. However,
Addendum above shall be made for the Platforms. BLT Payments as above shall be made
16(VII) or Ballast Less Track shall be taken into for the Platforms.
Pg. No. 14 consideration by the EPC Contractor during
his course of work. The Payment Schedule

t
(Page 96 2.3 and the Timelines for the same shall be

en
Weightage in covered later
percentage to the
Contract Price for
Platform

m
Refurbishment
and covering)

ay
Addendum 17(I)
A. Scope of Work:
Schedule B

tP
1.6.8.10 Ballast The scope includes construction of
less Track/ ballastless tracks for 15 lines
Washable Aprons between platform 1 to platform 9
upto the end of platform length and

ou
Page 33/46 drainage system to collect storm/
discharged waste water from
coaches, Coach water feeding
pipelines along with fittings
ith
complete, etc. The water discharged
will be collected through drains and
supplied to treatment plant for
w
suitable reuse. In order to mitigate
the ground borne vibration and
ground borne noise emitted at track
ng

level, at places, it is envisaged to


provide ballast-less track with steel
mass spring system in accordance
di

with guidelines specified in RDSO


Guidelines CT 38. Steel Mass
spring System along with track slab
id

shall be designed, manufactured,


installed and commissioned by
rB

proven OEM of international repute


to meet limiting values specified in
RDSO CT 38 and relevant Indian
and International Standards and
fo

practices.

Ballastless track with or without


steel mass spring system, shall It
ot

comprises of, but not limited to,


following items.
N

• Deep dewatering by well points (if


required)
• Dismantling of existing track (if
applicable)

3
210
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
22/02/202309:37
05:23pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1405008/2023/O/o
1391255/2023/O/o Member
CPM/ADIProject
Corrigendum Existing Context/Clause Amended Context/Clause
Number
• Dismantling of existing washable
apron (if applicable)
• Ground improvement (if required)
• Preparation of sub-base/sub-grade
• Laying of washable apron
(Excluding cost of rails)
• Design and Construction of

t
Drainage system.

en
• Laying of rails (to be supplied free
of cost by Railways) and welding
etc.
• Assembly of track and fastening

m
components
• Supplying 2 % of fastening

ay
components for spare for need
based replacements
• Construction of transition system
on the approaches, if required. •

tP
Any other item required for
satisfactory completion of work.

ou
B. The approximate scope is as under:
• Ballast less Track with or without
steel mass spring system:: 7.5 km
track. Quantum of Ballastless track
ith
with steel mass spring system shall
be decided later.
• Ballastless track Work without
w
mass spring system shall be done as
per Drawing No. RDSO/T-8304,
RDSO/T-6901 & RDSO/T-6943.
ng

• At places where Ballastless Track


slab with steel mass spring system
is envisaged, track-slab shall be
di

designed by OEM of International


Repute in accordance with relevant
RDSO, Indian and International
id

Codes or drawings developed by the


EPC and approved by the
rB

Designated Authority as decided.


• Track fittings and fixtures shall be
procured by Contractor from RDSO
approved firms only.
fo

• Rails will be reused/ supplied by


Railways free of cost in the yard.
• Steel Mass Spring System and all
the fixtures shall be designed and
ot

supplied by OEM of International


Repute.
N

C. In case there is a requirement of


vibration control at track level in
terms of clause no. 2.11.6 of

4
211
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
22/02/202309:37
05:23pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1405008/2023/O/o
1391255/2023/O/o Member
CPM/ADIProject
Corrigendum Existing Context/Clause Amended Context/Clause
Number
Schedule DB, then providing steel
mass spring system or any
equivalent system shall also be
provided.

t
en
m
ay
tP
ou
ith
w
Corrigendum If analysis indicates vibration levels If analysis indicates vibration levels
25 (VII) will be exceeded, vibration attenuating being exceeded, vibration
elements shall be designed and attenuating elements shall be
ng

Schedule DB specified. Vibration control elements designed and specified. Vibration


2.11.6 Vibrations shall include but not be limited to control elements shall include but
structural changes, damping elements, not be limited to structural changes,
di

III. Vibration vibration isolation, trenches, etc. All damping elements, vibration
Control Design other vibration control features must isolation, trenches, etc. All other
Elements: be fully analysed before vibration vibration control features must be
id

isolation of the track or trenches are fully analyzed before vibration


Page 34/278 considered. Modification of trains isolation of the track, OHE or
rB

and/or track shall not be under the trenches/pits are considered. If the
scope. design requires modification in track
structure to control noise/ vibration,
then such modification of track shall
fo

also be under the scope of work and


recommended criteria shall be as per
CT-38 report of RDSO.
ot
N

5
212
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
22/02/202309:37
05:23pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1405008/2023/O/o
1391255/2023/O/o Member
CPM/ADIProject
Corrigendum Existing Context/Clause Amended Context/Clause
Number
Corrigendum Description : 1 Concourse Level at 10.5 Description : 1 Concourse Level at 10.5
25 (VIII) M M

Schedule B Indicative uses/Remarks : Indicative uses/Remarks :


Page 18/46 Departure Hall - 9391 Sqm Departure Hall - 9391 Sqm
Sitting Area - 34728 sqm Sitting Area - 34728 sqm
1.6.4 The project Retail area - 4681 sqm Retail area - 4681 sqm

t
shall comprise of Ticketing area - 506 sqm Ticketing area - 506 sqm

en
the development Staircase: 8 Nos Staircase: 8 Nos
of following Height: 15/7.5m Height: 15/7.5m
facilities on Toilet: 502 sqm Toilet: 502 sqm
Airspace above Lift: 10 Nos (16 pax capacity, 1m/s Lift: 31 Nos (Min 20 pax capacity,

m
tracks: speed)
1m/s speed)
a. Air Concourse

ay
above tracks
connecting East
(Saraspur side,
HSR building)

tP
and West Side
(Kalupur Side
Iconic/MMTH

ou
building) shall be
constructed as per
following details:
ith
Corrigendum The DAB decision shall not be binding on In case any party is not satisfied by
25 (IX) both the Parties. In case any party is not the decision of DAB, then the
satisfied by the decision of DAB, then the aggrieved party may approach
w
EPC Agreement aggrieved party may approach Standing Standing Arbitral Tribunal for
Clause 24.2.7 Arbitral Tribunal for arbitration arbitration proceedings. However,
proceedings. However, even if the even if the aggrieved party had
ng

aggrieved party had proceeded for proceeded for Arbitration as per


Arbitration as per provisions ofthis provisions of this agreement, 75%
agreement, 75% of award amount, pending of award amount, pending
di

adjudication by Standing Arbitral adjudication by Standing Arbitral


Tribunal/Court of Law, shall be made by Tribunal/Court of Law, shall be
party to other party. In case payment is to be made by party to other party. In case
id

made by Authority to Contractor, the terms payment is to be made by Authority


& conditions as incorporated in the Ministry to Contractor, the terms &
rB

of Railways letter No. conditions as incorporated in the


2016/CE(I)/CT/ARB/3(NITI Aayog)/Pt. Ministry of Railways letter No.
dated 08th Mar,2017 as amended from time 2016/CE(I)/CT/ARB/3(NITI
to time shall be followed. However, in case Aayog)/Pt. dated 08th Mar,2017 as
fo

Contractor has to pay tothe Authority, then amended from time to time shall be
75% of the award amount shall be deducted followed. However, in case
by the Authority from the running bills or Contractor has to pay to the
other dues of the Contractor, pending Authority, then 75% of the award
ot

adjudication by Standing Arbitral amount shall be deducted by the


Tribunal/Court of Law. Authority from the running bills or
N

other dues of the Contractor,


pending adjudication by Standing
Arbitral Tribunal/Court of Law.

6
213
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
22/02/202309:37
05:23pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1405008/2023/O/o
1391255/2023/O/o Member
CPM/ADIProject
Corrigendum Existing Context/Clause Amended Context/Clause
Number

Corrigendum The arbitration proceedings shall be The arbitration proceedings shall be


25 (X) conducted as per ‘The Arbitration and conducted as per ‘The Arbitration and
EPC agreement Conciliation Act, 1996’. The Arbitral Conciliation Act, 1996’. The Arbitral
24.3.1 Tribunal shall consist of a panel of three Tribunal shall consist of a panel of
Page 131 Retired Railway Officers not below senior three Retired Officers not below senior
administrative grade (SAG). The Standing administrative grade (SAG), out of the

t
Arbitral Tribunal shall be formed within 90 broad based panel of RLDA created for

en
days of signing of Contract Agreement. Standing Arbitral Tribunal. The
For this purpose, the Authority shall Standing Arbitral Tribunal shall be
maintain a panel of arbitrators. The formed within 90 days of signing of
complete panel, which shall not be less Contract Agreement. For this purpose,

m
than five members, shall be sent by the Authority shall maintain a panel of
Authority to the Contractor to nominate arbitrators. The complete panel, which

ay
one arbitrator from the panel as shall not be less than five members,
Contractor’s nominee within two weeks of shall be sent by Authority to the
receipt of the panel. On receipt of Contractor to nominate one arbitrator
Contractor’s nominee, the Authority shall from the panel as Contractor’s

tP
appoint above Contractor’s nominee as nominee within two weeks of receipt of
well as another from the same panel as the panel. On receipt of Contractor’s
Authority’s nominee as arbitrators. Both nominee, the Authority shall appoint

ou
above arbitrators shall jointly select above Contractor’s nominee as well as
presiding arbitrator from the same panel. another from the same panel as
Authority’s nominee as arbitrators.
Both above arbitrators shall jointly
ith
select presiding arbitrator from the
same panel.
w

ADDENDUM “Provisional Project Completion Date”


17(II) means the date on which the last
ng

Page 16, Provisional Completion Certificate is


EPC,Vol 2 issued;
di

Notes -
id

Addendum
17(III) 8-IRC guidelines and spec to be
Page 15, followed for elevated roads and its
rB

Schedule B, table ramps and parking.


1.6.3 9- During design of junctions
between Station Building and
MMTH Building, architectural
fo

intent should be considered as per


3D image and tender documents.
ot
N

7
214
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
22/02/202309:37
05:23pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1405008/2023/O/o
1391255/2023/O/o Member
CPM/ADIProject
Corrigendum Existing Context/Clause Amended Context/Clause
Number
Corrigendum The contract is in EPC mode, so the The contract is in EPC mode, so the
25 (XI) Contractor shall be responsible for Contractor shall be responsible for
Schedule B Survey, Design, Engineering, Survey, Design, Engineering,
1.5 , Scope of Procurement, and Construction of all the Procurement, and Construction of all
Work buildings, structures, elements, facilities the buildings, structures, elements,
including that of MEP, Electric general, facilities including that of MEP,
TRD and S&T works. Complete Electric general, TRD and S&T

t
designing, detailing, drawings shall be works. Complete designing,

en
the responsibility of the Contractor, as detailing, drawings shall be the
defined in Schedule D responsibility of the Contractor, as
defined in tender documents.
Corrigendum All platforms should be seamlessly All platforms should be seamlessly

m
25 (XII) accessible through Lifts/escalators accessible through Lifts/escalators
Schedule B staircase including the facilities required staircase including the facilities required

ay
1.6.8.8 Platform for Divyangjan. No modification in for Divyangjan. No modification in
development design of the width of the platform shall design of the width of the platform shall
Point(i) be done. However all the platforms to be be done. However all the platforms to be

tP
refurbished as described in MSSR refurbished as described in MSSR and
tender documents.
Corrigendum Aluminum Louvers -Vertical / Aluminium Louvers -Vertical /
25 (XIII) Horizontal Blade Aluminum Louvers Horizontal Blade aluminium Louvers

ou
with Anodized / Powder Coated Finish with Anodized / Powder Coated Finish /
Schedule C / size as specified in the details. Base size as specified in the details. Base
Exterior Finishes frame of MS Structure / Existing frame of MS Structure / Existing
vi) Aluminum Structural Elements shall be used for Structural Elements shall be used for
ith
Sheet Cladding & Support Support
Louvers (approx. Zinc Alloy / Zinc Metal sheets Cladding
20% of Ground over the base Structural frame
w
Floor façade Aluminum / Zinc / Zincalume /Zinc with supports for fixing with Main
area) Titanium Cladding over the base Structure with adequate thermal
Structural frame with supports for insulations. Zinc Alloy or Zinc Metal
ng

Pg. 61/170 fixing with adequate thermal sheets minimum 1.0 mm thickness,
insulations. Anodized Aluminum finish profiled panels in required shape
fins/ribs of required size as shown in to fixed using SS 304 screws, anti-
di

the drawings including required abrasive membrane and Decking sheet


stainless steel fitting and fixtures, as required size as shown in the
jointing and sealing with compatible drawings including required stainless
id

silicon sealant steel fitting and fixtures, jointing and


sealing with compatible silicon sealant.
rB

Corrigendum Screens & Louvers Zinc/Alum Screens & Louvers Zinc Alloy or
25 (XIV) inum Zinc Metal or
Louvers Powder
Schedule C (as Above) Coated
fo

Aluminium
Page 62 Louvers,
Stretched
Fabric
ot
N

8
215
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
22/02/202309:37
05:23pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1405008/2023/O/o
1391255/2023/O/o Member
CPM/ADIProject
Corrigendum Existing Context/Clause Amended Context/Clause
Number
Corrigendum S Description Area Drg No. S Description Area Drg No.
25 (XV) N (Sqm) N (Sqm)
1 Roof 75,252 RLDA- 1 Roof 75,25 RLDA-
1.6.8 Facilities on 2
covering P.01774 covering P.017746
platform and
above 6-T- above -T-
railway station
Concourse 20301- Concourse 20301-
area:
and extended MP 03 and extended MP 03

t
a. Through Roof,
canopy area , canopy area ,

en
Roof over
integrated integrated
Concourse,
architecturall architecturall
Covering on
y. y.
Platforms/

m
2 Cover on 2,040 RLDA- 2 Cover on 2,040 RLDA-
Concourse
individual P.01774 individual P.017746
platforms 6-T- platforms -T-

ay
Schedule B
with 20301- with 20301-
Page 22/46
Contractors’ MP 03 Contractors’ MP 03
design design

tP
beyond the beyond the
through roof through roof
or concourse or concourse
shade such as shade such

ou
to provide as to provide
cover on cover on
platforms. platforms.
ith
3 EXTENDED 11,258 RLDA- 3 EXTENDE 11,25 RLDA-
, Extended P.01774 D, Extended 8 P.017746
w
roof plaza 6-T- roof plaza -T-
beyond 20301- beyond 20301-
concourse at MP 03 concourse at MP 03
ng

+10.0 m lvl +10.0 m lvl

TOTAL 13,298 addition


di

of 2 & 3
Corrigendum Note- Finishes in terms of Civil works, Note- Finishes in terms of Civil
25 (XVI) Mechanical, Electrical, Plumbing, works, Mechanical, Electrical,
id

HVAC, Station Buildings, Concourse, Plumbing, HVAC in Station


Part AC: network of Sky walks, Platforms, Buildings, Concourse, network of
rB

Specification External Development and other items, Sky walks, Platforms, External
FINISHING shall be done as per Schedule DB Development and other items,
SCHEDULE shall be done as per Tender
Note documents.
fo

Schedule C
Page 53/170
ot
N

9
216
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
22/02/202309:37
05:23pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1405008/2023/O/o
1391255/2023/O/o Member
CPM/ADIProject
Corrigendum Existing Context/Clause Amended Context/Clause
Number
Corrigendum 4.0 Weightage for items to be paid as per 4.0 Weightage for items to be paid as per
25 (XVII) actual design/ layout and specifications actual design/ layout and specifications
approved subsequently under Provisional approved subsequently under Provisional
4.0 Sums as per Clause 17 Sums as per Clause 17
Schedule C (Lumpsum provision of amount of Rs. 150 (Lumpsum provision of amount of Rs. 150
Cr). Cr).
Page 104/170 1 Hidden Utilities that On Pro- 1 Hidden Utilities On Pro-

t
are not part of rata basis that are not part rata

en
Chartered Utilities of of Chartered basis of
accepted Utilities accepted
rate & rate &

m
cost cost

ay
2 Works around Brick 2 Works around

tP
Minar, to be done in Brick Minar, to
coordination with be done in
ASI coordination
3 Sculptures, with ASI

ou
Artworks and 3 Sculptures,
Landscaping Artworks and
4 Coordination work Landscaping
ith
with HSR 4 Coordination
5 Parcel Facilities on work with HSR
South Side 5 Parcel Facilities
on South Side
w
6 Machinery for
Station facility 6 Machinery for
Management Station facility
Management
ng

7 Furniture in
Railway offices
(Fifth & Sixth
di

Floor) of MMTH
Building
id

8 Ballast less
Track/ Washable
Aprons
rB

Corrigendum Bidder /Agency/Contractor means the Bidder /Agency/Contractor means the


25 (XVIII) individual, proprietor firm, partnership individual, proprietor firm, partnership
Clause 2.2.1.1, firm, limited company, private or public or firm, limited company, private or public or
Page 15 of RFP
fo

corporation. corporation. However, The Bidder must be


a single entity. The term Bidder used herein
would apply only to a single entity
ot
N

10
217
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
22/02/202309:37
05:23pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1405008/2023/O/o
1391255/2023/O/o Member
CPM/ADIProject
Corrigendum Existing Context/Clause Amended Context/Clause
Number
Addendum 1.6.8.6.1 IT, Telecommunication and Security Systems: - Scope of Work
17(IV) includes but not limited to the Following: -
• Integrated Passenger Information System (IPIS)
1.6.8.6 Signalling • Computerized Passenger Announcement System (PAS)
and • Video Surveillance System
Telecommunicati • EPABX exchange with Intercom
on Work • Wi-Fi, LAN & other communication systems
• Baggage scanning system

t
en
Schedule B • Door Frame Metal Detector (DFMD)
Page 30/46 • Handheld Metal Detector (HHMD)
• Integrated Building Management System (IBMS)
• Interconnection, wiring (including wiring for PRS/UTS/PMS/COIS/FOIS),

m
Cabling & Power supply, Earthing and surge protection arrangements for
above system

ay
Addendum 17(V)
Annexure I
Appendix 1

tP
Annexure VI UNIT RATES FOR DIVERSION OF UTILITIES
in Schedule C

ou
ith
Revised dates for participation in bid are as follows:
w
SN Dates as per Corrigendum 24 Revised Dates

1 Last date of downloading of e-bid Document Last date of downloading of e-bid


ng

for participation/ submission online: Document for participation/ submission


27.02.2023 upto 14:00 Hrs online:
di

09.03.2023 upto 14:00 Hrs


id

2 E-bid Due Date/ Last date of submission of E-bid Due Date/ Last date of submission
e-bid of e-
(the “Bid Submission Date”): 27.02.2023 bid (the “Bid Submission Date”):
rB

upto15:00 Hrs.
9.03.2023 upto 15:00 Hrs.
fo

Opening of e-Bids Technical: Opening of e-Bids Technical:


ot

02.03.2023 at15:30 Hrs. 13.03.2023 at 15:30 Hrs.


N

11
218
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
22/02/202309:37
05:23pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1391255/2023/O/o Member
1405008/2023/O/o CPM/ADIProject

1. There may be minor variation in referring to clause numbers and insignificant alterations in the clauses in
addition to the mentioned clauses in the list. It is advised to study the document in detail to ascertain various
aspects and provisions of the tender document.
2. Bidders have to download the Bid documents from the e-procurement portal i.e.
www.tenderwizard.in/RLDA after registering themselves on portal and after payment of Tender Processing
Fee & Bid Document Fee before last date & time of downloading the e-bids online.
3. Bidders are advised to see Amendments (Corrigendums and Addendums) to RFP, if any, before submission

t
of the e-bids. In case the bidder does not submit the amended bids/amendments, it will be presumed that

en
bidder has seen the amendments/ Amended bids and e-bid will be evaluated accordingly. The decision of
RLDA shall be final and binding.
4. Corrigendum/Addendum to RFP Notice appears only on above mentioned website and will not be published
in newspapers.

m
ay
DGM/Tender

tP
Annexure I

ou
Payment shall be made at following rates for the diversion works of uncharted utilities as defined
ith
below: (Clause no. 17.3.5 of Draft EPC Agreement)

Appendix 1
w
Annexure VI
UNIT RATES FOR DIVERSION OF UTILITIES
S.No. Description Unit Rate in Rs.
ng

B-3 DIVERSION OF UTILITIES


(Note: in this sub head quantity of any item can be executed to any extent and variation in
quality as per GCC shall be applicable on the total amount of this sub head after quoted
di

percentage)
1 Taking out and transportation of C.I/M.S/P.S.C/H.S. pipes
including de-joining and transportation up to all lifts and lead of
id

5km. (The Scrap shall be the property of Authority).


The rates include all labour, material, Tools & Plants,
rB

machineries, consumables, welding, carriage, shifting to


designated location, work at any level, at any lead etc. complete
in all respect and as per the direction of Engineer-in-charge.
Nothing extra shall be paid to complete this job.
fo

A)

a) Upto 300mm dia pipe line meter 349.73


ot

b) Upto 400-600mm dia pipe line meter 638.79


N

B) For interconnection point/Y-Tee/Valve

12
219
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
22/02/202309:37
05:23pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1405008/2023/O/o
1391255/2023/O/o
a) Member
CPM/ADI
UptoProject
300mm dia each 13175.08

b) Upto 400-600mm dia each 33855.94

2 Providing and laying S&S NP-3 RCC, pipes manufactured by


using sulphate resistant cement including jointing with rubber
ring and filling joints with cement mortar 1:2. The rates
includes all labour, material, Tools & Plants, machineries,
carriage, shifting work at any level, etc. complete in all respect

t
and as per the direction of Engineer-in-charge. Nothing extra

en
shall be payable.
a) 150mm diameter meter 496.66

m
b) 250 mm dia pipe meter 737.80

ay
c) 300 mm dia pipe meter 876.74

tP
ou
d) 400 mm dia pipe meter 1557.05
ith
e) 450 mm dia pipe meter 1612.95

f) 600 mm dia pipe meter 2478.52


w

g) 900 mm dia pipe meter 4612.07


ng

3) Providing and laying S&S NP-3 RCC, pipes manufactured by


using sulphate resistant cement including jointing with rubber
ring and filling joints with cement mortar 1:2. The rates
di

includes all labour, material, Tools & Plants, machineries,


carriage, shifting work at any level, etc. complete in all respect
id

and as per the direction of Engineer-in-charge. Nothing extra


shall be payable.
a) 600 mm diameter meter 3928.57
rB

b) 450 mm dia pipe meter 2424.21


fo

c) 400 mm dia pipe meter 1916.37

d) 300 mm dia pipe meter 1357.44


ot

e) 250 mm dia pipe meter 779.32


N

13
220
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
22/02/202309:37
05:23pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1405008/2023/O/o
1391255/2023/O/o
4) Member
CPM/ADIProject
Plugging of water main with balloon of adequate size by
inflating with air compressor including transportation of air
compressor at site. The rates include all labour, material, Tools &
Plants, machineries, carriage, shifting work at any level, etc.
complete in all respect and as per the direction of Engineer-in-
charge. Nothing extra shall be payable.
a) 400 mm dia Job 16715.57

b) 600 mm dia Job 25072.56

t
en
5) Plugging the total sewerage from the existing sewer line so as to
reduce the drainage of sewer line to minimum in wet and foul
condition by placing gunny bags filled up with earth and stacked

m
properly including supplying and laying the filled-up gunny bags
up to full length and required height as directed by Engineer and
subsequent removal of the same after completion of the job to

ay
the entire satisfaction of Engineer-in charge,
including pumping & bailing out of the water complete. The
rates include all labour, material, Tools & Plants, machineries,

tP
ou
ith
w
carriage, shifting work at any level, etc. complete in all respect
and as per the direction of Engineer-in-charge. Nothing extra
shall be payable.
ng

a) 250 mm dia pipe Job 1913.18

b) 300 mm dia pipe Job 2754.79


di

c) 400 mm dia pipe Job 4463.55


id

d) 450 mm dia pipe Job 552.55


rB

e) 600 mm dia pipe Job 9821.42


fo

f) 700 mm dia pipe Job 12775.83


ot
N

14
221
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
22/02/202309:37
05:23pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1405008/2023/O/o
1391255/2023/O/o
6) Member
CPM/ADIProject
Plugging the total storm water drain from the existing storm
water line so as to reduce the drainage of storm line sewer line to
minimum in wet and foul condition by placing gunny bags filled
up with earth and stacked properly including supplying and
laying the filled up gunny bags up to full length and required
height as directed by Engineer and subsequent removal of the
same after completion of the job to the entire satisfaction of the
Engineer, including pumping & bailing out of the water
complete. The rates include all labour, material, Tools & Plants,

t
machineries, carriage, shifting work at any level, etc. complete in

en
all respect and as per the direction of Engineer-in-charge.
Nothing extra shall be payable

a) 150 mm dia pipe Job 688.30

m
b) 250 mm dia pipe Job 1913.18

ay
c) 300 mm dia pipe Job 2754.79

tP
d) 400 mm dia pipe Job 4897.93

e) 450 mm dia pipe Job 5525.55

ou
f) 600 mm dia pipe Job 9821.42
ith
g) 900 mm dia pipe Job 22098.99
w
ng
di

7) Providing lead caulked joints including the cost of pig lead


supply and fixing of rubber gaskets welding, and cutting of MS
pipes and specials, including the cost of H/P of T & P at site (for
id

water mains at interconnection point/Y-tee/valve) including cost


of dewatering. The rates include all labour, material, Tools &
rB

Plants, machineries, carriage, shifting work at any level, etc.


complete in all respect and as per the direction of Engineer-in-
charge. Nothing extra shall be payable.
a) Upto 300 mm dia each 19163.74
fo

b) 400-600 mm dia each 23954.68


ot
N

15
222
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
22/02/202309:37
05:23pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1405008/2023/O/o
1391255/2023/O/o
8) Member
CPM/ADI
Project
Supply and installation of MS pipe with 750 Micron PU coating
internally and 250-micron anti corrosive bituminous paint
externally with a tolerance of 6” in gradient by trenchless
technology method at an average depth of 5meters below the
road level including excavation & filling of pits, dewatering
arrangements, supporting systems of soil, including approval
from the concerned department. The firm will also supply the
test certificate w.r.t. M.S. Pipe, design of PU coating etc. the
work also involves underground mapping of services welding,

t
barricading, installation of flickering lights, etc, clearing site in

en
all respects after submitting CCTV survey report from u/s to d/s,
connection manholes along with the site of drawing showing
work complete in all respect. The rates include all labour,
material, Tools & Plants, machineries, consumables, welding

m
carriage, shifting work at any level, scaffolding, coating, primer,
painting, testing all lead and lift excavation, backfilling,

ay
dewatering, restoration, barricading, support for soil etc.complete
in all respect and as per the direction of Engineer- in-charge.
Nothing extra shall be paid on this account to complete the job.

tP
a) 250 mm dia (6mm thick) meter 19163.74

ou
b) 600 mm dia (10mm thick) meter 70267.05

9) Providing and laying of 100 mm GI pipe, medium class, Jindal meter 742.60
ith
make, with all accessories like bends, sockets, etc all complete
10 P/L of MS pipe of 10mmk wall thickness on agreed line and
grade (as per IS:3589 and made from steel confirming to
w
IS:2062) the steelpipe surface internal and external shall be
blasted to near white and then coated with solvent less P.U
coating of nominal 750 microns and nominal 1000 microns on
ng

exterior and interior surface respectively all approved/used by


railway/DDA’s/RLDA’s project for sewer and water lines with
di
id
rB
fo
ot
N

16
223
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
22/02/202309:37
05:23pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1391255/2023/O/o Member
1405008/2023/O/o CPM/ADIProject
design and construction of Man holes at approximate 30-meter
interval or required distance with trenchless construction
technique below water table preferably without the need of
dewatering, Accuracy of level at required gradient/slope to be
achieved by use of Laster/CCTV controlled by suitable
equipment. In the last pit, the equipment to be positioned at
surface in a single traffic lane. The work shall be done n such a
manner that it will not disturb the smooth movement of traffic.
The item includes excavation of trenches and recovery pit,

t
welding and backfilling after work completed at the site of

en
work mobilization and demobilization of equipment
consumable etc as needed to complete the work.
And cleaning of site complete including disposal of surplus
earth within 10km lead and making water and manhole

m
connections. Traffic control arrangement and lighting
displaying of sign board, Insurance of work man etc complete

ay
including removal of all hindrances. Unforeseen items
permission of other dept. (dept. shall only assist in getting
permissions etc).

tP
The rates include all labour, material, Tools & Plants,
machineries, consumables, welding carriage, shifting work at any
level, scaffolding, coating, primer, painting, testing all lead and
lift excavation, backfilling, dewatering, restoration, barricading,

ou
support for soil etc.complete in all respect and as per the
direction of Engineer-in-charge. Nothing extra shall be paid on
this account to complete the job.
ith
a) 900 mm dia pipe by trenchless technology Meter 86236.83

b) 1100 mm dia pipe by trenchless technology Meter 105400.57


w

11 Providing and laying MS pipes/barels made out of required


ng

thickness MS plate Including painting with epoxy paint of


approved quality outside and inside tested to a head of 15g/m
square suitable for welding joints conforming to IS 3589-1981,
IS 784-1974 including testing of the specified head as directed
di

by the Engineer. The rate includes all labour, material, Tools &
Plants, machineries, consumables, welding, testing, carriage,
id

shifting, work at any level, scaffolding, application of primer &


paint as per specification ele complete in all respect and as per
the direction of Engineer-in-charge. Nothing extra shall be paid
rB

on this account to complete the job.


a) Pipes made up of MS sheet (6mm to 12 mm th.) Kg 91.36
fo

12 Providing and laying MS special such as tees, bends, collars, tails


pieces etc made out of required thickness MS sheet
ot
N

17
224
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
22/02/202309:37
05:23pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1391255/2023/O/o Member
1405008/2023/O/o CPM/ADIProject
including painting with epoxy paint of approved quality outside
and inside tested to a head of 15kg/sq cm suitable for welding
joints conforming to 15 3589 1981, IS 784-1974 including
welding, testing of the specified head as directed by the Engineer.
The rate includes all labour, material, Tools & Plants,
machineries, consumables, welding testing, carriage, shifting,
work at any level, scaffolding, application of primer & paint as
per specification etc. complete in all respect and as per the
direction of Engineer-in-charge. Nothing extra shall be paid on

t
this account to complete the job

en
a) Special made up of MS sheet(6mm to 12mm th.)) Kg 107.55

m
13 Providing H.S. Pipe, made out of 6 mm thick MS plate with inside
cement mortar lining of 25 mm thick and 25 mm thick outside
coating as per IS:1916 of following diameter. The rate includes

ay
all material, Tools & Plants, machineries, consumables, coating.
carriage, labour shifting etc. complete in all respect and as per the
direction of Engineer- in-charge Nothing extra shall be paid on

tP
this account to complete the job.

a) 300 mm dia. pipe meter 6867.01

ou
b) 400 mm dia. pipe meter 9182.63

c) 600 mm dia. pipe meter 11977.34


ith
14 Providing and fixing IVC brand 400 mm dia. D/F non- each
return/check valve of PN 1.0 rating each having Body/Door of
w
CI Gr. 20, TRUNNION shaft AISI 410, Face & Seat ring of
GM i.e. metal to metal seat & not Rubber to metal, generally
confirming to IS: 5312, Flange flat face drilled to ISI 538 Part
ng

IV & VIDS 10 Table "D”.


The rate includes all labour, material, Tools & Plants,
machineries, consumables, welding Testing, carriage, shifting,
di

work at any level etc. complete in all respect and as per the
direction of Engineer-in-charge. Nothing extra shall be paid on
this account to complete the job.
id

a) 300 mm dia. pipe meter 239.55


rB

b) 400 mm dia. pipe meter 319.40

c) 600 mm dia. pipe meter 396.05


fo
ot
N

18
225
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
22/02/202309:37
05:23pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1405008/2023/O/o
1391255/2023/O/o
15. Member
CPM/ADIProject
Providing and fixing IVC BRAND 400 mm dia. D/F non- each 186918.34
return/check valve of PN 1.0 rating having Body/Door of CI
Gr. 20, TRUNNION shaft AISI 410, Face & Seat ring of GM
i.e.metal to metal seat & not Rubber to metal, generally
confirming to 15: 5312, Flange flat face drilled to IS1 538 Part
IV & VIUS 10 Table "D".
The rate includes all labour, material, Tools & Plants,
machineries, consumables, welding Testing, carriage, shifting,
work at any level etc, complete in all respect and as per the

t
direction of Engineer-in-charge, nothing extra shall be paid on

en
this account to complete the job.
16. Providing and fixing CI D/F Sluice Valve with S&S ( IS 6603
12 Sr. 12) stain ang gun metal Parts confirming to IS 14846 of
approved make/ of approved brand (with cap) in the existing

m
pipe with belts, nuts, rubber insertions etc. complete.
The rate includes all labour, material, Tools & Plants,

ay
machineries, consumables, welding Testing, carriage, shifting,
work at any level etc, complete in all respect and as per the
direction of Engineer-in-charge Nothing extra shall be paid on
this account to complete the job.

tP
a) 400 mm dia. each 118272.22

b) 600 mm dia. each 271533.6

ou
17 Supply and installation of 450 mm dia. .MS pipe of 10 nan wall meter 38375.40
thickness so is 2062 suitable for welding joints with 750 Micron
ith
P.U coating internally and anti- corrosive bituminous paint
external surface, with tolerance of 6 inches or gradient by
trenchless technology method at an average depth of 4-4.3m
w
below the road level including interconnection with existing
chambers (with required excavation and its restoration including
dewatering arrangement) including thrust pit and receiving pit
ng

and the supporting system of soil should be got approved from


the department before execution. The trenchless has to be
carried out below existing deep nallah below road, in sub-soil
and existing services. The firm will also supply the test
di

certificate w.r.t MS pipe design and PU coating etc. during the


execution of work. The work also involved necessary number of
id

thrust pit and receiving as per the site condition to perform


boring including road cutting underground mapping of service.
rB

Dewatering of pit and making good by back filling in layers of


20 am each as per the relevant CFWD specifications and
disposal of surplus earth as per direction of Engineer in charge,
The firm has to make connections in the u/s and D/S manholes
fo

at the sane existing invert level including necessary plugging in


ot
N

19
226
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
22/02/202309:37
05:23pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1391255/2023/O/o Member
1405008/2023/O/o CPM/ADI Projectline by dismantling and restoration of the
the existing
connection manholes complete.
The rate includes all labour, material, Tools & Plants,
machineries, consumables, welding, carriage, shifting, work at
any level, scaffolding, costing, primer, painting. testing, all lead
and lift, excavation, back filling, dewatering, restoration,
barricading. support for soil etc, complete in all respect and as per
the direction of Engineer-in- charge Nothing extra shall be
paid on this account to complete the job.

t
18. Providing and Laying mild steel pipe 1100mm internal dia., meter 34775.83

en
made from 12mm thick MS Plate conforming to 15 2062,
Interior lining with cement mortar and exterior surface treated
with coating and wrapping confirm to 153589 2001, 15 10221-
1982, 11909 1986, specifications i/c lead and lift complete as

m
per direction of the Engineer-in- charge
(The rate includes all labour, material, Tools & Plants,

ay
machineries, cons welding, carriage, shifting work at any level,
scaffolding, coating, wrapping, testing all lead and lift, etc.,
complete in all respect and as per the direction of Engineer-in-

tP
charge Nothing extra shall be paid on this account to complete
the job)
19 Extra for Providing and Laying of 1100 mm dia. MS pipe of 12 meter 17405.32
mm wall thickness by Trenchless Technology on agreed line and

ou
grade (as per 15 3589 and made from steel confirming to IS:
2062) the steel pipe surface internal and external shall be blasted
to near white and then internal coating of 750 micron food grade
white paint and external coating of 250 micron bitumen paint all
ith
approved/used by railway/DDA’s/RDA’s/DJB’s project for
sewer and water lines with design and construction of Man holes
at Approximate 30 meter interval or required distance with
w
trenchless construction technique below the water table
preferably without the need of dewatering. Accuracy of level at
required gradient/slope to be achieved by use of Laser CCTV
ng

controlled by suitable equipment. In the last pit, the equipment


to be positioned at surface in a single traffic lane. The work shall
be done in such a manner that it will not disturb the smooth
di

movement of traffic. The item includes excavation of trenches


and recovery pit and backfilling after work completed at the site
of work mobilization and demobilization of equipment
id

consumable etc. as needed to complete the work and cleaning of


site complete including disposal of surplus earth at any lead and
rB

making water and manhole connections Traffic control


arrangement and lighting display of sign board. Insurance of
work man etc. complete including removal of all hindrances,
unforeseen items permission of other dept. (dept. shall only
fo

assist in getting
permissions etc.) nothing extra shall be paid on this account to
ot
N

20
227
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
22/02/202309:37
05:23pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1391255/2023/O/o Member
1405008/2023/O/o CPM/ADIProject
complete the job in place of MS pipe 1100mm dia & 10mm
plate thickness (ie item no 10b of Sch. BI)
The rate includes all labour, material, Tools & Plants,
machineries, consumables, welding carriage, shifting, work at any
level, scaffolding, coating, primer, painting
testing, all lead and lift, excavation, backfilling, dewatering,
restoration, barricading
support for soil etc complete in all respect and as per the
direction of Engineer-in charge. Nothing extra shall be paid on

t
this account to complete the job.

en
20 Extra for Providing and Laying of 900 mm dia. M3 pipe of 12 meter 14279.99
mm wall thickness by Trenchless Technology on agreed line and
grade (as per 15 3589 and made from steer confirming to 15
2062) the steel pipe surface internal and external shall be blasted

m
to near white and then External coating of 750 micron food
grade white paint and external costing of 250 micron bitumen

ay
paint all approved/used by railway DOAWRDAWDU's project
for sewer and water Ines with design and construction of Man
holes at approximate 30 meter interval or required distance with

tP
trenchless construction technique below the water table
preferably without the need of dewatering. Accuracy of level at
required gradient slope to be achieved by use of Laser CCTV
controlled by suitable equipment in the last pit, the equipment to

ou
be positioned at surface in a single traffic lane. The work shall
be done in such a manner that not disturb the smooth movement
of traffic.The item includes excavation of trenches and recovery
pt and backfilling after work completed at the site of work
ith
mobilization and demobilization of equipment consumable etc.as
needed to complete the work and cleaning of site complete
including deposal of surplus earth at any lead and making water
w
and manhole connections Traffic control arrangement and
lighting display of sign board insurance of work man etc
complete including removal of all hindrances, unforeseen items
ng

permission of other dept. (dept. shall only assist in getting


permissions etc) nothing extra shall be paid on
this account to complete the job in place of MS pipe 900mm
di

dia. & 10mm plate thickness (i.e item no, 10a of Sch. B1)

The rate includes all labour, material, Tools & Plants,


id

machineries, consumables, welding carriage, shifting, work at any


level, scaffolding, coating, primer, painting
rB

testing, all lead and lift, excavation, backfilling, dewatering,


restoration, barricading
support for soil etc complete in all respect and as per the
direction of Engineer-in charge. Nothing extra shall be paid on
fo

this account to complete the job


ot
N

21
228
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
22/02/202309:37
05:23pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1405008/2023/O/o
1391255/2023/O/o
21. Member
CPM/ADIProject
Providing and laying of precast box drain of approved M25 meter 4526.08
grade of concrete of internal size 1.40m Meter 2.10m as per
approved design i/e providing & fixing reinforcement as per the
approved drawing. centering & shuttering loading, unloading and
transportation at site and placing in the final position. and
jointing with cement mortar (1cement 2 fine sand) complete as
directed by the Engineer-in charge. (The rate includes at labour,
material, Tools & Plants, machinates, damage, shifting works at
any level, scaffolding, all lead and lift. Etc. complete in all

t
respect and as per the direction of Engineer-in-charge. Nothing

en
extra shall be paid on this account to complete the job)
22. Providing & Laying of 1800 mm diameter MS pipe made up of meter 163300.52
14 mm thick MS plate as per 152062 through trench-less
technology by specialized laser guided Tunnel Boring Machine

m
with steering kit to cross the carriageway Ve maintains levels
with the help of laser guided equipment, excavation of receive

ay
and thrust pit side shoring, providing thrust bed & blocks
welding, cutting the steel pipe surface internal & external
parotid shall be blasted to near white & coated with 750 micron

tP
PU coating paint each face of meter 120 pipe, filling back
compaction, disposal of surplus earth i/c generator, JCB, cranes,
trench less machine jacks, hydraulic technology testing etc. all
material, labour and T&P complete job at per direction of

ou
Engineer in charge Deploy of sign board, insurance of workman
etc. complete ac removal of all hindrances unforeseen team,
permission of other dept. (dept. shall only assists in getting
permission etc.) nothing extra shall be paid on this account to
ith
complete the job.
The rate includes all labour, material, Tools & Plants,
machineries, consumables, welding damage, shitting work at any
w
level, scaffolding, coating, primer, painting, testing, at lead and
in excavation,back filling, dewatering restoration, barricading,
support for soil etc. complete in all respect and as per direction
ng

of Engineer-in-charge. Nothing extra shall be paid


on this account to complete the job.
23. Providing & laying of 1400 diameter MS pipe of 14 man wall meter 135532.27
di

thickness on agreed line and grade (as per 1S:3583 and made
from steel confirming to 1S: 2062) the steel pipe surface mal
and external shall be blasted to near white and then coated with
id

solvent less PU coating of nominal thickness 750 microns and


nominal thickness 1000 microns on extensor and rice surface
rB

respectively of a approved marketed by railway DDARDA in


sewer and water lines projects with design and construction of
Man holes at required distance Pee to be laid with trench less
construction technique. Accuracy of level at required gradients
fo

to be achieved by use of laser CCTV controlled by suitable


equipment, in the last pit, the equipment to be positioned at
ot
N

22
229
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
22/02/202309:37
05:23pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1391255/2023/O/o Member
1405008/2023/O/o CPM/ADIProject
surface in a single traffic lane for the work. The item includes
excavation of trenches and recovery pts., excavated earth taken
out and their backdating after work completed at the site. Work
includes mobilization and demobilization of equipment
consumable etc. as needed to complete the work and cleaning of
site complete including disposal of surplus earth at any lead and
making water and manhole connections ac con management and
lighting display of sign board Insurance of work man et
complete excluding removal of at hindrances, unforeseen items

t
permission of ether dept what only set ingesting permissions

en
etc)

Nothing extra shall be paid on this account to complete the job.


The firm will also supply the test certificate w.r.t MS pipe

m
design & PU coating etc. during the execution of work
Dewatering of pit and making good by back filing in layers of

ay
20cm each as per relevant CPWD specifications and disposal of
surplus earth as per direction of engineering- charge The firm
has to make connections in the U/s and D/s manholes at the
same existing invert vel including necessary plugging in the

tP
existing line by dismantling and restoration of connection
manholes complete.
The rate includes all labour, material, Tools & Plants,

ou
machineries, consumables, welding carriage, shifting, work at
any level, scaffolding, coating, primer, painting, testing, at lead
and it excavation, back filling, dewatering, restoration,
barricading, support for soil etc. completes in all respect and as
ith
per the direction of Engineer-in-charge. Nothing extra shall be
paid on this account to complete the job.
24. Providing & laying in position of 2000 mm diameter non- meter 22983.88
w
pressure NP-4 class (heavy Duty) CC pipe with rubber ring
joined with stiff mixture of cement mortar in the proportion of
12 (1) cement 2 fine sand) RCC pipes conforming to 1S: 456-
ng

1968-complete as directed by Engineer in charge.


The rate includes all labour, material, Tools & Plants,
machineries, carriage, testing, shifting work at any level,
di

scaffolding all lead and lift, etc. complete in all respect and as
per the direction of Engineer-in-charge. Nothing extra shall be
paid on this account to complete the job
id

25. Providing and laying mild steel pipe 600mm internal dia. made meter 10470.07
from 8mm thick MS Plate conforming to 1S: 2062 Interior
rB

lining with cement mortar and exterior surface treated with


coating n wrapping confirm to 1S:3589-2001, IS: 10221-1982,
11909-1986, specifications ic at lead and it complete as per
direction of the Engineer-in-charge. The rate includes all labour,
fo

material, Tools & Plants, machineries, consumables,


welding damage, shifting, work at any level, testing, coating.
ot
N

23
230
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
22/02/202309:37
05:23pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1391255/2023/O/o Member
1405008/2023/O/o CPM/ADIProject
wrapping, all lead and lift etc. complete n all respect and as per
the direction of Engineer-in-charge Nothing extra shall be paid
on this account to complete the job.
26. Providing and Laying mild steel pipe 900mm internal dia., meter 19631.39
made from 10mm thick MS Plate conforming to IS 2062,
Interior lining with cement mortar and exterior surface treated
with coating and wrapping confirm to 1S:3589- 2001, IS:
10221-1982, 11909-1966, specifications i/c all lead and lift
complete as per direction of the Engineer-in-charge. The rate

t
includes all labour, material, Tools & Plants, machinates,

en
consumables, welding damage, shifting, work at any level,
testing, coating. wrapping, all lead and lift etc. complete n at
respect and as per the direction of Engineer-in-charge. Nothing
extra shall be paid on this account to complete the job.

m
27. Providing and Laying mild steel pipe 1500mm internal dia., meter 39262.77
made from 12mm thick MS Plate M conforming to IS 2062,

ay
Interior lining with cement mortar and exterior surface treated
with coating and wrapping confirm to 1S:3589 2001, 1S:
10221-1982, 11909-1966, specifications i/c all lead and it

tP
complete as per direction of the Engineer-in-charge. The rate
includes all labour, material, Tools & Plants, machinates,
consumables, welding carriage, shifting, work at any level,
testing, coating, wrapping, all lead and it etc. complete in at

ou
respect and as per the direction of Engineer-in-charge Nothing
extra shall be paid on this account to complete the job.
28. Providing & Laying of 800mm dia. made up of 10mm thick MS meter 63466.60
plate as per LS 2062 through trench-less technology by
ith
Specialized Auger boring machine with steering kit to cross the
damage way is maintain levels with the help of laser guided
equipment, excavation of thrust & receiving pit side shoring,
w
providing thrust bed & blocks, welding, cutting the steel pipes
surface internal & external painted with 250 micron epoxy
coating on each face of pipe, filling back compaction, disposal
ng

of surplus earth, i/c, generator, JCB, Cranes, trenchless machine,


jacks, hydraulic technology, testing etc. all material, labour and
T&P complete job as per direction of Engineer-in- Charge.
di

Deploy of sign board, Insurance of work man etc. complete e


removal of all hindrances unforeseen items permission of other
department (deptt, shall only assist in getting permissions etc)
id

nothing extra shall be paid on this account to complete the job.


The rates includes all labour, material, Tools & Plants,
rB

machineries, consumables, welding carnage shifting work at any


level, scaffolding coating, primer, painting, testing, all lead
and 1, excavation, backfilling, dewatering, restoration,
barricading, support for sol et complete in all respect and as per
fo
ot
N

24
231
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
22/02/202309:37
05:23pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1391255/2023/O/o Member
1405008/2023/O/o CPM/ADIProject
the direction of Engineer-in-charge. Nothing extra shall be paid
on this account to complete the job.
29. Providing and laying mild steel pipe 800mm internal dia. Made meter 13960.09
from 10mm thick MS plate conforming to 1S: 2062, interior
lining with cement mortar and exterior surface treated with
coating and wrapping confirm to IS:3589 2001, IS: 10221-1982
11909-1986 specification i-e. all lead and lift complete as per
direction of the Engineer-In- charge.

t
The rate includes all labour, material, Tools & Plants

en
machineries, consumables, welding carriage, shifting, work at
any level, testing, coating wrapping, all lead and lift etc
complete in all respect as per the direction of Engineer-in-

m
charge. Nothing extra shall be paid to complete the job.

30. Pumping out water by deploying (below mention pumps) i-e.

ay
Disposal of pumped water for any lift into municipal drain. (The
rate includes all labour, material, Tools & Plants, work at any
level, scaffolding etc. complete in all respect and as per the

tP
direction of Engineer in charge. Nothing extra shall be paid on
this account to complete the job.)
a) 25 HP Submersible pump/Diesel pump of discharge capacity Shifts 3433.00
250-300 KL/hrs

ou
b) 10 HP Submersible pump/Diesel pump of discharge capacity Shifts 1032.40
100-120 KL/hrs.
31. Taking out and transportation of CI/MS/PSC/HS pipes
ith
including de jointing and transportation up to all lifts and leads
of 5 km.
For interconnection point /Y-tee/ valve.
w
The rate induces al labour, material, Tools & Plants,
machineries, consumables, welding, carriage, shifting to
designated location, work at any level, at any lead etc complete
ng

in at respect and as per the direction of Engineer in charge.


Nothing extra shall be paid to complete this job.
a) 800 mm dia. Each 37374.77
di

b) 900 mm dia. Each 42046.62


id

32. Providing lead caulked joints including the cost of pig lead
supply and fixing of rubber gasket, welding and cutting of MS
rB

pipes and specials including the cost of HP of T & P at site (For


water mains at interconnection point/y-tri valve including the
cost of HP of T & P at site (for water mains at interconnection
point/y-tee/ valve) including dewatering.
fo

The rate includes all labour, material, Tools & Plants,


machineries, carriage, shifting work at any level etc. complete
ot
N

25
232
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
22/02/202309:37
05:23pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1391255/2023/O/o Member
1405008/2023/O/o CPM/ADI
in allProject
respect and as per the direction of Engineer-in-charge.
Nothing extra shall be payable.
a) 800 mm dia. Each 26444.41

b) 900 mm dia. Each 29479.97

33. Providing Laying of 1600 mm diameter MS pipe made up of 14 meter 154894.02


mm thick MS plate as per IS:2062 through trench-less
technology by specialized laser guided Tunnel Boring Machine

t
en
with steering & to cross the damage way i/e maintains levels
with the help of laser guided equipment, excavation of receive
and thrust pit side showing, providing thrust bed & blocks
welding, cutting the steel pipe surface internal & external

m
painted shall be lasted to near white & coated with 750 micron
PU coating paint each face of pipe, filing back compaction,

ay
diposal of surplus earth. We generator, JCB cranes, trenchless
machine, jacks, hydraulic technology testing etc. at material,
labour and T&P complete job as per direction of engineer-in-
charge. Deploy of sign board, insurance of workman etc

tP
complete i/e removal of all hindrances unforeseen items,
permission of other deptt. shall only assists in getting
permission etc. nothing etc, shall be paid on this account to

ou
complete job.
The rate includes all labour, material, Tools & Plants,
machineries, consumables welding carriage, shitting, work at
any level, scaffolding coating, primer, painting, testing, all lead
ith
and excavation, dewatering restoration barricading support for
sol etc. complete in all respect and as per the direction of
Engineer-in-charge. Nothing extra shall be paid on this account
w
to complete the job.
34. Providing & Laying in position of 1600 mm diameter non- meter 16225.98
pressure N4 class (Heavy Duty) RCC M pipe with rubber ring
ng

jointed with stiff mixture of cement mortar in the proportion of


1:2 (1 cement: 2 mortar)-RCC pipes conforming to 1S:458-
1988-complete as directed by Engineer in charge. The rate
includes all labour, material, Toots & Plants, machineries,
di

carriage, testing, shifting, work at any level, scaffolding all lead


and lift etc. complete in all respect and as per the direction of
id

Engineer in charge. Nothing extra shall be paid on this account


to complete the job.
rB

35. Supply and installation of 200mm dia MS pipe of wall meter 13491.43
thickness 8mm confirming to IS: 2062 suitable for welding
joints with 750 micron PU coating internally and 250 micron
anti corrosive bituminous paint externally with a tolerance of
fo

6" in gradient by trenchless technology method at an average


depth of 5 mtrs below the road level including excavation &
ot
N

26
233
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
22/02/202309:37
05:23pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1391255/2023/O/o Member
1405008/2023/O/o CPM/ADI Project
filling of pits, dewatering arrangements, supporting system for
soil, including the approval from concerned department. The
firm will also supply the test certificate w.r.t MS pipe, design of
PU coating etc. The work also involves underground mapping of
services barricading, installation of flickering lights etc, cleaning
site in all respect after submitting CCTV survey report from U/s
to D/s connections along with the site of drawing showing work
complete in all respect.
The rate includes all labour, material, Tools & Plants,

t
machinates, consumables, welding, carriage, shifting work at

en
any level, scaffolding, coating, primer, panting, testing, all lead
and it excavation, backfilling, dewatering restoration,
barricading support for sol etc complete in at respect and as per
the direction of Engineer-in charge Nothing extra shat be paid

m
on this account to complete the job)
36. Providing lead caked joints inducing the cost of pig lead supply Each 36361.07

ay
and fixing of rubber gasket welding and cutting of M.S. pipes
and specials including the cost of HP of T & P at site (For water
mains at interconnection point/y- tee/valve) including

tP
dewatering.
The rate includes all labour, material, Tools & Plants,
machineries, carriage, shifting, work at any level etc. Complete
in all respect and as per the direction of Engineer-in-charge.

ou
Nothing extra shat be payable

a) 1100mm dia.
37. Taking out and transportation of CI/MS/PSC/HS pipes Each 51390.31
ith
including de-jointing and transportation to all lifts and leads of
5.0 KM (scrap shall be the property of Authority). The
rate includes all labour, maternal, Tools & Plants,
w
machineries, consumables, welding, carriage, shifting to
designated location, work at any level, at any lead etc. complete
in all respect and as per the direction of Engineer-in- charge.
ng

Nothing extra shall be paid to complete this job.


a)1100mm dia.
38. Providing and Fixing 900 mm dia. IVC brand double flanged Each 499640.31
di

cast iron gear operated butterfly valves generally conforming to


BS: 5155 having body, disc and end cover in graded cast iron to
IS: 210 Gr. FG 260, synthetic rubber face ring secured on disc
id

by SS retaining ring with stainless steel screws, the rubber


seating on a corresponding SS AISI 304 seat in body stub shift
rB

of stainless to AISI-40, valve suitable for a working pressure of


10 kg/sq.cm2 (seat test) & body tested 15 kg/m2,Flanges drilling
to IS:1538.
The rate includes all labour, material, Tools & Plants,
fo

machineries, consumables, welding, testing, carriage, shifting,


work at any level etc complete in all respect and as per the
ot
N

27
234
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
22/02/202309:37
05:23pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1391255/2023/O/o Member
1405008/2023/O/o CPM/ADIProject
direction of Engineer- in charge Nothing extra shall be paid on
this account to complete the Job.
39. Providing and Fixing 1100 mm dia IVC brand double flanged Each 722272.63
cast iron gear operated butterfly valves generally conforming to
BS 5155 having body, disc and end cover in graded cast iron to
IS:210 Gr FG 260, synthetic rubber face ring secured on disc by
SS retaining ring with stainless steel screws, the rubber seating
on a corresponding SS AISI 304 seat in body, stub shift of
stainless to AISI-40, valve suitable for a working pressure of 10

t
kg/cm2(seat test) & body tested 15 kg/cm2.Flanges drilling to

en
IS:1538
The rate includes all labour, material, Tools & Plants,
machineries, consumables, welding testing carriage, shifting,

m
work o any level ete, complete in all respect and as per the
direction of Engineer in-charge Nothing extra shall be paid on
this account to complete the job

ay
40. Supply & Fixing of 500mm dia C. sluice valve double flanged Each 187347.08
with hand wheel and cap confirming to IS:2906/84 and
IS:780/34 with latest amendments of class PN 1.0 bearing ISI

tP
mark tested to a pressure of 1.50 for body and 1.00 for scat
MPA (Gauge) Inside screw, no rising stem of stainless steel per
IS 6603/72 wedge nut of high tensile brass body seat ring and
wedge facing ring shall be of leaded tin bronze bonnet gasket

ou
shall be of compressed fiber board back seat bush stem locking
arrangement spur gear arrangement Gear ratio (1:4) by pass
arrangement with S/Valve flanged to be machined and drilled to
ith
IS 1538/76-without pair of tail piece at site. Material of body
and other part of S/Valve shall be as per IS Code, the rates are
inclusive of all charge i-e Sales tax, excise duty, Railway Freight
T.T. charges, Octroi Charges, insurance local artage, leading
w
unloading and staking in the alignment complete in all respect
make of the s/v will be IVC-500 mm dia.
The rate includes all labour, material, Tools & Plants,
ng

machineries, consumables, welding testing carriage, shifting,


work o any level etc. complete in all respect and as per the
direction of Engineer in-charge Nothing extra shall be paid on
di

this account to complete the job.


41. Providing and Fixing 150mm dia. IVC brand cast iron temper Each 7017.80
proof kinetic double orifice air release valve, having floats of SS
id

to AIS1-304, with built-in-kinetic features, DI isolation sluice


valve mounted in a horizontal position, inlet faced and drilled to
rB

1S: 1538 Table 4 &6 valves suitable for a maximum working


pressure of 10 Kg/cm2 .
The rate includes all labour, material, Tools & Plants,
machineries, consumables, welding, testing carriage, shifting,
fo

work at any level etc. complete in all respect and as per the
ot
N

28
235
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
22/02/202309:37
05:23pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1391255/2023/O/o Member
1405008/2023/O/o CPM/ADIProject
direction of Engineer-in charge. Nothing extra shall be paid on
this account to complete the job.
42 Disinfecting C.I. water mains by flushing with water containing Meter 63.56
bleaching powder @ 0.5 gms per litre of water and cleaning the
same with fresh water, operation to be repeated three times
including getting the sample of water from the disinfected main
tested in the municipal laboratory -900mm Dia. Line

t
The rate includes all labour, material, Tools & Plants,

en
machineries, consumables, welding testing, carriage, shifting,
work at any level etc. complete in all respect and as per the
Direction of Engineer- in-charge. Nothing extra shall be paid on

m
this account to complete the job.
43 Disinfecting C.I. water mains by flushing with water containing Meter 77.69
bleaching powder @ 0.5 gms per litre of water and cleaning the

ay
same with fresh water, operation to be repeated three times
including getting the sample of water from the disinfected main
tested in the municipal laboratory- 1100 mm dia. Line

tP
(The rate includes all labour, material, Tools & Plants,
machineries. consumables, etc complete in all respect and as per
the direction of Engineer-in-charge. Nothing extra shall be paid

ou
on this account to complete the job.)
44 Provide & Fixing of 1100 mm N.B.D.m Joint 300 mm long and Each 204663.04
22 mm thick. C.I Dismantling Joint with rubber 'O' Ring with
ith
Stud-Bolt, Flange Drill Hole, O/D/ P.CD as per IS:1538
(The rate includes all labour, material, Tools & Plants,
machineries, consumables, etc. complete in all respect and as
per the direction of Engineer-in-charge. Nothing extra shall be
w

paid on this account to complete the job.)


45 Provide & Fixing of 900 mm N.B.D.m Joint 300 mm long and Each 162310.00
22mm thick. C.I Dismantling Joint with rubber 'O' Ring with
ng

Stud-Bolt, Flange Drill Hole, O/D/ P.C.D as per IS:1538 (The


rate includes all labour, material, Tools & Plants, machineries,
consumables, etc. complete in all respect and as per the
di

direction of Engineer-in-charge. Nothing extra shall be paid on


this account to complete the job.)
id

46 Supplying & Laying of 32/40mm HDPE pipe Meter 25.00


(The rate includes all labour, material, Tools & Plants,
machineries etc. complete in all respect and as per the direction
rB

of Engineer-in-charge. Nothing extra shall be paid on this


account to complete the job.)
47 Providing & fixing CI D/F sluice valve with S&S (IS 6603 12 Sr No. 975463.70
12) stain and gun metal parts No confirming to (IS 14846 of
fo

approved make/ of approved brand (with cap) in the existing


pipe with bolts, nuts, rubber insertion etc. complete and as per
the direction of engineer in charge. The rate includes all labour,
ot
N

29
236
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
22/02/202309:37
05:23pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1391255/2023/O/o Member
1405008/2023/O/o CPM/ADIProject
material, Tools & Plants, machineries, consumables, welding
testing, carriage, shifting, work at any level etc. complete in all
respect and as per the direction of Engineer- in-charge. Nothing
extra shall be paid on this account to complete the job.
-900mm dia.
48 Plugging the existing storm water/sewer line so as to reduce the
drainage of storm water/sewer line to minimum in wet and foul
condition by placing gunny bags filled up with earth and stacked
properly including supplying and laying the filled up gunny bags

t
up to full length and required height as directed by Engineer and

en
subsequent removal of the same after completion of the job to
the entire satisfaction of the Engineer-in-charge, i/c pumping and
bailing out of the water complete. The rate includes all labour,
material, Tools & Plants, machineries, carriage, shifting, work at

m
any level etc. complete in all respect
and as per the direction of Engineer-in-charge Nothing extra

ay
shall be payable.
a) Box drain of size 3x2.1 mtr. No 120220.87

tP
b) 2000 mm dia. pipe No 53855.56

c) 1200 dia. pipe No 32313.33

ou
49 Providing laying of 1000 mm dia. made up of 12 mm M.S plate Meter 95199.90
as per I.S 2062 through trench-less technology by Specialized
Augur boring machine with stearing kit to cross the carriage way
ith
i/c maintain levels with the help of laser guided equipment,
excavation of thrust & receiving pit side shoring, providing thrust
bed & blocks, welding, cutting the steel pipes surface internal &
w
external painted shall be blasted to near white and coated with 750
micron PU coating paint each phase of pipe, filling back
compaction, disposal of surplus earth, i/c, generator, JCB, Cranes.
ng

Trenchless machine jacks, hydraulic technology, testing etc., all


material, labour and T&P complete job, as per direction of
Engineer-In-Charge Deploy of sign board. Insurance of work man
etc. complete i/c removal of all hindrances unforeseen items
di

permission of other department (deptt. shall only assist in getting


permissions etc) Nothing extra shall be paid on this account to
id

complete the job. The rate includes all labour, material, Tools &
Plants, machineries, consumables, welding, carriage, shifting,
rB

work at any level, scaffolding, coating, primer, painting, testing, all


lead and lift, excavation, backfilling, dewatering restoration,
barricading, support for soil etc. complete in all respect and as
per the direction of Engineer-in-
fo

charge. Nothing extra shall be paid on this account to complete


the job.
ot
N

30
237
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
22/02/202309:37
05:23pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1391255/2023/O/o Member
1405008/2023/O/o CPM/ADIProject

The rate includes all labour, material, Tools & Plants,


machineries, consumables, welding, carriage, shifting, work at
any level, scaffolding, coating, primer, painting, testing, all lead
and lift, excavation, backfilling, dewatering, restoration,
barricading, support for soil etc. complete in all respect and as
per the direction of Engineer-in-charge. Nothing extra shall be

t
paid on this account to complete the job.

en
50 Providing and laying mild steel pipe 1000 mm internal dia. Made Meter 21812.66
from 10 mm thick MS plate Meter conforming to IS 2062, interior
lining with cement mortar and exterior surface treated with
coating and wrapping confirm to IS3589-2001, IS: 10221- 1982,

m
11909-1986, specification i/c all lead and lift complete as per
direction of the Engineer-in-charge.

ay
The rate includes all labour, material, Tools & Plants,
machineries, consumables, welding carriage, shifting, work at any
level, testing, coating, wrapping, all lead and lift etc. complete in

tP
all respect and as per the direction of Engineer-in-
charge. Nothing extra shall be paid on this account to complete
the job.
51 Providing lead caulked joints including the cost of pig lead supply Each 33055.62

ou
and fixing of rubber gasket welding and cutting of M.S. pipes and
specials including the cost of HP of T & P at site (For water mains
at interconnection point/y-tee/valve) including dewatering.
The rate includes all labour, material, Tools & Plants,
ith
machineries, carriage, shifting, work at any level etc. complete in
all respect and as per the direction of Engineer-in-charge.
Nothing extra shall be payable.
w
a) 1000mm dia.

52 Taking out and transportation of CI/MS/PSC/HS pipes including Each 46718.46


ng

de-jointing and transportation up to all lifts and leads of 5.0km


(scrap shall be the property of Authority). For interconnection
point/Y-tee/valve.
di

[The rate includes all labour, material, Tools & Plants,


machineries, consumables, welding carriage, shifting to
designated location, work at any level, at any lead etc. complete
id

in all respect and as per the direction of Engineer-in-charge.


Nothing extra shall be paid to complete this job
rB

a) 1000mm dia.
53 De-Silting and cleaning of conveyance system/sewer line/Storm Cum 6563.73
water line and Manholes by super sucker machine and taking out
of silt, debris, rubbish, brick bats etc. including all cost of labour,
fo

material T&P, watch & ward caution board, diesel, mobil etc. and
wear & tear of machinery complete. The silt debris shall be carted
and dumping manual hazard areas as directed by Engineer in-
charge. Any damage to the Manholes shall be rectified at his
ot

own cost. Manholes will be traced out and including CCTV


N

31
238
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
22/02/202309:37
05:23pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1391255/2023/O/o Member
1405008/2023/O/o CPM/ADIProject

survey taken in the conveyance system and report submitted by


Contractor in (CD) or as directed by Engineer-in-charge.
(The rate includes all labour, Tools & Plants, machineries etc.
complete in all respect and as per the direction of Engineer-in-
charge. Nothing extra shall be paid on this account to complete
the job.)
54 Providing and fixing 600mm dia. IVC brand cast iron double No. 360955.25

t
flanged single door swing non-return valve conforming to IS 5312

en
(Part-1), having body, door cover in grade cast iron to 15210 Gr.
FG 200, body & door rings & bearing block of leaded tin bronze
to 15318 Gr. LTB 2 (350mm dia. & above), hinge pin of st. AISI
410, valve suitable for a maximum working pressure of 10

m
Kg/sqcm (seat test) & body tested to 15 Kg/sqcm. Flanges drilled
to IS 1538.

ay
Table 4 & 6 complete in all respect and as per the direction of
Engineer-in-charge
The rate includes all labour, material, Tools & Plants,

tP
machineries, consumables, welding, testing, carriage, shifting,
work at any level etc. complete in all respect and as per the
direction of Engineer-in charge. Nothing extra shall be paid on
this account to complete the job.)

ou
55 Supplying and fixing of 150mm dia. HDPE pipe complete in all Meter 255.78
respect and as per the direction of engineer-in-charge.
(The rate includes all labour, material, Tools & Plants,
machineries, consumables, carriage. shifting, work at any level,
ith
scaffolding etc. complete in all respect and as per the direction
of engineer-in-charge. . Nothing extra shall be paid on this
account to complete the job.)
w
56 Supply and provision of jointing material for jointing of copper Nos. 1164.21
cables.
57 Jointing of newly laid cable pairs. Pairs 2.63
ng

58 Providing and Driving of temporary H-piles (ISMB 250) having a Cum 1765.96
length of 7 m by approx. Means Cum using the appropriate
di

machinery and providing and placing wooden lagging


100*100*1485 mm long in between H-piles for supporting
id

excavated soil faces to a excavated depth of soil including driving


& Red re-driving the H-piles and removing and placing wooden
lagging stretches as required removal of excavated earth from site
rB

as required excluding the cost of excavation of soil and including


all T &P, labour machinery etc.: Note: The Excavation of Soil shall
be paid separately as per DSR.
fo

(The rate includes all labour, material, Tools & Plants,


machineries, consumables, welding carriage, shifting, work at
any level, scaffolding etc. complete in all respect and as per the
ot
N

32
239
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
22/02/202309:37
05:23pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1391255/2023/O/o Member
1405008/2023/O/o CPM/ADIProject
direction of Engineer-in-charge. Nothing extra shall be paid on
this account to complete the job.)
59 Supply & provision of Polythene Insulated, Polthene sheated jelly
filled (PIJF) copper conductor underground Armoured telephone
cable as per DOT specification no G/CUG/01
02 Feb. 96 (latest)
a) 1200/6.5 lbs (0.5mm) Mtr. 2300.00

b) 800/6.5 lbs (0.5mm) Mtr. 1550

t
en
c) 400/6.5 lbs (0.5mm) Mtr. 1075

d) 200/6.5 lbs (0.5mm) Mtr. 525

m
e) 100/6.5 lbs (0.5mm) Mtr. 300

ay
f) 50/6.5 lbs (0.5mm) Mtr. 155

tP
g) 20/6.5 lbs (0.5mm) Mtr. 70

60 Supply & provision of Polythene Insulated, Polythene sheated

ou
jelly filled (PIJF) copper conductor underground Unarmoured
telephone cable as per DOT specification no G/CUG/01
02 Feb. 96 (latest)
ith
a) 1200/6.5 lbs (0.5mm) Mtr. 1721

b) 800/6.5 lbs (0.5mm) Mtr. 1162.5


w

c) 400/6.5 lbs (0.5mm) Mtr. 806.25


ng

d) 200/6.5 lbs (0.5mm) Mtr. 393.75

e) 100/6.5 lbs (0.5mm) Mtr. 225


di

f) 50/6.5 lbs (0.5mm) Mtr. 116.25


id

g) 20/6.5 lbs (0.5mm) Mtr. 52.5


rB

61 Identification for working/ non working cables. This includes Mtr. 2.25
cutting testing & jointing etc. of different cordage at both ends
and jointing of cable piers.
fo

62 Trenching and backfilling on footpath/cc/bituminous dense Mtr. 425


carpeted road for identification cables (1.5mx1.5m)
ot
N

33
240
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
22/02/202309:37
05:23pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1391255/2023/O/o Member
1405008/2023/O/o CPM/ADIProject

63 Trenching and backfilling on footpath/cc/bituminous dense Mtr. 170


carpeted road for identification of cables (0.9mx0 .1m)
64 Supply and provision of GI pipe B class (100mm) Mtr. 315

65 Supply and provision of red stone slab (600*225*38) Nos. 15

66 Supply and provision of jointing kit Nos.

t
en
a TSF VI Nos. 1300

m
b TSF V Nos. 1000

c TSF IV Nos. 700

ay
d TSF III Nos. 600

tP
e TSF II Nos. 325

67 Making Jointing pit (3mt x 1.5mt) Nos. 600

ou
68 Jointly of newly laid cable pairs(including provision of jointing Pairs 2
materials)
ith
69 Laying/ Slewing of cables of different (Cu.)

a 800 pair & above Mtr. 10


w

b Below 800 pair Mtr. 5


ng

70 Supply and provision of 96 optical fibre cable Mtr. 79


di

71 Supply and provision of 48 optical fibre cable Mtr. 79


id

72 Supply and provision of 24 optical fibre cable Mtr. 57

73 Supply and provision of 12 optical fibre cable Mtr. 29


rB

74 Joint Enclosure 96 Fiber Nos. 57


fo

75 Joint Enclosure 48 Fiber Nos. 29


ot
N

34
241
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
22/02/202309:37
05:23pm
pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer
(Computer No.
No. 3424085)
3368549)
1391255/2023/O/o Member
1405008/2023/O/o CPM/ADIProject

76 Joint Enclosure 24 Fiber Nos. 900

77 Joint Enclosure 12 Fiber Nos. 690

78 Splicing of 96F OF cable Nos. 550

79 Splicing of 48F OF cable Nos. 600

t
en
80 Splicing of 24F OF cable Nos. 5500

m
81 Splicing of 12F OF cable Nos. 4000

82 Laying of OFC cable Nos. 2200

ay
83 Supply and provision of HDPE pipe 32mm dia. (for sub ducting) Nos. 10

tP
84 Erection of telephone poles Mtr. 20

85 Construction of joint chamber for joints and pulling pit. Nos. 80

ou
86 Construction of 110 mm PVC pipe cable duct Nos. 4000
ith
a 48 way RMtr. 6000

b 24way RMtr. 5000


w

c 16 way RMtr. 4500


ng

87 Construction of manhole for cable duct Nos. 110000


di

88 Supply and provision of 110mm HDPE PN10 (10kgf) pipe Mtr. 1750
through trenchless technology.
id

89 Laying of cables through moling technology (at a depth of Mtr. 310


1.75m)
90 Shifting of telephone Pillars (1200pairs) Job 110000
rB

91 Laying of subduct(32mm) Mtr. 5


fo
ot
N

HEMANT
Digitally signed by HEMANT KUMAR
DN: c=IN, o=PERSONAL,

35
242 pseudonym=88fa529e66237f8998380ef51acb9
327,
2.5.4.20=DB1370FF4FCF33046D73B8458FACA4
DA1B11733FF99DEF262B09F1692344653D,

Generated from eOffice by Hansraj


HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
22/02/202309:37
05:23pm
pm KUMAR
postalCode=201009, st=UTTAR PRADESH,
serialNumber=69fdfb03314bf2c6a648ce91fb53
66f385f1ff53be26c6f5e2bfea6144f8bb96,
cn=HEMANT KUMAR
Date: 2023.02.22 17:26:51 +05'30'
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI
RAIL LAND DEVELOPMENT AUTHORITY
(A Statutory Authority under Ministry of Railways, Government of India)Unit
No. 702-B, 7th Floor Konnectus Tower-II, DMRC Building,
Bhavbhuti Marg, Delhi - 110002

CORRIGENDUM No.01 dated 02.11.2022

“RFP Notice No.: RLDA/RFP/CD-69/SRD-15 of 2022 Dated 07.10.2022”

t
Rail Land Development Authority invites proposals through e-tendering single stage two packet

en
bidding system from Interested Eligible Bidders as per the conditions of Bid Document for “Re-
development of Ahmedabad Railway Station and construction of associated infrastructure on Engineering
In respect of RFP for “Grant of Lease of 6.86 Acre Railway Land, Pocket-F in Vibhuti
Procurement & Construction (EPC) Mode” as per following details:

m
Khand, Gomti Nagar, Lucknow, for Residential Development on 99 years Lease
Terms”.
S.No Description Existing Provision Amended Provision

ay
Part-III
1 (ITB), Part-IV
First Pre-bid
(SCLA), Part-V
09.11.22 at 11:30
(Schedule &“THE
09.11.22 at Specifications) have
LEELA” Gandhinagar
been uploaded.
Meeting Time: 11:30 hrs. to 15:00 Hrs
Contact person:

tP
1. Sh. Rajesh Kumar Kapoor
JGM/P/Ahmedabad
Mobile No. +919429136384

ou (Call/Whatsapp)
email: adiepc@rlda.railnet.gov.in
Interested bidders are requested to indicate
ith
upto two persons who shall be attending
alongwith their authorisation to attend and
participate.
w
g
in

Notes:
dd

(1) Bidders have to download the Bid documents from the e-procurement portal i.e.www.tenderwizard.in/RLDA after
registeringthemselves on portal and after payment of Tender Processing Fee & Bid Document Fee before last date
& time of downloading the e-bids online.
Bi

(2) All Bidders are advised to see Amendments to RFP, if any, before submission of the e-bids. In case the bidder
does not submit the amended bids/amendments, it will be presumed that bidder has seen the amendments/
Amended bids and e- bid will be evaluated accordingly. The decision of RLDA shall be final and binding.
r

(3) Any Correction slip consisting of Corrigendum/Addendum to this RFP Notice, if any, would appear only on above
fo

mentioned websites and will not be published in newspapers.


ot

DGM/Tender
N

243
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
File
File No.
No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/2058/
RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer (Computer No.
No. 3424085)
3368549)
1297622/2022/O/o Member
1405008/2023/O/o CPM/ADIProject
RAIL LAND DEVELOPMENT AUTHORITY
(A Statutory Authority under Ministry of Railways, Government of India)
UnitNo. 702-B, 7th Floor Konnectus Tower-II, DMRC Building,
Bhavbhuti Marg, Delhi - 110002

CORRIGENDUM No.02 dated 04.11.2022


“RFP Notice No.: RLDA/RFP/CD-69/SRD-15 of 2022 Dated 07.10.2022”
Rail Land Development Authority invites proposals through e-tendering single stage two packet bidding system
from Interested Eligible Bidders as per the conditions of Bid Document for “Re- development of Ahmedabad

t
Railway Station and construction of associated infrastructure on Engineering Procurement & Construction (EPC)

en
Mode” as per following details:
S.No
In Description
respect for “Grant
of RFP Existing Provision Amended
of Lease of 6.86 Provision
Acre Railway Land, Pocket-F in Vibhuti
1 First 09.11.22
Pre-Nagar, at “THE LEELA” at “THE LEELA”
09.11.22Development onGandhinagar

m
Khand, Gomti Lucknow, for Residential 99 years Lease
bid Gandhinagar Time: 11:30 hrs. to 15:00 Hrs
Terms”. Time: 11:30 hrs. to 15:00 Contact person:
Meeting

ay
Part-III (ITB), Part-IV
Hrs (SCLA), Part-V (Schedule & Kumar
Sh. Rajesh Specifications)
Kapoor have
been uploaded. Contact person: JGM/P/Ahmedabad
1. Sh. Rajesh Kumar Mobile No. +919429136384

tP
Kapoor (Call/Whatsapp)
JGM/P/Ahmedabad email: adiepc@rlda.railnet.gov.in
Mobile No. Interested bidders are requested to indicate upto two
+919429136384
(Call/Whatsapp)
email:
adiepc@rlda.railnet.gov.i
ou persons who shall be physically attending alongwith
their authorisation to attend and participate.
-----------------------------------------------------------------
ith
n For bidders wishing to join online via Video Conference
Interested bidders are - use the following details:-
requested to indicateupto two “Online Meeting –WebEx Online”
w

persons who shall be attending Login ID : 25582281504


alongwith their authorisation Password : meeting@1234
to attend and participate. (63384641 from video systems)
g

Time : 11:30 hrs. to 15:00 Hrs


in

Notes:
d

(1) Bidders have to download the Bid documents from the e-procurement portal i.e. www.tenderwizard.in/RLDA after
id

registering themselves on portal and after payment of Tender Processing Fee & Bid Document Fee before last date& time
of downloading the e-bids online.
rB

(2) All Bidders are advised to see Amendments to RFP, if any, before submission of the e-bids. In case the bidder does not
submit the amended bids/amendments, it will be presumed that bidder has seen the amendments/ Amended bids and e- bid
will be evaluated accordingly. The decision of RLDA shall be final and binding.
fo

(3) Any Correction slip consisting of Corrigendum/Addendum to this RFP Notice, if any, would appear only on abovementioned
websites and will not be published in newspapers.
ot

DGM/Tender
N

1
244
Generated from eOffice by Hansraj
HEMANT Sharma,
KUMAR, CPM/ADI(HS),
AM_TNDR(HK),CPM/ADI,
AM_TNDR,RLDA
RLDAonon27/03/2023
04/11/202209:37
02:47pm
pm
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI

RAIL LAND DEVELOPMENT AUTHORITY


(A Statutory Authority under Ministry of Railways, Government of India)
Unit No. 702-B, 7th Floor Konnectus Tower-II, DMRC Building,
Bhavbhuti Marg, New Delhi – 110002
Phone : +91-11-22232854, Fax: +91-11-22232835

Corrigendum No. 04 Dated 05.12.2022

t
(RFP Notice No: RLDA/RFP/CD-69/SRD-15 of 2022 Dated 07.10.2022)

en
Rail Land Development Authority invites proposals through e-tendering single stage two packet bidding
system from Interested Eligible Bidders as per the conditions of Bid Document for “Re-development of
Ahmedabad Railway Station and construction of associated infrastructure on Engineering Procurement &

m
Construction (EPC) Mode” as per following details:

ay
Existing
SN Description Amended Provision
Provision

tP
13.12.2022 at “RLDA Meeting Hall/Conference Room”,
Unit No. 702-B, 7th floor, Konnectus Tower-II, DMRC
Building, Bhavbhuti Marg, Delhi – 110002
Time: 11:30 Hrs.
Contact Person: ou
1. Sh. Rajesh Kumar Kapoor
JGM/P/Ahmedabad
ith
Mobile No.: +919429136384
(Call/WhatsApp)
w

2. Rakesh Kumar Gupta,


DGM/Tender
Second Pre-bid Mobile: 9013164466
ng

1 Meeting
08.12.2022 at 11:30
Hrs.
Email: adiepc@rlda.railnet.gov.in
Interested bidders are requested to indicate upto two
di

persons who shall be attending along with their


authorization to attend and participate.
--------------------------------------------------------
id

For bidders wishing to join online via Video Conference


use the following details: -
rB

“Online Meeting –WebEx Online”


Login ID: 2551 556 0755
Password: meeting@1234
(63384641 from video systems)
fo

Date: 13.12.2022; Time: 11:30 hrs.

Notes:
(1) Bidders have to download the Bid documents from the e-procurement portal i.e.www.tenderwizard.in/RLDA after
ot

registering themselves on portal and after payment of Tender Processing Fee & Bid Document Fee before last date & time of
downloading the e-bids online.
N

(2) All Bidders are advised to see Amendments to RFP, if any, before submission of the e-bids. In case the bidder does not
submit the amended bids/amendments, it will be presumed that bidder has seen the amendments/ Amended bids and e- bid will
be evaluated accordingly. The decision of RLDA shall be final and binding.
(3) Any Correction slip consisting of Corrigendum/Addendum to this RFP Notice, if any, would appear only on above
mentioned websites and will not be published in newspapers.
DGM/Tender

245
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm
File No. RLDA2019/STN.REDEV/BD/WR/AHMEDABAD/Part1 (Computer No. 3424085)
1405008/2023/O/o CPM/ADI
RAIL LAND DEVELOPMENT AUTHORITY
(A Statutory Authority under Ministry of Railways, Government of India)
Unit No.702-B, 7th Floor, Konnectus Tower-II, DMRC Building, Ajmeri Gate, New Delhi-
110002, Ph..+91-11-23232854, Fax +91-23232835
Phone : +91-11-23232854, Fax: +91-23232835
Addendum No.01 Dated 08.10.2022

(RFP Notice No. - RFP No. RLDA/RFP/CD-69/SRD-15 of 2022 Dated 07.10.2022)

In respect of RFP for “Re-development of Ahmedabad Railway Station and construction of associated

t
infrastructure on Engineering Procurement & Construction (EPC) Mode” Volume-3 Schedule A & B,

en
Volume-4 Schedule C, Volume-5 Schedule D, Volume-6 Schedule E & Volume-7 Consultant Repot has
been Uploaded

m
ay
Note:
(1) Bidders have to download the Bid documents from the e-procurement portal i.e. www.tenderwizard.in/RLDA after registering themselves
on portal and after payment of Tender Processing Fee & Bid Document Fee before last date & time of downloading the e-bids online.
(2) All Bidders are advised to see Amendments to RFP, if any, before submission of the e-bids. In case the bidder does not submit the amended

tP
bids/amendments, it will be presumed that bidder has seen the amendments/ Amended bids and e-bid will be evaluated accordingly. The
decision of RLDA shall be final and binding.
(3) Any Corrigendum/Addendum to this RFP Notice, if any, would appear only on above mentioned websites and will not be published in
newspapers.

ou DGM/Tender
ith
w
ng
di
id
rB
fo
ot
N

246
Generated from eOffice by Hansraj Sharma, CPM/ADI(HS), CPM/ADI, RLDA on 27/03/2023 09:37 pm

You might also like