a. general - eTendering System

advertisement
1
NEW OPD BLOCK IN PGIMS AT ROHTAK
HARYANA
TENDER DOCUMENTS
FOR
AIR-CONDITIONG WORKS (HVAC)
2
DETAILED NOTICE INVITING
TENDER
1.
Name of work
Providing Central Air Conditioning System
(HVAC) in New OPD Block in PGIMS,
Rohtak Haryana
2.
Approx. Cost
Rs.966.00 Lacs
3.
Earnest Money
Rs.19.32 Lacs
4.
Time Limit
9 (Nine Months)
Certified that this DNIT contains 1 to 235 pages all have been initialed and are intact.
3
PRESS NOTICE
Haryana P.W.D. (B&R) DEPTT.
Notice Inviting Tenders
OFFICE OF THE EXECUTIVE ENGINEER,
ELECTRICAL DIVISION, PWD B&R BRANCH,
ROHTAK
DETAILED NOTICE INVITING
TENDER
1.
Name of work
Providing Central Air Conditioning System
(HVAC) in New OPD Block in PGIMS,
Rohtak Haryana
2.
Approx. Cost
Rs.966.00 Lacs
3.
Earnest Money
Rs. 19.32 Lacs
4.
Time Limit
9 (Nine Months)
5.
Tenders to be receive / open online
Through e-tendering only, as per
schedule of key dates given in the
DNIT
For further details visit web-site haryanapwd-bandr.org &
http://haryanapmgsy.etenders.in
Executive Engineer,
Electrical Division,
PWD B&R Branch, Rohtak
4
TABLE OF CONTENTS
Sr.
No.
Name of Contents
Page No.
i
INVITATION FOR BIDS
Press Notice
ii
Detailed Notice Inviting Tender
6-8
iii
Conditions of E-Tendering
9-12
5
SECTION-1
i
Instructions to Bidders (ITB)
13-29
SECTION-2
Qualification information
30-36
SECTION-3
Conditions of Contract
37-53
SECTION-4
Contract Data
54-58
SECTION-5
Techno Commercial Conditions
59-69
SECTION- 6
Form of Bid
70-71
SECTION-7
Securities and Other Forms
72-81
SECTION- 8
Drawings
82
SECTION - 9
Labour Regulation
83-94
SECTION – 10
Specifications & Special Tech. Conditions
95-215
SECTION – 11
Bill of Quantities
216-235
5
PRESS NOTICE
Haryana P.W.D. (B&R) DEPTT.
Notice Inviting Tenders
OFFICE OF THE EXECUTIVE ENGINEER,
ELECTRICAL DIVISION, PWD B&R BRANCH,
ROHTAK
DETAILED NOTICE INVITING
TENDER
1.
Name of work
Providing Central Air Conditioning System
(HVAC) in New OPD Block in PGIMS,
Rohtak Haryana
2.
Approx. Cost
Rs.966.00 Lacs
3.
Earnest Money
Rs. 19.32 Lacs
4.
Time Limit
9 (Nine Months)
5.
Tenders to be receive / open online
Through e-tendering only, as per
schedule of key dates given in the
DNIT
For further details visit web-site haryanapwd-bandr.org &
http://haryanapmgsy.etenders.in
Executive Engineer,
Electrical Division,
PWD B&R Branch, Rohtak
6
DETAILED NOTICE INVITING TENDER
1.
Executive Engineer, Electrical Division, Haryana PW(B&R) Deptt. Rohtak on behalf of
Governor of Haryana invites online item rate tenders (E-tenders) from approved and eligible
Bidders. Eligible bidders are, bidders registered with Haryana Govt., other State Govt., Govt. of
India and other Central & State Govt. undertakings subject to the satisfaction of the qualification
criteria.
Sr
Name of work
No
Estimated
Bid Security
Cost
Cost of
documents
Time
Limit
(Rs. in lacs)
1
2
3
1
Providing Central Air Conditioning
System (HVAC) in New OPD Block
in PGIMS, Rohtak Haryana
Rs.966 Lacs
Rs.19.32 lacs.
4
5
Rs.20,000/-
9 Months
NOTE:
 Cost of bid document ( to be paid only onine) is Rs.20,000/- (non-refundable) for each bid.
1
Bidding Documents can be downloaded online from the Portal http://haryanapwdbandr.org and http://haryanapmgsy.etenders.in by the Contractor on the Portal.
2
As the Bids that are to be submitted online are required to be encrypted and digitally signed,
the Bidders are advised to obtain the same at the earliest. For obtaining Digital Certificate,
the Bidders may contact the representative of Nextenders, the Service Providers of
Electronic Tendering System.
3
Key Dates:(i)
Date and Time for Tender Download: from say 06.02.2012 (10:00 AM) to
06.03.2012 (17:00 PM)
(ii)
Date and Time for Bid Preparation and Hash Submission and making Online
Payment: from say 06.02.2012 (10:00 AM) to 07.03.2012 (12:00 PM)
(iii)
Pre-bid meeting on 15.02.2012 (10:00 AM) to 15.02.2012 (17:00 PM)
(iv)
Technical and Financial Lock 07.03.2012 (12:01 PM) to 07.03.2012 (17:00 PM)
(v)
Date and Time for Online Bid Submission (Decryption and Re-encryption): from
say 07.03.2012 (17:01 PM) to 12.03.2012 (11:00 PM)
(vi)
Last Date and Time of receipt of other documents to be submitted physically, if
any: Upto say 06.02.2012 (10:00 AM) to 12.03.2012 (11:00 PM)
(vii)
Date and Time for Opening of Technical Bid on 12.03.2012 (11:01AM) to 12.03.2012
(17:00) by the Suprintending Engineer , Electrical Circle, Hr. PWD B&R Br. Karnal in
his office.
(viii)
Pre-bid meeting 2nd on 15.03.2012 (10:00 AM) to 15.03.2012 (17:00 PM)
7
(ix)
Date and Time for Opening of Technical Evaluation on 12.03.2012 (11:01 AM) to
22.03.2012 (17:00) by the Suprintending Engineer , Electrical Circle, Hr. PWD B&R Br.
Karnal in his office.
(x)
Date and Time for Opening of Price Bid on say 27.03.2012 to 27.03.2012 at 11.01 AM to
17:00 PM by the Superintending Engineer Electrical Circle in his office at Karnal
4
The
Bidders
can
download
the
bidding
documents
from
the
Portal
http://haryanapmgsy.etenders.in. Tender Documents Fee and Earnest Money has to be paid
online during the Bid Preparation and Hash Submission stage.
5
Note:
i) Documents of Technical Bid which can not be submitted online
-
Envelope ‘T I’
Online Bidders are required to submit any other document related to Technical Bid
which cannot be submitted online in physical form in Technical Envelop – ‘TI’. Price
Bids are to be submitted mandatory online and shall not be accepted in any physical
from.
Reference of the EMD is to be mentioned online. Also, in case of Technical Bids, the
list of documents being submitted physically are to be uploaded online.
In the first instance, the Earnest Money shall be opened online. If the Earnest Money is found
proper, the Envelop ‘TI’ containing Technical Bid documents which can not be submitted online, shall be
opened in the presence of such contractors who choose to be present. The Financial Offer shall be opened
only if the tenderers meet the qualification criteria and availability of bid capacity as per qualification,
criteria of the Technical Bid document. The date of opening of Financial Bid may be fixed and announced
at the time of opening of Technical Bid or later on.
The contractual agencies will submit the necessary documents as under:Envelope – Technical Bid Envelope
Online Technical Envelope – All the information and scanned copies of the Documents / Certificates
as required to be submitted as per Tender. Also, the list of such documents that can not be submitted online, if
any.
Physical Technical Envelope – All the Information and Documents / Certificates as required to be submitted
as per Tender that cannot be submitted online, if any.
This envelope will be only opened if the Contractual Agency fulfills conditions.
The contractual Agencies can submit their tender documents as per the date mentioned in
the key Dates stated above:CONDITIONS:-
DNIT & Prequalification Criteria can be seen on any working day during office hours
in the office of the undersigned as well as in the office of the Superintending Engineer Electrical Circle,
Hr.PW (B&R) Deptt. Karnal.
1)
Conditional tenders will not be entertained & are liable to be rejected.
2)
In case the day of opening of tenders happens to be holiday, the tenders will be opened on the
next working day. The time and place of receipt of tenders and other conditions will remain
unchanged.
8
3)
The undersigned reserve the right to reject any tender or all the tenders without assigning any
reason.
4)
The societies shall produce an attested copy of the resolution duly approved by the CoOperative department alongwith technical bids.
5)
The tender without earnest money will not be opened.
6)
The jurisdiction of court will be at Rohtak.
7)
The tender of the bidder who does not satisfy the qualification criteria in the bid documents are
liable to be rejected, summarily without arranging any reason and no claim whatsoever on this
account will be considered.
8)
The bid for the work shall remain open for acceptance during the bid validity period to be
reckoned from the date of ‘Submit Bid Hash Online’. Bids would require to be valid for 120
days from the date of bid closing.
9)
A bidder shall not be permitted to bid for works in the Circle responsible for award and
execution of contracts in which his or her spouse’s near relative (defined as first blood relations,
and their spouses) is posted as Divisional Accountant or as an officer in any capacity between
the grade of Superintending Engineer and Assistant Engineer (both inclusive).
10)
No Engineer of Gazetted rank or other Gazetted officer employed in Engineering or
Administrative duties in an Engineering Department of the State Government is allowed to
work as a contractor for a period of two years after his retirement from Government service,
without Government permission. This contract is liable to be cancelled if either the Contractor
or any of his employees is found any time to be such a person who had not obtained the
permission of the Government as aforesaid before submission of the tender or engagement in
the contractor’s service.
For and on behalf of Governor of Haryana
Executive Engineer,
Electrical Division, Hr.
PW (B&R), Deptt. Rohtak
Phone : 01262-276813
Email:
Endorsement No.
Dated
A copy of above is forwarded to the following for information and wide publicity:
(1)
(2)
(3)
(4)
(5)
(6)
The Deputy Commissioner, Rohtak.
The Engineer-in-Chief Haryana, PW(B&R) Deptt., Chandigarh
The Superintending Engineer Electrical Circle, PW(B&R)Deptt., Karnal.
All the SDE’s under Electrical Division, Rohtak
All Working Contractors of appropriate class of HVAC Works.
Deputy Superintendent/H.D.M./Divisional Accountant/Notice Board.
Executive Engineer,
Electrical Division, Hr.
PW (B&R), Deptt. Rohtak
Phone : 01262-276813
Email:
9
Instruction to Contractor on Electronic Tendering (Applicable only for contract(s)
amounting to more than Rs.5.00 lacs)
1.
These conditions will over-rule the conditions stated in the tender documents, wherever
relevant and applicable.
Registration of the Contractors on the Haryana PW(B&R) Deptt.’s website
2.
http://haryanapmgsy.etenders.in
All the Contractors registered / intending to register with Haryana PW(B&R) Deptt. and intending
to participate in the tenders processed online, are required to get registered on the
Electronic Tendering System on the Portal http://haryanapmgsy.etenders.in
The Contractors registered with other departments who are also eligible to participate in the tenders
are also required to be registered on the Electronic Tendering System in OPEN category.
For more details, please see the information in Registration info link on the home page.
3. Obtaining a Digital Certificate:
3.1
The Bids submitted online should be encrypted and signed electronically with a Digital
Certificate to establish the identity of the bidder bidding online. These Digital Certificates
are issued by an approved certifying authority, by the controller of Certifying Authorities,
Government of India.
3.2
A Digital Certificate is issued upon receipt of mandatory identity proofs and verification
letters attested by the bankers with whom the contractor maintains the accounts with. Only
upon the receipt of the required documents, a digital certificate can be issued.
3.3
The registered contractors may obtain Class II B digital certificated from any Certifying
Authority or Sub- certifying Authority authorized by the Controller of Certifying
Authorities or may obtain information and application format and documents required to
issue of digital certificate from:
i.
ii.
3.4
Nextenders (India) Pvt. Ltd.
YUCHIT, Juhu Tara Road,
Mumbai – 400049
Phone: 022-26611287
Email: support@nextenders
Nextenders (India) Pvt. Ltd.
Nirman Sadan(Basement) Plot No.1
Sector-33-A, Chandigarh.
Pin Code: 160020
Mob: 09815034028 (Mr.Manmeet Singh)
Mob: 08146440101 (Mrs. Anujit Gill)
Email: Chandigarh@nextenders.com
Bid for a particular tender may be submitted only using the digital certificate,
which is used to encrypt the data and sign the hash during the stage of bid preparation and
hash submission. In case, during the process of a particular tender, the user looses his digital
certificate (i.e. due to virus attack, hardware problem, operating system problem); he may
not be able to submit the bid online. Hence, the users are advised to back up to certificate
and keep the copies at safe place under proper security to be used in case of emergencies.
10
3.4
In case of online tendering, if the digital certificate issued to the authorized user of a firm is
used for signing and submitting a bid it will be considered equivalent to a no-objection
certificate/power of attorney to that User. The firm has to authorize a specific individual via
an authorization certificate signed by all partners to use the digital certificate as per Indian
Information Technology Act 2000. Unless the certificates are revoked, it will be assumed to
represent adequate authority of the user to bid on behalf of the firm for Haryana PWD B&R
tenders as per Information Technology Act 2000. The digital signature of this authorized
user will be binding on the firm. It shall be the responsibility of management / partners of
the registered firms to inform the certifying authority of Sub / Certifying Authority, if the
authorized user changes, and apply for a fresh digital certificate and issue a ‘authorization
certificates’ for the new user. The procedure for application of a digital certificate will
remain the same for the new user.
3.5
The same procedure holds true for the authorized users in a private/Public limited company.
In this case, the authorization certificate will have to be signed by the directors of the
company.
4. Opening of an Electronic Payment Account:
4.1
For purchasing the tender documents online, contractors are required to pay the tender
documents fees online using the electronic payments gateway service as mentioned in
the D.N.I.T.
4.2
For the list of payments using which the online payments can be made, please refer to the
Home page of the Portal http://haryanapmgsy.etenders.in.
5. Set up of machine
5.1
In order to operate on the electronic tender management system, a user’s machine is
required to be set up. A help file on setting up of the system can be obtained from next
Tenders (India) Pvt. Ltd. or downloaded from the home page of the website http://haryanapmgsy.etenders.in.
6. Online Viewing of Detailed Notice Inviting Tenders:
6.1
The contractors can view the detailed N.I.T and the time schedule (Key Dates) for all the
packages floated using the electronic tendering system on the Haryana PW(B&R) website
http://haryanapmgsy.etenders.in
7. Purchase of Tender Documents:
a)
Download of Tender Documents: The tender documents can only be
downloaded from the Electronic Tendering System on the Portal
http://haryanapmgsy.etenders.in
8. Submission of Bid Seal (Hash) of online Bids:
11
8.1
Submission of bids will be preceded by submission of the digitally signed
bid seal (Hash) as stated in the tender time schedule (Key Dates)
9. Generation of Super Hash:
9.1
After the prescribed time of submission of Bid Seal (Hash) by the Contractors has
lapsed, the bid round will be closed and a digitally signed tender Super Hash will be
generated by authorized Haryana PW(B&R) official. This is equivalent to sealing the
tender box.
10. Submission of actual online bids:
10.1
Contactors have to submit their encrypted bids online and upload the relevant
documents for which they generated the hash at the stage of hash generation and
submission after the generation of Super Hash within the date and time as stated in
the Notice Inviting Tenders (Key Dates). The electronic bids of only those contactors
who have submitted their bid seals (Hashes) within the stipulated time, as per the
tender time schedule (Key Dates), will be accepted by the System. A contractor who
does not submit his bid seal (Hash) within the stipulated time will not be allowed to
submit his bid.
11. Submission of Tender Document Fees:
11.1
The Payment can be made by eligible / approved contractors online directly. Arrangements
have been made for contractors to make payments online via Credit Cards / Internet
Banking Accounts / ITZ Cash Cards/Debit Cards. The contractors have to pay for the
tender documents online by making online payment of tender document fees using the
service of the secure electronic payment gateway. The secure Electronic payments
gateway is an online interface between contractors and credit card / online payment
authorization networks.
12. Submission of Earnest Money Deposit:
12.1
13.
The EMD Payment will be made by eligible / approved contractors online.
Key Dates:
13.1
The contractors are strictly advised to follow dates and times a indicated in the Notice
Inviting Tenders. The date and time will be binding on all contractors. All online
activities are time tracked and the system enforces time locks that ensure that no
activity or transaction can take place outside the start and end dates and time of the
stage as defined in the Notice Inviting Tenders.
Other Information:
1. The intending Contractors shall fill in the item rate in the online templates of the online tender.
The Price Bid has to be submitted mandatory online.
2. Technical Bid Documents that cannot be submitted online, if any should be put in separate
sealed envelopes and these sealed envelopes together with the documents listed below and
delivered to this office before the date and time mentioned in the Tender Notice.
12
i.
A list of all documents accompanying the sealed envelopes containing the tender
documents.
ii.
Duly accepted power of Attorney in original along with its two certified copies in
the name of tenderer or authorized representative to act on behalf of the agency.
3. a)
Bidder must strictly abide by the stipulations set forth in detailed notice inviting
tenders while tendering for the work.
4. Price Bid has to be submitted mandatory online and shall not be accepted physically under any
circumstances. In case any tenders does not comply with procedure given above, will be
presumed that he is not interested in work and the work shall not be let out to him, further
he may be de-barred without further notice to him for failing to abide by the approved terms
of detailed notice inviting tenders for this work.
5.
The tenders which are not accompanied by the earnest money or do not strictly follow the
technical requirement, are liable to be rejected summarily.
6.
Tenders quotations which are dependent upon the quotations of another tender shall be
summarily rejected.
7.
The tender of the bidders who does not satisfy the qualification in the bid documents are
liable to be rejected summarily without arising any reason and no claim what so ever on
their account will be considered.
Executive Engineer,
Electrical Division, Hr.
PW (B&R), Deptt. Rohtak
Phone : 01262-276813
Email:
13
SECTION-1
INSTRUCTIONS TO BIDDERS
(ITB)
14
A. GENERAL
Scope of Bid
1
1.1
The Employer (named in Appendix to ITB) invites bids for the construction of works (as
defined in these documents and referred to as “the works”) detailed in the table given in IFB.
The bidders may submit bids for any or all of the works detailed in the table given in IFB.
1.2
The successful bidder will be expected to complete the works by the intended completion date
specified in the Contract data.
1.3
2.
Throughout these bidding documents, the terms ‘bid’ and ‘tender’ and their derivatives
(bidder/tenderer, bid/tender, bidding/tendering, etc.) are synonymous.
Source of Funds
2.1
The expenditure on this project will be met from the Client Department .
3.
Eligible Bidders.
3.1
This Invitation for Bids is open to all bidders as defined in Appendix to ITB.
4.
Qualification of the Bidder (Applicable for contract(s) costing more than Rs.100.00 lacs).
4.1
All bidders shall provide in Section-2, Forms of Bid and Qualification Information a
preliminary description of the proposed work method and schedule, including drawing and
charts, as necessary. The proposed methodology should include programme of construction
backed with equipment planning and deployment duly supported with broad calculations and
quality assurance procedures proposed to be adopted justifying their capability of execution
and completion of work as per technical specifications, within stipulated period of
completion.
4.2
Deleted
4.3
All bidders shall include the following information and documents with their bids in Section
2:
copies of original documents defining the constitution or legal status, place of registration,
and principal place of business, written power of attorney of the signatory of the Bid to
commit the Bidder.
total monetary value of HVAC Work performed for each of the last five years.
experience in building construction works for each of the last five years, and details
of works underway or contractually committed; and clients who may be contacted for further
information on those contracts.
major items of construction equipment proposed to carry out the Contract.
qualifications and experience of key site management and technical personnel
proposed for Contract:
reports on the financial standing of Bidder, such as profit and loss statements and
auditor’s reports for the past five years.
evidence of access to line(s) of credit and availability of other financial resources
facilities (10% of contract value), certified by the Bankers (Not more than 3 months old).
undertaking that the bidder will be able to invest a minimum cash upto 25% of
contract value of work, during implementation of work.
a)
b)
c)
d)
e)
f)
g)
h)
i)
j)
authority to seek references from the Bidder’s bankers;
information regarding any litigation, current or during the last five years, in which the
Bidder is involved, the parties concerned, and disputed amount;
15
k)
l)
proposals for subcontracting components of the works amounting to more than 20 per
cent of the Bid Price (for each, the qualifications and experience of the identified subcontractor in the relevant field should be annexed); and
the proposed methodology and programme of construction, backed with equipment
planning and deployment, duly supported with broad calculations and quality control
procedures proposed to be adopted, justifying their capability of execution and completion of
the work as per technical specifications within the stipulated period of completion as per
milestones.
4.4
Bids from Joint ventures are not acceptable.
4.5 Qualification Criteria
4.5A.
To qualify for award of the contract, each bidder in its name should have in the last five
years as referred to in Appendix.
a)
The applicant should have experience of having successfully completed similar
works during last 7 years ending last day of month previous to the one in which
applications are invited should be either of the following:
i. Three similar completed works costing not less than the amount equal to 40%
of the estimated cost.
ii. Two similar completed works costing not less than the amount equal to 50% of
the estimated cost.
iii. One similar completed work costing not less than the amount equal to 80% of
the estimated cost.
Cost of work shall mean gross value of the completed work including the cost
of materials supplied by the Govt. / Client, but excluding those supplied free of cost. This
should be certified by an officer not below the rank of Executive Engineer/ Project
Manager or equivalent (calculated on the basis of 10% value added compounded per
year).
b)
The applicant should have minimum Average Annual financial turnover during
the last 3 years, ending 31st March of the previous financial year, should be at
least 30% of the estimated cost. This should be duly audited by a Chartered
Accountant (10% compounded value per year to be added)
c)
The applicant should have not incurred any loss in more than two years during
the last five years ending last day of tender duly certified by the Charted
Accountant.
d)
The contractor or his identified sub-contractor should possess required valid license
for executing the water supply/sanitary/electrical engineering works and should have
executed similar water supply/sanitary/electrical engineering works for a minimum
amount as indicated in Appendix in any one year.
e)
The applicant’s performance for each work completed in the last 5 years and in hand
should be certified by an officer not below the rank of Executive Engineer/Project
manager or equivalent and should be obtained in sealed cover.
Each bidder should further demonstrate:
availability (either owned or leased) of the key and critical equipment to attain the
completion of works in accordance with the prescribed construction schedule are
shown in the Annexure-I.
The bidders should, however, undertake their own studies and furnish with
their bid, a detailed construction planning and methodology supported with layout
and necessary drawings and calculations (detailed) as stated in clause 4.3(l) above to
allow the employer to review their proposals. The numbers, types and capacities of
each plant/equipment shall be shown in the proposals along with the cycle time for
each operation for the given production capacity to match the requirements.
If
the contractual agency fails to bring any of the quality control lab equipment as
mentioned in Annexure-I, the item will be arranged by Haryana PW (B&R)
B.
(a)
16
Deptt. and recovery shall be made from the contractor’s bill @ double the cost of
that item.
(b)
Availability for this work of personnel with adequate experience as required; as per
Annexure-II.
liquid assets and/or availability of credit facilities of not less than amount indicated in
Appendix.
(c)
C.
To qualify for a package of contracts made up of this and other contracts for which bids
are invited in the IFB, the bidder must demonstrate having experience and resources
sufficient to meet the aggregate of the qualifying criteria for the individual contracts.
4.6.
Sub-contractors’ experience and resources shall not be taken into account in
determining the bidder’s compliance with the qualifying criteria except to the extent stated in
4.5 (A) above.
4.7.
Bid Capacity
Bidders who meet the minimum qualifications criteria shall be qualified only if
their available bid capacity for HVAC Works equal to or more than the total bid value. Bid
capacity will be determined for woks costing Rs.2.00 crores and above. The available bid
capacity shall be calculated as under:
Assessed Available Bid Capacity = (A*N*M-B)
where
A=
Maximum value of HVAC works executed in any one year during the last five years
(updated to the price level of the last year @10% per annum ) taking into account the works
completed and in progress.
N=
Number of years prescribed for completion of the works for which bids are invited
(period upto six months taken as half-year and more than six months as full year)
M=
3
B=
Value at current price level, of existing commitments and ongoing works to be
completed during the period of completion of the works for which bids are invited.
Note: The statements showing the value of existing commitments and on-going works as well as the
stipulated period of completion remaining for each of the works listed should be
countersigned by the Engineer-In-Charge not below the rank of an Executive Engineer or
equivalent.
4.8
Even though the bidder met the above qualifying criteria, they are subject to be disqualified if
they have:
made misleading or false representations in the forms, statements and attachments
submitted in proof of the qualification requirements; and/or.
record of poor performance such as abandoning the works, not properly completing
the contract, inordinate delays in completion, litigation history, or financial failures
etc: and/or.
participated in the previous bidding for the same work and had quoted unreasonably
high bid prices and could not furnish rational justification to the employer.
5.
5.1
One Bid per Bidder.
Each bidder shall submit only one bid for one package. A bidder who submits or participates
in more than one Bid (other than as a subcontractor or in cases of alternatives that have been
permitted or requested) will cause all the proposals with the Bidder’s participation to be
disqualified.
6.
Cost of Bidding.
17
6.1
The bidder shall bear all costs associated with the preparation and submission of his Bid, and
the Employer will in no case be responsible and liable for those costs.
7.
7.1
Site Visit.
The Bidder, at the Bidder’s own responsibility and risk is encouraged to visit and examine the
Site of Works and its surroundings and obtain all information that may be necessary for
preparing the Bid and entering into a contract for construction of the Works. The costs of
visiting the Site shall be at the Bidder’s own expense.
8.
8.1
B. BIDDING DOCUMENTS
Content of Bidding Documents.
The set of bidding documents comprises the documents listed below and addenda issued in
accordance with Clause 10:
Section
1
2.
3
4.
5.
6.
7.
8.
9.
10.
Particulars.
Invitation for Bids
Instructions to Bidders
Qualification Information, and other forms.
Conditions of Contract
Contract-Data.
Technical Specifications
Form of Bid.
Bill of Quantities.
Securities and others forms
Drawings
Documents to be furnished by the bidder.
8.3.
The bidder is expected to examine carefully all instructions, conditions of contract, contract
data, forms, terms, technical specifications, bill of quantities, forms, Annexes and drawings in
the Bid Document. Failure to comply with the requirements of Bid Documents shall be at the
bidder’s own risk. Pursuant to clause 26 hereof, bids which are not substantially responsive to
the requirements of the Bid documents shall be rejected.
9.
Clarification of Bidding Documents.
9.1.
9.2
A prospective bidder requiring any clarification of the bidding documents may notify the
Employer in writing or by cable (hereinafter “cable” includes telex and facsimile) at the
Employer’s address indicated in the invitation to bid. The Employer will respond to any
request for clarification which he received earlier than 15 days prior to the deadline for
submission of bids. Copies of the Employer’s response will be forwarded to all purchases of
the bidding documents, including a description of the enquiry but without identifying its
source.
Pre-bid meeting
9.2.1
A pre-bid meeting shall be held at Chandigarh as per schedule given in key dates.
9.2.2.
The purpose of the meting will be to clarify issues and to answer questions for clarification of
any doubts on any provision of the contract or on any matter that may be raised at that stage.
9.2.3.
The bidder is requested to submit any questions in writing or by cable to reach the Employer
not later than one week before the meting.
9.2.4.
Minutes of the meting, including the text of the questions raised (without identifying the
source of enquiry) and the responses given will be transmitted without delay to all purchasers
of the bidding documents and a copy placed on departmental website. Any modification of
the bidding documents listed in Sub-Clause 8.1 which may become necessary as a result of
18
the pre-bid meeting shall be made by the Employer exclusively through the issue of an
Addendum pursuant to Clause 10 and not through the minutes of the pre-bid meeting.
9.2.5.
Non-attendance at the pre-bid meeting will not be a cause for disqualification of a bidder.
10.
10.1
Amendment of Bidding Documents.
Before the deadline for submission of bids, the Employer may modify the bidding documents
by issuing addenda.
10.2.
Any addendum thus issued shall be part of the bidding documents and shall be communicated
in writing or by cable to all the purchasers of the bidding documents. Prospective bidders
shall acknowledge receipt of each addendum in writing or by cable to the Employer. The
Employer will assume no responsibility for postal delays.
10.3.
To give prospective bidders reasonable time in which to take an addendum into account in
preparing their bids, the Employer may, at his discretion, extend as necessary the deadline for
submission of bids, in accordance with Sub-Clause 20.2 below.
C. PREPARATION OF BIDS
11.
11.1
Language of the Bid
All documents relating to the bid shall be in the English language.
12.
Documents Comprising the Bid.
12.1
The bid to be submitted by the bidder (refer Clause 8.1) shall be in two separate parts:
Part-I shall be named “Technical Bid” which will be submitted online except those documents
to be submitted in physical form.
(i)
(ii)
(iii)
(iv)
(v)
(vi)
For bidding documents downloaded from website (refer IFB), the cost of bidding
document will be paid online.
Bid Security in the form specified in Section 8.
Qualification Information and supporting documents as specified in Section-2.
Certificate, undertakings, affidavits as specified in Section 2.
Information pursuant to Clause 4 of these instructions.
Undertaking that the bid shall remain valid for the period specified in Clause 15.1.
Part-II shall be named “ Financial Bid” and shall comprise.
(i)
(ii)
Form of Bid as specified in Section 6.
Priced Bill of Quantities for items specified in Section 7.
Both bids will be submitted online in accordance with Clause 19.
12.2.
13.
Following documents, which are not submitted with the bid, will be deemed to be part of the
bid.
Section.
Particulars.
1.
2.
3.
4.
5.
6.
Invitation for Bids (IFB).
Instructions to Bidders.
Conditions of Contract.
Contract Data.
Specifications.
Drawings
Bid Prices.
19
13.1.
The contract shall be for the whole works as described in Sub-Clause 1,1, based on the priced
Bill of Quantities submitted by the Bidder.
13.2.
The intending Contractors shall fill in Item rate at its appropriate places in figures. Items for
which no rate or price is entered by the bidder will not be paid for by the Employer and
considered as nil rate.
13.3.
All taxes, duties, cess, other levies and surcharge as applicable from time to time payable by
the contractor under the contract, or for any other cause shall be included in the rates, prices
and total Bid Price submitted by the Bidder.
14.
Currencies of the Bid and Payment.
14.1.
The unit rates and the price shall be considered in Indian Rupees. All payments shall be made
in Indian Rupees.
15.
Bid Validity.
15.1.
Bids shall remain valid for a period not less than 120 days after the deadline date for bid
submission. A bid valid for a shorter period shall be rejected by the Superintending Engineer
PW (B&R) Deptt. as non-responsive. In exceptional circumstances, prior to expiry of original
time limit, the Employer may request that the bidder may extend the period of validity for a
specified additional period.
15.2.
In exceptional circumstances, prior to expiry of the original time limit, the Employer may
request that the bidders may extend the period of validity for a specified additional period.
The request and the bidders’ responses shall be made in writing or by cable. A bidder may
refuse the request without forfeiting his bid security. A bidder agreeing to the request will not
be required or permitted to modify his bid except as provided in 15.3 hereinafter, but will be
required to extend the validity of his bid security for a period of the extension, and in
compliance with Clause 16 in all respects.
15.3.
In the case of contracts in which the Contract Price is fixed (not subject to price adjustment),
in the event that the Employer requests and the Bidder agrees to an extension of the validity
period, the contract price, if the Bidder is selected for award shall be the bid price corrected as
follows;
The price shall be increased by the factor of 0.2% for each week or part of a week that has
elapsed from the expiration of the initial bid validity to the date of issue of letter of
acceptance to the successful Bidder.
15.4.
Bid evaluation will be based on the bid prices without taking into consideration the above
correction.
16 .
Bid Security.
16.1.
The Bidder shall furnish, as part of his Bid, a Bid security in the amount as shown in column
4 of the table of IFB for this particular work. The bid security shall be in favour of Executive
Engineer Electrical Divn. Hr.PW(B&R) Deptt. Rohtak and may be in one of the following
forms:
a)
b)
Deposit-at-Call Receipt from any scheduled Indian Bank or a foreign Bank located in
India and approved by the Reserve Bank of India.
Indian Post Office/National Savings Certificate duly endorsed by the competent
postal authority in India.
20
c)
d)
Bank Guarantee from any Nationalised Indian bank/ Scheduled Indian Bank or a
foreign Bank or a foreign Bank approved by the Reserve Bank of India in format
given in Volume III.
Fixed Deposit Receipt, a certified cheque or an irrevocable letter of credit, issued by
any Scheduled Indian Bank or a foreign Bank or a foreign Bank approved by the
Reserve Bank of India.
16.2.
Bank guarantees (and other instruments having fixed validity) issued as surety for the bid
shall be valid for 45 days beyond the validity of the bid.
16.3.
Any bid not accompanied by an acceptable Bid Security and not secured as indicated in SubClauses 16.1 and 16.2 above shall be rejected by the Employer as non-responsive.
16.4.
The Bid Security of unsuccessful bidders will be returned within 45 days of the end of the bid
validity period specified in Sub-Clause 15.1.
16.5.
The Bid Security of the successful bidder will be discharged when the bidder has signed the
Agreement and furnished the required Performance Security.
16.6.
The Bid Security may be forfeited.
(a)
(b)
if the Bidder does not accept the correction of the Bid Price, pursuant to Clause 27;
or.
in the case of a successful Bidder, if the Bidder fails within the specified time limit to
(i)
sign the Agreement; or.
(ii)
furnish the required Performance Security.
17.
Alternative Proposals by Bidders.
17.1.
Bidders shall submit offers that fully comply with the requirements of the bidding documents,
including the conditions of contract, basic technical design as indicated in the drawing and
specifications. Conditional offer or alternative offers will not be considered further in the
process of tender evaluation.
18.
18.1.
Format and Signing of Bid
The Bidder shall submit one set of the Technical Bid documents which can not be submitted
online, if required. as described in Clause 12 of these Instructions to Bidders
18.2.
The documents of the technical bid shall be typed or written in indelible ink and shall be
signed by a person or persons duly authorized to sign on behalf of the Bidder, pursuant to
Sub-Clause 4.3. All pages of the bid where entries or amendments have been made shall be
initialed by the person or persons signing the bid.
18.3.
The documents of the technical bid shall contain no alterations or additions, except those to
comply with instructions issued by the Employer, or as necessary to correct errors made by
the bidder, in which case such corrections shall be initialed by the person or persons signing
the bid.
D. SUBMISSION OF BIDS
19.
19.1.
Sealing and Marking of Bids.
Technical bid: to be opened on _________at 11.01 AM to 05:00 PM (date & time
of technical bid opening as per clause 23.1 of ITB)
Financial Bid; to be opened on _________ at 9.30 AM to 05:00 PM. The contents of
Technical and Financial Bids will be as specified in clause 12.1
19.2.
The envelop containing documents of Technical Bids which can not be submitted online.
(a)
be addressed to the Employer at the address given in Appendix.
21
(b)
19.3.
19.4.
bear the identification as indicated in Appendix.
In addition to the identification required in Sub-Clauses 19.1 and 19.2, the envelope shall
indicate the name and address of the bidder to enable the bid to be returned unopened in case
it is declared late, or the Evaluation Committee declares the bid as non responsive pursuant to
Clause 23.
If the envelope is not sealed and marked as above, the Superintending Engineer Electrical
Circle Hr. PW (B&R) Deptt. Karnal will assume no responsibility for the misplacement or
premature opening of the bid.
20.
Deadline for Submission of the Bids
20.1
The documents of Technical Bid must be received by the Superintending Engineer Electrical
at the address specified above not later than the date indicated in Appendix. In the event of
the specified date for the submission of bids declared a holiday the Bids will be received upto
the appointed time on the next working day.
20.2.
The Employer may extend the deadline for submission of bids by issuing an amendment in
accordance with Clause 10, in which case all right and obligations of the Employer and the
bidders previously subject to the original deadline will then be subject to the new deadline.
Late Bids
Any Bid received by the Employer after the deadline prescribed in Clause 20 will be returned
unopened to the bidder.
21.
21.1
22.
Modification and Withdrawal of Bids
Deleted.
E. BID OPENING AND EVALUATION
23.
23.1.
Bid Opening
The Superintending Engineer Electrical Circle, Hr. PW (B&R) Deptt. Karnal will open all the
Bids received (except those received late), including modifications made pursuant to Clause
22, in the presence of the Bidders or their representatives who choose to attend at time, date
and the place specified in Appendix in the manner specified in Clause 23.3. In the even of the
specified date of Bid opening being declared a holiday, the Bids will be opened at the
appointed time and location on the next working day.
23.2.
Deleted.
23.3.
The envelope containing “Technical Bid” shall be opened first.
23.4
The amount of earnest money, forms and validity shall be announced. Thereafter, the
bidders’ names and such other details as the Employer may considered appropriate, will be
announced by the Superintending Engineer Electrical Hr. PW (B&R) Deptt. Karnal at the
opening.
23.5
Evaluation of the technical bids with respect to bid security, qualification information and
other information furnished pursuant to clause 12.1 of ITB shall be taken up and completed
on the date of bid opening and a list will be drawn up of the responsive bids whose financial
bids are eligible for consideration.
23.6
The date & time of opening of the Financial Bid will be announced by the Employer.
23.7.
At the time of opening of “Financial Bid”, the names of the bidders whose bids were found
responsive in accordance with Clause 23.4 will be announced. The bids of only those bidders
will be opened. The responsive Bidders ‘ names, the Bid prices, the total amount of each bid,
any discounts and such other details as the Employer may consider appropriate, will be
22
announced by the Superintending Engineer Electrical Hr. PW (B&R) Deptt. Karnal at the
opening. Any Bid price or discount, which is not read out and recorded, will not be taken into
account in Bid Evaluation.
23.8
The Superintending Engineer will prepare the minutes of the bid opening including the
information disclosed to those present in accordance with sub clause 23.6.
24.
Process to be Confidential
24.1.
Information relating to the examination, clarification, evaluation, and comparison of Bids and
recommendations for the award of a contract shall not be disclosed to Bidders or any other
persons not officially concerned with such process until the award to the successful Bidder
has been announced, Any efforts by a Bidder to influence the Superintending Engineer
Electrical Hr. PW (B&R) Deptt. Karnal processing of Bids or award decisions may result in
the rejection of his Bid.
25.
Clarification of Financial Bids
25.1.
To assist in the examination, evaluation, and comparison of Bids, the Superintending
Engineer may, at his discretion, ask any Bidder for clarification of his Bid, including
breakdowns of unit rates. The request for clarification and the response shall be in writing or
by cable, but no change in the price or substance of the Bid shall be sought, offered, or
permitted except as required to confirm the correction of arithmetic errors discovered by the
Superintending Engineer in the evaluation of the Bid in accordance with Clause 27.
25.2.
Subject to sub-clause 25.1, no Bidder shall contact the Employer on any matter relating to his
bid from the time of the bid opening to the time the contract is awarded. If the Bidder wishes to
bring additional information to the notice of the Employer, it should do so in writing.
25.3.
Any efforts by the Bidder to influence the Superintending Engineer Electrical Hr. PW (B&R)
Deptt. Karnal in the Employer’s bid evaluation, bid comparison or contract award decisions
may result in the rejection of the Bidders’ bid.
26.
Examination of Bids and Determination of Responsiveness
26.1.
During the detailed evaluation of “Technical Bids”, the Superintending Engineer will
determine whether each Bid (a) meets the eligibility criteria defined in Clause 3 and 4; (b) has
been properly signed; (c) is accompanied by the required securities and; (d) is substantially
responsive to the requirements of the Bidding documents. During the detailed evaluation of
the “ Financial Bid”, the responsiveness of the bids will be further determined with respect to
the remaining bid conditions, i.e. priced bill of quantities, technical specifications, and
drawings.
26.2.
A substantially responsive “Financial Bid” is one which conforms to all the terms, conditions,
and specifications of the Bidding documents, without material deviation or reservation. A
material deviation of reservation is one (a) which effects in any substantial way the scope,
quality, or performance of the Works; (b) which limits in any substantial way, inconsistent
with the Bidding documents, the Superintending Engineer right or the Bidder’s obligations
under the Contract; or (c) whose rectification would effect unfairly the competitive position of
other Bidders presenting substantially responsive Bids.
26.3.
If a “Financial Bid” is not substantially responsive, it will be rejected by the Superintending
Engineer Electrical Hr. PW (B&R) Deptt. Karnal and may not subsequently be made
responsible by correction or withdrawal of the non-conforming deviation or reservation.
27.
Correction of Errors.
23
27.1.
“Financial Bids” determined to be substantially responsive will be checked by the
Superintending Engineer Electrical Hr. PW (B&R) Deptt. Karnal for any arithmetic errors.
Errors will be corrected by the Employer as follows:
(a)
Where there is a discrepancy between the rates in figures and in words, the rate in
words will govern; and
(b)
Where there is a discrepancy between the unit rate and the line item total resulting
from multiplying the unit rate by the quantity, the unit rate as quoted will govern.
27.2.
The amount stated in the “Financial Bid” will be corrected by the Employer in accordance
with the above procedure and the bid amount adjusted with the concurrence of the Bidder in
the following manner.
(a)
If the Bid price increases as a result of these corrections, the amount as stated in the
bid will be the ‘bid price’ and the increase will be treated as rebate;
(b)
If the bid price decreases as a result of the corrections, the decreased amount will be
treated as the ‘bid price’
Such adjusted bid price shall be considered as binding upon the Bidder. If the Bidder does not
accept the corrected amount the Bid will be rejected, and the Bid security may be forfeited in
accordance with Sub-Clause 16.6 (b).
28.
Deleted
29.
Evaluation and Comparison of Financial Bids.
29.1.
The Superintending Engineer will evaluate and compare only the Bids determined to be
substantially responsive in accordance with Sub-Clause 26.2.
29.2.
In evaluating the Bids, the Employer will determine for each Bid the evaluated Bid Price by
adjusting the Bid Price as follows:
(a)
Making any correction for errors pursuant to Clause 27; or
(b)
Making an appropriate adjustment for any other acceptable variations. deviations; and
(c )
making appropriate adjustments to reflect discounts or other price modifications
offered in accordance with Sub-Clause 23.6.
29.3.
The Superintending Engineer Electrical Circle, Hr. PW (B&R) Deptt. Karnal reserves the
right to accept or reject any variation or deviation, Variations and deviations and other
factors, which are in excess of the requirements of the Bidding documents or otherwise result
in unsolicited benefits for the Employer shall not be taken into account in Bid evaluation.
29.4.
The estimated effect of the price adjustment conditions under Clause-47 of the Conditions of
Contract, during the period of implementation of the Contract, will not be taken into account
in Bid evaluation.
29.5.
If the Bid of the successful Bidder is seriously unbalanced in relation to the Engineer’s
estimate of the cost of work to be performed under the contract, the Superintending Engineer
may require the Bidder to produce detailed price analyses for any or all items of the Bill of
Quantities, to demonstrate the internal consistency of those prices with the construction
methods and schedule proposed. After evaluation of the price analyses, the Employer may
require that the amount of the performance security set for the in Clause 34 be increased at the
expense of the successful Bidder to a level sufficient to protect the Employer against financial
loss in the event of default of the successful Bidder under the Contract.
24
29.6.
.
30.
A bid which contains several items in the Bill of Quantities which are unrealistically priced
low and which cannot be substantiated satisfactorily by the bidder, may be rejected as nonexpensive.
Deleted
F. AWARD OF CONTRACT
31.
31.1
Award Criteria
Subject to Clause 32, the Superintending Engineer Electrical Circle, Hr. PW (B&R) Deptt.
Karnal will award the Contract to the Bidder whose Bid has been determined.
(i)
to be substantially responsive to the Bidding documents and who has offered the
lowest evaluated Bid Price; and
(ii)
to be within the available bid capacity adjusted to account for his bid price which is
evaluated the lowest in any of the packages opened earlier than the one under
consideration.
In no case, the contract shall be awarded to any bidder whose available bid capacity is
less than the evaluated bid.
32.
Employer’s right to accept any Bid and to reject any or all Bids
32.1.
Notwithstanding Clause 31, the Employer reserves the right to accept or reject any Bid, and to
cancel the Bidding process and reject all Bids, at any time prior to the award of Contract,
without thereby incurring any liability to the effected Bidder or Bidders or any obligation to
inform the affected Bidder or Bidders of the grounds for the Employer action.
32.2
Normally, the lowest responsive tender (L1) shall be accepted unless there is some valid
objection like, his record of failure in execution of formal works or his rates being
abnormally low and nor workable, etc
32.3 Tenders shall be accepted in accordance with the delegation of the powers under Departmental
Financial Rules (DFR).
33.
33.1.
Notification of Award and Signing of Agreement
The Bidder whose Bid has been accepted will be notified of the award by the Employer prior
to expiration of the Bid validity period by cable, telex or facsimile confirmed by registered
letter. This letter (hereinafter and in the Conditions of Contract called the “Letter of
Acceptance”) will state the sum that the Employer will pay the Contractor in consideration of
the execution, completion, and maintenance of the Works by the Contractor as prescribed by
the Contract (hereinafter and in the Contract called the “Contract Price”).
33.2.
The notification of award will constitute the formation of the Contract, subject only to the
furnishing of performance security in accordance with the provisions of Clause 34.
33.3.
The agreement will incorporate all agreements between the Employer and the successful
Bidder. It will be signed by the Employer and sent to the successful Bidder, within 28 days
following the notification of award along with the Letter of Acceptance. Within 21 days of
receipt, the successful Bidder will sign the Agreement and deliver it to the Employer.
33.4.
Upon the furnishing by the successful Bidder of the Performance Security, the Superintending
Engineer will promptly notify the other Bidders that their Bids have been unsuccessful.
If the lowest tenderer (L-1) backs out, his earnest money shall be forfeited, the agency will be
de-barred for giving tenders for one year and the second lowest tenderer(L-2), third lowest
tenderer (L-3) in order of sequence, may be called upon to bring his offer to the same level as
the originally first lowest tenderer. In the event of their refusal to do so, tenders shall be
recalled. In case of great urgency, authority competent to accept the tender may authorize call
of limited or short notice tenders.
33.5
34.
Performance Security
25
34.1.
Within 21 days of receipt of the Letter of Acceptance, the successful Bidder shall deliver to
the Superintending Engineer a Performance Security in any of the forms given below for an
amount equivalent to 5% of the Contract price plus additional security for unbalanced or front
loaded tenders in accordance with Clause 29.5 of ITB to be kept as a surety that the contractor
completes the work satisfactory. The performance security will be valid upto the end of the
defect liability period+45 days or as prescribed in the contract data. In case, the time of
completion is enlarged, the validity of the guarantee shall be correspondingly extended. It
carries no interest and is refunded to the contractor after the date specified in the contract.
a bank guarantee in the form given in Section 8; or
certified Bank Draft as indicated in Appendix.
34.2.
If the performance security is provided by the successful Bidder in the form of a Bank
Guarantee, it shall be issued either (a) at the Bidder’s option, by a Nationalized/Scheduled
Indian bank or (b) by a foreign bank located in India and acceptable to the Employer.
34.3.
Failure of the successful Bidder to comply with the requirements of Sub-Clause 34.1 shall
constitute sufficient grounds for cancellation of the award, forfeiture of the Bid Security and
de-barring the agency for giving tenders for one year. If the work of is an urgent nature and
cannot brook delay involved in re-tendering, the remaining tenderers shall be offered the
lowest approved rates. If more than one tenderer turns up, then preferences shall be given to
the tenderer graded according to the rates quoted in the first instance.
34.4
Generally, no consideration shall be given to the offers received after scheduled time of receipt
of tenders. But if the subsequent even from a non-tenderer(received within one week of the
previous offer and before the decisions of the contract) is not just marginally but significantly
favourable to the Government (to the extent of 5% of the lowest tender amount in case of
works costing more than Rs.5.00 crores, 10% in case of works more than Rs.1.00 crore but
less than Rs.5.00 crores, 20% for in case of works more than Rs.5.00 lacs but less than
Rs.1.00 crore and 30% in case of works less than Rs.5.00 lacs or any other limits as decided
by Government from time to time) then the subsequent offer can be considered provided the
bidder deposits the bid security and unconditional bank guarantee for the difference of the
amounts between the officer of the lowest agency and the subsequent fresh offer. In that case,
short notice fresh sealed bids shall be invited, with special invitation to the previous
participants including the subsequent bidder mentioned above, but with the stipulation that the
subsequent bidder shall not bid higher than his previous offer, otherwise his bid security and
bank guarantee shall be forfeited. Tender shall be allotted to the lowest valid bid received.
34.5
The letter of acceptance shall be issued to the contractor for an amount of its financial offer as
evaluated. If this amount is more than 20% above the administrative approval, Govt./Client’s
approval shall be taken. In other cases work can be allotted under intimation to
Government/Client. In any case, revised administrative approval shall be sought if the excess
over the amount of administrative approval is more than 10%. The client deptt. shall be given
sufficient time to arrive at decision, say 30-45 days.
Advance Payment and Security
The Employer will provide an Advance Payment on the contract price as stipulated in the
conditions of contract, subject to maximum amount, as stated in the Contract Data.
35.
36.
Deleted
37.
Corrupt or Fraudulent Practices
37.1.
The Superintending Engineer, Electrical Hr. PW (B&R) Deptt. Karnal will reject a proposal
for award if it determines that the Bidder recommended for award has engaged in corrupt or
fraudulent practices in competing for the contract in question and will declare the firm
ineligible, either indefinitely or for a stated period of time; to be awarded a contract with
Govt. of India/State PWD and any other agencies, if it at any time determines that the firm
has engaged in corrupt or fraudulent practices in competing for the contractor, or in
execution.
26
37.2.
Furthermore, Bidders shall be aware of the provision stated in Sub-Clause 23.3 and SubClause 59.2 of the Conditions of Contract.
38.
Debarring
If the agency submits Financial Bid through e-tendering but fails to submit either bid security
or the Technical bid or both, then the agency will be debarred from further tendering in
Haryana PW(B&R) Deptt. for one year.
39.
Payment System
The agency/bidder to whom the work is allotted shall be paid lowest of the following
in the running/finals bills:
1. Amount calculated with the accepted rates of the lowest agency.
2. Amount worked out with the rates of L-2/L-3/L-4 and so on (instruction issued vide E-in-C
office No.7540-7616/General dated 23.11.2011).
3. Amount worked out with the accepted percentage above HSR/analytical rates worked out in
financial statement. Financial statement will be made a part of agreement.
40.
Completion of work
The agency to whom the work is allotted shall complete the entire work as per drawing
irrespective of quantities in the DNIT. The agency is bound to consult the drawings before tendering
and tender the work accordingly.
41.
Withdrawal of items
The Employer can withdraw any item at any stage. No claim on account of withdrawal will
be entertained.
27
APPENDIX to ITB
Clause Reference
With respect to
Section-I.
1.
Name of the Employer :[Cl. 1.1]
Superintending Engineer, Electrical Circle
Hr. PW (B&R) Deptt. Karnal
Name of the Engineer :-
Executive Engineer, Electrical Division
Hr. PW (B&R) Deptt. Rohtak
2.
Eligible bidders are Bidders registered with Haryana Government, [Cl. 3.1]
Other State Governments, Government of India and other Central and State
Government Undertakings who satisfy the Qualification criteria.
3.
The last seven years
2004-2005
2005-2006
2006-2007
2007-2008
2008-2009
2009-2010
2010-2011
4.
Escalation factors (for the cost of works executed and
financial figure to a common base value for works completed)
Year before
Multiplying factor
2004-2005
1.1
2005-2006
1.21
2006-2007
1.33
2007-2008
1.46
2008-2009
1.60
2009-2010
1.76
2010-2011
1.93
[Cl. 4.5]
5.
This annual financial turn over amount is Rs.290.00 lacs
(Rupees Two Hundred Ninety lacs only)
[Cl. 4.5A (b)]
6.
Value of work is Rs. 966.00 lacs
[4.5A(a)]
7.
DELETED
8.
DELETED
28
9.
DELETED
10.
Liquid assets and/or availability of
credit facilities is 25% of the DNIT amount
(Rs.241.50 lacs )
11.
Price level of the current financial year
12.
Deleted
13.
The technical bid will be opened by Employer
In his office at Electrical Circle, Kunjpura Road, PW (B&R)
Deptt. Karnal.
14.
Address of the Employer Superintending Engineer Electrical
Haryana PW (B&R) Deptt.,
Electrical Circle, Karnal
15.
DELETED
16.
The bid should be submitted latest by ……………………upto 1100 hrs. [Cl. 20.1(a)]
17.
The technical bid will be opened by Superintending Engineer Electrical in the
office of SE, Electrical Circle, Karnal
[Cl. 23.1]
18.
The Bank Draft / Bank Guarantee from any nationalized bank
Nationalized/Scheduled Indian bank or (b) by a foreign bank
located in India and acceptable to the Employer .
[Cl. 4.5B(c)]
[Cl. 4.7]
[Cl. 9.2.1]
[Cl. 4.5(a)]
[Cl. 34.1]
29
ANNEUXRE-II
List of Key Personnel to be deployed on Contract Work.
(Reference CI 4.5 (B) (b)
Key personal required to be Recovery rate in case
Employed by the contractor.
non –Employment.
One HVAC Engineer with degree Rs. 75,000/- per month
in HVAC/Electrical/Mechanical
Engineering with 5 years
experience in HVAC Works.
In case the contractor fails to employ the Key Personnel required to be employed as
above at site, the department will employ the personnel and the recoveries will be made as above from
his bills alongwith 14% departmental charges. The personnel so employed shall be considered as
employees of the contractor and all responsibilities of them shall lie with him only.
30
SECTION 2
QUALIFICATION INFORMATION
31
QUALIFICATION INFORMATION
The information to be filled in by the Bidder in the following pages will
be used for purposes of post qualification as provided for in Clause 4 of the Instructions to
Bidders. This information will not be incorporated in the Contract.
1.
For Individual Bidders
1.1.
Constitution or legal status of Bidder
[Attach copy]
Place of registration:
___________________________
Principal place of business:
___________________________
Power of attorney of signatory of Bid
[Attach]
1.2.
Total value of HVAC Works
2003-2004 ___________
performed in the last seven years 2004-2005 ___________
** (in Rs. in lacs)
2006 – 2007 ___________
2007 – 2008 ___________
2008 - 2009 ___________
2009 - 2010 ___________
2010 - 2011 ___________
1.3.1.
Work performed as prime contractor and work performed in the past as a
nominated sub-contractor will also be considered provided the sub-contract involved
execution of all main items of work described in the bid document, provided further that all
other qualification criteria are satisfied (in the same name) on works of a similar nature over
the last five years.**
Project Name of Description Contract Value of
Name
the
of work
No.
Contract
Employer
(Rs.
crore)
Date Stipulated Actual date
of
period of of
issue completion completion*
of
work
order
*Attach certificate(s) from the Engineer(s)-in-Charge
**immediately preceding the financial year in which bids are received.
ß Attach certificate from chartered Accountant.
#1.3.2
DELETED
Remarks
explaining
reasons
for delay
&
work
Completed
32
1.4.
Information on Bid Capacity (works for which bids have been submitted and works
which are yet to be completed) as on the date of this bid.
(A)
Existing commitments and on-going works:
Description
of works
Place
&
State
Contract
No.
Name &
Address
of
Employer
Value of
Contract
(Rs. Cr)
Stipulated
period of
completion
1
2
3
4
5
6
Value of Anticipated
works*
date of
remaining completion
to be
completed
(Rs. Cr)
7
8
* Attach certificate(s) from the Engineer(s)-in-Charge
@ The item of work for which data is requested should tally with that specified in ITB clause
4.5A(c).
** immediately preceding the financial year in which bids are received.
(B)
Works for which bids already submitted:
Description
of works
Place &
State
Name &
Address of
Employer
1
2
3
1.5.
Estimated
value of
works
(Rs. Cr.)
4
Stipulated
Date
period of
when
completion decision is
expected
5
6
Remarks,
if any
7
DELETED
1.6.
Qualifications and experience of key personnel required for administration and
execution of the Contract [Ref. Clause 4.5(B)(b)]. Attach biographical data. Refer also to
Sub Clause 4.3 (e) of instructions to Bidders and Sub Clause 9.1 of the Conditions of
Contract.
Position
Project
Manager
Etc.
Name
Qualification
Year of Experience
(General)
Years of experience in
the proposed position
33
1.7.
DELETED
*1.8. Financial reports for the last five years: balance sheets, profit and loss statements, auditors’
reports (in case of companies/corporation), etc. List them below and attach copies.
1.9.
Evidence of access to financial resources to meet the qualification requirements: cash in hand,
lines of credit, etc. List them below and attach copies of support documents.
1.10. Name, address, and telephone, telex, and fax numbers of the Bidders’ bankers who may
provide references if contacted by the Employer.
1.11.
Information on litigation history in which the Bidder is involved.
Other Party(ies)
Employer
Cause of Dispute
Amount involved
Remarks showing
Present Status
1.12. Statement of compliance under the requirements of Sub Clause 3.2 of the instructions to
Bidders.
1.13. Proposed work method and schedule. The Bidder should attach descriptions, drawings and
charts as necessary to comply with the requirements of the Bidding documents. [Refer ITB Clause 4.1
& 4.3(1)]
1.14.
Programme
1.15.
Quality Assurance Programme
2.
Deleted
3.
Additional Requirements
3.1
Bidders should provide any additional information required to fulfill the requirements of
Clause 4 of the Instructions to the Bidders, if applicable.
(i)
Affidavit
(ii)
Undertaking
34
SAMPLE FORMAT FOR EVIDENCE OF ACCESS TO OR
AVAILABILITY OF CREDIT FACILITIES
(CLAUSE 4.2(I) OF ITB)
BANK CERTIFICATE
This is to certify that M/s. ____________________________________________ is a reputed agency
with a good financial standing.
If the contract for the work, namely _____________________________________ is awarded to the
above firms, we shall be able to provide overdraft/credit facilities to the extent of
Rs.___________________ to meet their working capital requirements for executing the above
contract during the contract period.
__________________
(Signature)
Name of Bank
Senior Bank Manager
Address of the Bank
35
AFFIDAVIT
1.
I, the undersigned, do hereby certify that all the statements made in the required attachments
are true and correct.
2.
The
undersigned
also
hereby
certifies
that
neither
our
firm
M/s____________________________________________________ have abandoned any
work Govt. of India/or any State or Govt. undertakings nor any contract awarded to us for
such works have been rescinded on account of our default, during last five years prior to the
date of this bid.
3.
The undersigned hereby authorize(s) and request(s) any bank, person, firm or corporation to
furnish pertinent information deemed necessary and requested by the Department to verify
this statement or regarding my (our) competence and general reputation.
4.
The undersigned understand and agrees that further qualifying information may be requested,
and agrees to furnish any such information at the request of the Department/ Project
implementing agency.
___________________________________
(Signed by an Authorized Officer of the Firm)
_________________
(Title of Officer)
_________________
(Name of Firm)
_________________
DATE
36
UNDERTAKING
I, the undersigned do hereby undertake that our firm M/s _____________________________
____________________ would invest a minimum cash up to 25% of the value of the work during
implementation of the Contract.
___________________________________
(Signed by an Authorized Officer of the Firm)
_________________
(Title of Officer)
_________________
(Name of Firm)
_________________
DATE
37
SECTION 3
CONDITIONS OF CONTRACT
38
Conditions of Contract
Table of Contents
A.
General
C. Quality Control
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
18.
Definitions
Interpretation
Language and Law
Engineer’s Decisions
Delegation
Communications
Sub-contracting
Other Contractor
Personnel
Employer’s & Contractor’s
Risks.
Employer’s Risks
Contractor’s Risks
Insurance.
Site Investigation Reports
Queries about the Contract
Data.
Contractor to Construct the
Works
The Works to be Completed
by the Intended Completion
date.
Approval by the Engineer
19.
20.
21
22.
23.
24.
25.
26.
Safety
Discoveries
Possession of the Site
Access to the Site.
Instructions
Disputes Redressal System
Arbitration
Deleted
11.
12.
13.
14.
15.
16.
17.
B.
27.
28.
29.
30.
31.
32.
Time Control
Programme
Extension of the Intended
Completion Date.
Deleted 50
Delays Ordered by the
Engineer
Management Meetings
Early Warning
33
34
35
36
Identifying Defects
Tests
Correction of Defects
Uncorrected Defects.
D.
37.
38.
39.
40.
41.
42.
43.
44.
45.
46.
47.
48.
49.
50.
51.
52.
53.
54
55.
56.
E.
57.
58.
59.
60.
Cost Control
Bill of Quantities
Changes in the Quantities
Variations
Payments for Variations
Cash Flow Forecasts
Payment Certificates
Payments.
Compensation Events
Tax
Currencies
Price Adjustment
Retention
Liquidated Damages(LD)
Bonus
Advance Payment.
Secured advance
Securities
Security deduction(retention)
Deleted
Cost of Repairs
Finishing the Contract
Completion
Taking Over
Final Account
Operating and Maintenance
Manuals.
Termination
Payment upon Termination
Property
Release from Performance
61.
62.
63.
64.
F.
Special Conditions of
Contract
39
CONDITIONS OF CONTRACT
A.GENERAL
1.
Definitions
1.1
Terms which are defined in the Control Data are not also defined in the Conditions of
Contract but keep their defined meanings. Capital initials are used to identify defined terms.
Bill of Quantities means the priced and completed Bill of Quantities forming part of the Bid.
Compensation Events are those defined in Clause 44 hereunder.
The Completion Date is the date of completion of the Works as certified by the Engineer-inCharge in accordance with Sub Clause 55.1.
The Contract is the contract between the Employer and the Contractor to execute, complete
and maintain the Works. It consists of the documents listed in Clause 2.3 below.
The Contract Data defines the documents and other information which comprise the
Contract.
The Contractor is a person or corporate body whose Bid to carry out the Works has been
accepted by the Employer.
The Contractor’s Bid is the completed Bidding document submitted by the Contractor to the
Employer and includes Technical and Financial bids.
The Contractor Price is the price stated in the Letter of Acceptance and thereafter as
adjusted in accordance with the provisions of the Contract.
Days are calendar days; months are calendar months.
A Defect is any part of the Works not completed in accordance with the Contract.
The Defects Liability Period is the period named in the Contract Data and calculated from
the Completion Date.
The Employer is the party who will employ the Contractor to carry out the Works.
The Engineer is the person named in the Contract Data (or any other competent person
appointed and notified to the contractor to act in replacement of the Engineer-in-Charge) who is
responsible for supervising the Contractor, administering the Contract, certifying payments due to the
Contractor, issuing and valuing Variations to the Contract, awarding extensions of time, and valuing
the Compensation Events.
Equipment is the Contractor’s machinery and vehicles brought temporarily to the Site to
construct the Works.
The Initial Contract Price is the Contract Price listed in the Employer’s Letter of
Acceptance.
The Intended Completion Date is the date on which it is intended that the Contractor shall
complete the Works. The Intended Completion Date is specified in the Contract Data. The Intended
Completion Date may be revised only by the Engineer-in-Charge by issuing an extension of time.
40
Materials are all; supplies, including consumables, used by the contractor for incorporation
in the Works.
Plant is any integral part of the Works which is to have a mechanical, electrical, electronic or
chemical or biological function.
The Site is the area defined as such in the Contract Data.
Site Investigation Reports are those which were included in the Bidding documents and are
factual interpretative reports about the surface and sub-surface conditions at the site.
Specification means the Specification of the Works included in the Contract and any
modification or addition made or approved by the Engineer-in-Charge.
The Start Date is given in the Contract Data. It is the date when the Contractor shall
commence execution of the works. It does not necessarily coincide with any of the Site Possession
Dates.
A Subcontractor is a person or corporate body who has a Contract with the Contractor to
carry out a part of the Work in the Contract which includes work on the Site.
Temporary Works are works designed, constructed, installed, and removed by the
Contractor which are needed for construction or installation of the Works.
A Variation is an instruction given by the Engineer-in-Charge, which varies the Works.
The Works are what the Contract requires the Contractor to construct, install, and turn over to
the Employer, as provided in the bid documents, BOQ and drawings etc. and as directed by the
Engineer from time to time defined in the Contract Data.
2.
Interpretation
2.1
In interpreting these Conditions of Contract, singular also means plural, male also means
female or neuter, and the other way around. Headings have no significance, Words have their normal
meaning under the language of the Contract unless specifically defined. The Engineer-in-Charge will
provide instructions clarifying queries about the Conditions of Contract.
2.2
It sectional completion is specified in the Contract Data, references in the Conditions of
Contract to the Works, the Completion Date, and the Intended Completion Date apply to any Section
of the Works (other than references to the Completion Date and Intended Completion date for the
whole of the Works).
2.3
The documents forming the Contract shall be interpreted in the following order or priority:
3.
(1)
Agreement.
(2)
Letter of Acceptance, notice to proceed with the works.
(3)
Contractor’s Bid
(4)
Contract Data.
(5)
Conditions of Contract including Special Conditions of Contract.
(6)
Specifications.
(7)
Drawings
(8)
Bill of quantities and
(9)
Any other document listed in the Contract Data as forming part of the Contract.
Language and Law
41
3.1
Data.
The language of the Contract and the law governing the Contract are stated in the Contract
4.
Engineer’s Decisions.
4.1.
Except where otherwise specifically stated, the Engineer will decide contractual matters
between the Employer and the Contractor in the role representing the Employer.
5.
Delegation
5.1
The Engineer may delegate any of his duties and responsibilities to other people except to the
Adjudicator after notifying the Contractor and may cancel any delegation after notifying the
Contractor.
6.
Communications
6.1.
Communications between parties which are referred to in the conditions are effective only
when in writing. A notice shall be effective only when it is delivered (in terms of India Contract Act.).
7.
Sub-contracting
7.1.
The Contractor may sub-contract any portion of work, upto a limit specified in Contract Data,
with the approval of the Engineer-in-Charge but may not assign the Contract without the approval of
the Employer in writing. Sub-contracting does not alter the Contractor’s obligations.
8.
Other Contractors
8.1.
The Contractor shall cooperate and share the Site with other contractors, public authorities,
utilities, and the Employer between the date given in the Schedule of other Contractors. The
Contractor shall as referred to in the Contract Data, also provide facilities and services for them as
described in the Schedule. The employer may modify the schedule of other contractors and shall
notify the contractor of any such modification.
9.
Personnel
9.1.
The Contractor shall employ the key personnel named in the Schedule of Key Personnel as
referred to in the Contract Data to carry out the functions stated in the Schedule or other personnel
approved by the Engineer-in-Charge The Engineer-in-Charge will approve any proposed replacement
of key personnel only if their qualifications, abilities, and relevant experience are substantially equal
to or better than those of the personnel listed in the Schedule. In case of non-employment of key
personnel action can be taken as per clause 59 of conditions of contract & deduction will be made
from the bills / due payment of the contractor on account of salary per month of key personnel as per
Annexure-II of Section-I @ of Rs. 30,000/- P.M for Sr.No.1, Rs. 50,000/- P.M for Sr.No.2 and Rs
1,00,000/- P.M for Sr. No. 3.
9.2.
If the Engineer-in-Charge asks the Contractor to remove a person who is a member of the
Contractor’s staff or his work force stating the reasons the Contractor shall ensure that the person
leaves the Site within seven days and has no further connection with the work in the Contract.
10.
Employer’s and Contractor’s Risks.
10.1. The Employer carries the risks which this Contract states are Employer’s risks, and the
Contractor carries the risks which this Contract states are Contractor’s risks.
11.
Employer’s Risks
11.1
The Employer is responsible for the excepted risks which are (a) in so far as they directly
affect the execution of the Works in India, the risks of war, hostilities, invasion, act of foreign
42
enemies, rebellion, revolution, insurrection or military or usurped power, civil war, riot commotion or
disorder (unless restricted to the Contractor’s employees), and contamination from any nuclear fuel or
nuclear waste or radioactive toxic explosive, or (b) a cause due solely to the design of the Works,
other than the Contractor’s design.
12.
Contractor’s Risks.
12.1. All risks of loss of or damage to physical property and of personal injury and death which
arise during and in consequence of the performance of the Contract other than the excepted risks are
the responsibility of the Contractor.
13.
Insurance. (For contract(s) above Rs.5.00 crores)
13.1. The Contractor shall provide, in the joint names of the Employer and the Contractor,
insurance cover (contractor all risks policy) from the Start Date to the end of the Defects Liability
Period, in the amounts and deductibles states in the Contract Data for the following events which are
due to the Contractor’s risks:
(a)
loss or damage to the Works, Plant and Materials;
(b)
loss of or damage to Equipment.
(c)
Loss of or damage of property (except the Works, Plant, Materials and Equipment) in
connection with the Contract; and
(d)
Personal injury or death.
13.2. Policies and certificates for insurance shall be delivered by the Contractor to the Engineer-inCharge before the Start Date. All such insurance shall provide for compensation to be payable in the
types and proportions of currencies required to rectify the loss or damage incurred.
13.3
If the Contractor does not provide any of the policies and certificates required, the Employer
may effect the insurance which the Contractor should have provided and recover the premiums the
Employer has paid from payments otherwise due to the Contractor or, if no payment is due, the
payment of the premiums shall be a debt due. 14% Departmental charges over payment of premiums
will also be recovered from the contractors.
13.4
Alterations to the terms of an insurance shall not be made without the approval of the
Competent authority.
14.
Site Investigation Report.
14.1. The Contractor, in preparing the Bid, shall rely on any site Investigation Reports referred to in
the Contract Data, supplemented by any information available to the Bidder. In case such information
is not available in the contract data, the Contractor shall gather such information from the office of
Engineer-In- Charge. No claim on account of non availability will be entertained.
15.
Queries about the Contract Data.
15.1.
The Engineer-in-Charge will clarify queries on the Contract Data.
16.
Contractor to Construct the Works
16.1. The Contractor shall construct and install the Works in accordance with the Specification and
Drawings.
17.
The Works to be Completed by the Intended Completion Date.
17.1. The Contractor may commence execution of the Works on the Start Date and shall carry out
the Works in accordance with the programme submitted by the Contractor, as updated with the
approval of the Engineer-in-Charge, and complete them by the Intended Completion Date.
18.
Approval by the Engineer-in-Charge
43
18.1. The Contractor shall submit Specifications and Drawings showing the proposed Temporary
Works to the Engineer-in-Charge, who is to approve them if they comply with the Specifications and
Drawings.
18.2.
The Contractor shall be responsible for design of Temporary Works.
18.3. The Engineer-in-Charge’s approval shall not alter the Contractor’s responsibility for design of
the Temporary Works.
18.4. The Contractor shall obtain approval of third parties to the design of the Temporary Works
where required.
18.5. All Drawings prepared by the Contractor for the execution of the temporary or permanent
Works, are subject to prior approval by the Engineer-in-Charge before their use.
19.
Safety
19.1.
The Contractor shall be responsible for the safety of all activities on the Site.
20.
Discoveries
20.1. Anything of historical or other interest or of significant value unexpectedly discovered on the
Site is the property of the Employer. The Contractor is to notify the Engineer-in-Charge of such
discoveries and carry out the Engineer-in-Charge’s instructions for dealing with them.
21.
Possession of the Site
21.1. The Employer shall give possession of all parts of the Site to the Contractor. If possession of
a part is not given by the date stated in the Contract Data the Employer is deemed to have delayed the
start of the relevant activities and this will be Compensation Event.
22.
Access to the Site
22.1. The Contractor shall allow the Engineer-in-Charge and any person authorized by the
Engineer-in-Charge access to the Site, to any place where work in connection with the Contract is
being carried out or is intended to be carried out and to any place where materials or plant are being
manufactured/fabricated/assembled for the works.
23.
Instructions
23.1. The Contractor shall carry out all instructions of the Engineer-in-Charge pertaining to works
which comply with the applicable laws where the Site is located.
24. Dispute Redressal System
24.1
In case of contract(s) of value lesser than Rs.2 cr., the agency will make an appeal to the
Appellant Authority i.e. concerned Superintending Engineer who will decide the issue within 90 days.
In case of dissatisfaction on the part of the contractor, he can go to Court after the decision of this
appeal or after 90 days in case of no decision from the Appellant Authority.
24.2
In case of contract(s) of value more than Rs.2.00 cr. and less than Rs.10.00 cr., the agency
will make an appeal to the Appellant Authority i.e. concerned Superintending Engineer who will
decide the issue within 90 days. If the contractor is not satisfied with the Appeal, he can go for
Arbitration. Adjudication of the dispute shall be done by Sole Arbitrator to be appointed by the Govt.
from the list of Arbitrators approved by the Govt.
24.3
For disputes relating to contract(s) of value higher than Rs.10 cr., the agency may first appeal
to the concerned Superintending Engineer. In case the contractor is not satisfied with the
appeal he can go for the Arbitration. The arbitration shall be done by three members tribunal
with composition as below.
24.4
The composition of the Tribunal will be:
I. One official member, Chairman of the Tribunal, not below the rank of Chief Engineer
(Serving) of the State Govt./State Govt. Undertakings.
II. One official member not below the rank of Superintending Engineer (Serving/retired) of
Hr.PW(B&R) Deptt. and
44
III. One non-official member who will be technical expert not below the rank of Superintending
Engineer (Serving/retired) of Hr.PW(B&R) Deptt. selected by the Contractor from a panel of
three persons given to him by the Employer.
24.4
The Contractor and the Employer will be entitled to present their case in writing duly
supported by documents. If so requested, the Tribunal may allow one opportunity to the
Contractor and the Employer for oral arguments for a specified period. The Tribunal shall
give its decision within a period of 180 days from the date of appeal, failing which the
contractor can approach the appropriate court for the resolution of the dispute.
24.5
25.
The decision of the Tribunal will be binding on the Employer for payment of claims up to
five percent of the Initial Contract Price. The Contractor can accept and receive payment after
signing as “in full and final settlement of all claims”. If he does not accept the decision, he is
not barred from approaching the courts. Similarly, if the Employer does not accept the
decision of the Tribunal above the limit of five percent of the Initial Contract Price, he will be
free to approach the courts applicable under the law.
Arbitration
25.1
As per provisions of the clause 24 of Dispute Redressal System. The claimant shall deposit
with the Engineer-In-Charge a claim fee @2% of claim amount or as prescribed in tender
document. On termination of the arbitration proceedings, this fee shall be adjusted against the
cost, if any, awarded by the arbitrator (or arbitral tribunal) against the claimant party and the
balance remaining after such adjustment, and in the absence of such cost being awarded, the
whole of the sum will be refunded within one month of the date of the award.
26
Deleted
27.
Programme
27.1.
Within the time stated in the Contract Data the Contractor shall submit to the Engineer-inCharge for approval a Programme showing the general methods, arrangements, order, and
timing for all the activities in the Works along with monthly cash flow forecast.
27.2.
An update of the Programme shall be a programme showing the actual progress achieved on
each activity and the effect of the progress achieved on the timing of the remaining work
including any changes to the sequence of the activities.
27.3.
The Contractor shall submit to the Engineer-in-Charge, for approval, an updated Programme
at intervals no longer than the period stated in the Contract Data. If the Contractor does not
submit an updated Programme within this period, the Engineer-in-Charge may withhold the
amount stated in the Contract Data from the next payment certificate and continue to withhold
this amount until the next payment after the date on which the overdue Programme has been
submitted.
27.4.
The Engineer-in-Charge’s approval of the Programme shall not alter the Contractor’s
obligations. The Contractor may revise the Programme and submit it to the Engineer-inCharge again at any time. A revised Programme is to show the effect of Variations and
Compensation Events.
28.
Extension of the Intended Completion Date
B. TIME CONTROL
45
28.1.
The Engineer-in-Charge shall get the Intended Completion Date extended from competent
authority if a Compensation Event occurs or a Variation is issued which makes it impossible
for Completion to be achieved by the Intended Completion Date without the Contractor
taking steps to accelerate the remaining work and which would cause the Contractor to incur
additional cost.
28.2.
The Engineer-in-Charge shall decide whether and by how much to extend the Intended
Completion Date within 60 days of the Contractor asking the Engineer-in-Charge for a
decision upon the effect of Compensation Events or Variation and submitting full supporting
information. If the Contractor has failed to give early warning of a delay or has failed to
cooperate in dealing with a delay, the delay by this failure shall not be considered in assessing
the new Intended Completion Date.
28.3.
The Engineer-in-Charge shall within 30 days of receiving full justification from the contractor
for extension of Intended Completion Date refer to the Employer his decision. The Employer
shall in not more than 60 days communicate to the Engineer-in-Charge the acceptance or
otherwise of the Engineer-in-Charge’s decision. If the Employer fails to give his acceptance,
the Engineer-in-Charge shall not grant the extension and the contractor may refer the matter
to the Dispute Review System under Clause 24.1.
29.
Deleted
30.
Delays Ordered by the Engineer-in-Charge
30.1.
The Engineer-in-Charge may instruct the Contractor to delay the start or progress of any
activity within the Works.
31.
31.1.
Management Meetings
Either the Engineer-in-Charge or the Contractor may require the other to attend a
management meting. The business of a management meeting shall be to review the plans for
remaining work and to deal with matters raised in accordance with the early warning
procedure. One meeting in each quarter is mandatory for smooth running of works.
Proceedings of meeting may be circulated to all including Head office.
31.2.
The Engineer-in-Charge shall record the business of management meetings and is to provide
copies of his record to those attending the meting and to the Employer. The responsibility of
the parties for actions to be taken is to be decided by the Engineer-in-Charge either at the
management meeting or after the management meeting and stated in writing to all who
attended the meting.
32.
32.1.
Early Warning
The Contractor is to warn the Engineer-in-Charge at the earliest opportunity of specific likely
future events or circumstances that may adversely affect the quality of the work, increase the
Contract Price or delay the execution of works. The Engineer-in-Charge may require the
Contractor to provide an estimate of the expected effect of the future event or circumstance on
the Contract Price and Completion Date. The estimate is to be provided by the Contractor as
soon as reasonably possible.
32.2.
The Contractor shall cooperate with the Engineer-in-Charge in making and considering
proposals for how the effect of such an event or circumstance can be avoided or reduced by
anyone involved in the work and in carrying out any resulting instruction of the Engineer-inCharge.
46
C. QUALITY CONTROL
33.
33.1.
Identifying Defects
The Engineer-in-Charge shall check the Contractor’s work and notify the Contractor of any
Defects that are found. Such checking shall not affect the Contractor’s responsibilities. The
Engineer-in-Charge may instruct the Contractor to search for a Defect and to uncover and test
any work that the Engineer-in-Charge considers may have a Defect.
34.
34.1.
Tests
If the Engineer-in-Charge instructs the Contractor to carry out a test not specified in the
Specification to check whether any work/Material has a Defect and the test shows that it does,
the Contractor shall pay for the test and any samples. If there is no Defect the test shall be a
Compensation Event.
35.
Correction of Defects
35.1.
The Engineer-in-Charge shall give notice to the Contractor of any Defect ( technical or
routine maintenance nature) before the end of the Defects Liability Period, which begins at
Completion and is defined in the Contract Data. The Defects Liability period shall be
extended for as long as Defects remain to be corrected. The defects shall include the routine
maintenance activities as well.
35.2.
Every time notice of a Defect is given the Contractor shall correct the notified Defect within
the length of time specified by the Engineer-in-Charge’s notice.
36.
Uncorrected Defects
36.1.
If the Contractor has not corrected a Defect within the time specified in the Engineer-inCharge’s notice, the Engineer-in-Charge will assess the cost of having the Defect corrected,
and the Contractor will pay double of this amount.
D. COST CONTROL
37.
Bill of Quantities
37.1.
The Bill of Quantities shall contain items for the construction, installation, testing and
commissioning work to be done by the Contractor.
37.2.
The Bill of Quantities is used to calculate the Contractor Price. The Contractor is paid for the
quantity of the work done at the rate in the Bill of Quantities for each item.
38.
Changes in the Quantities
38.1.
If the final quantity of the work done differs from the quantity in the Bill of Quantities for the
particular item by more than 25 per cent provided the change exceeds 1% of initial Contract
Price, the Engineer-in-Charge shall adjust the rate to allow for the change, duly considering.
justification for rate adjustment as furnished by the Contractor,
economies resulting from increase in quantities by way of reduced plant, equipment, and
overhead costs.
Entitlement of the Contractor to compensation events where such events are caused by any
additional work.
(a)
(b)
(c)
38.2.
The Engineer-in-Charge shall not adjust rates from changes in quantities if thereby the Initial
Contract Price is exceeded by more than 15 per cent, except with the Prior approval of the
Employer.
38.3.
If requested by the Engineer-in-Charge, the Contractor shall provide the Engineer-in-Charge
with a detailed cost breakdown of any rate in the Bill of Quantities.
39.
39.1.
Variations
All Variations shall be included in updated Programmes produced by the Contractor.
47
40.
40.1
Payments for Variations
The Contractor shall provide the Engineer-in-Charge with a quotation (with break down of
unit rates) for carrying out the Variation when requested to do so by the Engineer-in-Charge.
The Engineer-in-Charge shall assess the quotation, which shall be given within seven days of
the request or within any longer period stated by the Engineer-in-Charge and before the
Variation is ordered.
40.2.
If the work in the Variation corresponds with an item description in the Bill of Quantities and
if, in the opinion of the Engineer-in-Charge, the quantity of work above the limit stated in Sub
Clause 38.1 or the timing of its execution do not cause the cost per unit of quantity to change,
the rate in the Bill of Quantities shall be used to calculate the value of the Variation. If the
cost per unit of quantity changes, or if the nature of timing of the work in the Variation does
not correspond with items in the Bill of Quantities, the quotation by the Contractor shall be in
the form of new rates for the relevant items of work.
If the Contractor’s quotation is unreasonable, the Engineer-in-Charge may order the
Variations and make a change to the Contract Price which shall be based on Engineer-inCharge’s own forecast of the effect of the Variation on the Contractor’s costs.
40.3.
40.4.
If the Engineer-in-Charge decides that the urgency of varying the work would prevent a
quotation being given and considered without delaying the work, no quotation shall be given
and the Variation shall be treated as a Compensation Event.
40.5.
The Contractor shall not be entitled to additional payment for costs which could have been
avoided by giving early warning.
41.
41.1.
Cash Flow Forecasts
When the Programme is updated, the contractor is to provide the Engineer-in-Charge with an
updated cash flow forecast.
42.
42.1.
Payment Certificates
The Contractor shall submit to the Engineer-in-Charge monthly statements of the estimated
value of the work completed less the cumulative amount certified previously by 1st week of
the month. In case contractor does not submit his bill by 1st week of the month, Engineer-InCharge shall get the monthly statement of the estimated value of work completed less
cumulative amount prepared by the end of third week of the month. This procedure will be
followed even if no work is carried out at the site of work.
42.2.
The Engineer-in-Charge shall check the Contractor’s monthly statement within 14 days and
certify the amount to be paid to the Contractor after taking into account any credit or debit for
the month in question in respect of materials for the works in the relevant amounts and under
conditions set forth in sub-clause 51(3) of the conditions of contract.
42.3.
The value of work executed shall be determined by the Engineer-in-Charge.
42.4.
The value of work executed shall comprise the value of the quantities of the Compensation
Events.
42.5.
The value of work executed shall include the valuation of Variations and Compensation
Events.
42.6.
The Engineer-in-Charge may exclude any item certified in a previous certificate or reduce the
proportion of any item previously certified in any certificate in the light of later information.
43.
Payments
43.1.
If an amount certified is increased in a later certificate as a result of an award by the
Adjudicator or an Arbitrator, the Contractor shall be paid interest @10% per annum upon the
48
delayed payment as set out in this clause. Interest shall be calculated from the date upon
which the increased amount would have been certified in the absence of dispute.
43.3.
Items of the Works for which no rate or price has been entered in will not be paid for by the
Employer and shall be deemed covered by the other rates and price in the Contract.
44.
44.1.
Compensation Events
The following are Compensation Events unless they are caused by the Contractor;
(a)
The Employer does not give access to 80% of the Site by the Site Possession Date
stated in the Contract Data.
(b)
The Employer modifies the schedule of other contractors in a way which affects the
work of the contractor under the contract.
(c)
The Engineer-in-Charge orders a delay or does not issue drawings, specifications or
instructions required for execution of works due to which the work is delayed.
However, these can be issued from time to time during the execution of the work.
(d)
The Engineer-in-Charge instructs the Contractor to uncover or to carry out additional
tests upon work which is then found to have no Defects.
(e)
The Engineer-in-Charge does not approve of a subcontract to be let, within 30 days.
(f)
Ground conditions are substantially more adverse than could reasonably have been
assumed before issuance of Letter of Acceptance from the information issued to
Bidders (including the Site Investigation Reports), from information available and
from a visual inspection of the site.
(g)
The Engineer-in-Charge gives an instruction for dealing with an unforeseen
condition, caused by the Employer, or additional work required for safety or other
reasons.
(h)
Other contractors, public authorities, utilities or the Employer does not work within
the dates and other constraints stated in the Contract, and they cause delay or extra
cost to the Contractor.
(i)
The advance payment is delayed, beyond 45 days after receipt of application and
bank guarantee.
(j)
The effect on the Contractor of any of the Employer’s Risks.
(k)
The Engineer-in-Charge unreasonably delays issuing a Certificate of Completion.
(l)
Other Compensation Events listed in the Contract Data or mentioned in the Contract.
44.2. If a Compensation Event would cause additional cost or would prevent the work being
completed before the Intended Completion Date, the Contract Price shall be increased and/or the
Intended Completion Date is extended. The Engineer-in-Charge shall decide whether and by how
much the Contract Price shall be increased and whether and by how much the Intended Completion
Date shall be extended.
44.3. As soon as information demonstrating the effect of each Compensation Event upon the
Contractor’s forecast cost has been provided by the Contractor, it is to be assessed by the Engineer-inCharge and the Contract Price shall be adjusted accordingly. If the Contractor’s forecast is deemed
unreasonable, the Engineer-in-Charge shall adjust the Contract Price based on Engineer-in-Charge’s
own forecast. The Engineer-in-Charge will assume that the Contractor will react competently and
promptly to the event.
44.4. The Contractor shall not be entitled to compensation to the extent that the Employer’s
interests are adversely affected by the Contractor not having given early warning or not having
cooperated with the Engineer-in-Charge.
45.
Tax
45.1. The rates quoted by the Contractor shall be deemed to be inclusive of the sales tax /VAT,
Labour Cess, Service Tax if any and other taxes that the Contractor will have to pay for the
performance of this Contract. The Employer will perform such duties in regard to the deduction of
such taxes at source as per applicable law.
49
46.
46.1.
Currencies
All payments shall be made in Indian Rupees.
47.
Price Adjustment.
Deleted
48.
48.1
Retention Money
6% (six percent) retention money shall be deducted from running bills subject to a
maximum of 5% of the agreement amount and shall be refunded 50% immediately after
completion of work to the satisfaction of Engineer-in-Charge & balance 50% will be
released after expiry of the defect liability period. However, retention money can be
released against unconditional Bank Guarantee in favour of department valid for 60 days
beyond stipulated period as per schedule.
49.
Liquidated Damages(LD)
49.1. The Contractor shall pay liquidated damages to the Employer at the rate per day stated in the
Contract Data for each day that the Completion Date is later than the Intended Completion Date (for
the whole of the works or the milestone as stated in the contract data). The total amount of liquidated
damages shall not exceed the amount defined in the Contract Data. The Employer may deduct
liquidated damages from payments due to the Contractor. Payment of liquidated damages does not
affect the Contractor’s liabilities.
49.2.
If the Intended Completion Date is extended after liquidated damages have been paid, the
Engineer-in-Charge shall correct any overpayment of liquidated damages by the Contractor by
adjusting the next payment certificate. The Contractor shall be paid interest on the over payment
calculated from the date of payment to the date of repayment at the rates specified in Sub Clause 43.1.
If the contractor achieves the next mile stone in time, then LD imposed will be waived off
automatically and payment shall be released without any interest in the next bill due to the contractor.
49.3. If the Contractor fails to comply with the time for completion as stipulated in the tender, then
the contractor shall pay to the employer the relevant sum stated in the Contract Data as Liquidated
damages for such default and not as penalty for everyday or part of day which shall elapse between
relevant time for completion and the date stated in the taking over certificate of the whole of the
works on the relevant section, subject to the limit stated in the contract data.
The engineer may, without prejudice to any other method of recovery deduct the
amount of such damages from any money due or to become due to the contractor. The payment or
deduction of such damages shall not relieve the contractor from his obligation to complete the works
on from any other of his obligations and liabilities under the contract.
50.
51.
.
Deleted.
Advance Payment
Deleted
51.1.
Secured Advance
The Engineer-in-Charge shall make advance payment in respect of materials intended for but
not yet incorporated in the Works in accordance with conditions stipulated in the Contract Data.
52.
Securities
52.1. The Performance Security (Including additional security for unbalanced bids) shall be
provided to the Employer not later than the date specified in the Letter of Acceptance and shall be
issued in an amount and form and by a bank or surety acceptable to the Employer, and denominated in
Indian Rupees. The Performance Security shall be valid until a date 45 days from the date of expiry of
Defects Liability Period and the additional security for unbalanced bids shall be valid until a date 45
days from the date of issue of the certificate of completion.
50
53.
Deleted
54.
Cost of Repairs
54.1. Loss or damage to the Works or Materials to be incorporated in the Works between the Start
Date and the end of the Defects Correction Periods shall be remedied by the Contractor at the
Contractor’s cost if the loss or damage arises from the Contractor’s act or omissions.
E. FINISHING THE CONTRACT
55.
Completion
55.1. The Contractor shall request the Engineer-in-Charge to issue a Certificate of Completion of
the Works and the Engineer-in-Charge will do so upon deciding that the Work is completed.
56.
Taking Over
56.1. The Employer shall take over the Site and the Works within seven days of the Engineer-inCharge issuing a certificate of Completion.
57.
Final Account
57.1. The Contractor shall supply to the Engineer-in-Charge a detailed account of the total amount
that the Contractor considers payable under the Contract before the end of the Defects Liability
Period. However, the final bill of the work will be passed by the Engineers within 90 days from the
date of completion. The final account and final bill are different in nature. The Engineer-in-Charge
shall issue a Defect Liability Certificate and certify any final payment that is due to the Contractor
within 56 days after the end of defect liability period if it is correct and complete. If it is not, the
Engineer-in-Charge shall issue within 56 days a schedule that states the scope of the corrections or
additions that are necessary. If the Final Account is still unsatisfactory after it has been resubmitted,
the Engineer-in-Charge shall decide on the amount payable to the Contractor and issue a payment
certificate, within 56 days of receiving the Contractor’s revised account.
58.
58.1.
Operating and Maintenance Manuals
If “as built” Drawing and/or operating and maintenance manuals are required, the Contractor
shall supply them by the dates stated in the Contract Data.
58.2. If the Contractor does not supply the Drawings and/or manuals by the dates stated in the
Contract Data, or they do not receive the Engineer-in-Charge’s approval, the Engineer-in-Charge shall
withhold the amount stated in the Contract Data from payments due to the Contractor.
59.
Termination
59.1. The Employer or the Contractor may terminate the Contract if the other party causes a
fundamental breach of the Contract.
59.2.
Fundamental breaches of Contract include, but shall not be limited to the following:
(a)
the Contractor stops work for 20 days when no stoppage of work is shown on the
current Programme and the stoppage has not been authorized by the Engineer-inCharge.
(b)
the Engineer-in-Charge instructs the Contractor to delay the progress of the Works
and the instruction is not withdrawn within 28 days;
(c)
the Employer or the Contractor is made bankrupt or goes into liquidation other than
for a reconstruction or amalgamation;
(d)
a payment certified by the Engineer-in-Charge is not paid by the Employer to the
Contractor within 56 days of the date of the Engineer-in-Charge’s certificate;
51
(e)
(f)
(g)
(h)
(i)
the Engineer-in-Charge gives Notice that failure to correct a particular Defect is a
fundamental breach of Contract and the Contractor fails to correct it within a
reasonable period of time determined by the Engineer-in-Charge;
the Contractor does not maintain a security which is required.
the Contractor has delayed the completion of miles stone/ work by 30 days and
if the Contractor, in the judgment of the Employer has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract
Non-employment of key personnel as per clause 9.
For the purpose of this paragraph “ corrupt practice” means the offering, giving,
receiving or soliciting of any thing of value to influence the action of a public official in the
procurement process or in contract execution “ Fraudulent practice: means a misrepresentation of
facts in order to influence a procurement process or the execution of a contract to the detriment of the
Borrower, and includes collusive practice among Bidders (prior to or after bid submission) designed
to establish bid prices at artificial non-competitive levels and to deprive the Borrower of the benefits
of free and open competition.”
59.3. When either party to the Contract gives notice of a breach of contract to the Engineer-inCharge for a cause other than those listed under Sub Clause 59.2 above, the Engineer-in-Charge shall
decide whether the breach is fundamental or not.
59.4.
Notwithstanding the above, the Employer may terminate the Contract for convenience.
59.5. If the Contract is terminated the Contractor shall stop work immediately, make the Site safe
and secure and leave the Site as soon as reasonable possible.
60.
Payment upon Termination
60.1. If the Contract is terminated because of a fundamental breach of Contract by the Contractor,
the Engineer-in-Charge shall issue a certificate for the value of the work done less advance payments
received up to the date of the issue of the certificate, less other recoveries due in terms of the contract,
less taxes due to be deducted at source as per applicable law and less the percentage to apply to the
work not completed as indicated in the Contract Data. Additional Liquidated Damages shall not
apply. If the total amount due to the Employer exceeds any payment due to the Contractor the
difference shall be a debt payable to the Employer.
60.2. If the Contract is terminated at the Employer’s convenience or because of a fundamental
breach of Contract by the Employer, the Engineer-in-Charge shall issue a certificate for the value of
the work done, the cost of balance material brought by the contractor and available at site, the
reasonable cost of removal of Equipment, repatriation of the Contractor’s personnel employed solely
on the Works, and the Contractor’s costs of protecting and securing the Works and less advance
payments received up to the date of the certificate, less other recoveries due in terms of the contract
and less taxes due to be deducted at source as per applicable law.
61.
Property
61.1. All materials on the Site, Plant, Equipment, Temporary Works and Works are deemed to be
the property of the Employer, if the Contract is terminated because of a Contractor’s default.
62.
Release from Performance
62.1. If the Contract is frustrated by the outbreak of war or by any other event entirely outside the
control of either the Employer or the Contractor the Engineer-in-Charge shall certify that the Contract
has been frustrated. The Contractor shall make the Site safe and stop work as quickly as possible after
receiving this certificate and shall be paid for all work carried out before receiving it and for any work
carried out afterwards to which commitment was made.
F. SPECIAL CONDITIONS OF CONTRACT
1.
LABOUR:
52
The Contractor shall, unless otherwise provided in the Contract, make his own arrangements
for the engagement of all staff and labour, local or other, and for their payment, housing, feeding and
transport.
The Contractor shall, if required by the Engineer-in-Charge, deliver to the Engineer-inCharge a return in detail, in such form and at such intervals as the Engineer-in-Charge may prescribe,
showing the staff and the numbers of the several classes of labour from time to time employed by the
Contractor on the Site and such other information as the Engineer-in-Charge may require.
2.
COMPLIANCE WITH LABOUR REGULATIONS :
During continuance of the contract, the Contractor and his sub-contractors shall abide at all
times by all existing labour enactments and rules made thereunder, regulations, notifications and bye
laws of the State or Central Government or local authority and any other labour law (including rules),
regulations, bye laws that may be passed or notification that may be issued under any labour law in
future either by the State or the Central Government or the local authority. Salient features of some of
the major labour laws that are applicable to construction industry are given below. The Contractor
shall keep the Employer indemnified in case any action is taken against the Employer by the
competent authority on account of contravention of any of the provisions of any Act or rules make
thereunder, regulations or notifications including amendments. If the Employer is caused to pay or
reimburse, such amounts as may be necessary to cause or observe, or for non-observance of the
provisions stipulated in the notifications/bye laws/Acts/Rules/regulations including amendments, if
any, on the part of the Contractor, the Engineer-in-Charge/Employer shall have the right to deduct any
money due to the Contractor including his amount of performance security. The Employer/Engineerin-Charge shall also have right to recover from the Contractor any sum required or estimated to be
required for making good the loss or damage suffered by the Employer.
The employees of the Contractor and the Sub-Contractor in no case shall be treated as the
employees of the Employer at any point of time.
SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE TO
ESTABLISHMENTS ENGAGED IN BUILDING AND OTHER CONSTRUCTION WORK.
a) Workman Compensation Act 1923:- The Act provides for compensation in case of injury
by accident arising out of and during the course of employment.
b) Payment of Gratuity Act 1972:- Gratuity is payable to an employee under the Act on
satisfaction of certain conditions on separation if an employee has completed 5 years
service or more on death, the rate of 15 days wages for every completed year of service.
The Act is applicable to all establishments employing 1o or more employees.
c) Employee P.F. and Miscellaneous Provision Act 1952:- The Act Provides for monthly
contributions by the employer plus workers @10% each. The benefits payable under the
Act are:
(i)
Pension or family pension on retirement or death, as the case may be.
(ii)
Deposit insurance linked with death of the worker during Employment.
(iii)
Payment of P.F. accumulation or retirement/death etc.
d) Maternity Benefit Act 1951:- The Act provides for leave and some other benefits to
women employees in case of confinement or miscarriage etc.
(e) Contract Labour (Regulation & Abolition) Act 1970:- The Act provides for certain
welfare measures to be provided by the Contractor to contract labour and in case the
Contractor fails to provide, the same are required to be provided by the Principal
Employer by Law. The Principal Employer is required to take Certificate of Registration
and the Contractor is required to take licence from the designated Officer. The Act is
applicable to the establishments or Contractor of Principal Employer, if they employ 20
or more contract labour.
(f) Minimum Wages Act 1948:- The Employer is supposed to pay not less than the Minimum
Wages fixed by appropriate Government as per provisions of the Act, if the employment
is a scheduled employment. Construction of Buildings, Roads, Runways are scheduled
employments.
53
(g) Payment of Wages Act 1936:_ It lays down as to by what date the wages are to be paid,
when it will be paid and what deductions can be made from the wages of the workers.
(h) Equal Remuneration Act 1979:- The Act provides for payment of equal wages for work
of equal nature to Male and Female workers and for not making discrimination against
Female employees in the matters of transfers, training and promotions etc.
(i) Payment of Bonus Act 1965:- Bonus will be paid as per latest policy of the Govt. of
India.
(j) Industrial Disputes Act 1947:- The Act lays down the machinery and procedure for
resolution of Industrial disputes, in what situations a strike or lock-out becomes illegal
and what are the requirements for laying off or retrenching the employees or closing
down the establishment.
(k) Industrial Employment (Standing Orders) Act 1946:- It is applicable to all establishments
employing 100 or more workmen (employment size reduced by some of the States and
Central Government to 50 ). The Act provides for laying down rules governing the
conditions of employment by the Employer on matters provided in the Act and get the
same certified by the designated Authority.
(l) Trade Unions Act 1926:- The Act lays down the procedure for registration of trade unions
of workmen and employers. The Trade Unions registered under the Act have been given
certain immunities from civil and criminal liabilities.
(m) Child Labour (Prohibition & Regulation) Act 1986:- The Act prohibits employment of
children below 14 years of age in certain occupations and processes and provides for
regulation of employment of children in all other occupations and processes. Employment
of Child Labour is prohibited in Building and Construction Industry.
(n) Inter-State-Migrant workmen’s (Regulation of Employment & Conditions of Service) Act
1979:_ The Act is applicable to an establishment which employs 5 or more inter-state
migrant workmen through an intermediary (who has recruited workmen in one state for
employment in the establishment situated in another state). The Inter-State migrant
workmen, in an establishment to which this Act becomes applicable, are required to be
provided certain facilities such as housing, medical aid, traveling expenses from home
upto the establishment and back, etc.
(o) The Building and Other Construction Workers (Regulation of Employment and
Conditions of Service) Act 1996 and the Cess Act of 1996:- All the establishment who
carry on any building or other HVAC Workand employs 10 or more workers are covered
under this Act. All such establishments are required to pay cess at the rate not exceeding
2% of the cost of construction as may be modified by the Government. The Employer of
the establishment is required to provide safety measures at the Building or HVAC
Workand other welfare measures, such as Canteens, First-Aid facilities, Ambulance,
Housing accommodations for workers near the work place etc. The Employer to whom
the Act applies has to obtain a registration certificate from the Registering Officer
appointed by the Government.
(p) Factories Act 1948:- The Act lays down the procedure for approval of plans before setting
up a factory, health and safety provisions, welfare provisions, working hours, annual
earned leave and rendering information regarding accidents or dangerous occurrences to
designated authorities. It is applicable to premises employing 10 persons or more with aid
of power or 20 or more persons without the aid of power engaged in manufacturing
process.
54
SECTION 4
CONTRACT DATA
55
CONTRACT DATA
Clause Reference
with respect
to section 3
Items marked “N/A” do not apply in this Contract.
1
2
3
The Employer
Name:
Address:
Superintending Engineer Electrical Circle
Haryana PW (B&R) Deptt., Karnal
Name of Engineer-in- Executive Engineer-in-Charge,
Charge
( Name of Authorized Representative of Engineer-in-Charge will be
intimated later )
The Defects Liability Period is 12 months from the date of completion of
work.
[Cl.1.1]
[Cl.1.1 & 35]
4
The Start Date shall be 21 days after the date of issue of the acceptance
letter.
[Cl.1.1,17&28]
5
The Intended Completion Date for the whole of the work is 9 months
after start of work with the following milestones:
[Cl.2.2 &49.1]
6
Milestone dates: Two milestones at three months period and six months period to be indicated
by the bidder while submitting the bid.
The bidder will submit his bar chart and working drawings and completion schedule within 21
days of issue of acceptance letter.
7
The site is located in district Rohtak
[Cl.1.1]
8
The following documents also form part of the Contract i.e. undertaking of
the bidder if any.
[Cl. 2.3(9)]
9
The law which applies to the Contract is the law of Union of India
[Cl.3.1]
10
The language of the Contract documents is English
[Cl.3.1]
11
Limit of subcontracting 20% of the Initial Contract Price- NA
[Cl.7.1]
12
The Schedule of Key Personnel As per Annex.-II of Section I
[Cl.9]
13
The minimum insurance cover for physical property, injury and death is
Rs.5 lacs per occurrence with the number of occurrences limited to four.
After each occurrence, contractor will pay additional premium necessary
to make insurance valid for four occurrences always. This clause is
applicable for contracts more than 1.00 crore initially
14
The Site Possession Date shall be the date of issue of acceptance letter
Clause Reference
with respect to
section 3
[C1.13]
[C1.14]
56
15
16
17
18
Nil
Nil
Deleted.
The period for submission of the programme for approval of Engineer
shall be 21 days from the issue of Letter of Acceptance.
19
The period between programme updates shall be 90 days.
[C1.27.3]
20
The amount to be withheld for late submission of an updated programme
shall be 0.25% of contract price subject to max. of Rs. 2.00 lacs.
[C1.27.3]
21
22
Deleted
The currency of the Contract is Indian Rupees.
23
DELETED
24.
[C1.26]
[C1.27.1]
[C1.46]
The proportion of payments retained (retention money) shall be 6% from each bill subject to
a maximum of 5% of the contract amount.
[Cl.48]
25
Amount of liquidated damages for delay in
completion of works
For Whole of work 1/500 of the Initial [Cl.49]
Contract Price per day.
For Milestones (as specified, in item 6 of
Contract Data)
1/500 of the initial contract price per day
26
Maximum limit of liquidated damages for
delay in completion of work/ milestones
10 per cent of the Initial Contract Price [Cl.49]
rounded off to the nearest thousand.
27
DELETED
28
DELETED
29
I
II
Nature of Advance
DELETED
Secured advance
for non-perishable
materials brought
to site
75% of Invoice value
In case the contractor requires an advance on the
security of materials brought to site, Engineer-In-Charge
may, on written request from the contractor sanctioned
the advance upto an amount 75% or as decided by the
Engineer-In-Charge of the value (as assessed by
themselves) as stated in the Contract Data of such
materials, provided thereof imperishable nature and that
a formal agreement is drawn up with the contractors
under which Govt. secures a lien on the materials and is
safeguarded against losses due to the contractor
postponing the execution of the work or misuse of the
material and against the expense entailed for their proper
watch and safe custody. If the material is fire prone or
can be destroyed fully/partially on storage, it shall be
desirable to have it first insured by the contractor. Cases
in which a contractor, whose contract is for finished
work, requires an advance on the security of materials
brought to site. Divisional Officer may, on written
57
request from the contractor, sanction the advance upto
an amount of 75% or as decided by the competent
authority of the value (as assessed by themselves) of
such materials, provided they are of an imperishable
nature and that a formal agreement is drawn up with the
contractor under which Government secures a lien on
the materials and is safeguarded against losses due to the
contractor postponing the execution of the work or
misuse of the material and against the expense entailed
for their proper watch and safe custody. If the materials
is fire prone or can be destroyed fully/partially on
storage, it shall be desirable to have it first insured by
the contractor.
III
IV
30
DELETED
Bank Guarantees
The bank guarantee shall be unconditional,
requiring the bank to pay the beneficiary the sum
specified in the guarantee on the first demand and
without demur, and without reference to the party on
whose behalf it has been issued, notwithstanding any
dispute or disagreement that might have arisen between
the employer and the contractor. The form of bank
guarantee shall be prescribed by the departments.
It shall be the duty of the Engineer-In-Charge to
obtain independent confirmation about the genuineness
of the bank guarantees directly from the bank issuing
them. Further, he shall keep them in safe custody and
hand them over to his successor when a change of
charge takes place. Details of bank guarantees shall be
entered into a register which shall be reviewed every
month to ensure timely action in respect of renewal of
any guarantee, if required, before it expires
Deleted.
31
Always provided that the advance shall be completely repaid prior to the expiry of the
original time for completion pursuant to clauses 17 and 28.
Repayment of Secured advance.
32.
The advance shall be repaid from each succeeding monthly payments to the extent materials
[for which advance was previously paid pursuant to Clause 51.4 of G.C.C.] have been
incorporated into the Works.
The Securities shall be for the following minimum amounts equivalent as a percentage of the
Contract Price
Performance Security for 5 per cent of contract price plus Rs……………… (to be decided
after evaluation of the bid) as additional security in terms of ITB Clause 29.5.
33.
The standard form of Performance Security acceptable to the Employer shall be an
unconditional Bank Guarantee of the type as presented in Section 8 of the Bidding
Documents.
34.
The date by which “as-built” drawings including PH/EI fixations (in scale as directed) in 2
sets are required is within 28 days of issue of certificate of completion of whole or section of
the work, as the case may be.
58
35.
36.
37.
The amount to be withheld for failing to supply “as-built” drawings by the date required is
1% of the contract value.
The following events shall also be fundamental breach of contract:
“The Contractor has contravened Sub-clause 7.1 and Clause 9 of conditions of contract.”
The Contractor has contravened Sub-clause 7.1 and Clause 9.0 of GCC.
If the Contract is terminated on account of fundamental breach of Contract by the Contractor,
then the additional penalty for not completing the work shall be 20 percent of the value of the
work not completed in addition to the Liquidated damages,
[Cl:60]
(To be calculated as per Clause 25 of contract date)
59
SECTION – 5
TECHNO COMMERCIAL CONDITIONS
60
1.
Upon completion and before offering the work for acceptance, the contractor
shall remove all false work, excavated and useless materials, rubbish,
temporary building constructed by him and shall leave the site and adjacent
area in a neat and clean condition to the entire satisfaction of the Engineer-inCharge.
2.
The Executive Engineer, reserves the option to take any item of the work or
any part thereof at any time during the currency of the contract and reallot it to
any other agency or carry out such work departmentally, with the due notice
to the contractor without liability of any kind or payment of any
compensation.
3.
The contractor has to make his own arrangements for water, bricks, wood and
every other item required directly or indirectly for completion of work, except
those to be provided by the Deptt. as provided elsewhere in this agreement.
4.
No claim shall be entertained on account of increase in price of labour and
material due to any cause whatsoever except for those materials for which
specific provisions has been made in this agreement.
5.
10% security will be deducted from the gross amount of each running bill
subject to maximum 5% of the contract value of the agency and will be
retained till the completion of defect liability period. However security can be
refunded after completion and handing over the work against bank guarantee
of equal amount from Nationalized Bank duly pledged in favor of Executive
Engineer Electrical Division PW (B&R) Department Rohtak. This Bank
guarantee shall be released after defect liability period and fresh performance
security of Rs.10.00 Lacs shall be deposited by the firm which shall be
released after completion of comprehensive AMC period. This security of
Rs.10.00 lacs can be in shape of Bank draft/Bank guarantee.
6.
In cases of emergency the contractor shall be required to pay his labour every
day and if this is not done Govt. may make the requisite payment and recover
the same from the contractor.
7.
Actual quantities of completed and accepted work shall only be paid.
8.
The rates to be quoted by the contractor shall be inclusive of octroi, terminal
tax, royalty, import duty, transportation and all other taxes and charges. These
shall be for completed work in all respects.
9.
The contractor shall not be entitled for any payment on account of work done
till he signs his agreement.
61
10.
The contractor will be responsible for any and all losses of material, damage
done to unfinished work as a result of floods and other natural calamities/ acts
of God. The Govt. will not be responsible for any compensation as a result of
such damage or loss to the contractor and the contractor shall be liable to set
right such damage at his own cost to the satisfaction of the Engineer-inCharge.
11.
The royalty, sales tax and other taxes, if any shall be paid by the contr. direct
to the respective department in accordance with their rules and regulations in
force from time to time with out intervention of the Public Works Department.
12.
13.
Amount and quantities of work are tentative and may be increased or
decreased to any extent and any item can be omitted or substituted in
accordance with requirement of the work and architectural & structural
drawings. No claim on this account shall be entertained.
Contractor shall be responsible to provide to the entire satisfaction of the
Engineer-in-Charge at his own expenses the following amenities for the
labour employed by him.
i)
Suitable temporary hutting accommodation.
(ii)
Trench latrine, bathing enclosures plate-forms, separately for men and woman
and their regular cleanliness.
(iii)
Clean drinking water.
In the event of his failure to provide any or all of the amenities the same shall
be provided by the Govt. and cost thereof shall be recovered from the
contractor. Any dispute regarding above points shall be settled by the
Engineer-in-charge and his decision shall be final.
14.
The contractor shall be responsible for housing, sanitation and medical
treatment of laborers employed by him and shall abide by all the rules and
regulations made by Govt. in this behalf from time to time.
15.
For contractor’s labour regulations fair wage clause and rules for protection of
health and sanitation arrangements for workers employed by the public works
department or its contractor’s reference be made to the concerned rules/Acts.
16.
No claim of any kind what-so-ever shall be entertained for any and all the
losses or damages to the contractor due to the completion of the work getting
delayed due to the failure or delay on the part of the public works department
under the terms and conditions of the contract.
17.
Apprentice Act – The contractor shall comply with the provisions of the
Apprentice Act, 1961 and the rules and orders issued there-under from time to
62
time. If the contractor fails to do so his failure will be breach of the contract
and the Superintending Engineer may at his discretion cancel the contract.
The contractor shall also be liable for any pecuniary liability arising on
account of any violation by him of the provision of the Act.
18.
If for the execution of the work, the contractor will engage imported labour,
he shall immediately inform the local health authorities entrusted with the
work of eradication of malaria for their (Labourers) inclusion in the
surveillance operation and for getting their blood examined from the aforesaid
authorities in order to exclude malaria positive.
19.
Imported labour means labour belonging to a state other than Haryana State or
labour /worker engaged from other countries.
20.
All material left at site by the contractor for a period of one month after the
completion of work shall become the property of the public works department
and contractor shall have no claim what-so-ever for such material.
21.
The contractor shall supply at his own cost and expenses all labour/ materials
etc. for checking of any portion of the work during construction and nothing
extra shall be paid for such services.
22.
The contractor shall maintain at site of work full details of specifications of
the work fixed by the Engineer-in-Charge and approved drawings of the work.
23.
Nothing extra shall be paid to the contractor for diversion of water in the
channels stream if it becomes necessary for the execution and completion of
the work.
24.
The contractor will not have any claim in case of delay by the Department for
removal of tree or shifting, raising, removing of telegraph, telephone, electric
lines, water or sewer lines (Over head and under ground) and other structure,
if any, which comes in the way of the work.
25.
Relation with Public Authorities:
The contractor shall comply with all legal orders and directions given from time
to time by any local or public authorities and shall pay out of his own money the
fees or charges to which he may be liable.
26.
Occupation of Additional Lands:
63
In case, when it becomes necessary for due fulfillment of the contract for the
contractor to occupy land outside the P.W.D. limits the contractor shall make his
own arrangement with the land owners and pay such amount, as may be mutually
agreed upon by them.
27
No claim by the contractor for additional payment will be allowed on the ground
of any misunderstanding or misapprehension in respect of any such matter or
otherwise on the ground of any allegation or fact that incorrect information was
given to him by any person whether employ of the Govt. or not or of the failure
on his part to obtain correct information nor shall the contractor be relieved from
any risk or obligations imposed on or undertaken by him under the contract on
any such ground or on the ground that he did not or could not fore-see any matter
which may in fact, effect or have affected the execution of the work.
28.
During the absence on work of the Engineer-in-Charge he shall be represented by
one of his subordinate whose duties are to watch and supervise the works, to test
and examine any materials to be used or workmanship, to ensure that the works
are executed in conformity with the plans, estimates and specifications in all
respects and to keep Engineer-in-charge informed of the progress of the works
and the manner in which they are done. The Engineer-in-charge may from time
to time delegate any of the powers and authorities vested in him to the
departmental representative in writing.
29.
The Departmental representative shall have no authority to alter or waive the
provisions of plans and estimates and specifications or to relieve the contractor or
any of his duties or obligations under the contract. He shall however, have the
authority to inform the contractor in writing to replace any materials considered
defective and to suspend, to do, or rectify the work improperly performed or not
according to plans and estimates or specifications in his judgment and the
contractor shall comply.
30.
Failure of the Departmental Representative to disapprove any work or materials
shall not prejudice the power of the Engineer-in-Charge thereafter to disapprove
such work or materials and to order the pulling down, removal or breaking up
thereof. If the contractor shall be dissatisfied by reason of any decision of the
Departmental representative, he shall be entitled to refer the matter to the
Engineer-in-Charge who shall thereupon confirm or reverse such a decision.
64
31.
The contractor will setup a full fledged laboratory at site of work with the
required staff for testing of all the materials to be used in the work.
32.
The contractor will be held strictly responsible to the true intent of the
specification in regard to quality of materials, workmanship and the diligent
execution of the contract.
33.
All materials and each part of detail of the work shall be subject at all times to
inspection by the Engineer-in-charge, senior officers of the deptt., Departmental
Representative or other authorized subordinate who shall be furnished with
reasonable facilities and assistance by the contractor for ascertaining whether or
not the work as performed or the materials used are in accordance with the
requirements and intent of the plans and specifications.
34.
The contractor shall furnish written information to the Engineer-in-Charge stating
the original source of supply and dates of manufactures of all materials
manufactured away from the actual site of work.
The information shall be
furnished at least two weeks (or such other period as may be directed by
Engineer-in-charge) in advance of the incorporation of any such materials in the
works.
35.
The contractor shall also inform the Engineer-in-Charge in writing when any
portion is ready for inspection giving him sufficient notice to enable him to
inspect the same without retarding the further progress of the work.
36.
Any work done or materials used without supervision or inspection by the
Engineer-in-charge or the Departmental Representative is liable to be ordered to
be removed and replaced at the contractor’s expenses.
37.
If so directed the contractor shall at any time before the acceptance of the work
remove or uncover such portion of the finished work as may be directed. After
examination, the contractor shall restore the said portion of the work to the
standards required by the specifications. The work shall not be considered to
have been completed in accordance with the terms of the contract until the
Engineer-in-charge shall have certified in writing that it has been completed to his
satisfaction. No approval of materials or workmanship or approval of part of the
work during the progress of execution shall bind the Engineer-In-Charge in any
way or effect his power to reject the work when alleged to be completed or to
65
suspend the issue of his certificate of completion until such alterations or
modifications or reconstructions have been affected as shall enable him to certify
that the work has been completed to his satisfaction.
38.
The inspection of the work or materials shall not relieve the contractor any of his
obligation to fulfill the terms of the contract as herein prescribed by the plans and
specifications.
39.
Failure to reject any defective work or material will not in any way prevent later
rejection when such defect is discovered or obligate the department to make final
acceptance.
40.
Unless otherwise provided in the contract document materials such as rubble, gravel
sand, murrum, kankar earth, soil, etc. obtained from excavation and materials
obtained by dismantling any existing structures shall remain the property of the
Government.
When deemed fit, the Executive Engineer-in-charge may with the approval of
competent authority permit the use of such materials on the work in substitution of
materials which the contractor would have otherwise provided, subject to the
condition that a suitable deduction shall be made in the rate of the items in which
such materials are used.
41.
Any trees branches, bushes, crops etc. which may be required to be cut during the
execution of the work shall be handed over to the Public Works Department or
disposed of as directed.
42.
Department shall not be responsible for any depreciation in the value of securities
or for any loss of interest thereon.
43.
44.
Canvassing in connection with a tender in any form renders the tender liable to
rejection.
If there are varying or conflicting provisions made in any documents forming part
to the contract the accepting authority shall be the deciding authority with regarded
to the intension of the documents.
45.
If, however, the contractor seeks to some assistance from the department in
connection with arranging water/electric connection from the public utility service
authorities for the purpose of Govt. work such assistance only to the extent of
writing a letter from the Engineer-in-Charge to the authority concerned for giving
such connection may be provided. All charges etc. shall be borne by the contractor.
66
46.
The contractor may, on application of the contractor, issue essentiality certificate
for Diesel/Petrol (if it becomes a controlled commodity) required for materials to be
used on the work but the department will not undertake any responsibility for the
arrangement of such Petrol/Diesel, Non availability of any such materials will not
absolve the contractor of his contractual obligation.
47.
Payment Schedule
a) If requested by the contractor in writing, 75% secured advance can be given
against the material brought at site and submission of bills thereof. Contractor shall
be responsible for safety and storage of such material. This secured advance shall
be recovered from the running/final bills of the agency.
b) 90% running payment shall be made for the completed part of
work and the
amount of secured advance for the material used in such completed part of the work
shall be recovered from such bills.
c) Balance 10% payment shall be made after completion /commissioning / handing
over the work /site to the department
d) Running payments shall be made within 45 days of submission of bills by the
contractor for the completed work and final payment shall be made after 45 days of
the submission of bills by the contractor after completion / commissioning /
handing over the work /site to the department.
e) All taxes, cess, duties & surcharges like Sale Tax, Income Tax, Labour Cess,
Service tax etc. as and if applicable from time to time shall be deducted from the
gross amount of the bills of the contractor.
OPERATION MAINTAINENCE-CUM-DEFECT
LIABILITY PERIOD
48
The defect liability-cum-maintenance period shall be one year from the
date of handing over the completed work. The date of completion shall be
considered as the date certified by the Engineer-In-Charge.
48.1
The Engineer-incharge shall give notice to the contractor of any defects
before the end of the Defects Liability-cum-Maintenance Period. The
Defects Liability-cum-Maintenance period shall be extended for as long as
defects remain to be corrected.
48.2
The Contractor shall correct the notified Defect / Defects within the length
of time specified in the notice by the Engineer incharge.
67
48.3
The contractor will be fully responsible for the quality and workmanship of
the works executed by him. The liability on account of shortcomings in
executed items found by any investigating agency during the defect
liability period or afterwards shall be born by the agency.
48.4
The Contractor shall operate and maintain the Central Air Conditioning
system as per DNIT, agreement conditions and keep the whole system in
defect free condition during defect liability period as defined above.
48.5
The routine maintenance standards shall meet the following minimum
requirements to the entire satisfaction of Engineer-in-charge.:-
i)
The agency shall make good all the items / works damaged during the repair
being done by him and bring the same in original form.
ii)
Any other maintenance operation required to keep the system use worthy at
all the time during the maintenance period.
iii)
He shall maintain a register in the building for daily recording the defects,
damages, shortcomings noticed by user and address the problem within
reasonable time. All defective imported equipment shall be replaced within 7
days and all other defective equipment shall be replaced within 48 hrs and
the system shall be made operational within this time period. If the complaint
is not attended to within the specified period, beside not paying for delayed
period, compensation of two days AMC charges for every delay of one day or
part thereof shall be levied but the total amount of compensation shall not
exceed 10% of the maintenance work amount. The superintending Engineer
may, on representation from the firm, reduce the amount of compensation
and his decision in writing shall be final. If the firm does not attend to the
complaint/monthly examination for further four days of the above specified
period i.e 7 days and 48 hours the same shall be got attended to at his risk
and cost from other source.
iv)
During free maintenance period(defect liability period) of 1 year, if the
complaint is not attended within the specified period mentioned in Para (iii) above,
compensation @ Rs. 1000/- per day for delayed period shall be levied.
68
v)
Major maintenance shall be carried out under the supervision of ASDE/JE
incharge
vi)
The firm will maintain a reasonable stock of genuine spare parts in its
service store at local site.
vii)
The firm is to attend to the breakdown during working hours on receipt
of information at the firm service station from the authorized representative of the
department. The department will take the complaint number from the firm’s service
station at the time of reporting the breakdown. The breakdown attendant report
shall be signed by the department for record and issue of spares and keeping time
record of the firm service personnel. The firm personnel will also sign the breakdown
attendant report/complaint register of the department in token of attending the
complaints and noting complaints as recorded by department officers/officials.
viii)
After completion of free maintenance /AMC period or its termination by
the department mid way due to poor performance/non performance of the firm, the
firm will hand over the complete system in working orders with every part intact. In
case any part is found missing or of sub standard specifications due recovery will be
made for such a deficiency. In case maintenance/ AMC has to be terminated in
between, maintenance shall be got carried out at the risk and cost of the firm.
Before termination of the maintenance contract valid one month notice shall be
given.
49
Sufficient staff shall be deputed for day to day operation of the system.
During free operation period the contractor shall train the staff of the department
regarding day to day operation.
In case the contractor does not depute the operator for operation of the
system, penalty @ Rs 500/- per day shall be levied and recovered from the
contractor.
50
All taxes, cess, duties & surcharges like Sale Tax, Income Tax, Labour Cess,
Service tax etc. as and if applicable from time to time shall be deducted from
the gross amount of the bills of the contractor.
51
If the agency does not fill/quote the rates of any items then it will be
considered as NIL and same will be executed by the agency free of cost
and it will be contingent to
work. The agency will have to give an
69
undertaking on account of above, other wise earnest money will be
forfeited. In addition, Engineer-in-Charge my also blacklist the agency.
52
The contractor will submit the design of temporary structure scaffolding to
department in advance without any cost. The contractor will remain
responsible for design and safety of scaffolding irrespective of approval by the
Engineer-in Charge
53
N.A.
54
N.A.
70
SECTION – 6
FORM OF BID
71
FORM OF BID
Description of the Works:
___________________________________________________________________________
To
:
Address
:
1.
We offer to execute the Works described above and remedy any defects therein in conformity
with the conditions of Contract, specification, drawings, Bill of Quantities and Addenda for
the sum(s) of
_____________________________________________________________________
( _________________________________________________________________ )
2.
We undertake, if our Bid is accepted, to commence the Works as soon as is reasonably
possible after the receipt of the Engineer-in-Charge’s notice to commence, and to complete
the whole of the Works comprised in the Contract within the time stated in the document.
3.
We agree to abide by this Bid for the period of * _______ days from the date fixed for
receiving the same, and it shall remain binding upon us and may be accepted at any time
before the expiration of that period.
4.
Unless and until a formal Agreement is prepared and executed this Bid, together with your
written acceptance thereof, shall constitute a binding contract between us.
5.
We understand that you are not bound to accept the lowest or any tender you may receive.
Dated this _____________ day of __________________________ 20……
Signature____________________________ in the capacity of ___________________ duly
authorized to sign bids for and on behalf of ______________________________
_____________________________________________________________________
(in block capitals or types)
Address_______________________________________________________________
Witness _______________________________________________
Address
_____________________________________________________________________
Occupation
_____________________________________________________________________
72
SECTION – 7
SECURITIES AND OTHER FORMS
73
BID SECURITY (BANK GUARANTEE)
WHEREAS, _______________________________ [name of Bidder] (hereinafter called “the
Bidder”) has submitted his Bid dated _________________ [date] for the construction of
__________________ [name of Contract hereinafter called “the Bid”].
KNOW ALL PEOPLE by these presents that We __________________________________________
[name of Bank] of _____________________________ [name of country] having our registered office
at __________________________________________ (hereinafter called “the Bank”) are bound unto
_____________________________ [name of Employer] (hereinafter called “the Employer”) in the
sum of ___________________________* for which payment well and truly to be made to the said
Employer the Bank itself, his successors and assigns by these presents.
SEALED with the Common Seal of the said Bank this _____________ day of ___________, 20____.
THE CONDITIONS of this obligation are :
(1)
If after Bid opening the Bidder withdraws his bid during the period of Bid validity specified
in the Form of Bid;
OR
(2)
If the Bidder having been notified to the acceptance of his bid by the Employer during the
period of Bid validity :
(a)
fails or refuses to execute the Form of Agreement in accordance with the Instructions
to Bidders, if required; or
(b)
fails or refuses to furnish the Performance Security, in accordance with the
Instructions to Bidders; or
(c)
does not accept the correction of the Bid Price pursuant to Clause 27.
We undertake to pay to the Employer up to the above amount upon receipt of his first written
demand, without the Employer having to substantiate his demand, provided that in his demand the
Employer will note that the amount claimed by him is due to him owning to the occurrence of one or
any of the three conditions, specifying the occurred condition or conditions.
This Guarantee will remain in force up to and including the date _______________________** days
after the deadline for submission of Bids as such deadline for submission of Bids as such deadline is
stated in the Instructions to Bidders or as it may be extended by the Employer, notice of which
extension(s) to the Bank is hereby waived. Any demand in respect of this guarantee should reach the
Bank not later than the above date.
DATE ______________________
SIGNATURE ______________________
WITNESS __________________
SEAL _____________________________
__________________________________________________________________________________
[Signature, name and address]
*
**
The Bidder should insert the amount of the guarantee in words and figures denominated in
Indian Rupees. This figure should be the same as shown in Clause 16.1 of the Instructions to
Bidders.
45 days after the end of the validity period of the Bid. Date should be inserted by the
Employer before the Bidding documents are issued.
PERFORMANCE BANK GUARANTEE
74
To
______________________________ [name of Employer]
______________________________ [address of Employer]
______________________________
WHEREAS ________________________________ [name and address of Contractor]
(hereafter called “the Contractor”) has undertaken, in pursuance of Contract No. __________ dated
__________ to execute ____________________________ [name of Contract and brief description of
Works] (hereinafter called “ the Contract”).
AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall
furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for
compliance with his obligation in accordance with the Contract;
AND
WHEREAS we have agreed to give the Contractor such a Bank Guarantee:
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you on
behalf of the Contractor, up to a total of ___________________________ [amount of guarantee]*
_______________________ (in words), such sum being payable in the types and proportions of
currencies in which the Contract Price is payable, and we undertake to pay you, upon your first
written demand and without cavil or argument, any sum or sums within the limits of
_____________________________ [amount of guarantee] as aforesaid without your needing to prove
or to show grounds or reasons for your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the contractor before
presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the
Contract or of the Works to be performed thereunder or of any of the Contract documents which may
be made between your and the Contractor shall in any way release us from any liability under this
guarantee, and we hereby waive notice of any such change, addition or modification.
This guarantee shall be valid until 28 days from the date of expiry of the Defect Liability
Period.
Signature and Seal of the guarantor _____________________
Name of Bank ______________________________________
Address ___________________________________________
Date ____________
75
*
An amount shall be inserted by the Guarantor, representing the percentage the Contract Price
specified in the Contract including additional security for unbalanced Bids, if any and
denominated in Indian Rupees.
BANK GUARANTEE FOR ADVANCE PAYMENT
To
______________________________ [name of Employer]
______________________________ [address of Employer]
______________________________ [name of Contractor]
Gentlemen :
In accordance with the provisions of the Conditions of Contract, sub-clause 51.1 (“Advance
Payment”) of the above-mentioned Contract, ______________________________ [name and address
of Contractor] (hereinafter called “the Contractor”) shall deposit with __________________________
[name of Employer] a bank guarantee to guarantee his proper and faithful performance under the said
Clause of the Contract in an amount of _______________________ [amount of Guarantee]*
_______________________ [in words].
We, the ______________________ [bank of financial institution], as instructed by the
Contractor, agree unconditionally and irrevocably to guarantee as primary obligator and not as Surety
merely, the payment to __________________________________ [name of Employer] on his first
demand without whatsoever right of obligation on our part and without his first claim to the
Contractor, in the amount not exceeding _________________________ [amount of guarantee]*
_________________________________ [in words].
We further agree that no change or addition to or other modification of terms of the
Contractor or Works to be performed thereunder or of any of the Contract documents which may be
made between _______________________ [name of Employer] and the Contractor, shall in any way
release us from any liability under this guarantee, and we hereby waive notice of any such change,
addition or modification.
This guarantee shall remain valid and in full effect from the date of the advance payment
under the Contract until _______________________________ [name of Employer] receives full
repayment of the same amount from the Contractor.
Yours truly,
Signature and Seal of the guarantor _____________________
Name of Bank ______________________________________
Address ___________________________________________
Date ____________
*
An amount shall be inserted by the Bank or Financial Institution representing the amount of
the Advance Payment, and denominated in Indian Rupees.
76
INDENTURE FOR SECURED ADVANCES
FORM 31
(for use in cases in which the contract is for finished work and the contractor has entered into an
agreement for the execution of a certain specified quantity of work in a given time).
This indenture made the ___________________ day of __________________, 20___
BETWEEN ______________________(hereinafter called the contractor which expression shall
where the context so admits or implies be deemed to include his executors, administrators and
assigns) or the one part and the Employer of the other part.
Whereas by an agreement dated _______________________ (hereinafter called the said
agreement) the contractor has agreed.
AND WHEREAS the contractor has applied to the Employer that he may be allowed
advanced on the security of materials absolutely belonging to him and brought by him to the site of
the works the subject of the said agreement for use in the constructions of such of the works as he has
undertaken to executive at rates fixed for the finished work (inclusive of the cost of materials and
labour and other charges).
AND WHEREAS the Employer has agreed to advance to the Contractor the sum of Rupees
__________________________________________________ on the security of materials the
quantities and other particulars of which are detailed in Accounts of Secured Advances attached to the
Running Account bill for the said works signed by the Contractor on_________ and the Employer has
reserved to himself the option of making any further advance or advances on the security of other
materials brought by the Contractor to the site of the said works.
Now THIS INDENTURE WITNESSETH that in pursuance of the said agreement and in
consideration of the sum of Rupees ___________________ on or before the execution of these
presents paid to the Contractor by the Employer (the receipt where of the Contractor doth hereby
acknowledge) and of such further advances (if any) as may be made to him as a for said the
Contractor doth hereby covenant and agree with the President and declare as follows:
(1)
That the said sum of Rupees _______________________ so advanced by the Employer to the
Contractor as aforesaid and all or any further sum of sums advanced as aforesaid shall be
employed by the Contractor in or towards expending the execution of the said works and for
no other purpose whatsoever.
(2)
That the materials details in the said Account of Secured Advances which have been
offered to an accepted by the Employer as security are absolutely the Contractor’s own
propriety and free from encumbrances of any kind and the contractor will not make any
application for or receive a further advance on the security of materials which are not
absolutely his own property and free from encumbrances of any kind and the Contractor
indemnified the Employer against all claims to any materials in respect of which an
advance has be made to him as aforesaid.
(3)
That the materials detailed in the said account of Secured Advances and all other
materials on the security of which any further advance or advances may hereafter be
made as aforesaid (hereafter called the said materials) shall be used by the Contractor
solely in the execution of the said works in accordance with the directions of the
Engineer-in-Charge.
(4)
That the Contractor shall make at his own cost all necessary and adequate arrangements
for the proper watch, safe custody and protection against all risks of the said materials and
that until used in construction as aforesaid the said materials shall remain at the site of the
said works in the Contractor’s custody and on his own responsibility and shall at all times
be open to inspection by the Engineer-in-Charge or any officer authorized by him. In the
77
(5)
(6)
(7)
(8)
(9)
(10)
event of the said materials or any part thereof being stolen, destroyed or damaged or
becoming deteriorated in a greater degree than is due to reasonable use and wear thereof
the Contractor will forthwith replace the same with other materials of like quality or
repair and make good the same required by the Engineer-in-Charge.
That the said materials shall not be any account be removed from the site of the said
works except with the written permission of the Engineer-in-Charge or an officer
authorized by him on that behalf.
That the advances shall be repayable in full when or before the Contractor receives
payment from the Employer of the price payable to him for the said works under the
terms and provisions of the said agreement. Provided that if any intermediate payments
are made to the Contractor on account of work done than on the occasion of each such
payment the Employer will be at liberty to make a recovery from the Contractor’s bill for
such payment by deducting there from the value of the said materials than actually used
in the construction and in respect of which recovery has not been made previously, the
value for this purpose being determined in respect of each description of materials at the
rates at which the amounts of the advances made under these presents were calculated.
That if the Contractor shall at any time make any default in the performance or
observance in any respect of any of the terms and provisions of the said agreement or of
these presents the total amount of the advance or advances that may still be owing of the
Employer shall immediately on the happening of such default be repayable by the Contractor to be the Employer together with interest thereon at twelve per
cent per annum from the date or respective dates of such advance or advances to the date
of repayment and with all costs, charges, damages and expenses incurred by the
Employer in or for the recovery thereof or the enforcement of this security or otherwise
by reason of the default of the Contractor and the Contractor hereby covenants and agrees
with the Employer to reply and pay the same respectively to him accordingly.
That the Contractor hereby charges all the said materials with the repayment to the
Employer of the said sum of Rupees ____________________________________ and
any further sum of sums advanced as aforesaid and all costs, charges, damages and
expenses payable under these presents PROVIDED ALWAYS and it is hereby agreed
and declared that notwithstanding anything in the said agreement and with- out prejudice
to the power contained therein if and whenever the covenant for payment and repayment
here-in-before contained shall become enforceable and the money owing shall not be paid
in accordance there with the Employer may at any time thereafter adopt all or any of the
following courses as he may deem best :
(a)
Seize and utilize the said materials or any part thereof in the completion of the
said works on behalf of the contractor in accordance with the provisions in that
behalf contained in the said agreement debiting the contractor with the actual cost
of effecting such completion and the amount due to the contractor with the value
of work done as if he had carried it out in accordance with the said agreement and
at the rates thereby provided. If the balance is against the contractor, he is to pay
same to the Employer on demand.
(b)
Remove and sell by public auction the seized materials or any part there of and
out of the moneys arising from the sale retain all the sums aforesaid repayable or
payable to the Employer under these presents and pay over the surplus (if any) to
the Contractor.
(c)
Deduct all or any part of the moneys owing out of the security deposit or any sum
due to the Contractor under the said agreement.
That except in the event of such default on the part of the contractor as aforesaid interest
on the said advance shall not be payable.
That in the event of any conflict between the provisions of these presents and the said
agreement the provisions of these presents shall prevails and in the event of any dispute
or difference arising over the construction or effect of these presents the settlement of
which has not been here-in-before expressly provided for the same shall be referred to the
Employer whose decision shall be final and the provision of the Indian Arbitration Act for
the time being in force shall apply to any such reference.
78
Letter of Acceptance
(Letterhead paper of the Employer)
_________________________(Date)
To
______________________________ (Name and address of the Contractor)
______________________________
______________________________
Dear Sirs,
This is to notify you that your Bid dated _________________ for execution of the
____________________________________ (name of the contract and identification number, as
given in the Instructions to Bidders) for the Contract Price of Rupees _________________
____________________ (______________________) (amount in words and figures), as corrected
and modified in accordance with the Instructions to Bidders¹ is hereby accepted by our agency.
You are hereby requested to furnish Performance Security, in the form detailed in Para
34.1 of ITB for an amount equivalent to Rs._____________ within 21 days of the receipt of this letter
of acceptance valid up to 28 days from the date of expiry of defects Liability Period i.e. up to
______________ and sign the contract, failing which action as stated in Para 34.3 of ITB will be
taken.
Your faithfully,
Authorized Signature
Name and title of Signatory
Name of Agency
¹
Delete “corrected and” or “and modified” if only one of these actions applies. Delete as
corrected and modified in accordance with the Instructions to Bidders, if corrections or
modifications have not been affected.
Issue of Notice to proceed with the work
79
(Letterhead of the Employer)
_________________________(Date)
To
______________________________ (Name and address of the Contractor)
______________________________
______________________________
Dear Sirs,
Pursuant to your furnishing the requisite security as stipulated in ITB Clause 34.1 and
signing of the Contract for the construction of __________________________________
___________________________________________________________________________
_________________________________________________________________________ at a Bid
Price of Rs._________________________________________________________.
You are hereby instructed to proceed with the execution of the said works in accordance
with the contract documents.
Your faithfully,
(Signature, name and title of signatory authorized
to sign on behalf of Employer)
80
Agreement Form
Agreement
This agreement, made the _____________ day of __________________ between
_________________________(name and address of Employer) [hereinafter called “the Employer]
and _______________________________________________________________ (name and address
of contractor) hereinafter called “the Contractor” of the other part.
Whereas the Employer is desirous that the Contractor execute
___________________________________________________________________________
(name and identification number of Contract) (hereinafter called “the Works”) and the Employer has
accepted the Bid by the Contractor for the execution and completion of such Works and the
remedying of any defects therein, at a cost of Rs. _______________________
___________________________________________________________________________
NOW THIS AGREEMENT WITNESSETH as follows:
1.
In this Agreement, words and expression shall have the same meanings as are respectively
assigned to them in the conditions of contract hereinafter referred to and they shall be deemed to form
and be read and construed as part of this Agreement.
2.
In consideration of the payments to be made by the Employer to the Contractor as hereinafter
mentioned, the Contractor hereby covenants with the Employer to execute and complete the Works
and remedy any defects therein in conformity in all aspects with the provisions of the contract.
3.
The Employer hereby covenants to pay the Contractor in consideration of the execution and
completion of the Works and the remedying the defects wherein Contract Price or such other sum as
may become payable under the provisions of the Contract at the times and in the manner prescribed
by the Contract.
4.
The following documents shall be deemed to form and be ready and construed as part of this
Agreement viz.
i)
Letter of Acceptance
ii)
Notice to proceed with the works;
iii)
Contractor’s Bid
iv)
Condition of Contract: General and Special
v)
Contract Data
vi)
Additional condition
vii)
Drawings
viii)
Bill of Quantities and
ix)
Any other documents listed in the Contract Data as forming part of the Contract.
In witnessed whereto the parties there to have caused this Agreement to be executed the day
and year first before written.
The Common Seal of ___________________________________________________
Was hereunto affixed in the presence of:
Signed, Sealed and Delivered by the said ____________________________________
___________________________________________________________________________
in the presence of:
Binding Signature of Employer ________________________________________________
Binding Signature of Contractor _________________________________________________
81
UNDERTAKING
I,
the
undersigned
do
hereby
undertake
that
our
firm
M/s
_______________________________________ agree to abide by this bid for a period _____ days for
the date fixed for receiving the same and it shall be binding on us and may be accepted at any time
before the expiration of that period.
_____________________________________
(Signed by an Authorised Officer of the Firm)
____________
Title of Officer
___________
Name of Firm
______
DATE
82
SECTION- 8
DRAWINGS
Drawings can be seen in the office of Superintending Engineer, Haryana PW(B&R) Deptt.
Electrical Circle, Karnal or Executive Engineer, Electrical Division, PW(B&R) Deptt.
Rohtak.
83
SECTION -9
LABOUR REGULATION
84
CHAPTER -7 (i)
Contractor’s Labour Regulation
1.
Short Title
These regulations may be called Haryana Public Works Department
Contractor’s Labour Regulations.
2.
Definition
In these regulations, unless otherwise expressed or indicated the following
words and expressions shall have the meaning hereby assigned to them respectively that is to
say:
(1)
Labour means workers employed by a Public Works Department contractor
directly or indirectly through a sub-contractor or other persons of by an agent on
his behalf.
(2)
Fair wages means, whether for item or place work, notified at the time of inviting
tenders for the work and where such wages have not been so notified the wages
prescribed by the Public Works, Department for the district in which the work is
done.
(3)
“Wages” shall have the same meaning as defined in the payment of Wages Act
1936 and includes time and place rate wages.
3.
Display of notice regarded wages etc.
The contractor shall before he commences his work on contract display and
correctly maintain & continue to display and correctly in a clean and legible condition in
conspicuous places on the work notice in English and in the Local Language spoken by the
majority of the Workers giving the fair wages notified or prescribed by the Haryana Public
Works Department and the hours of work for which such wages are earned.
4.
Payment of Wages
(i)
Wages due to every worker be paid to him direct.
(ii)
All wages shall be paid in current coin or currency or in both.
5.
Fixation of Wages Periods
(i)
The contractor shall fix the wage periods in respect of which the wages shall be
payable.
85
(ii)
No wage period shall exceed one month.
(iii)
Wages of every workman employed on the contract shall be paid before the expiry
of ten days after the last day of the wage period in respect of which the wages are
payable.
(iv)
When the employment of any worker is terminated by or on behalf of the
contractor, the wages, earned by him shall be paid before the expiry of succeeding
the one on which his employment is terminated.
(v)
All payment of wages shall be made on a working day.
6. Wages Book and Wages Slip etc.
1. The contractor shall maintain a wage book of each worker in such form as may be
convenient but the same shall include the following particulars
(a)
Rate of daily or monthly wages.
(b)
Name of work on which employed.
(c)
Total numbers of days worked during each wage period.
(d)
Total amount payable for the work during each wage period.
(e)
All deductions made from the wages with an indication in each case of the
ground for which the deduction is made.
(f)
Wages actually paid for each wage period.
2.
The contractor shall also maintain a wage slip for each worker employed on
the work.
3.
The authority competent to accept the contract may grant an exemption from
the maintenance of Wages book and Wage Slips to a contractor who in his
opinion may not directly or indirectly employ more than 100 persons in the
work.
7.
(1)
Fines and deductions which may be made from wages
The wages of a worker shall be paid to him without any deduction of any kind
except the following :
(a)
Fines.
(b)
Deductions for absence from duty i.e. from the place or places where by the terms
of his employment he is required to work. The amount of deduction shall be in
proportionate to the person for which he was absent.
86
(c)
Deductions for damage to or loss of goods expressly entrusted to the employed
person for custody or for loss of money for which he is required to account where
such damage or loss is directly attributable to his neglect or default.
(d) Any other deductions which the PWD may from time to time allow.
i.)
No fine shall be imposed on a worker and no deduction for damage or loss be made
from his wages until the worker has been given an opportunity of showing cause
against such fines or deductions.
ii.).
The total amount of fine which may be imposed in any one wage period on a
worker shall not exceed an amount equal to half anna in a rupee of the wage
payable to him in respect of that wage period.
iii.)
No fine imposed on any worker shall be recoverable from him by installments or
after the expiry of 60 days from the date on which it was imposed.
8.
Register of Fine etc.
i)
The contactor shall maintain a register of fine and of all deductions for damage or
loss such Register shall maintain the reason for which fine was imposed or
deduction for damage or loss was made.
ii)
The contractor shall maintain, a list in English and local Indian Language clearly
defining acts and commissions for which penalty of fine can be imposed. He shall
display such list and maintain it in a clean and legible condition in conspicuous
places on the work.
9. Preservation of Books
The wage book, the wage slips and the Register of lines, deductions required be
maintained under these regulations shall be preserved for 12 months after the date of last
entry made in them.
10. Power of Labour Welfare Officer to make Investigation of Enquiry
The Labour Welfare Officer or any person authorized by the Government on their
behalf shall have power to make enquiries with a view to ascertaining and enforcing due and
proper observance of the wage clause and provisions of three regulations. He shall investigate
into any complaint regarding the default make by the contractor or sub-contractor in regard to
such provisions.
87
11.
Report of Labour Welfare Officer
The Labour Welfare Officer or any other person authorized aforesaid shall submit a
report of the result of his investigations enquiry to the Executive Engineer concerned
indicating the extent, if any, to which the default has been committed and the amount of fine
recoverable in respect of the acts or commission and omission of the labourer with a note that
necessary deduction from contractor’s will be made and the wages and other dues be paid to
the labourers concerned.
12.
Appeal against the decision of Labour Welfare Officers
Any person aggrieved by the decision and recommendation of the Labour Welfare
Officer or other person so authorized may appeal against decision to the Labour
Commissioner but subject to such appeal the decision of the officer shall be final and binding
upon the contractor.
12 A- No party shall be allowed to be represented by a lawyer during any investigation,
enquiry appeal or any other proceedings under these regulations.
13. Inspection of Register
The contractor shall allow inspection of the Wage Book. Wage Slips to any of his
workers or to his agent at a convenient time and place after due notice is received, or to the
Labour Welfare Officer or any other person authorized by the Haryana Government in his
behalf.
14. Submission of Returns
The contractor shall submit periodical as may be specified from time to time.
15. Amendment
The Haryana Government may, from time to time and to amend these regulations, the
decision of the Labour Commissioner, Haryana Government or any other person authorized
by the Haryana Government in that behalf shall be final.
Executive Engineer,
Electrical Division,
P.W (B&R), Deptt. Rohtak
88
CHAPTER-7 (ii)
FAIR WAGES CLAUSES
FAIR WAGE CLAUSES
(a)
The contractor shall pay not less than the fair wage to labourers engaged by him on the work.
EXAMINATION :- Fair Wage’ means wage whether for time of piece work notified
from time to time for the area and where such wages have not been so notified the
wages specified by the Public Works Department, B & R Branch Haryana for the
district in which the work is done.
(b)
The contractor shall not withstanding the provisions of any agreement to the
contrary, caused to be paid fair wages to labour, indirectly engaged on the
work including any labour engaged by his sub-contractors in connection with
the said work, as if the labourers had been directly employed by him.
(c)
In respect of labour directly or indirectly employed on the works for the
performances of the contractor’s part on this agreement the contractor shall
comply with or cause to be complied with the Haryana PWD Contractor’s
Labour’s Regulations made by the Government from time to time in regard to
payment of wages wage period deductions from wages recovery of wages not
paid and deductions unauthorized made maintenance of wage register wage
book, wage slip, publication of wages and other terms of employment
inspection and submission of periodical returns and all other matters of a lime
nature.
(d)
The Executive Engineer or Sub Divisional Engineer concerned shall have the
rights to deduct, from the moneys due to the contractor, any sum required or
estimated to be required for making good the loss suffered by a worker or
workers by reason of non-fulfillment of the conditions of the contract for
benefit of the workers, non payment of wages or deductions made from his or
their wages, which are not justified by terms of the contract for non
observance of the regulations referred to in clause (c) above.
(e)
Vis-à-vis the Haryana Government, the contractor shall be primarily liable for
all payments to be made under and the observance of the regulations aforesaid
without prejudice to his right to claim indemnity from his sub contractors.
(f)
The regulations shall be deemed to be a part of this contract and any branch
there shall be deemed to be branch of this contract.
Executive Engineer,
Electrical Division,
P.W (B&R), Deptt. Rohtak
89
CHAPTER -7 (iii)
RULES FOR PROTECTION OF HEALTH & SANITARY ARRANGEMENTS
Rules for the Protection of Health and Sanitary Arrangements for Workers Employed
by the Haryana Public Works Department or its Contractors
The Contractor shall at his own expense provide or arrange for the provision of foot
wear for any labour doing cement mixing work (the contractor has undertaken to execute
under this contract) to the satisfaction of the Engineer – in – charge and on his failure to do so
Government shall be entitled to provide the same and recover the cost thereof from
contractor.
The contractor shall submit by the 4th and 19th of every month to the Executive
Engineer a true statement showing in respect of the second half of the proceeding month and
the first half of the current month respectively (i) the number of labourers employed by him
on the work (ii) their working hours (iii) the wages paid to them (iv) the accident that
occurred during the said forthright showing the circumstances under which they happened
and the extent of damage and injury caused by them and (v) the number of female workers
who have been allowed Maternity benefit according to clause 19-F and the amount paid to
them failing which the contractor shall be liable to pay to Government a sum not exceeding
Rs. 50/- for each default or materially incorrect statement. The decision of the Executive
Engineer shall be final in deducting from any bill due to the contractor the amount levied as
fine.
Maternity benefit for female workers employed by the contractor, leave and pay
during leave shall be regulated as follow: 1.
LEAVE (i) in case of delivery/maternity leave not exceeding 8 weeks (4 weeks up to
and including the day of delivery and 4 weeks following that day) (ii) in case of miscarriage :
up to 3 weeks from the date of miscarriage.
2. PAY (i) In case of delivery, leave pay during maternity leave will be at the rate of the
woman’s average daily earning calculated on the total wages earned on the day when full
time work was done during a period of 3 months immediately preceding the date of which
90
she gives notice that she excepts to be confined or at the rate of Rs. 12/- per day which ever is
greater.
(ii) In case of miscarriage, Leave pay at the rate of average daily earning
calculated on the total wages earned on the days when full time work was done during a
period of 3 months immediately proceeding the date of such miscarriage.
(iii) Conditions for the grant of Maternity leave: - No Maternity leave benefit
shall be admissible to a woman unless she produces a certificate of confinement and
excepted delivery within 4 weeks proceeding the date on she proceeds on leave.
FIRST AID
(a) At every work place, there shall be maintained in readily accessible place
first aid appliances including an adequate supply of sterilized dressing and cotton wools. The
appliances shall be kept in good order and in large workplaces it shall be placed under the
charge of a responsible person who shall be readily available during the working hours.
(b) All large work places where hospital facilities are not available within easy
distance of the work, first aid post shall be established and be run by a trained compo under.
(c) Where large work places are remote from regular hospital an indoor ward
shall be provided with one bed for every 250 employees.
(d) Where large work places are situated in cities, towns in their suburbs and
no beds are considered necessary owing to the proximity of city or town hospitals a suitable
transport shall be provided to facilitate removal of urgent cases to these hospitals.
At other work place some conveyance facilities such as car shall be kept
readily available to take injured or persons suddenly taken seriously ill, to the nearest
hospital.
91
SCALES OF ACCOMMODATION IN LATRINES URINALS
There shall be provided within the precinct of every work places, Latrines and Urinals
in an accessible place and the accommodation separately for each of them shall not be less
than the following scales : -
No. of Shades
(a) Where the number of persons does not exceed 50
2
(b) Where the number of persons exceeding 50 but
does not exceeds 100
3
(c) For every additional 100
3 per 100
In particulars cases the Executive Engineer shall have the powers to very the scale
where necessary.
LATRINES AND URINALS FOR WOMEN
If women are employed, separate latrines and urinals screamed from these for men
and marked in vernacular in conspicuous letters ‘FOR WOMEN ONLY’ shall be provided on
the scale laid in rules, Similarly those for men shall be marked ‘FOR MEN ONLY’ A poster
showing the figures of a man and women shall also be exhibited at the entrance of latrine for
each sex. There shall be adequate supply of water close to latrines.
LATRINES AND URINAL
Except in work places provided with flush latrines concerned with a water borne
sewerages systems all latrines shall be provided with receptacies order earth system which
shall be in working order and kept in strictly sanitary conditions. The receptacles shall be
tarried inside and outside at least once a year.
The inside walls shall be constructed of masonry or some suitable heat resisting non
absorbent material and shall be cement washed inside and outside at least once a year. The
dates of cement shall be noted in register maintained for this purpose and kept available for
inspection.
92
DISPOSAL OF EXCRETA
Unless otherwise aggranged for by the local sanitary authority arrangements for
proper disposal and a sanitary of excreta by incineration at the work place shall be made by
means of a suitable incineration approved by the Asstt. Director of Public Health or
Municipal Medical Officer of Health, as the case may be, in whose jurisdiction the work
place is situated, alternately excreta may be disposed of by putting a layer of night soil at the
bottom of pucca tank prepared for the purpose and covering it with 9 inches layers of earth
for a fortnight when it will turn into a manure.
CRECHE :
At every work place there shall be provided free of cost two suitable sheds one main
and the other for the use of labour. The height of the shelter shall not be less than eleven feet
from the floor level to the lowest part of the roof.
PROVISION OR SHELTER DURING REST:
At every work place at which 50 or more women workers are ordinary employed
there shall be provided two huts for use of children under the age of six years belonging to
such women. One hut shall be used for infants “Games and to play” and the other as their bed
room. The hut shall not be constructed on a lower standard then the following :(i)
Thatched roofs.
(ii)
Mud floors and walls.
(iii)
Plants spread over mud floor and covered with mating.
The huts be provided with suitable and sufficient opening for light and ventilations.
There shall be adequate provision of sweepers to keep the place clean. There shall be two day
attendance. Sanitary, utensils shall be provided to the satisfaction of Health Office of the area
concerned. The use of the hut shall be restricted to children, their attendant and mothers of
the children.
93
CANTEEN:
A cooked food canteen on a moderate scale shall be provided for the benefit of
workers where over it is considered expedient.
GENERAL RULES AS TO SCAFFOLDS :
(i)
Suitable scaffolds shall be provided for all workmen for all works that cannot
be safely done from a ladder or by other means.
(ii)
A scaffolds shall not be constructed taken down or substantially altered
except.
(a)
Under the supervision of a competent and responsible person, and
(b)
As far as possible by competent workers possessing adequate experience
in this kind of work.
(c)
All scaffolds and appliances connected there with and ladder shall :-
1.
Be of sound material.
2.
Be of adequate strength having regard to the load and strains to which they
will be subjected and.
3.
Be maintained in proper condition.
4.
Scaffolds shall not be overloaded and so far as practicable, the load shall be
evenly distributed.
5.
Scaffolds shall be so constructed that no part there of can be displaced in on
normal use.
6.
Before installing, lifting gear on scaffolds special precautions shall be taken to
ensure the strength and stability of the scaffolds.
7.
Scaffolds shall be periodically inspected by the competent person.
8.
Before allowing a scaffold to be used by the workman, every care shall be
taken to see whether the scaffolds have been erected by his workmen or not
and steps taken to ensure that it complies fully with the requirement of the
articles.
9.
Working platforms gangways and stairways shall.
(a)
Be so constructed that no part of the road is covered.
(b)
(c)
Be so constructed and maintained, having regard to the prevailing condition as
to reduce as for as practicable.
Be kept free from any unnecessary obstruction.
94
(d)
In case of working platforms gangways place and stairways at a height
exceeding that to be prescribed by a national laws and regulations :-
(i)
Every working platform and every gangway shall be closely boarded unless
other adequate measures are taken to ensure safety.
(ii)
Every working platform and every gangway shall have adequate width, and.
Every opening in the floor of a building or in working platforms shall except
for the time and to the extent required to allow the access of persons or the
transport or shifting of material be provided with suitable means to prevent the
fall of persons or materials.
When persons are employed on a roof where there is a danger of failing from a
10.
height exceeding that to be prescribed by national laws of regulations suitable
precautions shall be a taken to prevent the fall of persons or materials.
Suitable precautions shall be taken to prevent persons being struck by articles
which might fall from scaffolds or other working places.
Soft means of access shall be provided to all working platforms an other
i)
working places.
ii) Every place where work is carried on the means approach there to shall be
adequately lighted.
iii) Every ladder shall be securely fixed of such length as to provide secure hand
held and foot at every position at which it is used.
iv) Adequate precautions shall be taken to prevent danger from electrical
equipment.
v) No material on the site shall be so stacked or placed as to cause danger to any
person.
GENERAL RULES AS TO SAFETY EQUIPMENT AND FIRST AID
(1)
All necessary personal safety equipment shall be kept and available for
use of the persons employed on the site be maintained in condition
suitable for immediate use.
(2)
The worker shall be required to use the equipment thus provided and the
employed shall take adequate steps to ensure proper use of the
equipment by these concerned.
Adequate provision shall be made for prompt first aid treatment of all
injuries likely to be sustained during the course of the work.
Executive Engineer,
Electrical Division,
P.W (B&R), Deptt. Rohtak
95
SECTION – 10
SPECIFICATIONS & SPECIAL TECHNICAL CONDITION
96
SPECIAL CONDITIONS OF CONTRACT
1.
Prices
The prices to be quoted by the intending tenderer shall include the supply and
installation, at the site, of all component, ancillary material and other items
whatsoever required for carrying out the job to fulfil the intent and purposes as
laid down in the specifications and/or the drawings.
The tenderer's price shall be deemed to include all components panels, nuts,
bolts, shims, clamps, supports etc. as required for proper fixing and/or grouting
of equipments, ancillary items etc., whether specifically mentioned or not the
contractor shall also include, in his price, all taxes duties or other levies (viz. Excise
duty, customs duty, works contract tax, sales tax, octroi etc.,) which are legally
leviable on air conditioning equipment and Installation. Failure to include all
leviable taxes and duties will not entitle the contractor to any extra claims from
the Engineer-Incharge-Consultant. The contractor's rate shall remain firm and fixed
during the currency of the contract. However, the price shall be subject to
adjustment, in case of variation in the rate of excise, customs duty due to any
act of legislature, within the originally agreed period, for the completion of the
work.
2.
Assembly and Inspection
Shop assembly of all component parts shall be made to ensure that all parts are
properly fitted to minimize installation problems.
The Engineer-Incharge/Consultant reserves the right to inspect any machinery,
material and component (hereinafter collectively called "apparatus") finished or
used by the contractor under this contract and may reject which is defective in
workmanship or design or otherwise unsuitable for the use and purpose intended or
which is not in accordance with the intent of this contract. The contractor shall on
demand by the Engineer-Incharge/Consultant, remedy/replace at the contractor's
expenses any such defective or unsuitable apparatus. The contractor shall advise
the Engineer-Incharge/Consultant in advance when apparatus is
ready for
inspection in the contractor's workshop and/or in his sub supplier's workshop.
The Engineer-Incharge/Consultant Representative shall at all times have access to all
parts of shops where apparatus are being manufactured and also shall be
provided with all reasonable inspection facilities by the contractor and his sub
supplier.
None of the apparatus to be furnished or used in connection with this
contract will be supplied until shop inspection and performance testing,
wherever possible, satisfactory to the Engineer-Incharge/Consultant Representative
has been made. Such shop inspection of the apparatus shall not however, relieve
the contractor from full responsibility for furnishing the apparatus confirming to the
requirements of this contract not prejudice any claim, right or privilege which the
Engineer-Incharge/Consultant may have because of the supply of defective or
unsatisfactory apparatus. Should the Engineer-Incharge/Consultant waive the
right to inspect any apparatus, such waiver shall not relive the contractor from his
obligation under this contract.
97
3.
Working Drawings, Maintenance Manuals etc.
On the award of the work, the contractor shall immediately proceed with the
preparation of detailed shop drawings prepared on the computer through the Auto
cad system based on the architectural drawings and site measurement, detailing the
components that are to be installed and the ancillary works that are to be carried
out. Three sets of all such schematic drawings shall be submitted to the Project
Managers, for their approval to ensure that the works will be carried out in
accordance with the specifications and drawings, including such changes as may
have been mutually agreed upon. All the drawings shall be received by the
Engineer incharge/consultants for their approval, within one weeks of the award
of work. The approval of the drawings by the Project Managers shall in no way
relieve the contractor from his obligations to provide a complete and satisfactory
System and installation as per intent and purpose as laid down in the specifications.
Any omissions and/or errors shall be made good or rectified whether or not the
drawings are approved. Prior to the completion of the work, the contractor shall
furnish (4) four sets of a comprehensive manual, describing all components,
furnishing a list of instructions for the operations and maintenance of the system.
When the Architect makes any amendments in the above drawings, the contractor
shall supply two fresh sets of drawings with the amendments duly incorporated along
with check prints for approval.
With in four weeks of approval of all the relevant shop drawings, the contractor shall
submit four copies of a comprehensive variation in the quantity statement.
The contractor shall also fix in the control room neatly typed and framed, instruction
in details, for the starting and running of the system. Any special tools required
for the operation or the maintenance of the system shall be supplied free.
4.
Installation and Commissioning
The contractor shall carry out the complete installation and commissioning. All work
shall commence on previously prepared locations for the main and sub systems. All
the materials shall be moved from their place of storage into the system by the
contractor. The contractor shall make his own arrangement to off load materials
received at respective Air/Rail/Road transport terminal points, dispatch to site
and to store all material received at site. The Engineer-Incharge/Consultant shall
provide clear storage and installation space only. All installation tools and tackles
as and when required to suit the installation programme shall be provided by
the contractor.
All consumables required for installations such bamboos and planks for scaffolding
etc. shall be provided by the contractor. Protective and finish painting shall be
carried out by the contractor. Carbon steel surface shall be thoroughly cleaned
painting. The contractor shall indicate the electricity requirements during installation.
The contractor shall remove all the waste material or rubbish from and about the
work site and leave the job thoroughly cleaned up and ready for use.
5.
Testing
5.1
All types of routines and type tests as required shall be carried out at the works of
the contractor or the manufacturers of the components. The Project Managers/
Consultants shall be free to witness any or all tests, if he so desires.
98
5.2
On the completion of the installation, the contractors shall arrange to carry out
various initial tests as detailed in below, in the presence of and to the complete
satisfaction of the Project Managers/Consultants, or their representatives. Any
defects or shortcomings found during the tests shall be speedily rectified or
made good by the contractor at his own expenses.
5.3
The initial tests shall include but not be limited to the following :
5.3.1
To operate and check the proper functioning of all electrically operated components
viz compressor motor, Fans.
5.3.2
To test and check the switch gears, safety and other controls to
proper functioning.
5.3.3
To check the air distribution in the system and to provide design air flow in all the
areas specifically shown on the drawings by adjusting the grills and dampers, which
should be provided by the contractor wherever required.
On the satisfactory completion of all 'Initial' tests the system shall be considered to
be 'virtually complete' for the purpose of taking over by the EngineerIncharge-Consultant.
ensure their
In addition to the 'Initial' tests the contractor shall also give two continuous
operation of test of the system. The tests shall be conducted when the outside
ambient conditions are close to the specified ambient conditions. The running tests
shall be taken on the completion of the initial tests, provided the ambient
conditions are close to the specified ambient conditions.
The contractor shall provide all necessary tools, instruments, gauges, flow meter,
ammeter etc. as may be required for conducting the various tests and the required
personnel for the tests. However, power for the tests shall be provided by the
Engineer-Incharge-Consultant.
6.
Rejection of Defective System
If on test any portion of the system or components are found to be defective or not
fulfilling the intent or the meaning of the specifications, the same shall be replaced
or repaired to the entire satisfaction of the Engineer-Incharge/ Consultants.
In case the contractor fails to remove the defects, within a period considered
reasonable, the Engineer-Incharge/Consultant reserves the right to take necessary
remedial measures through other agencies and all expenses thus incurred would be
recovered from the contractor.
The Engineer-Incharge-Consultant reserves the right to operate all the equipment
and complete system whether or not the plant is taken over after the initial test and
commissioning. Any defects found during the initial or running tests shall be
removed at a suitable time as decided upon by the Engineer-Incharge/Consultant
and/or their Project Manager/Consultants.
7.
Maintenance of the system and training of personnel
The contractor shall arrange to provide, at no extra cost necessary personnel and
material to carry out all routine and special maintenance of the AC system as
required, regularly for a period of 12 Months (Twelve Months) from the date of
commissioning.
99
8.
The contractor shall also train the Engineer-Incharge/Consultant's personnel to
operate the AC system and carry out routine checks during the period of installation
and testing. If found necessary, the Engineer-Incharge-Consultant shall train such
personnel at his works at no extra cost to the Engineer-Incharge-Consultant.
Completeness of the AC system
The contractor shall provide all the required materials, equipment, ancillary items
etc. to install a complete and satisfactory air conditioning system capable of fulfilling
the intent and purpose of the contract whether or not each and every item is
mentioned in the specifications and/or drawings. Any shortcomings noticed at any
stage shall be made good at no extra cost.
The contractor shall also fix in the AC system room, neatly typed and framed,
instructions in details, for the starting and running of the AC system.
Any special tools required for the operation or the maintenance of the AC system
shall be supplied free with the AC system.
9.
Painting
All equipment and ancillary items such as pipes, supports etc., will be painted in
approved manner, using colour scheme as approved by the architect.
10.
Guarantee
The contractor shall guarantee that all the material, machinery and components
supplied, fabricated, designed and installed by him shall be free from defects due to
faulty design material and/or workmanship, that the system shall
perform
satisfactorily and the efficiency and functioning system of the system and all the
components shall not be less than the parameters laid down in the specifications
and the performance shall be within the specified design limits. In case of any
shortcoming the contractor shall replace the necessary components at no extra
cost or alternately the Engineer-Incharge-Consultant shall be entitled to deduct a
proportionate amount from payments due to the contractor.
The period of the guarantee shall be 12 Months from the date of commissioning
during which period any or all components found to be defective shall be replaced
or repaired free of charge and any shortcomings found in the system functioning as
specified shall be removed at no extra cost. The contractor shall provide the
necessary personnel and tools for fulfilling the above guarantee.
If for any reason the commissioning of the system cannot be carried out due to
reasons attributable solely to the Engineer-Incharge-Consultant, then the system
shall carry a guarantee for a period of 12 Months from the date of 'virtual
completion’ - a date which shall be certified by Engineer-Incharge/Consultant
If the defects are not removed within a reasonable time the Engineer-InchargeConsultant may arrange to do so at the contractor's risk and cost, without prejudice
to any other rights.
11.
Performance Guarantee
The contractor shall guarantee that the air conditioning system shall maintain the
design inside temperature within  1C tolerance and the relative humidity shall not
exceed the specified limit. The Contractor shall guarantee that the capacity of
100
various equipments as well as the whole system shall not be less than specified and
submit an affidavit to maintain the system and spares of imported items for a
minimum period of 15 years.
12.
13.
Safe custody and storage
Safe custody of all equipments supplied by the contractor shall be his own
responsibility till the final taking over by the Engineer-Incharge-Consultant. He
should, therefore, employ sufficient staff for watch and ward at his own expenses.
The Engineer-Incharge/Consultant may, however, allow the contractor to use the AC
system room/weather maker/rooms etc. for temporary storage of his equipment if
such spaces are ready and available.
Duration for completion of works
Duration for completion of works shall be 9 Months
work/agreement.
after the award of
-----------------------
--------------------
Engineer -Incharge
Contractor
101
Section - 1
System Design Data
1.
General
1.1
The system design, estimated requirements and other relevant data are outlined in
this section.
1.2
It also explains, the various special considerations, which are applied to ensure
maximum sterility within the operating zone.
2.
Location
The proposed OPD Block at PGIMS, Rohtak, Haryana.
3.
Scope of Work
3.1
This Tender includes supply & installation of air-conditioning system with water
cooled centrifugal chillers, Air handling units, ducting, chilled water piping and
ventilation system for the above project.
4.
Special Considerations
4.1
The air conditioning of the operation theaters has been designed in keeping with the
current trend of Laminar flow air distribution from the false ceiling and with the
return air being collected at a low level from three or four corners of the OT.
4.2 The O.T. has been planned for a total circulation rate of 25 air changes per hour with
5 air changes per hour as fresh air and balance recycled.
4.3
The above is proposed as it is no longer considered essential to have 100% fresh air
system for all Operation Theaters as properly filtered air with proper mix of fresh and
re-circulated air, provides a very sterile and clean environment in the Operation
Theaters. This also reduces the A.C. load of the O.T. block by nearly 40% resulting
in corresponding saving in energy.
4.4
Re-circulating of air has become feasible due to changes in anesthesia in use and
also due to availability of HEPA filter, which remove all infection carrying bacteria
whose sizes range from 0.3 to 20 micron and make the air more sterile, that the
100% fresh air.
4.5
The conditioned air shall be supplied from the ceiling of the O.T through very low
velocity perforated diffusers and the higher rate of circulation provides a Laminar Air
Flow in the Theatre. The return air will be taken from the ends of the O.T. near floor
level, so that all contaminated air is taken away from the patient and doctors. The
use of Laminar Flow ensures that there is no recirculation of contaminated within the
space.
4.6
Special type double skin ceiling suspended Air Handling Units (AHUs) with Aluminum
sheets on the Inside and using high static fans are proposed for the Operation
Theatres, as standard AHUs will not develop the required high static pressure. The
use of Aluminum also reduces risk of bacterial formation inside the AHUs.
102
4.7
All other AHUs will also be double skin type with aluminum sheets on the Inside and
pre-coated sheet on the outside.
4.8
The Operation Theatres shall also have aluminum ducting to reduce the chance of
bacteria colonies developing inside the ducts at joints, cracks, peeled galvanizing etc.
4.9
The ducting for MRI room shall also be of aluminum. Further even the flanges
support, nuts bolts etc. shall also be of non ferrous metal due to magnetic field
created by the MRI.
4.10
The pressure requirements of various areas differ. Accordingly some areas will have
a positive pressure to prevent entry of infection, bacteria etc. Some other areas will
have negative pressure to prevent the bacteria from traveling to other areas.
4.11
The pressure in different areas is planned from being positive to negative depending
on the usage of areas.
4.12
All the areas are grouped in one chilled water circuits and the day areas have been
grouped in one circuit to conserve pumping costs.
4.13
Primary and secondary pumping system is planned to further reduce operating costs
of the system.
5.
System Requirement:
Heat Load Summary
Based on the design data the estimated requirements are as follows:
S. No.
Name of Area
Floor
Occp.
F. Air
Load
Area
persons
(cfm)
(Tons)
Sq.ft.
1
Ground Floor
31736
619
14012
203.08
Air Qty.
(cfm.)
D.Humid.
81111
2
First Floor
33664
775
15746
219.72
83783
3
Second Floor
33381
767
15612
212.32
79609
4
Third Floor
45318
916
31332
353.22
128808
144099
3077
76702
988.34
373311
Total :
Total Maximum Demand Load is
Taking diversity 90%, the net load is
988.34 TR.
889.5 TR.
6.
System Design
6.1
It is proposed to install a chilled water system of 900TR capacity working and 1 no.
of 450 TR as standby.
6.2
There will be 3 Nos. water cooled chiller with centrifugal compressor of 450 TR
capacity each.
6.3
There will be 3 Nos. Condenser water pumps (1 standby) and 3 Nos. Primary Chilled
Water Pumps (1 standby). 5 nos. secondary chilled water pumps (1 standby), 3 nos.
condenser water pumps are in order with co-generation system.
6.4
There will be 3 Nos. (2 working & 1 standby) Induced Draft FRP Cooling Tower of
525 TR capacities each.
103
6.5 The secondary circuit has been divided on four zones as follows
6.5.1
Zone 1 – ground floor
6.5.2
Zone 2 - first floor
6.5.3
Zone 3 – second floor
6.5.4
Zone 4 - fourth floor
6.6
System Design (Low Side)
6.6.1
The ceiling suspended AHUs for O.T. will be special double skin type with High static
fans. The inner sheets of AHU panels will be of aluminum. Similarly the filter frames
will also be of Aluminum. This is to avoid the use of materials in construction which
are liable to rusting, flaking etc., which lead to development of bacteria colonies. The
fan and housing will however, be of Imported Galvanized sheet.
6.6.2
The special O.T. ceiling suspended AHUs will have a separate filter box to house the
high efficiency (Microvee filters of 99% efficiency down for 5 microns and Hepa
Filters having on efficiency of 99.99% down to 0.3 micron.
6.6.3
All other AHUs will be of standard double skin type with extruded aluminum
framework.
6.6.4
The AHUs up to 6000 CFM will be of monolithic unitary type of either vertical or
horizontal design.
6.6.5
The AHUs /TFA’s above 6000 CFM will be of sectional horizontal type.
6.6.6
Modulating motors and modulating thermostats shall be provided for all AHUs for the
temperature control. Additional controls will be provided for O.T. AHUs as per
requirements.
6.6.7
The chilled water will be circulated through M.S. Medium class pipes with 30 mm
Polyurethane foam (PUF) insulation.*
Ducts for O.T. areas will be made of aluminium and all other ducts shall be of G.I.
sheets.
6.6.8
6.6.9
All ducts are proposed to be insulated by use of closed cell fire retardant, self
extinguishing type crossed linked polyethylene insulation. The material will adhere to
ducts, since this is a flexible material. Further since this has closed all it cannot help
in germinating of supporting Bacteria colonies, which may otherwise form in the
return air flowing above the false ceiling.
6.6.10 Laminar diffusers will be provided in OT and remaining areas will have Linear
grilles/diffusers of extruded aluminium.
104
7.
Basis of Design:
7.1
Outside Conditions
7.2
Inside Conditions
7.3
Lighting Load
7.4
Equipment Load
7.5
Fresh Air
7.6
Occupancy
7.7
Roof Insulation
: All the exposed roof shall be
insulated with 50 mm thick
expanded polystyrene or
equivalent insulation.
7.8
Glazing
: All windows will have heat
reflecting single glass in air tight
frames.
8.
Summer : 43.3C DB ; 24.0C WB
Monsoon : 35.0C DB ; 27.7C WB
Winter : 05.6C DB ; 4.4C WB
O.T. : 22C +/- 1C DB
General : 23C +/- 1C DB
RH not exceeding 60% in all areas.
: 20 Watts/Sqm.
Lobbies
O.T
I.C.U
OPD
:
:
:
:
5 Watts/Sq.m
3 KW / OT
2 KW/Ward
20 Watts/Sq.m.
General : 20 CFM per person/ 2 ACPH
O.T (normal) : 5 Air Changes Per Hour
OT (septic) : 15 Air Changes Per Hour
Lobbies
O.T.
OPD
Labs
:
:
:
:
10
10
5
6
Sq.m /persons
persons/ OT
Sq.m/ persons
Sq.m/ persons
Items to be provided by other Agencies
The following items of works shall be provided by other agencies. The HVAC
contractor shall be responsible for the adequacy and accuracy of these works and shall
ensure that these are completed as per the required time schedule.
8.1
Provision of filtered and softened water upto the Expansion Tank as well as the bulk
storage system.
8.2
Provision of main 3 PH, 50 Hz, 415 volts A.C. main electric supply cables upto the
A/C. equipment room and at Various locations of AHU’S, Blowers, Propeller Fans
etc. upto the main switches/circuit breakers of the A.C. Panel. Single phase 50 Hz,
220 Volts supply upto each Fan Coil Units.
105
8.3
Civil works, such as equipment foundations, AHU Rooms, Chiller Supports, etc. and
finishing of grille openings. (However, opening for grilles shall be made by the AC
Contractor as required).
8.4
False ceiling to cover the ducts and drop ceiling as required.
8.5
Floor traps near all the Air Handling Units and in the Pump room, for drains.
8.6
Carpentry work like provision of wooden frames in wall opening in the partitions,
false ceiling etc. for fixing grilles, diffusers, dampers etc.
9.
Drawings
The contractor/Agency shall submit the detailed working drawings for its approval
from the consultant/Engineer incharge within two weeks from the work order.
10.
Test data
The plant whole system shall be tested as per specifications given elsewhere and
complete test data shall be furnished on prescribed data sheet.
11.
Deviation from specifications
Deviation from specifications may be accepted, provided such deviations are
consider necessary and appropriate, in order to conform to the design of established
foreign collaborators/manufacturers.
12.
Completeness of Items
12.1
The prices of each equipment shall include the cost of all accessories or
miscellaneous items listed in the respective section, except for the items where
“Price Separately “is indicated. The item shall be complete regardless of whether or
not it is listed in the BOQ.
13.
Technical data, “Makes of Equipments” & Data Confirmation sheet
13.1
The contractor shall furnish complete “Technical Data” and “Data sheet” of the
equipment offered by him as required under the heading “Technical Data”, “Makes of
Equipments” and “Data Confirmation sheet” respectively. Incomplete Data sheets
may cause tender to be rejected.
13.2
The contractor shall also provide data on other installation in North India where
similar chillers have been installed giving names of installation, capacity etc.
14.
Equipment Selection
14.1
The selection of various equipment along with equipment data shall be sent for
approval prior to ordering.
14.2
It is imperative that the selection of pumps sent for approval should include pump
curves also.
15.
Life Cycle Cost
15.1
The contractor shall provide life cycle cost of the plant for 20 years.
106
16.
16.1
Performance guarantee
The contractor shall guarantee that the air conditioning plant shall maintain the
design inside temperature within  1 oC tolerance and the relative humidity shall
not exceed the specified limit.
16.2
17.
The contractor shall guarantee that the capacity of various components as well
as the whole system shall not be less than specified.
Foreign exchange
17.1
The contractor shall make his own arrangements to procure the necessary,
specified equipments for which no foreign exchange shall be made available by
the owners. The exchange rate should also be firm, no variation will be allowed.
17.2
The owner, however, reserves the right to open / establish L.C directly on the
manufacturers, after or during the finalization of the contract.
107
Section 2
Water Cooled Chilling Units
(Centrifugal Type)
1.
General
1.1
The water cooled centrifugal type water chilling unit shall be packaged factory
assembled and tested and complete in all respects and shall generally comply with
the specifications as given in subsequent paragraphs.
2.
Water chilling unit
Each water cooled chilling unit shall be standard cooling model and comprise:
2.1
Centrifugal compressor, along with semi-hermetic motor or open motors with flexible
coupling, if required.
2.2
2.3
2.4
2.5
2.6
2.7
2.8
2.9
Shell and Tube Condenser with accessories and supports.
Shell and Tube chiller with accessories, support and insulation.
Steel structure as required for assembling/mounting the above.
Microprocessor based control panel with automatic controls and display module and
compatible for BMS connectivity through BACNET or MODBUS.
Accessories as specified/required.
Interconnecting refrigerant piping.
Full charge of Refrigerant 134a or other HCFC free refrigerant and oil.
Starter for the motor.
3.
Compressor
3.1
Each unit shall have be single/multi stage centrifugal compressor, either of open type
or serviceable bolted hermetic compressor directly coupled to the motor.
3.2
The impeller shall be high efficiency closed shroud type of finely textured case
aluminum, precision cast by lost metal aluminum method and fitted in a carefully
matched cast iron volute casing.
3.3
The speed increasing gear drive shall consist of annualizing helical gear driving the
gear of the compressor shaft.
3.4
Forced feed lubrication system shall consist of a separate hermetically sealed oil
pump providing lubrication to all points prior to the start up of the compressor. An
emergency lubrication system shall be incorporated in the system to provide
lubrication during coast down, incase of power failure.
3.5
Suitable thrust bearing and line bearing shall be provided.
3.6 The shaft seal shall be designed to prevent loss of refrigerant and shall have
minimum wear and tear (in case of open type compressor).
3.7
The impeller and shafts shall be lubricated flexible gear type.
3.8
The units shall be complete with capacity control mechanism, to permit modulation
between 30% to 100% of capacity range.
108
4.
Compressor motor
4.1
The driving motor shall be double squirrel cage type or suitable semi-hermetic type
as required, protected against damage by means of built in protection devices.
4.2
Motor drive shaft shall be directly connected to the compressor shaft with a flexible
disc coupling. Coupling will have all metal construction for open type compressor.
4.3
The open type compressor shall have suitable mechanical shaft seal, to prevent
leakage of refrigerant.
5.
Condenser
5.1
Each unit shall have (1) one horizontal shell and tube, water cooled, multipass
condenser, fitted with safety valve, purge valve, and other safety devices.
5.2
The shell shall be of welded steel construction fitted with machined steel tube sheets
on either ends.
5.3
The tubes shall be at least 12 mm O.D. of seamless integrally finned copper tubes.
The tubes shall be supported in the shell to avoid noise and vibrations and the ends
shall be properly expanded in the tube sheets to prevent leakage of refrigerant gas.
5.4
The water header shall be of fabricated steel, easy to remove, with suitable baffles
for multipass water flow, In and Out connections and gasket to prevent water
leakage.
5.5
The condenser shall be tested against leaks with a pressure of 24.5 Kg/cm2 (350
psig) on both the shell side and the water side.
5.6
The condenser shall be complete in all respects and shall also include:
5.6.1
Support for mounting.
5.6.2
Refrigerant In and Out connections.
5.6.3
Water In, Out and drain connections.
5.6.4
Relief valve and purge valve.
6.
Cooler (Chiller)
6.1
Each unit shall have (1) one horizontal shell and tube flooded type chiller complete
with accessories.
6.2
The shell shall be of welded steel construction fitted with machined steel tube sheets
on either ends.
6.3
The chiller shall either have internally finned copper tubes or tubes with other means
for increasing heat transfer surface. The tube shall be supported in the shell by
adequate, stiff supports to eliminate vibration and noise. The tube ends shall be
mechanically bonded to the tube sheets to prevent leakage of refrigerant gas.
6.4
The chiller shall have aluminum mesh eliminators to prevent liquid refrigerant
carryover to the compressor.
109
6.5
The chillers shall have all safety devices to meet the ASHRAE safety code for
mechanical refrigerant.
6.6
The water heads shall be made of fabricated steel and ground the faces should be
grounded and finished to a close tolerance to prevent leakage and permit 2,3 or 4
pass operation.
6.7
The chiller shall be complete with suitable float valve to control the flow of
refrigerant as per requirement.
6.8
The chiller shall be tested against leaks with a pressure of not less than 15.75
Kg/cm2 (225 psig) both on the shell and the water side.
6.9
The chiller shall be insulated with 20 mm thick factory installed insulation.
6.10
The chiller shall be complete in all respects and also include:-
6.10.1 Supports for mounting.
6.10.2 In and Out connections both for the refrigerant and the water circuit and drain
connections.
7.
Capacity Control
7.1
The unit shall be equipped with suitable inlet guide vanes or other devices for
providing capacity control.
7.2
The device shall be capable of permitting stable operation in the range of 30% to
100% of rated capacity without surging.
8.
Refrigerant piping
8.1
Necessary steel refrigerant pipe lines as per approved manufacturer’s standard of
heavy class shall be provided for the flow of suction and hot gases and liquid
refrigerant.
8.2
The pipe lines shall be insulated, as required
9.
Lubrication system
9.1
The lubrication system shall be complete with accessories such as oil chiller with
thermostatic control, oil heaters, oil strainer, relief valve etc.
9.2
Necessary pipe lines for lubricants and cooling system with valves shall be included.
10
Purge Unit
10.1
A suitable type of Air purge unit shall be provided with the chiller, in cases when
Refrigerant R-123 is used in place of R-134a.
11
Type of Refrigerant
11.1
In view of Montreal convention on CFC, units using R-134a or other CFC free
environment friendly refrigerants shall be offered.
110
12
Starter for compressor motor
12.1
The starter for the motor shall be “automatic Soft Starter” with tapping to limit
starting current, within 2 times the full load current or star delta close transition
starter with starting current not exceeding 2.5 times the full load current.
12.2
The motor starter shall be factory mounted and fully wired and factory tested, during
running test of the unit.
12.3
The starter should be housed in a separate. “unit/floor mounted” housing and
include all necessary safety devices i.e. Overload relays, under voltage release and
single phase preventing device.
13.
Control console
13.1
The unit shall be complete with a Microprocessor Based Interactive Control Console
mounted directly on the unit and pre-wired with all operating and safety controls and
LCD display. It shall include start-up and shut down capability, leaving chilled water
control, compressor, anti-recycle logic, automatic lead/lag compressor starting and
load limiting. Unit protective functions shall include loss of chilled water flow,
evaporator freezing, loss of refrigerant, low and high refrigerant pressure,
compressor starting and running over current, phase loss, phase unbalance, phase
reversal and loss of oil flow.
13.2
Data in English language shall be clearly displayed on the door mounted panel,
indicating chilled water set point, current limit set point, leaving chilled water
temperature, evaporator and condenser refrigerant pressures and temperatures. All
messages are to be displayed when a problem is detected in any type of safety
controls, like motor over loads, timers, motor winding temperature protectors,
interlock mechanism, differential switches etc.
13.3
The chilling unit, complete with all controls shall be compatible for Building
Management systems, connectivity through BACNET or MODBUS.
13.4
The control console shall have the following extended capabilities :-
13.4.1 Remote indication of
-Chiller operating status
-Shutdown codes
-Key operating parameters
-Self-diagnostics
-Chilled Water reset
13.4.2 Programming capabilities of
- Leaving chilled water temperature
- Reset of chilled water temperature from:
- Return chilled water temperature (to maintain constant return chilled water
temperature)
- Reset of supply water temperature
- Building Management System (BMS).
- Load on chiller.
111
13.4.3 Power demand limit
13.4.4 Reset of power demand limit from:
- Stepped-position contact closure (80/60/40% selectable)
- Building Management System (BMS).
13.4.5 Lead-lag operation and control.
13.5
The control console should include but not be limited to the items listed below:
13.5.1 Start/stop switch and micro processor module for capacity control system with
overload limit control point adjustment, oil pump and purge unit controls etc.
13.5.2 Indicating lights.
13.5.3 Suction, oil and discharge pressure indications.
13.5.4 Safety cutouts for low chilled water temperature, high oil temperature, low oil
pressure, high and low refrigerant pressures with reset buttons.
13.5.5 Necessary motor protection devices.
13.5.6 Other time delays, relays etc., as required.
14.
Painting
14.1
Water Chilling machine shall be finished with durable enamel paint. Shop coats of
paint that have become marred during shipment or erection, shall be cleared off with
mineral spirits, wire brushed and spot primed over the affected areas, then coated
with enamel paint.
15.
Accessories
15.1
Each unit shall include the following items as part of unit price .
15.1.1 Ribbed rubber isolation pads to eliminate transmission of vibrations upto 90%.
15.1.2 Full charge of refrigerant gas and required quantity of lubrication oil.
15.1.3 Other valves as required for cleaning of condenser and draining of water.
15.1.4 Disconnect switch
15.1.5 Discharge service valves.
15.1.6 Flexible connections at the inlet and outlets of the condenser and chiller.
15.1.7 Flanged pipe connection with matching flanges or vitriolic pipe connectors.
15.1.8 Drain valve for evaporator and auto air vent.
112
16.
Miscellaneous
16.1
Each unit shall have the following items (Priced separately).
16.1.1 Water flow switches at the outlet of the condenser and the chiller.
16.1.2 Stem type thermometers and dial type water pressure gauges at the inlet and outlet
of the condenser and the chiller.
16.1.3 Suitable size motorized butterfly valves at the outlet of the condenser and chiller
(where BMS in provided).
16.1.4 Suitable size balancing valve at the Outlet of condenser and chiller.
16.1.5 Suitable size manual butterfly valve at the Inlet and Outlet of condenser and chiller
(If there is no BMS in the system).
16.1.6 Automatic Air Vent. at the Inlet and Outlet of chiller.
16.2
Each unit shall include, but not be limited to, all the items listed in the foregoing
paragraphs or in the ‘schedule of equipment’ and drawings for this project. In
addition all such items, as may be required, shall be included whether specifically
mentioned or not, if considered or found necessary to fulfill the intent and meaning
for the purpose of maintaining design operations under all extreme weather
conditions .
17.
Limitations
17.1
The fouling factor for condenser shall be 0.001 (FPS units).
17.2.
The fouling factor for chiller shall be 0.0005 (FPS units).
17.3
The Water velocity in the condenser and the chiller shall not exceed 3.05 m/sec. (10
FPS).
18.
Installation and testing
18.1
The complete water chilling unit shall be mounted on a R.C.C. Foundation. Necessary
foundation bolts, nuts, leveling shims etc., required for mounting of the unit shall be
provided by the contractor.
18.2
All controls and switch gear shall be tested for proper functioning and set of design
values.
18.3
On completion of installation and tests the Water Chilling unit shall be tested for
performance. The capacity in kcal/hr (tons) shall be calculated from measurements
of temperature difference and flow rate of water in condenser and water in chiller.
The power consumption shall be checked from current measurement of the motor.
All calculated and checked results shall match the specified data.
18.4
All instruments and personnel for tests shall be provided by the contractor.
113
19.
Performance Rating & Testing
The unit shall be selected for the lowest operating noise level. Computerized
selection giving details of capacity ratings, and power consumption with operating
points clearly indicated, shall be submitted and verified at the time of testing
and commissioning of the installation.
20.
Power Consumption
Power consumption shall be computed from measurements of incoming voltage &
input current.
21.
ARI Certification:
The chilling units shall be certified in accordance with ARI 550/590-1992 (Updated
1998). All suppliers shall furnish computer printouts giving details of capacity output
power consumption etc. at design conditions at the time of submission of tender
bids.
22.
Maintenance after Guarantee Period (OPTIONAL IF SPECIFIED)
22.1
Contractor should quote separately in their offer for Comprehensive maintenance of
the chilling unit including the following:
22.1.1 Maintenance team personnel for maintaining the equipment (Contractor should
furnish all details of the persons to be employed for this job after award of contract).
22.1.2 Consumables, lubricants, special tools/tackles, periodical inspection, replacement of
equipments if any, spares etc.
22.1.3 For evaluation of Lowest Tenderer, Price of AMC shall be included in the price bid of
the tender. However separate agreement shall be executed for main work and
comprehensive maintenance. However maintenance rate shall be part of the award
letter.
*******
114
Section-3
1.
Water Circulating Equipment
Water Cooled System
(Multistage Pumping)
General
The various items of the water circulating system shall be completed in all respects
and comply with the specification given below. The total sound intensity with all fans
in operation shall not practically exceed 75 dB at a distance of 15 meters.
2.
Induced Draft Cooling Tower
2.1
The cooling towers shall be of FRP Construction, vertical induced draft type
complete with FRP basin, FRP body, fan and motor assembly, fill media, distribution
pipes, etc.
3
Forced Draft Cooling Tower
3.1
The forced draft cooling tower shall be of FRP construction with vertical fan
mounting on one side and top discharge, complete with fan and motor assembly,
water distribution pipes etc.
4
General Construction
4.1
General Construction
4.1.1
The body shall be made of FRP (fibre glass reinforced plastic) sections of equal
segments, all bolted together. The surface on both inside and outside shall be
smooth, for minimum air resistance. The fan deck shall form an integral part of the
body. The structural strength of the body shall be sufficient to withstand wind
velocities up to 60 m/sec. vibrations and earthquakes.
4.1.2
The water basin, shall also be of F.R.P., having an auxiliary cylindrical suction tank,
wherever required. The basin shall be complete with connections for drain, overflow,
makeup water, quick fill and float valve, plus hot dipped galvanized suction strainer.
4.1.3
The support structure for the tower shall be of mild steel duly hot dipped galvanized.
4.1.4
The water diffusion fill shall be of rigid PVC fill in Honeycomb design, arranged in a
suitable pattern for ease of replacement.
4.1.5
Suitable PVC eliminators to reduce drift losses.
4.1.6
The colour of the cooling tower body shall be of the owner/architect's choice.
4.2
Water Distribution System (Circular Tower)
4.2.1
The hot water shall be distributed through a sprinkler system consisting of PVC
sprinkler pipes, which shall be mounted on top of the main supply stand pipe.
Alternately, the water distribution could be with a water diffusion deck.
115
4.2.2
The sprinkler head in circulate tower shall be of aluminium mounted on ball bearings,
designed to take both radial and vertical thrusts. The sprinkler shall rotate slowly at
approx. 5 to 7 RPM, due to the reaction force from the circulating water.
4.3
Water Distribution System (Rectangular Towers)
4.3.1
The water shall be distributed through a diffusion deck trough mounted on top of the
fill. It shall consist of PVC pipe, header and Branch arms suitable for gravity flow,
uniformly over the entire surface.
4.4
Fan Assembly
4.4.1
The fan shall be of axial flow type with cast aluminium multiple blades of aerofoil
design and adjustable pitch. The fan assembly shall be statically balanced. The fan
outlet velocity shall not be less than 10 M/S and the tip speed shall be below 4500
m/min.
4.4.2
The fan shall be directly mounted on the motor or through speed reduction gear. In
the later case, the housing shall be of heavy cast iron construction with large oil
reservoir.
4.4.3
The fan motor shall be totally enclosed fan cooled squirrel cage type conforming to
I.P-55 Protection for outdoor operation. The motor shall be provided with water
tight terminal box and GSS canopy.
4.4.4
The fan guard shall be hot dipped galvanized with wire mesh screen to prevent bird
nesting during idling period.
4.5
Ladder
4.5.1
All towers shall be provided with a ladder, made out of hot dipped galvanized M.S.
Tubes.
5.
Pump Sets (Constant Speed)
5.1
Monobloc Type
5.1.1
The pump sets shall be monobloc type with end suction and top discharge flanged
connections directly mounted on drip proof squirrel cage induction motor and
suitable starter as specified.
5.1.2
The impeller shall be of Bronze/Gun metal single entry shrouded design, and
properly balanced.
5.1.3
Water seal shall be of mechanical type to minimize water leakage and should be
easily serviceable in the field.
5.1.4
Motor and starter shall conform to relevant specifications and of ratings given
in “Schedule of Quantities”.
116
5.2
Vertical Split Casing Type
5.2.1
The pump set shall be vertical split casing type with end suction and top discharge
and a floor mounted casing to allow servicing of the impeller and bearing without
disturbing the piping.
5.2.2
The pump casing shall be high density cast iron or of cast steel volute machined to a
close tolerance. The casing should withstand working pressure up to 12 Kg/cm2. The
inside surfaces shall be given an anticorrosive coating.
5.2.3
The shaft shall be of high tensile steel mounted in generously sized bearings.
5.2.4
The impeller shall be of Bronze and should be properly balanced.
5.2.5
The shafts seal shall be of mechanical type to withstand leakage at high working
pressures of 12 Kg/cm2.
5.2.6
A suitable flexible coupling shall be provided to connect the pump and the motor.
5.2.7
The base plate shall be of structural steel or fabricated steel suitable for mounting
the motor, flexible coupling and pump. It shall have necessary holes for grouting to
the foundation.
5.2.9
The motor and starter shall conform to relevant specifications and of ratings given in
“Schedule of Quantities”.
5.2.10 The vibration of the pump sets on the bearing shall not exceed peak-to-peak
displacement of 100 microns. The noise level of the pump sets at a distance of 1m
from shall not exceed 75 dBA.
5.2.11 The total weights of pump and inertia block shall be twice the weights of the
pump/motor/base plate.
6.
Variable Speed Pumping System
6.1
The variable speed pumping system shall be complete with suitable pump with
motor, programmable frequency drives, remote sensors/transmitters etc. The entire
system shall be one complete package and the manufacturer shall assume complete
system responsibility.
6.2
It shall include the following components:
6.2.1
Suitable pump
6.2.2
Pump Logic Control
6.2.3
Variable Frequency Drive
6.2.4
Sensor/Transmitter
6.3
Vertical Split Casing Pumps
6.3.1
The pumps for variable Speed Drive should be similar to the Vertical Split Casing
given above.
117
6.3.2
However, the pump selected for variable speed drive shall be capable of performing
satisfactorily over a wide range of speed, allowing a speed variation from 30% to
100%.
6.3.3
The pump motor shall be controlled by Variable Frequency Drive (VFD), instead of
starter.
6.4
Vertical Inline pumps
6.4.1
The pump set shall be of vertical Inline design with motor monitor vertically on Lop
of the pump. The suction and discharge connections shall be one on either side of
the pump.
6.4.2
The pump casing shall be of cast iron or cast steel having single or double suction
volute as per requirement. The casing should be designed to withstand working
pressure upto 25 Bar (25 kg./cm2) at 65˚C. The suction and discharge connections
shall be flanged.
6.4.3
The impeller shall be of bronze and fully enclosed. It shall be both statically and
Dynamically balancing valve.
6.4.4
The shaft shall be of stainless steel.
6.4.5
The shaft seal shall be mechanical type of stainless outside spring balanced type
complete with seals having Silicon Carbide on one face and Carbon on other face. In
case of glycol solution, both faces shall have Silicon Carbide.
6.4.6
The pump coupling shall be Rigid spacer type of high tensile aluminium alloy. The
coupling shall be split type with enough space for ease of removal between pump
and motor.
The motor shall be with thrust bearing for vertical mounting above the pump.
6.4.7
6.4.8
The pump casing should be designed to take the load of pump and motor for died
mounting on the flow.
6.5
Pump Logic Controller
6.5.1
The pump logic controller shall be UL Certified and stamped. It shall be specifically
designed for variable speed pumping application.
6.5.2
The controller shall function to proven programs that safeguard against damaging
hydraulic conditions including:
Motor overload
Pump flow surges
Hunting
End of Curve operation
6.5.3
The controller shall be capable of receiving 2 to 4 analog inputs as required from
field sensors. Each input signal shall be capable of maintaining a different set of
118
point value. The controller shall be capable of accepting an additional analog input
from a flow sensor.
6.5.4
The pump logic controller shall select the analog input signal which has deviated the
greatest amount from the set point. The selected signal will be used as the command
feedback input for a closed loop hydraulic stabilization function to minimize hunting.
6.5.5
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.
6.5.6
The pump controller shall be capable of controlling suitable sequence of operation
for several pumps in parallel.
6.5.7
The pump logic controller shall be self prompting & all messages shall be displayed in
plain English. The following features shall also be provided.
Multi-fault memory & recall.
On – Screen help functions.
LED pilot lights and switches.
Soft – touch members keypad switches.
6.5.8
The variable speed pumping system shall be provided with a user friendly operator
interface complete with membrane switches and numeric keypad. Display shall be no
less than four lines with each line capable of displaying up to twenty characters. The
human interface panel shall display the following values :
Flow in GPM or LPM (When flow meter is provided).
Pump On/Off Status
Pump % Speed
Temperature in degree F or C
Individual Alarm Conditions
Trouble shooting diagnostics
User adjustable parameters such as alternation. PID, set points etc.
6.5.9
The pump controller shall communicate with the Building Automation System (BAS)
by both hard-wired and serial communications.
6.5.10 The pump logic controller shall have a LCS display, multifunction memory, indicating
lamps, keypad, and an RS-485 port.
6.5.11 The pump logic controller shall be supplied by the pump supplier and the enclosure
shall be conforming to NEMA 1.
6.6
Variable Frequency Drive
6.6.1
The variable frequency drive shall be PWM type (Pulse width modulation)
microprocessor based of dedicated HVAC application design.
6.6.2
The drive shall include a diode bridge, fixed voltage D.C. link section with both
inductors and capacitors to form a filter, inverting bridge comprising I.G.B.T’s, 32 bit
microprocessor and I.C’s. The Power factor shall remain above 0.95 regardless of
speed or load. Any VFD using PF correction capacitor is not acceptable.
119
6.6.3
The drive shall have a keypad control, a LCD display module, manual ON/OFF
switch and bypass switch.
6.6.4
The drive shall have the following features:
6.6.4.1 The voltage to frequency ratio shall be suitable for pump and fan control.
6.6.4.2 The drive shall be suitable to work either in a “Stand Alone” mode or through a serial
communication loop to BMS via a in-built RS485 port. All parameters shall be
programmable from BMS and all data shall get displayed on BMS.
6.6.4.3 The drive shall contain within its enclosure D.C. link filters to minimize harmonics and
current distortion and 2 Zone, 2 set point P.I.D. controller to provide closed loop
control from up to 2 signal transmitters.
6.6.5
Speed reference signal shall be customer selectable for 1-10 VDC or +20 mA.
6.6.6
The VFD shall be capable of displaying the following information in plain English via a
40 character alphanumeric display:









Frequency
Voltage
Current
Kilowatts per hour
Fault identification
Percent torque
Percent power
RPM
Setting of OL protection
6.6.7
The VFD controller shall be suitable for elevation upto 1000 meters above sea level.
6.7
Sensor /Transmitters
6.7.1
The field mounted differential pressure sensor/transmitter shall have corrosion
resistant steel body with 1/8" or 1/4" Male NPT connection.
6.7.2
It shall transmit a 0-10V or 4-20 mA DC signal to pump logic controller. The accuracy
shall be within 0.5% of full span.
6.7.3
If shall be protected against radio frequency interference.
6.7.4
The location of sensors, in the pipe line, shall be selected carefully. It should ensure
that the pump controller varies the flow to optimize performance and minimize
power consumption at all times while maintaining designs parameters.
7.
Miscellaneous
7.1
Each unit shall include the following as part of unit price.
7.1.1
Insulation of pumps for chilled water pump duty as per specification given under
insulation.
7.1.2
Suitable Vibration isolation pads for each pump.
120
7.1.3
Necessary grouting nuts, bolts, mounting channels etc.
7.2
Each unit shall have the following items. (Priced separately).
7.2.1
Butterfly valve and Suction guide at the inlet and Non return Valve and Balancing
valve at the outlet of each pump.
7.2.2
Water pressure gauges at inlet and outlet of each pump complete with gauges
cocks and connected tubing.
7.2.3
Drain line from each pump upto drain pit.
8.
Pump Curves
8.1
The contractor shall supply necessary capacity curves of the selected pump
indicating pump head, capacity, efficiency and power consumed.
The specified capacity Vs head shall fall within the central zone of curves and not
near the end.
8.2
8.3
In case of monobloc pump, capacity charts shall be furnished along with pump
selection.
9.
Installation and Tests
9.1
The pump sets shall be mounted on cement concrete foundation.
9.2
On installation the capacity of the pumps shall be checked by measuring water
flow, using the balancing valve in full open position, motor current and pressure
difference at inlet and outlet. The readings shall be recorded to compare actual
performance with the specified data.
*********
121
Section-4
1.
Air Handling Units (Double Skin)
(Special High Static Sectional Type)
General
The air handling units shall be complete in all respects and shall generally comply
with the specifications as given in the following paragraphs.
2.
Air handling units
2.1
Special high static type
2.1.1
The air handling units shall be double skin, sectional, special high static draw
through type. It shall include suitable filter section, humidifier section, coil section,
fan and motor section, in suitable horizontal configuration with mixing box (if special
filter section is mounted on top of AHU.
2.1.2
A separate special filter section shall be provided for housing microvee and high
efficiency filters.
2.1.3
This filter section should be suitable for placing either after the fan section of the
AHU or on top of the AHU ( as per space availability in AHU room ).
2.1.4
The top mounted filter section shall have plenum for entry of air from the fan section
of the AHU and flanges to connect the supply air duct, at the outlet.
2.1.5
The front mounted filter section should have enough space before microvee filter for
proper air entry and flanges to connect supply air duct, at the outlet.
2.2
Fan Assembly & Accessories
2.2.1
The fan shall be Imported forward curved, double inlet, double width type. The
wheel & housing shall be fabricated from heavy gauge galvanized steel. The fan
impeller shall be mounted on a solid carbon steel shaft supported to housing with
angle iron frame & pillow block heavy duty ball bearings. The fan shall be selected
for a speed not exceeding 1000 RPM. The impeller & fan shaft shall be statically
and dynamically balanced. The fan outlet velocity shall not be more than 2000 FPM
(10.17m/sec.). Fan housing with motor shall be mounted on a common aluminum
base, mounted inside the air handling housing on antivibration spring mounts or
cushy foot mounts. The fan outlet shall be connected to the casing with the help of
fire retardant flexible canvass.
2.2.2
The Fan assembly shall be complete with multi ‘V’ belt drive, consisting of motor &
fan pulleys, necessary belts, belt guard and adjustable motor base.
2.2.3
Inspection door shall be complete with microswitch arrangement with lighting within
the fan section. Microswitch shall be interlocked with blower & light, with resetting
arrangement.
2.3
Cooling /Heating coil
2.3.1
The cooling/heating coil shall be of seamless copper tubes, not less than 0.41 mm
thick and 12 mm O.D. The coil shall have continuous aluminium fins. The fins shall
be spaced by collars forming integral part of the fins. The tubes shall be
staggered in the direction of air flow. The fins shall be uniformly bonded to the
122
tubes by mechanical expansion of the tubes. The coils shall be tested against leaks
at a hydraulic pressure of 20.4 kg./cm2. This pressure shall be maintained for a min.
period of 2 hours. No drop should be observed indicating any leaks.
2.3.2
The water headers shall be of heavy gauge copper pipes to connect all the tubes.
The headers shall be complete with water in/out connections, vent plug on top and
drain at the bottom.
2.3.3
The water circuiting shall be designed to maintain water velocity in the tube between
0.9 to 1.8 m/s (3 to 6 FPS).
2.4
Filter
Each system shall have three type of filters as follows and conforming to
specifications given elsewhere.
2.4.1
Pre filter of 80% efficiency by weight and have synthetic media and
aluminium frame.
2.4.2
High efficiency filters with efficiency of 99% down to 5 micron particle size.
2.4.3
HEPA filters with efficiency of 99.97% down to 0.3 micron particle size.
2.5
Drain pan
2.5.1
The drain pan shall be sand witched type with S.S. sheets on top and GI
sheet on the bottom complete with PUF injected tray.
2.5.2
The drain pan shall be a minimum of 25 mm deep. Drain outlet shall be of S.S. and
of 25 mm dia.
2.6
Coil and filter Section
The cooling coils, special and standard filters, etc., shall all be housed in a separate
section of suitable size and length. The inspection doors, shall have double synthetic
rubber seals doors and locking arrangements. The gaps between filter frames and
housing shall have synthetic rubber packing, to eliminate any air leakage. All filter
frame shall be epoxy painted. The flat filter section shall be suitable for mounting
filters vertically.
2.7
AHU Enclosure/Section
2.7.1
The AHU enclosure shall be double skin design with the main framework made of
structural extruded aluminium section.
2.7.2
The panels shall be double sandwich type with 0.60 mm pre-coated galvanized sheet
on the outside and 0.80 mm aluminium sheet on the inside. The insulation shall be
25 mm thick foam injected polyurethane foam.
2.7.3
The opening for access doors and gaps between sections shall be provided with the
neoprene rubber T-gaskets fixed in grooves in the extruded sections.
123
2.7.4
The sandwich panels shall be fixed to the frame work with self tapping stainless steel
screws and both ends of the screw shall be provided with rubber caps.
2.7.5
The access door to fan section is to be provided with a switch to shut the fan when
the door is open.
2.8
Special Filter Section
2.8.1
A factory fabricated filter section shall be provided for housing high efficiency and
HEPA filters.
2.8.2
The housing shall be fabricated from same material and sections as the AHU
enclosure section.
2.8.3
The enclosure shall be sized to accommodate the HEPA and high efficiency microvee
filters. Necessary frames for mounting the two types of filter shall be part of the filter
housing. The inspection doors shall have double synthetic rubber seals doors and
locking arrangements. The gaps between filter frames and housing shall have
synthetic rubber packing, to eliminate any air leakage. All filter frames shall be
epoxy painted from inside and outside. The HEPA filter and microvee filter section
shall have provision for fixing a portable inclined manometer for taking filter pressure
drop readings. It shall be complete with frame work of suitable sizes to mount the
filters.
2.8.4
The filter section shall either be fitted after the fan section or on top of the AHU fan
sections.
2.8.5
An additional plenum section of similar construction shall be provided both in AHU &
filter section, if the filter section is mounted on top of the AHU.
2.9.
Insulation
2.9.1
The panels of Double Skin AHU'S shall be sandwiched with 25 mm thick polyurethane
foam insulation of 40 kg/cm3 density having a K value of
0.018 W/mk.
2.10
Fan Motor & Starter
2.10.1 The fan motor shall be totally enclosed fan cooled conforming to EFF-1 high
efficiency as per I.S. 12615-2004 (Rev.I) and tolerance as per I.S. 325-1996 and
conforming to specifications in Control panel, motors & switchgear section.
2.10.2 The starter shall either be DOL or star delta type to suit the motor rating and
conforming to specification under Control panel, motor & switchgears section.
3.
Automatic Controls (To suit single pumping system)
3.1
The AHU unit shall have motorized modulating 3 way mixing valve selected with
pressure drop within 10 to 15% of the coil pressure drop.
3.2
A suitable modulating electronic thermostat shall be provision (unless the system has
provision of BMS for AHUs).
124
4.
Automatic Controls (To suit multiple pumping system)
4.1
The AHU unit shall be provided automatic dynamic control cum balancing 2 way
valve with facility to adjust and set the max. flow at the required limit.
4.2
A suitable modulating electronic thermostat shall be provided to control the above
valve (unless the system has provision of BMS for the AHUs).
5.
Fresh air controls
An adjustable damper of G.I. sheet along with bird screen, air inlet louvers and air filters
shall be provided in the wall of AHU room, for fresh air entry. (As part of AHU price)
6.
Accessories
6.1
Each air handling unit shall be complete with the following as part of AHU price.
6.1.1 Flexible connection between the fan outlet and duct.
6.1.2
Vibration isolators of 90% efficiency.
6.2
Each unit shall have the following items (Priced Separately).
6.3
Stem type thermometers at coil inlet and outlet, with tubing and gauge cocks.
6.4
Pressure gauge of suitable range with cock at inlet and outlet of the coil, with
tubing and gauge cocks.
6.5
Butterfly Valve at inlet and balancing valve at outlet of the coil (with 2 or 3 way
motorized control valve).
6.6
Butterfly valves at inlet and outlet of the coil (with Dynamic Balancing cum control
valve).
6.7
Drain line from the unit upto floor trap.
7.
Testing
The air handling unit shall be tested to measure air quantity and coil performance by
measuring temperature difference, water flow rate using balancing valve and then
calculating the capacity.
8.
Limitations
8.1
The air velocity across the cooing coil shall not exceed 550 F.P.M. (2.79 m/sec.).
8.2
The fan outlet velocity shall not exceed 2000 FPM. (10.17 m/sec.) subject to Fan
Noise Level not exceeding 75 dba.
8.3
The air velocity across the filters shall not exceed 500 FPM (2.5 m/sec.)
**********
125
Section-5
Air Handling Units (Double Skin)
(Unitary Vertical Type)
1.
General:
The air handling units shall be of as per drawing and complete in all respects and
shall generally comply with the specifications as given in the following paragraphs.
2.
Air Handling Units
2.1
The air handling units shall be double skin Unitary Vertical Type draw through type.
It shall include air filters, fan & motor assembly, cooling/heating coils all placed in a
common compact vertical housing.
2.2
Fan Assembly & Accessories
2.2.1
The fan shall be Imported forward curved, double inlet, double width type. The
wheel & housing shall be fabricated from heavy gauge galvanized steel. The fan
impeller shall be mounted on a solid carbon steel shaft supported to housing with
angle iron frame & pillow block heavy duty ball bearings. The fan shall be selected
for a speed not exceeding 1000 RPM. The impeller & fan shaft shall be statically
and dynamically balanced. The fan outlet velocity shall not be more than 2000 FPM
(10.17m/sec.). Fan housing with motor shall be mounted on a common aluminum
base, mounted inside the air handling housing on antivibration spring mounts or
cushy foot mounts. The fan outlet shall be connected to the casing with the help of
fire retardant flexible canvass.
2.2.2
The Fan assembly shall be complete with multi ‘V’ belt drive, consisting of motor &
fan pulleys, necessary belts, belt guard and adjustable motor base.
2.2.3
Inspection door shall be complete with microswitch arrangement with lighting within
the fan section. Microswitch shall be interlocked with blower & light, with resetting
arrangement.
2.3
Cooling /Heating coil
2.3.1
The cooling/heating coil shall be of seamless copper tubes, not less than 0.41 mm
thick and 12 mm O.D. The coil shall have continuous aluminium fins. The fins shall
be spaced by collars forming integral part of the fins. The tubes shall be
staggered in the direction of air flow. The fins shall be uniformly bonded to the
tubes by mechanical expansion of the tubes. The coils shall be tested against leaks
at a hydraulic pressure of 20.4 kg./cm2. This pressure shall be maintained for a min.
period of 2 hours. No drop should be observed indicating any leaks.
2.3.2
The water headers shall be of heavy gauge copper pipes to connect all the tubes.
The headers shall be complete with water in/out connections, vent plug on top
and drain at the bottom.
2.3.3
The water circuiting shall be designed to maintain water velocity in the tube between
0.9 to 1.8 m/s (3 to 6 FPS).
Filter
2.4
2.4.1
The air filters shall be of Synthetic media with a minimum depth of 50 mm and
efficiency of 90 % down to 10 micron.
126
2.4.2
The filters shall be of washable type.
2.4.3
Suitable slanted/vertical channels shall be provided for fixing the filters. The
channels shall be designed for easy fixing and removal of the filters.
2.5
Drain pan
2.5.1
The drain pan shall be sandwiched type with S.S. sheets on top and GI sheet
on the bottom complete with PUF injected tray.
2.5.2
The drain pan shall be a minimum of 25 mm deep. Drain outlet shall be of S.S. and
of 25 mm dia.
2.6
AHU Enclosure/Housing
2.6.1
The AHU enclosure shall be double skin design with the main frame work made of
extruded aluminium structural sections.
2.6.2
The panels shall be double sandwich type with 0.60 mm pre-coated galvanized sheet
on the outside and 0.60 mm galvanized sheet on the inside. The insulation shall be
25 mm thick foam injected polyurethane foam.
2.6.3
The front panels shall be easily openable for servicing the fan and coil sections. It
should provide easy access to remove air filters for cleaning.
2.6.4
The opening for access doors shall be provided with the neoprene rubber
gaskets fixed in grooves in the extruded sections.
2.6.5
The sandwich panels shall be fixed to the frame work with self tapping stainless steel
screws and both ends of the screw shall be provided with rubber caps.
2.6.6
The access door to fan section is to be provided with a switch to shut the fan when
the door is open.
2.7.
Insulation
2.7.1
The panels of Double Skin AHU'S shall be sandwiched with 25 mm thick polyurethane
foam insulation of 40 Kg./cubm. density having a K value of
0.018 W/mk.
Fan Motor & Starter
2.8
T-
2.8.1
The fan motor shall be totally enclosed fan cooled conforming to EFF-1 high
efficiency as per I.S. 12615-2004 (Rev.I) and tolerance as per I.S. 325-1996 and
conforming to specifications in Control panel, motors & switchgear section.
2.8.2
The starter shall either be DOL or star delta type to suit the motor rating and
conforming to specification under Control panel, motor & switchgears section.
3.
Automatic Controls (To suit single pumping system)
3.1
The AHU unit shall have motorized modulating 3 way mixing valve selected with
pressure drop within 10 to 15% of the coil pressure drop.
3.2
A suitable modulating electronic thermostat shall be provision (unless the system has
provision of BMS for AHUs).
127
4.
Automatic Controls (To suit multiple pumping system)
4.1
The AHU unit shall be provided automatic dynamic control cum balancing 2 way
valve with facility to adjust and set the max. flow at the required limit.
4.2
A suitable modulating electronic thermostat shall be provided to control the above
valve (unless the system has provision of BMS for the AHUs).
5.
Fresh air controls
An adjustable damper of G.I. sheet along with bird screen, air inlet louvers and air
filters shall be provided in the wall of AHU room, for fresh air entry. (As part of AHU
price)
6.
Accessories
6.1
Each air handling unit shall be complete with the following as part of AHU price.
6.1.1 Flexible connection between the fan outlet and duct.
6.1.2
Vibration isolators of 90% efficiency.
6.2
Each unit shall have the following items (Priced Separately).
6.3
Stem type thermometers at coil inlet and outlet, with tubing and gauge cocks.
6.4
Pressure gauge of suitable range with cock at inlet and outlet of the coil, with
tubing and gauge cocks.
6.5
Butterfly Valve at inlet and balancing valve at outlet of the coil (with 2 or 3 way
motorized control valve).
6.6
Butterfly valves at inlet and outlet of the coil (with Dynamic Balancing cum control
valve).
6.7
Drain line from the unit upto floor trap.
7.
Testing
The air handling unit shall be tested to measure air quantity and coil performance by
measuring temperature difference, water flow rate using balancing valve and then
calculating the capacity.
8.
Limitations
8.1
The air velocity across the cooing coil shall not exceed 550 FPM (2.79 m/sec.).
8.2
The fan outlet velocity shall not exceed 2000 FPM. (10.17 m/sec.) subject to Fan
Noise Level not exceeding 75 dba.
8.3
The air velocity across the filters shall not exceed 500 FPM (2.5 m/sec.)
**********
128
Section-6
(Sectional Type)
1.
Air Handling Units (Double Skin)
General:
The air handling units shall be of as per drawing and complete in all respects and
shall generally comply with the specifications as given in the following paragraphs.
2.
Air Handling Units
2.1
The air handling units shall be double skin sectional, draw through type. It shall
include suitable filter section, coil section, fan and motor section in suitable
horizontal configuration and also mixing box (if specified).
2.2
Fan Assembly & Accessories
2.2.1
The fan shall be Imported forward curved, double inlet, double width type. The
wheel & housing shall be fabricated from heavy gauge galvanized steel. The fan
impeller shall be mounted on a solid carbon steel shaft supported to housing with
angle iron frame & pillow block heavy duty ball bearings. The fan shall be selected
for a speed not exceeding 1000 RPM. The impeller & fan shaft shall be statically
and dynamically balanced. The fan outlet velocity shall not be more than 2000 FPM
(10.17m/sec.). Fan housing with motor shall be mounted on a common aluminum
base, mounted inside the air handling housing on anti-vibration spring mounts or
cushy foot mounts. The fan outlet shall be connected to the casing with the help of
fire retardant flexible canvass.
2.2.2
The Fan assembly shall be complete with multi ‘V’ belt drive, consisting of motor &
fan pulleys, necessary belts, belt guard and adjustable motor base.
2.2.3
Inspection door shall be complete with microswitch arrangement with lighting within
the fan section. Microswitch shall be interlocked with blower & light, with resetting
arrangement.
2.3
Cooling /Heating coil
2.3.1
The cooling/heating coil shall be of seamless copper tubes, not less than 0.41 mm
thick and 12 mm O.D. The coil shall have continuous aluminium fins. The fins shall
be spaced by collars forming integral part of the fins. The tubes shall be staggered
in the direction of air flow. The fins shall be uniformly bonded to the tubes by
mechanical expansion of the tubes. The coils shall be tested against leaks at a
hydraulic pressure of 20.4 kg./cm2. This pressure shall be maintained for a min.
period of 2 hours. No drop should be observed indicating any leaks.
2.3.2
The water headers shall be of heavy gauge copper pipes to connect all the tubes.
The headers shall be complete with water in/out connections, vent plug on top
and drain at the bottom.
The water circuiting shall be designed to maintain water velocity in the tube between
0.9 to 1.8 m/s (3 to 6 FPS).
2.3.3
2.4
Filter
2.4.1
The air filters shall be of Synthetic media with a minimum depth of 50 mm and
efficiency of 90 % down to 10 micron.
129
2.4.2
The filters shall be of washable type.
2.4.3
Suitable slanted/vertical channels shall be provided for fixing the filters. The
channels shall be designed for easy fixing and removal of the filters.
2.5
Drain pan
2.5.1
The drain pan shall be sandwitched type with S.S. sheets on top and GI
sheet on the bottom complete with PUF injected tray.
2.5.2
The drain pan shall be a minimum of 25 mm deep. Drain outlet shall be of S.S. and
of 25 mm dia.
2.6
Coil and filter Section
The cooling coils, special and standard filters, etc., shall all be housed in a separate
section of suitable size and length. The inspection doors, shall have double synthetic
rubber seals doors and locking arrangements. The gaps between filter frames and
housing shall have synthetic rubber packing, to eliminate any air leakage. All filter
frame shall be epoxy painted. The flat filter section shall be suitable for mounting
filters vertically.
2.7
AHU Enclosure/Section
2.7.1
The AHU enclosure shall be double skin design with the main frame work made of
extruded aluminium structural sections.
2.7.2
The panels shall be double sandwich type with 0.60 mm pre-coated galvanized sheet
on the outside and 0.60 mm galvanized sheet on the inside. The insulation shall be
25 mm thick foam injected polyurethane foam.
2.7.3
The opening for access doors shall be provided with the neoprene rubber T-gaskets
fixed in grooves in the extruded sections.
2.7.4
The sandwich panels shall be fixed to the frame work with self tapping stainless steel
screws and both ends of the screw shall be provided with rubber caps.
2.7.5
The access door to fan section shall be fitted with a micro-switch & light to shut-off
the fan & switch on the light.
2.8.
Insulation
2.8.1
The panels of Double Skin AHU'S shall be sandwiched with 25 mm thick polyurethane
foam insulation of 40 kg./cm3. density having a K value of
0.018 W/mk.
Fan Motor & Starter
2.9
2.9.1
The fan motor shall be totally enclosed fan cooled conforming to EFF-1 high
efficiency as per I.S. 12615-2004 (Rev.I) and tolerance as per I.S. 325-1996 and
conforming to specifications in Control panel, motors & switchgear section.
2.9.2
The starter shall either be DOL or star delta type to suit the motor rating and
conforming to specification under control panel, motor & switchgears.
130
3.
Automatic Controls (To suit single pumping system)
3.1
The AHU unit shall have motorized modulating 3 way mixing valve selected with
pressure drop within 10 to 15% of the coil pressure drop.
3.2
A suitable modulating electronic thermostat shall be provision (unless the system has
provision of BMS for AHUs).
4.
Automatic Controls (To suit multiple pumping system)
4.1
The AHU unit shall be provided automatic dynamic control cum balancing 2 way
valve with facility to adjust and set the max. flow at the required limit.
4.2
A suitable modulating electronic thermostat shall be provided to control the above
valve (unless the system has provision of BMS for the AHUs).
5.
Fresh air controls
An adjustable damper of G.I. sheet along with bird screen, air inlet louvers and air filters
shall be provided in the wall of AHU room, for fresh air entry. (As part of AHU price)
6.
Accessories
6.1
Each air handling unit shall be complete with the following as part of AHU price.
6.1.1 Flexible connection between the fan outlet and duct.
6.1.2 Vibration isolators of 90% efficiency.
6.2
Each unit shall have the following items (Priced Separately).
6.3
Stem type thermometers at coil inlet and outlet, with tubing and gauge cocks.
6.4
Pressure gauge of suitable range with cock at inlet and outlet of the coil, with
tubing and gauge cocks.
6.5
Butterfly Valve at inlet and balancing valve at outlet of the coil (with 2 or 3 way
motorized control valve).
6.6
Butterfly valves at inlet and outlet of the coil (with Dynamic Balancing cum control
valve).
6.7
Drain line from the unit upto floor trap.
7.
Testing
The air handling unit shall be tested to measure air quantity and coil performance by
measuring temperature difference, water flow rate using balancing valve and then
calculating the capacity.
8.
8.1
8.2
Limitations
The air velocity across the cooing coil shall not exceed 550 F.P.M. (2.79 m/sec.).
The fan outlet velocity shall not exceed 2000 FPM. (10.17 m/sec.) subject to Fan
Noise Level not exceeding 75 dba.
The air velocity across the filters shall not exceed 500 FPM (2.5 m/sec.)
8.3
**********
131
Section-7
1.
Air Handling Units (Double Skin)
(UNICOM VERTICAL TYPE)
General
The air handling units shall be complete in all respects and shall generally comply
with the specifications as given in the following paragraphs.
2.
Air Handling Units
2.1
The air handling units shall be double skin Unicom Vertical draw through type. It
shall include air filters, fan & motor assembly; cooling/heating coils return air
plenums, one on either side, all placed in a common compact vertical housing.
2.2
Fan Assembly & Accessories
2.2.1
The fan shall be Imported forward curved, double inlet, and double width type.
The wheel & housing shall be fabricated from heavy gauge galvanized steel. The fan
impeller shall be mounted on a solid carbon steel shaft supported to housing with
angle iron frame & pillow block heavy duty ball bearings. The fan shall be selected
for a speed not exceeding 1000 RPM. The impeller & fan shaft shall be statically and
dynamically balanced. The fan outlet velocity shall not be more than 2000 FPM
(10.17m/sec.). Fan housing with motor shall be mounted on a common aluminum
base, mounted inside the air handling housing on anti-vibration spring mounts or
cushy foot mounts. The fan outlet shall be connected to the casing with the help of
fire retardant flexible canvass.
2.2.2
The Fan assembly shall be complete with multi ‘V’ belt drive, consisting of motor &
fan pulleys, necessary belts, belt guard and adjustable motor base.
2.2.3
Inspection door shall be complete with micro-switch arrangement with lighting within
the fan section. Micro-switch shall be interlocked with blower & light, with resetting
arrangement.
2.3.
Cooling/Heating Coil
2.3.1
There shall be two Cooling/Heating Coils, each of 50% capacity.
2.3.2
The two Coils shall be fixed, one on either side of the unit, in the path of Return
Air Plenums.
2.3.3
The cooling/heating coil shall be of seamless copper tubes, not less than 0.41 mm
thick and 12 mm O.D. The coil shall have continuous aluminium fins. The fins shall
be spaced by collars forming integral part of the fins. The tubes shall be staggered in
the direction of air flow. The fins shall be uniformly bonded to the tubes by
mechanical expansion of the tubes. The coils shall be tested against leaks at a
hydraulic pressure of 20.4 kg./cm2. This pressure shall be maintained for a min.
period of 2 hours. No drop should be observed indicating any leaks.
The water headers shall be of copper pipes to connect all the tubes. The headers
shall be complete with water in/out connections, vent plug on top and drain at the
bottom.
2.3.4
2.3.5
The water circuiting shall be designed to maintain water velocity in the tube
between 0.9 to 1.8 m/s (3 to 6 FPS).
132
2.3.6
The headers of the two coils shall be interconnected, within the coil section, to
provide combined IN/OUT connections.
2.4
Filters
2.4.1
There shall be two sets of air filer one on either side in the plenum, before the
cooling coil.
2.4.2
The air filters shall be of Synthetic media with a minimum depth of 50 mm and
efficiency of 90 % down to 10 micron.
2.4.3
The filters shall be of washable type.
2.4.4
Suitable slanted/vertical channels shall be provided for fixing the filters. The
channels shall be designed for easy fixing and removal of the filters.
2.5
Drain pan
2.5.1
The drain pan shall be sandwiched type with S.S. sheets on top and GI sheet
on the bottom complete with PUF injected tray.
2.5.2
The drain pan shall be a minimum of 25 mm deep. Drain outlet shall be of S.S. and
of 25 mm dia.
2.6
AHU Enclosure/Housing
2.6.1
The AHU enclosure shall be double skin design with the main framework made of
structural extruded aluminium section.
2.6.2
The panels shall be double sandwich type with 0.60 mm pre-coated galvanized sheet
on the outside and 0.60 mm galvanized sheet on the inside. The insulation shall be
25 mm thick foam injected polyurethane foam.
2.6.3
The opening for front access doors shall be provided with the neoprene rubber Tgaskets fixed in grooves in the extruded sections.
2.6.4
The sandwich panels shall be fixed to the frame work with self tapping stainless steel
screws and both ends of the screw shall be provided with rubber caps.
2.6.5
The access door to fan section is to be provided with a switch to shut the fan when
the door is open.
In the bottom of the unit, a 500 mm high enclosed space shall be provided to
house the water valves and the control valves. On both sides of the bottom
enclosure, removable covers shall be provided for entry of chilled water pipes and
drain line.
2.6.6
2.6.7
The front panels of blower section, coil section and valve section shall be openable
type. Similarly the front panel of return air plenums shall provide for easy access
to filter.
2.6.8
The return air plenums, described separately shall be part of the AHU enclosure.
2.7
Return Air Plenums
133
2.7.1
Each unit will have two factory Fabricated Return Air Plenums, one on either side
of the unit.
2.7.2
The fabrication of the plenum shall be of same double skin panels as used for the
rest of the unit casing.
2.7.3
Flanged connections shall be provided on top of the plenums for directly
connecting return air ducts to the unit.
2.7.4
The air velocity through these plenums shall not exceed 800 FPM (4.05 m/sec.).
2.8
Insulation
2.8.1
The panels of Double Skin AHU'S shall be sand-witched with 25 mm thick
polyurethane foam insulation of 40 kg./cm3 density having a K value of
0.018 W/mk.
2.6
Fan Motor & Starter
2.8.1
The fan motor shall be totally enclosed fan cooled conforming to EFF-1 high
efficiency as per I.S. 12615-2004 (Rev.I) and tolerance as per I.S. 325-1996 and
conforming to specifications in Control panel, motors & switchgear section.
2.6.2
The starter shall either be DOL or star delta type to suit the motor rating and
conforming to specification under control panel, motor & switchgears.
3.
Automatic Controls (To suit single pumping system)
3.1
The AHU unit shall have motorized modulating 3 way mixing valve selected with
pressure drop within 10 to 15% of the coil pressure drop.
3.2
A suitable modulating electronic thermostat shall be provision (unless the system has
provision of BMS for AHUs).
4.
Automatic Controls (To suit multiple pumping system)
4.1
The AHU unit shall be provided automatic dynamic control cum balancing 2 way
valve with facility to adjust and set the max. flow at the required limit.
4.2
A suitable modulating electronic thermostat shall be provided to control the above
valve (unless the system has provision of BMS for the AHUs).
5.
Fresh air controls
An adjustable damper of G.I. sheet along with bird screen, air inlet louvers and air filters
shall be provided in the wall of AHU room, for fresh air entry. (As part of AHU price)
6.
Motor control Panel
6.1
The Unicom AHU shall have a built in electric control panel complete with suitable
capacity MCB, DOL starter, ON/OFF push Buttons with Auto/ Manual mode,
indicating lamps and internal wiring up to the motor.
6.2
The panel shall be located in front on either the left side or right side of the blower
section.
134
6.3
The electric panel shall comply with specification under controls & switch gear.
6.4
The panel shall consist of the following:
6.4.1
6.4.2
6.4.3
6.4.4
6.4.5
6.4.6
6.4.7
1
1
2
2
1
1
1
6.5
The rating of MCB and starters shall be as follow:
6.5.1
Rating of MCB 1.1 kW to 3.75 kW 16 Amps.
5.5 kW to 7.50 kW 32 Amps.
6.5.2
Starters shall be suitable for motor rating.
6.6
Internal wiring for the AHU panel upto the motor and interlocking complete with
double earthing continuity conductor.
7.
Accessories
7.1
Each air handling unit shall be complete with the following as part of AHU price.
No. incoming 4 pole MCB.
No. DOL starter.
Nos. ON/OFF indication light (LED type).
Nos. ON/OFF Push buttons.
No. Direct Ammeter.
No. A/M switch.
No. current operated MPRD-2 single phase prevented.
7.1.1 Flexible connection between the fan outlet and duct.
7.1.2
Vibration isolators of 90% efficiency.
7.2
Each unit shall have the following items (Priced separately).
7.3
Stem type thermometers at coil inlet and outlet, with tubing and gauge cocks.
7.4
Pressure gauge of suitable range with cock at inlet and outlet of the coil, with tubing
and gauge cocks.
7.5
Butterfly Valve at inlet and balancing valve at outlet of the coil (with 2 or 3 way
motorized control valve).
7.6
Butterfly valves at inlet and outlet of the coil (with Dynamic Balancing cum control
valve).
7.7
Drain line from the unit up to floor trap.
8.
Testing
135
The air handling unit shall be tested to measure air quantity and coil performance by
measuring temperature difference, water flow rate using balancing valve and then
calculating the capacity.
9.
Limitations
9.1
The air velocity across the cooing coil shall not exceed 550 FPM. (2.79 m/ sec.).
9.2
The fan outlet velocity shall not exceed 2000 FPM. (10.17 m/sec.) subject to Fan
Noise Level not exceeding 75 dba.
9.3
The air velocity across the filters shall not exceed 500 FPM (2.5 m/sec.)
9.4
The air velocity through return air plenum shall not exceed 800 FPM (4.05 m/sec.)
*********
Section-8
Air Handling Units (Double Skin)
(Ceiling Suspended Type)
1.
General:
The air handling units shall be of as per drawing and complete in all respects and
shall generally comply with the specifications as given in the following paragraphs.
2.
Air Handling Units
2.1
The air handling units shall be double skin ceiling suspended draw through type. It
shall include air filters, fan & motor assembly, cooling/heating coils all placed in a
common compact horizontal housing.
2.2
Fan Assembly & Accessories
2.2.1
The fan shall be Imported forward curved, double inlet, and double width type.
The wheel & housing shall be fabricated from heavy gauge galvanized steel. The fan
impeller shall be mounted on a solid carbon steel shaft supported to housing with
angle iron frame & pillow block heavy duty ball bearings. The fan shall be selected
for a speed not exceeding 1000 RPM. The impeller & fan shaft shall be statically and
dynamically balanced. The fan outlet velocity shall not be more than 2000 FPM
(10.17m/sec.). Fan housing with motor shall be mounted on a common aluminum
base, mounted inside the air handling housing on antivibration spring mounts or
cushy foot mounts. The fan outlet shall be connected to the casing with the help of
fire retardant flexible canvass.
2.2.2
The Fan assembly shall be complete with multi ‘V’ belt drive, consisting of motor &
fan pulleys, necessary belts, belt guard and adjustable motor base.
2.2.3
Inspection door shall be complete with micro-switch arrangement with lighting within
the fan section. Micro-switch shall be interlocked with blower & light, with resetting
arrangement.
2.3
Cooling /Heating coil
136
2.3.1
The cooling/heating coil shall be of seamless copper tubes, not less than 0.41 mm
thick and 12 mm O.D. The coil shall have continuous aluminium fins. The fins shall
be spaced by collars forming integral part of the fins. The tubes shall be staggered
in the direction of air flow. The fins shall be uniformly bonded to the tubes by
mechanical expansion of the tubes. The coils shall be tested against leaks at a
hydraulic pressure of 20.4 kg./cm2. This pressure shall be maintained for a min.
period of 2 hours. No drop should be observed indicating any leaks.
2.3.2
The water headers shall be of heavy gauge copper pipes to connect all the tubes.
The headers shall be complete with water in/out connections, vent plug on top and
drain at the bottom.
2.3.3
The water circuiting shall be designed to maintain water velocity in the tube between
0.9 to 1.8 m/s (3 to 6 FPS).
2.4
Filter
2.4.1
The air filters shall be of Synthetic media with a minimum depth of 50 mm and
efficiency of 90 % down to 10 micron.
2.4.2
The filters shall be of washable type.
2.4.3
Suitable slanted/vertical channels shall be provided for fixing the filters. The
channels shall be designed for easy fixing and removal of the filters.
2.5
Drain pan
2.5.1
The drain pan shall be sand-witched type with S.S. sheets on top and GI
sheet on the bottom complete with PUF injected tray.
2.5.2
The drain pan shall be a minimum of 25 mm deep. Drain outlet shall be of S.S. and
of 25 mm dia.
2.6
AHU Enclosure/Housing
2.6.1
The AHU enclosure shall be double skin design with the main frame work made of
extruded aluminium structural sections.
2.6.2
The panels shall be double sandwich type with 0.60 mm pre-coated galvanized sheet
on the outside and 0.60 mm galvanized sheet on the inside. The insulation shall be
25 mm thick foam injected polyurethane foam.
2.6.3
The bottom panels shall be easily openable for servicing the fan and coil sections. It
should provide easy access to remove air filters for cleaning.
2.6.4
The opening for access doors shall be provided with the neoprene rubber T-gaskets
fixed in grooves in the extruded sections.
2.6.5
The sandwich panels shall be fixed to the frame work with self tapping stainless steel
screws and both ends of the screw shall be provided with rubber caps.
2.6.6
The access door to fan section is to be provided with a switch to shut the fan when
the door is open.
137
2.7.
Insulation
2.7.1
The panels of Double Skin AHU'S shall be sandwiched with 25 mm thick polyurethane
foam insulation of 40 Kg/cub.mt. density having a K value of
0.018 W/mk.
2.8
Fan Motor & Starter
2.8.1
The fan motor shall be totally enclosed fan cooled conforming to EFF-1 high
efficiency as per I.S. 12615-2004 (Rev.I) and tolerance as per I.S. 325-1996 and
conforming to specifications in Control panel, motors & switchgear section.
2.8.2
The starter shall either be DOL or star delta type to suit the motor rating and
conforming to specification under Control panel, motor & switchgears section.
3.
Automatic Controls (To suit single pumping system)
3.1
The AHU unit shall have motorized modulating 3 way mixing valve selected with
pressure drop within 10 to 15% of the coil pressure drop.
3.2
A suitable modulating electronic thermostat shall be provision (unless the system has
provision of BMS for AHUs).
4.
Automatic Controls (To suit multiple pumping system)
4.1
The AHU unit shall be provided automatic dynamic control cum balancing, 2 way
valve with facility to adjust and set the max. flow at the required limit.
4.2
A suitable modulating electronic thermostat shall be provided to control the above
valve (unless the system has provision of BMS for the AHUs).
5.
Fresh air controls
An adjustable damper of G.I. sheet along with bird screen, air inlet louvers and air
filters shall be provided in the wall of AHU room, for fresh air entry. (As part of AHU
price)
6.
Accessories
6.1
Each air handling unit shall be complete with the following items as part of AHU price.
6.1.1 Flexible connection between the fan outlet and duct.
6.1.2
Vibration isolators of 90% efficiency.
6.2
Each unit shall have the following items (Priced separately).
6.3
Stem type thermometers at coil inlet and outlet, with tubing and gauge cocks.
6.4
Pressure gauge of suitable range with cock at inlet and outlet of the coil, with tubing
and gauge cocks.
6.5
Butterfly Valve at inlet and balancing valve at outlet of the coil (with 2 or 3 way
motorized control valve).
6.6
Butterfly valves at inlet and outlet of the coil (with Dynamic Balancing cum control
valve).
138
6.7
Drain line from the unit up to floor trap.
7.
Testing
The air handling unit shall be tested to measure air quantity and coil performance by
measuring temperature difference, water flow rate using balancing valve and then
calculating the capacity.
8.
Limitations
8.1
The air velocity across the cooing coil shall not exceed 550 FPM (2.79 m/sec.).
8.2
The fan outlet velocity shall not exceed 2000 FPM. (10.17 m/sec.) subject to Fan
Noise Level not exceeding 75 dBA.
8.3
The air velocity across the filters shall not exceed 500 FPM (2.5 m per sec.)
Section-9
*********
Fan Coil Units
1.
General
1.1
The fan coil units shall be complete in all respects and generally comply with the
specifications as given hereunder.
1.2
The Fan Coil Unit may be of any one or more types from these mentions later on.
2.
Type of Fan Coil Unit (FCU)
2.1
2.2
2.3
2.4
2.5
2.6
2.7
Concealed Ceiling suspended units
Ceiling Suspended High static Unit.
Ceiling Mounted Exposed unit.
High Wall mounted Unit.
Cassette type of different configuration.
Floor standing concealed units.
Floor standing exposed unit.
3.
Common features of Fan Coil Units
3.1
The cooling / heating coils of the various types of Indoor Units shall be of Chilled/
Hot water type.
3.2
In case of units for 4 pipe system there shall be a composite cooling /heating coil
with common fins, but with separate circuit for chilled water and a separate circuit,
hot water, along with two separate water connections.
3.3
The coils shall be fabricated from copper tubes of min 9 mm dia. with extended
aluminium plate fins and designed for appropriate velocity but not exceeding 1.8
m/s (6 fps).
3.4
The fins shall be bonded to the tube using mechanical expansion of tubes ensuring
tight bonding between tube and fins for efficient heat transfer.
139
3.5
The coils shall be complete with well designed tube circuiting for efficient heat
transfer.
3.6
All types of units shall have a built in water in/out connections copper connections of
adequate size.
3.7
The coils shall be tested against leaks at a hydraulic pressure of min. 10 kg./sq.cm.
This pressure shall be maintained for a period of 2 hours. No drop should be
observed indicating leak.
3.8
4.
Suitable drain pan and drain arrangement shall be part of all FCU.
Concealed ceiling suspended Units
4.1
The fan coil units shall be complete with fan deck with motor, cooling/heating coil,
insulated plenum with air filter and suitable insulated drain pan.
4.2
Fan Section
4.2.1
The fan section shall consist of (2) two light weight aluminium impellers of
forward curved type, both statically and dynamically balanced, along with properly
designed G.I. sheet casings.
4.2.2
The two impellers shall be directly mounted on to a double shaft of single phase
multiple winding motor capable of running at (3) three speeds.
4.2.3
A. G.I. acoustically lined Plenum shall connect the fan outlets to the coil.
4.2.4
The fans shall be designed for low noise level not exceeding 42 dB at a distance of
1.5m.
4.3
Drain pans
4.3.1
The drain pan shall be of double skin construction made of 1.25 mm (16 GA.) S.S
Sheet, covering the whole of coil section and extended on one side for
accommodating coil connection, valve etc and complete with a 25 mm drain
connection. The drain pan shall be insulated with 25 mm expanded polystyrene and
covered with second G.I. tray.
4.4
Filter Plenum
4.4.1
The filter plenum shall be part of unit casing which houses the fans and the fan
motor.
4.4.2
Each unit shall have a 12 mm thick air Filter made of Nylon mesh filter media in an
aluminium frame.
4.5
Other Items
4.5.1
The unit shall include all other items as listed in 3.
5.
Ceiling Suspended High Static Unit
140
5.1
The unit shall be complete as described in Para 4, except for the fan section.
5.2
The fans shall be selected and designed for higher air static pressure, to allow for at
least 5 to 6 m of ducting with grilles.
6.
6.1
Ceiling Mounted Exposed Unit
The exposed type unit shall be similar to the concealed type as described in
Para 4, except for the outer casing.
6.2
The unit shall be complete with decorative outer, cabinet made of galvanized sheet
steel with built-in supply air grille and return grille.
6.3
The cabinet shall be given anti-corrosive treatment and finished with powder coated
paint in attractive colours.
7.
High Wall Mounted units
7.1
The high wall mounted units will be complete with cross flow fan, vertical chilled
water coil, filters, built in motorized valve and plastic outer cabinet.
7.2
The cross flow fan should be of generous dia. and length to deliver the required air
quantity at high speed and be very quiet with Noise level below 38 dbA.
7.3
The fan assembly shall be directly mounted on a low noise, high efficiency motor.
7.4
The cooling/heating coil and other common features shall be as given under para 3.
7.5
The air filter shall be electrostatic type to remove dust, pollen and other impurities.
7.6
The outer casing shall be made of high grade plastic, complete with return air grille,
motorized supply air louvered opening and suitable metallic back panel for mounting
all items.
8.
Cassette type units
8.1
The cassette type Indoor Units may be of any of the three configurations, as given
below and as may be mentioned in Bills of quantity.
8.1.1
Four ways or circular air distribution arrangement whichever is specified or is
available.
8.1.2
2-way air distribution arrangement.
8.1.3
1-way or corner type air distribution arrangement.
8.2
The unit shall be complete with turbo fans of multi-blade type, duly statically and
dynamically balanced to give the required air flow.
8.3
The filter shall be of synthetic type to suit the configuration.
8.4
The unit housing shall have provision for connecting fresh air duct, wherever
required.
141
8.5
The unit shall be complete with built-in high head fail-safe pump with safety cutouts.
8.6
The unit shall include all items as given in 3.
8.7
Each type of unit shall be supplied complete with Air distribution panel .
8.8
The panel shall have removable return air core for cleaning air filter and maintaining
motor and provision for access to shutoff and control valves.
9.
Floor Standing Units (Concealed type)
9.1
The floor standing units shall be vertical in design and shall be suitable for concealed
furred in installation.
9.2
The fans section shall be with multiple fans directly mounted on motor shaft as
described in para 4.2.
9.3
The air filter shall be cleanable type.
9.4
The casing shall be of heavy gauge galvanized sheet with anti-corrosive paint.
9.5
It should be complete with deep drawn insulated drain pan and shall permit easy
access for filter cleaning and maintenance of coil and fan motor.
9.6
All other components shall be as in para 3.
10.
Floor standing units (exposed type)
10.1
The exposed floor standing unit shall be similar in design and specification as given
in Para 9.2 to 9.6.
10.2
In addition these units shall have a decorative outer cabinet with built in supply air
grille for top vertical discharge or horizontal front discharge.
10.3
The return air may be taken through a grille in the bottom of unit which should be
resting on 10 mm high vertical legs or through a grille in the bottom part o the
vertical front panel.
10.4
The air filter shall be provided either behind the front return air grille or in the
bottom return air opening. The filter should be easily removable for cleaning.
10.5
The outer cabinet shall be of heavy gauge galvanized sheet steel duly treated for
corrosion resistance and finished with powder coated paint. It should have internal
insulation to prevent condensation and to absorb fan noise.
10.7
There shall be suitable deep drawn insulated drain pan.
10.8
11.
All other component shall be as in para 3.
Water Valve
The water valves on inlet line shall be of gun metal ball type with integral water
strainers, having BSP(FPT) inlet and flare type mpt outlet connection. The valve on
return line shall be as above, but without the water strainer.
12.
Water Connections
142
12.1
The main water lines shall be finally connected to the coil connections of the fan
coil unit, by at least 300 mm long, 12 swg (0.81 mm thick) seamless solid drawn
copper tubing with flare fittings and connectors.
12.2
The water valves and the control valves shall all be fixed as a part of the copper
tubes at appropriate locations.
13.
Automatic Controls :(Wherever Required) (Priced Separately)
13.1
Each unit shall have a room type thermostat and a 2 way or 3 way motorized
water valve. The valve shall be fixed in the return water line as part of the copper
tubing.
13.2
The thermostat shall be mounted along with the speed control switch on a
common plate. The plate shall clearly indicate the fan positions. The controls
should be as per specifications under ‘Controls’.
14.
Speed Control (Optional)
14.1
A sturdy switch shall be provided with the unit complete
and with minimum (3) three speed control, of the fan.
14.2
The speed control is to be provided wherever there are no automatic control.
*******
with wiring, for off
143
Section-10
AHU Air Filters and Filter Holders
High Efficiency filtration
1.
General
1.1
The various types of filters to be used in the different systems to achieve the
required degree of air purification and the hepa filter holder, shall confirm to
the following specifications :
2.
Hepa filters-high efficiency filters
2.1
The point to point scanned and D.O.P tested flange type hepa filters shall have an
efficiency of 99.97% for a particle size of 0.3 microns. Flange width not to exceed
20 mm.
2.2
Each filter shall be sealed from all sides in aluminium filter frame and joints
sealed with ductile epoxy resin, having impact strength 2.5-4.0 kgcm/sq.cm &
modulas of elasticity strength 750-780 kg/sq.mm.
2.3
The filtering media shall be of micro fibre glass paper
filtering efficiency.
2.4
Each filters shall carry a test report from suitable agency, certifying the
efficiency of the filter according to D.O.P test.
2.5
The initial pressure drop should be less than 20 mm wg at rated cfm . Supplier shall
indicate the pressure drop in choked condition.
3.
ULPA Filters
3.1
The ULPA filters shall be similar to HEPA filter but with a filtering efficiency of
99.9999 recurring down to 0.1 micron particle size.
4.
Microvee filters
4.1
Microvee filters in flange type construction shall be made out of polyester / poly propylene media shall have an efficiency greater than 98% down to 5 micron or
less particle size according to D.O.P. test method.
4.2
The filter element shall be housed in aluminium anodized frame. Media shall be
supported on one side with HDPE mesh & on other side with aluminium mesh.
4.3
Media/HDPE mesh/aluminium
mesh shall be stitched together. Edge of the
filter to be duly protected with polyester beading. Number of folds 11 folds/ft.
Of actual face area of the frame.
4.4
The initial pressure drop shall be in between 6.5-8.5 mm wg and it should not
exceed 20 mm wg. in choked condition.
The filters should be cleanable and washable.
4.5
4.6
to
provide the required
The filter element should be properly sealed with frame with the help of epoxy so
that there is absolutely no air bypass after number of washes. Foam between folds
& frame shall not be used.
144
4.7
Minimum 4 no. Aluminium anodized combs shall be inserted for keeping the
pleats separated from each other.
5.
Standard filters
5.1
The pre filter in box type construction shall have an efficiency of 90% down to 10
microns.
5.2
The frames shall be made out of aluminium anodised extruded sections.
5.3
The filtering media shall be polyester/polypropylene.
5.4
The frame shall be of properly sealed so that there is absolutely no air by-pass.
6.
HEPA Filter Housing
6.1
The HEPA filter housing shall be either single filter or double filter type. The bigger
size should be compartmentalized to receive 2 nos. of 610 x 610 mm filters for
easy handling.
6.2
The housing shall be double skin sandwich type with 25 mm thick polyurethane
foam insulation in between.
6.3
The double skin housing shall be made of CRCA sheets. The outer casing shall be
made of 22g (0.8 mm) sheets and the inside casing shall be made of 20g (1.00
mm) sheet.
6.4
All joints of the housing shall be either completely welded or epoxy/m-seal sealed in case of spot
welding.
6.5
The surface in contact with the insulation shall be at least epoxy primer coated. The interior
and exterior of the housing shall be epoxy painted with two coats of paint after necessary
preparation of the surface.
6.6
Protective grill shall be provided below the housing. It shall be made out of single 16 g
aluminium perforated sheet with at least 60% open area. the grille shall be supplied along
with HEPA holder.
6.7
The grille shall be powder coated in suitable colour.
6.8
Each housing should 8e suita8le for fixing HEPA filters of various sizes such as
610 x 610 x 305 mm OR 610 x 610 x 150 mm.
6.9
Each housing shall have a flexible connection piece made of three layer fire proof canvass
with 3 mm pu foam insulation between the layers. All the stitching holes, joints etc. shall be
properly sealed.
6.10
The housing shall be so designed that no nuts, 80lts or screws are used to mount the filter
in the housing. Similarly, no nuts, bolts or screws shall be used for connecting the canvass
connection to the housing.
6.11
High quality sealing gasket would be used between the housing and the HEPA filter to
ensure leak proof mounting.
6.12
The filter removal would be from the top of the housing after disconnecting the canvass
connection.
6.13
It shall be the clean room contractor’s responsibility to fix the housing in the
false ceiling and guarantee leak proof jointing between housing and false ceiling.
145
7.
Microvee Filters Mounting Frame
7.1
The microvee filters shall be housed in a M.S. Frame. The frame shall be compartmentalized
to receive the required number of filters.
7.2
The filters shall be fixed with nuts, bolts and washers to the M.S. frame so that they are
easily removable for cleaning.
7.3
The frame work shall be de-rusted and then provided with two coats of epoxy paint on all
surfaces.
7.4
All filters shall be installed in the same plane. No zigzagging shall be permitted.
7.5
The frame would be fixed in the plenum section of the double skin air handling unit being
supplied by other agencies
********
146
Section-11
Electric Controls
1.
General
1.1
The various controls listed below shall be electrically operated and shall generally
comply with the specifications listed below.
1.2
In case of low voltage controls, necessary step down transformers shall be provided
with each control as required.
2.
Air Handling Unit Controls
The controls for air handling units shall comply with the following:
2.1
Sectional Type AHU’S
2.1.1
Return Air/Room Thermostat
The thermostat shall be suitable for mounting in the room or return air passage, as
required. The thermostat shall be modulating potentio-meter type with an adjustable
throttling range and required accuracy.
2.1.2
Motorized Water Valve
The motorized water valve shall consist of gunmetal valve body with stainless steel
trim and equal percentage flow characteristics, modulating motor and linkage.
The valve shall be of mixing duty type.
2.2.
Fan Coil Units
2.2.1
The thermostat should be snap acting, cooling/heating line voltage type of
contemporary design mounted on a plate with switches for heat and cool and
off/speed control for fans. The thermostat shall control a 3-way 2 position motorized
water valves in water line.
2.2.2
The motorized water valve shall consist of gun metal valve body with stainless steel
trim motor and linkage. The valve shall be of mixing duty.
3.
Chilling Unit Controls
Each water chilling unit shall be completed with microprocessor based control
system, as described under chiller.
4.
Gauges
The water pressure gauges shall be of robust construction, with minimum 100 mm
dial, of suitable range and occupancy calibrated.
5.
Thermometers
The thermometers shall be mercury filled industrial stem type, with metal casing and
threaded fixing arrangement.
6.
Control Console
A floor Mounted Control and indication console shall be provided, in the main control
room, as shown on the plans in case Electro Mechanical Controls are provided.
147
6.1
6.2
6.3
6.4
6.5
Units
Water cooled Chiller
3 Nos.
Chilled Water Pumps
11 Nos.
Air Handling Units(CSU/TFA) 77 Nos.
Chiller No. FlowSwitch
3 Nos.
Expansion Tank
1 No.
(Low Water Level)
Equipment
Push Buttons
On Off
3
3
11
11
77
77
3
-
Lamps
Green Red
On Fault
3
3
11
11
77
77
3
1
6.6
Indicating light for strip heaters, if any shall be Provided on the switch board, in
the respective unit Room.
6.7
The requirements given for the main panel are for necessary equipment. The
number of switches and lights shall correspond to the number of units shown above.
All controls and alarms shall be suitable for 230 volts on the panel.
6.8
Necessary relay shall be provided for all controlled devices and alarms, which will
allow common audio alarm along with visual lamps indicators/alarms.
6.9
The Alarms shall be provided with accept buttons along with reset buttons.
6.10
All control circuits shall be functionally tested.
6.11
The red indicating lamps should switch on only in case of fault, in the controlled
items and not during normal automatic shut off. Thus e.g. in case of starters the
red light should come on in case of tripping of starter on overload or single phasing.
6.12
A common Audio Alarm shall be connected to all red indicating Lamps through
individual relays.
6.13
Lamp testing arrangements shall be provided in console.
7.
Painting
All sheet steel work shall undergo a process of degreasing, pickling in acid, cold
rinsing, phosphating, passivating and then spraying with a high corrosion resistant
primer. The primer shall be baked in oven. The finishing treatment shall be by
application of synthetic enamel paint of approved shade and stoving.
*-*-*-*-*-*
148
Section-12
Control Panel, Motors and Switchgears
1.
General
1.1
The switch gears required for various items shall generally be as per specifications
given below. All electric motors shall be suitable for 3 phase, 50 Hz, 415 + 10% 15% Volts A.C. supply.
2.
L.T. Electric Panel Boards (with multiple switch(150 Amps each)
2.1
The main L.T. Panel board shall be extendible type on both sides, having in it all
switches, starters & accessories and shall be completely factory prewired. It shall
be suitable for voltage systems upto 500 Volts, 3 phase, 50 Hz, 4 wire supply
capable of functioning satisfactorily in temperatures of 450C and rupturing
capacity not below 31 mVA at 415 Volts.
2.2
The Panel boards shall be fabricated from 2.0 mm thick, cold rolled M.S. Sheets.
The front opening door panels shall be from 2 mm thick, cold rolled M.S. Sheets.
Suitable stiffners shall be used in fabricating the housing. All steel members shall
first be degreased, then descaled using dilute sulphuric acid and a suitable
phosphating process then the boards shall be given powder coated finish in suitable
grey colour. The switch board shall be dust proof and vermin proof. The panel
shall generally conform to IS 8623 (full confirmity not called for). It shall be flush
in front and back. The panel shall have front and rear access.
2.3
Cable compartment of adequate size shall be provided in the main distribution board
for easy termination of all incoming and outgoing cables entering from bottom or
top. Adequate support shall be provided in cable compartment to support cables.
All incoming and outgoing switch terminals shall be brought out to terminal
blocks in cable compartments.
2.4
Items such as ammeters, switches etc. shall be located close to the corresponding
switchgear and otherwise all items shall be arranged in a neat symmetrical
pattern.
2.5
The doors of the switch compartments
and that of busbars shall be fixed type.
2.6
The panel mounted lock shall be provided with a locking arrangement to prevent
them from falling down when they are unscrewed for opening the doors.
2.7
All panel doors shall have synthetic rubber gaskets with good ageing, compression
and resistance characteristics.
2.8
All the breakers shall be interlocked with door so that the unit cannot be closed
unless the unit door is closed. The interlock shall also prevent opening the unit
door unless the switch/breaker is in OFF position.
Defeat arrangement shall be provided for deliberate inspection of switch/ breaker
without having to switch OFF the unit.
2.9
2.10
and cable access shall be hinged type
All the items pertaining to a motor shall be incorporated in one cabin i.e
switch, starter, CTS ammeter, current operated MPRD-2 single phasing preventor,
indicating lamps etc.
149
2.11
A danger notice plate of 200 mm x 150 mm of mild steel at least 2 mm thick
vitreous
enameled white on both sides and with inscriptions in signal red
colour on front side shall be provided on the panel board.
2.12
Every contactor etc. shall be controlled by an isolating device of adequate rating
as listed later.
2.13
A voltmeter and ammeter shall be provided to indicate incoming voltage and
along with rotary phase selection switches.
2.14
LED type indicating lamps in approved colours shall be provided for the 3 phases
and for status of all controlled devices.
2.15
All the switchgear shall be earthed to the earth bus.
2.16
Earth shall be extended for each compartment to the door by means of a
flexible, insulated copper conductor with crimped legs on either side.
2.16.1 Each panel shall be provided with suitable size of
panel and two earth terminals on either side.
earth bus at the rear of the
2.16.2 Suitable printed PVC ferrules shall be provided for all the conductors for easy
identification.
2.17
Etched plastic name plates shall be provided for
switchgears, ammeter, voltmeter etc.
all
the incoming, outgoing
2.18
All the control and auxiliary wiring shall be carried out with PVC insulated
copper conductor of proper colour code.
2.19
The power wiring from the circuit/air breakers to the starters shall be carried out
using colour coded, PVC insulated copper conductors crimped with lugs.
2.20
The outgoing wires of starters shall also be pvc insulated colour coded copper
conductor crimped with lugs and terminated on a terminal block of proper rating.
Important Note
All Panel fabrication drawings shall be got approved, before the start of the
fabrication work.
3.
Bus Bars
3.1
The Bus Bar shall be mounted in a separate compartment in the Panel Board.
3.2
The Bus Bars and interconnections shall be of aluminium strips unless otherwise
specified.
3.3
The Bus Bar shall have rectangular cross - section of (1) mm2 per Amp. rating for
full load current in the 3 phases as well as for neutral and should be extendable, if
mounted horizontally.
3.4
The Bus Bars shall be insulated with heat shrink sleeves and colour coated. They
should be supported on supports made of glass fibre reinforced thermosetting
compound at regular intervals sufficient to withstand the force of any short circuit.
150
4.
Circuit Breakers
The panel and the bus bars plus outgoing of all devices shall be protected by
different types of circuit breakers as described below and conforming to specification
as given later on:
S.
No.
1.
2.
Type
Incoming
Outgoing
Upto
40 Amp.
MCB
MCB
63 A
MCCB
MCB
80 to 200
A
MCCB
MCCB
Above 200
to 400 A
MCCB
MCCB
Above
630 A
ACB
ACB
4.1
Air Circuit Breaker (ACB)
4.1.1
The air Circuit Breakers shall be Draw out type conforming to I.S: 13947 (Part 2)
1993.
4.1.2
The ACB shall be complete with solid state overload, short circuit and earth fault
protection with adjustable settings.
4.1.3
The current breaking capacity of the ACB shall not be less than 50 kA at 415 Volts,
50 Hz A.C.
4.1.4
Each ACB shall have 4 ‘NO’ and 4 ‘NC’ potential free auxillary contacts, in addition to
those required for its internal operating mechanisms.
4.1.5
There shall be suitable indicators for OPEN/CLOSE/SERVICE/TEST and Spring
charged positions.
4.1.6
It shall be possible to close the door in Test position.
4.1.7
Castle Key and/or other interlocking devices shall be provided as required.
4.2
Moulded Case Circuit Breakers (MCCB)
4.2.1
The MCCB shall have TP + NL and be suitable for simultaneous manual opening and
closing with rotary operating handle.
4.2.2
The ON/OFF/TRIP positions shall be clearly marked and easily visible to an operator
and confirm to latest IS: 13947 (Part 2)-1993.
4.2.3
There shall be fixed/adjustable tripping devices with inverse time characteristics for
overload and short circuit protection.
4.2.4
The current breaking capacity of the MCCB shall not be less than 35 kA at 415 Volts,
50 Hz, A.C.
4.2.5
Suitable Interlocking mechanism shall be provided, where required.
4.2.6
All MCCB shall have phase barrier & extension terminals as required.
4.3
Miniature Circuit Breakers (MCB)
151
4.3.1
The MCB shall have quick make/break contacts with a heat resistant housing, having
high Impact strength and confirm to IS 8828-1996.
4.3.2
The contacts shall be of silver nickel alloy.
4.3.3
The MCB shall permit over load for short duration, as required for Inductive loads
and the breaking capacity shall not be less than 10 kA at 415 Volt A.C.
4.3.4
It shall be equipped with overload and short circuit protection devices and shall be
suitable for DIN mounting.
4.4
Isolator Switches
4.4.1
Isolator switches are to be provided for equipment located outdoors or for those
located in separate enclosure, other than those Nos. having the Electric Panel.
4.4.2
The Isolator Switch should be of Rotary Load Break type with a weather proof sheet
steel enclosure. Its rating shall be same as the outgoing device in the Electric Panel.
5.
Panel Accessories
5.1
All Voltmeters and Ammeters as specified shall be square of 96 mm x 96 mm, flush
mounting type.
5.2
The Indicating Lamps shall be of LED type with Low Watt Power. The Lamps shall
have translucent covers of following colours.
5.2.1
5.2.2
5.2.3
Red/Yellow/Blue for phase light.
Green/Amber for ON/OFF indication.
Concealed door lock.
6.
Painting
All sheet steel work shall undergo a multi tank process of degreasing, pickling in
acid, cold rinsing, phosphating, passivating and then sprayed with a high corrosion
resistant primer. The primer shall be baked in oven. The finishing treatment shall
be by application of powder coated paint of approved shade and stoved.
********
152
Section-13
Duct Works And Outlets
(Manual & Factory Fabricated Type)
1.
General
1.1
The work under this part shall consist of furnishing labour materials, equipment and
appliances as specified necessary and required to install all sheet metal and other
allied work to make the air conditioning supply, ventilating, and exhaust system
ready for operation as per drawings.
1.2
Except as otherwise specified all duct work and related items shall be in accordance
with these specifications.
1.3
Duct work shall mean all ducts, casings, dampers, access doors, joints, stiffeners
and hangers.
1.4
The duct work shall either be fabricated manually factory fabricated as specified in
the BOQ.
2.
Manual Fabricated Duct Work
2.1
The ducts shall be fabricated from galvanized steel sheets class VIII(120 gms/sqm)
conforming to ISS:277-1962 (revised) or aluminium sheets conforming to
ISS:737-1955 (wherever aluminium ducts are specified).
2.2
All duct work, sheet metal thickness and fabrication unless otherwise directed, shall
strictly meet requirements, as described in IS:655-1963 with amendment-I (1971
edition)
2.3
The thickness of the sheet shall be as follows:-
S.
No.
Size of Duct
Sheet
Thickness
2.3.1
Up to 750 mm
0.63 mm
Fastner
Size
Inch
(mm)
3/8”
(9.5)
2.3.2
751 mm to
1000 mm
0.80 mm
3/8”
(9.5)
2.3.3
1001 mm to
1500 mm
0.80 mm
5/8”
(15.9)
Type of
Joints
Bracing if
any
G.I. Flange
25x25x3 mm
Angle iron
frame with 8
mm dia nuts
& bolts
40x40x5 mm
Angle iron
frame with 8
mm dia nuts
& bolts
Support
Angle
25x25x3 mm
25x25x3 mm
at the rate of
1m from joints
25x25x3 mm
40x40x5 mm
at the rate of
1 m from joints
40x40x5 mm
153
2.3.4
2.3.5
1501 mm to
2250 mm
2251 mm and
above
1.00 mm
1.25 mm
5/8”
(15.9)
5/8”
(15.9)
50x50x5 mm
Angle iron
frame with 10
mm dia nuts
& bolts at 125
mm centre.
50x50x6 mm
Angle iron
frame with 10
mm dia nuts
& bolts at 125
mm centre.
40x40x5 mm
at the rate of
1.2m to be
Braced from
joints.
40x40x6 mm
angle
40x40x5 mm
at the rate of
1.2m from
joints
50x50x6 mm
with MS rods
of 12 mm dia.
2.4
The gauges, joints and bracings for sheet metal duct work shall further conform to
provisions as shown on the drawings.
2.5
Ducts larger than 600 mm shall be cross broken, duct sections up to 1200 mm length
may be used with bracing angles omitted.
2.6
Changes in section of duct work shall be affected by tapering the ducts with as long a
taper as possible. All branches shall be taken off at not more than 45 DEG. Angle from
the axis of the main duct unless otherwise approved by the Engineer-In-Charge.
2.7
All ducts shall be supported from the ceiling/slab by means of M.S. Rods of 10mm (3/8")
DIA with M.S. Angle at the bottom. The rods shall be anchored to R.C. Slab using
metallic expansion fasteners.
3.
Factory Fabricated Duct Work
3.1
Material
3.1.1
All ducting shall be fabricated of LFQ (Lock Forming Quality) grade prime G.I. raw
material furnished with accompanying Mill test Certificates. Galvanizing shall be of
120gms/sq.m. (total coating on both sides).
3.1.2
In addition, if deemed necessary, samples of raw material, selected at random by
owner’s site representative shall be subject to approval and tested for thickness and zinc
coating at contractor’s expense.
3.1.3
The G.I. raw material should be used in coil-form (instead of sheets) so as to limit the
longitudinal joints at the edges only, irrespective of cross-section dimensions.
3.2
Governing Standards
3.2.1
Unless otherwise specified here, the construction, erection, testing and performance of
the ducting system shall conform to the SMACNA-1995 standards (“HVAC Duct
Construction Standards-Metal and Flexible-Second Edition-1995” SMACNA)
Duct Connectors and Accessories
3.3
3.3.1
the
All transverse duct connectors (flanges/cleats) and accessories/related hardware such as
support system shall be zinc-coated (galvanized).
154
3.4
Fabrication Standards
3.4.1
All ductwork including straight sections, tapers, elbows, branches, show pieces, collars,
terminal boxes and other transformation pieces must be Rolastar factory-fabricated or
Techno Fabriduct and Zeco. Equivalency will require fabrication by utilizing the following
machines and processes to provide the requisite quality of ducts and speed of supply.
3.4.2
Coil lines to ensure location of longitudinal seams at corners/folded edges only to obtain
the required duct rigidity and low leakage characteristics. No longitudinal seams
permitted along any side of the duct.
3.4.3
All ducts, transformation pieces and fittings shall be made on CNC profile cutters for
required accuracy of dimensions, location and dimensions of notches at the folding lines.
3.4.4
All edges shall be machine treated using lock-formers and roller for furning up edges.
3.4.5
Sealant dispensing equipment shall be used for applying built-in sealant in Pittsburgh
lock where sealing of longitudinal joints are specified.
3.5
Selection of G.I. Gauge and Transverse Connectors
3.5.2
Duct Construction shall be in compliance with 1”wg.(250 Pa) static norms as per
SMACNA.
3.5.3
All transverse connectors shall be the Rolamate 4-bolt slip-on flange system or Techno
Fabriduct and Zeco imported makes of similar 4-bolt systems with built-in sealant, if
any. To avoid any leakage additional sealant shall be used.
3.5.4
The specific class of transverse connector and duct gauge for a given duct dimensions
shall be 1”wg.(250 Pa) pressure class.
3.5.5
Non-toxic, AC-applications grade P.E. or PVC gasketing shall be provided between all
mating flanged joints. Gasket sizes shall conform to flange manufacturer’s specification.
3.6
Duct Construction
3.6.1
The fabricated duct dimensions shall be as per approved drawings and all connecting
sections shall be dimensionally matched to avoid any gaps.
3.6.2
Dimensional Tolerances: All fabricated dimensions shall be within  1.0 mm of specified
dimension. To obtain required perpendicularity, permissible diagonal tolerances shall be
 1.0 mm per metre.
3.6.3
Each duct pieces shall be identified by color coded sticker which shall indicate specific
part numbers, job name, drawing number, duct sizes and gauge.
3.6.4
Ducts shall be straight and smooth on the inside. Longitudinal seams shall be airtight
and at corners only, which shall be either Pittsburgh or Snap Button Punch as per
SMACNA practice, to ensure air tightness.
155
3.6.5
Changes in dimensions and shape of ducts shall be gradual (between 1:4 and 1:7).
Turning vanes or air splitters shall be installed in all bends and duct collars designed to
permit the air to make the turn without appreciable turbulence.
3.6.6
Plenums shall be shop/factory fabricated panel type and assembled at site.
3.6.7
The gauges, joints and bracings for sheet metal duct work shall further conform to
provisions as shown on the drawings.
3.6.8
Ducts larger than 600mm shall be cross broken, duct sections upto 1200 mm length may
be used with bracing angles omitted.
3.6.9
Changes in section of duct work shall be affected by tapering the ducts with as long a
taper as possible. All branches shall be taken off at not more than 45 DEG. Angle from
the axis of the main duct unless otherwise approved by the Engineer-In-Charge.
the
3.6.10 All ducts shall be supported from the ceiling/slab by means of M.S. Rods of 10 MM (3/8")
DIA with M.S. Angle at the bottom. The rods shall be anchored to R.C. Slab using
metallic expansion fasteners.
3.6.11 Factory Fabricated ducts shall have the thickness of the sheet as follows:
Size of
Duct
i
ii
Upto 450
mm
Upto 750
mm
iii
Upto 750
mm
iv
751 mm
to 1000
mm
Sheet Fastn
Thickn
er
ess
Size
(Inch
(mm)
0.50m
m
0.63
mm
0.63
mm
0.80
mm
3/8”
(9.5)
3/8”
(9.5)
3/8”
(9.5)
3/8”
(9.5)
Type of Joints
For Rolastar
duct &
Rolamate
flanges
Fabricated out
of G.I. sheet
of 24 gauge
at every 1.2
m interval
C&S cleat.
E-24 type
flange, shall
be Fabricated
out of 24
gauge at
every 1.2 m
interval
Fabricated out
of G.I. sheet
of 24 gauge
at every 1.2
m interval
C&S cleat.
E-24 type
flange, shall
be fabricated
out of 24 G
sheet at every
1.2 m
interval.
For Techno
Fabriduct
and Zeco
flanges
Bracing
with GI
tie rods of
following
sizes
____
____
____
The flanges
shall be
made out of
the same
duct sheet
and all the
Support
Angle
25x1.00
mm with
6.4mm
Threaded
rod
25x25x3
mm with
8mm GI
Threaded
rod
25x25x3
mm with
10mm GI
Threaded
rod
25x25x3
Cross tie
mm with
rods to be
10mm GI
fitted with
rod
10mm dia.
Threaded GI
156
v
1001 mm
to 1500
mm
vi
1501 mm
to 2250
mm
0.80
mm
1.00
mm
5/8”
(15.9)
5/8”
(15.9)
E-22 type
flange, shall
be fabricated
out of 22 G
sheet at every
1.2 m
interval.
J-16 type
flange, shall
be fabricated
out of 16G
sheet at every
1.2 m
interval.
J-16 type
flange shall
be fabricated
out of 16G
sheet at every
1.2 m
interval.
four corner
shall be
fitted for
fitting the
bolt
rod for each
piece of
duct
40x40x5
mm with
10mm GI
rod
40x40x6
mm with
10mm GI
rod
Cross tie
rods to be
fitted with
10mm dia.
Threaded GI
rod for each
piece of
duct
50x50x6
mm with
GI rods of
12 mm
dia.
vii
2251 mm
and
above
3.7
Documentation to Measurements
3.7.1
For each drawing, all supply of ductwork must be accompanied by computergenerated detailed bill of material indicating all relevant duct sizes, dimensions and
quantities. In addition, summary sheets are also to be provided showing duct areas
by gauge and duct size range as applicable.
3.7.2
Measurement sheet covering each fabricated duct piece showing dimensions and
external surface area along with summary of external surface area of duct gaugewise.
3.7.3
All duct pieces shall have a part number, corresponding to the serial number
assigned to it in the measurement sheet. The above system shall ensure speedy and
proper site measurement, verification and approvals.
3.8
Testing
3.8.1
After duct installation, a part of duct section (approximately 5% of total ductwork)
may be selected at random and tested for leakage. The procedure for leak testing
should be followed as per SMACNA- “HVAC Air Duct Leakage Test Manual: (First
Edition).
4.
Installations
4.1
During the construction, the contractor shall temporarily close duct openings with
sheet metal covers to prevent debris entering ducts and to maintain opening
straight and square, as per direction of Engineer-In-Charge.
4.2
Great care should be taken to ensure that the duct work does not extend outside
and beyond height limits as noted on the drawings.
1.25
mm
5/8”
(15.9)
157
4.3
All duct work shall be of high quality approved galvanized sheet steel guaranteed not
to crack or peel on bending or fabrication of ducts. All joints shall be air tight
and shall be made in the direction of air flow.
The ducts shall be re-inforced with structured members where necessary, and
must be secured in place so as to avoid vibration of the duct on its support.
4.4
All air turns of 45 degrees or more shall include curved metal blades or vanes
arranged so as to permit the air to make the abrupt turns without an appreciable
turbulence. Turning vanes shall be securely fastened to prevent noise or
vibration.
4.5
The duct work shall be varied in shape and position to fit actual conditions at
building site. All changes shall be subjected to the approval of the Engineer-InCharge. The contractor shall verify all measurements at site and shall notify the
Engineer-In-Charge of any difficulty in carrying out his work before fabrication.
Self adhesive sponge rubber or approved equal gaskets of 6 mm maximum thickness
shall be installed between duct flanges as well as between all connections of sheet
metal ducts to walls, floor columns, heater casings and filter casings. Sheet metal
connections shall be made to walls and floors by means of wooden member
anchored to the building structure with anchor bolts and with the sheet screwed to
them.
4.6
4.7
Flanges bracings and supports are to be black, mild steel and are to be painted
with rust proof primer on all surfaces before erection. Accessories such as damper
blades and access panels are to be of materials of appropriate thickness and the
finish similar to the adjacent ducting, as specified.
4.8
Joints, seams, sleeves, splitters, branches, takeoffs and supports are to be as per
duct details as specified, or as decided by Engineer-In-Charge.
4.9
Joints requiring bolting or riveting may be fixed by Hexagon nuts and bolts, stove
bolts or buck bolts, rivets or closed centre top rivets or spot welding. Self tapping
screws must not be used. All jointing material must have a finish such as cadmium
plating or Galvanized as appropriate.
4.10
Fire retarding flexible joints are to be fitted to the suction and delivery of all fans.
The material is to be normally double heavy canvass or as directed by Engineer-InCharge. On all circular spigots the flexible materials are to be screwed or clip band
with adjustable screws or toggle fitting. For rectangular ducts the material is to be
flanged and bolted with a backing flat or bolted to mating flange with backing flat.
4.11
The flexible joints are to be not less than 75 mm and not more than 250 mm
between faces.
4.12
The duct work should be carried out in a manner and at such time as not to hinder
or delay the work of the other agencies especially the boxing or false ceiling
contractors.
4.13
Duct passing through brick or masonry, wooden frame work shall be provided within
the opening. Crossing duct shall have heavy flanges, collars on each side of wooden
frame to make the duct leak proof.
158
5.
Access panel
5.1
A hinged and gasketed access panel measuring at least 450 mm x 450 mm shall be
provided on duct work before each reheat coil and at each control device that
may be located inside the duct work.
6.
Miscellaneous
6.1
All duct work joints are to be true right angle and with all sharp edges removed.
6.2
Sponge rubber gaskets also to be provided behind the flange of all grilles.
6.3
Each shoot from the duct, leading to a grille, shall be provided with an air deflector
to divert the air into the grille through the shoot.
6.4
Diverting vanes must be provided at the bends exceeding 600 mm and at
branches connected into the main duct without a neck.
6.5
Proper hangers and supports should be provided to hold the duct rigidly, to keep
them straight and to avoid vibrations. Additional supports are to be provided where
required for rigidity or as directed by Engineer-In-Charge.
6.6
The ducts should be routed directly with a minimum of directional change.
6.7
The duct work shall be provided with additional supports/hangers, wherever required
or as directed by the Engineer-In-Charge, at no extra cost.
6.1
All angle iron flanges to be welded electrically and holes to be drilled.
6.9
All the angle iron flanges to be connected to the GSS ducts by rivets at 100 mm
centres.
6.10
All the flanged joints, to have a sponge rubber packing stuck to the flanges with
suitable adhesive.
6.11
The G.S.S. ducts should be lapped 6 mm across the flanges.
6.12
The ducts should be supported by approved type supports at a distance not
exceeding 2.0 metres.
7.
Kitchen Ducts
7.1
All ducts in kitchen shall be fabricated from Mild Cold rolled steel (M.S.) sheets and
fabricated ducts with M.S. Sheets.
7.2
The thickness of the M.S. Sheets shall be same as for G.I. Sheets given earlier.
8.
Painting
8.1
All M.S. ducts supports, hangers, rods etc shall be given two coats of red oxide
primer.
8.2
All G.I. ducts not concealed in false ceiling shall be given two coats of synthetic
enamel paint of appropriate type in approved colors.
159
8.3
The surface to be painted shall be thoroughly cleaned by metal wire brush before
applying paint.
8.4
The second coat shall be applied only after the first coat has dried completely.
9.
Testing
9.1
After completion, all duct system shall be tested for air leakage.
9.2
The entire air distribution system shall be balanced to supply the air quantity as
required in various areas and the final tabulation of air quantity through each
outlet shall be submitted to the Engineer-In-Charge for approval.
9.2
Smoke testing of ducts shall be carried wherever specified.
********
160
Section-14
Duct Accessories
1.
General
1.1
The various types of air dampers, duct accessories and grilles and outlets shall
conform to the following specifications.
2.
Duct Dampers
2.1
Volume Control Dampers
2.1.1
The air volume control dampers shall be suitable for either manual and automatic
control. The design shall permit accurate modulation in air flow air proportional to
the opening or closing of the damper blades.
2.1.2
These dampers should provide tight shutoff of air flow. In closed position the air
leakage should be between 3% to 5% of design airflow.
2.1.3
The damper shall be complete with an outer frame of 1.2 mm (18 Ga) G.I. sheet.
The blades shall be fabricated from folded sheets of 1.2 mm (18 Ga) G.I. sheets. The
blade shall be mounted on bush or nylon bearing for smooth operation.
2.1.4
The operation of the opposing blade shall be controlled either by a gear from or
alternate linkage.
2.1.5
A suitable linkage shall be available for connecting an actuator for automatic
operation.
2.1.6
The damper actuator should be selected with sufficient torque to suit the damper
size.
2.2
Splitter Dampers
2.2.1
Splitter type volume control damper shall be provided at the junction of each branch
duct, with main duct and dampers shall be two gauges heavier than the gauge of the
large duct and shall be rigid in construction.
2.2.2
The dampers shall be of an approved type, lever operated and complete with
locking devices which will permit the dampers to be adjusted and locked in any
positions and clearly indicating the damper position.
2.2.3
The dampers shall be of splitter, butterfly or louver type. The damper blade shall
not be less than 1.20 mm (18) Gauge, reinforced with 25 mm - 3 mm thick angle
along any unsupported side longer than 250 mm. Angles shall not interfere with
the operation of dampers, nor cause any turbulence.
2.3
Fresh air Dampers
2.3.1
The fresh air damper shall be fabricated as per specifications in Para 2.2 above.
2.3.2
In additional it shall be provided with fly mesh screen on the outside and wire mesh
air filter on the inside.
161
2.3.3
A brass quadrent shall be provided to lock the damper at a desired point.
3.
Automatics Fire Damper
3.1
Fire Dampers (Motorised)
3.2.1
All supply and return air ducts shall be provided with approved make fire and smoke
dampers of atleast 90 minutes fire rating certified by CBRI Roorkee as per UL 555 :
1973.
3.2.2
The damper blades & outer frame shall be formed of 2.5 mm galvanised sheet steel.
The damper blade shall be pivoted on both ends using chrome plated spindles of self
lubricated bronze bushes. Stop seals will be provided on top and bottom of the
damper housing made of 16G galvanised sheet steel. For preventing smoke leakage
side seals will be provided.
In normal position damper blade shall be held in open position with the help of a
220V operated motorised actuator, thereby providing maximum air passage without
creating any noise or chatter.
3.2.3
The damper shall be actuated through electric actuator. The actuator shall be
energized with the help of a signal from smoke detector. Smoke detector shall also
be either provided by A/C contractor or Fire Fighting agencies. The Fire Damper shall
be provided with micro switches with bakelite base to stop fan motor in the event of
damper closure. The reopening of damper shall be manual.
3.2.4
The Fire Dampers shall be mounted in fire rated wall with a duct sleeve 600 mm
long. The sleeve shall be factory fitted on fire damper. The joints at sleeve end shall
be Slip on type minimum thickness of GI sheet shall be 18 G.
3.2.5
The damper shall be installed in accordance with the installation method
recommended by the manufacturer.
3.2
Fire Damper (Solenoid Operated)
3.2.1
The solenoid operated fire damper shall be similar in construction and installed as
per details given in 2.1 (Motorized fire damper) except for the following.
3.2.2
These damper shall be equipped with a suitable spring for closing the damper and
an electric solenoid assembly for keeping the damper open.
3.2.3
In normal position the damper shall be kept open by the plunger attached to the
solenoid assembly.
3.2.4
On receiving a signal from the fire panel or a smoke detector, the solenoid will be
activated and which in turn will pull back the plunger, so that the damper gets closed
by the force of the spring.
3.2.5
4.
After the danger has passed the damper will be opened again manually.
Standard Grilles
4.1
The supply and return air grilles shall be fabricated from extruded aluminium
sections. The supply air grilles shall have single/double louvers. The front horizontal
louvers shall be of extruded section, fixed/adjustable type. The rear vertical louvers
where required shall of aluminium extruded sections and adjustable type. The return
162
air grille shall have single horizontal extruded section fixed louvers. The grilles shall
have an outer frame on all four sides.
4.2
The damper blades shall also be of extruded aluminium sections. The grille flange
shall be fabricated out of aluminium extruded section. Grilles longer than 450 mm
shall have intermediate supports for the horizontal louvers.
5.
Diffusers
5.1
The ceiling type square diffusers shall be of aluminium extruded sections with flush
face with fixed pattern and neck. The diffusers shall be provided with blank plate
suitable of grid ceiling (T-Bar) of size 600 mm x 600 mm.
5.2
All supply diffusers shall be provided with extruded aluminium dampers, with
arrangement for adjustment from the bottom, Acoustically lined G.I. plenum,
perforated diffusion plate and circular spigot.
5.3
The slot diffusers shall be of aluminium extruded sections with diffusion plate and
sliding damper. It shall be provided with acoustically lined G.I. plenum box with
circular spigot.
6.
Linear Diffusers/Grilles
6.1
The linear diffusers/grilles shall be fabricated from Aluminium extruded sections.
6.2
The diffusion blades shall be extruded, flush mounted type with single or double
direction air flow.
6.3
The frame shall be of aluminium extruded section and shall hold the louvers tightly in
fixed position. The frame shall be provided on all four sides.
6.4
The dampers as described under grilles shall be provided wherever specified.
7.
Perforated Diffusers
7.1
The perforated diffusers shall be fabricated from aluminium sheet.
7.2
The sheet shall have uniform perforations to allow minimum 50% free area.
7.3
The supply air diffusers shall be provided with fully adjustable air pattern deflectors.
7.4
The frame shall be of extruded aluminium sections with blanking plate bonded to
frame for grid ceiling (T-bar) application.
8. Nozzle Diffusers
8.1
The nozzle type diffusers shall be fabricated from heavy gauges aluminium sheet.
8.2
The base shall be fixed type.
8.3
The nozzle shall be of volute design with the spout diameter being half the base dia.
and designed for low noise and long through.
8.4
The nozzle shall be able to rotate to any angle within the base.
163
8.5
The whole assembly shall be powder coated in suitable colour.
9.
DP Grilles
9.1
The DP grilles used for Displacement Ventilation shall be fabricated for 18 ga (2.20
mm) M.S. sheets and frame.
9.2
There will be an inner and outer sheet with 3 to 4 m perforation providing a
minimum of 60% free area.
9.3
A suitable connection shall be provided for air inlet into the diffuser.
9.4
The damper for the return grille will be integral part of the grille.
9.5
In case of rectangular grilles, a separation butterfly damper of 18 ga (2.20 mm)
aluminium shall be provided.
10.
Exhaust Grilles
10.1
The exhaust grilles shall be fabricated from aluminium extruded sections.
10.2
The exhaust grilles shall be horizontal fixed bar grilles with 150 blade inclination.
11.
Exhaust / Fresh Air Louvres
11.1
The louvres shall be fabricated from aluminium extruded sections.
11.2
The blades shall be extruded flush mounted type with single horizontal throw.
11.3
The frame shall be of aluminium extruded section and shall hold the louvers tightly in
fixed position.
12.
Painting and Vision Barrier
12.1
All grilles, and diffusers shall be powder coated, before installation, in approved
colour.
12.2
All ducts immediately behind the grilles/diffusers etc. are to be given two coats of
black paint in matt finish.
12.3
The return air and dummy portion of all linear grilles shall be provided with a
vision barrier made of 24 gauge galvanised sheets. The vision barrier shall be fixed to
the false ceiling frame with self tapping screws and shall be given two coats of black
paint in matt finish. Care shall be taken to ensure that the return air path is not
obstructed.
*********
164
Section-15
1.
Pipe Works
(All Capacity)
General
All piping work shall conform to quality standards and shall be carried out as per
specifications and details given hereunder & shall follow the applicable on relevant
Indian standards.
2.
Pipes
2.1
Pipe sizes indicated on the drawing are for contractors guidance only and shall not
relieve contractor of responsibility for providing smooth noiseless balanced circulation o
f fluids.
2.2
All pipes upto 150 mm dia. shall be M.S. E.R.W tube (black steel) heavy class as per
I.S. 1239-79, Part-I with amendment-I of January ‘81.
2.3
All pipes 200 mm dia. and above shall be M.S. ER.W. Tube (black steel) as per I.S.
3589. The wall thickness shall be minimum 6mm upto 400 mm dia.
2.4
All pipes 450 mm dia. and above shall be M.S. ER.W. Tube (black steel) as per I.S.
3589. The wall thickness shall be minimum 8mm dia.
3.
Fittings
3.1
The dimensions of the fittings shall conform to I.S.1239/69 Part-II unless otherwise
indicated, in the specifications.
3.2
All bends in sizes upto and including 150 mm dia. shall be readymade of heavy duty,
wrought steel of appropriate class.
3.3
All bends in sizes 200 mm and larger dia. shall be fabricated from pipes of the same dia.
and thickness, with a minimum of 4 sections, and having a minimum centre line radius
of 1.5 diameters of pipes.
3.4
All fittings such as branches reducers etc. in all sizes shall be fabricated from pipes of
the same Dia. and thickness, and its length should be at least twice the dia. of the pipe.
3.5
The branches may be Butt welded straight to the main line, without making a separate
fitting, where specified on drawings or required by Engineer-In-Charge.
3.6
Blank ends are to be formed with flanged joints and 6 mm thick blank insertion of
rubber gasket between flange pair for 150 mm and over. In case where, a future
extension is to be made otherwise blank end discs of 6 mm thickness are to be welded
on, with additional cross stiffeners from 50 mm x 50 mm M.S. Heavy angles, for sizes
upto 350 mm dia. All ends larger than 400 mm dia. shall have dished ends of 10mm
thickness.
4.
Flanges
4.1
All flanges shall be of mild steel as per I.S. 6392/71 and shall be steel slip-on-type,
welded to the pipes, flange thickness shall be as per BS10.
4.2
Flanges may be tack welded into position, but all final welding shall be done with joints
dismounted. 3 mm thick gaskets shall be used with all flanged joints. The gasket shall
165
be fibre reinforced rubber as approved by the Engineer-In-Charge. Special adhesive
compound shall be used between flanges of steam, air and gas lines.
4.3
Flanges shall be used as follows:-
4.3.1
Counter flanges for equipment having flanged connections.
4.3.2
Flanged pairs shall be used on all such equipment, which may require be isolating or
removing for service e.g. pumps, refrigeration machines, air handling units etc.
4.3.3
All threaded valves shall be provided with nipples and flanged pairs on both sides to
permit flange connections, for removal of valves from main lines for repair/replacement.
5.
Valves
5.1
Butterfly Valves (Manual/Motorized)
5.1.1
The butterfly valve shall consist of cast iron body preferably in two piece construction.
5.1.2
The disc shall consist of disc pivot and driving stem shall be in one piece centrally
located.
5.1.3
The valve seat shall be synthetic material suitable for water duty. It shall line the whole
body.
5.1.4
The disc should move in slide bearings on both ends with ‘o’ ring to prevent leakage.
5.1.5
The handle should have arrangement for locking in any set position.
5.1.6
The valve should be suitable for min. 10 Kg/cm2 working pressure.
5.1.7
The actuators of motorized butterfly valve shall be BMS compatible.
5.2.
Ball Valves
5.2.1
All Valves 40 mm dia. and below shall be of Gun Metal Ball type Valves with (FPT)
female threads conforming to class 2 of IS 778 and mating flanges fitting.
5.2.2
The water valves on inlet line shall be of gun metal ball type with integral water
strainers, having BSP (FPT) inlet and flare type mpt outlet connection.
5.2.3
5.3.
All Ball valves shall be ISI Marked.
Balancing Valves
5.3.1
The balancing valves upto 80 mm Dia. shall be of gunmetal screwed type conforming to
BS 5154 or equivalent specifications.
5.3.2
The valve shall be cast gunmetal ASTM B-62 and complete with non rising spindle. PTFE
disc seal cast metal hand wheel.
5.3.3
The port opening shall permit precise regulation of flow rate, by accurately measuring
the pressure drop across the port.
5.3.4
The valve shall be completed with two ports for connections to a mercury manometer,
to measure the pressure drop, as well as a drain port.
166
5.3.5
The spindle shall have a shielded screw to set the flow at the desired level.
5.3.6
This valve shall be used wherever specified.
5.4.
Duel Plate Check Valves
5.4.1
The body of the check valve shall be made from a single piece casting in cylindrical
shape.
5.4.2
There shall be two plate, which shall be hinged in the centre of the circle. Both plates
shall be have springs attached to them for assisting in closing action of the valve.
5.4.3
There shall be properly/designed metal to metal seal between the plates and the outer
body, to ensure non leaking sealing.
5.4.4
The valve design shall confirm to API 594 or equivalent specifications.
5.5
Fan Coil Unit Valve (FCU)
5.5.1
The FCU valves shall be ball type with gunmetal body and stainless stell ball designed
for tight shut off.
5.5.2
The water inlet valve shall be complete with an integral water strainer basket of
stainless steel and have FPT (BSP) connection.
5.5.3
The valve on the outlet will be similar but without strainer and have MPT flare type
connection.
5.6
Miscellaneous valves
5.6.1
All drain valves shall be of gunmetal gate type with a hose union connection on one
end.
5.6.2
All gauge cocks shall be a gun metal plug type with siphon (brass chrome plated)
5.6.3
All gate valves for drain pipe shall be of Gun Metal Screwed type with (FPT) female
threads conforming to class 2 of IS 778.
5.6.4
All gate valves shall be ISI Marked.
6.
Suction Guide with strainer
6.1
Suction guide shall be installed at the inlet of each pump. It should have cost iron body
outlet guide vane removable stainless steel strainer and fine mesh brass start up filters.
6.2
The contractor shall inspect the strainer prior to start of pumps and shall remove the
fine mesh brass strainer and then start the strainer after short running period.
6.3
Space should be provided for easy removal of strainer and for connection of blow down
valve.
167
7.
Test Points
7.1
A test point shall be installed at the inlet and outlet of each pump and balancing valve
and heat exchanging equipment like chiller, boiler, condenser, cooling tower, water
cooling coil, AHUs etc.
7.2 The test point shall be of brass construction (6 mm) ¼” BSP with neoprene sealing
bushes and shall be provided with screwed cover.
8.
Jointing
8.1
8.2
8.3
All pipe lines shall be welded type.
Square cut plain ends will be welded for pipes up to and including 100 mm Dia.
All pipes 125 mm Dia. or larger will be beveled by 35 deg. before welding.
9.
9.1
Rubber expansion joints
Rubber expansion joints shall be single /double unfilled arch and integral rubber flanges
with SRR and control unit assembly as per BS 10 Table D.
Design pressure shall not be less than 16 kg/cm2.
Hydro-test pressure and temperature shall be 16 kg/ cm2 and -200 C to 1050 C max.
respectively.
Stainless Steel joints
Stainless steel metallic braided bellow for pipe lines shall be with MS fixed flanges on
both sides drilled as per BS 10 Table D.
9.2
9.3
10
10.1
10.2
Design pressure shall not be less than 7 kg/cm2.
10.3
Hydro-test pressure and temperature shall be 16 kg/ cm2 and -20 0C to 200 0C max.
respectively.
11
11.1
Pipe Supports/Hangers
Pipe supports shall be provided and installed for all piping wherever indicated, required
or otherwise specified. Wherever necessary, additional hangers and supports shall be
provided to prevent vibration or excessive deflection of piping and tubing.
11.2
Insulated piping shall be supported in such a manner as not to put undue pressure on
the insulation, cause condensation. The pipe supports or Saddles shall be of Rock wool,
factory fabricated to suit pipe sizes.
11.3
Hangers shall be supported from structural steel, concrete inserts & pipe racks, as
specifically approved.
11.4
No hangers shall be secured to underside of light weight roof decking and light
weight floor glass.
11.5
Mechanical equipment shall be suspended midway between steel joints and panel
points.
11.6
Drilling or punching of holes in steel joint members will not be permitted.
168
11.7
Pipe Supports shall be as under:
Pipe size
Horizontal ceiling support
Vertical (Shaft) All support
shall be made with the RCC
structure
20 to 50 mm
MS angle of 40x40x6mm with MS angle of 40x40x6mm with U
8mm dia. rod with fastner
clamp and fastner on floor/beam
65 to 100mm
MS angle of 50x50x6mm with MS angle of 50x50x6mm with U
10mm dia rod with fastner
clamp and fastner on floor/beam
125 to 250mm
MS channel of 100x50x6mm MS channel of 150x75x6mm with U
with 12mm dia rod with clamp and fastner on floor/beam
fastner
300 and above
MS channel of 150x75x6mm MS channel of 150x75x6mm with
with 40x40x6mm MS angle U
clamp
and
fastner
on
support welded with plate of floor/beam
150x150x6mm fastned to the
ceiling.
11.8
Floor mounted pipe support in plant room
The pipe supported from the floor shall be as follows with C channel / IS MC min.
200mmx75mmx6mm to accommodate 2 Nos. of pipes. For more than 2 pipes it shall be
with ‘  ’ section girder of 300 mm size and above to suit site conditions.
Pipe size
100 to 200 mm
Above 200mm
Pipe support (‘A’Class) Ht. Pipe support (A’ class) Ht of
of support upto 3.5 m.
support above 3.5M
80mm
100mm
100mm
125mm
11.8.1 Pipe supports shall be adjustable for height and prime coated with rust preventive
paint & finish coated with black paint using approved grade of paint.
11.9
The spacing of pipe supports shall not be more than that specified below :Nominal pipe size mm
15
20 & 25
32,30,50 & 65
80,100 & 125
150 & Above
Spacing (Metres)
...
...
1.25
...
...
2.00
...
...
2.50
...
...
2.50
...
...
3.00
11.9.1 Extra supports shall be provided at the bends and at heavy fittings like valves to avoid
undue stresses on the pipes. Pipe hangers shall be fixed on wall and ceiling by
means of approved metallic dash fasteners.
12.
Sleeves
12.1
Where pipes pass through floors, walls, etc. provide Galvanized steel pipe sleeves 50
mm larger than outside diameter of pipe. Where pipes are insulated, sleeves shall be
large enough to provide ample clearance for insulation.
169
12.2
12.3
Where pipes pass through outside walls or foundations, the space between pipe and
sleeve shall be filled with rock wool covered with GI sheet.
The centre of pipes shall be in the centre of sleeves, and sleeves shall be flushed with
the finished surface.
13.
Miscellaneous
13.1
All pipe work shall be provided as required to make the apparatus connected
complete and ready for regular and safe operation. Unless otherwise noted, connect
apparatus and equipment in accordance with manufacturer’s standard details, as
approved by Engineer-In-Charge.
13.2
Valves and capped connections for all low points in piping system shall be provided
where necessary or required for draining systems, Isolating valves & Drain valves
shall be provided in all risers to permit repairs without interfering with the rest of the
system.
13.3
During construction, temporarily close, open ends of pipes with sheet metal caps,
where necessary, or required to prevent debris from entering the piping system.
13.4 Piping shall be supported independent of all equipment, so that the equipment is not
stressed by the piping weight or expansion.
13.5
All hangers and supports shall be made of steel or other durable and non-combustible
materials, duly painted with rust proof primer. Wood, wire or perforated strap iron
shall not be used as permanent hangers or supports.
13.6
To facilitate the maintenance, repair and replacement:
13.6.1 Provide shut-off valves where indicated and for individual equipment /units at inlet
and outlet, to permit unit removal for repairs, without interfering with the remainder
of the system. Additional shut-off valves shall be provided as required to enable all
systems to be fully sectionalized. By-pass and stop valves shall be provided for all
automatic control valves as specified.
13.6.2 Arrange piping for maximum accessibility for maintenance and repair, locate valves
for easy access and operation. No valves shall be installed with handles pointing
down, unless unavoidable.
13.6.3 Cut the pipes accurately according to measurements, established at building site &
work into place without springing or forging.
13.7
Where pipes are to be buried under ground, they should be coated with one coat of
bituminous paint. The top of the pipes shall not be less that 75 cm. from the ground
level. Where this is not practical, permission of Engineer-In-Charge shall be obtained
for burying the pipes at lesser depth. The pipes shall be surrounded on all sides by
sand cushions of not less than 15 cm. After the pipes have been laid and top sand
cushions provided, the trench shall be refilled with the excavated soil, excess soil
shall be removed from the site of work by the contractor.
170
14.
Arrangement and alignment of piping
14.1
All piping shall be arranged and aligned in accordance with the drawings as specified.
Where special conditions are encountered in the field, the arrangement and alignment
of piping shall be as directed by the Engineer-In-Charge.
14.2
The piping shall be installed in a uniform manner, parallel or perpendicular to walls or
ceilings, and all changes in directions shall be made with fittings. The horizontal
piping shall be run at right angles and shall not run diagonally across rooms or other
piping. Wherever possible all piping shall be arranged to provide maximum head
room.
14.3
All piping shall be installed as directly as possible between connecting points in so far
as the work of other trades permits. Where interference occurs with another trade,
whose work is more difficult to route, this contractor shall reroute his pipes as
required to avoid interference, at the discretion of the Engineer-In-Charge.
14.4
All piping shall be carefully installed to
expansion.
14.5
The stresses in pipe lines shall be guided and pipes shall be supported in such a
manner that pipe lines shall not creep, sag or buckle.
14.6
Anchors and supports
misalignment of piping.
14.7
Small tubing gauges, controls or other equipment installed on any apparatus, shall not
be coiled nor be excessive in length, but shall be installed neatly, carefully, bent at all
changes in direction, secured in place and properly fastened to equipment at
intervals to prevent sagging.
14.8
The piping shall be grouped wherever practical and shall be installed uniformly in
straight parallel lines in either vertical or horizontal positions.
15.
Testing
15.1
In general, tests shall be applied to piping before connection of equipment and
appliances. In no case shall the piping, equipment or appliances be subjected to
pressures exceeding their test ratings.
15.2
The tests shall be completed and approved before any insulation is applied. Testing of
segments of pipe work will be permitted, provided all open ends are first closed, by
blankoffs or flanges.
15.3
After tests have been completed the system shall be drained and flushed 3 to 4 times
and cleaned of all dust and foreign matter. All strainers, valves and fittings shall be
cleaned of all dirt, fillings and debris.
15.4
All piping shall be tested to hydraulic test pressure of at least one and half times the
maximum operating pressure but not less than 10 kg/cm2 for a period of not less
than 72 hours. All leaks and defects in the joints revealed during the testing shall be
rectified to the satisfaction of the Engineer-In-Charge, without any extra cost.
15.5
All the piping systems shall be tested in the presence of the Engineer-In-Charge or
their authorized representative. Advance notice of test dates shall be given and all
shall
provide for
proper alignment, slope and
be provided wherever necessary to prevent any
171
equipments, labour, materials required for inspection, and repairs during the test
shall be provided by the contractor. A test shall be repeated till the entire systems
are found to be satisfactory to the above authority. The tests shall be carried out for
a part of work if required by Engineer-In-Charge, in order to avoid hindrance in the
work of the insulation contractor.
15.6
Miscellaneous piping, tests with air at 10.5 kg/cm2 for a minimum of 24 hours without
drop in pressure.
15.7
The contractor shall make sure that proper noiseless circulation is achieved through
all piping systems. If due to poor bond, proper circulation is not achieved, the
contractor shall bear all expenses for carrying out the rectification work including
finishing of floors, walls and ceiling damaged in the process of rectifications.
15.8
The contractor shall provide all labours and materials to make provision for removing
water and throwing it at the proper place, during the testing or/and after the testing
to avoid damages to employer or other contractors' properties. Any damages caused
by the contractor to the employer or other contractors’ properties, shall be borne by
the contractor.
16.
Copper Piping
16.1
Heavy gauge soft copper tubing, shall be used to make connections to equipment,
wherever required or specified by Engineer-In-Charge.
16.2
Flare fittings e.g. Flare nuts, tees, elbows, reducers etc. shall all be of gunmetal.
17.
Drain Piping
17.1
The drain piping shall be medium class galvanized steel as per IS 1239/1979.
17.2
17.3
17.4
17.5
The fittings shall be of ‘R’ brand or equal forged with screwed connections.
The gate valves shall be of gun metal as described earlier.
Pipe crosses shall be provided at bends, to permit easy cleaning of drain line.
The drain line shall be provided up to the nearest floor trap and pitched towards the
trap.
17.6
Drain lines shall be provided at all the lowest points in the system, as well as at
equipments, where leakage of water is likely to occur, or to remove condensate and
water from pump glands.
18.
Painting
18.1
All pipes supports, hangers, etc., shall be given two coats of red oxide primer.
18.2
All pipes, which are not to be insulated, shall then be given two coat of finish paint, of
a type and colour, as approved by the Engineer-In-Charge.
********
172
Section-16
1.
Insulation
Cooling and Heating
General
The Insulation of water piping, air handling units, ducting, floor
carried out as per specifications given below :
2.
etc., shall
be
Materials
The materials to be used for insulation shall be as follows, unless some other
material is specifically mentioned elsewhere. The detailed specifications of the
materials are listed under respective sub heads.
2.1
Chilled water pipe insulation
i)
ii)
iii)
Type-1
Type-2
Type-3
:
:
:
Rigid Polyurethane Foam (PUF)
Closed Cell Elastomeric Insulation (CCE)
Expanded Polystyrene (Fire Retardant (EP)
2.2
2.3
2.4
Hot water Pipe Insulation
Drain Pipe Insulation
Duct Insulation
2.5
Acoustic Insulation
:
:
:
:
:
2.6
2.7
Equipment Insulation
Floor Insulation
:
:
Rigid Rock Wool pipe sections.
Closed Cell Elastomeric Insulation (CCE)
Type-I : Cross linked polyethelane insulation
Type-II : Resin Bonded Fibre glass
Thermally Bonded non woven Polystyrene
fabric (Mikron)
S.E. Expanded Polystyrene (EP).
Closed Cell elastomeric insulation
3.
Pipe Insulation
3.1
Chilled Water Pipe Insulation (Type-I ) (PUF)
3.1.1
The insulation for chilled water piping shall be carried out from rigid polyurethane
foam having a ‘K’ value of 0.018 W/mk at mean temperature of 10ºC and a density
of 27.2 to 39.9 kgs/cubm. The material shall be factory faced on one side with
aluminium foil on the outside, reinforced with kraft paper and fused to the insulation
material. The aluminium foil shall be extended by a minimum of 50 mm on one side
of the pipe section along the length to seal all longitudinal joints.
The aluminium foil facing shall be replaced with kraft paper facing wherever the pipe
is to be covered with tar felt.
3.1.2
The thickness of the insulation for chilled water pipes shall be 30mm upto 250mm
dia. and shall be 50mm for pipes above 300mm dia.
3.1.3
Preformed piped sections shall be used for pipes upto and including 350mm dia.
3.1.4
Pipes above 350mm dia. shall be insulated with insulation slabs cut in mitred
sections.
3.2
Chilled Water Pipe Insulation (Type-II ) (CCE)
3.2.1
The insulation for chilled water piping shall be carried out from flexible pipe
sections/sheets of closed cell elastomeric insulation having a ‘K’ valve of 0.037
W/mK at a mean temperature of 20C and a minimum density of 55 Kg./cubm.
173
3.2.2
The thickness of insulation shall be 19 mm upto 80 mm dia. and 25 mm sheets
above 80 mm dia. pipes.
3.3
Chilled Water Pipe Insulation (Type-III) (EP)
3.3.1
The insulation for chilled water pipes shall be carried out with rigid preformed
sections of TF quality expanded polystyrene having a K valve of 0.034 W/mk at mean
temperature of 10C and a density not less than 32 Kg./Cum.
3.3.2
The thickness of insulation shall be as follows :
Pipe Dia. (mm)
Insulation Thickness (mm)
12 to 200
50
Above 200
75
3.3.3
Preformed piped sections shall be used for pipes upto and including 350mm dia.
3.3.4
Pipes above 350mm dia. shall be insulated with insulation slabs cut in mitred
sections.
3.4
Hot Water Piping
3.4.1
The material for hot water piping shall be rigid Rock wool sections having K valve of
0.052 w/mk at mean temperature of 100oC and a density of 144 Kg./m3.
3.4.2
The thickness of insulation section shall be 25 mm (for all dia. pipes).
4.
Drain Pipe Insulation
4.1 The material for insulation of drain pipes shall be pipe sections of flexible closed cell
elastomeric insulation having a 'K' valve of 0.037 W/mk at a mean temperature of 20C
and a minimum density of 55 Kg./cubm.
4.2
The thickness of insulation shall be 6 mm.
4.3
The joint shall be properly sealed with synthetic glue to ensure proper bonding of
the ends.
5
5.1
Duct Insulation
Nitrile Rubber (Type-I)
5.1.1
The materials for duct insulation shall be sheets of cross linked polyethylene
insulation. The density of insulation shall not be less than 28±4 kg/cubm and
material shall be in the form of sheets of uniform thickness. The ‘K’ value at 20o
C. shall not be less than 0.037 W/mK.
5.1.2
The thickness of duct insulation shall be as follows :
a.
b.
Duct in conditioned space
Duct in unconditioned space
:
:
13 mm thick
25 mm thick
174
5.2
5.2.1
Fibre glass Insulation (Type II)
The meter for duct insulation shall be aluminium faced fiberglass blankets. The
density of the blanket shall not be less then 24 kg./cubm and the material shall be in
the form of blankets rollers of uniform thickness. The K valve of fiberglass blanket at
20oC shall not be less then 0.033 W/mk.
5.2.2
The thickness of duct insulation shall be as follows :
a.
b.
6
6.1
Duct in conditioned spaces
Duct in unconditioned spaces
: 25 mm
: 40 mm
Acoustic Treatment
The material for acoustic treatment of ducts, rooms, roofs etc. shall be thermally
bonded non-woven polyester fibre wadding. The density of polyester fibre shall be 1000
gsm (gms per m2) for 50 mm thickness or 750 gsm for 25 mm thickness and the
material shall be in the form of blankets of uniform density. The ‘k’ value at 10oC
shall not be less than 0.0417 W/mk for 1000 gsm and 0.033 W/mk for 750 gsm. Facing
shall be provided with 0.5 mm perforated aluminium sheet held in place by self
adhesive stick pins and screwed at the edge to G.I. box section.
6.2
The thickness of insulation shall be as follow unless otherwise specified elsewhere :
a.
b.
Duct Acoustic Lining
Room Acoustic Treatment
: 25 mm
: 50 mm
7.
Floor Insulation
7.1
The material of insulation shall be closed cell elastomeric insulation having a K-value
less than 0.039 W/mk K at a temp. of 30o C. Water vapour permeability (Moisture
resistance factor) shall be greater than 400.
7.2
The insulation shall have fire performance of class 1 of BS476 Part – 7.
7.3
The thickness of the insulation shall 15 mm.
8.
Other Materials
8.1
Cold Adhesive Compound
8.1.1
The Cold adhesive compound for pipe insulation shall be synthetic glue with glue thinner as
per insulation supplier recommendations.
8.1.2
The adhesive compound for floor insulation shall be synthetic adhesive SR 998 of pidilite.
8.2
Tar Felt
8.2.1
The Tar felt used for water proofing shall conform to IS: 1322 Type 3 Grade I.
9.
Installation
9.1
Chilled Water Piping (PUF)
9.1.1
The pipe shall be thoroughly cleaned with a wire brush and rendered free from all
rust and grease.
175
9.1.2
The pipes shall be given a coat of red oxide primer.
9.1.3
Two Coats of synthetic glue shall be applied on the cleaned pipe surface.
9.1.4
The preformed sections of insulation shall be fixed tightly to the surface to
take care to seal all joints.
9.1.5
All joints along the circumference of the pipe sections shall be sealed with 50
mm wide aluminium faced adhesive tape.
9.1.6
All longitudinal joints shall be further sealed with 50mm wide aluminium faced
adhesive tape.
9.1.7
Insulation on pipes and valves in the plant room shall be covered with 0.5 mm
aluminium sheet cladding.
9.1.8
The insulation on pipes running under ground or exposed to atmosphere shall be
finished with 19mm/24 Gauge wire mesh, two layers of water proof cement plaster
of 6mm thickness each and finally finished with water proof tar felt fixed with hot
bitumen.
9.2 Chilled water piping Insulation (CCE)
9.2.1
The pipe shall be thoroughly cleaned with a wire brush and rendered free from all rust
and grease.
9.2.2
The pipes shall be given a coat of red oxide primer.
9.2.3
Two coats of synthetic glue shall be applied on the cleaned pipe surface.
9.2.4
The preformed sections of insulation shall be fixed tightly to the surface to take care
to seal all joints.
9.2.5
All longitudinal joints and circumferential joints shall be sealed with synthetic glue.
9.2.6
Insulation on pipe and valves in the AHU rooms shall be covered with protective
coating as recommended by the insulation manufacturer.
9.3
Chilled water piping (EP)
9.3.1
Pipes shall be thoroughly cleaned with wire brush and rendered free from all foreign
matter and grease.
9.3.2
One coat of zinc chromate primer and two coats of CPRX compound shall be applied on
the pipe.
9.3.3
Expanded polystyrene rigid section shall be tightly fixed to the surface. All joints to be
sealed properly with CPRX compound. Then cover the section with a layer of polythene
vapour barrier and 0.63 mm chicken wire mesh.
176
9.3.4
The Insulated surface shall be finished with two layers of 12 mm thick in thick sand
cement plaster in 1:4 Ratio. Cure the plaster for 48 Hours.
9.4
Hot water Piping (Rock wool)
9.4.1
The Pipes shall be thoroughly cleaned with wire brush and rendered free from all
foreign matter and grease.
9.4.2
One coat of cold adhesive compound MAS 83 shall be applied on the pipe.
9.4.3
Then rigid pipe sections of Rockwood shall be fixed.
9.4.4
The pipe section shall be laminated with water repellant grade aluminium foil.
9.4.5
Then all horizontal and vertical joints shall be sealed with 75 mm wide aluminium tape
and covered with 0.63 mm thick 20 x 20 mm wire mesh.
9.4.6
The insulated surface shall be finished with two 12 mm layers of sand/cement plaster in
1:4 Ratio. Cure the plaster for 48 Hours.
9.5
Drain Piping
9.5.1
The pipe shall be thoroughly cleaned with a wire brush and rendered free from all
rust and grease.
9.5.2
Then preformed sleeves of 6 mm thick insulation shall be slipped on the pipe.
9.5.3
All joints shall be insulated with sleeves cut in two sections and fixed to the
pipes with cold adhesive compound.
9.5.4
All joints shall be covered with 3 mm x 50 mm PVC self adhesive tape.
9.6
Floor Insulation
9.6.1
The floor surface shall be cleaned to remove all grease, oil, dirt, etc. prior to
carrying out insulation work.
9.6.2
Material shall be fixed under compression and no stretching of material shall
be permitted.
9.6.3
A thin layer of synthetic adhesive SR 998 of pidilite make shall be applied on the
back of the insulating material sheet and then on to the floor surface.
9.6.4
When the adhesive is tack dry insulating material sheet shall be placed in position
and pressed firmly to achieve good bond.
177
9.6.5
The joints shall be finally covered with self adhesive PVC tape.
9.7
Ducting
9.7.1
The surface shall be cleaned with a wire brush and make it free from rust and oil.
9.7.2
Then apply two coats of synthetic glue to the surface.
9.7.3
The duct shall be wrapped with insulation sheets of the thickness mentioned above.
9.7.4
The joints shall be sealed with synthetic glue to form a seamless bond. The duct
joints shall be additionally covered with a 150mm strip of insulation material.
9.8
Duct Acoustic Lining
9.8.1
The duct surface shall first be cleaned from inside.
9.8.2
Then a frame of 25 mm square sections, made of 18 Ga (1.2 mm) thick G.I. sheet
should be fixed on both ends of the duct piece.
9.8.3
The insulation blankets/slab should be fixed between these sections of ducts using
adhesive compound and self adhesive stick pins.
9.8.4
The insulation shall the be covered with RP tissue, sealing all joint so that no fibre is
visible.
9.8.5
The insulation shall then be covered with 0.5 mm thick perforated aluminium sheets.
9.8.6
The sheet of insulation shall be secured to the duct by means of stick pins as
mentioned above.
9.8.7
The spacing between two STICK PINS shall not be more then 250 mm vertically or
horizontally and 400 mm diagonally.
9.9
9.9.1
Room Acoustic
G.I. channels of 40 mm x 50 mm shall be fixed at 0.5 meter interval longitudinally,
then cross battens shall be fixed at 1.0 meter centre using suitable gutties, and brass
screws.
9.9.2
Then each rectangle shall be filled with 50 mm non woven polystyrene fabric and
covered with RP tissue.
9.9.3
Then 24 gauge G.I. Wires shall be provided at 300 mm intervals.
9.9.4
This insulation shall be covered with 22 gauge (0.80 mm) perforated Aluminium
sheet having 3 mm perforations at 6 mm centres. Overlap all joints and provide
beading of 25 mm by 2 mm flats.
9.9.5
All corners joints shall be covered with 25 x 25 x 2 mm thick aluminium angles.
9.10
Equipment Insulation
178
9.10.1 The materials for equipment insulation shall be slabs of Expanded Polystyrenes (Self
extinguishing grade) having a ‘K’ Value of 0.035 W/mK at 10C and a density not less
than 20 Kg./Cum.
9.10.2 The insulation on chilled water pumps and expansion tank shall be of expanded
polystyrene having a ‘K’ value of 0.035 W/mK at a mean temperature of 10C and a
density not less than 20 Kg/Cubm. The thickness of the insulation will be as given below
:
I)
Expansion tank
- 50 mm
II) Chilled water pumps
- 50 mm
III) Thermal Storage Tank
- 100 mm
9.10.3 The complete shell of the chiller as well as its two heads, shall be factory insulated, as
per manufactures guide lines.
***********
179
Section-17
1.
Electric Cabling
General
The electric cable connections of motors and earthing of all equipments shall be
carried out, as per specifications, given hereunder.
2.
Cabling
2.1
The cabling of various equipment shall be carried using PVC Insulated and armoured
cables.
2.2
The PVC armoured power cable for use on 415 volts system shall be 3 or 3.5 Core
with aluminium conductors and be of 660/1100 volts grade, as per IS 1554 (Part
I) 1964. The cross section of the cable shall be to suit the load and rating of the
equipment. The cables shall be of aluminium conductor, PVC insulated, strip
armoured with overall PVC sheathing.
2.2.1
The cables shall be laid as per IS-1255/1967, Indian standard code of practice.
2.2.2
The cables shall be laid, as per drawings in the ducts/pipes/trays etc. along a short
and convenient route between switch board and the equipment, (either in trenches,
on wall or on hangers, supported from the slab). Cable routing shall be checked at
the site of work to avoid interference with structure, equipment etc. Where more
than one cables are running close to each other, proper spacing should be provided
between them.
2.2.3
The radius of bends of the cable should not be less than 12 times the overall dia.
of cable in order to prevent undue stress and damage at the bends, the cables
should be supported with wooden cleats on M.S. Supports, when laid in trenches, or
wall/ceiling suspended hangers. When laid underground the cables should be
covered with fine soft earth and protected with 2nd Class bricks. Suitable G.I. Pipe
shall be used wherever cables are laid under the roads etc.
2.2.4
Wooden bushes shall be provided at the ends of pipes through which cables are
connected through.
3.
Surface Wiring
3.1
The surface wiring shall be cased in conduits which shall be of 1100 volts grade and
conform to IS 9587-1987 (revised to date)
The conduits used shall be of high quality & all joints shall be made with sockets.
The bends and elbows shall have inspection covers fixed with grease free screws.
The joints shall be water tight. Approved metal saddles shall be used to secure the
exposed conduits at a space of 1 meter or less. The connection of the conduits to
switches etc., shall be secured by check nuts and ebonite bushes provided at the
ends of conduits.
6.6
The M.S. conduits shall be heavy duty and rigid type-ISI marked/conforming to IS
specifications. The wall thickness shall not be less than 2 mm. For conduits above 32
mm dia. Metallic conduits of 19 mm dia. And below shall not be used. Conduit
accessories (Boxes etc.) shall conform to IS-5133-1968 and IS-2667-64 (amendedrevised to date). Conduit pipes shall be jointed, wherever necessary by means of
180
screwed couples and screwed accessories only. In Long distance straight, run of
conduits inspection type couplers at suitable intervals shall be provided.
6.7
Threads on conduit pipes shall be between 13 mm to 19 mm long.
3.1.4
The wiring shall be carried-out as per IS 732-1989 (Amended and revised to date).
6.8
Flush inspection covers shall be provided in case of Concealed, recessed conduits.
The staples for the conduits shall not be spaced more than 0.60 meters apart. Before
filling up the chase with concrete the conduits should be given a coat of rust proof
paint.
6.9
The wires shall be drawn only after all the conduits have been properly fixed in
position. Fish wires (steel wire : 16 SWG) shall be laid in conduits for drawing of
wires subsequently.
6.10
Control Cabling/wiring
4.1
Control cables shall be1100 volts grade, as per IS 1554, made from copper
conductor of 1.5 Sq mm PVC insulated single Core, strip armoured with an overall
PVC sheathing.
4.2
The cables and conduits wiring shall be carried out as per details given under 2.2
and 2.3 above.
6.11
Earthing
5.1
All equipment connected with electric supply shall also be provided with double
earthing continuity conductors. The size of G.I. earthing conductors shall be :Size of phase wire sq.mm
Size of G.I. conductor
Aluminium
Tape/Wire (Swg)
185
25 mm x 6 mm (strip)
150
25 mm x 6 mm (strip)
120
25 mm x 6 mm (strip)
95
4 Swg
70
4 Swg
50
6 Swg
35
6 Swg
25-6
6 Swg
6.12 6 Swg
Note :- Aluminium earthing conductors of equivalent Size may be used in lieu of GSS
conductors mentioned above.
6.
Miscellaneous
6.1
The final connections to the equipment shall be through Flexible connections in case
of conduit wiring and also where the equipment is likely to be moved back and forth,
such as on slide rails.
6.13
An isolator switch shall be provided at any motor which is separated from the main
switch panel by a wall or partition or other barrier or is more than 15 metres away
from the main panel.
6.14
Two separate and distinct earthing conductors shall be Connected from the
equipment upto the main switch board panel.
181
6.4
The branch lines from the main panel to each equipment shall be separated and
should not criss cross other lines.
6.15
The entire installation shall be tested as per Electricity rules and I.S.S. 732-1973
with amendments 1,2&3 prior to the commissioning of the plant and a suitable test
report furnished by a competent and uthorized person. The test report will be
obtain by contractor himself at his own expenses.
6.16
All exposed switch board panels, conduits, hangers etc. shall be given 2 coats of
suitable paint of approved colour, when all work has been completed.
********
182
Section-18
Testing and Commissioning
1.
General
1. 1
The contractor must perform all inspection and tests of the system as a whole and of
components individually as required, under the supervision of the architect, in
accordance with the provisions of the applicable ASHRAE standards or approved
equal in addition to furnish necessary test certificates from manufacturers.
1.2
The system shall then be commissioned, tested and balanced to fulfill the intent and
purpose for which it is designed.
1.3
In addition continuous Run Tests shall be carried out during peak weather condition.
2.
Compressors Condensers/Chillers/Evaporators/Pumps etc.
2.1
Hydraulic test for various components and assembled equipments at 1.5 times design
pressure or double the operating pressure, whichever is higher.
2.2 Pneumatic leak test after assemblies at design pressure
2.3
Static and dynamic balancing on electronic precision machine for rotating parts,
links, impellor/ crank shaft assemblies etc.
2.4 Testing of oil passages in compressor at 1.5 times pump discharge pressure.
2.5 Pressure droptest for condenser, chiller and evaporator.
2.6 For compressor assembly, electronic leak, air running test, pneumatic test with dry
nitrogen and leak test in water.
3.
Air Handling Units
3.1 Blowers
3.1.1
Dynamic/static balancing of impellers.
3.1.2
Performance test as per applicable codes.
3.2 Coils
3.2.1
Pneumatic test.
3.3 Filters
3.3.1
3.3.2
Test of filter elements as per B.S. 2831 B.S. 1701 as applicable. This is to ascertain
filtration efficiency by weight at inlet and outlet.
Manufacturer’s test certificates also to be produced for the assembled A.H.U. Final
dimensional check will be done. Inspection may be done during assembly of
components for quality of workmanship, painting etc.
3.3
Piping
Materials check for specifications and size.
183
3.4
Valves
Hydraulic./pneumatic test certificates.
3.5
Motors
Manufacturer’s test certificate as per motor data sheet.
3.6
Instruments and Controls
Visual examination.
3.7
Special Note
Vendor to note that above procedure is to be followed in addition to the
specifications attached with the tender.
4.
Associated Works at Site.
4.1
All electrical items will be subjected to inspection at any stage during manufacturing
activity. Routine electrical test as per relevant codes. Inspection of manufacturer’s
test certificates.
4.2
Inspection of raw materials to be used for fabrication and assembly and inspection
of manufacturer’s certificates.
4.3
Inspection of welding including welders qualification as desired by inspection
engineers. Inspection of fabricated items.
4.4
Pressure testing
services.
4.5
Pressure testing, leak testing of complete
(Condenser water and refrigerant/services).
4.6
Checking of electrical circuits (power & controls) and checking functioning of
controls of
refrigerant systems and other circuits of air conditioning plant.
4.7
Checking of calibration of controls and instrumentation
4.8.
Checking of assemblies or electrical control panel, instruments panels, local panels
(dimensional and functional) annunciator panels etc.
4.9
Inspection of complete electrical installation at site.
4.10
Performance testing of complete A.C. Plant as per specifications.
5.
Vendor Responsibility
5.1
The above inspection procedure is given for general guidance and information of
vendors. The inspection of purchaser/consultant is strictly not limited to these.
of
pipe fittings used for the refrigerant and water
piping
and other
network for chilled
water.
184
5.2
The inspection engineer of purchaser/consultant will have full right, to have
detailed inspection at any stage right from placement of order to completion of
project, as and when desired by inspection engineer.
5.3
Co-ordination of inspection agency of purchaser/consultant with his factory/sub
vendor’s factory/erection site will be the sole responsibility of successful vendor,
subsequent to placement of order for complete air conditioning plant, covered under
these technical specifications.
6.
Piping System
6.1
In general pressure tests shall be applied to piping only before connection of
equipment and appliances. In no case shall piping, equipment or appliances be
subjected to pressure exceeding their test ratings.
6.2
Tests shall be completed and approved before any insulation is applied.
6.3
After tests have been completed, the system shall be drained and cleaned of all
dust and foreign matter. All strainers, valves and fittings shall be cleaned of all
dirt, fittings, and debris.
6.4
Water Piping
All water piping shall be tested and proven tight under Hydrostatic pressure of 11
Kg/Cm (150 PSI) or 1.5 times the design pressure which ever is more unless
stated
otherwise
in
the specifications. The prescribed pressure shall be
maintained for eight hours. In case leaks are detected, the pressure test will be
repeated, after the repair of the leaks.
7.
Duct Work
7.1
All branches and outlets shall be tested for air quantity, and the total of the air
quantities shall be within plus five percent (5%) of fan capacity.
7.2
Fire dampers, volume dampers and splitter dampers shall be tested for proper
operation.
8.
Electrical Equipment
8.1
All electrical equipment shall be cleaned and adjusted on site before application of
power.
8.2
The following tests shall be carried out :
8.2.1
Cables and Wires continuity tests.
8.2.2
Insulation resistance tests, phase to phase and phase to earth, on all
circuits and equipment, using a 500 Volts meggar. The meggar reading shall be not
less than one megaohm.
8.2.3
Earth resistance between conduit system and earth must not exceed half (1/2)
OHM.
8.2.4
Phasing out and phase rotation tests.
185
8.2.5
Operating tests on all protective relays to prove their correct operation before
energising the main equipment.
8.2.6
Operating tests on all starters, circuit breakers etc.
9.
Plant Audit & Certification work (when given in BOQ)
9.1
The work of plant audit & certification shall be done by an approved outside agency.
9.2
The whole system balancing shall be tested with microprocessor based Hi-tech
instruments with an accuracy of ± 0.5%.
9.3
The instrument shall be capable of storing data and then down loading into a PC. The
agency shall provide a minimum but not limited to the following instruments.
9.3.1
Microprocessor based velocity calculation meter to measure DB and WB temperature,
RH and dew point.
9.3.2
Velocicalc meter to measure air volume and air velocity.
9.3.3
Pitot tube.
9.3.4
Electronic Rotary Vane Anemometer.
9.3.5
Accubalance Flow Measuring Hood.
9.4
The outside agency shall analyse all the data and shall be responsible for the capacity
and performance audit and certification of the plant.
9.5
The successful Bidder shall be responsible to provide necessary sockets and connections
for fixing of the Testing Instruments, probes etc.
10.
Commissioning of the System
The system shall be commissioned by adopting the following procedure.
10.1
The installation as a whole shall be balanced and tested upon completion, and all
relevant information, including the following shall be submitted to the architects.
10.1.1 Air volume passing through each unit, duct, grilles, aperatures.
10.1.2 Static pressure in each air duct.
10.1.3 Water flow passing through each condenser, chiller, AHU etc.
10.1.4 Differential pressure readings across each filter, fan and coil, and through each pump.
10.1.5 Electrical current readings, in amperes of full and average load running and starting,
together with name plate current of each electrical motor.
10.1.6 Continuous recording over a specified period, of ambient wet and dry bulb
temperatures under varying degrees of internal heat loads and use and occupation, in
each zone of each part of the building.
186
10.2
Daily records should be maintained of hourly readings, taken under varying degrees of
internal heat load and use and occupation, of wet and dry bulb temperatures, upstream
“On-Coil” of each cooling coil. Also suction temperatures and pressures for each
refrigerating unit. The current and voltage drawn by each machine.
10.3
Any other readings shall be taken which may subsequently be specified by the architect.
11.
Air Balancing
11.1
All air handling/ ventilation equipments, duct work and outlets shall be adjusted and
balanced to deliver the specified air quantities, at each inlet and outlet as indicated
on the drawings.
11.2
If these air quantities cannot be delivered without exceeding the speed range of the
pulley or the available horse power, the architect shall be notified, before proceeding
with the balancing of air distribution system.
11.3
A proper record shall be maintained as per Test Performa given elsewhere.
12.
Water Balancing
12.1
The output of water pumps shall be checked using the balancing valves, provided on
the pumps, for this purpose, to ensure the output and pressures match the specified
requirement.
12.2
Then flow to Condensers/Chillers, Air handling units etc. shall be individually
adjusted and balanced to match the flow rate as given in specifications/drawings to
meet the requirement.
12.3
The balancing valves, provided on the equipments, shall be used for adjustment.
13.
Miscellaneous
13.1
The above tests and procedures are mentioned herein, for general guidance and
information only, but not by way of limitation to the provisions of conditions of
contract and specification.
13.2
The date of commencement of all tests listed above, shall be subject to the approval
of the architect and In accordance with the requirements of this specification.
13.3
The contractor shall supply the skilled staff and all necessary instruments and carry
out any
test of any kind on a piece of equipment, apparatus, part of system or
on a complete system, if the architect requests such a test for determining specified
or guaranted data, as given in the specification or on the drawings.
13.4
Any damage resulting from the tests shall be repaired and/or damaged
replaced, to the the satisfaciton of the architect.
13.5
In the event of any repair or any adjustment having to be made, other than normal
running adjustment, the tests shall be void and shall be recommenced after the
adjustment or repairs have been completed.
13.6
The contractor must inform the architect when such tests are to be made, giving
sufficient notice, in order that the architect or his nominated representative may be
present.
material
187
13.7
Complete records of all tests must be kept and 3 copies of
drawings must be furnished to the architect.
13.8
The contractor may be required to repeat the test as required, should the Ambient
conditions at the time, do not give, in the opinion of the architect, sufficient and
suitable indication of the effect and performance of the installation as a whole or of
any part, as required.
**********
these
and
location
188
Section19
1.
Mode of Measurements
Unit Prices in the Schedule of Quantities
1.1 The Item description in the schedule of quantities is in the form of a condensed
resume. The unit price shall be held to include everything necessary to complete the
work covered by this item in accordance with the specifications and drawings. The
sum total of all the individual item prices shall represent the total price of the
installation ready to be handed over.
1.2
The unit price of the various items shall include the following :
1.2.1
All equipment, machinery, apparatus and materials required as well as the cost of
any tests which the consultant may request in addition to the tests generally
required to prove quality and performance of equipment.
1.2.2
All the labour required to supply and install the complete installation in
with the specifications.
1.2.3
Use of any tools, equipment, machinery, lifting tackle, scaffolding, ladders etc.
required by the contractor to carry out his work.
1.2.4
All the necessary measures to prevent the transmission of vibration.
1.2.5
The necessary material to isolate equipment foundations from the building structure,
wherever necessary.
1.2.6
Storage and insurance of all equipment apparatus and materials.
1.3
The contractor’s unit price shall include all equipment, apparatus, material and
labour indicated in the drawings and/or specifications in conjunction with the
item in question, as well as all additional equipment, apparatus, material and
labour usual and necessary to make in question on its own (and within the system
as a
whole) complete even though not specifically shown, described or
otherwise referred to.
2.
Measurements of Sheet Metal Ducts, Grilles/Diffusers etc.
2.1
Sheet Metal Ducts
2.1.1
All duct measurements shall be taken as per actual outer duct surface area
including bends, tees, reducers, collars, vanes & other fittings, Gaskets, nuts,
bolts, vibration rotation pads are included in the basic duct items of the BOQ.
2.1.2
The unit of measurements shall be the finished sheet metal surface area in square
metres. No extra shall be allowed for lapse and wastages.
2.1.3
All the guide vanes, deflectors in duct elbows, branches, grille collars quadrant
dampers etc. shall be measured for actual sheet metal surface and paid for at the
same rate as duct of same thickness.
accordance
189
2.1.4
The unit duct price shall include all the duct hangers and supports, dash fastners for
supports and making good of the same as well as any materials and labour
required to complete the duct frame.
2.2
Grilles/Diffusers
Grilles / Diffusers should be measured as follows :
2.2.1
All measurements of grilles shall be of the actual outlet size excluding the outer
flanges.
The square or rectangular diffusers shall be measured in plain SQ.M. of neck
areas, except for diffusers suitable for T-bar installation, which shall be measured in
numbers.
2.2.3
All round diffusers and grilles shall be measured by their diameters in CM.
2.2.4
All linear diffusers and grilles shall be measured as per actual length in metres
excluding outer flanges.
3.
Measurements of Piping, Fittings, Valves, Fabricated items.
3.1
3.1.1
Pipe
All pipes shall be measured in linear metre (to the nearest CM) along the axis of
the pipes and rates shall be inclusive of all fittings e.g. Tees, bends, reducers,
elbows etc. Deduction shall be made for valves in the line.
3.1.2
Rate shall include exposing reinforcement in wall and ceiling and floors if possible
and making good the same or installing anchor fasteners and inclusive of all
items as specified in specifications and schedule of quantities.
3.1.3
Rates quoted shall be inclusive of providing and fixing vibration pads and
wooden pieces, wherever specified or required by the project co-ordinator.
3.1.4
Flexible connections, wherever required or specified shall be measured as part of
straight length of same diameter, with no additional allowance being made for
providing the same.
3.1.5
The length of the pipe for the purpose of payment will be taken through the centre
line of the pipe and all fittings (e.g. Tees, bends, reducers, elbows, hangers,
structural supports etc.) as
through the fittings are also presumed to be pipe
lengths. Nothing extra whatsoever will be paid for over and above for the fittings
for valves and flanges, section 3.2 below applies. Rate quoted shall be inclusive
of all supports, hangers etc. and no additional measurement would be taken.
3.2
Valves and Flanges
3.2.1
All the extra CI & CM flanged valves shall be measured according to the nominal
size in MM and shall be measured by number. Such valves shall not be counted
as part of pipe length hence deduction in pipe length will be made, wherever valves
occur.
3.2.2
All gun metal (gate & globe) valves shall include 2 Nos. of flanges and 2 Nos. 150
MM long M.S. nipples, with one side threaded matching one of the valves, and
other welded to the M.S. Slip-on-flange. Rate shall also include the necessary
190
number of bolts, nuts and washers, 3 MM thick insertion gasket of required temp.
grade and all items specified in the specifications.
3.2.3
The rates quoted shall be inclusive of making connections to the equipment,
tanks, pumps etc. and the connection made with an installed pipe line shall be
included in the rates as per the B.O.Q.
Rates shall be inclusive of insulation, if required.
4.
Insulation
4.1
The measurement for vessels, piping, and ducts shall be made over the bare
uninsulated surface area of the metal.
4.2
Pipes, Ducts & Vessels
4.2.1
Pipes
The measurements for installation of piping shall be made in linear metres
through all valves, flanges, and fittings. Pipes/bends shall be measured along the
centre line radius between tangent points. If the outer radius is R1 and the inner
radius is R2. The centreline radius shall be measured as (R1+R2)/2. Measurement of
all valves, flanges and fittings shall be measured with the running metre of pipe line
as if they are also pipe lengths. Nothing extra over the above shall be payable for
insulation over valves, flanges and fittings in pipe line/routings. Fittings that
connect two or more different sizes of pipe shall be measured as part of the larger
size.
4.2.2
Ducts
The measurements for insulation of ducts shall be made in actual square metres
of bare uninsulated duct surface through all dampers, flanges and fittings. In case
of bends the area shall be worked out by taking an average of inner and outer
lengths of the bends. Measurements for the dampers, flanges, fittings shall be for
the surface dimension for the connecting duct, nothing extra over the above shall
be payable for insulation over dampers, flanges and fittings in duct routing.
4.2.3
Vessels
The area of standard dished and flat ends of vessels shall be the square of the
diameter of the uninsulated body of the shell. Areas for other shapes shall be the
actual calculated area. There shall be no deduction or additions for nozzles, handles
ribs, dampers, expansion joints etc. All projections on vessels or tanks shall be
measured separately as pipe/duct.
4.3
Accessories Insulation
4.3.1
The unit of measurement for accessories such as expansion
chiller heads etc. shall be uninsulated are in square metres.
4.3.2
In case of curved or irregular surfaces, measurements shall be taken along the
curves.
tank, pumps,
191
4.3.3
The unit insulation price shall include all necessary adhesives, vapour proofing and
finishing materials as well as additional labour and material required for fixing the
insulation.
4.4
Acoustic Duct Lining
4.4.1
In case of acoustic lining of air ducts, measurements of the bare inside duct surface
in square metres, shall be final for billing purposes.
4.4.2
The insulation/acoustic panels shall include cost of battens, supports, adhesives,
vapour proofing, finished tiles/boards/sheets as well as additional labour and
materials required for completing the work.
4.5
Roof and Wall Insulation & Acoustic Treatment
4.5.1
The unit of measurement for all underdeck roof insulation, wall insulation,
wall/roof acoustic panel shall be the uninsulated area of walls, roofs, to be
treated, in square metres.
4.5.2
The insulation, acoustic panels shall include cost of battens, supports, adhesives,
vapour proofing, finished tiles/boards/sheets as well as additional labour and
materials required for completion of the work.
**********
192
Section-20
S. No.
Test Performa
Item
Unit
1.
Conditions
1.1
Ambient conditions
1.1.1
-Temp. D.B.
C
1.1.2. -Temp. W.B.
1.1.3 -R.H.
%
1.2.
C
Inside conditions
1.2..1
-Temp. D.B.
C
1.2..2.
1.2..3
-Temp. W.B.
-R.H.
%
C
2.
Compressor
2.1
Speed
RPM
2.2
Refrigerant suction pressure
Kg/cm2
2.3
Refrigerant discharge pressure
Kg/cm2
2.4
Oil Pressure
Kg/cm2
3.
Compressor Motor
3.1
Speed
RPM
3.2
Voltage
Volts
3.3
Current at
3.3.1
3.3.2
3.3.3
3.3.4
3.3.5
3.3.6
3.3.7
3.3.8
3.3.9
100 %
90 %
80 %
70 %
60 %
50 %
40 %
30 %
20 %
Amps.
Amps.
Amps.
Amps.
Amps.
Amps.
Amps.
Amps.
Amps.
Test Result
193
S. No.
Item
4.
Chiller
4.1
Chilled Water In temp.
4.2
4.3
4.4
4.5
Chilled Water Out temp.
Brine pressure drop-Entering
Brine pressure drop-Leaving
Water flow rate
5.
Condenser
Unit
Test Result
C
C
MM WG
MM WG
LPM
5.1
Water Temperature -Entering
C
5.2
Water temperature. -Leaving
C
5.3
Water pressure drop - Entering
5.4
5.5
Water pressure drop - Leaving
Water flow rate
6.
Cooling Towers
6.1
Water Temperature -Entering
6.2.
Water temperature. -Leaving
C
6.3
6.4
6.5
6.6
Wet Bulb approach
Fan motor current
Fan motor voltage
Fan motor speed
C
7.
Pumps
7.1
7.2.
7.3
7.4
7.5
7.6
7.7
Speed
Water pressure -Entering
Water pressure -Leaving
Flow rate
Motor rating
Motor current
Rated voltage
8.
Hot Water Boiler
8.1
Water flow rate
8.2
Water temp. In
LPM
C
8.3
8.4
Water temp. Out
Current
Amps
C
C
LPM
C
Amps.
Volts
RPM
RPM
MMWG
MMWG
LPM
KW
Amps
Volts
C
Chilled water
Primary
Secondary
Condenser
Water
194
S. No.
9.
Item
Unit
Air Handling Units
9.1
9.2.
Air quantity across coil
Coil face area
9.3
Air temperature
9.4
Water temperature
9.5
Water pressure
9.6
Water flow rate
10.
Test Result
-Entering
(DB/WB)
CUBM/HR
SQM
C
-Leaving
(DB/WB)
C
-Entering
(DB/WB)
C
-Leaving
(DB/WB)
C
-Entering
-Leaving
MM WG
MM WG
LPM
Outside air intakes
10.1
10.2.
Face area
Air quantity
SQM
CUBM/HR
11.
Room conditions at design conditions
11.1
Temperature
(A Nos. of readings shall be
taken and averaged)
12.
Controls
C (DB; WB)
Report on test and functioning of all controls.
Notes:
A.
Test instruments
1.
All instruments for testing shall be provided by
contractor/Testing agencies. A brief list is given for guidance.
2.
Electronic thermometers used for measurement of temperature of water/ refrigerant
shall have graduations of 0.1ºC and shall be got calibrated from N.P.l. or any
recognized test house before hand.
3.
Thermometers used in the psychrometers shall have graduations of 0.2.ºC and shall
be calibrated as at (2.) above.
4.
Pressure gauges shall also be got calibrated before hand from a recognized test
houses.
the
air-conditioning
195
5.
Balancing valves shall be used to measure the pressure drop across the valves and
calculate the flow rate from the valve charts, for the following equipments.
5.1
5.2
5.3
5.4
Chillers
Pumps
Air Handling Units
Hot Water Boiler
6.
Vibration Levels:
6.1
At compressor shaft
6.1.1
6.1.2
Vertical Plane
Horizontal Plane
6.2
At Motor Shaft
6.2.1
6.2.2
Vertical Plane
Horizontal Plane
7.
Air flow rates shall be measured in the supply duct using pilot tube.
8.
Capacity computations:
8.1
Chillers
The chiller capacity shall be computed based on the flow rate obtained from reading
of balancing valves and IN & OUT temperature.
8.2
Pumps
The capacity of pumps shall be computed from the flow rate taken by balancing
valves and pump head from gauges.
8.3
Condenser
The condenser capacity shall be computed using the condenser water temperatures
and flow rates measurements. Reference may also be made to the compressor motor
current reading and performance characteristics for arriving at BHP consumption
capacity and shall be within +/- 3% started tonnage.
8.4
Cooling Tower
The cooling tower capacity shall be computed by measuring water quantity at
condenser and temperatures of water at cooling towers. Wet bulb approach shall be
compared to agreed design.
8.5
Air Handling Units
8.5.1
The water temperature difference and pressure drop shall be used for water side
capacity computation.
196
8.5.2. The air quantity computation and temperatures difference on air side shall be used
to compute the air side capacity.
9.
Tolerance
9.1
The test data shall be within  3% of the specified data, to fulfill the tender
requirements.
9.2.
For the purpose of system capacity, the refrigeration tonnage obtained from the
main refrigeration plant will be accepted. If due to any reason, internal load
mentioned in the tender specifications is not available, psychometric computations
for actual load conditions will be done and the plant, if found satisfactory, will be
accepted.
**********
197
Section-21
SAFETY CODES
1.
IS 659 :
(Reaffirmed 1991)
Safety code for air conditioning (revised) (Amendment 1).
2.
IS 660 :
(Reaffirmed 1991)
Safety code of mechanical refrigeration. (revised).
3.
IS 3233 :
1965 (Reaffirmed 1992)
Glossary of terms for safety and relief valves and their parts.
4.
IS 12992 :
1993, Part I, 1990 Part II
Safety relief valves.
5.
IS 954 :
6.
IS
7.
IS
8.
IS
9.
IS
10.
IS
11.
IS
12.
IS
13.
IS
14.
IS
15.
IS
1989
Functional requirements for carbon dioxide tender for fire brigade
use. (2nd revision)
1641 :
1988 (reaffirmed 1993)
Code of practice for fire safety of buildings (general) : General
principles of fire grading and classification. (1st revision)
1642 :
1989
Code of practice for fire safety of buildings. (general) : Details of
construction (1st revision) (1645 supersedes 1642)
1643 :
1988 (Reaffirmed 1993)
Code of practice for fire safety of buildings (general : Exposure
hazard (1st revision)
1644 :
1998 (Reaffirmed 1993)
Code of practice for fire safety of buildings (general) :
Requirements and personal hazard.
1646 :
1982 (Reaffirmed 1990)
Code of practice for fire safety of buildings (general) : Electrical
installation (1st revision)
3786 :
1983 (Reaffirmed 1991)
Methods for computation of frequency and severity rates for
industrial injuries and classification of industrial accidents. (1st revision)
3808 :
1979 (Reaffirmed 1990)
Method of test for non combustibility of building materials (1st revision)
5311 :
1969 (Reaffirmed 1990)
Code of safety for carbon tetra chloride.
6382 :
1984 (Reaffirmed 1990)
Code of practice for design and installation of fixed carbon dioxide
for fire extinguishing system (1st revision)
7969 :
1975 (Reaffirmed 1991)
Safety code for handling and storage of building materials
(Amendment 1)
************
198
Section-22
S. No.
1.
Schedule of Equipment Proposed
Description
Unit
Condition of Services
Water Chilling Unit (Centrifugal Type)
1.1.1 Type
1.1.2 Quantity
1.1.3 Chilled Water Out/In temp.
1.1.4 Condenser water Out/In temp
1.1.5 Capacity at above conditions
1.1.6 Max. power consumption
1.1.7 No. of Compressor
1.1.8 VFD
1.1.9 ARI CERTIFICATION
1.2
Motor (Per unit)
1.2.1
1.2.2
Type
Rating
1.3
Starter (Per unit)
1.3.1
1.3.2
1.3.3
1.3.4
Type
Rating
Quantity
Starting current
1.4
Chiller (Per unit)
1.4.1
1.4.2
1.4.3
1.4.4
1.4.5
1.4.6
Water Quantity
Chilled water Temp. “In”
Chilled water Temp. “Out”
Pressure Drop (Max.)
Fouling factor
Quantity
1.5
Condenser (Per Unit)
1.5.1
1.5.2
1.5.3
1.5.4
1.5.5
1.5.6
Water quantity
Water temp. In
Water temp. Out
Pressure drop (Max.)
Fouling factor
Quantity
-No.
o
C
o
C
TR
IKW/TR
Nos.
Set
Centrifugal
1
6.6/ 12.2
36.4/32.2
450
0.63
Single/Multiple
-KW
Double wound Sq. cage
To suit above
-KW
No.
Amps
Star Delta
To suit motor
1
Not to exceed 2 times
the full load current
LPM (USGPM)
o
C
o
C
M
FPS
No.
LPM (USGPM)
o
C
o
C
M
FPS
No.
4104 (1080)
12.2
6.6
5
0.0005
1
6498 (1710)
32.2
37.4
5
0.001
1
199
S. No.
Description
Unit
Condition of Services
2.
2.1
2.2
2.3
2.4
2.5
2.6
2.7
2.8
2.9
2.10
2.11
2.12
Cooling Towers
Type
Capacity
Quantity
Water quantity
Water In temp.
Water Out temp.
Ambient WB temp.
Pressure drop (Max.)
Fan motor rating
Fan speed
Type of drive
Type of motor enclosure
-TR
No.
LPM (USGPM)
o
C
o
C
o
C
M
KW
RPM
---
FRP
525
1
6498 (1710)
36.4
32.2
28.3
5
7.5 X 2
960
Direct driven
TEFC
3.
3.1
3.2
3.3
3.4
3.5
3.6
3.7
Pumps (Condenser Water)
Type
Quantity
Capacity
Head
Motor Rating
Speed
Type of motor enclosure
-No.
LPM (USGPM)
M
KW
RPM
--
Vertical split casing
3 ( 1 Standby)
6498 (1710)
22
30
1450
SPDP
4.
Pumps (Primary Chilled Water)
4.1
4.2
4.3
4.4
4.5
4.6
4.7
Type
Quantity
Capacity
Head
Motor rating
Speed
Type of motor enclosure
-Nos.
LPM (USGPM)
M
KW
RPM
--
Monobloc
3 (1 Standby)
4104 (1080)
12
15
2990
SPDP
5.
Secondary Chilled Water Pump
5.1
5.2
5.3
5.4
5.5
5.6
5.7
5.8
Type
Quantity
Capacity
Head
Motor rating
Speed
Type of motor enclosure
Type of Drive
5.9
5.10
No. of VFD
No. of Controls
Nos.
No.
Description
Unit
S. No.
------ Variable -------- Speed Pump ----24 Hr. Crt.
12 Hr. Crt.
---------Vertical Split Casing-------Nos.
3
2 (1 Standby)
LPM (USGPM)
2550 (671)
3855 (1014)
M
18
18
KW
15
18.5
RPM
---------------1450 -------------------------------SPDP--------------------------------VFD--------------1each
1each
1each
1each
Condition of Services
200
6.
Ceiling Suspended Air Handling Units (High Static – 2 Tier)
6.1
Type
--
6.2
Air Quantity
CMH
6.3
Quantity
Nos.
6.4
6.5
6.6
6.7
6.8
6.9
6.10
6.11
Coil Area
No. of Rows
No. of fins/cm
Static Pressure
Fan Motor Rating
Type of Motor Encl.
Motor Speed
Filter
Sq.m.
Nos.
Nos.
MMWG
KW
-RPM
-Washable
microns)
6.11.1 Pre-filter
Sectional Horizontal Type
5100
4250
1
1
0.55
6
5
125
3.7
TEFC
1440
6
0.46
6
5
125
3.7
TEFC
1440
(10
6.11.2 Re-Filter
Microvee (5 microns)
6.11.3 Final Filter
HEPA (0.3 microns)
7.
3400
0.37
6
5
125
2.3
TEFC
1440
Washable (10
microns)
Microvee (5
microns)
HEPA (0.3 microns)
Double Skin Air Handling Units (Ceiling suspended type )
7.1
Type
7.2
Air quantity
CMH
10200
8500
7650
7.3
Quantity
Nos.
39
4
2
7.4
Coil area
Sq m
1.11
0.92
0.83
7.5
No. of rows
Nos.
6
6
6
7.6
No. of fins/cm
Nos.
5
5
5
7.7
Fan static pressure
MMWG
40
40
40
7.8
Fan motor rating
KW
2.3
2.3
2.3
7.9
Type of motor encl.
S. No.
----------
--
Description
Ceiling suspended type
----------- TEFC
Unit
-----------
Condition of Services
8.
Double Skin Air Handling Units (Ceiling Suspended Type)
8.1
Type
8.2
Air quantity
CMH
6800
----------
5950
4250
3400
2720
2550
201
8.3
Quantity
Nos.
6
1
2
1
5
1
8.4
Coil area
Sq m
0.74
0.64
0.46
0.37
0.29
0.28
8.5
No. of rows
Nos.
6
6
6
6
6
6
8.6
No. of fins/cm
Nos.
5
5
5
5
5
5
8.7
Fan static pressure
MMWG
40
40
35
35
35
35
8.8
Fan motor rating
KW
1.5
1.5
1.1
0.75
0.75
0.75
8.9
Type of motor encl.
9.
Double Skin Air Handling Units (TFA’s)
9.1
Type
9.2
Air quantity
9.3
Quantity
Coil area
9.4
--
----------- TEFC
-----------
------ Sectional horizontal Type ----CMH
25500
13600
No.
2
1
2.79
1.49
Sq.m.
9.5
No. of rows
Nos.
8
8
9.6
No. of fins/cm
Nos.
5
5
9.7
Static Pressure
MMWG
50
40
9.8
Fan motor rating
KW
7.5
3.7
9.9
Type of motor encl.
--
9.10
Motor Speed
RPM
12.
Fan Coil Units
------- TEFC ----------- 1440 -------
12.1
Type
--
------- Horizontal -------
12.2
Capacity
Tons
1.0
1.5
2.0
2.5
3
12.3
Quantity
Nos.
54
56
12
8
5
12.4
Air quantity
CMH
680
1020
1360
1700
2040
12.5
No. of rows
Nos.
3
3
3
3
3
12.6
No. of fins/cm
Nos.
5
5
5
5
5
**********
202
Section-23
Technical Data
Contractor should furnish technical data as mentioned below, of the equipment and
accessories offered by him as per scheme given in schedule of equipment and bill of
quantities.
S. No.
Description
Unit
Condition of Services
1.
Water Chilling Units (Water Cooled Centrifugal Type)
1.1
Make
—
1.2
Model
—
1.3
Country of origin
—
1.4
Quantity
Nos.
1.5
Chilled water leaving chiller
1.6
Chiller Fouling Factor
1.7
Chilled Water flow rate (Design)
1.8
Chilled Water flow rate (Max.)
1.9
Chilled Water flow rate (Min.)
LPM
1.10
Condenser Entering water Temp.
ºC
1.11
Condenser leaving water temp.
ºC
1.12
Condenser Fouling Factor
FPS
1.13
Capacity at above condition
(Normal)
TR
1.14
No. of Compressors per unit
Nos.
1.15
Power Input Chiller
IKW
1.16
Power Consumption of unit
(Normal)
IKW/TR
1.17
EER-(BTU/WATT)
1.18
Speed of Compressor
ºC
FPS
LPM
LPM
—
RPM
203
S. No.
Description
Unit
1.19
Type of Capacity Control
--
1.20
Capacity Modulator range
%
1.21
Type of Lubrication system
--
1.22
Details of Oil Recovery Unit
--
1.23
Whether Microprocessor
Control panel included
Yes/No
1.24
Type of starter
—
1.25
Compressor Motor
1.23.1 Rating
KW
1.23.2 Electric supply
Volts
1.23.3 No. of phases
Nos.
1.23.4 Running Current
Condition of Services
AMPS
1.23.5 Max. Starting Current
AMPS
1.23.6 LRA/FLA
AMPS
1.23.7 Insulation class
—
1.23.8 Weather protection
—
1.26
Operating weight
KGS
2.
Cooling Towers
2.1
Manufacturer
Name
2.2
Type
-
2.3
Model No.
2.4
Wet bulb (Design)
ºF
2.5
Water Flow Rate
LPM (USGPM)
-
204
S. No.
Description
Unit
Condition of Services
2.6
Capacity at design WB & Flow Rate
2.7
Overall dimensions
MxMxM (H)
2.8
Fan dia. /motor rating
MM/KW
2.9
Type of motor
-
2.10
Type of drive
-
3.
Pumps (Chilled Water)
3.1
Manufacturer
3.2
3.3
3.4
Model
Type of Pump
Capacity
KCAL/HR
Primary
24 Hr.Crt.
Name
--LPM (USGPM)
3.5
Design Head
M
3.6
Speed
RPM
3.7
Motor rating
KW
3.8
Type of motor
--
3.9
Type of Coupling
--
4.
Pumps (Condenser Water)
4.1
Manufacturer
4.2
Model
Name
--
4.3
Type of Pump
--
4.4
Capacity
LPM (USGPM)
4.5
Design Head
M
4.6
Speed
RPM
____Secondary_____
Day Crt. 24 Hr.Crt.
205
S. No.
Description
Unit
Condition of Services
4.7
Motor rating
KW
4.8
Type of motor
--
4.9
Type of Coupling
--
5.
Air Handling Units (Double Skin)
5.1
Manufacturer
Name
5.2
Type
(Horizontal
/Vertical)
5.3
Operating Weight
KGS
5.4
Overall Dimension
MxMxM (H)
5.5
Return air plenums included
Yes/No
5.6
Dimension of each Coils
MxM
5.7
No. of Coils
Nos.
5.8
Finned Area
Sqm
5.9
Material of coil Header
Steel/Copper
5.10
No. of Rows
Nos
5.11
Fins per cm
Nos.
5.12
Type of fins-plate/vertical
--
5.13
No. of circuits
Nos.
5.14
Water velocity in tubes
M/s
5.15
Tube Material
--
5.16
Tube Dia.
MM
5.17
Thickness of tubes
MM
High static
double tier
Sectional Unitary
206
S. No.
Description
Unit
Condition of Services
5.18
Fin material
--
5.19
Water pressure drop
M
5.20
Air quantity
CUBM/HR
5.21
Fan outlet velocity
M/s
5.22
No. of fans
Nos.
5.23
Dia of fans
MM
5.24
Fan speed
RPM
5.25
Total static pressure
MM WG
5.26
Whether both Balancing Carried
out-static and dynamic
Yes/No
5.27
Motor Output
KW
5.28
Type of motor
--
5.29
Type of air filters & efficiency
--
5.30
Velocity across filters
M/s
5.31
Material and thickness of
sheet
5.31.1 Internal
--/MM
5.31.2 External
--/MM
5.32
Material and thickness of
Insulation
--/MM
5.33
External finish (Whether Powder
coated)
Yes/No
S. No.
Description
Unit
6.
Fan coil units
6.1
Make
--
6.1.1
Casing
--
6.1.2
Coil
--
Condition of Services
Horizontal
Vertical
207
6.2
Type : Vertical/Horizontal
--
6.3
Design : Hideaway/With Outer
casing.
--
6.4
Dimension (L x B x H)
mxmxm
6.5
Cooling coil
6.5.1
Coil Area
Sq.m.
6.5.2
No. of rows
Nos.
6.5.3
No. of fins/cm
Nos.
6.5.4
Tube dia. OD
mm
6.5.5
Thickness of tube
mm
6.6
Material of casing CRCA/GI
6.7
Air quantity at max speed and 1 CMH
M long duct collor.
6.8
Air quantity at min. Speed and CMH
1.0 m. Long duct collor
6.9
Whether Auxillary
Provided.
6.10
No. of fan speed
6.11
Make
&
model
thermostat.
S. No.
6.12
Drain
--
Pan
Yes/No.
Nos.
of
Description
room --
Unit
Water valves.
-
6.12.1
Type 2 way/ 3 way
--
6.12.2
Motorised/ Solenoid.
--
6.12.3
Make /dia
--
6.13
Type of shut off valves
6.14
Wheather acoustic lined duct -collar included in unit price.
6.15
Does FCU
plenum.
have
return
--
air Yes/No
Condition of Services
208
6.16
Type of air filter & size.
--
7.
Centrifugal Blowers
7.1
Make and Model
--
7.2
Type
-Confirming to :
--
7.3
Air Inlet
Single/double
7.4
Air Quantity at design speed
Cubm/Hr.
7.5
Outlet velocity
M/Sec.
7.6
Static Pressure
MMWG
7.7
Velocity Pressure
MMWG
7.8
Total Pressure
MMWG
7.9
Wheel Diameter
MM
7.10
Rated RPM
RPM
7.11
Limit Load Power
IKW
7.12
Rated KW of Motor
KW
S. No.
Description
Unit
7.13
Motor Conforming to :
7.14
Motor speed
RPM
7.15
Type of Motor
--
7.16
Whether Balanced
7.14.1 Statically
Yes/No
7.14.2 Dynamically
Yes/No
7.17
Noise Levels of complete unit.
dB
7.18
Material of Construction :
-Impellor
-Housing
---
7.19
Type of Belts.
--
7.20
Type of Pulley
--
Condition of Services
209
7.21
Bearings:
- TYPE
- MAKE
---
7.22
Overall Dimensions.
MxMxM (H)
7.23
Accessories offered.
--
8.
Type and make of water valves
8.1
Butterfly valves
--
8.2
Balancing valves
--
8.3
Gate Valves
--
8.4
Non-Return Valves
--
S. No.
Description
Unit
9.
Insulation Details
9.1
Manufacturer
--
9.2
Materials
--
9.3
Density
Kg./m3
9.4
Mean ‘K’ value at 10o C
--
10.
10.1
10.2
10.3
10.4
Hot Water Boiler
Manufacturer
Thickness of sheets
No. of Banks
Safeties
Condition of Services
Ducts / Piping / Acoustic Lining
----***********
210
Section-24
List of Approved Makes of Equipments
Note: The tenderer must indicate the makes he has used to cost his tender. An alternate
make may be indicated as a substitute to be used if the offered make become
unavailable. More than (2) two makes are Not to be indicated.
S. No.
Items
Approved Makes
1.
High Side Equipment
1.1
Water Cooled Centrifugal Carrier/Trane/York/
Chilling
Units Dunham Bush/Mcquay
(USA/Europe/Malasia)
Pumps Coupled
Kirloskar/Maxflow/
Beacon/Mather & Platt.
Pumps Monoblock
Kirloskar/Beacon/
Siemens
Pumps CoupleD with VFD ITT/Bell & Goset/
Gundfoss
ITT/Danfoss
VFD with controls
1.2
1.3
1.4
1.5
1.6
1.7
2
2.1
Cooling Towers
Hot Water Generators
Air Handling Units
Air Handling Units
(High Static)
2.3
Air Handling Units
(Unitary)
Caryaire/
Edgetech/Crystal/Suvidh
a Savier/Zeco/Waves
3.
Fan Coil Units
Trane/Edgetech/
Waves
4.1
Electrical Equipment
Electric Panel Board
4.2
4.3
Electric Motors
Starters/Switchgear
4.4
MCB
--
--
--
--
--
Caryaire/Edgetech
/Suvidha
Savier/Zeco/Waves
Caryaire/ Edgetech
4
--
Mihir/Bell/Paharpur
Rapidcool/Khokar
Air Handling Units
(Sectional)
2.2
Make Proposed
In Tender
Alternate
/Suvidha
Savier/Zeco/Waves
Avon Controls/ Adlec /
SPC Electrotech Pvt. Ltd.
/ L&T/Siemens
ABB/Siemens/Crompton
Cutler Hammer/
Siemens/English Electric
Siemens/MDS Lexic
Schneider MG L&T
211
S. No.
Items
Approved Makes
4.5
MCCB/ACB
4.6
Push button starter
4.7
4.8
Auxiliary Relays/
Contactors
Line Type Fuse
Siemens/L&T/EE
Schneider
Siemens/Cutler
Hammer/ L&T
Siemens/Cutler Hammer
4.9
Timer
4.10
4.11
4.12
Terminal Block
Voltmeter/Ammeter
Indicating lamps
4.13
4.14
Selector Switches
Change Over Switch
5.
5.1
5.2
6.
6.1
Cables
Control Cables
Power Cables
Ducting & Grilles
6.2
6.3
6.4
Grilles/Fire
Dampers/Diffusers
G.I. Sheets
Aluminium Sheets
Self adhesive gaskets
6.5
7.
7.1
Stick Pins
Pipes
G.I.
7.2
7.3
M.S. upto 150 mm
M.S. 200 To 300
Make Proposed
In Tender
Alternate
GEC Alsthom/
Siemens
Siemens/Cutler
Hammer/ GEC Alsthom
Elmex
Siemens
Siemens/L&T/Cutler
Hammer/Covered
modular/Vashno
Siemens/L&T/Kaycee
Siemens/L&T/HH
Elcon/Socomech
--
--
--
--
--
--
Ford, Glostor Finolex
Gloster Finolex
Jindal/ SAIL/ Nippon
Hindalco/Indalco
“Prima Seal” (Prima Kool
Company, 6, CSC,
Block - B-2, Safdarjung
Enclave, New Delhi-29.
Phone:6179614,
6160850)
Prima Seal/Air flow
Jindal/G.S.T./Tata
BST /H.S.T.
BST /H.S.T.
212
S.No.
Items
8.
8.1
8.2
8.3
8.4
9.
9.1
9.2
9.3
9.4
9.5
9.6
10.
10.1
Valves
Butterfly Valves
Non Return Valve
Balancing Valves
Gate Valves
Accessories
Y-strainer
Pressure Gauge
Thermometer
Flow Switch
Automatic Air Vent
Pot Strainer
Air Filters
Filters
11.
11.1
Insulation
Expanded Polystyrene
11.2
Glass Wool
11.3
Polyurethene Foam
11.4
11.5
12.
Polyethylene Foam
Aluminium Tape
12.1
12.2
12.3
13.
Approved Makes
Make Proposed
In Tender
Alternate
---
Audco/Advance/
Advance /Audco
Advance
Leader/ Sant
--
--
--
--
--
--
--
--
Emerald/Maharaja Casting
H.Guru/Fiebig
Emerald
Rapid Control/Anergy
Rapid Control/Anergy
Sant/ Emerald
Airtech/Purolator/
Thermadyne
Thermolloyd/
R.P. Packaging
Owens Corning /
U.P. Twiga
Malanpur /
Superurethane
Supreme Industries
Johnson/Birla 3M
Controls
3-Way motorised valve Anergy/Rapid Control
for AHU
3-Way motorised valve Anergy/Rapid Control
for FCU
Thermostats
Anergy/Honeywell/
Siemens
Microprocessor based Siemens/Johnson
systems
Controls/Honeywell
Note: If any makes of the item is not available as per the above List, the alternate make
shall be used after getting approval from consultants/Engineer incharge.
***********
213
Section-25
DATA CONFIRMATION SHEET
Note: All tenderers are required to give answers to all queries, by providing  in the
relevant columns. Failure to comply may render the tender invalid.
S. No.
Description of Items
Answer (Tick One Only)
1.
Chillers
1.1
Type
Centrifugal

1.2
No. of Compressor per
Chiller
Single

1.3
IKW/Ton
Below 0.63

1.4
Starting Current
Below 2 times
the Running
current

1.5
Motor
Semi hermetic /
Hermatic

2.
Cooling Tower
2.1
Type
Induced

2.2
Air Discharge
Vertical

2.3
Construction
PVC

2.4
Type of Drive
Direct

3.
Pumps (Condenser/
Secondary)
3.1
Type
Vertical split

Other

3.2
Material of Impeller
Bronze

Gun Metal

3.3
Motor Type
SPDP

Others

214
S. No.
Description of Items
Answer (Tick One Only)
4.
Pumps (Primary)
4.1
Type
Monobloc

Other

4.2
Material of Impeller
Bronze

Gun Metal

4.3
Motor Type
TEFC

Others

5.
Variable Speed Pumps
5.1
VFD
Separate for
each Pump

Only for one
Pump

5.2
Control
Common

Separate for
each Pump

6.
Air Handling Units
(Normal Type)
6.1
Construction
G.I./AL.

G.I./G.I.

6.2
Fans
Imported

Indian

6.3
Material of Water Header
of Coil
Copper

Steel

7.
Air Handling Units
(High Static)
7.1
Construction Outside
G.I.

M.S.

7.2
Construction Inside
Aluminium

G.I.

7.3
Fans
Imported

Indian

7.4
Manometer
Included

Not Included

7.5
Filter Plenum
Provided

Not provided

7.6
Material of Water Header
of Coil
Copper

Steel

215
S. No.
Description of Items
8.
Air Handling Units
(Unitary Type)
8.1
Construction
G.I./AL.

G.I. /M.S.

8.2
Fans
Imported

Indian

8.3
Coil Header
Copper

Steel

9.
Other Materials
9.1
G.I. Sheet
Class VIII

Class VII

9.2
Pipe Insulation
PUF

EPS

9.3
Acoustic Lining
Board

Blanket

9.4
Fixing of Acoustic Lining
Stick Pins

Nuts & Bolts

9.5
Duct Flanges Gaskets
Self Adhesive

Other

9.6
Butterfly Valves
Fused Linear

Replacable Linear

9.7
Duct Support Fixing
Dash Fastners

Gutties

9.8
Pipe supports
PUF Block

Wooden Block

9.9
Cable supports
Slotted Tray

Others

9.10
Fire Damper - Solenoid
Operated
Yes

No

9.11
Wiring for Fire Dampers
included
Upto Fire Panel

In AHU room

10.
Answer (Tick One Only)
Hot Water Generator
**********
216
SECTION -11
BILL OF QUANTITIES
217
BILL OF QUANTITIES
Preamble
1.
The Bill of Quantities shall be read in conjunction with the Instructions to Bidders,
Conditions of Contract, Technical Specifications and Drawings.
2.
The quantities given in the Bill of Quantities are estimated and provisional, and are given to
provide a common basis for bidding. The basis of payment will be the actual quantities of
work ordered and carried out, as measured by the Contractor and verified by the Engineer-inCharge and valued at the rates and prices tendered in the priced Bill of Quantities, where
applicable, and otherwise at such rates and prices as the Engineer-in-Charge may fix within
the terms of the Contract.
3.
The rates and prices tendered in the priced Bill of Quantities shall, except in so far as it is
otherwise provided under the Contract, include all constructional plant, labour, supervision,
materials, erection, maintenance, insurance, profit, taxes cess and duties, together with all
general risks, liabilities and obligations set out or implied in the Contract.
4.
The rates and prices shall be quoted entirely in Indian Currency.
5.
The cost of Items against which the Contractor has failed to enter a rate or price shall be
deemed to be covered by other rates and prices entered in the Bill of Quantities.
6.
The whole cost of complying with the provisions of the Contract shall be included in the
items provided in the priced Bill of Quantities, and where no Items are provided the cost shall
be deemed to be distributed among the rates and prices entered for the related Items of Work.
7.
General directions and descriptions of work and materials are not necessarily repeated or
summarized in the Bill of Quantities. References to the relevant sections of the contract
documentation shall be made before entering rates or prices against each item in the Bill of
Quantities.
8.
The method of measurement of completed work for payment shall be in accordance with the
specification of Haryana PWD (B&R)
9.
Errors will be corrected by the Employer for any arithmetic errors pursuant to Clause 29 of
the Instructions to Bidders.
10.
DELETED
218
BILL OF QUANTITIES
The prices are to be quoted in the below mentioned form and shall include the supply,
installation, testing and commissioning of all equipments, ancillary materials as specified and
all such items which so ever may be required to fulfill the intent and purpose as laid down in
the specification and/or drawings to achieve the desired results.
Sr.
Description
Unit
Qty.
Rate (Rs.)
No.
Part-A : High Side Works
In figure
In words
1.
1.1
Chilling Units (Centrifugal
Type)
'Supply,
Installation
of
imported Centrifugal Type
Water Cooled Chilling Units
complete with Compressor,
motor, chiller, Condenser,
Drive Sets, mounting frame,
microprocessor control panel,
motor
starter,
inter
connecting refrigerant piping,
suitable for 50 Hz, 3 Ph, 415
V AC and complete as per
specifications and drawings
including
all
accessories,
refrigerant, foundation etc.,
sea freight, insurance, port
clearance upto nearest port.It
shall be BMS Compatiable
WITH VFD.
1..1.1
'Cooling capacity : 450 TR
1.1.2
Condenser In
1.1.3
Condenser Out : 36.4 oC
1.1.4
Chilled water In : 12.2 oC
1.1.5
Chilled water Out : 6.6 oC
1.1.6
Chiller FF (FPS)
1.1.7
Condenser FF (FPS) : 0.001
1.1.8
IKW(UNIT POWER) : 0.63
1.1.9
ARI Certified
2
Pumps
: 32.2 oC
: 0.0005
Nos.
3
219
2.1
Primary Chilled Water
Pumps
Supply, Installation, Testing
and Commissioning
Of
Vertical Split Casinfg chilled
water circulating pump sets
complete
with
coupling,
T.E.F.C. motor, base plate,
Priming Funnel, air vent, air
cock
etc.
as
per
specifications and drawings.
2.1.1
Chilled water 4104 LPM at 12
m head (1 standby).
2.2
Secondary Chilled water
pumps
2.2.1
Supply, Installation, Testing
and Commissioning
of
Vertical
Split
Casing
circulating
pump
sets
complete T.E.F.C. motor,
base plate Primary Funnel,
air vent, air cock etc. as per
specifications & drawings.
2.2.2
Chilled water 2550 LPM at 18
M head (1 standby)
2.2.3
Chilled water 3855 LPM at 18
M head (1 standby)
2.3
Control panel with VFDs, for
Secondary
chilled
water
pumps of capacity 3858 LPM
Each (2 Nos.) & 2550 LPM
each (4 Nos.)
2.4
Condenser Water Pumps
Supply, Installation, Testing
and Commissioning
of
Vertical Split
Condenser
water circulating pumps set
complete with capacity TEFC
motor base plate, Primary
funnel air vent air etc. as per
Nos.
3
Nos.
3
Nos.
2
Set.
1
220
specification and drawings.
2.4.1
3
Condenser water 6498 LPM
at 24 M head (1 standby)
Nos.
3
Nos.
3
Cooling Tower
Providing and fixing of FRP
vertical induced draft cross
flow type cooling tower each
complete with FRP body, FRP
basin, fan, motor, necessary
drive mechanism, sprinkler,
fill media, distribution basin,
pipe connections, ladder etc.
as per specifications and
drawings
including
all
necessary civil work for
foundation.
3.1
525 TR capacity @ 28.3
Deg.C Wb(Ambient)
3.2
Flow Rate
3.3
Motor (10 KW x 2 Fan)
3.4
Cooling Tower 'IN' Temp. :
37.5oC
Cooling Tower 'OUT' Temp.:
32.2oC
3.5
4
: 7581 LPM
Hot Water Generator
Supply, Installation, Testing
and
commissioning
of
package
type
BMS
compatiable
electric
Hot
Water Boilers with M.S. shell,
heater, electric control panel,
controls, safety controls,
pressure
guages,
thermometer,
insulation
complete with fittings and
accessories
as
per
specifications and drawings
including foundation and all
necessary civil work.
221
4.1
'500 KW
Part 'B' : Low Side Works
1.
Unitary Type Air Handling
Units
1.1
Ceiling suspended
Supply, Installation, Testing
and Commissioning of Double
skin, Unitary Air Handling
Units complete with fan
section with fan and motor,
coil section with cooling coils,
Flat
filter
section
with
standard filters, damper, drive
set, belt guard, flexible
connection, and accessories
complete as per specifications
and drawings of capacities as
follows :
1.1.1
2550 CMH with 6 Rows Coil
Cooling 0.28 Sq m. Coil Area,
.75 KW motor at 35 mm static
pressure
1.1.2
2720 CMH with 6 Rows Coil
Cooling 0.29 Sq m. Coil Area,
0.75 KW motor at 35 mm
static pressure
1.1.3
3400 CMH with 6 Rows Coil
Cooling 0.37 Sq m. Coil Area,
0.75 KW motor at 35 mm
static pressure
1.1.4
4250 CMH with 6 Rows Coil
Cooling 0.46 Sq m. Coil Area,
1.1 KW motor at 35 mm static
pressure
1.1.5
5950 CMH with 6 Rows Coil
Cooling 0.64 Sq m. Coil Area,
1.5 KW motor at 40 mm static
pressure
1.1.6
6800 CMH with 6 Rows Coil
Cooling 0.74 Sq m. Coil Area,
1.5 KW motor at 40 mm static
pressure
1.1.7
7650 CMH with 6 Rows Coil
Cooling 0.83 Sq m. Coil Area,
2.3 KW motor at 40mm static
pressure
1.1.8
8500 CMH with 6 Rows Coil
Cooling 0.92 Sq m. Coil Area,
2.3 KW motor at 40 mm static
pressure
Nos.
2
No.
1
Nos.
5
Nos.
1
Nos.
2
Nos.
1
Nos.
6
Nos.
2
Nos.
4
222
1.1.9
1.2
1.2.1
1.2.2
1.2.3
2.
10200 CMH with 6 Rows Coil
Cooling 1.11 Sq m. Coil Area,
2.3 KW motor at 40 mm static
pressure
Air Handling Units For
Operation Theater.
Providing and fixing floor
mounted type double skin
unitary Air Handling Units
complete 6 row cooling coil
with 50 mm thick
PUF
injected panel
imported
centrifugal fan at 125 mmwg
static, fan motor TEFC type,
drive set, coil section with
cooling coils, flat filter section
with Pre-filters,High efficiency
filters,inclined
manometer
across HEPA filters, belt gurd,
fire resisting flexible canvass
connection etc. complete as
per specifications.
5100 CMH with 6 Rows Coil
Cooling 0.55 Sq m. Coil Area,
3.7 KW motor at 125 mm
static pressure
4250 CMH with 6 Rows Coil
Cooling 0.46 Sq m. Coil Area,
3.7 KW motor at 125 mm
static pressure
3400 CMH capacity with 0.37
Sq.m., 6 Rows cooling coil 2.3
KW motor at 125 mm static
pressure
Treated Fresh Air Units
Supply, installation, testing
and commissioning of Double
skin, sheet metal air-handling
units sandwich panel type
with 0.80 mm sheets on
outside and inside, 43 mm
thick PUF insulation, complete
with fan section, filter section,
filters of aluminium wire-mesh
in aluminium frame of 90%
efficiency,
chilled
water
cooling coil of copper tube
and
aluminium
fin
construction squirrel cage,
TEFC, 3-Ph induction motor,
drive package and cushy-foot
mounting, all housed inside
housing of a double skin
construction AHU
with
thermal
break
aluminium
Nos.
39
Nos.
1
Nos.
1
Nos.
6
223
3.1.1
3.1.2
3.1.3
3.1.4
3.1.5
4
sections to meet an external
static pressure as given under
duly mounted on concrete
following capacity as per
blocks and for specifications
and drawings. Complete in all
respects.
25500 CMH with 8 Rows Coil
Cooling 2.79 Sq m. Coil Area,
7.5 KW motor at 50 mm static
pressure
13600 CMH with 8 Rows Coil
Cooling 1.49 Sq m. Coil Area,
3.7 KW motor at 40 mm static
pressure
Fan Coil Units.
Supply, Installation, Testing
and
commissioning
of
Decorative
type
horizontal/vertical fan coil
units, complete with Fan
motors, Cooling Coil, water
valves, filter plenum with
filters etc.
680 CMH (1.0 TR)
1020 CMH (1.5 TR)
1360 CMH (2.0 TR)
1700 CMH (2.5 TR)
2040 CMH (3TR)
Fan Coil Unit Controls
4.1
4.2
4.3
4.4
4.5
Supply, Installation, Testing
and
Commissioning
of
Controls for Fan Coil Units
consisting of 3-way motorized
valve, thermostat, wiring etc.
Water Flow Rate 2.4 USGPM
Water Flow Rate 3.6 USGPM
Water Flow Rate 4.8 USGPM
Water Flow Rate 6.0 USGPM
Water flow rate 7.2 USGPM
2.1
2.2
3.
3.1
4.6
5
5.1
5.1.1
Thermostats with 3 speed fan
control with Digital Dispay
Dynamic Balancing cum
Flow Control Valves
Supply, Installation, Testing
and Commissioning
of
electronic self balancing valve
with
integrated
2-way
modulating control valves in a
single body.
The actuator
shall be capable of accepting
2 – 10 VCD, 4 – 20 mA.
Water flow rate 11-19 USGPM
Nos.
2
Nos.
6
Nos.
Nos.
Nos.
Nos.
Nos.
54
56
12
8
5
Nos.
Nos.
Nos.
Nos.
Nos.
54
56
12
8
5
Nos.
135
Nos.
16
224
5.1.2
5.1.3
5.1.4
5.1.5
5.1.6
5.1.7
6
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
8
6
39
6
2
77
RM
RM
RM
RM
RM
RM
RM
RM
RM
RM
RM
RM
RM
50
350
225
200
175
300
850
725
550
615
75
270
1950
6.1.14
6.1.15
6.2
Water flow rate 19-30 USGPM
Water flow rate 31-42 USGPM
Water flow rate 43-54 USGPM
Water flow rate 55-72 USGPM
Water flow rate 130 USGPM
Modulating Thermostats
Chilled Water Piping
Supply, Installation, Testing
and Commissioning of Mild
steel Chilled water piping of
class ‘C’ complete with fitting,
supports (PUF Block), valves,
Y-Strainer, Expansion Tank,
duly insulated with 30 mm
thick Aluminium foil feaced
Polyurethene Foam (PUF) as
per
specifications
and
drawings.
Mild steel pipes with all
necessary fittings i.e. bends,
tees, reducers,
flanges,
supports and insulation etc.
350 mm
300 mm
250 mm
200 mm
150 mm
125 mm
100 mm
80 mm
65 mm
50 mm
40 mm
32 mm
25 mm
Underground Piping
(Covered with water proof
plaster, tarfelt, binding
wire etc.)
350 mm
300 mm (Rates only)
Butterfly Valves
RM
RM
100
0
6.2.1
6.2.2
6.2.3
6.2.4
6.2.5
6.2.6
6.2.7
6.2.8
6.2.9
6.2.10
350 mm
300 mm (Rates only)
250 mm (Rates only)
200 mm
150 mm
100 mm (Rates only)
80 mm (Rates only)
65 mm (Rates only)
50 mm
40 mm
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
4
0
0
3
6
0
0
0
52
15
6.1
6.1.1
6.1.2
6.1.3
6.1.4
6.1.5
6.1.6
6.1.7
6.1.8
6.1.9
6.1.10
6.1.11
6.1.12
6.1.13
225
6.2.11
6.2.12
6.3
32 mm
25 mm (Rates only)
Ball Valves (With Strainer)
Providing and fixing in position
the following Ball Valves with
strainer duly insulated as per
specifications:
32 mm
25 mm
Motorized Butterfly Valves
Providing and fixing the
following motorized butterfly
valves
Nos.
Nos.
6
0
Nos.
Nos.
5
130
6.4.1
6.4.2
6.5
250 mm
200 mm
Balancing Valves
Nos.
Nos.
6
4
6.5.1
6.5.2
6.5.3
6.5.4
6.5.5
6.5.6
6.5.7
6.5.8
6.5.9
200 mm
150 mm
100 mm (Rates only)
80 mm (Rates only)
65 mm (Rates only)
50 mm
40 mm
32 mm
25 mm (Rates only)
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
11
12
0
0
0
52
15
6
0
6.6
6.6.1
6.6.2
6.7
Non-Return Valves
200 mm
150 mm
Pressure Gauges with gauge
cock, thermowell.
Thermometers with thermowell
Flow Switches
Automatic Air Vents
Thermowell of 15 mm dia.
(Rates only)
Expansion tank
Providing and fixing Closed
Type Expansion Tank with 50
mm thick insulation and as per
specifications and drawings.
1000 LTRS
6.3.1
6.3.2
6.4
6.8
6.9
6.10
6.11
6.12
6.12.1
7.
Condenser Water Piping
Supply, Installation, Testing
and Commissioning of
Mild
steel Condenser water piping of
as per specifications and
drawings.
Nos.
Nos.
Nos.
5
6
94
Nos.
Nos.
Nos.
Nos.
98
3
12
0
No.
1
226
7.1
7.1.1
7.1.2
7.1.3
7.1.4
7.1.5
7.2
7.2.1
7.2.2
7.4
7.4.1
7.5
7.5.1
7.6
7.7
7.8
7.9
7.10
Mild steel pipes with all
necessary fittings i.e. bends,
tees, reducers,
flanges,
supports and insulation etc.
400 mm
250 mm
80 mm
Underground Piping
400 mm
250 mm
Butterfly Valves
400 mm
250 mm
Balancing Valves
250 mm
Non-Return Valves
250 mm
Pressure Gauges with gauge
cock, thermowell.
Thermometers with thermowell
Flow Switches
Thermowell (Rates only)
Float valve
8
8.1
Pipe Cladding
Supply,
Installation,
Testing
and Commissioning of Aluminium
cladding with 0.5 mm aluminium
sheet with overlap on joints and
fixed with self tapping screws
etc. on chilled water/hot water
piping on the terrace, inside AHU
rooms etc. as per specifications
and drawings.
9.
Drain Piping
G. I. drain piping of 'B' Class
complete with fittings, supports,
valves and 2 layers of 6 mm
thick Polyethylene Foam (Kinney
Foam) insulation
as per
specifications and drawings.
Providng and fixing pipes with all
necessary fittings, supports and
insulation.
25 mm
32 mm
40 mm
50 mm
65 mm
Ducting (Factory Fabricated
Duct)
9.1
9.1.1
9.1.2
9.1.3
9.1.4
9.1.4
10.
RM
RM
RM
200
100
20
RM
RM
100
100
Nos.
Nos.
3
18
Nos.
6
Nos.
Nos.
3
6
Nos.
Nos.
Nos.
Nos.
4
1
0
1
sqm.
1750
RM
RM
RM
RM
RM
200
1500
250
150
100
227
10.1
10.1.1
10.1.2
10.1.3
10.1.4
10.1.5
10.2
10.2.1
10.2.2
10.3
10.3.1
10.3.2
10.4
10.4.1
11.
11.1
11.1.1
11.1.2
11.1.3
11.1.4
11.1.5
Sheet metal ducting complete
with supports, dampers, Vanes,
nuts,
bolts
etc.
as
per
specifications and drawings.
G.I. Sheet Metal Ducting
(Rectangular)
0.50 mm (26 Gauge)
0.63 mm (24 Gauge)
0.80 mm (22 Gauge)
1.00 mm (20 Gauge)
1.2 mm (18 Gauge)
Aluminium Sheet Ducting
0.80 mm (22 Ga.)
1.00 mm (20 Ga.)
(Rates only)
Duct Insulation
Providing and fixing of Closed
cell,
Fire
retardant,
self
extinguishing type
crossed
linked polyethylene insulation
density not less than 24 Kg/sqM,
'K' value not more than 0.028
Kcal/degC with adhesive tape
etc. on ducts complete as per
specification and drawings.
13 mm Thick
19 mm Thick
Duct Acoustic Lining (Non
Woven Type)
Providing and fixing duct acoustic
lining with non woven (Mikron)
insulation covered with 0.5 mm
perforated aluminium sheet,
nuts, bolts etc. complete as per
specifications and drawings.
25 mm thick
Grilles/Diffusers
Aluminium fresh air grilles with
damper.
Aluminium supply air grilles with
damper.
Aluminium return air grilles
without damper
Aluminium exhaust air grilles
Aluminium
staircase
pressurization grille with damper
Aluminium Liftwell pressurization
grille with damper
Sqm.
Sqm.
Sqm.
Sqm.
Sqm.
2800
5800
1750
1150
1750
Sqm.
Sqm.
500
0
Sqm.
Sqm.
11265
1985
Sqm.
3000
Sqm.
30
Sqm.
85
Sqm.
135
Sqm.
Sqm.
15
5
Sqm.
2
228
11.1.6
11.1.7
11.1.8
11.1.9
11.1.10
11.1.11
11.1.12
11.1.13
11.1.14
Aluminium dummy grilles without
damper
Aluminium fresh air louvres
Aluminium exhaust air louvres
with bird screen mesh
Aluminium supply air diffuser
with damper
Aluminium exhaust air diffuser
without damper
Aluminium return air diffuser
without damper
Opposed blade volume control
dampers
Opposed blade motorised valve
control damper (Rates only)
Actuators
for
motorised
damper(Rates only)
11.1.15 Aluminium slot diffuser with hit and
miss damper
i) 1 slot (Rates only)
ii) 2 slot
iii) 3 slot (Rates only)
11.1.16 Aluminium slot diffuser without
damper
i) 2 slot (Rates only)
ii) 3 slot (Rates only)
11.1.17 Extruded Aluminium jet nozzle
diffusers
i) 250 mm dia.
ii) 315 mm dia. (Rates only)
iii) 380 mm dia.
iv) 450 mm dia.
Laminar Flow Diffusers for OT's
11.1.18 Aluminium supply air laminar flow
diffusers with damper.
12.
Motorised Type Fire Damper
Supply,Installation, Testing and
commissioning
of
motorized
combination fire damper (spring
return type) of approved make of
atleast 120 minute fire rating and
as per the specifications as detailed
earlier in the relevant sections.The
fire damper shall be complete with
electronic temperature sensor and
electrically operated actuator . The
fire dampers shall be located in the
supply/ return air ducts, at all fire
rated crossovers (shafts/walls etc.)
The control panel will be such
located that the reset can be easily
done These fire dampers shall be
Sqm.
120
Sqm.
Sqm.
35
40
Sqm.
10
Sqm.
1
Sqm.
5
Sqm.
60
Sqm.
0
Sqm.
0
Sqm.
Sqm.
Sqm.
0
135
0
Sqm.
Sqm.
0
0
Sqm.
Sqm.
Sqm.
Sqm.
20
0
6
12
Sqm.
195
229
interlocked with the building
management
system for fire
detection / HVAC and shall
trip/close in the event of fire in the
respective zone.
12.1
12.2
12.3
13
13.1
13.2
13.3
13.4
13.5
14.
14.1
Fire Damper
Motorised fire dampers
Motorised Assembly for Dampers
Providing and fixing Galvanised
sheet fire damper with limit
switch as per specifications and
drawings.
Supply air fire damper
Return air fire damper
Solenoid Assembly for Dampers
Fresh air dampers
G.I. Duct Volume control dampers
AHU Room Acoustic treatment
Providing and fixing Acoustic
treatment of AHU rooms with 50
mm thick fibre glass insulation and
G.I. frame work covered with 0.80
mm perforated aluminium sheet
as
per
specifications
and
drawings.
Part ‘C’ : Electrical Works
1
1.1
1.1.1
1.1.2
1.1.3
Electrical Control Panel
Supply, installation, testing and
commissioning of main panel
boards made of 2.0 mm thick steel
sheet duly powder coated complete
with voltmeter, ammeter, indicating
lights, selector switch, incoming/
outgoing isolators, current operated
single
phase
preventor,
CTS
contactors, A/M Switch for remote
controls operation complete as per
specifications and drawings and as
required.
Main A.C. Panel-P1
Incomer
1 No. 2500 Amps ACB TP+NL
incoming (drawout type)
1 No. 3000 Amps aluminium
conductor bus bar duly sleeved
1 No. electronic energy meter with
Sqm.
Sqm.
Nos.
65
70
25
Sqm.
Sqm.
Nos.
Sqm.
35
40
41
20
Sqm.
200
Sqm.
300
230
1.1.4
1.1.5
1.1.6
1.2
1.2.1
CTs.
1 No. Ammeter with ASS & CTs.
1 No. voltmeter with VSS.
3 Nos. phase indicating lamps
1.3.1
Outgoing
3 No. 1000 Amps TP+NL ACB
outgoing for 450 TR chillers.
3 Nos. 100 Amps MCCB TP+NL
outgoing for condenser water
pumps with 30 KW motor(1
Standby) (Chiller Condenser Water
Pump)
3 No. 63 Amps MCCB outgoing for
525 TR Cooling Tower with 75 x 2
KW motor.
3 Nos. 63 Amps TP MCCB outgoing
for Primary chilled water pumps
with 15 KW motor.(1 standby)
3 Nos. 63 Amps TP MCCB outgoing
for secondary chilled water pumps
with 15 KW motor with VFD
1 No. 63 Amps TP MCCB outgoing
for secondary chilled water pumps
with 18.5 KW motor with VFD
1 Nos. 100 Amps MCCB TP+NL
outgoing for spare
1 No. 63 Amps MCCB TP+NL
outgoing for spare
3 Nos. automatic type star delta
starter for Primary water pumps (15
KW)
3 No. Automatic Type Star Delta
Starter for Cooling Tower (1.5 x 2
kW)
3 No. Automatic Type Star Delta
Starter for Condenser Water Pump
All starter shall have following
accessories :
1 No. overload relay
1.3.2
1 No. Ammeter with ASS & CTs.
1.3.3
1.3.4
1 No. single phase preventer MPRD2 type
2 Nos. ON/OFF indicating lights
1.3.5
2 Nos. ON/OFF push buttons
2
Sub Panel
1.2.2
1.2.3
1.2.4
1.2.5
1.2.6
1.2.7
1.2.8
1.2.9
1.2.10
1.2.11
1.3
Set
1
231
2.1
Supply, installation, testing and
commissioning of wall mounted sub
panel boards for AHUs, Blower with
switch,
starters,
lamps
inter
connections, current operated single
phase preventer, A/M switch etc. as
per specifications and drawings and
as required.
Panel - P1
OUTGOING
2.1.1
2.1.2
2.1.3
1 No. 16 Amps MCCB for 0.75 KW
motor
1 No. DOL Starter
2.1.4
1 No. single phase preventer MPRD2 type
1 No. ammeter
2.1.5
2 Nos indicating lights
2.1.6
2 Nos. Push buttons
2.2
Panel - P2
Nos.
7
Nos.
2
Nos.
7
OUTGOING
2.2.1
2.2.2
2.2.3
1 No. 16 Amps MCCB for 1.1 KW
motor
1 No. DOL Starter
2.2.4
1 No. single phase preventer MPRD2 type
1 No. ammeter
2.2.5
2 Nos indicating lights
2.2.6
2 Nos. Push buttons
2.3
Panel - P3
OUTGOING
2.3.1
2.3.2
2.3.3
1 No. 16 Amps MCB outgoing for 1.5
KW motor
1 No. DOL Starter
2.3.4
1 No. single phase preventer MPRD2 type
1 No. ammeter with ASS & CT
2.3.5
2.3.6
2 Nos indicating lights
2 Nos. Push buttons
232
2.4
Panel - P4
OUTGOING
2.4.1
2.4.2
2.4.3
1 No. 32 Amps MCB outgoing for 3.7
KW motor
1 No. Star Delta Starter
2.4.4
1 No. single phase preventer MPRD2 type
1 No. ammeter with ASS & CT
2.4.5
2 Nos indicating lights
2.4.6
2 Nos. Push buttons
2.5
Panel - P5
Nos.
8
Nos.
2
Nos.
51
OUTGOING
2.5.1
2.5.2
2.5.3
1 No. 16 Amps MCB for 2.3 KW
motor
1 No. DOL Starter
2.5.4
1 No. single phase preventer MPRD2 type
1 No. ammeter
2.5.5
2 Nos indicating lights
2.5.6
2 Nos. Push buttons
2.6
Panel - P6
OUTGOING
2.6.1
2.6.2
2.6.3
1 No. 40 Amps MCCB outgoing for
7.5 KW motor
1 No. Star Delta Starter
2.6.4
1 No. single phase preventer MPRD2 type
1 No. ammeter with ASS & CT
2.6.5
2 Nos indicating lights
2.6.6
2 Nos. Push buttons
3
Weather Proof isolators for
Cooling Tower
233
Supply, installation, testing and
commissioning of out door weather
proof switch box of continuous
welded construction, fabricated out
of 2 mm thick G.I. sheet complete
with water tight gasket with front
openable
and
lockable
door
including earthing, painting, glands,
danger boards etc. suitable for
mounting on wall with M.S. angle
iron frame of size 40x40x6 mm
consisting
of
relevant
I.S.
specifications and drawings.
3.2.1
63 Amps TP Isolator for cooling
towers near cooling towers.
3.2.2
1 No. current operated MPRD-2
single phase preventor
3.2.3
1 No. Voltmeter selector switch
3.2.4
1 No. ammeter selector switch
4.
4.1
4.1.1
4.1.2
4.1.3
4.1.4
4.1.5
4.1.6
4.1.7
4.2
4.2.1
4.2.2
4.2.3
4.2.4
5.
6.
Cabling
Electrical cable
Providing and fixing PVC insulated
armoured Copper conductor cables
from main panel boards to various
equipments through walls/ceiling
with appropriate clamps and fixing
arrangements, cable tray etc. as per
specifications and drawings.
3 1/2 Core - 2 x240 mm2 (Rates
only)
3 1/2 Core - 2 x185 mm2
3 1/2 Core - 2 x10 mm2
3 Core - 6 mm2
3 Core - 4 mm2
3 Core - 2.5 mm2
3 Core - 1.5 mm2
Control Cabling
8 Core 1.5 mm2 Cu Cable
6 Core 1.5 mm2 Cu Cable
3 Core 1.5 mm2 Cu Cable
2 Core 1.5 mm2 Cu Cable
Double
earthing
continuity
conductors between panel boards
and equipments as required and as
per I.E. rules 1956. 6 SWG Copper
wire/strip.
Cable Trays
Set
1
2RM
0
2RM
2RM
RM
RM
RM
RM
50
70
180
250
150
500
RM
RM
RM
RM
250
1100
1800
1200
RM
100
234
Fabricating
and
installing
perforated MS
cable
trays
including horizontal and vertical
bends,
reducers,
tees
cross
members and other accessories
as required and duly suspended
from
the ceiling with M.S.
suspenders and including painting
etc. as required.
100 mm x 50 mm x 1.6 mm
300 mm x 62.5 mm x 2.0 mm
Control Console Panel
6.1
6.2
7.
7.1
7.2
7.3
7.4
------
Rm
Rm
200
20
Set
1
Suuplying, Installation, Testing &
Commissioning of floor mounted
desk type Control Consiole in A/c
plant room containing various
indications and controls for the A.C.
system comprising of 3 Nos. chilling
machine, 11 Nos. pumps, 3 Nos.
cooling tower, 77 Nos AHU/CSU with
test push buttons facility. The panel
shall be fabricated from minimum
1.633 thick M.S. Powder coated
sheet of approved design. The A.C.
module of the Central Control shall
have the following accessories:
Status indication (ON, OFF & Fault)
for each compressor for each chilling
machine and all pumps.
Push Buttons & Indication lamps for
remote start & stop and status
indication for each of the 77 AHUs.
Push Buttons & Indication lamps for
remote start & stop and status
indication(ON, OFF & Fault) for each
of the 3 Nos. Cooling Tower motors
and low level indication for each of
4 Nos. cooling tower.
Hooter & Flashing lamps to indicate
opearion of any safety/shut down
with necessary contractors, accept,
reset and test push buttons
complete as per specifications.
3 Nos. Chiller
3 Nos. Cooling Tower
3 Nos. Primary Chilled Water Pumps
3 Nos. Secondary Chilled Water
Pumps
3 Nos. Condenser Water Pumps
-- 77 Nos. Air Handling Units/Ceiling
Suspended units
Operation,
maintenance
(Routine & preventive) and
235
breakdown maintenance of
high side and low side of Air
conditioning plant comprising
of
all
the
machinery,
equipments installed in the
building including cooling
towers in one shift of 8 hours
including
Sundays
and
holidays during 5 years as
under :
1st Year – Operation only
2nd Year – Operation and
Comprehensive maintenance
3rd Year – Operation and
Comprehensive maintenance
4th Year – Operation and
Comprehensive maintenance
5th Year – Operation and
Comprehensive maintenance
One
Job
One
Job
One
Job
One
Job
One
Job
Condition: - For evaluation of Lowest Tenderer, Price of AMC shall be included in the price
bid of the bid.
Executive Engineer,
Electrical Division,
PWD B&R Branch, Rohtak
Download