CHENNAI METRO RAIL LIMITED ADDENDUM-1. for

Similar documents
Majis Industrial Services SAOC TENDER NO. MISCP/09/2014

CLARIFICATIONS DOCUMENT

Tennessee Code/TITLE 62 PROFESSIONS, BUSINESSES AND TRADES/CHAPTER 32 FIRE PROTECTION/PART 1 FIRE PROTECTION SPRINKLER SYSTEMS

Date of Start and downloading the tender 12 sep 2018

The following are the terms and conditions for the firms for submission of bids:

University of Texas Project Schedule Narrative February 17, 2009 Page 1

KTDC HOTELS & RESORTS LIMITED MASCOT SQUARE, TRIVANDRUM - 33

NB/ 0695/MFFS/P 17A Feb 18 REQUEST FOR INFORMATION (RFI) FOR SUPPLY AND INSTALLATION OF MAGAZINE FIRE FIGHTING SYSTEM

CALL FOR TENDER - MUNICIPALITY OF THE DISTRICT OF CLARE LITTLE BROOK, N.S.

RFP-FQ18063/KKB-Replace Three Roofs, DC, MD AND VA GREETINGS

TABLE OF CONTENTS. Tender Forms Letter of Tender A20 Appendix to Tender A20 A20 Contract Agreement A20

Request For Quotations. For The. Fire Sprinkler Retrofit Program For Licensed Small Or Rural Retirement Homes. October 11, 2017

Addendum # 2 Wicomico County Circuit Court Second Floor Renovations Date of Addendum: 2/6/2017

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017

STATEMENT OF WORK ELECTRICAL REPAIR / MAINTENANCE BUILDING PROJECT FDC RACCOON CREEK STATE PARK (BEAVER COUNTY)

Tenant Heat Pump Bulletin Temperature Controls Buildings A1, C1, and H1

EXPRESSION OF INTEREST CONSULTANCY SERVICES FOR GIVING FACELIFT TO BHEL GATES & LAND SCAPING OF SOUTH AVENUE AT BHEL-R.C.

FIXED PRICE BID (Open Response Date(s)) TERM CONTRACT EMERGENCY RESTORATION SERVICES Posting Date: April 18, 2017 :

Electronic Safety and Security

OFFICE OF THE PRINCIPAL GOVERNMENT ENGINEERING COLLEGE JAGDALPUR (C.G.)494005

INVITATION TO BID. Allendale Elementary School 3670 Penniman Avenue, Oakland, CA 94619

BULLETIN. Temperature Controls (10/2013)

Springpoint Architects, pc SECTION Childcare Center Architect s Project No TABLE OF CONTENTS Monroe County Comm. Sch. Corp.

Exemptions Interprofessional practice: Architects and engineers are exempt for work which is incidental to their practice.

Cherokee Nation

NATIONAL BANKING GROUP WEST-1

UCO BANK INDEX S.N. PARTICULARS PAGE NO. 1 INVITATION FOR TENDER OFFERS INSTRUCTIONS TO BIDDERS AND GENERAL TERMS & CONDITIONS 4-5

PRE-QUALIFICATION OF FIRE SAFETY AUDITORS

Item No. Description 1. BID PROPOSAL FORM Make the following revisions: a. Replace the BID PROPOSAL FORM with the attached BID PROPOSAL FORM.

BULLETIN. Temperature Controls (VAV) (3/11/2010)

REQUEST FOR QUALIFICATIONS

Exhibit J. Subcontract Agreement No.

ENGROSSED SUBSTITUTE HOUSE BILL State of Washington 60th Legislature 2007 Regular Session

PRO-WATCH NOTIFIER SECONDARY FIRE INTERFACE ARCHITECT AND ENGINEERING SPECIFICATION

WESTERN ZONAL OFFICE ENGINEERING DEPTT. WEST WING, FIRST FLOOR, "YOGEKSHEMA, NARIMAN POINT MUMBAI

इ ड यन ओव रस ज ब क Indian Overseas Bank. क ष त र य क य ऱय, Regional Office, Chandigarh

Fire Smoke Damper Actuator Replacements SECTION COMMISSIONING OF HVAC

MAZAGON DOCK SHIPBUILDERS LIMITED

The last date of submission of responses has been extended up to 14: 00 hrs on 20/07/2018.

INDUSTRIAL EXTENSION BUREAU

NOTICE TO CONTRACTORS

GATEWAY BUILDING ELEVATOR AND ESCALATOR SERVICES

ADDENDUM No: 3 JOSEPHINE COUNTY BUILDING OPERATIONS DEPARTMENT. February 29, NO CHANGE: March 8, 2012 / NOT LATER THAN 2:00 PM

INTER - UNIVERSITY ACCELERATOR CENTRE (An Autonomous Centre of UGC) Aruna Asaf Ali Marg, New Delhi

Supply & Installation of Fire Protection System at STPI- Nashik. Tender No. STPI/P/PUR/07/14-15 Date Signature of Bidder

CONTENTS AUTOMATIC TRANSFER SWITCHES

BOARD OF EXAMINERS OF LANDSCAPE ARCHITECTS

BRIDGES, FLYOVERS AND ELEVATED MRTS STRUCTURES

BULLETIN. Temperature Controls (Chilled Water) Phase III only (3/11/2010)

SPECIFICATIONS FOR TENDER # SUPPLY OF A FIRE ALARM SYSTEMS SERVICE AGREEMENT FOR WESTERN HEALTH

HONEYWELL AUTOMATION INDIA LTD

No previous protocol.

SECTION SECURITY TESTING AND COMMISSIONING

Sidney, Ohio 1204 FORMAL ISSUANCE OF CERTIFICATE OF SUBSTANTIAL COMPLETION... ON OR BEFORE JULY 30, 2015.

NOTICE INVITING TENDER

TENDER FOR EMPANELMENT OF VENDORS

GASTEC QA. Approval Requirements 200. for the GASTEC QA product certificate for fusion fittings and saddles made from Polyethylene (PE)

Florida Senate SB 982 By Senator Bennett

BID PROPOSAL-REVISED

1. Delete BID FORM in its entirety and replace with the BID FORM attached to this Addendum.

APPENDIX H (DESIGN SUBMISSION CRITERIA)

JANUARY 2019 SEMCAC REQUEST FOR QUOTATION WEATHERIZATION AND ENERGY ASSISTANCE PROGRAMS MECHANICAL AND ELECTRICAL SERVICES

Application for Registration of Fire Protection Consultant on Record

CORRIGENDUM NO: 2 TO REQUEST FOR QUOTATION CRFQ NO E-Tender Ref. No: 9093

GLOBAL EXPRESSION OF INTEREST (EOI) FOR CONSULTANCY SERVICES FOR CARRYING OUT CLEANING PIGGING AND INTELLIGENT PIGGING SURVEY (IPS) OF PIPELINE

HVAC System Indoor Climate Control

"This is only the scope of work for the project. For more information, interested parties should contact Procurement at

Subcontract Agreement No.

INVITATION FOR QUOTATION. TEQIP-II/2014/CG1G02/Shopping/50

GASTEC QA. Approval Requirements 6

CAN/ULC S Integrated Systems Testing of Fire Protection and Life Safety Systems and Fire Protection Commissioning

ADDENDUM NO. 1 FDVA-ITB B ITB TITLE: Bennett SVNH Nurse Call System ISSUE DATE: March 27, 2014

REQUEST FOR PROPOSAL RFP PRESERVATION MASTER PLAN FOR THE ELAM MARTIN FARMSTEAD CITY OF WATERLOO RIM PARK TERMS OF REFERENCE

STAR HOUSE BANK OF INDIA NATIONAL BANKING GROUP NORTH-I H-2 CONNAUGHT CIRCUS Middle/Outer Circle, Phone No

SCHEDULE 2 - EXHIBIT 1 DATED [ ] NATIONAL GRID ELECTRICITY TRANSMISSION PLC (1) and THE CONNECTION AND USE OF SYSTEM CODE

GASTEC QA. Evaluation Guideline KE 191. Amendment A1 Excess flow valves. KE A1 March 2012

Purchase: (Fire Fighting) May 26, Sub: Quotation for AMC of Fire Fighting Systems

CHAPTER Committee Substitute for Committee Substitute for Committee Substitute for House Bill No. 973

Subject: Tender for Comprehensive Annual Maintenance Contract (AMC) for CCTV System

NTA Metropolitan Mass Transit System. To: All Bidders Re: Tender 078/2017 for the Systems of the Red Line Project. Addendum No. 8

CALL FOR ENTRIES FOR PROFESSIONAL LANDSCAPE ANALYSIS AND PLANNING

ADDENDUM #1: MODIFICATIONS AND ADDITIONS TO CONTRACT DOCUMENTS

Request for Proposals Design Services for Kitchen Remodel and Second Floor Layout

PRIVATE FIRE SERVICE INSTALLATION PACKET

SUMET09 Maintain electrical systems and equipment (SQA Unit Code- H956 04)

TENDER FOR EMPANELMENT OF VENDORS FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES IN ZONE UNDER

Patrick County Horizons Jeb Stuart Hwy. Stuart, Va

"This is only the scope of work for the project. For more information, interested parties should contact Procurement at

Indian National Trust for Art and Cultural Heritage (INTACH, 71, KK Birla Lane, Lodhi Estate, New Delhi , Ph. No.

GASTEC QA. Approval Requirements 136

Request for Proposals (RFP) for: Columbia County Facilities Fire Detection and Security Improvements

BANK OF BARODA, ZONAL OFFICE, EASTERN U.P ZONE, BARODA HOUSE, V-23, VIBHITI KHAND, GOMTI NAGAR, LUCKNOW, TEL: , TENDER NOTICE FOR

RESIDENTIAL REBATE FORM

11 CONTRACT AWARD FOR SECURITY SERVICES

CAN/ULC-S INTEGRATED SYSTEMS TESTING OF FIRE PROTECTION AND LIFE SAFETY SYSTEMS

GASTEC QA. Evaluation Guideline KE 192. Amendment A1 Rubber materials for seals and diaphragms for gas appliances and gas equipment

Notice inviting Tender for Development of Signature Stall

B. After installation, the Owner shall be able to perform hardware configuration changes as desired without the services of the Integrator.


THE NATIONAL INSTITUTE OF HEALTH AND FAMILY WELFARE Baba Gang Nath Marg, Munirka, New Delhi Walk-in-Skill Test

Transcription:

CHENNAI METRO RAIL LIMITED CHENNAI METRO RAIL PROJECT PHASE-1 EXTENSION ADDENDUM-1 TO BIDDING DOCUMENTS for CONTRACT SUPPLY, INSTALLATION, TESTING, COMMISSIONING AND TRAINING OF E&M WORKS INCLUDING ELECTRICAL, VAC, FIRE PROTECTION, SCADA WORKS FOR DEPOT & AUTO COACH WASHING PLANT AT WIMCO NAGAR AND METRO BHAWAN AT NANDANAM Employer: Chennai Metro Rail Limited Country: India Project: Chennai Metro Project (V) Phase 1 Extension Loan Agreement No.: ID - P258 Page 1

ADDENDUM TO PART 1: BIDDING PROCEDURES A1 Evaluation and Qualification Criteria (Without Prequalification) S. No. Clause of Bid Document A1.1 Evaluation and Qualification Criteria Average Annual Turnover 2.3.2 iginal Clause Minimum average annual of turnover of INR 194.76 Cr (Indian Rupees One Ninety-Four Crore Seventy six lakhs only) calculated as total certified payments received for contracts in progress and / or completed, within the last five (5) years, divided by five (5) years Revised Clause Minimum average annual of turnover of INR 146 Crore (Indian Rupees One forty-six Crore only) calculated as total certified payments received for contracts in progress and / or completed, within the last five (5) years as per FIN-1, divided by five (5) years. A1.2 Evaluation and Qualification Criteria Specific Experience 2.4.2(a) A minimum number of E&M (Electrical, HVAC, Fire Protection, Plumbing, Integrated building management system) similar work(s) that have been satisfactorily and substantially (iii) completed as a prime contractor (single entity or JV member), subcontractor, or management contractor (i), for at least the last seven(7) years, starting 1 st January 2011. and Bid submission deadline (a) Supply, Installation, Testing and commissioning of E&M works of any of the following value i. one work of value INR 77.9 CR.. or above satisfying the required experience under 2.4.2 (b) ii. two works of value INR 48.7 CR or above satisfying the required experience under 2.4.2 (b) iii. three works of value INR 39 CR. or above satisfying the required experience under 2.4.2 (b) A minimum number of E&M (Electrical, HVAC, Fire fighting, Fire alarm) similar work(s) that have been satisfactorily and substantially (iii) completed as a prime contractor (single entity or JV member), subcontractor, or management contractor (i), for at least the last seven (7) years, starting 1st January 2011. and Bid submission deadline a) Supply, Installation, Testing and commissioning of E&M works of any of the following value i. One (1) work of value INR 48.7 Crore.. or above satisfying the required experience under 2.4.2 (b) ii. Two (2) works of value INR 39 Crore or above satisfying the required experience under 2.4.2 (b) iii. Three (3) works of value INR 29.2 Crore. or above satisfying the required experience under 2.4.2 (b) A1.3 Evaluation and Qualification Criteria Specific Experience 2.4.2(b) Minimum experience in the following key activities that has been satisfactorily and substantially completed as prime contractor (single entity or JV member), management contractor or subcontractor (vi) in an urban context between 1st January 2011 and Bid submission deadline Minimum experience in the following key activities that has been satisfactorily and substantially completed as prime contractor (single entity or JV member), management contractor or subcontractor (vi) in an urban context between 1st January 2011 and Bid submission deadline Page 2

A1.4 Evaluation and Qualification Criteria Financial Resources 2.5.1 Execution of E&M (Electrical, HVAC, Fire Protection, Plumbing, Integrated building management system) similar work(s) for One Underground Metro Rail Station Two Elevated Metro Stations One Railway Workshop/Metro rail depot Execution of E&M (Electrical, HVAC, Fire Protection, Plumbing, Integrated building management system) similar works of minimum 2000 kva and above capacity for large Multi storey building such as Airport, Hospital, Hotel, IT park, commercial mall any industrial projects, factory s, etc (i) The Bidder shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the construction cash flow requirements estimated as INR 8.2 Cr per month for the subject contract(s) net of the Bidders other commitments. Execution of E&M (Electrical, HVAC, Fire fighting, Fire alarm) similar works for One Underground Metro Rail Station Two Elevated Metro Stations One Railway Workshop/Metro rail depot Execution of E&M (Electrical, HVAC, Fire fighting, Fire alarm) similar works of minimum 2000 kva and above capacity (Single or combination) for large Multi storey building such as Airport, Hospital, Hotel, IT park, commercial mall any industrial projects, factory s, etc. (i) The Bidder shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the construction cash flow requirements estimated as INR 5.7 Crore per month for the subject contract(s) net of the Bidders other commitments. Page 3

A2. Entire Clause 1.1 is replaced with below 1.1 Evaluation of Technical Bids 1.1.1 Assessment of adequacy of Technical Proposal with Requirements Evaluation of the Bidder s Technical Proposal will include an assessment of the Bidder s technical capacity to mobilize key equipment and personnel for the contract consistent with its proposal regarding work methods, scheduling, and material sourcing in sufficient detail and fully in accordance with the requirements stipulated in Section VI, Works Requirements. 1.1.2 Personnel For this package, the Bidder must demonstrate that it has the personnel employed by them for the key positions that meet the following requirements. Table -A Key Positions for Depot & Auto Coach Washing Plant At Wimco Nagar S.No Position Min No. of staffs 1 Project Manager (Common for both sites) Minimum Requirement 1 Bachelor s Degree in Electrical /Mechanical Engineering with minimum 15 years total experience and 10-year experience in the role of Project Manager in the execution of similar type of work 2 Deputy Project manager 1 Bachelor s Degree in Electrical /Mechanical Engineering with minimum 12 years total experience and 6-year experience in the role of Manager/ Deputy Manager in the execution of similar type of works 3 Design Manager/ Coordinator 1 Graduate in Electrical / Mechanical Engineering respectively with minimum 12 years total experience and 8- year experience in the role of Design manager/coordinator in the execution of similar type of works. 4 Engineers 4 2 Nos. Electrical*, 2 Nos. Mechanical with bachelor s Degree in respectively with minimum 10 years total experience and 6 year experience in the role of Senior Engineer in the execution of similar type of works Page 4

S.No Position Min No. of staffs Minimum Requirement 5 QA & QC Manager 1 1 No. Electrical / Mechanical Engineer with Bachelor s Degree and certificate in QA/ QC, with minimum 10 years total experience and 6 year experience in the role of QA & QC Manager in the execution of similar type of works 6 QA & QC Engineer 2 1 No. Electrical and 1 No. Mechanical Engineer with bachelor s Degree and certificate in QA/ QC, with minimum 8 years total experience and 4 year experience in the role of QA & QC Engineer in the execution of similar type of works 7 Interface Manager 1 Graduate Degree in Mechanical/ Electrical Engineering with minimum 12 years total experience and 8 year experience in the role of similar type of works. 8 Senior OHSE manager 1 1 No. with Graduate Degree in Mechanical/Electrical Engineering with additional international Qualifications of CSA/ NESOH/ RLI certificate course in safety engineering minimum 15 years total experience and minimum 7 years experience in the role of similar type of works similar type of works. Table -B Key Positions for Metro Bhawan At Nandanam S.No Position Min No. of staffs 9 Deputy Project manager Minimum Requirement 1 Bachelor s Degree in Electrical /Mechanical Engineering with minimum 12 years total experience and 6-year experience in the role of Manager/ Deputy Manager in the execution of similar type of works 10 Design Manager/ Coordinator 2 Graduate in Electrical (1) and Mechanical (1) Engineering respectively with minimum 12 years total experience and 8- year experience in the role of Design manager/coordinator in the execution of similar type of works. Page 5

S.No Position Min No. of staffs Minimum Requirement 11 Engineers 6 (2 Nos. Electrical*, 4 Nos. Mechanical (2-PHE/FF, 2- HVAC) Engineers) with Bachelor s Degree in Electrical / Mechanical respectively with minimum 10 years total experience and 6 year experience in the role of Senior Engineer in the execution of similar type of works 12 QA & QC Manager 1 1 No. Electrical / Mechanical Engineer with Bachelor s Degree and certificate in QA/ QC, with minimum 10 years total experience and 6 year experience in the role of QA & QC Manager in the execution of similar type of works 16 QA & QC Engineer 2 (1 No. Electrical and 1 No. Mechanical Engineer) each with Bachelor s Degree in Mechanical / Electrical Engineering respectively and certificate in QA/ QC, with minimum 8 years total experience and 4 year experience in the role of QA & QC Engineer in the execution of similar type of works 17 Interface Manager 1 Graduate Degree in Mechanical/ Electrical Engineering with minimum 12 years total experience and 8 year experience in the role of similar type of works. 18 Senior OHSE manager 1 1 No. with Graduate Degree in Mechanical/Electrical Engineering with additional international Qualifications of CSA/ NESOH/ RLI certificate course in safety engineering minimum 15 years total experience and minimum 7 years experience in the role of similar type of works similar type of works. Note: 1) Penalty of Rs. 2 Lakhs per month shall be imposed if key personnel have not been deployed as per the deployment schedule. * Electrical supervision engineers should have valid C grade licence. The above specified staffs are the minimum requirement for the contract management till testing, commissioning and handover of E&M system. This is the minimum requirement for personnel who has to be approved by CMRL. However, additional personnel has to be deployed as needed. The supporting documents of qualification and experience preferably from the client/ employer need to be submitted to CMRL for approval. CMRL rights to re-adjust the above key personnel as per the site requirements The total work experience of the personnel mentioned above is for engineering graduates. In case of Diploma holders the total years of experience shown above should be increased by 5 years Page 6

ADDENDUM TO PART 2: VOLUME 1 EMPLOYER'S REQUIREMENTS B1. APPENDIX 4 CONTRACT KEY DATES (REVISED ONLY METRO BHAWAN KEYDATES) METRO BHAWAN AT NANDANAM (Revised) Key Date KD 22 KD 23 KD 24 No. of days (From date of commencem ent) 30 90 120 Details of Works to be completed Submission of initial work programme, establishing site office, mobilisation of key personnel and P&M Complete material and Vendor Submittal Approval of shop drawings KD 25 KD 26 KD 27 KD 28 KD 29 180 210 230 260 280 Supply & Installation 50% of first fix (Cable tray, conduit, pipes etc) items in Basement Floor to 5 th Floor Supply & Installation 100% of first fix (Cable tray, conduit, pipes etc) items in Basement Floor to 5 th Floor Supply & Installation 50% of first fix (Cable tray, conduit, pipes etc) items in 6 th Floor to 12 th Floor Supply & Installation 100% of first fix (Cable tray, conduit, pipes etc) items in 6 th Floor to 12 th Floor Supply & Installation 100% of first fix (Cable tray, conduit, pipes etc) items in plant room. KD 30 Supply & Installation of 100% of power cables, 300 wiring, piping, ducting and earthing works in Basement Floor to 5 th Floor KD 31 330 Supply & Installation of 100% of power cables, wiring, piping, ducting and earthing works in 6 th Floor to 12 th Floor KD 32 360 Supply & Installation of 100% of power cables, wiring, piping, ducting and earthing works in Plant room. KD 33 400 Supply, Installation & Termination of final fix items (Panels, Light fixtures, Fire alarm & Firefighting equipment s, data and voice network, sockets, CCTV etc) at plant room KD 34 400 Supply, Installation & Termination of final fix items (Panels, Light fixtures, Fire alarm & Firefighting equipment s, data and voice network, sockets, CCTV etc) at Basement to 5 th floor Page 7

KD 35 Supply, Installation & Termination of final fix items 420 (Panels, Light fixtures, Fire alarm & Firefighting equipment s, data and voice network, sockets, CCTV etc) at 6 th to 12 th floor KD 36 450 Completion of complete Electrical, VAC, Firefighting, Fire alarm, IBMS and data & voice networks system. KD 37 470 Completion of complete Electrical testing & CEIG approval KD 38 490 Completion of complete Fire protection system & TNFRSD approval ADDENDUM TO PART 3: GENERAL CONDITIONS, PARTICULAR CONDITIONS AND CONTRACT FORMS Section VIII. Particular Conditions (PC) TABLE: SUMMARY OF DELAY DAMAGES AS PER CLAUSE 8.7 OF GC WIMCO NAGAR DEPOT & METRO BHAWAN AT NANDANAM C1. REVISED ONLY METRO BHAWAN DELAY DAMAGES TABLE Key Date No. of days (From date of commencem ent) KD 22 30 KD 23 90 KD 24 120 Details of Works to be completed Submission of initial work programme, establishing site office, mobilisation of key personnel and P&M Complete material and Vendor Submittal Approval of shop drawings Delay Damages in INR per Day KD 25 180 KD 26 210 KD 27 230 KD 28 260 Supply & Installation 50% of first fix (Cable tray, conduit, pipes etc) items in Basement Floor to 5 th Floor Supply & Installation 100% of first fix (Cable tray, conduit, pipes etc) items in Basement Floor to 5 th Floor Supply & Installation 50% of first fix (Cable tray, conduit, pipes etc) items in 6 th Floor to 12 th Floor Supply & Installation 100% of first fix (Cable tray, conduit, pipes etc) items in 6 th Floor to 12 th Page 8

Floor KD 29 280 KD 30 KD 31 KD 32 KD 33 KD 34 KD 35 KD 36 300 Supply & Installation 100% of first fix (Cable tray, conduit, pipes etc) items in plant room. Supply & Installation of 100% of power cables, wiring, piping, ducting and earthing works in Basement Floor to 5 th Floor 330 Supply & Installation of 100% of power cables, wiring, piping, ducting and earthing works in 6 th Floor to 12 th Floor 360 Supply & Installation of 100% of power cables, wiring, piping, ducting and earthing works in Plant room. 400 Supply, Installation & Termination of final fix items (Panels, Light fixtures, Fire alarm & Firefighting equipment s, data and voice network, sockets, CCTV etc) at plant room 400 420 Supply, Installation & Termination of final fix items (Panels, Light fixtures, Fire alarm & Firefighting equipment s, data and voice network, sockets, CCTV etc) at Basement to 5 th floor Supply, Installation & Termination of final fix items (Panels, Light fixtures, Fire alarm & Firefighting equipment s, data and voice network, sockets, CCTV etc) at 6 th to 12 th floor 450 Completion of complete Electrical, VAC, Firefighting, Fire alarm, IBMS and data & voice networks system. KD 37 470 Completion of complete Electrical testing & CEIG approval KD 38 490 Completion of complete Fire protection system & TNFRSD approval Page 9