iiser

355
Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I INDEX Sl.No PARTICULARS PAGES 1 Eligibility Bid 1 to 50 2 Financial Bid 51 to 553 Name of work : Construction of Civil Structures and other Infrastructure facilities for Academic area at IISER Campus at Vithura, Thiruvananthapuram- Phase I. SH: Construction of Physical Science Block, Biological Science block, Animal House and Concourse including internal and external civil & Electrical services, fire fighting, Lifts, Site development – (Balance Work).

Upload: executive-engineer

Post on 13-Dec-2015

70 views

Category:

Documents


13 download

DESCRIPTION

IISER

TRANSCRIPT

Page 1: iiser

Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I

INDEX

Sl.No PARTICULARS PAGES

1 Eligibility Bid 1 to 50

2 Financial Bid 51 to 553

Name of work: Construction of Civil Structures and other Infrastructure facilities for Academic area at IISER Campus at Vithura, Thiruvananthapuram- Phase I. SH: Construction of Physical Science Block, Biological Science block, Animal House and Concourse including internal and external civil & Electrical services, fire fighting, Lifts, Site development – (Balance Work).

Page 2: iiser

GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT OFFICE OF THE CHIEF PROJECT MANAGER

IISER TVM PROJECT ZONE

PART - I ELIGIBILITY BID

Name of work : Construction of Civil Structures and other Infrastructure facilities for Academic area at IISER Campus at Vithura, Thiruvananthapuram- Phase I. SH: Construction of Physical Science Block, Biological Science block, Animal House and Concourse including internal and external civil & Electrical services, fire fighting, Lifts, Site development - (Balance Work).

Estimated cost (composite) : Rs. 139,64,20,913/-

[(Civil) = Rs. 1041924574/-+ (Electrical) = Rs.35,44,96,339/- ]

Page 3: iiser

Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I

INDEX

Name of work : Construction of Civil Structures and other Infrastructure facilities for Academic area at IISER Campus at Vithura, Thiruvananthapuram- Phase I. SH: Construction of Physical Science Block, Biological Science block, Animal House and Concourse including internal and external civil & Electrical services, fire fighting, Lifts, Site development – (Balance Work).

Sl. no. Description Page No.

PART – I (ELIGIBILITY BID DOCUMENT)

1. Invitation of Bid 1-4 2. Notice inviting e-tender. CPWD -6 5-14 3. Section I - Brief particulars of the work. 15-16 4. Section II - Information & instructions for bidders. 17-23 5. Section III - Information regarding eligibility. i. Letter of transmittal. 24 ii. Financial information - Form A 25 iii. Form of banker’s certificate - Form B 26 iv. Details of all works of similar class - Form C 27 v. Performance report on work completed - Time overrun - Form D 28 vi. Performance report on works under execution - Form D1 29 vii. Performance report of works - Quality - Form E 30 viii. Structure and organization - Form F 31-32 ix. Details of technical and admn. Personnel - Form G 33 x. Details of construction plant & equipment - Form H 34-36 xi. Affidavit regarding non black listing - Form J 37 xii. Criteria for evaluation of the performance of contractors for pre-

Eligibility. 38-40

xiii. Integrity Pact & Agreement 41-47 xiv. Form of Earnest Money Deposit (Bank Guarantee Bond) 48 xv. Form Of Performance Security (Bank Guarantee Bond) 49-50

Certified that this Eligibility bid document contains total 50 pages.

Assistant Engineer Executive Engineer IISER TVM Project SubDivision-1 IISER TVM Project Division - 1 Thiruvananthapuram Thiruvananthapuram

Page 4: iiser

1

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

INVITATION OF BIDS ON TWO BID SYSTEM [(i) Eligibility Bid, (ii) Financial Bid)]

1. The Executive Engineer, IISER TVM Project Division - 1, CPWD, CGO Complex, Vellayani P.O. Thiruvananthapuram, invites on behalf of the President of India online percentage rate composite bids from firms/contractors of repute in two bid system [(i) Eligibility bid & (ii) Financial bid] for the following work :

Sl

. No.

NIT

No. Name of

work & Location

Es

timat

ed c

ost p

ut to

bid

Earn

est M

oney

Perio

d of

Com

plet

ion

Last

dat

e &

time

of

subm

issio

n of

bid

s

(E

ligib

ility

Bids

& fi

nanc

ial

bids

) Ti

me

& da

te o

f ope

ning

of

Elig

ibilit

y bi

ds

Tim

e Pe

riod

allo

wed

for

subm

issio

n of

orig

inal

s of

al

l the

sca

nned

and

up

load

ed d

ocum

ents

and

th

e ph

ysica

l EM

D as

sp

ecifi

ed in

NIT

by

the

low

est b

idde

r.

1 2 3 4 5 6 7 8 9 1

02/C

PMII

SER

TVM

PZ/

IISE

R T

VM P

D-1

/201

5-16

Construction of Civil Structures and other Infrastructure facilities for Academic area at IISER Campus at Vithura, Thiruvananthapuram- Phase I. SH: Construction of Physical Science Block, Biological Science block, Animal House and Concourse including internal and external civil & Electrical services, fire fighting, Lifts, Site development – (Balance Work).

Rs. 1

39,6

4,20

,913

/-[C

ivil

: Rs.

104

,19,

24,5

74/-

+

Elec

trica

l: Rs

. 35,

44,9

6,33

9/-]

Rs. 1

,49,

64,2

09/-

24 (T

wen

ty fo

ur) M

onth

s

Up to

3.0

0 PM

on

24-0

8-20

15

4.00

PM

on

24-

08-2

015

Within a week of opening of the financial bid in the office of

tender opening authority.

** To be filled by the EE

2. Contractors who fulfill the following requirements shall be eligible to apply. (a) Should have satisfactorily completed the works as mentioned below during the

last Seven years ending previous day of last date of submission of tenders.

Page 5: iiser

2

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

(i) Three similar works each costing not less than Rs. 5590 lakhs, or two similar works each costing not less than Rs. 8380 lakhs or one similar work costing not less than Rs. 11170 lakhs and;

(ii) One completed work of any nature (either part of (i) above or separately) costing not less than Rs. 5590 lakhs with any Central or State Government Department/ Autonomous Body/Public Sector Undertaking/City Development Authority/ Municipal Corporation formed under any Act of Central/State Government and published in Central/State Gazette.

“Similar work” shall means “RCC framed structure Building work comprising of Civil work items necessary to complete the building including water supply, sanitary installations & drainage work and internal Electrical Installations”.

The value of executed works shall be brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum; calculated from the date of completion to last date of receipt of application for bid.

(b) Should have had average annual financial turnover (gross) of Rs. 13964.21 lakhs on construction works during the last three financial years ending 31st March, 2015 (Scanned copy of the certificates from Chartered accountant to be uploaded).

(c) Should not have incurred any loss in more than two years during the immediate last five consecutive financial years ending 31st March 2015 duly audited and certified by the Charted Accountants.

(d) Should have a solvency of Rs. 5590 Lakhs certified by the Bankers (Scanned copy of original solvency to be uploaded).

3. (i) Joint ventures/ consortium and special purpose vehicles are not eligible.

(ii) Firms/Contractors whose contract is rescinded during the last seven years ending previous day of last date of submission of tender are not eligible.

(iii) Firms/Contractors who are black listed, debarred are not eligible.

4. The intending bidder must read the terms and conditions of CPWD-6 carefully. The intending bidder should submit his/their bid only if she/he/they considers himself/themselves eligible and she/he/they is/are in possession of all the documents required.

5. Information and Instructions, for bidders posted on website shall form part of bid documents.

6. Bid documents consisting of plans, specifications, schedule of quantities of various types of items of works to be executed and set of terms and conditions of the contract to be complied with and other necessary documents can be seen and downloaded from website www.tenderwizard.com/cpwd free of cost.

Page 6: iiser

3

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

7. Bid can be submitted only after

(i) Depositing processing fee in favour of M/s ITI limited through their e-gate way by credit/debit card, Internet Banking or RTGS/NEFT facility.

(ii) Uploading the mandatory scanned documents such as Demand Draft or Pay order or Banker’s Cheque or Deposit at call Receipt or Fixed Deposit Receipts and Bank Guarantee of any Scheduled Bank towards EMD drawn in favour of The Executive Engineer , Trivandrum Central Division, CPWD, Thiruvananthapuram and;

(iii) Other documents as specified in the NIT.

The Contractors already registered on the e-tendering portal will have option to continue by paying tender processing fee up to one year from the date of registration, or to switch over to (new) registration without tender processing fee any time. All new registrations from 01.04.2015 will be without tender processing fee.

8. Those contractors, who have not registered on the website mentioned above, are required to get registered beforehand. If needed they can be imparted training on online bidding process as per details available on the website.

9. The intending bidder must have valid class-III digital signature to submit the bid.

10. On opening date, the contractor can login and see the bid opening process. After opening of bids he will receive the competitor bid sheets.

11. Contractor can upload documents in the form of JPG format and PDF format.

12. Certificate of Financial Turnover: At the time of submission of bid, contractor may upload Affidavit/Certificate from Chartered Accountant mentioning Financial Turnover of last 5 (five) years or for the period as specified in the bid document and further details if required may be asked from the contractor after opening of Eligibility bids. There is no need to upload entire voluminous balance sheet.

13. Eligibility bids shall be opened first on the due date and time as mentioned above. The time and date of opening of Financial bids of contractors who qualifies in the Eligibility Bid shall be communicated to them at a later date after evaluation of eligibility bids.

14. Pre-Bid conference shall be held in the chamber of Chief Project Manager, IISER TVM Project Zone, CPWD, CGO Complex, Poonkulam, Trivandrum at 11:30 AM on 17-08-2015 to clear the doubt if any of intending bidders. If further pre bid conferences are required for complete and effective interactions, the date and time of same will be communicated at the end of the pre bid meeting.

15. The department reserves the right to reject any prospective Applications/ bids without assigning any reason thereof and to restrict the list of qualified contractors to any number deemed suitable by it, if too many bids/applications satisfying the laid down criteria are received.

* To be filled by EE

Page 7: iiser

4

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

16. List of Documents to be scanned and uploaded within the period of

bid submission:

i) Treasury Challan / Demand draft/ Pay order or Banker’s cheque / Deposit at call receipt/ FDR/ Bank guarantee of any Schedule bank against EMD.

ii) Enlistment order of the Contractor if he is a registered contractor iii) Letter of transmittal. iv) Certificate of Financial Turnover from Chartered Accountant. (Form “A”) v) Bank Solvency Certificate.(Form “B”) vi) Certificates of Work Experience. (Form “C”, “D”, “D1”, “E”) vii) Structure and organization (Form “F”) viii) Details of Technical and administrative Personal (Form “G”) ix) Details of Construction equipments. (Form “H”) x) Proof of no Loss suffered. xi) Notarized Affidavit of ‘Non-black listing’ by State/Central departments/

PSU/Autonomous bodies on non judicial stamp paper of value Rs.100/-(Form “J”).

xii) An under taking that “The physical EMD shall be deposited by me/us with the Executive Engineer calling the tender within a week of the opening of financial bid in case I/we become the lowest tenderer, failing which the department may reject the tender and also take action to withdraw my/our enlistment.”

xiii) Two affidavits as per clause 1.2.2(i) and 1.2.2(ii) of CPWD-6 on non-judicial stamp paper of value Rs 200/- each.

xiv) If the bidder is a firm in partnership, the application shall be signed by all the partners of the firm above their full typewritten names and current addresses or alternatively by a partner holding power of attorney for the firm. In the later case a certified true copy of the power of attorney should also be scanned and uploaded to the e-tendering website. In both cases a certified copy of the partnership deed and current address of all the partners of the firm should accompany the application.

xv) If the bidder is a limited company or a corporation, the application shall be signed by a duly authorized person holding power of attorney for signing the application accompanied by a copy of the power of attorney. The bidder should also upload a copy of the Memorandum of Articles of Association duly attested by a Public Notary.

Executive Engineer IISER TVM Project Division - 1

CPWD, Trivandrum

Page 8: iiser

5

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

CPWD-6 GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT NOTICE INVITING TENDER

1. Online percentage rate composite bids in two bid system [Eligibility bid & Financial bid] are invited on behalf of President of India from firms/contractors of repute for the work of: Construction of Civil Structures and other Infrastructure facilities for Academic area at IISER Campus at Vithura, Thiruvananthapuram- Phase I. SH: Construction of Physical Science Block, Biological Science block, Animal House and Concourse including internal and external civil & Electrical services, fire fighting, Lifts, Site development – (Balance Work).

1.1 The work is estimated to cost Rs. 139,64,20,913/-[ Civil : Rs. 104,19,24,574/-+ Electrical : Rs. 35,44,96,339/-]. This estimate, however, is given merely as a rough guide.

1.1.1 The authority competent to approve NIT for the combined cost and belonging to the major discipline will consolidate NITs for calling the bids. He will also nominate Division which will deal with all matters relating to the invitation of bids The eligibility of bidders will correspond to the combined estimated cost of different components put to bid. 1.1.2 Joint ventures consortium and special purpose vehicles are not eligible. 1.1.3 Firms/Contractors whose contract is rescinded are not eligible. 1.1.4 Firms/Contractors who are blacklisted, de barred are not eligible.

1.2 Intending bidder is eligible to submit his bid provided he has definite proof from the appropriate authority, which shall be to the satisfaction of the competent authority, of having satisfactorily completed similar works of magnitude specified below :-

Criteria of eligibility for CPWD as well as Non-CPWD contractors.

1.2.1 (i) Three similar works each of value not less than Rs. 5590 lakhs or two similar works each of value not less than Rs. 8380 lakhs or one similar work of value not less than Rs. 11170 lakhs satisfactorily completed in last 7 years ending previous day of the last date of submission of bid.

AND (ii) One completed work of any nature (either part of (i) above mentioned similar works or a separate one) costing not less than Rs. 5590 lakhs with any Central Government Department/State Government Department/Central Autonomous Body/State Autonomous Body/Central Public Sector Undertaking/State Public Sector Undertaking City Development Authority/ Municipal Corporation of City formed under any Act by Central/State Government and published in Central/State Gazette.

Page 9: iiser

6

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

For this purpose:

“Similar work” shall means “RCC framed structure Building work comprising of Civil work items necessary to complete the building including water supply, sanitary installations & drainage work and internal Electrical Installations”.

“Cost of work” shall mean “Gross value of the completed work including the cost of materials supplied by the Government/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 concerned. Bidders are required to submit TDS Certificates in Form 16-A, in case the similar works are executed for a private body, which shall form basis for establishing the completion cost of similar work executed by the bidder.

The value of executed works shall be brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum; calculated from the date of completion to last date of receipt of bid. 1.2.2 To become eligible for submission of bid, the bidders shall have to furnish affidavit in non-judicial stamp paper worth of Rs 200/- each as under:-

(i) I/We undertake and confirm that eligible similar works(s) has/have not been got executed through another contractor on back to back basis. Further that, if such a violation comes to the notice of Department, then I/we shall be debarred for bidding in CPWD in future forever. Also, if such a violation comes to the notice of Department before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee. (Scanned copy of the affidavit to be uploaded at the time of submission of bid.)

(ii) I/We undertake and confirm that I/We have not abandoned any of the work entrusted to me /us nor any of the work entrusted to me/us have been rescinded by any of the Central /State Govt Departments, Undertakings, Autonomous institutions, Agencies, Societies, Enterprises and Companies during last 7 (seven) years ending previous day of last date of submission of bid (scanned copy of the affidavit to be uploaded at the time of submission of bid).

1.2.3 The bidder should have had average annual financial turnover (gross) of Rs. 13964.21 lakhs on construction works during last three consecutive financial years, duly certified and audited by the Chartered Accountant. Year in which no Turnover is shown would also be considered for working out the average.

1.2.4 The bidder should not have incurred any loss in more than two years during the immediate last five consecutive financial years, duly certified by the Chartered Accountant.

Page 10: iiser

7

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

1.2.5 The bidding capacity of the contractor should be equal to or more than the estimated cost of the work put to Tender. The bidding capacity shall be worked out by the following formula:

Bidding Capacity = [AxNx1.5] - B

Where,

A = Maximum turnover in construction works executed in any one year during the last five years taking into account the completed as well as works in progress. The value of completed work shall be brought to current costing level by enhancing it at simple rate at 7% per annum.

N = Number of years prescribed for completion of work for which bids has been invited.

B = Value of existing commitments and ongoing works to be completed during the period of completion of work for which bids have been invited.

1.2.6 The bidder should have a solvency of Rs. 5590 lakhs certified by his Bankers.

1.2.7 The bidder should own construction equipment as per list required for proper and timely execution of the work or else, he should certify that he would be able to manage the equipment by hiring etc. and submit the list of firms from whom he proposes to hire.

1.2.8 The bidder should have sufficient number of Technical and Administrative employees for proper execution of the contract. The bidder should submit a list of these employees stating clearly how these would be involved in this work.

1.2.9 The bidder’s performance for each work completed in the last seven years and in hand should be certified by an officer not below the rank of Executive Engineer or equivalent.

2. Agreement shall be drawn with the successful bidder on prescribed Form No. CPWD 7 (or other Standard Form as mentioned) which is available as a Govt. of India Publication and also available on website www.cpwd.gov.in. Bidders shall quote their rates as per various terms and conditions of the said form which will form part of the agreement.

3. The time allowed for carrying out the work will be 24 (Twenty four) Months from the date of start as defined in schedule ‘F’ or from the first date of handing over of the site, whichever is later, in accordance with the phasing, if any, indicated in the bid documents.

4. i) The site for the work is available. OR

The site for the work shall be made available in parts as specified below:- …………………………………………………………………………………………

ii) The architectural and structural drawings for the work is available.

Page 11: iiser

8

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

The architectural and structural drawing shall be made available in phased manner, as per requirement of the same as per approved programme of completion submitted by the contractor after award of work.

5. The bid document consisting of plans, specifications, the schedule of quantities of

various types of items to be executed and the set of terms and conditions of the contract to be complied with and other necessary documents except Standard General Conditions of Contract Form can be seen on website www.tenderwizard.com/CPWD free of cost.

Plans can also be seen in the office of Executive Engineer, IISER TVM Project Division- 1, CPWD, Thiruvananthapuram-22. The standard publications like General conditions of works and Delhi Analysis of Rates 2014 (for civil and electrical) with amendments/ correction slips can be seen free of cost from website www.cpwd.gov.in.

6. After submission of the bid the contractor can re-submit revised bid any number of times but before last time and date of submission of bid as notified.

7. While submitting the revised bid, contractor can revise the rate of one or more item(s) any number of times (he need not re-enter rate of all the items) but before last time and date of submission of bid as notified.

8. When bids are invited in two/three stage/bid/envelope system and if it is desired and requested to submit revised financial bid then it shall be mandatory for the bidder to submit revised financial bid. If not submitted then the bid submitted earlier shall become invalid.

9

9.1 Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or Banker’s Cheque or Deposit at Call Receipt or Fixed Deposit Receipt (drawn in favour of Executive Engineer, Trivandrum Central Division, CPWD, Trivandrum) shall be scanned and uploaded to the e-Tendering website within the period of bid submission and original should be deposited in office of Executive Engineer, IISER TVM Project Division- I, Trivandrum.

A part of earnest money is acceptable in the form of bank guarantee also. In such case, 50% of earnest money or Rs. 20 lakh, whichever is less, will have to be deposited in shape prescribed above, and balance in shape of Bank Guarantee of any scheduled bank which is to be scanned and uploaded by the intending bidders.

Amount of EMD can be paid by multiple demand draft /pay order / banker’s cheque / deposit at call receipt / Fixed deposit receipts along with multiple bank guarantees of any scheduled bank if EMD is also acceptable in the form of Bank guarantee.

Bank Guarantee of any scheduled bank should be valid for a period of 6 (six) months which is to be scanned and uploaded by the intending bidders. The intending bidder has to fill up all the details such as Banker’s name, Demand draft/ Fixed deposit Receipt Pay Order/ Banker’s Cheque / Bank Guarantee number, amount and date.

Page 12: iiser

9

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

The Physical EMD (of the scanned copy of EMD uploaded) should be deposited by the lowest bidder within a week after opening of financial bid failing which the tender shall be rejected and the enlistment of the agency shall be withdrawn by the enlisting authority.

The following undertaking in this regard shall also be uploaded by the intending bidders:-

“The physical EMD shall be deposited by me/us with the Executive Engineer calling the tender within a week of the opening of financial bid in case I/we become the lowest tenderer, failing which the department may reject the tender and also take action to withdraw my/our enlistment.”

9.2 Intended contractor who wish to participate in the bid has also to make following payments within the period of bid submission.

(i) e-Tender Processing Fee– Rs.5700/-** if registration with tender processing fee is continued shall be payable to M/s ITI Limited through their e-gateway by credit/debit card, internet banking or RTGS/NEFT facility.

9.3 Copy of Enlistment Order and certificate of Work experience and other documents as specified in the invitation of bid shall be scanned and uploaded within the period of bid submission. However, certified true copy of all the scanned and uploaded documents as specified in “invitation of bid” shall have to be submitted along with physical original EMD [of the scanned copy of EMD uploaded] within a week physically in the office of tender opening authority by the lowest bidder.

9.4 Online bid documents of only those bidders shall be opened who have deposited e-Tender Processing Fee with M/s ITI limited, Uploaded the scanned copy of EMD and other documents as specified in the NIT and are found in order.

The bid submitted shall be opened at 4.00 PM on 24-08-2015. ** To be filled by EE

10 10.1 The bid submitted shall become invalid and cost of bid and e-Tender

processing fee shall not be refunded if: (i) The bidder is found ineligible.

(ii) The bidder does not upload all the documents as stipulated in the bid document including the undertaking about deposition of physical EMD of the scanned copy of the EMD uploaded.

(iii) If any discrepancy is noticed between the documents as uploaded at the time of submission of bid and hard copies as submitted physically by the lowest bidder in the office of tender opening authority.

(iv) Bids on which any of the prescribed conditions is not fulfilled or any condition including that of conditional rebate is put forth by the bidders.

Page 13: iiser

10

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

(v) The lowest bidder does not deposit physical EMD within a week of opening of tender.

(vi) The bidder hide and not furnished the performance of work as per NIT condition.

10.2 In case any discrepancy is noticed between the documents as uploaded at the time of submission of the bid online and hard copies as submitted physically in the office of Executive Engineer, then the bid submitted shall become invalid and the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. Further, the tenderer shall not be allowed to participate in the retendering process of the work.

10.3 After opening of the eligibility bid, the deficiencies found in the bid of each bidder viz a viz requirements as per NIT will be communicated to individual bidders by Speed Post and/or by email with a request to furnish required documents within one week of receipt, and if the bidder failed to furnish the requisite document /details within the time limit specified, it will be presumed that the individual bidder do not have any further documents to furnish and decision on bids will be taken accordingly.

11. The contractor whose bid is accepted will be required to furnish performance guarantee of 5% (Five Percent) of the bid amount within the period specified in Schedule F. This guarantee shall be in the form of cash (in case guarantee amount is less than Rs. 10000/-) or Deposit at Call receipt of any scheduled bank/Banker’s cheque of any scheduled bank/Demand Draft of any scheduled bank/Pay order of any Scheduled Bank of any scheduled bank (in case guarantee amount is less than Rs. 1,00,000/-) or Government Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of India in accordance with the prescribed form. In case the contractor fails to deposit the said performance guarantee within the period as indicated in Schedule ‘F’, including the extended period if any, the Earnest Money deposited by the contractor shall be forfeited automatically without any notice to the contractor. The Earnest Money deposited along with bid shall be returned after receiving the aforesaid performance guarantee.

The contractor whose bid is accepted will also be required to furnish either copy of applicable licenses/registrations or proof of applying for obtaining labour licenses, registration with EPFO, ESIC and BOCW Welfare Board and programme Chart (Time and Progress) within the period specified in Schedule F.

12. Intending Bidders are advised to inspect and examine the site, structures and its surroundings and satisfy themselves before submitting their bids as to the nature of the ground and sub-soil (so far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their bid. A bidders shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charge consequent on any misunderstanding or otherwise shall be allowed. The bidders shall be responsible for arranging

Page 14: iiser

11

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

and maintaining at his own cost all materials, tools & plants, water, electricity access, facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of a bid by a bidder implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and plant, etc. will be issued to him by the Government and local conditions and other factors having a bearing on the execution of the work.

13. The competent authority on behalf of the President of India does not bind itself to accept the lowest or any other bid and reserves to itself the authority to reject any or all the bids received without the assignment of any reason. All bids in which any of the prescribed condition is not fulfilled or any condition including that of conditional rebate is put forth by the bidders shall be summarily rejected.

14. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the bids submitted by the contractors who resort to canvassing will be liable for rejection.

15. The competent authority on behalf of President of India reserves to himself the right of accepting the whole or any part of the bid and the bidders shall be bound to perform the same at the rate quoted.

16. The contractor shall not be permitted to bid for works in the CPWD Circle (Division in case of contractors of Horticulture/Nursery category) responsible for award and execution of contracts, in which his near relative is posted a Divisional Accountant or as an officer in any capacity between the grades of Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any gazetted officer in the Central Public Works Department or in the Ministry of Urban Development. Any breach of this condition by the contractor would render him liable to be removed from the approved list of contractors of this Department.

17. No Engineer of Gazetted Rank or other Gazetted Officer employed in Engineering or Administrative duties in an Engineering Department of the Government of India is allowed to work as a contractor for a period of one year after his retirement from Government service, without the prior permission of the Government of India in writing. 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 of India as aforesaid before submission of the bid or engagement in the contractor’s service.

18. The bid for the works shall remain open for acceptance for a period of ninety (90) days from the date of opening of Eligibility bid, if any bidder withdraws his bid before the said period or issue of letter of acceptance, whichever is earlier, or makes any modifications in the terms and conditions of the bid which are not acceptable to the department, then the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money

Page 15: iiser

12

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

as aforesaid. Further the bidders shall not be allowed to participate in the rebidding process of the work.

19. This notice inviting Bid shall form a part of the contract document. The successful bidder/contractor, on acceptance of his bid by the Accepting Authority shall within 15 days from the stipulated date of start of the work, sign the contract consisting of:- a) The Notice Inviting Bid, all the documents including additional conditions,

specifications and drawings, if any, forming part of the bid as uploaded at the time of invitation of bid and the rates quoted online at the time of submission of bid and acceptance thereof together with any correspondence leading thereto.

b) Standard C.P.W.D. Form 7 or other Standard C.P.W.D. Form as applicable. 20. For Composite Bids

20.1.1 The Executive Engineer in charge of the major component will call bids for the composite work. The cost of bid document and Earnest Money will be fixed with respect to the combined estimated cost put to tender for the composite bid.

20.1.2 The bid document will include following three components: Part A: CPWD-6, CPWD-7 including schedule A to F for the major component of the work, Standard General Conditions of Contract for CPWD 2014 amended upto DG/CON 286 dt:30.06.2015. Part B: General conditions, special conditions, specifications of major component of work. Part C: Schedule A to F for minor component of the work. General conditions, special conditions, specifications of minor component of work. Part D: Schedule of major component of the work and schedule of minor component of the work.

20.1.3 The bidder must associate himself, with agencies of the appropriate class eligible to bid for each of the minor component individually.

20.1.4 (i) The eligible bidders shall quote overall percentage above or below of the composite amount of estimated cost put to tender only.

(ii) The percentage quoted shall be written both in figures and words. 20.1.5 The tender submitted shall be treated as invalid if :- (i) The contractor does not quote percentage above/below on the total amount of

estimated cost of work put to tender. (ii) The percentage above/below is not quoted in figures & words both on the total

amount of estimated cost of work put to tender. (iii) The percentage quoted above/below is different in figures and in words.

20.1.6 Tenders, which propose any alteration in the work specified in the NIT, in the form or document of invitation to tender, or in the time allowed for carrying out the work, or which contain any other conditions of any sort whatsoever including conditional rebates, will be summarily rejected.

20.1.7 In case the lowest tendered percentage or amount of two or more contractors is same, such lowest bidders will be asked to submit sealed revised offer in the form of letter mentioning percentage above/below on estimated cost of tender

Page 16: iiser

13

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

including all sub sections/sub heads as the case may be, but the revised percentage quoted above/below on the estimate cost put to tender should not be higher than the tendered percentage quoted at the time of original (initial) submission of tender. The lowest tender shall be decided on the basis of revised offers submitted by them.

If the revised tendered percentage of two or more contractors received in revised offer is again found to be equal, the lowest tender, among such contractors, shall be decided by draw of lots in the presence of SE in the circle, EE’s in-charge- of major and minor component(s) (also DDH in case Horticulture work is also included in the tender), EE(P)or EE(HQ) of the circle & the lowest contractors those who have quoted equal amount/percentage in their tenders.

In case any of such contractor refuses to submit revised offer, then it shall be treated as withdrawal of his tender before acceptance and 50% of earnest money shall be forfeited.

In case all the lowest bidders those who have quoted same tendered amount or percentage, refuse to submit revised offers, then tenders shall be recalled after forfeiting 50% of EMD of each of those bidders.

Bidders/Contractor(s), whose earnest money is forfeited because of non-submission of revised offer, shall not be allowed to participate in the re-tendering process of the work.

20.1.8 In case of Percentage Rate Tenders, percentage quoted shall be considered. Any tender containing item rates is liable to be rejected. Percentage quoted by the contractor in percentage rate tender shall be accurately filled in figures and words, so that there is no discrepancy.

20.1.9 In Percentage Rate Tender, the tenderer shall quote percentage below/above (in figures as well as in words) at which he will be willing to execute the work. He shall also work out the total amount of his offer and the same should be written in figures as well as in words in such a way that no interpolation is possible.

20.1.10 The percentage quoted shall not be beyond two decimal. 20.1.11 After acceptance of the bid by competent authority, the EE-in-charge of major

component of the work shall issue letter of award on behalf of the President of India. After the work is awarded, the main contractor will have to enter into one agreement with EE in charge of major component and has also to sign two or more copies of agreement depending upon number of EE/DDH in charge of minor components. One such signed set of agreement shall be handed over to EE/DDH in charge of minor component(s). EE of major component will operate Part A, Part B and schedule of quantity of major component under Part D of the agreement. EE/DDH in charge of minor component(s) shall operate Part C along with Part A and schedule of quantity of minor component under Part D of the agreement.

20.1.12 Entire work under the scope of composite bid including major and all minor components shall be executed under one agreement.

Page 17: iiser

14

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

20.1.13 Security Deposit will be worked out separately for each component corresponding to the estimated cost of the respective component of works.

20.1.14 The main contractor has to associate agency(s) for minor component(s) conforming to eligibility criteria as defined in the bid document and has to submit detail of such agency(s) to Engineer-in-charge of minor component(s) within prescribed time. Name of the agency(s) to be associated shall be approved by Engineer-in-charge of minor component(s).

20.1.15 In case the main contractor intends to change any of the above agency/agencies during the operation of the contract, he shall obtain prior approval of Engineer-in-charge of minor component. The new agency/agencies shall also have to satisfy the laid down eligibility criteria. In case Engineer-in-charge is not satisfied with the performance of any agency, he can direct the contractor to change the agency executing such items of work and this shall be binding on the contractor.

20.1.16 The main contractor has to enter into agreement with contractor(s) associated by him for execution of minor component(s). Copy of such agreement shall be submitted to EE/DDH in charge of each minor component as well as to EE in charge of major component. In case of change of associate contractor, the main contractor has to enter into agreement with the new contractor associated by him.

20.1.17 Running payment for the major component shall be made by EE of major discipline to the main contractor. Running payment for minor components shall be made by the Engineer-in-charge of the discipline of minor component directly to the main contractor.

20.1.18 (A)The composite work shall be treated as complete when all the components of the work are complete. The completion certificate of the composite work shall be recorded by Engineer-in-charge of major component after record of completion certificate of all other components. (B)Final bill of whole work shall be finalized and paid by the EE of major component. Engineer(s)-in-charge of minor component(s) will prepare and pass the final bill for their component of work and pass on the same to the EE of major component for including in the final bill for composite contract.

20.1.19 Specialized works shall be got executed only through associated agencies specialized in these fields. Engineer-in-charge shall define list of specialized work.

Executive Engineer

IISER TVM Project Division - 1 CPWD, Trivandrum

Page 18: iiser

15

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

SECTION - I

BRIEF PARTICULARS OF THE WORK

1. Salient details of the work for which bids are invited are as under :

Name of work : Construction of Civil Structures and other Infrastructure facilities

for Academic area at IISER Campus at Vithura, Thiruvananthapuram- Phase 1. SH: Construction of Physical Science Block, Biological Science block, Animal House and Concourse including internal and external civil & Electrical services, fire fighting, Lifts, Site development – (Balance Work).

Estimated cost : Rs. 139,64,20,913/- [Civil : Rs. 104,19,24,574/- + Electrical : Rs. 35,44,96,339/-] Period of completion: 24 (Twenty four) months

2. The work site is situated at IISER Campus at Vithura about 45 km away from Trivandrum City in Kerala state.

Scope of work is balance works under Phase I construction of Academic area in IISER Campus Vithura which includes construction and balance works of construction of Physical Science Block, Biological Science block, Animal House and Concourse including internal and external civil & Electrical services, fire fighting, Lifts, Site development – (Balance Work). 3. General features and major components of work are as under:-

Physical Science Block – Four storeyed RCC framed Structure and

at different levels (RCC frame work partly done).

Biological Science Block – Seven storeyed RCC framed Structure at different level (Foundation partly done).

Animal House – Two Storeyed(i.e. Ground floor + Service floor) RCC framed Structure (Foundation partly done).

Concourse – RCC framed Structure at different level – (Foundation partly done in Core 1 area).

Above details and status are only indicative but not exhaustive. The intending bidder shall inspect the site and fully acquaint with nature and quantum of work and site condition and assess and satisfy themselves before quoting and submission of his/their bid. No claim on this account shall be entertained by the Department.

The intending bidder shall also inspect and ascertain and satisfy themselves with the conditions of materials available at IISER Campus stipulated for issue, before submission of their bid.

Page 19: iiser

16

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

4. The building is targeted for 4 Star GRIHA rating. In order to secure this rating, a high degree of responsibility and cooperation is necessary from the contractors. All materials and systems used in the project are intended to maximize energy efficiency for operation of Project throughout service life (substantial completion to ultimate disposition – reuse, recycling, or demolition) with an emphasis on top quality. Materials and systems are to maximize environmentally-benign construction techniques, including construction waste recycle, reusable delivery packaging, and reusability of selected materials. All vendors / contractors must adhere to best practices related to Green Buildings. Nothing extra on this account shall be payable.

5. Work shall be executed according to: (i) GCC 2014 (General condition for CPWD Work – CPWD Form 7) amended and corrected upto DG/CON/286 dated 30.06.2015

(ii) CPWD Specification 2009 volume I & II with upto date correction slips, General conditions of contract, special conditions, particular specification etc. specified in the contract.

(iii) CPWD General Specification for Electrical works Part – Internal 2013, with up to date correction slips General conditions of contract, special conditions, particular specification etc. specified in the contract.

Page 20: iiser

17

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

SECTION-II

INFORMATION & INSTRUCTION FOR BIDDERS 1.0 GENERAL :

1.1 Letter of transmittal and forms for deciding eligibility are given in Section III.

1.2 All information called for in the enclosed forms should be furnished against the relevant columns in the forms. If for any reason, information is furnished on a separate sheet, this fact should be mentioned against the relevant column. Even if no information is to be provided in a column, a “nil” or “no such case” entry should be made in that column. If any particulars / query is not applicable in case of the bidder, it should be stated as “not applicable”. The bidders are cautioned that not giving complete information called for in the application forms or not giving it in clear terms or making any change in the prescribed forms or deliberately suppressing the information may result in the bid being summarily disqualified. Bids made by telegram or telex and those received late will not be entertained.

1.3 The bidder shall quote percentage below/above (in figures as well as in words) at which he will be willing to execute the work. He shall also work out the total amount of his offer and the same should be written in figures as well as in words in such a way that no interpolation is possible.

1.4 Overwriting should be avoided. Correction, if any, should be made by neatly crossing out, initialing, dating and rewriting. Pages of the eligibility criteria document are numbered. Additional sheets, if any, added by the contractor should also be numbered by him. They should be submitted as a package with signed letter of transmittal.

1.5 References, information and certificates from the respective clients certifying suitability, technical knowledge or capability of the bidder should be signed by an officer not below the rank of Executive Engineer or equivalent.

1.6 The bidder should not have been black listed by any State/Central Department or PSU or Autonomous bodies. The applicant must submit a duly notarized affidavit to this effect in form ‘J’ in Rs. 100/- stamp paper as specified in under Section III and scanned copy of the same shall be uploaded at the time of tendering. Applications received without this declaration in original shall stand automatically rejected.

1.7 The bidder may furnish any additional information which he thinks necessary to establish his capabilities to successfully complete the envisaged work. He is, however, advised not to furnish superfluous information. No information shall be entertained after opening of Eligibility Bids unless it is called for by the Employer.

Page 21: iiser

18

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

1.8 After opening of the Eligibility bid, Executive Engineer shall prepare a list of deficiencies if any found in the bids of each bidder vis-à-vis requirements as per NIT and send the lists to individual bidders by Speed Post/e-mail with a request to furnish required documents within one week of receipt, and if the bidder fail to submit the requisite documents and details within the said time limit fixed by EE it will be presumed that the individual bidder do not have any further documents to furnish and decision on bids will be taken accordingly.

1.9 Any information furnished by the bidder found to be incorrect either immediately or at a later date, would render him liable to be debarred from tendering/ taking up of work in CPWD. If such bidder happens to be enlisted contractor of any class in CPWD, his name shall also be removed from the approved list of contractors.

2.0 DEFINITIONS 2.1 In this document the following words and expressions have the meaning hereby

assigned to them. 2.2 Employer: Means the President of India, acting through the Executive Engineer,

IISER Project Division - I, CPWD, Trivandrum. 2.3 Bidder : Means the individual, proprietary firm, firm in partnership, limited

company private or public or corporation. 2.4 “Year” means “financial year” unless stated otherwise. 3.0 METHOD OF APPLICATION:

3.1 If the bidder is an individual, the application shall be signed by him above his full type written name and current address.

3.2 If the bidder is a proprietary firm, the application shall be signed by the proprietor above his full type written name and the full name of his firm with its current address.

3.3 If the bidder is a firm in partnership, the application shall be signed by all the partners of the firm above their full typewritten names and current addresses or alternatively by a partner holding power of attorney for the firm. In the later case a certified true copy of the power of attorney should also be scanned and uploaded to the e-tendering website. In both cases a certified copy of the partnership deed and current address of all the partners of the firm should accompany the application.

3.4 If the bidder is a limited company or a corporation, the application shall be signed by a duly authorized person holding power of attorney for signing the application accompanied by a copy of the power of attorney. The bidder should also upload a copy of the Memorandum of Articles of Association duly attested by a Public Notary.

4.0 FINAL DECISION MAKING AUTHORITY The employer reserves the right to accept or reject any bid and to annul the process and reject all bids at any time, without assigning any reason or incurring any liability to the bidders.

5.0 PARTICULARS PROVISIONAL The particulars of the work given in Section-I are provisional. They are liable to

change and must be considered only as advance information to assist the bidder.

Page 22: iiser

19

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

6.0 SITE VISIT

The bidder is advised to visit the site of work and structures, at his own cost, and examine it and its surroundings, to himself collect all information that he considers necessary for proper assessment of the prospective assignment.

7.0 INITIAL CRITERIA FOR ELIGIBILTY

7.1 The Bidder should have satisfactorily completed during the last Seven years ending previous day of last date of submission of bid.

(i) Three similar works each costing not less than Rs. 5590 lakhs or two similar works each costing not less than Rs. 8380 lakhs or one similar work costing not less than Rs. 11170 lakhs,

and (iii) One completed work of any nature (either part of (i) above or a separate one)

costing not less than Rs. 5590 lakhs with any Central Government Department/State Government Department/Central Autonomous Body/ State Autonomous Body/Central Public Sector Undertaking/State Public Sector Undertaking City Development Authority/ Municipal Corporation of City formed under any Act by Central/State Government and published in Central/State Gazette. For this purpose:

“Similar work” shall means “RCC framed structure Building work comprising of Civil work items necessary to complete the building including water supply, sanitary installations & drainage work and internal Electrical Installations.

“Cost of work” shall mean “Gross value of the completed work including the cost of materials supplied by the Government/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.

Bidders are required to submit TDS Certificates in Form 16-A in case the similar works are executed for a private body which shall form basis for establishing the completion cost of similar work executed by the bidder.

The value of executed works shall be brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum; calculated from the date of completion to last date of receipt of tenders.

7.2 At the time of bidding, the tenderer shall have to furnish an affidavit as under :

(i) I/ We undertake and confirm that eligible similar work(s) has/have not been got executed through another contractor on back to back basis. Further that, if such a violation comes to the notice of Department then I/ We shall be debarred for tendering in CPWD contracts in future forever. Also if such a violation comes to the notice of the Department before date of start of work the Engineer-in-charge shall be free to forfeit the entire amount of Earnest money Deposit and Performance Guarantee amount.

Page 23: iiser

20

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

(ii) I/We undertake and confirm that I/We have not abandoned any of the work entrusted to me /us nor any of the work entrusted to me/us have been rescinded by any of the Central /State Govt Departments, Undertakings, Autonomous institutions, Agencies ,Societies, Enterprises and Companies.

(iii) I/we undertake and confirm that our firm/partnership firm has not been blacklisted by any state/Central Departments/PSUs/Autonomous bodies during the last 7 years of its operations. Further that, if such an information comes to the notice of the department then I/we shall be debarred for bidding in CPWD in future forever. Also, if such an information comes to the notice of department on any day before date of start of work, the Engineer-in-charge shall be free to cancel the agreement and to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee(Scanned copy of this notarized affidavit to be uploaded at the time of submission of bid)

7.3 The bidder should have had average annual financial turnover (gross) of Rs.13964.21 lakhs on civil/electrical construction works during the last available three consecutive financial years [may range from six to eighteen months] duly audited by a Chartered Accountant. Year in which no turnover is shown would also be considered for working out the average.

7.4 The bidder should not have incurred any loss in more than two years during immediate last five consecutive financial years, duly certified and audited by the Chartered Accountant.

7.5 The bidding capacity of the contractor should be equal to or more than the estimated cost of the work put to tender. The bidding capacity shall be worked out by the following formula. Bidding Capacity = [AxNx1.5] – B, where, A = Maximum turnover in construction works executed in any one year

during the last Five years taking into account the completed as well as works in progress. The value of completed work shall be brought to current costing level by enhancing at simple rate at 7% per annum.

N = Number of years prescribed for completion of work for which bids have been invited. B = Value of existing commitments and ongoing works to be completed during the period of completion of work for which bids have been invited.

7.6 The bidder should have a solvency of Rs. 5590 lakhs certified by his bankers. 7.7 The bidder should own constructions equipment as per list required for the

proper and timely execution of the work or else, he should certify that he would be able to manage the equipment by hiring etc., and submit the list of firms from whom he proposes to hire.

7.8 The bidder should have sufficient number of Technical and Administrative employees for the proper execution of the contract. The bidder should submit a list of these employees stating clearly how these would be involved in this work.

Page 24: iiser

21

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

7.9 The bidder’s performance for each eligible works completed in the last 7 (seven) years and in hand should be certified by an officer not below the rank of Executive Engineer or equivalent.

8.0 EVALUATION CRITERIA 8.1 The details submitted by the bidders will be evaluated in the following manner.

8.1.1 The initial criteria prescribed in para 7.1 to 7.9 above in respect of experience of similar class of works completed, bidding capacity and financial turn over etc. will first be scrutinized and the bidder’s eligibility for the work will be determined.

8.1.2 The bidders qualifying the initial criteria as set out in para 7.1 to 7.9 above will be evaluated for following criteria by scoring method on the basis of details furnished by them.

a) Financial strength (Form A & B) Maximum 20 Marks A - Turnover 16 marks B - Solvency 4 marks

b) Experience in similar class of work during last seven years (Form C) Maximum 20 Marks

c) Performance on completed works (Form D) – Time overrun Maximum 20 Marks

d) Performance on ongoing works (Form D1) – Time overrun Maximum 10 Marks

e) Performance on completed works (Form E) – Quality Maximum 12 Marks

f) Personnel and Establishment (Form F & G) Maximum 8 Marks

g) Plant & equipment (Form H) Maximum 10 Marks Total 100 Marks

To become eligible for short listing the bidder must secure at least fifty percent marks in each and sixty percent marks in aggregate.

The department, however, reserves the right to restrict the list of such qualified contractors to any number deemed suitable by it.

8.2 Even though any bidder may satisfy the above requirements, he/they would be liable to disqualification if he/they has/have:

(a) Made misleading or false representation or deliberately suppressed the information in the forms, statements and enclosures required in the eligibility criteria document,

(b) Record of poor performance such as abandoning work, not properly completing

the contract, or financial failures/weaknesses etc.

Page 25: iiser

22

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

9.0 FINANCIAL INFORMATION

Bidder should furnish the following financial information: a) Annual financial statement for the last five years ending up to 31 March 2015

in (Form “A). This should be supported by audited balance sheets and profit and loss accounts duly certified by a chartered accountant, as submitted by the applicant to the income tax department (Form “A”).

b) Solvency certificate in (Form “B”).

10. EXPERIENCE IN WORKS HIGHLIGHTING EXPERIENCE IN SIMILAR WORKS

10.1 Bidder should furnish the following :

a) List of all works of similar nature successfully completed during the last seven years in (Form “C”).

b) List of the projects under execution or awarded in (Form “D”)

c) List of performance of ongoing works in hand (Form “D1”).

10.2 Particulars of completed works and performance of the bidder duly authenticated/certified by an officer not below the rank of Executive Engineer or equivalent should be furnished separately for each work completed or in progress in (Form E).

10.3 Information in Form D should be complete and no work should be left out.

10.4 The Bidder should submit certificate of satisfactory progress for works of value not less than 80% of on-going works from the Officer-in-charge of work not below the rank of Executive Engineer of concerned department to the satisfaction of Engineer-in-charge.

11. ORGANISATION INFORMATION Bidder is required to submit the information in respect of his organization in (Forms F & G).

12. CONSTRUCTION PLANT & EQUIPMENT

Bidder should furnish the list of construction plant and equipment including steel shuttering, centering and scaffolding to be used in carrying out the work in Form H. Details of any other plant & equipment required for the work not included in Form H and available with the applicant may also be indicated.

13. LETTER OF TRANSMITTAL

The bidder should submit the letter of transmittal attached with the document.

14. OPENING OF PRICE BID

After evaluation of eligibility bid, a list of short - listed agencies will be prepared. Thereafter the financial bids of only the qualified and technically acceptable

Page 26: iiser

23

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

bidders shall be opened at the notified time, date and place in the presence of the qualified bidders or their representatives. The financial bids shall remain valid for 90 days from the date of opening of Eligibility Bids.

15

15.1 Credentials for the works submitted by the agency may, if required, be inspected, checked and verified physically by the Engineer-in-charge or his authorized representative or by an authorized committee constituted for the purpose and the agency will make necessary arrangement for local transport, arranging meeting with the client department etc.

16. AWARD CRITERIA

16.1 The employer reserves the right, without being liable for any damages or obligation to inform the bidder, to:

a) Amend the scope and value of contract to the bidder. b) Reject any or all the bids without assigning any reason.

16.2 Any effort on the part of the bidder or his agent to exercise influence or to

pressurize the employer would result in rejection of his bid. Canvassing of any kind is prohibited.

Page 27: iiser

24

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

SECTION – III INFORMATION REGARDING ELIGIBILITY

LETTER OF TRANSMITTAL To

The Executive Engineer, IISER TVM Project Division – 1 CPWD, Vellayani P.O. Thiruvananthapuram

Sub : Submission of bids in two bid system for the work of Construction of Civil Structures and other Infrastructure facilities for Academic area at IISER Campus at Vithura, Thiruvananthapuram- Phase I. SH: Construction of Physical Science Block, Biological Science block, Animal House and Concourse including internal and external civil & Electrical services, fire fighting, Lifts, Site development – (Balance Work).

Sir, Having examined the details given in the bid document for the above work, I/ We hereby submit the relevant information.

1. I/ We hereby certify that all the statement made and information supplied in the enclosed forms A to J and accompanying statements are true and correct.

2. I/ We have furnished all information and details necessary for eligibility and have no further pertinent information to supply.

3. I/We submit the requisite certified solvency certificate and authorize the Executive Engineer, IISER TVM Project Division - 1, CPWD, Vellayani P.O. Thiruvananthapuram to approach the bank issuing the solvency certificate to confirm the correctness thereof. I/We also authorize Executive Engineer, IISER TVM Project Division - 1, CPWD to approach individuals, employers, firms and corporation to verify our competence and general reputation.

4. I/We submit the certificates as per the form “E” in support of our suitability, technical knowledge and capability for having successfully completed the following works:- S.N. Name of work Amount Certificate issued

by 1. 2. 3.

and 5. Eligibility Documents and Earnest money amounting to Rs. 14964209/- in the

prescribed forms have been scanned and uploaded to concerned e-tendering web site and the originals / hard copy of same shall be physically submitted within one week to the EE after opening of financial bid, in case we become ‘L1’ tenderer.

6. Financial bid is submitted online.

Enclosures: Seal of bidder Date of submission SIGNATURE(S) OF BIDDER(S)

Page 28: iiser

25

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

FORM ‘A’

FINANCIAL INFORMATION Name of the firm / contractor……………………………….: I. Financial Analysis-Details to be furnished duly supported by figures in

balance sheet / profit & loss account for the last five years duly certified by the Chartered Accountants, as submitted by the applicant to the Income Tax Department (Copies to be attached).

Fig in lakhs Rs. Sl. No.

Particulars Financial Years

2010- 2011

2011- 2012

2012- 2013

2013- 2014

2014- 2015

i) Gross Annual turnover on construction works

iii) Profit / Loss

II. Financial arrangements for carrying out the proposed work.

III. Solvency Certificate from Bankers of bidder in the prescribed Form “B”

Signature of Chartered Accountant with Seal Signature of Bidder(s)

Page 29: iiser

26

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

FORM ‘B’

FORM OF BANKERS’ SOLVENCY CERTIFICATE FROM A SCHEDULED BANK

This is to certify that to the best of our knowledge and information that M/s./Shri……………………………………… having marginally noted address, a customer of our bank are / is respectable and can be treated as good for any engagement upto a limit of Rs. ………(Rupees………………………………………………………………………).

This certificate is issued without any guarantee or responsibility on the bank or

any of the officers.

(Signature) For the Bank

NOTE: (1) Bankers certificate should be on letter head of the Bank, sealed in cover addressed to Executive Engineer, IISER TVM Project Division - 1, CPWD, Vellayani P.O. Thiruvananthapuram.

(2) In case of partnership firm, certificate should include names of all partners as recorded with the Bank.

(3) The certificate should not be more than 6 months old.

Page 30: iiser

27

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

FORM ‘C’

DETAILS OF ALL WORKS OF SIMILAR NATURE COMPLETED DURING THE LAST SEVEN YEARS ENDING JULY, 2015.

Name of the firm / contractor…………………………….

Sl. No.

Name of work /

project and location

Owner or sponsoring

organization

Cost of work in crores

Date of commencement as per contract

Stipulated date of

completion

Actual date of completion

Litigation/ arbitration

cases pending / in progress with details*

Name and Address

(Postal & E-mail) /

telephone number of officer to

whom reference

may be made

Remarks

1 2 3 4 5 6 7 8 9 10

*indicate gross amount claimed and amount awarded by the Arbitrator. Certified that the above list of works is complete and no work has been left out and that the information given is correct to my / our knowledge and belief.

SIGNATURE OF BIDDER(S)

Page 31: iiser

28

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

FORM ‘D’

PROJECTS UNDER EXECUTION OR AWARDED

Sl. No.

Name of work / project

and location

Owner or sponsoring organization

Cost of Work in crores

Date of commencement as per contract

Stipulated date of

completion

Upto date percentage progress of

work

Slow progress if any,

and reasons thereof

Name and Address (Postal

& E-mail) / telephone number of

officer to whom reference may

be made

Remarks

1 2 3 4 5 6 7 8 9 10

Certified that the above list of work is complete and no work has been left out and that the information given is correct to my knowledge and belief.

SIGNATURE OF BIDDER(S) WITH STAMP

Page 32: iiser

29

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE/IISER TVMPD - I

FORM ‘D1’

PERFORMANCE OF ONGOING WORKS IN HAND

Sl. No.

Name of work / project and location

Owner or sponsoring organization

Cost of Work in crores

Date of

award

Stipulated time period in months

for completion

Date of commenceme

nt as per contract

Stipulated /modified date of completion as per contract

Upto date percentage

Delay ( in months)

On the part of the contractor

Name and Address (Postal &

E-mail) / telephone number of officer to

whom reference may be made

Remarks

Targeted percentage progress of

work

1 2 3 4 5 6 7 8 9 10 11 12

Note : Bidder shall submit the certificate of satisfactory progress for works of value not less than 80% of ongoing works from the Officer –

in-charge of work not below the rank of Executive Engineer of concerned department to the satisfaction of Engineer-in-charge.

Page 33: iiser

30

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

FORM ‘E’ PERFORMANCE REPORT OF WORKS TO BE CONSIDERED FOR ELIGIBILITY

1. Name of work / Project & Location

2. Agreement No.

3. Estimated Cost

4. Tendered Cost

5. Date of Start

6. Date of completion

i) Stipulated Date of Completion ( as mentioned in work order )

ii) Actual Date of Completion

7. Amount of compensation levied for delayed completion, if any

8. Amount of reduced rate items, if any.

9. Whether any litigation / arbitration case pending / in progress in respect of this work.

10. Performance Report

1) Quality of Work Very Good/Good/Fair/Poor 2) Financial Soundness Very Good/Good/Fair/Poor

3) Technical Proficiency Very Good/Good/Fair/Poor 4) Resourcefulness Very Good/Good/Fair/Poor

5) General Behaviour Very Good/Good/Fair/Poor 11 Remarks ( if any ):

Dated: Executive Engineer Or Equivalent with stamp

Page 34: iiser

31

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

FORM ‘F’ STRUCTURE & ORGANISATION

1. Name & Address of the bidder

2. Telephone No. / Email id /Telex No./Fax No.

3. Legal status of the bidder (attach copies of original document defining the legal status).

a) An Individual b) A proprietary firm c) A firm in partnership

d) A limited company or Corporation

4. Particulars of registration with various Government bodies (attach attested photo-copy).

ORGANIZATION/PLACE OF REGISTRATION REGISTRATION No.

1.

2. 3.

5. Names and Titles of Directors & Officers with designation to be concerned with this work.

6. Designation of individuals authorized to act for the organization.

7. Was the bidder ever required to suspend construction for a period of more than six months continuously after commencing the construction? If so, given the name of the project and reasons of suspension of work.

8. Has the bidder, or any constituent partner in case of partnership firm, ever abandoned the awarded work before its completion? If so, give name of the project and reasons for abandonment.

Page 35: iiser

32

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

9. Has the bidder, or any constituent partner in case of partnership firm, ever been debarred/ black listed for tendering in any organization at any time? If so, give details.

10. Has the bidder, or any constituent partner in case of partnership firm, ever been convicted by a court of law? If so, give details.

11. In which field of Civil Engineering Construction the bidder has specialization and interest?

12. Any other information considered necessary but not included above.

Signature of bidder(s) with stamp

Page 36: iiser

33

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

FORM ‘G’

DETAILS OF TECHNICAL & ADMINISTRATIVE PERSONNEL TO BE EMPLOYED FOR THE WORK

Sl. No.

Designation Total Number Number available for this work

Name Qualifications Professional/ Construction experience

and details of work carried

out

How these would be

involved in this work

Remarks

1 2 3 4 5 6 7 8 9

SIGNATURE OF BIDDER(S) WITH STAMP

Page 37: iiser

34

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

FORM 'H'

DETAILS OF CONSTRUCTION PLANT AND EQUIPMENT LIKELY TO BE USED IN CARRYING OUT THE WORK

S.No. Name of Equipment Nos Capacity or Type Age Condition Ownership status Current

location Remarks

Presently owned

Leased To be purchased

1 2 3 4 5 6 7 8 9 10 11 I Earth moving equipment

1 Excavators cum loader JCB 3D

II Equipment for hoisting & lifting

1 Tower crane 2 Builder's hoist

III

Equipment for concrete work

1 Digitalised Automatic concrete

batching plant of minimum capacity 15 cum/hr Mini batching plant 6 cum/ hr

Page 38: iiser

35

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

2 Concrete pump 3 Concrete transit mixer 4 Concrete hopper mixer

(diesel) 5 Concrete hopper mixer

(electrical) 6 Needle vibrator ( electrical) 7 Needle vibrator (petrol)

8 Plate vibrator (elect. / petrol)

IV Equipment for building

work

1 Block making machine

2 Bar bending machine

3 Bar cutting machine

4 Wood thickness plainer

5 Drilling machine

6 Welding generators

7 Cube testing machines

8 M.S pipes

9 Steel shuttering with necessary

props

10 Steel scaffolding and

staging material

11 Machines

Page 39: iiser

36

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

V Equipment for transportation

1 Tippers

2 Trucks

VI

Pneumatic equipment

1 Air compressor(diesel)

VII De-watering equipment

1 Pump(Diesel)

2 Pump(Electrical)

VIII Power equipment

1 Diesel generators

2 Any other plant/equipment

Signature of Bidder (s)

Page 40: iiser

37

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

FORM ‘J’

AFFIDAVIT

I/we undertake and confirm that our firm/partnership firm has not

been blacklisted by any state/Central Departments/PSUs/Autonomous bodies during the last 7 years of its operations. Further that, if such an

information comes to the notice of the department then I/we shall be debarred for bidding in CPWD in future forever. Also, if such an

information comes to the notice of department on any day before date of start of work, the Engineer-in-charge shall be free to cancel the

agreement and to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee (Scanned copy of this notarized affidavit

to be uploaded at the time of submission of bid)

NOTE: Affidavit to be furnished on a ‘Non-Judicial’ stamp paper worth Rs.100/-

Signature of Bidder(s) or an authorized Officer of the firm with stamp

Signature of Notary with seal

Page 41: iiser

38

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

CRITERIA FOR EVALUATION OF THE PERFORMANCE OF CONTRACTORS FOR PRE ELIGIBILITY

Attributes EVALUATION

(a) Financial strength (Form A&B) (20 marks) (i) Average annual 16 marks

turnover (ii) Solvency 4 marks

Certificate

(i) 60% marks for minimum

eligibility criteria (ii) 100% marks for twice the

minimum eligibility criteria or more In between (i) & (ii) – on pro-rata basis

(b) Experience in similar (20marks) class of works (Form C)

(i) 60% marks for minimum eligibility criteria

(ii) 100% marks for twice the minimum eligibility criteria or more In between (i) & (ii) – on pro-rata basis

(c) Performance on completed ( 20 marks) works (time over run) (Form D)

Parameter Calculation For points

Score Maximum Marks

If TOR = 1.00 2.00 3.00 >3.50 20

(i) Without levy of compensation

20 15 10 5

(ii) With levy of compensation

N.A. 5 0 -5 (iii) Levy of compensation not

decided N.A. 10 0 0

TOR = AT/ST, where AT=Actual Time; ST=Stipulated Time.

Note: Marks for value in between the stages indicated above is to be determined by straight line variation basis.

(d) Performance of ongoing works in hand (Form D1)

( 10 marks) Parameter Score Maximum

Marks 10

(i) No Delay. Progress as per the time schedule or faster.

10 marks

Page 42: iiser

39

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

(ii) Delay up to and less than 20% of the stipulated period

(+)5 marks

(iii) Delay more than 20% and up to 40% of stipulated period

0 marks

(iv) Delay more than 40% of stipulated period

(-)10marks

Note : Marks will be worked out based on weighted average of tendered amount of the work.

(e) Performance of completed works (Quality) (Form E)

(12 marks)

(i) Very Good 12

(ii) Good 8

(iii) Fair 4

(iv) Poor 0

(f) Personnel and Establishment (Form F & G)

(Max. 8 marks)

(i) Graduate Engineer 2.5 marks for each (Upto Max 5 marks)

(ii) Diploma Holder Engineer 1.5 marks for each(upto max.3 marks)

(iii) Supervisory / Foreman 1 mark for each(upto max.2 marks)

(g) Plant & Equipment (Form H) (Max. 10 marks)

(i) Digitalized automatic concrete batching plant of minimum capacity 15 cum/hr

1 mark for each upto max. 1mark

(ii) Mini batching plant 6 cum/hr 0.15 mark for each upto max. 0.45 mark

(iii) Hopper Mixer 0.15 mark for each upto max. 0.60 mark

(iv) Truck/Tippers 0.10 mark for each upto max 0. 80 mark

(v) Transit mixer 0.15 mark for each upto max 0. 60 mark

(vi) Steel shuttering with necessary props 1 mark for each 8000 sqm upto maximum 2 marks

Page 43: iiser

40

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

(vii) Tower crane 0.25 mark for each upto max 0.50 marks

(viii) Building hoist 0.10 mark for each upto max. 1.40 mark (ix) Excavator cum loader JCB 3D 0.20 mark for each upto max. 0.40 mark

(x) Concrete Pump 0.20 mark for each upto max. 0.40 marks (xi) Block making machine 0.15 mark for each upto max. 0.45 marks

(xii) Steel scaffolding and staging material

1 mark for each 10000 sqm (max. 1 mark)

(xiii) Air compressor 0.10 mark for each upto max. 0.40 marks

(xiv) Diesel and Electrical pumps 0.10mark for each upto max. 0.40 marks

(xv) Diesel generator set 0.15 mark for each upto max. 0.90 marks

(xvi) Plate and needle vibrator 0.10 mark for each upto max. 0.20 marks

(xvii) Bar bending machine/cutting machine. 0.15 mark for each upto max. 0.40 marks

(xviii) Wood thickness plainer 0.10 mark for each upto max. 0.20 marks

(xix) Drilling machine 0.10 mark for each upto max. 0.20 marks

(xx) Welding generator 0.15 mark for each upto max. 0.40 marks

(xxi) Grinding and polishing machine 0.10 mark for each upto max. 0.40 marks

Page 44: iiser

41

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

INTEGRITY PACT To,

………………………..,

………………………..,

………………………..

Sub: NIT No.: 02/CPM IISER TVM PZ/IISER TVM PD-1/2015-16 for the work “Construction of Civil Structures and other Infrastructure facilities for

Academic area at IISER Campus at Vithura, Thiruvananthapuram- Phase I. SH: Construction of Physical Science Block, Biological Science block, Animal House and Concourse including internal and external civil & Electrical services, fire fighting, Lifts, Site development -(Balance Work)”.

Dear Sir, It is here by declared that CPWD is committed to follow the principle of transparency, equity and competitiveness in public procurement. The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition that the Bidder will sign the integrity Agreement, which is an integral part of tender/bid documents, failing which the tenderer/bidder will stand disqualified from the tendering process and the bid of the bidder would be summarily rejected. This declaration shall form part and parcel of the Integrity Agreement and signing of the same shall be deemed as acceptance and signing of the Integrity Agreement on behalf of the CPWD. Yours faithfully

Executive Engineer

Page 45: iiser

42

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

INTEGRITY PACT To,

The Executive Engineer, IISER TVM Project Division - 1, CPWD, CGO Complex, Vellayani P O Thiruvananthapuram – 695 522.

Subject: Submission of Tender for the work of Construction of Civil Structures and other Infrastructure facilities for Academic area at IISER Campus at Vithura, Thiruvananthapuram- Phase I. SH: Construction of Physical Science Block, Biological Science block, Animal House and Concourse including internal and external civil & Electrical services, fire fighting, Lifts, Site development – (Balance Work).

Dear Sir, I/We acknowledge that CPWD is committed to follow the principles thereof as enumerated in the Integrity Agreement enclosed with the tender/bid document.

I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the condition that I/We will sign the enclosed integrity Agreement, which is an integral part of tender documents, failing which I/We will stand disqualified from the tendering process. I/We acknowledge that THE MAKING OF THE BID SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.

I/We confirm acceptance and compliance with the Integrity Agreement in letter and spirit and further agree that execution of the said Integrity Agreement shall be separate and distinct from the main contract, which will come into existence when tender/bid is finally accepted by CPWD. I/We acknowledge and accept the duration of the Integrity Agreement, which shall be in the line with Article 1 of the enclosed Integrity Agreement.

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity Agreement, while submitting the tender/bid, CPWD shall have unqualified, absolute and unfettered right to disqualify the tenderer/bidder and reject the tender/bid is accordance with terms and conditions of the tender/bid. Yours faithfully (Duly authorized signatory of the Bidder)

Page 46: iiser

43

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

To be signed by the bidder and same signatory competent / authorized to sign the relevant contract on behalf of CPWD.

INTEGRITY AGREEMENT

This Integrity Agreement is made at ............... on this .........day of ............20…..

BETWEEN

President of India represented through Executive Engineer, IISER TVM Project Division - 1, CPWD, Trivandrum (Hereinafter referred as the Principal/Owner’, which expression shall unless repugnant to the meaning or context hereof include its successors and permitted assigns)

AND

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

.........(Name and Address of the Individual/firm/Company) through.................................................................... (Hereinafter referred to as the (Details of duly authorized signatory)

“Bidder/Contractor” and which expression shall unless repugnant to the meaning or context here of include its successors and permitted assigns)

Preamble

WHEREAS the Principal/Owner has floated the Tender (NIT No . 02/CPM IISER TVM PZ/IISER TVM PD-1/2015-16) (hereinafter referred to as “Tender/Bid”) and intends to award, under laid down organizational procedure, contract for Construction of Civil Structures and other Infrastructure facilities for Academic area at IISER Campus at Vithura, Thiruvananthapuram- Phase I. SH: Construction of Physical Science Block, Biological Science block, Animal House and Concourse including internal and external civil & Electrical services, fire fighting, Lifts, Site development – (Balance Work). hereinafter referred to as the “Contract”. AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land, rules, regulations, economic use of resources and of fairness/transparency in its relation with its Bidder(s) and Contractor(s). AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditions of which shall also be read as integral part and parcel of the Tender/Bid documents and Contract between the parties. NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby agree as follows and this Pact witnesses as under: Article 1: Commitment of the Principal/Owner 1) The Principal/Owner commits itself to take all measures necessary to

prevent corruption and to observe the following principles: (a) No employee of the Principal/Owner, personally or through any of his/her

Page 47: iiser

44

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

family members, will in connection with the Tender, or the execution of the Contract, demand, take a promise for or accept, for self or third person, any material or immaterial benefit which the person is not legally entitled to.

(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity and reason. The Principal/Owner will, in particular, before and during the Tender process, provide to all Bidder(s) the same information and will not provide to any Bidder(s) confidential / additional information through which the Bidder(s) could obtain an advantage in relation to the Tender process or the Contract execution.

(c) The Principal/Owner shall endeavour to exclude from the Tender process any person, whose conduct in the past has been of biased nature.

2) If the Principal/Owner obtains information on the conduct of any of its employees which is a criminal offence under the Indian Penal code (IPC)/Prevention of Corruption Act, 1988 (PC Act) or is in violation of the principles herein mentioned or if there be a substantive suspicion in this regard, the Principal/Owner will inform the Chief Vigilance Officer and in addition can also initiate disciplinary actions as per its internal laid down policies and procedures.

Article 2: Commitment of the Bidder(s)/Contractor(s) 1) It is required that each Bidder/Contractor (including their respective

officers, employees and agents) adhere to the highest ethical standards, and report to the Government / Department all suspected acts of fraud or corruption or Coercion or Collusion of which it has knowledge or becomes aware, during the tendering process and throughout the negotiation or award of a contract.

2) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to prevent corruption. He commits himself to observe the following principles during his participation in the Tender process and during the Contract execution:

a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer, promise or give to any of the Principal/Owner’s employees involved in the Tender process or execution of the Contract or to any third person any material or other benefit which he/she is not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the Tender process or during the execution of the Contract.

b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to cartelize in the bidding process.

c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act. Further the Bidder(s)/Contract(s) will not use improperly, (for the purpose of competition or personal gain), or pass on to others, any information or documents provided by the Principal/Owner as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted Electronically.

d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and

Page 48: iiser

45

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

addresses of agents/ representatives in India, if any. Similarly Bidder(s)/Contractor(s) of Indian Nationality shall disclose names and addresses of foreign agents/representatives, if any. Either the Indian agent on behalf of the foreign principal or the foreign principal directly could bid in a tender but not both. Further, in cases where an agent participate in a tender on behalf of one manufacturer, he shall not be allowed to quote on behalf of another manufacturer along with the first manufacturer in a subsequent/parallel tender for the same item.

e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all payments he has made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the Contract.

3) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above or be an accessory to such offences.

4) The Bidder(s)/Contractor(s) will not, directly or through any other person or

firm indulge in fraudulent practice means a willful misrepresentation or omission of facts or submission of fake/forged documents in order to induce public official to act in reliance thereof, with the purpose of obtaining unjust advantage by or causing damage to justified interest of others and/or to influence the procurement process to the detriment of the Government interests.

5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use Coercive Practices (means the act of obtaining something, compelling an action or influencing a decision through intimidation, threat or the use of force directly or indirectly, where potential or actual injury may befall upon a person, his/ her reputation or property to influence their participation in the tendering process).

Article 3: Consequences of Breach

Without prejudice to any rights that may be available to the Principal/Owner under law or the Contract or its established policies and laid down procedures, the Principal/Owner shall have the following rights in case of breach of this Integrity Pact by the Bidder(s)/Contractor(s) and the Bidder/ Contractor accepts and undertakes to respect and uphold the Principal/Owner’s absolute right:

1) If the Bidder(s)/Contractor(s), either before award or during execution of Contract has committed a transgression through a violation of Article 2 above or in any other form, such as to put his reliability or credibility in question, the Principal/Owner after giving 14 days notice to the contractor shall have powers to disqualify the Bidder(s)/Contractor(s) from the Tender process or terminate/determine the Contract, if already executed or exclude the Bidder/Contractor from future contract award processes. The imposition and duration of the exclusion will be determined by the severity of transgression and determined by the Principal/Owner. Such exclusion may be forever or for a limited period as decided by the Principal/Owner.

Page 49: iiser

46

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Principal/Owner has disqualified the Bidder(s) from the Tender process prior to the award of the Contract or terminated/determined the Contract or has accrued the right to terminate/determine the Contract according to Article 3(1), the Principal/Owner apart from exercising any legal rights that may have accrued to the Principal/Owner, may in its considered opinion forfeit the entire amount of Earnest Money Deposit, Performance Guarantee and Security Deposit of the Bidder/Contractor.

3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder or Contractor, or of an employee or a representative or an associate of a Bidder or Contractor which constitutes corruption within the meaning of IPC Act, or if the Principal/ Owner has substantive suspicion in this regard, the Principal/Owner will inform the same to law enforcing agencies for further investigation.

Article 4: Previous Transgression 1) The Bidder declares that no previous transgressions occurred in the last 5

years with any other Company in any country confirming to the anticorruption approach or with Central Government or State Government or any other Central/State Public Sector Enterprises in India that could justify his exclusion from the Tender process.

2) If the Bidder makes incorrect statement on this subject, he can be

disqualified from the Tender process or action can be taken for banning of business dealings/ holiday listing of the Bidder/Contractor as deemed fit by the Principal/ Owner.

3) If the Bidder/Contractor can prove that he has resorted / recouped the

damage caused by him and has installed a suitable corruption prevention system, the Principal/Owner may, at its own discretion, revoke the exclusion prematurely.

Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors 1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors

a commitment in conformity with this Integrity Pact. The Bidder/Contractor shall be responsible for any violation(s) of the principles laid down in this agreement/Pact by any of its Subcontractors/ sub-vendors.

2) The Principal/Owner will enter into Pacts on identical terms as this one

with all Bidders and Contractors. 3) The Principal/Owner will disqualify Bidders, who do not submit, the duly

signed Pact between the Principal/Owner and the bidder, along with the Tender or violate its provisions at any stage of the Tender process, from the Tender process.

Article 6- Duration of the Pact

This Pact begins when both the parties have legally signed it. It expires for the Contractor/ Vendor 12 months after the completion of work under the contract or till the continuation of defect liability period, whichever is more

Page 50: iiser

47

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

and for all other bidders, till the Contract has been awarded. If any claim is made/lodged during the time, the same shall be binding and continue to be valid despite the lapse of this Pacts as specified above, unless it is discharged/ determined by the Competent Authority, CPWD.

Article 7- Other Provisions 1) This Pact is subject to Indian Law, place of performance and

jurisdiction is the Headquarters of the Division of the Principal/Owner, who has floated the Tender.

2) Changes and supplements need to be made in writing. Side agreements have not been made.

3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners or by one or more partner holding power of attorney signed by all partners and consortium members. In case of a Company, the Pact must be signed by a representative duly authorized by board resolution.

4) Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact remains valid. In this case, the parties will strive to come to an agreement to their original intensions.

5) It is agreed term and condition that any dispute or difference arising between the parties with regard to the terms of this Integrity Agreement / Pact, any action taken by the Owner/Principal in accordance with this Integrity Agreement/ Pact or interpretation thereof shall not be subject to arbitration.

Article 8- LEGAL AND PRIOR RIGHTS

All rights and remedies of the parties hereto shall be in addition to all the other legal rights and remedies belonging to such parties under the Contract and/or law and the same shall be deemed to be cumulative and not alternative to such legal rights and remedies aforesaid. For the sake of brevity, both the Parties agree that this Integrity Pact will have precedence over the Tender/Contact documents with regard any of the provisions covered under this Integrity Pact. IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place and date first above mentioned in the presence of following witnesses:

............................................................... (For and on behalf of Principal/Owner)

................................................................. (For and on behalf of Bidder/Contractor) WITNESSES: 1. .............................................. (signature, name and address)

2. ............................................... (signature, name and address) Place: Dated :

Page 51: iiser

48

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

Form of Earnest Money Deposit (Bank Guarantee Bond)

WHEREAS, contractor.................. (Name of contractor) (hereinafter called "the contractor") has submitted his tender dated ............. (date) for the construction of .............................................. (name of work) (hereinafter called "the Tender")

KNOW ALL PEOPLE by these presents that we ......................................... (name of bank) having our registered office at ................................... (hereinafter called "the Bank") are bound unto Executive Engineer, Trivandrum Central Division, CPWD, Thiruvananthapuram in the sum of Rs. ......................... (Rs. in words .................................................) for which payment well and truly to be made to the said Executive Engineer, Trivandrum Central Division, CPWD, Thiruvananthapuram the Bank binds 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 tender opening ………….. of tender; the Contractor withdraws, his tender during the period of validity of tender (including extended validity of tender) specified in the Form of Tender;

(2) If the contractor having been notified of the acceptance of his tender by the Executive Engineer, IISER TVM Project Division -1, CPWD, Thiruvananthapuram:

(a) Fails or refuses to execute the Form of Agreement in accordance with the Instructions to contractor, if required;

OR (b) Fails or refuses to furnish the Performance Guarantee, in accordance with the

provisions of tender document and Instructions to contractor, We undertake to pay to the Executive Engineer, Trivandrum Central Division, CPWD, Thiruvananthapuram either up to the above amount or part thereof upon receipt of his first written demand, without the Executive Engineer, Trivandrum Central Division, CPWD, Thiruvananthapuram having to substantiates his demand, provided that in his demand the Executive Engineer, Trivandrum Central Division, CPWD, Thiruvananthapuram will note that the amount claimed by him is due to him owing to the occurrence of one or any of the above conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date* ............. after the deadline for submission of tender as such deadline is stated in the Instructions to contractor or as it may be extended by the Executive Engineer, IISER TVM Project Division - 1, CPWD, Thiruvananthapuram, 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 OF THE BANK WITNESS .................. SEAL (SIGNATURE, NAME AND ADDRESS) *Date to be worked out on the basis of validity period of 6 months from last date of receipt of tender.

Page 52: iiser

49

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

FORM OF PERFORMANCE SECURITY (GUARANTEE)

BANK GUARANTEE BOND

In consideration of the President of India (here in after called “The Government”) having offered to accept the terms and conditions of the proposed agreement between …………………………………….. and …………………………………… (herein after called “the said Contractor(s)”) for the work………………………… (herein after called “the said agreement”) having agreed to production of an irrevocable Bank Guarantee for Rs………………… (Rupees………………………………………………..only) as a security / guarantee from the contractor(s) for compliance of his obligations in accordance with the terms and conditions in the said agreement.

1. We,……………………………………….(hereinafter referred to as “the Bank”) hereby undertake to pay to the Government an amount not exceeding Rs………………(Rupees………………………Only) on demand by the Government.

2. We,………………………………………..(indicate the name of the Bank) do hereby undertake to pay the amounts due and payable under this guarantee without any demure, merely on a demand from the Government stating that the amount claimed as required to meet the recoveries due or likely to be due from the said contractor(s). Any such demand made on the bank shall be conclusive as regards the amount due and payable by the bank under this Guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs…………..…………... (Rupees……………………………………………………only).

3. We, the said bank further undertake to pay the Government any money so demanded not withstanding any dispute or dispute raised by the contractor(s) in any suit or proceeding pending before any court or Tribunal relating thereto, our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the Contractor(s) shall have no claim against us for making such payment.

4. We, ……………………………….. (indicate the name of the bank) further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till Engineer-in-Charge on behalf of the Government certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharges this guarantee.

Page 53: iiser

50

Addition : NIL Overwriting: NIL

Correction : NIL Deletion: NIL AE/IISER TVM PSD-1 EE/IISER TVM PD-1

5. We, ……………………………….. (indicate the name of the Bank) further agree with the Government that the Government shall have the fullest liberty without our consent and without affecting in any manner our obligation hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Government against the said contractor(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor(s) or for any forbearance, act of omission on the part of the Government or any indulgence by the Government to the said Contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor(s).

7. We, …………………………………… (indicate the name of the Bank) lastly undertake not to revoke this guarantee except with the previous consent of the Government in writing.

8. This guarantee shall be valid up to ……………………….. unless extended on demand by the Government. Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs………………………(Rupees ……………………………………..) and unless a claim in writing is lodged with us within six months of the date of expiry or the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged.

Dated the………………day of…………………for………………..………. (indicate the name of the Bank)

Page 54: iiser

FINANCIAL BID

NOTICE INVITING TENDER NO : 02/CPM/IISERTVM-PZ/IISERTVM PD-I/2015-16

NAME OF WORK: Construction of Civil Structures and other Infrastructure

facilities for Academic area at IISER Campus at Vithura, Thiruvananthapuram- Phase I. SH: Construction of Physical Science Block, Biological Science block, Animal House and Concourse including internal and external civil & Electrical services, fire fighting, Lifts, Site development – (Balance Work). COMPOSITE ESTIMATED COST : Rs.139,64,20,913/-

MAJOR COMPONENT (CIVIL) : Rs. 1041924574/-

MINOR COMPONENT (ELECTRICAL) : Rs. 35,44,96,339/-

TIME PERIOD : 24 (Twenty four ) Months

Page 55: iiser

Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD -1 EE/IISER TVM PD - I

INDEX

Name of work: Construction of Civil Structures and other Infrastructure facilities for Academic area at IISER Campus at Vithura, Thiruvananthapuram- Phase I. SH: Construction of Physical Science Block, Biological Science block, Animal House and Concourse including internal and external civil & Electrical services, fire fighting, Lifts, Site development – (Balance Work).

Sl.No Details Page no PART – II Financial Bid Document PART - A 1 Percentage rate composite tender and contract for works ( CPWD – 7 ) 51-68 2 List of Field testing equipments & Tools and Plants (Annexure I & II) 69-70 3 Conditions for Green Building Practices. 71-82 4 Amendment to GCC 2014 - CON 282, 283,284,285,286 83-88 5 Tender drawings in PDF Format 89-122 PART - B (Major component- Civil ) 6 Special conditions for major component. 123-139 7 Special conditions for cement and steel 140-144 8 Special Conditions for both RMC and DMC 145-146 9 Calibration and weighing equipment accuracy 147-148 10 Special conditions for solid / hollow cement concrete(CC) block work 149 11 Special Conditions for Aluminium work 150 12 Special Conditions for Structural Glazing facades 151-155 13 Special conditions for clay Tile cladding 156 14 Special conditions for Fire resistant door 157-159 15 Special conditions for vacuum dewatered concrete flooring 160-161 16 Special condition for pre construction anti termite treatment 162-163 17 Guarantee bond for water proofing 164 18 Guarantee bond for curtain glazing & Aluminium works 165 19 Guarantee Bond for Anti termite Treatment 166 20 List of approved make of materials (civil) 167-171 PART - C ( Minor component - Electrical)

21 Schedule A to F (Minor Component) 172-195 22 Additional conditions for Electrical work 196-380

Part – D (Schedule of Quantities) 23 Schedule of quantities with rate ( Major Component - Civil) 381-451 24 Schedule of quantities with rate (Minor Component - Electrical) 452-553

Note: This document contains total 553 (Five Hundred Fifty Three) pages only.

Page 56: iiser

GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT

OFFICE OF THE CHIEF PROJECT MANAGER

IISER TVM PROJECT ZONE

PART - II FINANCIAL BID

DOCUMENT

Name of work : Construction of Civil Structures and other Infrastructure facilities for Academic area at IISER Campus at Vithura, Thiruvananthapuram- Phase I. SH: Construction of Physical Science Block, Biological Science block, Animal House and Concourse including internal and external civil & Electrical services, fire fighting, Lifts, Site development – (Balance Work).

Estimated cost (composite) : Rs. 139,64,20,913/-

[(Civil) = Rs. 104,19,24,574/-+ (Electrical) = Rs.35,44,96,339/- ]

Page 57: iiser

Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD-1 EE/IISER TVM PD - I

PART – A

PERCENTAGE RATE (COMPOSITE) TENDER, CONTRACT FOR WORKS (CPWD-7),

CONDITIONS FOR GREEN BUILDING PRACTICES, AND

TENDER DRAWINGS. (Page No. 51 to 122)

Page 58: iiser

51

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

CPWD –7

GOVERNMENT OF INDIA CENTRAL PUBLIC WORKS DEPARTMENT

Percentage Rate Composite Tender & Contract for Works

(A) Tender for the work of Construction of Civil Structures and other Infrastructure

facilities for Academic area at IISER Campus at Vithura, Thiruvananthapuram- Phase I. SH: Construction of Physical Science Block, Biological Science block, Animal House and Concourse including internal and external civil & Electrical services, fire fighting, Lifts, Site development – (Balance Work).

(i) To be submitted by 15.00 hours on 24-08-2015 to The Executive Engineer, IISER TVM Project Division-1, CPWD, Thiruvananthapuram. To be opened in presence of tenderers who may be present at 16.00 hours on 24.08.2015. in the office of the Executive Engineer, IISER TVM Project Division - 1, CPWD, Thiruvananthapuram. …………………………………………….............. Issued to intending eligible bidders

Signature of officer issuing the documents ………**……………………………… Designation: Executive Engineer, IISER TVM Project Division - I, CPWD, Thiruvananthapuram. Date of issue ……………………….

TENDER

I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses of contract, Special conditions, particular specification, Schedule of Rates & other documents and Rules referred to in the conditions of contract and all other contents in the tender document for the work.

I/We hereby tender for the execution of the work specified for the President of India within the time specified in Schedule ‘F’ viz., schedule of quantities and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of the Conditions of contract and with such materials as are provided for, by, and in respect of accordance with, such conditions so far as applicable.

We agree to keep the tender open for ninety (90) days from the due date of its Eligibility bid opening and not make any modification in its terms and conditions. ** To be filled by EE

Page 59: iiser

52

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

A sum of Rs. 14964209/- is hereby forwarded in cash/receipt treasury challan / deposit at call receipt of a scheduled bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled bank/bank guarantee issued by a scheduled bank as earnest money. If I/We, fail to furnish the prescribed performance guarantee within prescribed period, I/We agree that the said President of India or his successors, in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/We fail to commence work as specified, I/We agree that President of India or the successors in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the said earnest money and the performance guarantee absolutely, otherwise the said earnest money shall be retained by him towards security deposit to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to those in excess of that limit at the rates to be determined in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form. Further, I/We agree that in case of forfeiture of Earnest Money & Performance Guarantee as aforesaid. I/We shall be debarred for participation in the re-tendering process of the work.

I/We undertake and confirm that eligible similar work(s) has/have not been got executed through another contractor on back to back basis. Further that, if such a violation comes to the notice of Department, then I/we shall be debarred for tendering in CPWD in future forever. Also, if such a violation comes to the notice of Department before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.

I/We hereby declare that I/We shall treat the tender documents drawings and other records connected with the work as secret/confidential documents and shall not communicate information/derived there from to any person other than a person to whom I/We am/are authorized to communicate the same or use the information in any manner prejudicial to the safety of the State. Dated: Signature of Contractor Witness: Postal Address Address: Occupation:

Page 60: iiser

53

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for and on behalf of the President of India for a sum of Rs.……………………………..…….. (Rupees ……………………………………………… ………………………………………….) The letters referred to below shall form part of this contract agreement:- (a) (b) (c)

For & on behalf of President of India

Signature ……………………………………… Dated: Designation ………………………………….

Page 61: iiser

54

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

PROFORMA OF SCHEDULES (Composite Tender -MAJOR COMPONENT-[Civil])

SCHEDULE ‘A’

Schedule of quantities (as per PWD-3): Enclosed in page No. 381 to 451

SCHEDULE 'B'

Schedule of materials to be issued to the contractor.

No. Description of item Quantity Rates at which the material will be charged to the

contractor

Unit Place of issue

1 2 3 4 5 6

1 Interlocking Paver Block 955 Sqm Rs. 694/- Sqm

At IISER Campus,

Vithura as is where is condition

2 CI Grating 78 Nos Rs. 25/- Nos

3 Aluminium door handle 100 mm 82 Nos Rs.34/- Nos

4 Aluminium door handle 125 mm 77 Nos Rs.50/- Nos

5 SS sliding door bolt 300 x 16 mm 217 Nos Rs.656/- Nos

6 Twin rubber stopper 95 Nos Rs.32/- Nos

7 18 mm thick Black Granite 48 Sqm Rs.2378/ - Sqm

8 Ceramic wall tile -300x600 mm (lineage bianco) 25639 Nos Rs.107.60/- Nos

9 Vitrified tile – 600x600mm (cetroen) 7361 Nos Rs.192.60/- Nos

10 Antiskid floor tile toilet- 300x300mm (corzo green) 3667 Nos Rs.29.90/- Nos

11 Sadarali Granite – 20mm thick 263.04 Sqm Rs.1348/- Sqm

12 Hollow block- 400x200x200mm 136765 Nos Rs.50/- Nos

13 TMT 16mm Fe 500 D 4850 kg Rs.51/- kg

14 TMT 20mm Fe 500 D 9870 kg Rs.51/- kg

15 TMT 25mm Fe 500 D 6070 kg Rs.51/- kg

16 TMT 32mm Fe 500 D 830 kg Rs.51/- kg

17 Hold fast 40x5 mm 2770 Nos Rs.38/- Nos

18 Soap Dish (Cat No. 1131) 4 Nos Rs.819/- Nos

19 Sink Mixer swinging casted round (CQT 23309k) 22 Nos Rs.2157/- Nos

Page 62: iiser

55

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

20 Angle valve auto closing system 15 mm for urinals 8 Nos Rs.1594/- Nos

At IISER Campus,

Vithura as is where is condition

21 Flat back urinal 340 x 410 x 265 mm 8 Nos Rs.618/- Nos

22 Pillar cock - auto closing system (Cat No.031)

69 Nos Rs.1500/- Nos

23 Bottle Trap - 32 mm 32 Nos Rs.1115/- Nos

24 Ball valve -15mm 1 Nos Rs.372/- Nos

25 Ball valve -25mm 9 Nos Rs.706/- Nos

26 Gate valve - 25 mm 13 Nos Rs.971/- Nos

27 Gate valve - 32 mm 15 Nos Rs.1360/- Nos

28 Gate valve - 50 mm 2 Nos Rs.2691/- Nos

29 Gate Valve- 65 mm 3 Nos Rs.4153/- Nos

30 Gate Valve- 80 mm 1 Nos Rs.6158/- Nos

31 PVC Seat cover with lid - white 27 Nos Rs.570 /- Nos

32 PVC dual flushing cistern - 3/6 litres 16 Nos Rs.1272/- Nos

33 SS Kitchen Sink- 1040x510mm 1 Nos Rs.5728/- Nos

34 Wash Basin 560 x 430 mm 30 Nos Rs.997/- Nos

35 WC Pan (European) 27 Nos Rs.721/- Nos

36 Division Plate 690 x 325 mm 29 Nos Rs.882/- Nos

37 Wash Basin (550x400 mm) 2 Nos Rs.611/- Nos

38 40 mm dia UPVC class III pipes 60 Metre Rs.194/- Metre

39 15 mm CPVC pipe (SDR 11) 11 Metre Rs.61/- Metre

40 CI Cover with frame 300x300 57 Nos Rs.782/- Nos

41 CI Cover with frame - 500mm dia (medium)

1 Nos Rs.12803/- Nos

42 32mm CPVC Pipe 40 Metre Rs.135/- Metre

43 40mm CPVC Pipe - SDR-11 180 Metre Rs.186/- Metre

44 50mm CPVC Pipe - SDR-11 100 Metre Rs.301/- Metre

45 100 mm Sluice valve 4 Nos Rs.8237/- Nos

Page 63: iiser

56

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

46 25mm CPVC(SDR-13.5) 552 Metre Rs.92/- Metre

47 40mm CPVC(SDR-13.5) 65 Metre Rs.186 /- Metre

At IISER Campus,

Vithura as is where is condition

48 50mm CPVC(SDR-13.5) 10 Metre Rs.301/- Metre

49 100 mm CPVC (SCH- 40) 21 Metre Rs.1819/- Metre

50 80 mm CPVC (SCH- 40) 5 Metre Rs.767/- Metre

51 65 mm CPVC (SCH- 40) 5 Metre Rs.590/- Metre

52 Plastic encapsulated Foot Rest 618 Nos Rs.192/- Nos

53 Aluminium Sections

for Fixed portion 6250 kg Rs.289/- kg

Note : (i) Quantity indicated is approximate and it may vary.

(ii) Sales tax @ 4% will be recovered for the stipulated materials.

SCHEDULE 'C'

Tools and plants to be hired to the contractor

S.No. Description Hire charges per day

Place of issue

1 2 3 4

Nil Nil Nil NA

SCHEDULE ‘D’

Extra schedule for specific requirements/document for the work, if any:

NIL

SCHEDULE ' E’

Reference to General Conditions of contract: GCC 2014, CPWD Form 7 modified and corrected up to and including No. DGW/CON/286 dated 30.06.2015.

Name of Work: Construction of Civil Structures and other Infrastructure facilities

for Academic area at IISER Campus at Vithura, Thiruvananthapuram- Phase I. SH: Construction of Physical Science Block, Biological Science block, Animal House and Concourse including internal and external civil & Electrical services, fire fighting, Lifts, Site development – (Balance Work).

Page 64: iiser

57

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

(I)Estimated cost of work : Rs. 139,64,20,913/-

[Civil: Rs. 104,19,24,574/- + Electrical: Rs. 35,44,96,339/-]

(II) Earnest Money : Rs. 14964209/-

(ii) Performance Guarantee : 5% of tendered value

(iii) Security Deposit : 2.5% of tendered value

Or 2.5% of tendered value plus 50% PG for contracts involving maintenance of the building and service/ other work after construction of same building and service/other work.

SCHEDULE ' F’ GENERAL RULES & DIRECTIONS: Officer inviting tender: Executive Engineer, IISER TVM Project Division -1,

CPWD, Thiruvananthapuram. Definitions:

2(v) Engineer-in-Charge : Executive Engineer, IISER TVM Project Division- 1, CPWD, Thiruvananthapuram or successor thereof.

2(viii) Accepting Authority : Chief Project Manager, IISER TVM Project Zone, CPWD, Trivandrum or successor thereof.

2(x) Percentage on cost of materials and

Labour to cover all overheads and profits: 15%

2(xi) Standard Schedule of Rates: Delhi Schedule of Rates 2014 with correction slips No.DG/DSR/08 dtd.23.04.2015.

(xii) Department : Central Public Works Department

9(ii) Standard CPWD Contract Form: GCC 2014 CPWD Form 7 modified and corrected up to and including No. DGW/CON/286 dated 30.06.2015.

Clause 1

(i) Time allowed for submission of Performance Guarantee, Programme Chart (Time and Progress) and applicable labour licenses, registration with EPFO, ESIC and BOCW Welfare Board or proof of applying thereof from the date of issue of letter of acceptance : 7 (Seven) days

(i) Maximum allowable extension with late fee @ 0.1% of Performance Guarantee amount per day beyond the period provided in (i) above : 15 days

Page 65: iiser

58

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

Clause 2 Authority for fixing compensation under clause 2: Chief Project Manager,

IISER TVM Project Zone CPWD, Thiruvananthapuram

or successor thereof. Clause 2A Whether Clause 2A shall be applicable : Yes Clause 5 Number of days from the date of issue of letter of acceptance for reckoning date of start : 22 (Twenty Two) days

Mile Stone(s) as per table given below

Sl. No.

Description of Milestone (Physical)

Time allowed in days (from

date of start)

Amount to be with- held in case of non-

achievement of milestone

1 i. Physical Science Block including Concourse

Completion of RCC foundation footings and retaining wall, Columns, beams and slabs upto entry level.

Biological Science Block including Concourse Completion of RCC foundations, footings and columns, beams and slabs up to -1 level.

ii. Animal House including Concourse - Completion of RCC foundation footings, columns and beams and slab up to service floor level.

150 days 0.50% of Tendered

value of the work

2 i. Physical Science Block including Concourse Completion of RCC columns, beams and slabs up to +2 level. Completion of masonry block work up to entry level.

ii. Biological Science Block including Concourse Completion of beams and slabs upto entry level (level 0). Completion of block work, laying of electrical conduits and door frames up to -2 level.

iii. Animal House including Concourse Completion of RCC structure upto roof level including laying of electrical conduits, wiring, fixing of door frames, shutters, windows, internal sanitary installation and water supply, internal plastering and flooring.

240 days 0.50% of Tendered

value of the work

Page 66: iiser

59

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

3 i. Physical Science Block Completion of RCC frame work up to roof level including Machine room and store. Completion of CC block walls. Completion of flooring and electrical conduits, floor trunking, fixing of doors up to entry level. Completion of internal plastering up to +2 level.

ii. Biological Science Block Completion of RCC columns, beams and slabs including laying of conduits upto +2 level. Completion of block masonry work upto entry level.

iii. Animal House Completion of both internal and external Plastering and Painting works (except final coat). Completion of ducting, air conditioning and electrical fittings and fans.

330 days 0.50% of Tendered

value of the work

4 i. Physical Science Block Completion of both internal and external plastering. Completion of flooring, fixing of doors and windows. Completion of internal sanitary and water supply works. Completion of wiring and fixing fittings (except false ceiling area). Completion of sheet roofing works. Completion of air conditioning, fire fighting and erection of lifts.

ii. Biological Science Block- Completion of Columns, beams and slabs up to roof level. Completion of CC Block masonry work including door frames. Completion of internal and external plastering. Completion of Sheet roofing works.

iii. Animal House- Completion of entire works and testing and commissioning.

420 days 0.50% of Tendered

value of the work

Page 67: iiser

60

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

5 i. Physical Science Block

Completion of cladding, roof treatment, fixing of doors and window shutters. Completion of false ceiling, fixing of fans and fittings. Completion of installation commissioning of HVAC, Lift, Firefighting & Fire alarm system.

ii. Biological Science Block- Completion of fixing of doors and window shutters. Completion of roof treatment. Completion of flooring. Completion of internal water supply and sanitary water supply lines except fittings. Completion of wiring, floor trunking, Air conditioning ducting, installation of HVAC, lift, fire fighting and fire alarm system.

510 days 0.50% of Tendered

value of the work

6 i. Physical Science Block Completion of all civil works. Completion of all electrical works including testing and commissioning.

ii Biological Science Block Completion of internal and external finish except final

coat of painting. Completion of fixing of water supply and sanitary

fixtures and fittings. Completion of fixing of fans and fittings, lift, fire fighting,

fire alarm systems and UPS.

600 days

0.50% of Tendered

value of the work

7 i. Biological Science Block Completion of civil works. Completion of electrical works, testing and commissioning.

660 days 0.50% of Tendered

value of the work

Page 68: iiser

61

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

8

Completion of entire works including development, bulk and external services, cleaning, testing, commissioning, obtaining necessary approval and clearance, clearing of the site and handing over with all documents.

720 days

0.50% of Tendered

value of the work

Time allowed for execution of work : 24 (Twenty four) Months

Authority to decide: (i) Extension of time : Executive Engineer, IISER TVM

Project Division - I, CPWD, Thiruvananthapuram

or successor thereof.

(ii) Rescheduling of milestones : Chief Project Manager, IISER TVM Project Zone, CPWD, Thiruvananthapuram

or successor thereof. (iii)Shifting of date of start in case of delay in handing over of site : Chief Project Manager, IISER TVM Project Zone, CPWD,

Thiruvananthapuram or successor thereof.

Clause 6, 6A

Clause applicable - (6 or 6A) : Clause 6A Clause 7 Gross work to be done together with net payment /adjustment of advances for material collected, if any, since the last such payment for being

Page 69: iiser

62

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

eligible to interim payment : Rs. 400 Lakhs (Rupees Four hundred Lakhs only) Clause 7A Whether Clause 7A shall be applicable : Yes No Running Account bill shall be paid for the work till the applicable labour licenses, registration with EPFO, ESIC and BOCW Welfare Board, whatever applicable are submitted by the contractor to the Engineer-in-Charge. Clause 10A List of testing equipment to be provided by the contractor at site lab. : As per Annexure I (Page 69) Clause 10B (ii)

Whether Clause 10 B (ii) shall be applicable : Yes

Clause 10C : NOT APPLICABLE

Clause 10CA :

Sl.No

Material covered under this clause

Nearest Materials (other than cement, reinforcement bars and the structural steel) for which All India Wholesale Price Index to be followed

Base Price of all Materials covered under clause 10 CA

1 Ordinary Portland Cement (OPC)

NA

8200/MT

Portland Pozzolana Cement (PPC)

NA

8100/MT

2 Steel for Reinforcement TMT Fe 500D

2.1 Primary Producers NA 42053/MT

3 Structural Steel NA 43680/MT

Clause 10CC Clause 10 CC to be applicable in contracts where the stipulated period of completion exceeding the period shown in next column :More than 12 months Schedule of component of other Materials, Labour, POL etc. for price escalation. Component of civil (except materials covered Under clause 10CA) /Electrical construction Materials) - : Xm=40% expressed as percent of total value of work. Component of Labour – expressed as percent of total value of work. : Y = 25%

Page 70: iiser

63

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

Component of P.O.L. - expressed as percent of total value of work. : Z = NIL%

Note: Xm…..% should be equal to (100) – (materials covered under clause 10 CA i.e. cement, steel and other material specified in clause 10 CA + Component of Labour + Component of P.O.L) Clause 11 Specifications to be followed for execution of work : C.P.W.D Specification 2009 Vol. I & II.

With correction Slip no. 3 dt: 05.06.2015

Clause 12 Type of work : Original & Project work

12.2. & 12.3 Deviation Limit beyond which clauses 12.2 & 12.3 shall apply for building work : 30%

12.5 (i)Deviation Limit beyond which clauses 12.2 & 12.3 shall apply for foundation work : 30% (Except Earth Work) (ii)Deviation Limit for items in earth work : 100% Sub head of DSR and or related items.

Clause 16 Competent Authority for deciding reduced rates : Chief Project Manager, IISER TVM Project

Zone, CPWD, Thiruvananthapuram or successor thereof. Clause 18 List of mandatory machinery, tools & plants to be deployed by the contractor at site:- 1. ...... 2. ............. 3. ..........

4. ...... 5. ........... 6............. : As per Annexure II (Page No. 70)

Clause 25 (1) Claim Amount Up to 25 lakhs More than 25 lakhs

Chairman Director(WORKS cum TLQA) (SR)II Chief Project Manager, NIT Project Zone, Calicut.

Member Executive Engineer, Trivandrum Central Division

Director of works (SR) II

Member Executive Engineer(P), O/o CE(SZ)V Superintending Engineer, Trivandrum Central Circle

Presenting Officer Executive Engineer in charge of the work

Superintending Engineer –in-charge /Executive Engineer in charge of the work

Page 71: iiser

64

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

Clause 36 (i) Requirement of Technical Representative(s) and recovery Rate

Sl No.

Requirement of Technical staff (of major + minor component)

Minimum experience in

Year

Designation Rate at which recovery shall be made from the contractor in

the event of not fulfilling provision of clause 36(i)

Qualification Num- ber

(of Major + Minor component) Figures Words

1 Graduate Engineer

(Major

component)

1 20 (and having experience of one similar nature of work)

Project Manager

with degree in major

discipline of Engineering

Rs.6

0000

/- P

m

per p

erso

n

Rupees Sixty Thousand only per month

2 Graduate Engineer

2+1 12 (and having experience of one similar

nature of work)

Deputy Project

Manager

Rs.4

0000

/- p

m

pe

r per

son

Rupees Forty Thousand only per month per person

3 Graduate Engineer

or Diploma Engineer

4+2 5 or 10 respectively

Project/Site Engineer

Rs. 2

5000

/- p

m

per

pers

on

Rupees twenty five Thousand only per month per person

4 Graduate Engineer

1+1 8 Quality Engineer

Rs.2

5000

/pm

pe

r pe

rson

Rupees Twenty five thousand per month per person.

5 Diploma Engineer

1 8 Surveyor

Rs. 1

5000

/ pm

pe

r pe

rson

Rupees Fifteen thousand per month per person.

6 Graduate Engineer

1+1 6 Project Planning/

billing Engineer

Rs.2

0000

/-pm

per

pers

on

Rupees Twenty thousand per month per person.

Page 72: iiser

65

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

Assistant Engineers retired from Government services who are holding Diploma will be treated at par with Graduate Engineers.

Clause 42

(i) (a) Schedule/statement for determining theoretical quantity of cement & bitumen on the basis of Delhi Schedule of Rates

Delhi Schedule of Rates 2014 with correction slips No.DG/DSR/08 dtd.23.04.2015.

(ii) Variations permissible on theoretical quantities:

(a) Cement ± (plus / minus) 2 % (Two percent) .

(b) Bitumen for all works + (plus ) 2.5% (Two point five percent) only and nil on – (minus) side.

(c) Steel Reinforcement and structural steel sections for each diameter, section and category

± (plus / minus) 2% (Two percent) only.

(d) Paint As per co-efficient of standard Delhi Analysis of Rate 2014

(e) Vitrified/ Ceramic floor tiles + (plus ) 2.5% (Two point five percent) only.

(f) Ceramic glazed wall tiles + (plus ) 2.5% (Two point five percent) only.

(g) Granite stone slab + (plus ) 15% (Fifteen percent) only.

(h) Kota stone slab + (plus ) 15% (Fifteen percent) only.

(i) Calcium silicate false ceiling tiles + (plus ) 5% (Five percent) only.

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION (FOR MATERIALS UNDER CLAUSE 10 C A)

S. No. Description of Item Rates in figures and words at which recovery shall be made from the Contractor

Excess beyond

permissible variation

Less use

beyond permiss

ible variatio

1. Portland Pozzolana Cement (PPC) Nil 8910/- per MT

Page 73: iiser

66

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

2. Ordinary Portland Cement (OPC) Nil 9020 /-per MT

3. Steel Reinforcement TMT Bar of all diameters Nil 46258 /-per MT

4. Structural steel Nil 48048 /-per MT

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

S. No. Description of Item

Rates in figures and words at which recovery shall be made from the Contractor

Excess beyond permissible

variation

Less use

beyond permissible

1. Interlocking Paver Block RS.694/- per Sqm RS.1388/- per Sqm

2. CI Grating RS.25/- per each RS.50/- per each

3. Aluminium door handle 100 mm RS.34/- per each RS.68/- per each

4. Aluminium door handle 125 mm RS.50/- per each RS.100/- per each

5. SS sliding door bolt 300 x 16 mm RS.656/- per each RS.1312/- per each

6. Twin rubber stopper RS.32/- per each RS.64/- per each

7. 18 mm thick Black Granite RS.2378/- per Sqm RS.4756/- per Sqm

8. Ceramic wall tile -300x600 mm (lineage

bianco) RS.107.64/- per each RS.215.28/- per each

9. Vitrified tile – 600x600mm (cetroen) RS.192.6/- per each RS.385.20/- per each

10. Antiskid floor tile toilet- 300x300mm

(corzo green) RS.29.90/- per each RS.59.80 /- per each

11. Sadarali Granite – 20mm thick RS.1348/- per Sqm RS.2696/- per Sqm

12. Hollow block- 400x200x200mm RS.50/- per each RS.100/- per each

13. TMT 16mm Fe 500 D RS.51/- per kg RS.102/- per kg

14. TMT 20mm Fe 500 D RS.51/- per kg RS.102/- per kg

15. TMT 25mm Fe 500 D RS.51/- per kg RS.102/- per kg

16. TMT 32mm Fe 500 D RS.51/- per kg RS.102/- per kg

Page 74: iiser

67

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

17. Hold fast 40x5 mm RS.38/- per each RS.76/- per each

18. Soap Dish (Cat No.1131) RS.819/- per each RS.1638/- per each

19. Sink Mixer swinging casted round (CQT 23309k)

RS.2157/- per each RS.4314/- per each

20. Angle valve auto closing system 15 mm for urinals

RS.1594/- per each RS.3188/- per each

21. Flat back urinal 340 x 410 x 265 mm RS.618/- per each RS.1236/- per each

22. Pillar cock – auto closing system (Cat No. 031)

RS.1500/- per each RS.3000/- per each

23. Bottle Trap- 32mm RS.1115/- per each RS.2230/- per each

24. Ball valve -15mm RS.372/- per each RS.744/- per each

25. Ball valve -25mm RS.706/- per each RS.1412/- per each

26. Gate valve – 25 mm RS.971/- per each RS.1942/- per each

27. Gate valve – 32 mm RS.1360/- per each RS.2720/- per each

28. Gate valve – 50 mm RS.2691/- per each RS.5382/- per each

29. Gate Valve- 65 mm RS.4153/- per each RS.8306/- per each

30. Gate Valve- 80 mm RS.6158/- per each RS.12316/- per each

31. PVC Seat cover with lid - white RS.570/- per each RS.1140/- per each

32. PVC dual flushing cistern – 3/6 litres RS.1272/- per each RS.2544/- per each

33. SS Kitchen Sink- 1040x510mm RS.5728/- per each RS.11456/- per each

34. Wash basin 560x430 mm RS.997/- per each RS.1994/- per each

35. WC Pan(European) RS.721/- per each RS.1442/- per each

36. Division Plate 690 325 mm RS.882/- per each RS.1764/- per each

37. Wash basin - 550x400 mm RS.611/- per each RS.1222/- per each

38. 40 mm dia UPVC class III pipes RS.194/- per Metre RS.388/- per Metre

39. 15 mm CPVC pipe (SDR 11) RS.61/- per Metre RS.122/- per Metre

Page 75: iiser

68

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

40. CI Cover with frame 300x300 RS.782/- per each RS.1564/- per each

41. CI cover with frame – 500mm dia

(medium) RS.12803/- per each RS.25606/- per each

42. 32mm CPVC Pipe RS.135/- per Metre RS.270/- per Metre

43. 40mm CPVC Pipe – SDR-11 RS.186/- per Metre RS.372/- per Metre

44. 50mm CPVC Pipe – SDR-11 RS.301/- per Metre RS.602/- per Metre

45. 100 mm Sluice valve RS.8237/- per each RS.16474/- per each

46. 25mm CPVC(SDR-13.5) RS.92/- per Metre RS.184/- per Metre

47. 40mm CPVC(SDR-13.5) RS.186/- per Metre RS.372/- per Metre

48. 50mm CPVC(SDR-13.5) RS.301/- per Metre RS.602/- per Metre

49. 100 mm CPVC (SCH- 40) RS.1819/- per Metre RS.3638/- per Metre

50. 80 mm CPVC (SCH- 40) RS.767/- per Metre RS.1534/- per Metre

51. 65 mm CPVC (SCH- 40) RS.590/- per Metre RS.1180/- per Metre

52. Plastic encapsulated Foot Rest RS.192/- per each RS.384/- per each

53. Aluminium Sections

For fixed portion RS.289/- per kg RS.578/- per kg

Page 76: iiser

69

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

ANNEXURE-I

LIST OF TESTING EQUIPMENTS TO BE PROVIDED BY THE CONTRACTOR AT SITE LAB

1. Balances

(I) 7 Kg to 10 kg capacity, semi-self indicating type- Accuracy 10 gm (II) 500 gm capacities, semi-self indicating type- Accuracy 1 gm (III) Plan balance- 5kg capacity- Accuracy 10 gms

2. Ovens- electronically operated, thermostatically controlled upto 110oC to 10C. 3. Sieves as per IS 460-1962.

(i) IS sieves - 450mm internal dia, of sizes 100mm, 80mm, 63mm, 50mm, 40mm, 25mm, 12.5mm, 10mm, 6.3mm and 4.75mm complete with lid and pan.

(ii) IS sieves - 200mm internal dia(brass frame), consisting of 2.36mm, 1.18mm, 600 microns, 425 microns, 212 microns, 90 microns, 75 microns with lid and pan.

4. Sieve shaker capable of 200mm and 300 mm dia sieves, manually operated with timing switch assembly.

5. Equipment for slup test-slump cone, steel plate, tamping rod, steel scale, scoop. 6. Dial gauges, 25mm travel- 0.01mm/division least count-2 nos. 7. 100 tonnes compression testing machine, electrical cum manually operated. 8. Graduated measuring cylinders 200 ml capacity – 3 Nos. 9. Enamel trays (for efflorescence test of bricks)

(i) 300 mm x 250 mm x 40 mm – 2 Nos. (ii) Circular plates of 250mm dia 4 Nos.

10. Steel tapes-3m 11. Vernier calipers 12. Micrometer screw 25mm gauge. 13. A good quality plumb bob. 14. Spirit level, minimum 30cms long with 3 bubbles for horizontal vertical. 15. Wire gauge (circular type) disc. 16. Foot rule 17. Long Nylon thread 18. Rebound hammer for testing concrete. 19. Dynamic penetrometer. 20. Magnifying glass. 21. Screw driver 30cms long 22. Bell pin hammer, 100 gms 23. Plastic bags for taking samples. 24. Moisture meter for timber. 25. Earth resistance test. 26. Megger

Page 77: iiser

70

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

ANNEXURE – II

List of mandatory machinery, Tools and plants to be deployed by the contractor at site

Sl. No Activity Name of equipment Number

1 Earth work Earth moving equipment like JCB 3D

3 Nos

2 Concrete work a) Digitalized automatic concrete batching plant of minimum capacity 15 cum/ hr

1 No

b) Mini Batching plant 6 cum/hr 1 No c) Concrete mixer 2 Nos

d) Plate vibrator, screed leveler 5 Nos e) Needle vibrator 5 Nos f) Concrete pump 1 No 3 Building work a) Bar cutting machine 8 Nos b) Bar bending machine 8 Nos c) Wood thickness planer machine 4 Nos d) Drilling machine 4 Nos e) Welding machine 4 Nos f) Cube testing machine 1 Nos g) Steel shuttering plates 8000 sqm

h) Steel scaffolding Adjustable telescopic props. Adjustable spans

6000 Nos 3000 Nos

i) Grinding / polishing machines 5 Nos j) Building hoist 5 Nos k) Tower crane 2 Nos l) DG set 1 No m) Concrete block making machine 2 Nos 4 Transportation Truck & Tippers 5 nos

5 Dewatering Diesel and electrical pumps 4 Nos

Page 78: iiser

71

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

11 CONDITIONS OF CONTRACT SPECIFIC TO GREEN BUILDING PRACTICES

The contractor shall strictly adhere to the following conditions as part of his contractual obligations:

11.1 SITE

11.1.1 The contractor shall ensure that adequate measures are taken for the prevention of erosion of the top soil during the construction phase. The contractor shall prepare and submit Soil Erosion and Sedimentation Control Plan (ESCP) in accordance with GRIHA norms and get it approved from the Engineer-in-Charge as part of the larger Construction Management Plan (CMP) before start of the work and implement effectively. At no time soil should be allowed to erode away from the site. Sediments should be trapped wherever necessary.

The contractor shall take the clearance of the Engineer-in-Charge before any excavation. Top soil should be stripped to a depth of 20 cm (centimetres) from the areas to be disturbed, such as proposed area for buildings, roads, paved areas, external services and area required for construction activities etc. It shall be stockpiled to a maximum height of 40 cm in designated areas, covered or stabilized with temporary seeding for erosion prevention. It should be reapplied to site during plantation of the proposed vegetation. The contractor shall ensure that all the top soil excavated during construction works is neatly stacked and it is not mixed with other excavated earth. Top soil shall be separated from subsoil, debris and stones larger than 50 mm (millimetre) diameter. The stored top soil may be used as finished grade for planting areas. The contractor should protect top soil from erosion by collection storage and reapplication of top soil, constructing sediment basin, contour trenching, mulching etc.

11.1.2 The contractor shall prepare and submit “spill prevention and control plan” clearly stating measures to stop/prevention of spill it to contain spills, to dispose the contaminated materials and hazardous wastes the designation and details of the personnel trained to prevent and control spills, etc and get it approved from the Engineer-in-Charge, before start of the work. The Contractor should follow the construction plan as approved by the Engineer-in-Charge to minimize the site disturbance such as soil pollution due to spilling. The contractor should use staging and spill prevention and control plan to restrict the spilling of the contaminating material on site.

11.1.3 No excavated earth shall be removed from the campus unless suggested/approved otherwise by Engineer in Charge. All subsoil shall be reused in backfilling/landscape, etc as per the instructions of the Engineer-

Page 79: iiser

72

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

in-Charge. The surplus excavated earth shall be disposed of by the contractor at his own cost for reuse. A certificate of reuse as required by the Engineer-in-Charge shall be submitted by the contractor.

11.1.4 The contractor shall not change the natural gradient of ground unless specifically instructed by the Engineer-in-Charge. This shall cover all natural features like water bodies, drainage, gullies, slopes, mounds, depressions, etc.

Existing drainage patterns through or into any preservation area shall not be modified unless specifically directed by the Engineer-in-charge.

11.1.5 The contractor shall not carry out any work which results in the blockage of natural drainage.

11.1.6 The contractor shall ensure that existing grades of soil shall be maintained around existing vegetation and lowering or raising the levels around the vegetation is not allowed unless specifically directed by the Engineer-in-charge.

11.1.7 Contractor shall reduce pollution and land development impacts from automobiles use during construction.

11.1.8 Overloading of trucks is unlawful and no overloading shall be permitted. When loose materials like stone dust, excavated earth, sand etc. are moved. Proper covering must be provided.

11.2 CONSTRUCTION PHASE AND WORKER FACILITIES

11.2.1.1 The contractor shall specify and limit construction activity in pre-planned and pre-designated areas and shall start construction work after securing the approval for the same from the Engineer-in-Charge. This shall include areas of construction, storage of materials, and material and personnel movement.

11.2.2 Preserve and Protect Landscape during Construction

a) The contractor shall ensure that no trees, existing or otherwise, shall be harmed and damage to roots should be prevented during trenching, placing backfill, driving or parking heavy equipment, dumping of trash, oil, paint, and other materials detrimental to plant health. These activities should be restricted to the areas outside of the canopy of the tree, or, from a safe distance from the tree/plant by means of barricading. Trees will not be used for support; their trunks shall not be damaged by cutting and carving or by nailing posters, advertisements or other material. Lighting of fires or carrying out heat or gas emitting construction activity within the ground, covered by canopy of the tree is not to be permitted.

Page 80: iiser

73

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

b) The contractor shall take steps to protect trees or saplings identified for preservation within the construction site using tree guards of approved specification.

c) Contractor should limit all construction activity within the specified area as per the Construction Management Plan (CMP) approved by Engineer-in-Charge.

d) The contractor shall avoid cut and fill in the root zones, through delineating and fencing the drip line (the spread limit of a canopy projected on the ground) of all the trees or group of trees. Separate the zones of movement of heavy equipment, parking, or excessive foot traffic from the fenced plant protection zones.

e) The contractor shall ensure that maintenance activities during construction period shall be performed as needed to ensure that the vegetation remains healthy.

11.2.3 Contractor shall be required to develop and implement a waste management plan, quantifying material diversion goals. He shall establish goals for diversion from disposal in landfills and incinerators and adopt a construction waste management plan to achieve these goals. A project-wide policy of “Nothing leaves the Site” should be followed, in such a case when strictly followed, care would automatically be taken in ordering and timing of materials such that excess doesn’t become “waste”. The Contractor’s ingenuity is especially called towards meeting this prerequisite/ credit (as per GRIHA). Consider recycling cardboard, metal, brick, acoustical tile, concrete, plastic, clean wood, glass, gypsum wallboard, carpet and insulation. Designate a specific area(s) on the construction site for segregated or comingled collection of recyclable material, and track recycling efforts throughout the construction process. Identify construction haulers and recyclers to handle the designated materials. The diversion may include donation of materials to charitable organizations and salvage of materials on-site.

11.2.4 Contractor shall collect all construction waste generated on site and segregate these wastes based on their utility and examine means of sending such waste to manufacturing units which use them as raw material or other site which require it for specific purpose. Typical construction debris could be broken bricks, steel bars, broken tiles, spilled concrete and mortar etc.

11.2.5 The contractor shall provide potable water for all workers

11.2.6 The contractor shall provide the minimum level of sanitation and safety facilities for the workers at site. The contractor shall ensure cleanliness of workplace with regard to the disposal of waste and effluent; provide clean drinking water and latrines and urinals as per applicable standard.

Page 81: iiser

74

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

Adequate toilet facilities shall be provided for the workman within easy access of their place of work. The total no. to be provided shall not be less than 1 per 30 employees in any one shift. Toilet facilities shall be provided from the start of building operations, connection to a sewer shall be made as soon as practicable. Every toilet shall be so constructed that the occupant is sheltered from view and protected from the weather and falling objects. Toilet facilities shall be maintained in a sanitary condition. A sufficient quantity of disinfectant shall be provided. Natural or artificial illumination shall be provided.

11.2.7 The contractor shall ensure that air pollution due to dust/generators is kept to a minimum, preventing any adverse effects on the workers and other people in and around the site. The contractor shall ensure proper screening, covering stockpiles, covering brick and loads of dusty materials, wheel-washing facility, gravel pit, and water spraying. Contractor shall ensure the following activities to prevent air pollution during construction:

(a) Clear vegetation only from areas where work will start right away

(b) Vegetate / mulch areas where vehicles do not ply. (c) Apply gravel / landscaping rock to the areas where mulching /

paving is impractical.

(d) Identify roads on-site that would be used for vehicular traffic. Upgrade vehicular roads (if these are unpaved) by increasing the surface strength by improving particle size, shape and mineral types that make up the surface & base. Add surface gravel to reduce source of dust emission. Limit amount of fine particles (smaller than 0.075mm) to 10 – 20%.

(e) Water spray, through a simple hose for small projects, to keep dust under control. Fine mists should be used to control fine particulate. However, this should be done with care so as not to waste water. Heavy watering can also create mud, which when tracked onto paved public roadways, must be promptly removed. Also, there must be an adequate supply of clean water nearby to ensure that spray nozzles don’t get plugged.

(f) Water spraying shall be done on: i. Any dusty materials before transferring, loading and unloading. ii. Area where demolition work is being carried out. iii. Any un-paved main haul road. iv. Areas where excavation or earth moving activities are to be

carried out. (g) The contractor shall ensure that the speed of vehicles within the

site is limited to 10 km/hr.

(h) All material storages should be adequately covered and contained so that they are not exposed to situations where winds on site could lead to dust / particulate emissions.

Page 82: iiser

75

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

(i) Spills of dirt or dusty materials will be cleaned up promptly so the spilled material does not become a source of fugitive dust and also to prevent of seepage of pollutant laden water into the ground aquifers. When cleaning up the spill, ensure that the clean-up process does not generate additional dust. Similarly, spilled concrete slurries or liquid wastes should be contained / cleaned up immediately before they can infiltrate into the soil / ground or runoff in nearby areas.

(j) Provide hoardings of not less than 3m high along the site boundary, next to a road or other public area.

(k) Provide dust screens, sheeting or netting to scaffold along the perimeter of the building.

(l) Cover stockpiles of dusty material with impervious sheeting. (m) Cover dusty load on vehicles by impervious sheeting before they

leave the site.

11.2.8 Contractor shall be required to provide an easily accessible area that serves the entire building and is dedicated to the separation, collection and storage of materials for recycling including (at a minimum) paper, corrugated cardboard, glass, plastics, and metals. He shall coordinate the size and functionality of the recycling areas with the anticipated collections services for glass, plastic, office paper, newspaper, cardboard, and organic wastes to maximize the effectiveness of the dedicated areas. Consider employing cardboard balers, aluminium can crushers, recycling chutes, and collection bins at individual workstations to further enhance the recycling program

11.2.9 The contractor shall ensure that no construction leach ate (e.g. cement slurry etc.), is allowed to percolate into the ground. Adequate precautions are to be taken to safeguard against this including, reduction of wasteful curing processes, collection, basic filtering and reuse. The contractor shall follow requisite measures for collecting drainage water run-off from construction areas and material storage sites and diverting water flow away from such polluted areas. Temporary drainage channels, perimeter dike/swale, etc. shall be constructed to carry the pollutant-laden water directly to the treatment device or facility (municipal sewer line).

11.2.10 Staging (dividing a construction area into two or more areas to minimize the area of soil that will be exposed at any given time) should be done to separate undisturbed land from land disturbed by construction activity and material storage.

11.2.11 The contractor shall comply with the safety procedures, norms and guidelines (as applicable) as outlined in the document Part 7 Constructional practices and safety, 2005, National Building code of India,

Page 83: iiser

76

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

Bureau of Indian Standards. A copy of all pertinent regulations and notices concerning accidents, injury and first-aid shall be prominently exhibited at the work site. Depending upon the scope & nature of work, a person qualified in first-aid shall be available at work site to render and direct first-aid to causalities. A telephone may be provided to first-aid assistant with telephone numbers of the hospitals displayed. Complete reports of all accidents and action taken thereon shall be forwarded to the competent authorities.

11.2.12 The contractor shall ensure the following activities for construction workers safety among other measures: (a) Guarding all parts of dangerous machinery. (b) Precautionary signs for working on machinery (c) Maintaining hoists and lifts, lifting machines, chains, ropes, and

other lifting tackles in good condition. (d) Durable and reusable formwork systems to replace timber

formwork and ensure that formwork where used is properly maintained.

(e) Ensuring that walking surfaces or boards at height are of sound construction and are provided with safety rails or belts.

(f) Provide protective equipment; helmets etc. (g) Provide measures to prevent fires. Fire extinguishers and buckets of

sand to be provided in the fire-prone area and elsewhere. (h) Provide sufficient and suitable light for working during night time.

11.2.13 The storage of material shall be as per standard good practices as specified in Part VII, Section 2 – Storage, Stacking and Handling practices, NBC 2005 and shall be to the satisfaction of the Engineer in Charge to ensure minimum wastage and to prevent any misuse, damage, inconvenience or accident. Watch and ward of the Contractor’s materials shall be his own responsibility. There should be a proper planning of the layout for stacking and storage of different materials, components and equipments with proper access and proper maneuverability of the vehicles carrying the materials. While planning the layout, the requirements of various materials, components and equipments at different stages of construction shall be considered.

11.2.14 The contractor shall provide for adequate number of garbage bins around the construction site and the workers facilities and will be responsible for the proper utilization of these bins for any solid waste generated during the construction. The contractor shall ensure that the site and the workers facilities are kept litter free. Separate bins should be provided for plastic, glass, metal, biological and paper waste and labelled in both Hindi and English with suitable symbols.

11.2.15 The contractor shall prepare and submit ‘Spill prevention and control plans’ before the start of construction, clearly stating measures to stop the

Page 84: iiser

77

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

source of the spill, to contain the spill, to dispose the contaminated material and hazardous wastes, and stating designation of personnel trained to prevent and control spills. Hazardous wastes include pesticides, paints, cleaners, and petroleum products.

11.2.15.1 Contractor shall collect & submit the relevant material certificates for materials with high recycled (both post-industrial and post-consumer) content, including materials like RMC mix with fly-ash, glass with recycled content, calcium silicate boards etc.

11.2.16 Contractor shall collect the relevant material certificates for rapidly renewable materials such as bamboo, wool, cotton insulation, agri-fiber, linoleum, wheat board, strawboard and cork etc.

11.2.17 Where possible, the contractor shall select materials / vendors, harvested and manufactured regionally, within a 800-km radius of the project site.

11.2.18 Contractor shall adopt an IAQ (Indoor Air Quality) management plan to protect the HVAC system during construction, control pollutant sources, and interrupt pathways for contamination. He shall sequence installation of materials to avoid contamination of absorptive materials such as insulation, carpeting, ceiling tile, and gypsum wallboard. He shall also protect stored on-site or installed absorptive materials from moisture damage.

11.2.19 The contractor shall ensure that a flush out of all internal spaces is conducted prior to handover. This shall comprise an opening of all doors and windows for 14 days to vent out any toxic fumes due to paints, varnishes, polishes, etc.

11.2.20 Contractor shall make efforts to reduce the quantity of indoor air contaminants that are odorous or potentially irritating harmful to the comfort and well-being of installer and building occupants. Contractor shall ensure that the VOC (Volatile Organic Compounds) content of paints, coatings and primers used must not exceed the VOC content limits mentioned below:

1. Paints a. Non-flat - 150 g/L b. Flat (Mat) - 50 g/L c. Anti corrosive/ anti rust - 250 g/L

2. Coatings / Clear wood finishes a. Varnish - 350 g/L b. Lacquer - 550 g/L c. Floor coatings - 100 g/L d. Stains - 250 g/L

Page 85: iiser

78

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

3. Sealers a. Water proofing sealer - 250 g/L b. Sanding sealer - 275 g/L c. Other sealers - 200 g/L

4. The VOC (Volatile Organic Compounds) content of adhesives and sealants used must be less than VOC content limits mentioned:

Architectural Applications VOC Limit (g/l less water)

a. Indoor Carpet adhesives - 50 g/L b. Carpet Pad Adhesives - 50 g/L c. Wood Flooring Adhesive - 100 g/L d. Rubber Floor Adhesives - 60 g/L e. Sub Floor Adhesives – 50 g/L f. Ceramic Tile Adhesives - 65 g/L g. VCT and Asphalt Tile adhesives - 50 g/L h. Dry Wall and Panel Adhesives - 50 g/L i. Structural Glazing Adhesives - 100 g/L j. Multipurpose Construction Adhesives – 70 g/L k. Substrate Specific Application VOC Limit (g/l less water) l. Metal to Metal - 30 g/L m. Plastic Foams - 50 g/L n. Porous material (except wood) - 50 g/L o. Wood - 30 g/L p. Fiber Glass – 80 g/L

11.2.20.1 Wherever required, Contractor shall meet and carry out documentation of all

activities on site, supplementation of information, and submittals in accordance with GRIHA program standards and guidelines. Towards meeting the aforementioned building environmental rating standard(s) expert assistance shall be provided to him up on request.

11.2.21 Water Use during Construction Contractor should spray curing water on concrete structure and shall not allow free flow of water. Concrete structures should be kept covered with thick cloth/gunny bags and water should be sprayed on them. Contractor shall do water ponding on all sunken slabs using cement and sand mortar.

11.2.22 The Contractor shall remove from site all rubbish and debris generated by the Works and keep Works clean and tidy throughout the Contract Period. All the serviceable and non-serviceable (malba) material shall be segregated and stored separately. The malba obtained during construction shall be collected in well formed heaps at properly selected places, keeping in a view safe condition for workmen in the area. Materials which are likely to cause dust nuisance or undue environmental pollution in any other way, shall be removed from the site at the earliest and till then they shall be suitable covered. Glass & steel should be dumped or buried separately to prevent

Page 86: iiser

79

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

injury. The work of removal of debris should be carried out during day. In case of poor visibility artificial light may be provided.

11.2.23 The contractor shall provide O & M Manuals wherever applicable.

11.2.24 The contractor shall make himself conversant with the Site Waste Management Program Manual and actively contribute to its compilation by estimating the nature and volume of waste generated by the process/installation in question.

11.2.25 MATERIALS & FIXTURES FOR THE PROJECT

a) Contractor will produce wherever feasible certificate regarding distance of the source of the relevant material.

b) The contractor has to comply as per MoEF issued notification 8.0.763(E) dated 14th Sept.1999 containing directive for greater fly ash utilization. Every construction agency engaged in the construction of buildings within a radius of 50 km radius of a Thermal Power Plant, have to use of 100% fly ash based bricks/blocks in their construction.

c) The contractor shall ensure that all paints, polishes, adhesives and sealants used both internally and externally, on any surface, shall be Low VOC products. The contractor shall get prior approval from the Engineer-in-Charge before the application of any such material.

d) All plumbing and sanitary fixtures installed shall be as per the prescription of the Engineer-in-Charge and shall adhere to the minimum LPM (litres per minute) and LPF (litres per flush) mentioned. The contractor shall employ 100% zero ODP (ozone depletion potential) insulation; HCFC (hydro-chlorofluorocarbon)/ and CFC (chlorofluorocarbon) free HVAC and refrigeration equipments and/halon-free fire suppression and fire extinguishing systems.

e) The contractor shall ensure that all composite wood products/agro-fibre products used for cabinet work, etc do not contain any added urea formaldehyde resin.

11.2.26 RESOURCES CONSUMED DURING CONSTRUCTION

a. The contractor shall ensure that the water and electricity is not wasted during construction. The Engineer-in-Charge can bring to the attention any such wastage and the contractor will have to ensure that such bad practices are corrected.

b. The contractor shall install necessary meters and measuring devices to record the consumption of water, electricity and diesel on a monthly basis for the entire tenure of the project.

c. The contractor shall ensure that all run-off water from the site, during construction is collected and reused to the maximum.

d. The contractor shall use treated recycled water of appropriate quality standards for construction, if available.

e. No lights shall be turned on during the period between 6:00 AM to 6:00 PM, without the permission of the Engineer-in-Charge.

Page 87: iiser

80

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

11.2.27 CONSTRUCTION WASTE

a) Contractor shall ensure that wastage of construction material is within 3%. b) All construction debris generated during construction shall be carefully

segregated and stored in a demarcated waste yard. Clear, identifiable areas shall be provided for each waste type. Employ measures to segregate the waste on site into inert, chemical, or hazardous wastes.

c) All construction debris shall be used for road preparation, back filling, etc, as per the instructions of the Engineer in Charge, with necessary activities of sorting, crushing, etc.

d) No construction debris shall be taken away from the site, without the prior approval of the Engineer-in-Charge.

e) The contractor shall recycle the unused chemical/hazardous wastes such as oil, paint, batteries, and asbestos.

f) If and when construction debris is taken out of the site, after prior permissions from the Engineer-in-Charge, then the contractor shall ensure the safe disposal of all wastes and will only dispose of any such construction waste in approved dumping sites.

11.2.28 Documentation a) The contractor shall, during the entire tenure of the construction phase, submit

the following records to the Engineer-in-Charge on a monthly basis: i) Water consumption in litres ii) Electricity consumption in ‘kwh’ units iii) Diesel consumption in litres iv) Quantum of waste (volumetric/weight basis) generated at site and the

segregated waste types divided into inert, chemical and hazardous wastes. v) Digital photo documentation to demonstrate compliance of safety guidelines

as specified here and in the Appendix on Safety Conditions.

b) The contractor shall, during the entire tenure of the construction phase, submit the following records to the Engineer in Charge on a fortnightly basis:

i) Quantities of material brought into the site, including the material issued to the contractor by the Engineer-in-charge.

ii) Quantities of construction debris (if at all) taken out of the site iii) Digital photographs of the works at site, the workers facilities, the waste and

other material storage yards, pre-fabrication and block making works, etc as guided by the Engineer-in-Charge.

c) The contractor shall submit a document after construction of the buildings, a brief description along with photographic records to show that other areas have not been disturbed during construction. The document should also include brief explanation and photographic records to show erosion and sedimentation control measures adopted. (Document CAD drawing showing site plan details of existing vegetation, existing buildings, existing slopes and

Page 88: iiser

81

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

site drainage pattern, staging and spill prevention measures, erosion and sedimentation control measures and measures adopted for top soil preservation during construction.

d) The contractor shall submit to the Engineer-in-Charge after construction of the buildings, a detailed as built quantification of the following:

i. Total materials used, ii. Total top soil stacked and total reused iii. Total earth excavated iv. Total waste generated, v. Total waste reused, vi. Total water used, vii. Total electricity, and viii. Total diesel consumed.

e) The contractor shall submit to the Engineer-in-Charge, before the start of construction, a site plan along with a narrative to demarcate areas on site from which top soil has to be gathered, designate area where it will be stored, measures adopted for top soil preservation and indicate areas where it will be reapplied after construction is complete.

f) The contractor shall submit to the Engineer-in-Charge, a detailed narrative (not more than 250 words) on provision for safe drinking water and sanitation facility for construction workers and site personnel.

g) Provide supporting document from the manufacturer of the cement specifying the fly-ash content in PPC used in reinforced concrete.

h) Provide supporting document from the manufacturer of the pre-cast building blocks specifying the fly ash content of the blocks used in an infill wall system.

i) The contractor shall, at the end of construction of the buildings, submit to the Engineer-in-Charge, submit following information, for all material brought to site for construction purposes, including manufacturer’s certifications, verifying information, and test data, where Specifications sections require data relating to environmental issues including but not limited to:

i) Source of products: Supplier details and location of the supplier.

ii) Project Recyclability: Submit information to assist Owner and Contractor in recycling materials involved in shipping, handling, and delivery, and for temporary materials necessary for installation of products.

iii) Recycled Content: Submit information regarding product post industrial recycled and post consumer recycled content. Use the “Recycled Content Certification Form”, to be provided by the Commissioning Authority appointed for the Project.

iv) Product Recyclability: Submit information regarding product and product’s component’s recyclability including potential sources accepting recyclable materials where ever applicable.

Page 89: iiser

82

Correction -Nil Insertion - Nil Deletion - Nil AE/IISER TVM PSD-1 EE /IISER TVM PD - I

v) Indoor Air quality and Environmental Issues: Submit emission test data, sourced from the manufacturers, produced by acceptable testing laboratory listed in Quality Assurance Article for materials as required in each specific Specification section.

a) Certifications from manufacturers of Low VOC paints, adhesives, sealant and polishes used at this particular project site.

b) Certification from manufacturers of composite wood products/agro fibre products on the absence of added urea formaldehyde resin in the products supplied to them to this particular site.

c) Submit environmental and pollution clearance certificates for all diesel generators installed as part of this project.

Provide total support to Engineer-in-Charge and Green Building Consultants appointed by the Engineer-in-Charge in completing all Green Building Rating related formalities, including signing of forms, providing signed letters in the contractor’s letterhead whenever required.

11.2.29 EQUIPMENT

a) To ensure energy efficiency during and post construction all pumps, motors and engines used during construction or installed, shall be subject to approval and as per the specifications of the Engineer-in-Charge.

b) All lighting installed by the contractor around the site and at the labour quarters during construction shall be CFL bulbs of the appropriate illumination levels. This condition is a must, unless specifically prescribed.

The contractor is expected to go through all other conditions of the GRIHA rating stipulations. Failure to adhere to any of the above mentioned items, without approval of the Engineer-in-Charge, shall be deemed as a violation of contract and the contractor shall be held liable for penalty as per terms of the agreement.

Page 90: iiser
IISERPD
Typewritten Text
Page 83
Page 91: iiser
IISERPD
Typewritten Text
Page 84
IISERPD
Typewritten Text
Page 92: iiser
IISERPD
Typewritten Text
IISERPD
Typewritten Text
Page 85
Page 93: iiser
IISERPD
Typewritten Text
Page 86
IISERPD
Typewritten Text
Page 94: iiser
IISERPD
Typewritten Text
Page 87
Page 95: iiser
IISERPD
Typewritten Text
IISERPD
Typewritten Text
IISERPD
Typewritten Text
Page 88
IISERPD
Typewritten Text
IISERPD
Typewritten Text
Page 96: iiser

Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD-1 EE/IISER TVM PD - I

PART -B

MAJOR COMPONENT – CIVIL

SPECIAL CONDITIONS,PARTICULAR SPECIFICATIONS, ANNEXURE I &II, EQUIPMENTS LIST OF T&P AND

LIST OF APPROVED MATERIALS OF MAJOR COMPONENT. (Pages from 123 to 171)

Page 97: iiser

123

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

SPECIAL CONDITIONS

1. The contractor shall execute the whole work in the most substantial and workman like manner in strict accordance with the specifications, approved design, drawings, particular specifications, special conditions, additional conditions and instructions of the Engineer-in-Charge.

2. Labour huts at site shall not be allowed.

3. Before tendering, the contractor shall inspect the site of work and structures and shall fully acquaint himself about the conditions prevailing at site, availability of materials, availability of land and suitable location for construction of go-downs, stores, site office, transport facilities, constraints of space for establishing design mix plants, weather condition at site, the extent of leads and lifts involved in execution of work etc., which may affect or influence the tenders.

4. The contractor shall at his own expense and risk arrange land for accommodation of labour, setting up of office, storage of materials, erection of temporary workshops, and construction of approach roads to the site of work, including land required for carrying out of all jobs connected with the completion of the work. The contractor shall have to abide by the regulations of the authorities concerned and the directions of the Engineer-in-Charge for use of land available at the site of work. If it becomes necessary during construction to remove or shift the stored materials, shed, workshop, access roads, etc, to facilitate execution of the work included in this agreement or any other work by any other agency, the contractor shall remove or shift these facilities as directed by the Engineer-in-Charge and no claim whatsoever shall be entertained on this account.

5. It shall be deemed that the contractor has satisfied himself as to the nature and location of the work, transport facilities, availability of land for setting up of camp, etc. The department will bear no responsibility for lack of such knowledge and the consequences thereof.

6. The contractor shall have to make approaches to the site, if so required and keep them in good condition for transportation of labour and materials as well as inspection of works by the Engineer-in-Charge. Nothing extra shall be paid on this account.

7. The contractor shall carry out true and proper setting out of the work in co-ordination with the Engineer-in-Charge or his authorized representatives and shall be responsible for the correctness of the positions, levels, dimensions and alignments of all parts of the structure. If at any time during the progress of the work any error appears or arises in the position, level, dimensions or alignment of any part of the work, the contractor shall rectify such error to the entire satisfaction of Engineer-in-charge. The checking by the Engineer-in-Charge or his authorized

Page 98: iiser

124

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

representatives shall not relieve the contractor of his responsibility for the correctness of any setting out of any line or level. The contractor shall carefully protect and preserve all bench marks, pegs and pillars provided for setting out of works.

8. All setting out activities concerning establishment of bench marks, theodolite stations, centre line pillars, etc. including all material, tools, plants, equipments, theodolite and all other instruments, labour, etc. required for performing all the functions necessary and ancillary thereto at the commencement of the work, during the progress of the work and till the completion of the work shall be carried out by the contractor and nothing extra shall be paid on this account.

9. The work shall be carried out in such a manner so as not to interfere or adversely affect or disturb other works being executed by other agencies, if any.

10. Any damage done by the contractor to any existing works or work being executed by other agencies shall be made good by him at his own cost.

11. The work shall be carried out in the manner complying in all respects with the requirement of relevant rules and regulations of the local bodies under the jurisdiction of which the work is to be executed and nothing extra shall be paid on this account.

12. The contractor may have to work in two or more shifts for completing the work in time, and no claims whatsoever shall be entertained on this account, notwithstanding the fact that the contractor will have to pay or may have paid to the labourers and other staff engaged directly or indirectly on the work according to the provisions of the labour regulations and the agreement entered upon and/or extra amount for any other reasons.

13. The contractor shall make his own arrangements at his own cost for water, electricity and obtaining electric connections required and make necessary payments directly to the State / Central Govt. departments concerned. Contractor shall get the water tested from laboratory approved by the Engineer-in-charge at regular interval as per the CPWD Specifications 2009. All expenses towards collection of samples, packing, transportation etc. shall be borne by the contractor.

14. The drawings for the work issued by the Engineer-in-Charge during execution of work shall at all times be properly correlated before executing any work and no claim whatsoever shall be entertained for discrepancies in the drawings.

15. The works to be governed by this contract shall cover delivery and transportation up to destination, safe custody at site, insurance, erection, testing and commissioning of the entire works. The works to be undertaken by the contractor shall inter-alia include the following:

(i) Preparation of detailed shop drawings and as built drawings wherever applicable.

(ii) Obtaining of Statutory permissions where-ever applicable and required.

Page 99: iiser

125

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

(iii) Pre-commissioning tests as per relevant standard specifications, code of practice, Acts and Rules wherever required.

(iv) Warranty obligation for the equipments and / or fittings/fixtures supplied by the contractor. Contractor shall provide all the shop drawings or layout drawings for all the co-ordinated services before starting any work or placing any order of any of the services etc. These shop drawings /layout drawings shall be got approved from Engineer-in-charge before implementation and this shall be binding on the contractor. The contractor shall submit material sample for approval of Engineer-in-charge get it approved prior to bulk supply of the material at site.

16. The contractor shall maintain in good condition all work executed till the completion of entire work entrusted to the contractor under this contract.

17. No payment shall be made to the contractor for damage caused by rain, whatsoever during the execution of works and any damage to the work on this account shall have to be made good by the contractor at his own cost.

18. Unless otherwise provided in the Schedule of quantities, the rates tendered by the contractor shall be all inclusive and shall apply to all heights, lifts, leads and depths of the building and nothing extra shall be payable to him on this account. Payment for centering, shuttering, however, if required to be done for floor heights greater than 3.5m shall be admissible at rates arrived in accordance with clause 12 of the agreement if not already specified.

19. The rates quoted by the Contractor are deemed to be inclusive of site clearance, setting out work (including marking of reference points, center lines of buildings), construction and maintenance of reference bench mark(s), taking spot levels, construction of all safety and protection devices, barriers, barricading, signage, labour safety, labour welfare and labour training measures, preparatory works, working during monsoon, working at all depths, height and location etc. and any other incidental works required to complete this work. Nothing extra shall be payable on this account.

20. Ancillary and incidental facilities required for execution of work like labour camp, stores, fabrication yard, offices for Contractor, watch and ward, temporary ramp required to be made for working at the basement level, temporary structure for plants and machineries, water storage tanks, installation and consumption charges of temporary electricity connection, telephone, water etc. required for execution of the work, liaison and pursuing for obtaining various approvals, No Objection Certificates, completion certificates from local bodies etc., protection works, testing facilities / laboratory at site of work, facilities for all field tests and for taking samples etc. during execution or any other activity which is necessary (for execution of work and as directed by Engineer-in-Charge), shall be deemed to be included in rates quoted by the Contractor, for various items in the schedule of quantities. Nothing extra shall be payable on these accounts. Before start of the work, the Contractor shall submit to the Engineer-in-Charge, a site / construction yard layout, specifying areas for construction, site office, positioning of machinery, material yard, cement and other storage, steel fabrication yard, site laboratory, water tank, etc.

Page 100: iiser

126

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

21. No claim whatsoever for idle labour, additional establishments, costs of hire and labour charges for tools and plants, scaffolding etc, would be entertained under any circumstances.

22. The Contractor(s) shall take all precautions to avoid accidents by exhibiting necessary caution boards day and night. In case of any accident of labours/ contractual staffs the entire responsibility will rest on the part of the contractor and any compensation under such circumstances, if becomes payable, shall be entirely borne by the contractor.

23. Contractor shall within two weeks of award of work, submit to the Engineer-in-Charge for his approval, list of measures for maintaining safety of manpower deployed for construction and avoidance of accidents.

24. For the safety of all labour directly or indirectly employed in the work the contractors shall, in addition to the provision of CPWD safety code and directions of the Engineer-in-Charge, make all arrangements to provide facility as per the provision of Indian Standard Specifications (Codes) listed below and nothing extra shall be paid on this account.

25. The contractor shall take all precautions to avoid all accidents by exhibiting necessary caution boards and by providing red flags, red lights and barriers. The contractor shall be responsible for any accident at the site of work and consequences thereof.

26. Scaffolding: Wherever required for the execution of work, all the scaffolding shall be provided and suitably fixed, by the Contractor. It shall be provided strictly with steel scaffolding system, suitably braced for stability, with all the accessories, gangways, etc. with adjustable suitable working platforms to access the areas with ease for working and inspection. It shall be designed to take all incidental loads. It should cater to the safety features for workmen. It shall be ensured that no damage is caused to any structure due to the scaffolding. Nothing extra shall be payable on this account.

27. Royalty if any payable and all other incidental expenditure shall have to be paid by the contractor on all the boulders, metal shingle, earth, sand bajri, etc. collected by him for the execution of the work, direct to the concerned Revenue Authority of the State or Central Govt. and the amount paid shall not be reimbursed in any form whatsoever.

i) IS 3696 Part I Safety Code for scaffolds and ladders. ii) IS 3696 Part II Safety Code for scaffolds and ladders Part II ladders. iii) IS 764 Safety Code for excavation work. iv) IS 4138 Safety Code for working in compressed air. v) IS 7293 Safety Code for working with construction machinery. vi) IS 7969 Safety Code for storage and handling of building materials. vii) IS 4130 Safety code for demolition of buildings.

Page 101: iiser

127

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

28. Other agencies working at site may also simultaneously execute the works entrusted to them and to facilitate their working, the contractor shall make necessary provisions e.g. holes, openings, etc. for laying/burying pipes, cables, conduits, clamps, hooks, etc. as may be required from time to time. The contractor shall extend full co-operation to other agencies for smooth execution of works by other agencies. The final finishing of the work is to be executed in co-ordination with other agencies as directed by the Engineer-in-Charge.

29. On account of security considerations, there could be some restrictions on the working hours, movement of vehicles for transportation of materials and location of labour camp. The contractor shall be bound to follow all such restrictions and adjust the programme for execution of work accordingly. Nothing extra shall be paid on this account.

30. Stacking of materials and excavated earth shall be done as per the directions of the Engineer-in-Charge. Double handling of materials or excavated earth if required shall have to be done by the contractor at his own cost.

31. In case of construction joints, the cost of applying cement slurry over the concrete surface before fresh concrete is laid as per para 5.4.4.4. of CPWD Specification 2009 is included in the relevant items of the schedule of quantities and nothing extra shall be paid on this account.

32. Unless otherwise specified in the Schedule of Quantities the rates for all items of work shall be considered as inclusive of working in or under water and/or liquid mud and/or foul conditions including pumping or bailing out liquid mud or water accumulated in excavations during the progress of the work from springs, tidal or river seepage, rain, broken water mains or drains and seepage from subsoil aquifer.

33. For works below ground level the contractor shall keep that area free from water. If dewatering or bailing out of water is required the contractor shall do the same at his own cost and nothing extra shall be paid except otherwise provided in the items of Schedule of Quantities.

34. Water supply pipe lines shall not be embedded in floor. PVC pipe casing sleeve of next bigger diameter shall be provided to GI pipe line for full thickness of wall (including finishing) across the wall, to protect it from corrosion. The gap between the PVC and GI pipes shall be sealed at the ends with poly-sulphide or other suitable sealant. Nothing extra shall be paid on this account.

35. Stone slabs for risers and treads of staircases and steps, where specified, shall be of single piece of required width and length. No joint shall be permitted. The holes of required shape and size shall be drilled in the single piece stone slabs of treads for fixing balustrades wherever necessary. Pattern of stone slabs for landings of staircase shall be decided by the Engineer-in-Charge. Nothing extra is payable on this account.

Page 102: iiser

128

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

36. Stone slabs used for treads of staircase shall be provided with three machine cut grooves of size 3mm wide x 2mm deep, 25 mm apart near the nosing of the steps. Nothing extra is payable on this account.

37. To protect the flooring and steps of staircases during construction and until the completion of the work, finished/semi-finished surface of flooring shall be covered with a thick layer of plaster of Paris and this layer shall be maintained in good condition till its removal. The removal of the layer of plaster of Paris and cleaning the surface shall be done as and when decided by the Engineer-in-Charge. After the removal of plaster of Paris and cleaning of the surface, damage, if any, shall have to be made good by the contractor. No extra payment shall be made for protection with plaster of Paris, removal of plaster of Paris, cleaning and making good the damages.

38. The contractor shall give a performance test of the entire installation(s) as per specifications before the work is finally accepted and nothing extra whatsoever shall be payable to the contractor for the test.

39. The steel work in railing includes fish tailing of the section to be embedded in concrete and fixing the same.

40. Only factory made round / square type cover blocks should be used in RCC work, to avoid displacement of reinforcement bars in any direction and to ensure proper cover.

41. Nothing extra will be paid for centering; shuttering, reinforcement and RCC work for sloped slabs and beams, unless otherwise specified in the item.

42. Steel bars shall be stored about 30 to 45 cm above ground and where the storage is for more than 3 months, a coat of cement wash shall be given to the bars. Nothing extra shall be paid towards cost of application of cement wash.

43. Some restrictions may be imposed by the State Government on quarrying of sand, stones etc, from certain areas. The contractor shall have to bring such materials from other quarries located elsewhere for timely completion of work and nothing extra shall be paid on this account.

44. The contractor shall give ten years guarantee in the prescribed proforma for water proofing items specified in the schedule of quantities. In addition to this 10% of the quoted cost of items shall be retained either in cash /fixed deposit or in the form of bank guarantee, which shall be released after the expiry of ten years from the date of completion if no defects is found in water proofing or the defects are made good. This amount shall be adjusted against the expenses incurred on making good the defects if the contractor commits breach of guarantee.

45. In case of any difference in the Hindi version and English version in any of the condition of contract, English version shall prevail.

46. To facilitate gas connection, holes (if required by the Engineer-in-Charge) including suitable rubber gasket shall be provided in the kitchen platform of RCC

Page 103: iiser

129

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

slab/granite /marble/ other stone slab etc. Nothing extra will be paid on the account and rates quoted for relevant items are inclusive of making such provision.

47. Concrete mixers to be used on the work shall have arrangement for weighing aggregate, cement, water and controlling water cement ratio.

48. Any cement slurry added over base surface (or) for continuation of concreting for better bond is deemed to have been in built in the items and nothing extra shall be payable nor extra cement considered in consumption on this account.

49. If the actual weight of reinforcement and structural steel to be used in the work differs from standard weight given in table 5.4 of CPWD Specification, the following procedure shall be followed for arriving at the quantity for payment.

(a) If the actual weight is more than standard weight only standard weight shall be considered for payment.

(b) If the actual weight is less than standard weight but within the permissible variation, only actual weight shall be considered for payment.

50. The contractor shall arrange to keep the premises neat and clean. The rubbish/malba and unserviceable materials shall be removed on day to day basis.

51. The Contractor shall arrange electricity at his own cost for testing of the various electrical installations as directed by Engineer-in-Charge and for the consumption by the contractor for executing the work. Also all the water required for testing various electrical installations, fire pumps, wet riser / fire fighting equipments, fire sprinklers etc. and also testing water supply, sanitary and drainage lines, water proofing of under ground sump, over head tanks, water proofing treatment etc. shall be arranged by the contractor at his own cost. Nothing extra shall be payable on this account.

52. Bar Chart The contractor shall give scientifically analyzed detailed bar chart for all the activities of the work within 15 days from the date of issue of letter of acceptance of tender. The bar chart shall be prepared covering the physical milestones as envisaged in the tender documents. Nothing extra shall be paid for preparation/ modification of bar chart, CPM and PERT chart.

(i) While preparing the above detailed bar chart, effort shall be made to take all possible items of work simultaneously.

(ii) Separate bar chart should be prepared exclusively for procurement of materials. The detailed bar chart should distinctly bifurcate the items of work and of materials required for the execution of that item. Both should not be clubbed together. For example, for internal plumbing work the bar chart should show the procurement of pipe and other fittings with start and finish dates and items of work with start and finish dates separately. Both items should be interlinked

Page 104: iiser

130

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

preceding and succeeding activity. The bar chart not indicating procurement items separately will not be accepted.

(iii) Similarly bar chart should be prepared separately for arrangement of labour. (iv) The bar chart so finalized and accepted by department should be got reviewed by

the department, once in a month regularly. Modified / revised bar chart shall be prepared in the event of not adhering to the targets mentioned in the earlier bar chart. The contractor shall augment additional resources, materials and man power for achieving the targets, so submitted in the revised bar chart,CPM and PERT chart.

(v) In addition to the above bar chart, the contractor shall submit detailed programme of activities CPM and PERT chart using Primavera or equivalent soft ware. He shall furnish the details both in hard copies as well as soft copies. Nothing extra shall be paid on this account.

(vi) In case the above details are not furnished within 15 days as mentioned above, recovery @ Rs. 1000/-per day till its receipt by Engineer-in-Charge shall be effected from the first RA bill.

53. QUALITY ASSURANCE

(i) The proposed work is a prestigious campus development project and quality of work is of paramount importance. Contractor shall have to engage well-experienced skilled labour and deploy modern T&P’s and other equipment in the execution of the work. Many items like specialized flooring work, silicon sealant and backer rod fixing in expansion joints, factory made door- window shutters, proper slope maintaining in toilet units, sanitary- water supply installation, water proofing treatment, will specially require engagement of skilled workers having experience particularly in execution of such items.

(ii) The contractor shall ensure quality construction in a planned and time bound manner. Any sub-standard material / work beyond the set out tolerance limit shall be summarily rejected by the Engineer-in-charge and the contractor shall be bound to replace / remove such sub-standard / defective work immediately. If any material, even though approved by Engineer-In-Charge is found defective or not conforming to specifications shall be replaced / removed by the contractor at his own risk & cost.

(iii) In addition to the supervision of work by CPWD engineers, the Committee of IISER or the Consultants deployed by the IISER shall also be carrying out regular and periodic inspection of the ongoing activities in the work and deficiencies, shortcomings, inferior workmanship pointed out by them shall be communicated by CPWD engineers to the contractor. Upon receipt of instructions from Engineer in Charge these are also to be made good by necessary improvement, rectification, replacement upto the complete satisfaction of Engineer-in-charge.

Page 105: iiser

131

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

Special attention should be paid towards quality of materials, workmanship of execution of required standard and finish, lines and levels internal and external plastering, finish of exposed smooth surface of RCC members by providing fresh shuttering plates, rubberized linings to all the shuttering joints, accurate joinery work in wooden doors and windows, accurate joints in stone/ tiling / cladding work, non-hollowness in floor and dado tiles work, protection of scratches over flooring by providing layer of plaster of Paris, water tight pipe linings, proper compaction of joints in brick masonry, proper compaction of filled up earth etc. as per specification to achieve prescribed standards, Quality assurance for the project shall be of paramount importance.

(iv) Third party quality assurance. The department may decide to engage third party quality assurance system and the contractor shall render all the necessary assistance and render arrangement for the inspection of work similar to clause 16 of agreement.

(v) The Contractor shall submit, within 15 days after the date of award of work, a detailed and complete method statement for the execution, testing and Quality Assurance, of such items of works, as directed by the Engineer-in-Charge. All the materials to be used in the work, to make the finished work complete in all respects, shall comply with the requirements of the specifications and shall pass all the tests required as per specifications as applicable or such specifications / standards as directed by the Engineer-in- Charge. However, keeping the Quality Assurance in mind, the Contractor shall submit, on request from the Engineer-in- Charge, his own Quality Assurance procedures for basic materials and such items, to be followed during the execution of the work, for approval of the Engineer-in-Charge.

(vi) All materials and fittings brought by the contractor to the site for use shall

conform to the specification and the samples approved by the Engineer-in-charge. The contractor should get the samples of all the materials got approved from the Engineer in charge before bringing the bulk quantity, which shall be preserved at site of execution till the completion of the work. If a particular brand of material is specified in the item of work in Schedule of Quantity, the same shall be used after getting the same approved from Engineer-In-Charge. Wherever brand / quality of material is not specified in the item of work, the contractor shall submit the samples as per approved list of brand names given in the tender document / particular specifications for approval of Engineer-In-Charge. For all other items, materials and fittings of ISI Marked shall be used with the approval of Engineer-In-Charge. Wherever ISI Marked material / fittings are not available, the contractor shall submit samples of materials / fittings manufactured by firms of repute conforming to relevant specifications or IS codes and use the same only

Page 106: iiser

132

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

after getting the approval of Engineer-In-Charge.

(vii) The Contractor shall procure and provide all the materials from the manufacturers / suppliers as per the list attached with the tender documents, as per the item description and particular specifications for the work. The equivalent brand for any item shall be permitted to be used in the work, only when the specified make is not available. This is, however, subject to documentary evidence produced by the contactor for non-availability of the brand specified and also subject to independent verification by the Engineer-in-Charge. In exceptional cases, where such approval is required, the decision of Engineer-in-Charge as regards equivalent make of the material shall be final and binding on the Contractor. No claim, whatsoever, of any kind shall be entertained from the Contractor on this account. Nothing extra shall be payable on this account. Also, the material shall be procured only after written approval of the Engineer-in-Charge.

(viii) All materials whether obtained from Govt. stores or otherwise shall be got checked by the Engineer-in-Charge or his authorized supervisory staff on receipt of the same at site before use.

(ix) To avoid delay, contractor should submit all samples well in advance so as to give timely orders for procurement.

(x) The contractor has to establish field laboratory at site including all necessary equipment for field tests as given in Schedule ‘F’. All the relevant and applicable standards and specifications shall be made available by the contractor at his cost in the field laboratory. The contractor shall designate one of his technical representatives possessing required qualification and experience specified in the Schedule F as Quality Assurance Engineer, who shall be responsible for carrying out all mandatory field/laboratory tests. The contractor shall also provide adequate supporting staff at his cost for carrying out field tests, packaging and forwarding of samples for outside laboratory tests and for maintaining test records.

(xi) All the registers of tests carried out at Construction Site or in outside laboratories and all material at site (MAS) registers including cement register shall be maintained by the contractor which shall be issued to the contractor by Engineer-in-charge. All the entries in the registers will be made by the designated Engineering Staff of the contractor and same should be regularly reviewed by AE/AEE/EE. Contractor shall be responsible for safe custody of all the registers.

(xii) The contractor shall at his own cost submit samples of all materials sufficiently in advance and obtain approval of Engineer-in-Charge. The materials to be used in actual execution of the work shall strictly conform to the quality of samples

Page 107: iiser

133

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

approved by the Engineer-in-Charge and nothing extra shall be paid on this account. The acceptance of any sample or material on inspection shall not be a bar to its subsequent rejection, if found defective.

(xiii) The contractor shall at his cost, make all arrangements and shall provide necessary facilities as the Engineer-in-Charge may require for collecting, preparing, packing, forwarding and transportation of the required number of samples for tests and for analysis at such time and to such places as directed by the Engineer-in-Charge. Nothing extra shall be paid for the above operations including the cost of materials required for tests and analysis. Testing charges, if any, will be borne by the department if the test passes. In case it fails, the same shall be borne by the contractor.

(xiv) The necessary tests shall be conducted in the laboratory approved by the Engineer-in-Charge. The samples for carrying out all or any of the tests shall be collected by the Engineer-in-charge or on his behalf by any other officer of CPWD. The contractor or his authorized representative shall associate himself in collection, preparation, packing and forwarding of such samples for the prescribed tests and analysis. In case the contractor or his authorized representative is not present or does not associate him in the aforesaid operation the results of such tests and consequences thereon shall be binding on the contractor.

(xv) Materials used on work without prior inspection and testing (where testing is necessary) and without approval of the Engineer-in-Charge are liable to be considered unauthorized, defective and not acceptable. The Engineer-in-Charge shall have full powers to require the removal of any or all of the materials brought to site by contractor which are not in accordance with the contract specifications or do not conform, in character or quality to the samples approved by the Engineer-in-Charge. In case of default on the part of the contractor in removing rejected materials, the Engineer-in-Charge shall be at liberty to have them removed at the risk and cost of the contractor.

(xvi) The contractor shall make his own arrangement of water required for execution of work and get the water tested at his own cost with regard to its suitability for use in the works and get written approval from the Engineer-in-Charge before he proceeds with the use of same for execution of work and thereafter it is got tested at he prescribed interval as per specification.

(xvii) All the hidden items such as reinforcement, water supply lines, drainage pipes, conduits, sewers etc. are to be properly tested as per the design conditions before covering and their measurements in computerized measurement book duly test checked shall be deposited with Engineer in charge or his authorized representative, prior to hiding these items.

(xviii) Water tanks, taps, sanitary, water supply and drainage pipes, fittings and

Page 108: iiser

134

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

accessories should conform to local bye-laws rules and specification of municipal /corporation, if CPWD Specifications are not available for the same. The contractor should engage licensed plumbers for the work and get the materials (fixtures/fittings) tested by the Municipal Body/Corporation authorities wherever required at his own cost.

54. The Contractor shall depute Site Engineer & skilled workers as required for the work. He shall submit organization chart along with details of Engineers and supervisory staff. It shall be ensured that all decision making powers shall be available to the representatives of the Contractor at the work site to avoid any likely delays on this account. The Contractor shall also furnish list of persons for specialized works to be executed for various items of work. The Contractor shall identify and deploy key persons having qualifications and experience in the similar works, as per the field of their expertise. If during the course of execution of work, the Engineer-in-Charge is of the opinion that the deployed staff is not sufficient or not well experienced; the Contractor shall deploy more staff or better-experienced staff at site to complete the work with quality and in stipulated time limit. Nothing extra shall be payable on this account.

55. Specialized Agencies

The composite tender comprises of two components: viz. Major Component - Civil and Minor Component - Electrical. The list of specialized items for the major component – civil works which are to be got executed through specialized agencies are mentioned below:

CIVIL WORKS: a. Anti-termite treatment. b. Water proofing works. c. Aluminium works. d. Structural glazing. e. Wooden floorings. f. Fire check doors. g. Granite stone flooring.

(i) The main contractor shall submit the credential of specialized agency well in advance as per the direction of Engineer-in-charge. After verification of the same, written approval will be conveyed to main contractor in this regard. The credentials and expertise of the specialized agencies in the similar works should be commensurate the quantum and nature of the specialized works as per the CPWD guidelines. The main contractor shall not change the specialized agency without taking prior approval of Engineer-in-Charge. However before making any such change he has to enter into agreement with new agency and submit the same to Engineer – in – Charge for approval. This shall however be without any change in the accepted rates of the contract agreement and without any cost implications to the Department.

(ii) It shall be the responsibility of main contractor to sort out any dispute / litigation with the Specialized Agencies without any time & cost overrun to the Department. The main contractor shall be solely responsible for settling any dispute / litigation arising out of

Page 109: iiser

135

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

his agreement with the Specialized Agencies. The contractor shall ensure that the work shall not suffer on account of litigation/ dispute between him and the specialized agencies / sub- contractor(s). No claim of hindrance in the work shall be entertained from the Contractor on this account. No extension of time shall be granted and no claim what so ever, of any kind, shall be entertained from the Contractor on account of delay attributable to the selection/rejection of the Specialized Agencies or any dispute amongst them.

56. The Contractor shall do proper sequencing of the various activities by suitably staggering the activities within various pockets in the plot so as to achieve early completion. The agency should deploy adequate and suitable equipment, machinery and labour as required for the completion of the entire work within the stipulated period specified. Also ancillary facilities shall be provided by contractor commensurate with requirement to complete the entire work within the stipulated period. Nothing extra shall be payable on this account. Adequate number/sets of equipment in working condition, along with adequate stand-by arrangements, shall be deployed during entire construction period. It shall be ensured by the Contractor that all the equipment, Tools & Plants, machineries etc. provided by him are maintained in proper working conditions at all times during the progress of the work and till the completion of the work. Further, all the constructional tools, plants, equipment and machineries provided by the Contractor, on site of work or his workshop for this work, shall be exclusively intended for use in the construction of this work and they shall not be shifted/ removed from site without the permission of the Engineer-in-Charge.

57. INCENTIVE FOR EARLY COMPLETION OF WORK The contract envisages a scheme wherein Bonus is payable by the Department to the Contractor for completion of work earlier than the stipulated date of the completion of work (as per the contract agreement), as envisaged under Clause 2A of the General Conditions of the Contract for CPWD Works. The Contractor is encouraged to utilize this scheme for completing the entire work earlier than the stipulated date of completion of the work as per the contract agreement. The entire scope of the work covered under this Contract shall be completed within the stipulated date of completion (24 months) as given in this tender document. In order to expedite the progress of work and complete it before the stipulated date of completion, the Clause 2 A has been incorporated in this tender. For the purpose of calculating the Bonus payment, the stipulated time limit given in this document is firm (fixed) and no adjustment / modification of dates in stipulated time limit by reason of granting extension of time pursuant to Clause 5 or any other Clause of this agreement shall be allowed. This Clause shall be operated only if the work is completed strictly before the stipulated date of completion as entered in the contract agreement. If the completion of the work is delayed beyond the stipulated time limit specified in the contract agreement for any reason, what so ever, either for the reasons attributable to the Contractor or not attributable to the Contractor or partially attributable to the Contractor, Clause 2A of the General Conditions of the Contract for the CPWD

Page 110: iiser

136

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

Works shall not be applicable to this contract agreement and no Bonus (or Incentive) shall be payable to the Contractor. The contractor shall have no right to claim any amount of Bonus / Incentive in full or part, if the time period for carrying out the work is extended beyond that specified in the tender, for any reason what so ever, with or without levy of compensation under Clause 2 of this agreement. The date of completion of work shall be taken as the actual date as recorded in the Completion Certificate recorded in the Measurement Book and counter signed by the Engineer-in-Charge for the works covered under this agreement and it shall be final and binding on the Contractor.

58. INSURANCE POLICIES The contractor in his own interest before commencing the execution of work, without in any way limiting his obligations and liabilities under this contract, insure at his own cost and expense against any damage or loss or injury, which may be caused to any person or property, at site of work.

59. TEMPORARY BARRICADING :Proper temporary barricading by fencing with G.I. sheets, shall be carried out by the Contractor at the start of work to physically define the boundaries of the plot for restricted entry to only those involved in the work and also to prevent any accidents, at the same time without causing any inconvenience to the traffic and the users of the buildings in the adjacent plots. It shall be done by providing, erecting, maintaining temporary protective barricading, 5 metres in height, made in panels, with each panel having MS frames / MS scaffolding pipes of suitable size and stiffness, with 24 gauge thick Colour coated GI corrugated sheets fixed on frames. Such panels shall be suitably connected to each other for stability with nuts and bolts, hooks, clamps etc. and fixed firmly to the ground at about 2 metres spacing, for the entire duration till completion of the work. He shall also provide and erect temporary protective barricades within the plot, if required, to prevent any accident. Temporary protective roofing near the Entrance to the building, under construction, shall be made to protect the visiting officials from getting hurt by falling debris etc. Also, one or more coat of enamel paint of shade as approved and directed by the Engineer-in-Charge shall be applied on the panels and "CPWD" shall be painted over that in suitable sizes, shapes and numbers as directed by the Engineer-in-Charge. It shall be dismantled and taken away by the Contractor after the completion of work at his own cost with the approval of the Engineer-in- Charge. Nothing extra shall be payable on this account.

60. WARNING / CAUTION BOARDS

All temporary warning / caution boards / glow signals display such as "Construction Work in Progress", "Keep Away", “No Parking”, Diversions & protective Barricades etc. shall be provided and displayed during day time by the Contractor, wherever required and as directed by the Engineer-in-Charge. These glow signals and red lights shall be suitably illuminated during night also. The Contractor shall be solely responsible for damage and accident caused, if any, due to negligence on his part. Also he shall ensure that no hindrance, as far as possible, is caused to general traffic during execution of the work. These signals shall be dismantled & taken away by the Contractor after the completion of

Page 111: iiser

137

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

work, only after approval of the Engineer – in – Charge. Nothing extra shall be payable on this account.

61. Display Boards: The Contractor shall provide and erect a display board of size and shape as required, in a legible and workman like manner, the details about the salient features of the project, as directed by the Engineer-in-Charge. The Contractor shall fabricate and put up a display board of approved design indicating name of the project, Client/Owner, Engineer-in-charges, Structural Consultants, Department etc. besides providing space for names of other Contractors, Sub-Contractors and specialized agencies etc at the site within 15 days from issue of award letter. Nothing extra shall be payable on this account. In case of non compliance/delay in compliance in this, a penalty @ Rs. 1000/- per day will be imposed which will be recovered from the immediate next R/A Bill of the Contractor.

62. The Contractor shall display all permissions, licenses, registration certificates, bar charts, other statements etc under various labour laws and other regulations applicable to the works, at his site office.

63. The rate quoted shall be for all heights and levels for centering, RCC and finishing to be done including providing necessary scaffolding for the balance work.

64. Issue of materials (i) Item of material mentioned as Schedule B material stipulated for issue in the

contract shall be issued to the contractor “as is and where is” condition at IISER site, Vithura.

(ii) The contractor shall inspect and ascertain and satisfy himself fully with the condition of materials available at IISER Campus, Vithura stipulated for issue at the time of its taking over itself and nothing shall be paid on this account and no claim of defects or damage on the materials issued and taken over by the contractor shall be entertained.

(iii) The contractor shall bear all incidental charges for cartage, storage and safe custody of materials, if any, issued by the Department as well as to those materials arranged by the contractor.

(iv) Actual issue and consumption on the work shall be regulated and proper accounts maintained for the consumption of material. The theoretical consumption shall be worked out as per procedure prescribed in Clause 42 of contract and shall be governed by conditions laid therein.

65. INSPECTION OF WORK

(i) In addition to the provisions of relevant clauses of the contract, the work shall also be open to inspection by Senior Officers of CPWD the committee constituted for the purpose of IISER & the representative of the IISER Consultants. The contractor shall at times during the usual working hours and at all times at which reasonable notices of the intention of the Engineer-in-charge or other officers as stated above

Page 112: iiser

138

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

to visit the works shall have been given to the contractor, either himself be present to receive the orders and instructions or have a responsible representative duly accredited in writing, to be present for that purpose.

(ii) Inspection of the work by IISER a) The committee/consultant appointed by IISER, may inspect the works

including workshops and fabrication factory to ensure that the works in general being executed according to the design, drawings and specifications laid down in the contract. Their observations shall be communicated by the Engineer-in Charge and compliance is to be reported by the contractor to the Engineer-in-Charge.

66. Senior Officers of CPWD, Dignitaries from Central Ministry / Department, IISER Authorities shall be inspecting the on-going work at site at any time with or without prior intimation. The contractor should keep up-to-date the following: a) Display Board showing detail of work, weekly progress achieved with respect

to targets, reason of shortfall, status of manpower, wages being paid for different categories of workers.

b) Entrance and area surrounding to be kept clean. c) Display layout plan key plan, Building drawings including plans, elevations

and sections. d) Display of up to date Bar chart, CPM and PERT Chart etc.

e) Keep details of quantities executed, balance quantities, deviations, possible Extra item, substituted Item etc.

f) Keep one sets of plastic / cloth mounted building drawings. g) Sets of Helmets and safety shoes for exclusive use for officers/dignitaries

visiting at site.

67. PROJECT REVIEW MEETINGS:

The contractor, immediately on award of work shall submit details of his key personnel to be engaged for the work at site. In addition, he shall furnish to the Engineer-in-charge detailed site organization set up diagram.

The contractor shall present the programme, target, progress and status at various review meetings as required. (i) Weekly Review Meetings: Shall be attended by Local Team headed by Project-

in-charge of the Contractor and specialized agencies engaged by the Contractor.

Page 113: iiser

139

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

Agenda a) Weekly programme v/s actual achieved in the past week and programme for next week.

b) Remedial actions and hold up analysis. c) Any decision on quarries raised either by contractor/

PMC/AED.

(ii) Monthly Review Meetings: Shall be attended by Project – in – charge and the

Management Representative of the Contractor who can take independent decisions and Management Representative of the specialized agencies

engaged by the Contractor as per the contract conditions who is to take decisions.

Agenda a) Progress Status/Statistics.

b) Completion Outlook. c) Major hold ups/slippages. d) Assistance required. e) Critical issues. f) Any decision on queries raised either by Contractor/PMC. g) Anticipated cash flow requirement for next two months.

(iii) Apart from the above meeting the Engineer-in-Charge may convene meeting at any time according to the necessity and the Contractor is bound to attend the meeting with his team and specialized agencies with requisite details.

68. Unless otherwise specified, nothing extra, whatsoever shall be paid for executing the work as per the above SPECIAL CONDITIONS from serial number 1 to 67.

Page 114: iiser

140

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

SPECIAL CONDITIONS FOR CEMENT AND STEEL BROUGHT BY THE CONTRACTOR

1. CEMENT

1.1. The contractor shall procure Portland Pozzolana Cement conforming to IS:1489 (Part-I) as required in the work, from reputed manufacturers of cement such as ACC, Ultratech, Vikram, Shree Cement, Ambuja, Jaypee Cement, Chettinad, Coramandal, Ramco, Zuari, Century Cement & J.K. Cement or from any other reputed cement Manufacturer having a production capacity not less than one million tonnes per annum as approved by ADG for that sub region.

The tenderers may also submit a list of names of cement manufacturers which they propose to use in the work. The tender accepting authority reserves right to accept or reject name(s) of cement manufacturer(s) which the tenderer proposes to use in the work. No change in the tendered rates will be accepted if the tender accepting authority does not accept the list of cement manufacturers, given by the tenderer, fully or partially. Supply of cement shall be taken in 50 kg bags bearing manufacturer’s name and ISI marking. Samples of cement arranged by the contractor shall be taken by the Engineer-in-Charge and got tested in accordance with provisions of relevant BIS codes. In case test results indicate that the cement arranged by the contractor does not conform to the relevant BIS codes, the same shall stand rejected and shall be removed from the site by the contractor at his own cost within a week’s time of written order from the Engineer-in-Charge to do so. Every fresh cement batch should be brought to site at least 30 days before they are to be used / consumed in the work.

1.2. The cement shall be brought at site in bulk supply of approximately 100 tonnes or as decided by the Engineer-in-Charge.

1.3. The cement go-down of the capacity to store a minimum of 2 months requirement shall be constructed by the contractor at site of work for which no extra payment shall be made. Double lock provision shall be made to the door of cement go-down. The keys of one lock shall remain with Engineer-in-Charge or his authorized representative and keys of the other lock shall remain with the contractor. The contractor shall be responsible for the watch and ward and safety of the cement go-down. The contractor shall facilitate the inspection of the cement go-down by the Engineer-in-Charge or his authorized representatives.

1.4. The cement shall be got tested by the Engineer-in-Charge and shall be used on the work only after satisfactory test results have been received. The contractor shall supply free of charge the cement required for testing including its transportation cost to testing laboratories. The frequency and details of the tests shall be decided

Page 115: iiser

141

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

by the Engineer-in-Charge depending on the quantum of supply in each batch. The cost of tests shall be borne by the contractor / Department in the manner indicated below:

a. By the contractor, if the results show that the cement does not conform to the relevant BIS codes.

b. By the Department, if the results show that the cement conforms to relevant BIS codes.

1.5. The actual issue and consumption of cement on work shall be regulated and proper accounts maintained as provided in clause 10 of the contract. The theoretical consumption of cement shall be worked out as per procedure prescribed in clause 42 of the contract and shall governed by the conditions laid therein. In case the cement consumption is less than theoretical consumption including permissible variation, recovery at rate so prescribed shall be made. In case of excess consumption no adjustment shall be made.

1.6. Cement brought to site and cement remaining unused after completion of work shall not be removed from site without written permission of the Engineer-in-charge.

1.7. Damaged cement shall be removed from the site immediately by the contractor on receipt of a notice in writing from the Engineer-in-charge. If he does not do so within 3 days of receipt of such notice, the Engineer-in-charge shall get it at the cost of the contractor.

1.8. The cement bags shall be stacked on proper floors consisting of two layers of dry bricks laid on well consolidated earth at a level of at least one foot above ground. The stacks shall be in rows of 2 and 10 bags high with minimum of 0.6m clear. Bags should be placed horizontally continuous in each line. Actual size / shape of go down shall be as per site requirement and nothing extra shall be paid on this account. The decision of Engineer-in-charge regarding capacity shall be final.

1.9. Cement register for the cement shall be maintained at site. The account of daily receipts and issues of cement shall be maintained in the register in the proforma prescribed and signed daily by contractor or his authorized agent.

2. STEEL

2.1. The contractor shall procure TMT bars of Fe 500D grade from primary producers such as SAIL, Tata Steel Ltd., RINL, Jindal Steel & Power Ltd. and JSW Steel Ltd. or any other producer as approved by CPWD who are using iron ore as the basic raw

Page 116: iiser

142

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

material/input and having crude steel capacity of 2.0 Million tonnes per annum and above.

In case of non-availability of steel from primary producers the NIT approving authority may permit use of TMT reinforcement bars procured from steel producers having integrated Steel Plants (ISPs) using iron ore as the basic raw material for production of crude steel which is further rolled into finished shapes in-house having crude steel capacity of 0.5 Million tonne per annum and more. A separate list of producers for this category shall be approved by the ADG concerned for their sub region under intimation to the Directorate, CPWD/CE, CSQ.

In case of non-availability of steel from Primary producers as well as the NIT approving authority may also permit use of TMT reinforcement bars procured from secondary producers. In such cases following conditions are to be stipulated in the NIT by NIT approving authority.

a) The grade of the steel such as Fe 500D or other grade to be procured is to be specified as per BIS 1786-2008.

b) The secondary producers must have valid BIS license to produce HSD bars conforming to IS 1786: 2008. In addition to BIS license, the secondary producer must have valid license from either of the firms Tempcore, Thermex, Evcon Turbo & Turbo Quench to produce TMT bars.

c) The TMT bars procured from Primary Producers and ISPs shall conform to manufacture’s specifications.

d) The TMT bars procured from secondary producers shall conform to the specifications as laid by Tempcore, Thermex, Evcon Turbo & Turbo Quench as the case may be.

e) TMT bars procured either from Primary Producers, ISPs or secondary producers, the specifications shall meet the provisions of IS 1786: 2008 pertaining to Fe 500D or other grade of steel as specified in the tender.

2.2. The contractor shall have to obtain and furnish test certificates to the Engineer-in-charge in respect of all supplies of steel brought by him to the site of work.

2.3. Samples shall also be taken and got tested by the Engineer-in-charge as per the provisions in this regard in relevant BIS codes. In case the test results indicate that the steel arranged by the contractor does not conform to the specifications as defined under Para 2.1 above, the same shall stand rejected, and it shall be removed from the site of work by the contractor at his cost within a week’s time of written orders from the Engineer-in-charge to do so.

Page 117: iiser

143

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

2.4. The steel reinforcement bars shall be brought to the site in bulk supply of 10 tonnes or more or as decided by the Engineer-in-Charge.

2.5. The steel reinforcement shall be stored by the contractor at site of work in such a way as to prevent distortion and corrosion, and nothing extra shall be paid on this account. Bars of different sizes and lengths shall be stored separately to facilitate easy counting and checking.

2.6. For checking nominal mass, tensile strength, bend test, re-bend test, etc., specimen of sufficient length shall be cut from each size of the bar at random, and at frequency not less than that specified below:-

Size of bar For consignment below 100 tonnes

For consignment over 100 tonnes

Under 10mm dia One sample for each 25 tonnes or part thereof

One sample for each 40 tonnes or part thereof

10 mm to 16mm dia

One sample for each 35 tonnes or part thereof

One sample for each 45 tonnes or part thereof

Over 16 mm dia One sample for each 45 tonnes or part thereof

One sample for each 50 tonnes or part thereof

2.7. The contractor shall supply free of charge the steel required for testing including its transportation to testing laboratories. The cost of tests shall be borne by the contractor

2.8. The steel brought to site and steel remaining unused shall not be removed from site without the written permission of the Engineer-in-Charge.

2.9 The contractor should submit pre measurement of existing exposed reinforcement to the Engineer-in-charge before taking up any further reinforcement work on the portion and nothing extra shall be paid on this account.

2.10 The standard section weight referred to as standard tables in Para 5.3.3. in CPWD specifications 1996 Volume –II to be considered for conversion of length of various sizes of MS bars and High yield strength deformed bars into weight are as under.

Page 118: iiser

144

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

Size (Diameter MM) Weight in Kg/ Meter 6 0.222 8 0.395 10 0.617 12 0.888 16 1.579 18 1.999 20 2.467 22 2.985 25 3.855 28 4.836 32 6.316 36 7.994 40 9.869 45 12.490 50 15.424

For steel, measurement will be regulated on sectional weight basis, weight being

calculated with help of the above tables. The weight shall be taken as per actual weight basis of found lower than the standard weight but within tolerance limit as per relevant IS codes. Nothing extra shall be paid for over weight of steel sections than given in the table.

The Contractor has to produce the cash bills to the JE/AE as and when he

brings the cement and steel to the site.

2.11 In case the contractor is permitted to use TMT reinforcement bars procured from ISPs or secondary producers then the base price of TMT reinforcement bars as stipulated under schedule ‘F’ shall be reduced by 4.00 per kg. The rate of providing and laying TMT reinforcement bars as quoted by the contractor in the tender shall also be reduced by 4.65 per kg.

Page 119: iiser

145

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

SPECIAL CONDITIONS FOR RMC AND DMC

1. The cost of packaging, scaling, transportation, loading, unloading, cost of samples and the testing charges for mix design in all cases shall be borne by the contractor.

2. The various ingredients for mix design / laboratory tests shall be sent to the lab / test houses through the Engineer-in-Charge and the samples of such ingredients sent shall be preserved at site till completion of work or change in Design Mix / Ready Mix whichever is earlier. The sample shall be taken from the approved materials which are proposed to be used in the work.

3. For each change of source or quality / characteristic properties of the ingredients during the work, from that approved and used in the concrete mix, a fresh mix design shall be got done by the contractor. Revised trial mix test shall be conducted and shall be submitted by the contractor as per the direction of the Engineer-in-Charge.

4. The items of RMC and DMC shall be inclusive of all the ingredients including admixtures if required, labour, machinery T&P etc., (except shuttering which will be measured and paid for separately) required for a ready mix concrete of required strength and workability. The rate quoted by the agency shall be net and nothing extra shall be payable on account of change in quantities of concrete ingredients like aggregates and admixtures etc., as per the approved mix design.

5. Sampling and Testing

Quantity of concrete delivered (cum)

Number of sample

Less than 15 1

16 to 30 2

31 to 50 3

51 and above Three plus one sample for each additional 30 cum or part thereof.

6. Minimum ordinary Portland cement / Portland pozzolana cement for Mix -25 grade

concrete shall be 330 kg/m3.

Page 120: iiser

146

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

Batching Plants and Batching Equipment

Hoppers for weighing cement, mineral admixtures, aggregates and water and

chemical admixture shall consist of suitable containers freely suspended from a scale or other suitable load measuring devices and equipped with a suitable discharging mechanism. The method of control of the loading mechanism shall be such that, as the quantity required in the weighing hopper is approached, the material may be added at a controllable rate and shut off precisely within the weighing tolerances specified in Annexure-A. The weighing hoppers for cement, mineral admixtures, and aggregate shall be capable of receiving their rated load, without the weighed material coming into contact with the loading mechanism. The weighing hoppers shall be constructed so as to discharge efficiently and prevent the build up of materials. A tare adjustment up to 10 percent of the nominal capacity of the weigh scale shall be provided on the weighing mechanism so that the scale can be adjusted to zero at least once each day. Dust seals shall be provided on cement hoppers between the loading mechanism and the weigh hopper, and shall be fitted so as to prevent the emission of cement dust and not to affect weighing accuracy. The hopper shall be vented to permit escape of air without emission of cement dust.

Vibrators or other attachments, where fitted, shall not affect the accuracy of weighing. There shall be sufficient protection to cement and aggregate weigh hoppers and weighing mechanisms to prevent interference with weighing accuracy by weather conditions or external build-up of materials.

Where chemical admixture dispensers are used, they shall be capable of measurement within the tolerances in Annexure-A and a calibrated container or weigh scale shall be provided to check the accuracy of measurement at least once a month.

Each control on the batching console and weigh-dial or display shall be clearly labeled with its function and where concerned with the batching of materials, the material type.

When pulverized fuel ash and other mineral admixtures are batched through the cement weigh system, the weighing device and discharge screw or other parts of the transfer system shall be empty when the weighing system has returned to zero reading or completed the batch.

Where a back weigh system is utilized to weigh materials a system shall be in place so as to prevent materials being loaded during the process of weighing.

Fully automatic production systems shall be fitted with control equipment to allow the correct operation of the plant to be monitored during weighing and batching. Automatic control systems on batching plants shall not commence batching until all hoppers have been emptied and / or tared and the scales zeroed unless such systems are designed to take account of build up in their programming.

Page 121: iiser

147

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

ANNEXURE – A

CALIBRATION AND WEIGHING EQUIPMENT ACCURACY 1. The following limits shall apply to all design-mixed concrete plants:

A) The accuracy, sensitivity and arrangement of the weighing devices shall be such as to enable the materials to be batched within the following tolerances:

1) Cement, mineral admixtures : Within + 2 percent of the quantity of the constituent being measured

2) Aggregate, chemical admixtures : With + 3 percent of the quantity and

water of the constituent being measured

B) Analogue scales shall have scale increments not exceeding 5 kg for cement and mineral admixtures, 25 kg for aggregate and 2 kg for water.

C) Preset controls shall be calibrated in increments not exceeding 5 kg for cement

and mineral admixtures, 10 kg for aggregate and 2 kg for water.

(i) Digital readouts shall have a scale increment not exceeding 2 kg for cement and mineral admixtures, 10 kg for aggregate and 1 kg for water.

(ii) At the time of installation, or reconditioning, the accuracy of the indicated mass

at any point on the scale shall be within 0.25 percent of the full scale reading.

(iii) At any other time during operation the accuracy shall be within 0.50 percent of the full scale reading. (iv) Chemical admixture dispensers shall have scale increments not exceeding:

Range of Scale In kg/l 0.1 – 0.5 0.5 – 1.0 1.0 – 10.0 more than 10.0

Scale increment in kg/l 0.01 0.02 0.2 0.4

(v) All weighing and measuring equipment shall be tested and calibrated over its full

working range at the following intervals:

1) Mechanical / knife edge systems: At least once every two months 2) Electrical /load cell systems : At least once every three months

Page 122: iiser

148

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

Adequate and identified facilities shall be provided for the application of the test loads.

a. In the case of batch weighing systems, testing and calibration shall be based on the application test loads to the weigh hoppers.

b. Checks on continuous weigh systems shall be based on comparison of Preset quantities with those actually produced.

c. To achieve the required accuracy of calibration, a minimum of 500 kg of Stamped weights are required, except that for low capacity scales an acceptable limit on the total mass of calibration weights would be 20 percent of the scale capacity.

d. When calibration of weighing equipment is carried out all personnel involved should be competent and fully trained, the procedures should be fully documented, and special attention should be paid to the health and safety aspects of the procedure.

Page 123: iiser

149

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

SPECIAL CONDITION FOR SOLID/ HOLLOW CEMENT CONCRETE (CC) BLOCK WORK

i) Precast CC blocks shall be procured from approved manufactures or manufactured at site. Nothing extra shall be payable on account of adding any admixture for making pre-cast blocks or for steam curing.

ii) The CC blocks shall have nominal size of 400mm x 200mm x 100m and 400mm x 200mm x 200mm respectively for 100mm and 200mm thick masonry wall, and shall confirm to IS 2185.

iii) The samples of CC blocks (each sample consisting of 6 specimens) shall be chosen randomly from the lot and tested for various parameters specified below. One samples shall be tested for every 100 cum or part thereof.

iv) Following parameters shall be tested.

a) Compressive strength. b) Water absorption c) Density d) Dimensional Tolerances. The material shall meet following parameters :

a) Compressive strength shall be no less than 5.0 N/sq. mm. b) Water absorption shall not be more than 5%. c) Density shall be not less than 1500 kg/cum. d) Dimensional tolerance in the size shall be not more than + 5mm for

length and + 3mm for height and width.

Top course of all plinth, parapets, steps and top of walls below floor and roofs shall be laid with solid blocks, properly radiated and keyed into position to form cut (meru) corner. Where blocks cannot be cut to meru corners, cement concrete 1:2:4 ( 1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) equal to thickness of the coarse shall be provided in lieu of cut blocks. No additional payment shall be made on this account. Nothing extra shall be payable on account of chasing the CC block masonry work for embedding pipes, electrical boards / boxes etc. and also filling the chases with cement mortar 1:4 (1 Cement:4 coarse sand). The chasing shall however be carried out using machine cutters so as not to disturb the joints in the masonry and without any cracks being developed in the masonry.

All other specifications for 100 mm thick and 200 thick block work shall be as describes for full brick and half brick masonry work respectively.

Page 124: iiser

150

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

SPECIAL CONDITION FOR ALUMINIUM WORK

1.0 Aluminum Doors, Windows and Ventilators 1.1. Anodized aluminium doors, windows, ventilators and fixed glazing shall be generally as

per the architectural drawing and shall be fabricated using aluminium alloy standard extruded sections of "JINDAL", "INDAL", “HINDALCO” or equivalent as approved by the Engineer-in-Charge. Alternatively, the contractor shall submit the drawings indicating the sections proposed to be used by him and the fixing arrangement for approval. The Engineer-in-Charge shall have the right to reject or modify these drawings before approval and the contractor is bound to execute the work in accordance with drawings approved by the Engineer-in-Charge.

1.2. Samples of doors, windows and ventilators as per the drawings approved by the Engineer-in-Charge shall be fabricated and got approved by the Engineer-in-Charge before taking up the execution of these items of work.

1.3. The aluminium sections shall be jointed to each other wherever required with extruded aluminium angle cleats of suitable size and of thickness not less than 6mm for doors and 4mm for windows and ventilators with stainless steel screws. Unless otherwise specified all joints shall be mitred.

1.4. Various tests on aluminium sections shall be conducted in accordance with the relevant provisions of IS: 1868 (anodic coatings on aluminium and its alloys) and IS: 5523 (Method of testing anodic coating on aluminium and its alloys).

1.5. The fabricated aluminium frame work shall be given a laquer coating which shall be maintained during the entire period of construction to prevent damage to the anodic coating of aluminium sections. The surface shall be cleaned and polished before handing over the works.

1.6. The doors, windows, ventilators, fixed glazing etc. individually or forming composite unit shall be provided with glazing and paneling as specified with PVC weather sealing gaskets/neoprene felt. Glazing and paneling shall be fixed with aluminium snap beading. The sliding shutters of windows shall be provided with nylon pullers with concealed bearings, aluminium stoppers and special locking arrangements as approved by the Engineer-in-Charge. The interlocking styles of sliding windows shall be provided with PVC/ neoprene weather sealing gaskets. The windows with side hung shutters shall be provided with best quality heavy type anodized aluminium hinges with stainless steel pins/bolts, anodized aluminium peg stays and fasteners of suitable size and shape.

1.7. For the purpose of payment, the weight of each door, window, ventilator, louvered window, fixed glazing etc. individually or forming composite unit shall be the actual weight of extruded aluminium sections, cleat angles and aluminium snap beading excluding the weight of all fittings & fixtures. If the variation between the actual unit weight and unit weight specified in the manufacturer’s catalogue is more than +10%, the materials shall be rejected as being substandard. The cost of hinges, locking arrangements, gaskets, stainless steel screws, pins/bolts etc and the wastage of extruded aluminium sections shall be deemed to be included in the agreement rate and nothing extra whatsoever shall be payable. Paneling and glazing shall be paid separately.

Page 125: iiser

151

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

SPECIAL CONDITION FOR STRUCTURAL GLAZING FACADES

The work of structural glazing hereinafter called the ‘façade system’ include aluminium frame work with specially designed aluminium extrusions for frames, accessories and fixing of solar control glass. The scope of work under the item façade system includes, design, supply, application, installation, aligning, fixing, protection and testing. It also includes guarantee for the works under structural glazing for the system, materials and performance requirements for ten years after the date of completion of the work. For executing the structural glazing work, the contractor shall associate with/engage specialist agency/curtain wall fabricator as approved by the Engineer-in-charge.

1. Design

a) The Aluminium frames shall be designed to conform to the following

1) Wind loads as per IS 875 Part III re-affirmed 2003

2) Deflection restriction of L/175 or max 19mm for a span of 4115mm or L/240 + 6.35 mm for spans greater than 4115mm.

3) The mullions (vertical members) should not be less than 50mm wide x 125mm deep. 4) The transoms (horizontal members) should not be less than 50mm wide x 130mm

deep. 5) Alloy grade 6061 T6 or 6063 T6 or EN AW-6060 (AlMgSi 0.5 F22) T66 in accordance

with DIN EN 573, DIN EN 755 and extrusion tolerance in accordance with EN 12020-2.

b) All fasteners to be 304 grade stainless steel. c) All anchor bracket design must be coordinated with civil reinforcement layouts. d) Structural calculations for frame, anchors and fasteners have to be prepared by a

qualified structural engineer and shall be approved by the Engineer-in-charge. e) Shop drawings to be submitted for approval along with the structural calculations

and shall be approved by the Engineer in charge. f) Tag drawings for the fabricated materials must be submitted to the Engineer for

reference and verification.

2. Surface Protection:

All internal aluminium frames (mullion and transom) are to be polyester powder coated with a minimum of 60 microns thickness and conforming to AAMA 2604. All external exposed aluminium are to be coated with Kynar 500 XL or Hylar 5000 resin (polyvinylidene fluoride, PVDF) conforming to AAMA 2605. All steel anchor brackets are to be hot dip galvanized to IS 2629.

Page 126: iiser

152

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

3. Fabrication

All mullions are to be prepared with “T” cleats in the factory. All transoms are to be stepped on both ends to overlap the mullion. 90° cut ends of the transom is not allowed. Inner glazing EPDM gaskets are to be installed in the transom. Shortening of gaskets before or after glazing would not be acceptable. All anchor brackets must be fabricated in the factory. Anchor brackets shall be aluminium alloy 6061/6063 or steel grade 836 and should be in compliance with the submitted structural calculations. All fabricated material must be tagged in accordance with the Tag drawings. For preparation of doors or vents, all fittings must be installed in the factory. If fittings from different suppliers are used then the Shop drawings are to be reviewed by each fitting supplier for conforming to their application instructions. All aluminium sub frames bonded to glass should have corner cleats and must be Dark bronze anodized or Kynar coated (colour to be same as transom/mullion).

Glass should be bonded to sub frame in the factory under the bonding guidelines stipulated by structural sealent supplier. The sub frame must be assembled with aluminium corner cleats.

4. Mobilization

All materials must be protected with low tack tape and securely fastened at the time of transport. All frames must be accompanied with a Tag ID and a tag drawing. Site storage and handling plan along with the schedule of deliveries are to be submitted for approval.

5. Installation:

A site survey has to be conducted prior to commencement of anchor bracket installation. All anchor brackets must be in accordance with the structural calculations. Any deviation from the approved structural calculations due to site changes or any other reason must have an approved supplemental structural calculation. Installation of anchor must be in accordance with approved shop drawings. Increase in shims for leveling beyond a thickness of 12mm should be accompanied with structural calculations for check on localised bending stress on anchor bolts. No drilling into reinforcement bar will be allowed. Pull out test for anchor bolts to the concrete structure is to be conducted prior to installation of Glazing on the frame.

All tolerances in floor slab/columns/beams/walls are to be absorbed in the anchor brackets. All fasteners of anchor brackets to the mullion must be in A2 stainless steel. Glazing should commence only after inspection of alignment by the Engineer.

Install 2 number aluminium glass supports per glass unit at a distance of a minimum of 150mm from the centre of mullion to centre of glass support. This distance must not

Page 127: iiser

153

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

exceed ¼ of the mullion centre to centre. The distance used in the transom dead load structural calculation should match with site installation. Glass setting blocks should be 80 to 90 Shore A durometer hardness. Glass setting block should be of material compatible with the sealent used in the insulating glass or bonding of glass to sub frame.

EPDM gasket seal shall be provided between the transom and mullion at the overlap. Inner glazing EPDM gasket shall be installed on the mullions after cleaning of the mullions and transoms. All mullion/transom gasket intersection shall be sealed with EPDM compatible sealent.

A minimum of 3mm gap is to be present all around glass. A minimum of 13mm glass bite is to be ensured. Glass should be held in place using temporary patch plates, minimum 100mm long. The glass unit with the sub frame should be fixed to the mullion using concealed mechanical cleats. The joint between the glass shall be sealed using a recessed silicone gasket held by a thermal break attached to the mullion. Along the transom the glass shall be held by aluminium pressure plate and EPDM gaskets. The cover cap shall be fixed to the pressure plate using snap fit mechanism.

6. Performance

a) Minimum class A2 of EN 12152 for air permeability

b) Minimum class R7 of EN 12154 for water tightness

c) Copy of test report from the manufacturer of the system for testing the air permeability and water tightness conducted in Internationally recognized laboratory should be produced by the contractor.

Handover: The façade must be cleaned and inspected by the contractor prior to submission to the Engineer for final inspection. A snag list shall be prepared by the Engineer. All items in the snag list should be cleared by the due date mentioned in the snag list.

As built drawings incorporating all approved changes done during the course of installation shall be submitted. A copy of the full set of approved structural calculations with all approved supplemental structural calculations shall also be submitted with the As-built drawings. Operations and Maintenance manual shall be submitted along with the As-built drawings.

7. PERFORMANCE GUARANTEE

a. The contractor shall be solely responsible for the design including shop drawing and performance of the installed structural glazing façade system. The

Page 128: iiser

154

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

installations shall be guaranteed by the contractor during the guarantee period for materials used, workmanship, water tightness (wherever specified), structural design, performance requirements and other requirements as given in the specifications. The contractor shall submit in the enclosed format a writeen guarantee for the same for a period of 10 years from the date of completion of the work. In addition, the contractor shall obtain and submit to the Engineer-in-Charge a similar back-to-back guarantee for same duration from the specialist agency/structural glazing fabricator engaged by him/them.

b. The design, fabrication, supply and installation of the system shall be to the best of national/international standards and shall be guaranteed to take the dead loads, wind and seismic loads, storms, air pollution, thermal stresses, building movements and the consequent deflections without compromising the performance characteristics. It shall be water tight, wherever specified and prevent ingress of water/moisture, pollutants etc. Further, the individual members of the structural framing shall be deflect beyond permissible limits as specified.

c. In addition, guarantee for 10 years for all the material used for the structural glazing system and their performances shall be submitted by the contractor. Besides, the contractor shall obtain and submit similar back to back guarantees from the specialist agency/structural glazing fabricator and also from the manufacturers/suppliers/processors, as applicable, of various materials to the tune that they conform to the specifications and other criteria as specified herein for:

(i) Glass (Single, laminated or IGUs) – substrate, coatings, lamination, assembly for IGUs etc. and that regarding suitability of single soft coated glass in the spandrels.

(ii) Sealants – usage as per requirement of structural design and functional requirements, compatibility with different substrates and sealants, bite size, quality assurance during sealing of IGUs and fixing glass to glass and glass to the aluminium frame, etc.

(iii) EPDM/Silicone gasket – for ozone resistance and other properties are specified etc.

(iv) Aluminium – material quality, tempering requirement, suitability of aluminium grade and anodizing etc.

(v) Anchor fasteners – suitability and strength requirement as per manufacturers’ specifications etc.

d) The contractor shall also submit guarantee in the enclosed format for replacement of glass during the guarantee period of 10 years from the date of completion of

Page 129: iiser

155

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

work. All the Guarantees shall be submitted before final payment is released after the date of the completion of work and shall not in any way limit any other rights which the Engineer-in-charge may have under the Contract.

e) In addition 2% (two percent) of the cost of all the items under this sub-head, as mentioned in the scope of work under para (1) above, shall be withheld from the bills towards guarantee as specified above. This amount to be withheld towards guarantee, shall be in addition to the other amounts to be withheld as mentioned elsewhere in the contract agreement. However, half of this amount(withheld) would be released after five years from the date of completion of the work, if the performance, as required, is satisfactory. The remaining withheld amount shall be released after 10 years from the date of completion of work, if the performance, as required, is satisfactory. If any defect is noticed during the guarantee period, it shall be rectified by the contractor within seven days of issue of notice to the contractor, at least temporarily, to the satisfaction of the Engineer-in-charge, till the permanent rectification of the defects/replacement of defective materials is carried out by the contractor, in maximum four months period. If not attended to, the same shall be got done by the Engineer-in-charge through other agency at the risk and cost of the contractor and the cost, which shall be final and binding on the contractor, shall be recovered from the amount withheld towards the guarantee as mentioned above or any other amount due to the contractor. In any case, during the guarantee period, the contractor along with specialist agency/curtain wall fabricator shall inspect and examine the work at least once in every year and make good any defects observed. The contractor shall submit a written certificate in this regard. A recovery of Rs.10,000/- per year shall be made from the amount, withheld towards guarantee or any other amount due to the contractor, in event of not fulfilling this provision. However, the amount withheld as guarantee can be released in full, if irrevocable bank guarantee, from a Schedule/Nationalized Banks, of the same amount, for the guarantee period is submitted by the contractor to the Engineer-in-charge. The defects, if any, shall be rectified in a workmanlike manner, retaining the same aesthetics and other functional parameters of the original work.

Page 130: iiser

156

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

SPECIAL CONDITION FOR CLAY TILE CLADDING

The Clay tiles of required thickness shall be moulded without frogs. These shall be of uniform shade, well burnt and shall satisfy the requirements as provided for clay burnt brick in CPWD general specification and shall be of best quality available. The Clay tiles when tested in accordance with the procedure laid down in IS:3495 (parts 1 to 4): after immersion in cold water for 24 hours water absorption shall not be more than 20 percent by weight.

The Clay tiles shall be laid over base plaster of 15mm average thickness with cement mortar 1:4 (1 cement: 4 course sand. Tile shall be fixed as per procedure laid down below:

Fixing Procedure of Clay tile cladding:

1. Do not wet the tile. But do wet the base plaster. 2. Next day fix tiles by applying 3mm thick adhesive mixed mortar on back of tile and

pressing them on base plaster. The mortar shall be prepared by mixing liquid polymer adhesive with neat cement mortar. (1 part of liquid polymer adhesive of Unistonepolyfix or ArdexEndura’s Slurry Bond or equivalent with 3 parts of cement sand mortar 1:1). Mixing, application and laying of adhesive mortar shall be as per manufacturer’s printed instruction.

3. Provide uniform joints of 5mm in between tiles. Use semi dry mix of Cement: fine sand 1:4 and fill in between joint up to ½ to ¾ of the tile depth. Then run finger or a tool to smoothen the grout.

4. Do not spread grout mix over face of tiles. 5. Wipe tile edges clean with semi-dry cloth. Do not use wet cloth and rub over complete

tile surface. 6. Do not wipe with dripping wet cloth. 7. Water cure the tile cladded surface for a minimum period of seven days.

Page 131: iiser

157

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

SPECIAL CONDITION FOR FIRE RESISTANT DOOR (FRD) SHUTTERS

Hollow metal fire rated doors as per IS 3614 part-1 & part-2 for stability and integrity. Pressed Galvanized steel confirming to IS 277 with the following specification. Recommended fire door shall have doors tested at CBRI or ARAI for maximum rating of 2hrs with vision panel. Test certificates should be available for vision lites /panels as part of the fire door assembly. Independent glass test certificates will not be accepted. Manufacturer test certificate shall cover doors both single and double leaf and all doors supplied should be within the tested specimen, deviation in specification and sheet thickness other than what is mentioned in the test certificates are not allowed. Proper label confirming the type of door and the hourly rating is mandatory. Approved manufacturer Shakti Hormann or approved equivalent.

Door frame shall be double rebate Kerf frame profile of size 143 x 58mm made out of 1.60mm (16gauge) minimum thick galvanized steel sheet. Frames shall be Mitered and field assembled with self tabs. All provision should be mortised, drilled and tapped for receiving appropriate hardware. Frames should be provided with back plate bracket and anchor fasteners for installation on a finished plastered masonry wall opening. Once frame installed should be grouted with cement & sand slurry necessary for fire doors on the clear masonry opening. The frame shall be finished with one coat of self etching Zinc phosphate primer of 35 micron with over coating of Polyurethene aliphatic grade piant (35 micron) of Akzoneable brand of approved RAL colour. All frame shall have passed minimum 250 hours of salt spray test.

Door leaf shall be 46mm thick fully flush double skin door with or without vision lite. Door leaf shall be manufactured from 1.2mm (18guage) minimum thick galvanised steel sheet. The internal construction of the door should be rigid reinforcement pads for receiving appropriate hardware. The infill material shall be resin bonded honeycomb core. All doors shall be factory prepped for receiving appropriate hardware and provided with necessary reinforcement for hinges, locks, and door closers. The edges should be interlocked with lock seam. For pair of doors astragals will be provided as required. Vision lite wherever applicable should be provided as per manufacturer’s recommendation with a beeding and screws from inside. The glass should be 6mm clear borosilicate fire rated glass of relevant rating of the door.

All doors/shutter shall be finished with one coat of self etching zinc phosphate primer of 35 micron with over coating of polyurethane aliphatic grade paint of approved colour. The door leaf shall have passed minimum 250 hours of salt spray test.

Page 132: iiser

158

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

Rate should include supply and installation of door and hardware set as mentioned in the door and hardware schedule.

2Hrs Fire Rated Door Single leaf of size (1200 x 2100)mm : with vision panel (200 x 300)mm with all necessary hardware set as per instruction of engineer in charge.

Wooden fire retardant door, frames made out of hard wood (Hollock wood) of approved size with heat activated intumescent seal strip of size 15mm x 3mm suitable for mounting shutters of 120 minutes fire rating mounted on the rebate of the frame with one coat of approved brand of fire retardant primer and tested for 120 minutes with and including embedding frames in floors or walls, cutting masonry for hold fasts with supply and fixing of M.S. hold fasts as required including CBRI approved non-metallic asbestos free fire resisting door shutter of 120 minutes fire rating conforming to BS:476 Part-20 & 22, ISO:3614 Part-II as per prototype tested and certified at Central Building Research Institute, Roorkee, suitable for mounting on door frame. The shutter shall comprise of 52mm thick made out of 2 Nos. 12mm thick non-combustible board with insulation sand witched in between, faced with 4mm thick water proof commercial ply facing on both sides and Second Class Teak Wood lipping for smoke sealing on all edges and heat activated intumescent seal strips of sizes 15mm x 3mm on three sides (excepting bottom) with and including one coat of anti-termite fire retardant primer and wood finished paint each shutter shall also include 200mm x 200mm Vision Panel of sand witched glass rated at 120 minutes along with shutter as per CBRI, Roorkee complete etc. (The Items includes the cost of Door Frame, Door Shutter, Hold Fast, Screws, including all necessary hardwares as approved by Local Fire Services, fixing charges all taxes, transportation, sundries etc. complete).

(ii) TESTING OF FRD SHUTTERS a) Destructive Testing for fire resistance of the door shutters along with door frames shall be done in a accredited laboratory approved by Engineer-in-Charge. The shutters shall be able to resist thermal stresses and should not fail on account of shrinkage, cracking or distortion or any other reason, during testing for the duration for which it is fire rated. The cost of samples of door shutters along with the frames, packaging, sealing, transportation of samples to the approved laboratory and testing charges etc., shall be borne by the Contractor. At least one finished sample (door shutters fixed to the door frames with hinges) of door shutters (double leaf) for Two-hour fire rating and one sample of door shutters (single leaf) for Two-hour fire rating shall be tested. The shutters along with the door frames shall, therefore, be procured from one of the approved manufacturer and in one lot only. The glazing / vision panel opening of required size and

Page 133: iiser

159

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

shape shall be made in the door shutters as per the architectural drawings and fire rated glass panel as per the drawing and item description shall be fixed in the opening including the beadings as specified. (b) The samples shall be randomly chosen by the Engineer-in-Charge, from the lot (of shutters along with frames) procured and brought to the site of work for fixing. Therefore, the Contractor shall procure additional numbers of complete door assembly (shutters and frames), fire rated glass, stainless steel hinges, G.I angle beadings, wooden beadings etc. taking into account the samples required for the destructive testing. No claim for hindrance shall be entertained from the Contractor on this account. If the first selected shutters fail to pass any of the test requirements, two further samples shall be selected for the testing. Should the test samples from both these additional samples pass, the material represented by the test samples shall be deemed to comply with the requirement of the test. Should the test samples from either of these additional samples fail, the entire lot shall be rejected and replaced by the Contractor at his own cost. Nothing extra shall be payable on this account and no delay shall be accepted on this account.

Page 134: iiser

160

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

SPECIAL CONDITION FOR VACUUM DEWATERED CONCRETE FLOORING

(i) This specification defines the material, mixing, placing, curing, constructional and other performance requirements for VACUUM DEWATERING CONCRETE SYSTEM for concrete floor slab. Any other special requirements shown or noted on the drawings and directed by the Engineer-in-Charge shall govern over the provision of this specification. Actual work shall be carried out in accordance with this specification and in consultation with specialized firm undertaking the job to suit specific requirement at site such as rise and fall of the floor slab, providing dowels for pedestals etc.

In case of conflict between clauses mentioned in this specification and those in any Indian Standard, this specification shall prevail.

(ii) WATER-CEMENT RATIO: Water-cement ratio upto 0.65 shall be allowed to obtain better slump & workability. Actual ratio shall be decided with approval of the PMC/Engineer-in-charge. Only measured quantity of water shall be used in the mix.

(iii) SPECIAL REQUIREMENT: All works covered by this specification shall be carried out by an experienced agency having sufficient expertise in vacuum dewatering concrete system. Only skilled and experienced operators shall be employed for the purpose. Prior approval of the agency shall be obtained from the Engineer-in-Charge before starting the work. All the equipment shall be of approved and proven types and suitable for the work involved.

(iv) CONCRETE LAYING: Concrete laying pattern shall be decided in consultation with the PMC/Engineer-in-Charge and with his approval. The maximum width of a slab strip shall not generally exceed 4 metres and minimum number of construction joints shall be used. Alternate slab strips shall be sequentially laid. Any damage to the already finished top surface shall be avoided. At construction joints no overflow of mortal or slurry on the already hardened surface shall be allowed while concreting the intermediate slab strip. Such construction joints shall be marked with a thread in a straight line while the concrete is still green. Continuity of reinforcement shall be maintained while laying concrete in slab strips. Edges at expansion joints shall be protected and proper arrangement of shear-transfer shall be provided as per standards.

(v) CONCRETE COMPACTION: After placing concrete in position, it shall be vibrated thoroughly using poker/needle vibrators and thereafter leveled with surface vibrators to produce a homogeneous and smooth concrete surface. In order to achieve a smooth surface, surface vibrators shall be very carefully used by skilled operators. Over vibration resulting in excess mortar near the surface shall be avoided.

Page 135: iiser

161

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

(vi) DEWATERING: Suction mats shall be spread over the levelled fresh concrete surface and shall be connected by suction hose to the vacuum pumps for De-watering of surplus water in the concrete. During De-watering it shall be ensured that no cement/cement slurry is pumped out.

(vii) FLOATING & TROWELING: This shall be done after De-watering by using skim floater (power floater). After this, surface shall be troweled with minimum two passes of power trowel to achieve a wear resistant surface.

(viii) APPROACH WORKING PLATFORM & FORM WORK: The Contractor shall arrange approaches, scaffolding, working platforms etc. for carrying out the entire operation safely and in a work-man-like manner. The working area shall be neatly maintained and all the facilities required by the Engineer-in-Charge for proper supervision of the work shall be provided.

(ix) TREATING CONSTRUCTION JOINTS 6mm wide groove shall cut with mechanical saw true to line upto 1/4th depth of the concrete thickness. The grove shall be cleaned by air blower. Approved grade of pre molded polysulphide sealant shall be filled in the cleaned grove up to 10 mm depth with a backing rod below and allowed to cure before any movement over the joints.

(x) TESTING OF FINISHED FLOOR: Contractor shall arrange for core cutting and testing of finished concrete over and above other field tests. Number of test samples and testing procedures shall be as described for RCC work.

(xi) MEASUREMENT The work shall be measured in area of the flooring (sqm). The rate shall include vacuum dewatering, cutting of grove, providing baker rod, polysulphide sealant etc. all complete as required for the complete item of work. The reinforcement used shall be measured and paid separately.

Page 136: iiser

162

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

SPECIAL CONDITION FOR PRE- CONSTRUCTIONAL ANTI TERMITE TREATMENT

1. GENERAL 1.1. Anti termite treatment shall be executed through one of the approved agencies.

1.2 The contractor shall furnish the following particulars immediately after the issue of

letter of acceptance by the Department. a) The name of the special firm b) The trade names of the product, which would be used. c) List of works where the treatment has been used.

1.3 The work shall be carried out by trained personnel having experience in application of Anti-Termite Treatment. Material to be used shall be Herbal product called Osolin-AT-CT for construction and Osolin AT-WT for wood treatment or other approved brand.

i. OSOLIN AT-CT Application

a) Column Bed : The product shall be hand sprayed in evenly rammed & prepared foundation column beds before PCC, on to bottom & sides upto a height of 300mm Or 1 foot (In case of column & plinth beam foundation)without mixing water and applied @ 0.13 litres/sqm OR upto plinth level.

b) Column or footings: The treatment shall be continued on all the sides of vertical & horizontal surfaces of the footings upto 300mm above plinth level.

c) Plinth Beams: All the outer and inner plinth beams shall be treated by the product on all 4 sides, upto the interior flooring levels.

d) Interior Flooring, Plinth protection and Flagging area: Osolin AT-CT shall also be sprayed over the rammed & prepared sub floor earth (ie before laying sub base PCC). The plinth protection and flagging area shall be sprayed @ 0.13 litres/sqm.

e) In all the above said stages, the product should be carpet sprayed on to the specified surface only and need not be injected by drilling holes or by any other method.

f) The sprayer nozzle may be set to Rain sprinkle spray so that the product can clearly reach the mud surface and cover up the surface homogenously.

ii) OSOLIN AT-WT (Wood Treatment) a) The product is to be applied by brush to cut section wood rafters and

beams both in New construction and shall be sprayed on wide ply boards.

Page 137: iiser

163

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

b) Application

New Frames and Furniture: Apply ATC(WT) by a brush to all wooden section surfaces coming in contact with the masonry work before primer, painting or varnishing. Apply the product on the needed surface keeping it in FACE UP position. Spray the product to wide wooden surfaces.

iii) Guarantee The Contractor shall be responsible to keep the building including wood work and joinery free of Termite infestation for a period of 10 years from the date of completion of the project. A Guarantee Bond on Non Judicial stamp paper of appropriate value to this effect shall be submitted. During this Guarantee period of 10 years any defect with regards to termite infestation noticed shall be rectified by the Contractor

2. MEASUREMETS: The Complete work of anti-termite treatment shall be measured for plinth area treated. This includes treatment, to foundations, walls, trenches, basements, plinth, burried pipes, conduits etc. The extended portions of foundation and like beyond plinth limit shall be the part of complete work and no extra payment shall be made.

3. RATES: The rate shall include the cost of all labour and materials involved in all the operations described above and as per the item description.

4. GUARANTEE FOR ANTI TERMITE TREATMENT

Ten years guarantee in prescribed proforma attached shall be given by the contractor for the Anti termite treatment. In addition 10% (ten percent) of the cost of these items of Anti termite under the Earth Work sub head shall be taken in the form of the B.G. on completion of the work and before releasing of PG for main work as guarantee to watch the performance of the work executed. However, half of this amount (withheld) would be released after five years from the date of completion of the work, if the performance of the anti termite works is satisfactory. If any defect is issuing of notice by the Engineer-in-Charge and , If not attended to, the same shall be got done amount retained towards guarantee. In any case, the contractor and the specialist agency, during the guarantee period, shall inspect and examine the treatment once in every year and make good any defect observed and on firm the same in writing. The security deposit can be released in full, if bank guarantee of equivalent amount, valid for the duration of guarantee period, is produced and deposited with the Department.

Page 138: iiser

164

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

GUARANTEE TO BE EXECUTED BY CONTRACTORS FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF WATER PROOFING WORKS

The Agreement made this ....................... day of ....................... two thousand and ....................... between....................... son of ....................... of ....................... (hereinafter called the Guarantor of the one part) and the PRESIDENT OF INDIA (hereinafter called Government of the other part).

WHEREAS this agreement is supplementary to a contract (hereinafter called the Contract) dated ............. and made between the GUARANTOR of the one part and the Government of the other part, whereby the Contractor, inter alia, undertook to render the buildings and structures in the said contract recited completely water and leak-proof.

AND WHEREAS GUARANTOR agreed to give a guarantee to the effect that the said structures will remain water and leak-proof for five years from the date of giving of water proofing treatment.

NOW THE GUARANTOR hereby guarantees that water proofing treatment given by him will render the structures completely leak-proof and the minimum life of such water proofing treatment shall be five years to be reckoned from the date after the maintenance period prescribed in the contract.

Provided that the guarantor will not be responsible for leakage caused by earthquake or structural defects or misuse of roof or alteration and for such purpose:

(a) Misuse of roof shall mean any operation which will damage proofing treatment, like chopping of firewood and things of the same nature which might cause damage to the roof;

(b) Alteration shall mean construction of an additional storey or a part of the roof or Construction adjoining to existing roof whereby proofing treatment is removed in parts;

(c) The decision of the Engineer-in-Charge with regard to cause of leakage shall be final. During this period of guarantee the guarantor shall make good all defects and in case of any

defect being found, render the building water-proof to the satisfaction of the Engineer-in-Charge at his cost, and shall commence the work for such rectification within seven days from the date of issue of the notice from the Engineer-in-Charge calling upon him to rectify the defects, failing which the work shall be got done by the Department by some other contractor at the GUARANTOR’S cost and risk. The decision of the Engineer-in-Charge as to the cost, payable by the Guarantor shall be final and binding.

That if GUARANTOR fails to execute the water proofing or commits breach there under then the GUARANTOR will indemnify the Principal and his successors against all loss, damage, cost, expense or otherwise which may be incurred by him by reason of any default on the part of the GUARANTOR in performance and observance of this supplementary agreement. As to the amount of loss and/or damage and/or cost incurred by the Government the decision of the Engineer-in-Charge will be final and binding on the parties.

IN WITNESS WHEREOF these presents have been executed by the Obligor ...............and by....................... and for and on behalf of the PRESIDENT OF INDIA on the day, month and year first above written.

Signed, sealed and delivered by OBLIGOR in the presence of—

1. 2.

Signed for and on behalf of THE PRESIDENT OF INDIA by ............... In the presence of— 1. 2.

Page 139: iiser

165

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

GUARANTEE BOND FOR REMOVAL OF DEFECTS IN CURTAIN GLAZING & ALUMINIUM WORKS (USED IN ALUMINIUM WINDOWS, DOORS AND CURTAIN GLAZING).

This Agreement made this ________________ day of ______________________ two thousand and ____________between ________________ son of ______________(hereinafter called the Guarantor on the one part) and President of India(hereinafter called Government on the other part). WHEREAS this agreement is supplementary to a contract (hereinafter called the contract) dated_________ and made between the GUARANTOR on the one part and the Government on the other part for construction _________________(Name of the work) where by the GUARANTOR, inter alia, undertook to render the work of aluminium and curtain glazing in the said contract recited completely structurally safe, water tight and free from defects in functional performance of glass, glazed units, anodizing, aluminium sections, EPDM/Silicon gaskets and sealants.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the effect that the said work of aluminium and curtain glazing in the said contract recited completely will remain structurally stable, completely leak proof and guaranteed against faulty material and workmanship, powder coated finishing for ten years from the date of completion of the work under this tender.

NOW THE GUARANTOR hereby guarantees that Curtain glazing and aluminium works executed by him will remain structural stable completely leak proof and guaranteed against faulty material and workmanship, powder coated finishing for ten years from the date of completion of the work under this tender.

The decision of the Engineer-in-charge with regard to cause of defect(s) small be final.

During this period of guarantee, the GUARANTOR shall make good all defects to the satisfaction of the Engineer-in-charge at his cost and commence the work for such rectification within seven days from the date of issue of notice from the Engineer-in-charge calling upon him to rectify the defects failing which the work shall be got done by the department of some other contractor at the GUARANTOR’s cost and risk. The decision of Engineer-in-charge as to the cost, payable to the GUARANTOR shall be final and binding. That if the GUARANTOR fails to execute the necessary rectification of water proofing or commits breach there under, then the Guarantor will indemnify Engineer-in-charge and his successors against all loss, damage, cost expense or otherwise which may be incurred by him by reasons of any default on the part of GUARANTOR in performance and observance of this supplementary agreement. As to the amount of loss and / or damage and / or cost incurred by the Government, the decision of the Engineer – in – Charge will be final and binding on the parties. IN WITNESS WHEREOF these presents has been executed by the Obligator ____________________________________and by _____________________________and for an on behalf of the President of India on the day, month and year first above written. Signed, sealed and delivered by OBLIGATOR in the presence of: 1. 2. SIGNED FOR AND ON BEHALF OF PRESIDENT OF INDIA BY …….. in the presence of: 1. 2. NOTE: The Guarantee bond to be furnished on a ‘Non-Judicial’ stamp paper worth Rs.100/- and shall be duly notarized.

Page 140: iiser

166

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

GUARANTEE BOND FOR ANTITERMITE TREATMENT

(For Guarantee to be executed by contractors for removal of defects of anti termite treatment works after maintenance period) This agreement made this______________________ day of ____________________________ two thousand _______________________________________________ between M/s. _________________________________ (hereinafter called “the Guarantor of the one part) and the PRESIDENT OF INDIA (hereinafter called “the Government” of the other part.) Whereas this agreement is supplementary to the contract (hereinafter called “the Contract”) dated__________ made between the Guarantor of the one part and Government of the other part, whereby the Contractor, inter-alia, undertook to render the buildings and structure in the said contract recited, completely termite proof. AND WHEREAS THE GUARANTOR agreed to give a guarantee to the effect that the said structure will remain termite proof for ten years to be reckoned from the date after the maintenance period prescribed in the contract expires. NOW THE GUARANTOR hereby guarantees that the anti-termite treatment provided by him will render the structures completely termite proof and the minimum life of such anti-termite treatment shall be ten years to be reckoned from the date of after the maintenance period prescribed in the contract expires. Provided that the Guarantor will not be responsible for damages caused due to structural defects or misuse of premises/area. a) Misuse of premises shall mean any operation which will disturb the chemical barrier like excavation under floors, breaking of walls at G.L. disturbing the treatment already carried out. The decision of the Engineer-in-Charge with regard to cause of damage shall be final. During this period of guarantee the guarantor shall make all the arrangements to do the post constructional anti-termite treatment in all the buildings in case of any termite nuisance being found in the building, to the satisfaction of the Engineer-in-Charge at the cost of guarantor and shall commence the work for such treatment within seven days from the date of calling upon him to rectify the defects, by the Engineer-in-Charge, failing which the work shall be got done by the Department by some other contractor at the GUARANTOR’S COST and risk. The decision of the Engineer-in-Charge as to the cost payable by the Guarantor shall be final and binding. That if the Guarantor fails to execute the anti-termite treatment or commits breaches hereunder then the Guarantor will indemnify the principal and his successors against all loss, damage, cost, expense or otherwise which may be incurred by the Department by reason of any default on the part of the GUARANTOR in performance and observance of this supplemental agreement. As to the amount of loss and/or damage and/or cost incurred by the Government, the decision of the Engineer-in-Charge will be final and binding on the parties.

IN WITNESS WHEREOF these presents have been executed by the Obligor __________________________and by________________________________________ and for and on behalf of the PRESIDENT OF INDIA on the day, month and year first above written.

SIGNED, sealed and delivered by OBLIGOR in the presence of : 1. 2. SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY .............................................................................................................in the presence of: 1. 2. * *

Page 141: iiser

167

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

LIST OF APPROVED MAKES

SL. No.

MATERIAL MAKES/MANUFACTURER

A CIVIL WORKS

1 Anti - Termite Treatment Osolin, or Equivalent Agencies.

2 Chemical Admixtures Sika/STP/Cicotechltd/Pidilite/Fosroc/Fairmate/Mc

Bouchemie/ Chokesy/BASF

3 Heat Reflective Glass Glaverbel/Asahi India / Saint Gobain/

4 Adhesive For Door Work Fevicol/Vamicol/Dunlop

5 Dash Fasteners Hilti/ Faischer/ Bosch/ Canon

6 Door Locks Godrej/ Harrison/ Link

7 Aluminium Doors & Windows Fixtures/ Fitting

Everlite / Argent/ Classic/ Crown/ Earl Bihari

8 Extruded Polystyrene Board Styrofoam By Dow Chemicals/ Insuboard By Supreme

Indus Ries 9 Bitumastic Fibre Board Shalimar Tar Product/Fosroc/BASF

10 Expansion Joint System Hercules / J. Sons/Kantaflex

11 Fire Doors Navair/ Shakti - Met Dor/ Godrej

12 Flush Door Shutters Duro/Greenply/Century/Kutty/Kitply/Archid ply

13 Stainless Steel Hardware Arkay/ Godrej/ D-Line/ Carl-F

14 Laminates Duro/ Century/ Greenlam/ Formica/ Decolam/ Euro

15 Plywood/ Blockboard/ Ply Board Duro/ Greenply/Century/ Kitply/ Greenlam/ Novapan/

Marrino/ Greenply/ Euro

16 Pre- Laminated Particle Board Anchor/ Novapan/ Century/ Green Ply/Archidply

17 PVC Continuous Fillet For Periphery Packing of Glazings/ Structural/ Glazings

Roop/ Anand/ Forex Plastic/ Nagalia

Page 142: iiser

168

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

18 Stainless Steel Bolts, Washers, Nuts & Screws

Kundan/ Puja/ Atuli

19 Stainless Steel Friction/Spring Hinges Earl Bihari/ Securistyle/ Ebco /Arkay

20 M.S. Pipe Jindal/ Prakash- Surya/ Kalinga/ Tata / TT Swastik

21 Ceramic Tiles Nitco/ Naveen/ Bell/ H.R. Johnson/ Kajaria/

Somany/Asian

22 Ceramic Tiles Adhesive Cico Tech Ltd / Bell/ Pidilite/Bal Endura/ BASF/Sika/Fair

Mate

23 Compressed Chequered Tiles Johnson/ Somany/ Kajaria/ Spartek/ Nitco/ Orient/ Bell /

Scorpio/ Asian

24 Vacuum Dewatered Flooring Tremix/ Sun Build/ Avcon Technics

25 Vitrified Tiles Nitco/ Naveen/ Bell/ H.R. Johnson(Marbonite)/ Kajaria/

Somany / Asian

26 Thermal Insulation/Rockwool/Mineral Wool/Puf

M/S Lloyd Insulations India Ltd./ Malarpur Entech/Armacell

27 Waterproofing Agencies/ Material

Shalimar Tar Products/ IWL (India) Ltd. / Llyod Insulations India Ltd. / Chemisol Adhesive Pvt. Ltd. Mumbai/ Indian Water Proofing /Overseas Water Proofing/ (Chemistik) Texas Ltd/ Fosroc /Sika / Cico Tech Ltd/ Mc Boucheme/ BASF

28 Metal Sheet Roofing

M/S Lloyd Insulations India Ltd./ M/S Kirby/ M/s Tata Blue Scope/ M/s Inter Arch/ Karthik Roofing

29 Distemper/Acrylic Washable Distemper

Paints Etc Shall Be First Quality of ICI, Berger, Asian, Shalimar, Nerolac and Johnson & Nicholsan

30 Other Paints/ Primer

31 Plastic Emulsion Paint

32 Synthetic Enamel Paints

33 Resin Based Paints

34 External Emulsion Paint

35 Texture Paint Berger/ Johnson & Nicholsan /Narolac/Asian / ICI

Page 143: iiser

169

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

36 Clear Glass/ Clear Float Glass/ Toughened Glass

Modi/ Saint Gobain (Sg)/ Asahi India / GSC/ ATUL

37 Gypsum False Ceiling India Gypsum/ Laffarge /St. Gobain (Gyproc)

38 Metal False Ceiling Nittobo/ Armstrong/ Durlum/ Trac/ Uniment/Hunter

Duglus

39 Polysulphide Sealant Pidilite/ Fosroc/ Choksey /Sika, Mc Bouchemie, BASF/Fair

Mate

40 Aluminium Extrusion

Indal/ Hindalco/ Jindal.

41 Door Closer / Floor Spring

Godrej/Dorma/Everite/ Hardwyn/Master

42 Cement ACC, Ultratech, Vikram, Shree Cement, Ambuja, Jaypee

Cement, Chettinad, Coramandal, Ramco, Zuari, Century Cement & J.K. Cement

43 Ready Mix Concrete ACC/ Unitech/RMC Ltd./ L&T / Coromandal/ Computrised

BMC Plant By Contractor/ Poab Sons/ PTC

44 Reinforcement Steel SAIL, Tata Steel Ltd., RINL, Jindal Steel & Power Ltd. and

JSW Steel Ltd., IISCO

45 Calcium Silicate Boards Hilux / Aerolite / Armstrong

46 Cacium Silicate Tiles Aerolite / Hilux/Armstrong

47 E.P.D.M. Gaskets

Anand Reddiplex/ Enviro Seals

48

Flexi Tape

Norton/ Bizzare

49 Glass Fibre Acoustical Tiles Ecophon/ Up Twiga

50 Silicon Sealants (I) Weather Sealant (Ii) Structural Glazing Sealant

Ge- Silicon/ Pidilite/Choksey/ Wacker/ Forsoc/ Cico/ Dow Corning/ Sika

51 White Cement Birla White/ J.K. / Grasim

52 False Floor S5ystem Dg False Flooring & Technologies Pvt. Ltd/United Access

Floor Pvt. Ltd.

53 Protective Coating BASF or Equivalent

Page 144: iiser

170

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

54 Acostical Wall And Ceiling System Gyproc or Equivalent

55 Vitreous china sanitary ware Hindware / Parryware /Cera /Commander

56 W.C. seats & cover Hindware / Parryware /Cera /Commander

57 Stainless Steel sinks Jayna/Kingston/ Neelkanth /Nirali

58 C.P. fittings & accessories & flush valves Jaquar/Parko/ Kingston/Hindware / Ess-Ess

59 Liquid soap dispenser Chilly/Euronics/Camry/ Utec / Kopal

60 UPVC pipes & fittings conforming to IS : 13592 Supreme / Finolex / Prince /AKG / Kisan

61 Ductile iron pipes (IS:8329) Electrosteel/Kesoram/Jindal

62 Ductile iron fittings (IS:9523) Electrosteel/Kesoram/Jindal/Kartar

63 RCC pipes Indian Hume Pipe/Pragati Concrete Udyog/Thirunelveli Spun Pipes/Thuluvanikkal Pipes

64 G.I. pipes Tata/ Jindal / Prakash / Surya

65 Malleable cast iron fittings R/Ks / Unik / Zoloto

66 CPVC pipes & fittings Ajay / Astral / Ashirwad /Supreme/Flow Guard

67 UPVC pipes conformingto IS: 4985-2000 Supreme / Finolex / AKG / Kisan/ Flow Guard

68 Gun metal valves (fullway, check and globe valves) Zoloto / Leader / Sant/Kartar/Atam

69 C.I. valves (fullway, check and globe valves) Zoloto/ Kirloskar / Sant / Castle / Kartar/Atam

70 Ball cocks, check & foot valve, prv, air valve GPA/Sant/L & K / Tbs / Zoloto/Atam

71 C.I. manhole covers and frames Neco / R.I.F. / B.C. /Neer/Hepco/Skf

72 Stainless Steel/C P grating Chilly/Camry

73 RCC/SFRC manhole covers/precast RCC grating KK / S K precast concrete/advent concretovision

Page 145: iiser

171

Correction -NIL Insertion - NIL Deletion - NIL AE/IISER TVM PSD-1 EE /IISER TVM PD - I

74 PVC-u pipes for sewerage and drainage conforming to IS:15328:2003

Supreme / Finolex / Kisan/Flow Guard

75 Mirror Atul/ Modi Guard /Golden Fish / Saint Gobain

76 High density polyethylene(HDPE) water storage tank Sintex / Rotex / Fusion Plasto / Polycon

NOTE: Equivalent material and finishes of any other specialized make may be used, in case it is established that the brands specified above are not available in the market but only after approval of the alternate brand by the Engineer-in-charge. The contractor shall quote his rates on the basis of the price of best quality product of the brand / make in case any particular brand of item is not acceptable to the client, the contractor shall supply items of other approved brands at no extra cost.

Page 146: iiser

Correction-Nil Insertion-Nil Deletion-Nil AE/IISER TVM PSD-1 EE/IISER TVM PD - I

PART-C

MINOR COMPONENT- ELECTRICAL

SCHEDULE A TO F, ADDITIONAL CONDITIONS (Page 172 to 380)

Page 147: iiser

172

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

PROFORMA OF SCHEDULES

ELECTRICAL WORKS [Composite Tender -MINOR COMPONENT]

SCHEDULE ‘A’

Schedule of quantities (as per PWD-3): Enclosed in page No. 452 - 553

SCHEDULE 'B'

Schedule of materials to be issued to the contractor.

S.No. Description of item Quantity Unit Rates at which the material

will be charged to the

contractor

Place of issue

1 2 3 4 5 6

SH-I : WIRING

1 20mm dia MS conduit 2600 m 127/-

At IISER Project site as

and when required, as is

where is condition

2 1.5mm2 PVC wire 15000 m 16/-

3 Electronic fan Regulator 41 each 766/-

SH-II : LIGHT, FAN FIXTURES AND IT'S ACCESSORIES (Inside Buildings)

4 2 X 18W CFL surface mounted downlighter (Philips Cat No. -PHILIPS FCS105)

137 each 3298/-

5 1 X 28W wall mounted light fixture (Philips Cat Each TCH 207/1XTL5-28W/830,840&865

9 each 863/-

6 4 x 14W recess mounted light fixture (Bajaj Cat No.-BTMRA 414 CAT II WH, Philips Cat No. TBS 869 / 414 D8 HF)

754 each 3108/-

7 1 x 9W CFL surface mounted bulkhead light fixture ( Philips Cat No. FXC 101,WKP 14 / 1X CFL 9W)

99 each 1202/-

Page 148: iiser

173

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

8 1 x 14 W wall mounted mirror light fixture ( Philips Cat No. TWG 207/1 X TL5 14W )

4 each 670/-

9 1 x 28W wall mounted mirror light fixture ( Philips Cat No. TWG 207/1 X TL5 28W)

29 each 847/-

10 1 X 28W surface mounted light fixture (Philips Cat No. TCW 097/128 HF)

72 each 3779/-

11 1 X 70W Metal halide lamp based wall mounted light fixture ( Philips Cat No. RVP 339 1xCDM-TD 70R )

10 each 4866/-

12 3 X 24W recess mounted light fixture (Trilux Cat No. LIVENTY 600 OT324 01ELEVENTY)

17 each 20100/-

13 3 x 14W recess mounted light fixture with high frequency dimmable ballast (Trilux Cat No. 3623 RPX/14ED)

4 each 11250/-

SH.III:-SUB DISTRIBUTION BOARDS ( SDB)

14 8 WayTPNDB(Vertical), Double door

15 each 9719/-

15 12 WayTPNDB(Vertical), Double door

35 each 11459/-

SH.IV:- LT CABLES, CABLE TRAYS AND DWC HDPE PIPE

16 4 Cx10 Sqmm,1.1KV,XLPE, LT Cable

410 m 135/-

17 3 Cx25 Sqmm,1.1KV,XLPE, LT Cable

120 m 164/-

18 3 Cx16Sqmm,1.1KV,XLPE, LT Cable

225 m 126/-

Page 149: iiser

174

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

19 2 C x16Sqmm,1.1KV,XLPE, LT Cable

80 m 119/-

20 200 mm dia DWC HDPE pipe (OD 200mm / ID 170mm)

280 m 465/-

SH.V INTERNAL DUCTING

21 225 mm x 38 mm x 1.6 mm (3 compartment) GI Floor trunking (MK Cat No UMDX 225/3/6,)

325 m 1410/-

22 Jointing sleeves for connecting raceways

124 each 156/-

23 Vertical access unit for 90 degree (L) bend

305 each 2880/-

SH.VI:- DISTRIBUTION BOARDS

24 ELFDBPS (-1 LVL ) (Wall Mounted)

1 each 57600/-

Incoming

a) 1 no. 160 A, 4P MCCB, 25 kA

b) 0-160A ammeter and ammeter selector

switch with 160/5A CTs – 1 set.

c) Set of phase indicating lamp (LED Type) with

2A, SP MCB – 1 set.

Bus bar

4 Strip aluminium bus bar of 250 A, 415 V

capacity with heat shrinkable coloured sleeves

complete for withstanding 25 kA fault – 1 set

Page 150: iiser

175

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Outgoing

a) 40 A, 4P MCB, 10 KA – 5 no.

b) 25 A, 4P MCB, 10 KA – 1no.

25 UPSFDBPS (ENTRY LVL) (Floor Mounted)

1 each 48155/-

Incoming

a) 1 no. 160 A, 4P MCCB, 25 kA

b) 0-160A ammeter and ammeter selector

switch with 160/5A CTs – 1 set.

c) Set of phase indicating lamp (LED Type) with

2A, SP MCB – 1 set.

Busbar

4 Strip aluminium bus bar of 250 A, 415 V

capacity with heat shrinkable coloured sleeves

complete for withstanding 25 kA fault – 1 set.

Outgoing

a) 63 A, 4P MCB, 10 kA – 5 no.

b) 40 A, 4P MCB, 10 kA – 3no.

c) 32 A, DP MCB, 10 kA – 3no.

26 EPFDBPS (Floor Mounted)(+2lvl) 1 each 211515/-

Page 151: iiser

176

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Incoming

a) 1 no. 160 A, 4P MCCB, 35 kA

b) 0-160A ammeter and ammeter selector

switch with 160/5A CTs – 1 set.

c) Set of phase indicating lamp (LED Type) with

2A, SP MCB – 1 set.

Busbar

4 Strip aluminium bus bar of 250 A, 415 V

capacity with heat shrinkable coloured sleeves

complete for withstanding 35 kA fault – 1 set

Outgoing

a) 63 A, 4P MCCB, 35 kA – 6 no

27 ELFDBCS (-1LVL)(Wall Mounted) 1 each 57600/-

Incoming

a) 1 no. 160 A, 4P MCCB, 25 kA

b) 0-160A ammeter and ammeter selector

switch with 160/5A CTs – 1 set.

c) Set of phase indicating lamp (LED Type) with

2A, SP MCB – 1 set.

Busbar

Page 152: iiser

177

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

4 Strip aluminium bus bar of 250 A, 415 V

capacity with heat shrinkable coloured sleeves

complete for withstanding 25 kA fault – 1 set

Outgoing

a) 40 A, 4P MCB, 10 kA – 5 no.

b) 25 A, 4P MCB, 10 kA – 1no.

28 EPFDBPS (+1LVL)(Floor Mounted)

1 each 269112/-

Incoming

a) 1 no. 200 A, 4P MCCB, 35 kA

b) 0-200A ammeter and ammeter selector

switch with 200/5A CTs – 1 set.

c) Set of phase indicating lamp (LED Type) with

2A, SP MCB – 1 set.

Busbar

4 Strip aluminium bus bar of 300 A, 415 V

capacity with heat shrinkable coloured sleeves

complete for withstanding 25 kA fault – 1 set

Outgoing

a) 100 A, 4P MCCB, 25 kA – 5 no.

Page 153: iiser

178

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

b) 63 A, 4P MCCB, 25 kA – 9 no.

c) 40 A, 4P MCCB, 25 kA – 1 no.

29 EPFDBPS +1 level 2 1 each 234179/-

Incoming

a) 1 no. 200 A, 4P MCCB, 35 kA

b) 0-200A ammeter and ammeter selector

switch with 200/5A CTs – 1 set.

c) Set of phase indicating lamp (LED Type) with

2A, SP MCB – 1 set.

Busbar

4 Strip aluminium bus bar of 300 A, 415 V

capacity with heat shrinkable coloured sleeves

complete for withstanding 35 kA fault – 1 set

Outgoing

a) 63 A, 4P MCCB, 35 kA – 6 no.

30 EPFDBPS +2 LVL (Floor Mounted)

1 each 254009/-

Incoming

a) 1 no. 250 A, 4P MCCB, 35 kA

b) 0-250A ammeter and ammeter selector

switch with 250/5A CTs – 1 set.

Page 154: iiser

179

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

c) Set of phase indicating lamp (LED Type) with

2A, SP MCB – 1 set.

Busbar

4 Strip aluminium bus bar of 400 A, 415 V

capacity with heat shrinkable coloured sleeves

complete for withstanding 35 kA fault – 1 set

Outgoing

a) 63 A, 4P MCCB, 35 kA – 10 no.

31 ACDBPS (Wing C)(Floor Mounted)

1 each 136920/-

Incoming

a) 1 no. 200 A, 4P MCCB, 35 kA

b) 0-200A ammeter and ammeter selector

switch with 200/5A CTs – 1 set.

c) Set of phase indicating lamp (LED Type) with

2A, SP MCB – 1 set.

Busbar

4 Strip aluminium bus bar of 300 A, 415 V

capacity with heat shrinkable coloured sleeves

complete for withstanding 25 kA fault – 1 set

Page 155: iiser

180

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Outgoing

a) 125 A, 4P MCCB, 25 kA – 2 no.

b) 40 A, 4P MCCB, 25 kA – 2 no.

c) 32 A, 4P MCCB, 25 kA – 5 no.

SH:XI:- UPS SYSTEM

32 2X200 KVA (parallel redundant) UPS System

2 each 5936239/-

33 362 AH Cadmium battery for 200 KVA UPS

2 each 4676740/-

SH:XV:- HYDRANT SYSTEM

34 900 LPM x 35 M Head, Terrace pump for fire fighting

1 each 65000/-

SH:XVII:- FIRE ALARM SYSTEM WORKS

35 1.5 sq mm shielded and stranded insulated FRLS copper conductor cable

6600 m 16/-

SH:XX:- HVAC

Variable Refrigerant Flow (VRF) System

36 64 HP Outdoor unit 2 set 1315000/-

37 48 HP Outdoor unit 1 set 985000/-

38 36 HP Outdoor unit 1 set 745000/-

39 24 HP Outdoor unit 2 set 545000/-

40 0.8 TR Indoor unit 45 each 26000/-

41 1 TR Indoor unit 11 each 28000/-

42 'Y' and header refrigerant joints 134 each 8250/-

Page 156: iiser

181

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

43 Centralised system controller 3 each 97056/-

44 Integrated Data Management Control System

3 each 32462/-

SCHEDULE 'C'

Tools and plants to be hired to the contractor

S.No. Description Hire charges per day Place of Issue

1 2 3 4

Nil Nil

Nil Nil

SCHEDULE ‘D’

Extra schedule for specific requirements/document for the work, if any:

NIL

SCHEDULE ' E’

Reference to General Conditions of contract: GCC 2014, CPWD Form 7 modified and corrected up to and including No. DGW/CON/286 dated 30.06.2015.

Name of Work: Construction of Civil Structures and other Infrastructure facilities for Academic

area at IISER Campus at Vithura, Thiruvananthapuram- Phase I. SH: Construction of Physical Science Block, Biological Science block, Animal House and Concourse including internal and external civil & Electrical services, fire fighting, Lifts, Site development – (Balance Work).

(I)Estimated cost of work : Rs. 139,64,20,913/- [Civil: Rs. 104,1924574/- + Electrical: Rs. 35,44,96,339/-]

(II) Earnest Money : Rs. 14964209/-

(ii) Performance Guarantee : 5% of tendered value

(iii) Security Deposit : 2.5% of tendered value

Page 157: iiser

182

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Or 2.5% of tendered value plus 50% PG for contracts involving maintenance of the building and service/ other work after construction of same building and service/other work.

SCHEDULE ' F’

GENERAL RULES & DIRECTIONS:

Officer inviting tender: Executive Engineer, IISER TVM Project Division -1, CPWD, Thiruvananthapuram.

Definitions:

2(v) Engineer-in-Charge : Executive Engineer, Trivandrum Central Electrical Division, CPWD, Thiruvananthapuram or successor thereof. 2(viii) Accepting Authority : Chief Project Manager, IISER TVM Project Zone, CPWD, Trivandrum or successor thereof.

2(x) Percentage on cost of materials and

Labour to cover all overheads and profits: 15%

2(xi) Standard Schedule of Rates: Delhi Schedule of Rates 2014 with correction slips No.DG/DSR/08 dtd.23.04.2015

(xii) Department : Central Public Works Department

9(ii) Standard CPWD Contract Form: GCC 2014 CPWD Form 7 modified and corrected up to and including No. DGW/CON/286 dated 30.06.2015.

Clause 1

(i) Time allowed for submission of Performance Guarantee, Programme Chart (Time and Progress) and applicable labour licenses, registration with EPFO, ESIC and BOCW Welfare Board or proof of applying thereof from the date of issue of letter of acceptance : 7 (Seven) days

(i) Maximum allowable extension with late fee @ 0.1% of

Performance Guarantee amount per day beyond the period provided in (i) above : 15 days

Page 158: iiser

183

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Clause 2 Authority for fixing compensation under clause 2: Chief Project Manager, IISER TVM Project Zone, CPWD, Thiruvananthapuram

or successor thereof.

Clause 2A Whether Clause 2A shall be applicable : Yes

Clause 5

Number of days from the date of issue of letter of acceptance for reckoning date of start : 22 (Twenty Two) days

Mile stone(s) as per table given below:

S.No. Description of Milestone (Physical) Time allowed in days(from date of start)

Amount to be with-held in case of non achievement of mile stone

Same as per page 58 to 61 of major component.

Time allowed for execution of work : 24 (Twenty four) Months

Authority to decide: (i) Extension of time : Executive Engineer, IISER TVM

Project Division - I, CPWD, Thiruvananthapuram

or successor thereof.

(ii) Rescheduling of milestones : Chief Project Manager, IISER TVM Project Zone, CPWD, Thiruvananthapuram

or successor thereof. (iii)Shifting of date of start in case of delay in handing over of site : Chief Project Manager, IISER TVM

Project Zone, CPWD, Thiruvananthapuram

or successor thereof.

Clause 6, 6A

Clause applicable - (6 or 6A) : Clause 6A

Page 159: iiser

184

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Clause 7 Gross work to be done together with net payment /adjustment of advances for material collected, if any, since the last such payment for being eligible to interim payment : Rs. 50 Lakhs (Rupees Fifty lakhs only) Clause 7A Whether Clause 7A shall be applicable : Yes No Running account bill shall be paid for the work till the applicable labour licenses, registration with EPFO, ESIC and BOCW Welfare Board, whatever applicable are submitted by the associated contractor to the Engineer-in-Charge. Clause 10A List of testing equipment to be provided by the contractor at site lab. : As per Annexure I of

major component Clause 10B (ii)

Whether Clause 10 B (ii) shall be applicable : Yes

Clause 10C : Not Applicable

Clause 10CA

S.N. Material covered under this clause

Nearest Materials (other than cement, reinforcement bars and the structural steel) for which All India Wholesale Price Index to be followed

Base Price of all Materials covered under clause 10 CA*

1

Refer schedule A to F of major component

* Base price of all the materials covered under clause 10 CA is to be mentioned at the time of approval of NIT.

Clause 10CC Clause 10 CC to be applicable in contracts where the stipulated period of completion exceeding the period shown in next column :More than 12 months Schedule of component of other Materials, Labour, POL etc. for price escalation.

Page 160: iiser

185

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Component of civil (except materials covered Under clause 10CA) /Electrical construction Materials) - : Xm=40% expressed as percent of total value of work. Component of Labour – expressed as percent of total value of work. : Y = 25%

Component of P.O.L. - expressed as percent of total value of work. : Z = NIL%

Note: Xm…..% should be equal to (100) – (materials covered under clause 10 CA i.e. cement, steel and other material specified in clause 10 CA + Component of Labour + Component of P.O.L

Clause 11

Specifications to be followed for execution of work: CPWD Technical Specifications for Electrical works Part-I Internal (2013), Part II External (1994), Part III Lifts & Escalators (2003), Part-IV Substation (2007), Part-V Wet Riser & Sprinkler System(2006), HVAC 2004 Part and with up to date amendments and to confirm to the Indian Electricity Act & rules and Direction of Engineer-in-charge and Additional Conditions. Clause 12 Type of work : Original & Project work 12.2. & 12.3 Deviation Limit beyond which clauses

12.2 & 12.3 shall apply for building work : 30% 12.5 (i)Deviation Limit beyond which clauses

12.2 & 12.3 shall apply for foundation work : 30% (Except Earth Work) (ii)Deviation Limit for items in earth work : 100% Sub head of DSR and or related items.

Clause 16 Competent Authority for deciding reduced rates : Chief Project Manager, IISER TVM Project

Zone, CPWD, Thiruvananthapuram or successor thereof. Clause 18

List of mandatory machinery, tools & plants

Page 161: iiser

186

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

to be deployed by the contractor at site: - As per Annexure II of civil Clause 25 (1)

Claim Amount Up to 25 lakhs More than 25 lakhs

Chairman Director(WORKS cum TLQA) (SR)II Chief Project Manager, NIT Project Zone, Calicut.

Member Executive Engineer, Trivandrum Central Division

Director of works (SR) II

Member Executive Engineer(P), O/o CE(SZ)V Superintending Engineer, Trivandrum Central Circle

Presenting Officer Executive Engineer in charge of the work

Superintending Engineer –in-charge /Executive Engineer in charge of the work

Clause 36 (i)

Requirement of Technical Representative(s) and recovery Rate

Sl.

No.

Minimum Qualification of Technical Representative

Discipline Designation (Principal Technical/ Technical Representative)

Minimum Experience

Number Rate at which recovery shall be made from the contractor in the event of not fulfilling provision of clause 36(i)

Figures Words

Refer schedule A to F of major component

Assistant Engineers retired from Government services that are holding Diploma will be treated at par with Graduate Engineers. Clause 42

Page 162: iiser

187

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

(i) (a) Schedule/statement for determining theoretical quantity of cement & bitumen on the basis of Delhi Schedule of Rates 2014 printed by C.P.W.D. ii)

(i) (a) Schedule/statement for determining theoretical quantityof cement & bitumen on the basis of Delhi Schedule ofRates

DSR 2014 with correction slips No.DG/DSR/07

(ii) Variations permissible on theoretical quantities:

(a) Cement For works with estimated cost put to tender more than

Rs. 5 lakh. 2% (Two percent) plus / minus .

Bitumen for all works 2.5% (Two point five percent) plus only and nil on minus side.

(b) Steel Reinforcement and structural steel sections for each diameter, section and category

2% (Two percent) plus / minus

(c) Paint As per co-efficient of standard Delhi Analysis of Rate 2014

(d) Vitrified/ Ceramic floor tiles 2.5% (Two point five percent) plus only.

(e) Ceramic glazed wall tiles 2.5% (Two point five percent) plus only.

(f) Granite stone slab 15% (Fifteen percent) plus only.

(g) Kota stone slab 15% (Fifteen percent) plus only.

(h) Calcium silicate false ceiling tiles 5% (Five percent) plus only.

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

S. No. Description of Item Rates in figures and words at which recovery shall be made from the Contractor

Excess beyond

permissible variation

Less use beyond

permissible variation

1 20mm dia MS conduit Rs.127/- per metre

Rs. 254/- per metre

2 1.5mm2 PVC wire Rs. 16/- per metre

Rs. 32/- per metre

Page 163: iiser

188

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

3 Electronic fan Regulator Rs.766/- per each

Rs.1532/- per each

4 2 X 18W CFL surface mounted downlighter (Philips Cat No. -PHILIPS FCS105)

Rs. 3298 /- per each

Rs. 6596 /- per each

5 1 X 28W wall mounted light fixture (Philips Cat Each TCH 207/1XTL5-28W/830,840&865

Rs.863 /- per each

Rs.1726 /- per each

6 4 x 14W recess mounted light fixture (Bajaj Cat No.-BTMRA 414 CAT II WH, Philips Cat No. TBS 869 / 414 D8 HF)

Rs.3108/- per each

Rs.6216/- per each

7 1 x 9W CFL surface mounted bulkhead light fixture ( Philips Cat No. FXC 101,WKP 14 / 1X CFL 9W)

Rs. 1202/- per each

Rs. 2404/- per each

8 1 x 14 W wall mounted mirror light fixture ( Philips Cat No. TWG 207/1 X TL5 14W )

Rs.670 /- per each

Rs.1340 /- per each

9 1 x 28W wall mounted mirror light fixture ( Philips Cat No. TWG 207/1 X TL5 28W)

Rs. 847/- per each

Rs. 1694/- per each

10 1 X 28W surface mounted light fixture (Philips Cat No. TCW 097/128 HF)

Rs.3779 /- per each

Rs.7558/- per each

11 1 X 70W Metal halide lamp based wall mounted light fixture ( Philips Cat No. RVP 339 1xCDM-TD 70R )

Rs.4866/- per each

Rs.9732/- per each

12 3 X 24W recess mounted light fixture (Trilux Cat No. LIVENTY 600 OT324 01ELEVENTY)

Rs.20100 /- per each

Rs.40200 /- per each

13 3 x 14W recess mounted light fixture with high frequency dimmable ballast (Trilux Cat No. 3623 RPX/14ED)

Rs.11250 /- per each

Rs.22500 /- per each

14 8 WayTPNDB(Vertical), Double door Rs.9719/- per each

Rs.19438/- per each

15 12 WayTPNDB(Vertical), Double door Rs.11459 /- per each

Rs.22918 /- per each

16 4 Cx10 Sqmm,1.1KV,XLPE, LT Cable Rs.135/- per metre

Rs.270/- per metre

17 3 Cx25 Sqmm,1.1KV,XLPE, LT Cable Rs.164 /- per metre

Rs.328 /- per metre

18 3 Cx16Sqmm,1.1KV,XLPE, LT Cable Rs.126/- per metre

Rs.252/- per metre

Page 164: iiser

189

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

19 2 C x16Sqmm,1.1KV,XLPE, LT Cable Rs.119 /- per metre

Rs.238/- per metre

20 200 mm dia DWC HDPE pipe (OD 200mm / ID 170mm)

Rs.465 /- per metre

Rs.930/-per metre

21 225 mm x 38 mm x 1.6 mm (3 compartment) GI Floor trunking (MK Cat No UMDX 225/3/6,)

Rs.1410 /- per metre

Rs.2820/- per metre

22 Jointing sleeves for connecting raceways Rs.156/- Per each

Rs.312/- per each

23 Vertical access unit for 90 degree (L) bend

Rs.2880 /- per each

Rs.5760/- per each

24 ELFDBPS (-1 LVL ) (Wall Mounted) Rs.57600 /- per each

Rs.115200/- per each

Incoming

a) 1 no. 160 A, 4P MCCB, 25 kA

b) 0-160A ammeter and ammeter selector

switch with 160/5A CTs – 1 set. c) Set of phase indicating lamp (LED

Type) with

2A, SP MCB – 1 set.

Busbar 4 Strip aluminium bus bar of 250 A, 415

V

capacity with heat shrinkable coloured sleeves

complete for withstanding 25 kA fault – 1 set

Outgoing

a) 40 A, 4P MCB, 10 KA – 5 no. b) 25 A, 4P MCB, 10 KA – 1no.

25 UPSFDBPS (ENTRY LVL) (Floor Mounted)

Rs.48155 /- per each

Rs.96310/- per each

Page 165: iiser

190

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Incoming a) 1 no. 160 A, 4P MCCB, 25 kA b) 0-160A ammeter and ammeter

selector

switch with 160/5A CTs – 1 set.

c) Set of phase indicating lamp (LED Type) with

2A, SP MCB – 1 set. Busbar 4 Strip aluminium bus bar of 250 A, 415

V

capacity with heat shrinkable coloured sleeves

complete for withstanding 25 kA fault – 1 set.

Outgoing a) 63 A, 4P MCB, 10 kA – 5 no. b) 40 A, 4P MCB, 10 kA – 3no. c) 32 A, DP MCB, 10 kA – 3no.

26 EPFDBPS (Floor Mounted)(+2lvl) Rs.211515 /- per each

Rs.423030/- per each

Incoming

a) 1 no. 160 A, 4P MCCB, 35 kA b) 0-160A ammeter and ammeter

selector

switch with 160/5A CTs – 1 set.

c) Set of phase indicating lamp (LED Type) with

2A, SP MCB – 1 set.

Busbar 4 Strip aluminium bus bar of 250 A, 415

V

Page 166: iiser

191

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

capacity with heat shrinkable coloured sleeves

complete for withstanding 35 kA fault – 1 set

Outgoing a) 63 A, 4P MCCB, 35 kA – 6 no

27 ELFDBCS (-1LVL)(Wall Mounted) Rs.57600 /- per each

Rs.115200/- per each

Incoming

a) 1 no. 160 A, 4P MCCB, 25 kA b) 0-160A ammeter and ammeter

selector

switch with 160/5A CTs – 1 set.

c) Set of phase indicating lamp (LED Type) with

2A, SP MCB – 1 set. Busbar 4 Strip aluminium bus bar of 250 A, 415

V

capacity with heat shrinkable coloured sleeves

complete for withstanding 25 kA fault – 1 set

Outgoing a) 40 A, 4P MCB, 10 kA – 5 no. b) 25 A, 4P MCB, 10 kA – 1no.

28 EPFDBPS (+1LVL)(Floor Mounted) Rs.269112 /- per each

Rs.538224/- per each

Incoming

a) 1 no. 200 A, 4P MCCB, 35 kA

b) 0-200A ammeter and ammeter selector

Page 167: iiser

192

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

switch with 200/5A CTs – 1 set.

c) Set of phase indicating lamp (LED Type) with

2A, SP MCB – 1 set.

Busbar 4 Strip aluminium bus bar of 300 A, 415

V

capacity with heat shrinkable coloured sleeves

complete for withstanding 25 kA fault – 1 set

Outgoing

a) 100 A, 4P MCCB, 25 kA – 5 no.

b) 63 A, 4P MCCB, 25 kA – 9 no.

c) 40 A, 4P MCCB, 25 kA – 1 no. 29 EPFDBPS +1 level 2 Rs.234179 /-

per each Rs.468358/- per each

Incoming a) 1 no. 200 A, 4P MCCB, 35 kA b) 0-200A ammeter and ammeter

selector

switch with 200/5A CTs – 1 set.

c) Set of phase indicating lamp (LED Type) with

2A, SP MCB – 1 set.

Busbar 4 Strip aluminium bus bar of 300 A, 415

V

capacity with heat shrinkable coloured sleeves

complete for withstanding 35 kA fault – 1 set

Page 168: iiser

193

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Outgoing

a) 63 A, 4P MCCB, 35 kA – 6 no. 30 EPFDBPS +2 LVL (Floor Mounted) Rs.254009 /-

per each Rs.508018/-

per each

Incoming

a) 1 no. 250 A, 4P MCCB, 35 kA b) 0-250A ammeter and ammeter

selector

switch with 250/5A CTs – 1 set.

c) Set of phase indicating lamp (LED Type) with

2A, SP MCB – 1 set.

Busbar

4 Strip aluminium bus bar of 400 A, 415 V

capacity with heat shrinkable coloured sleeves

complete for withstanding 35 kA fault – 1 set

Outgoing

a) 63 A, 4P MCCB, 35 kA – 10 no.

31 ACDBPS (Wing C)(Floor Mounted) Rs.136920 /- per each

Rs.273840/- per each

Incoming

a) 1 no. 200 A, 4P MCCB, 35 kA b) 0-200A ammeter and ammeter

selector

switch with 200/5A CTs – 1 set.

c) Set of phase indicating lamp (LED Type) with

2A, SP MCB – 1 set.

Page 169: iiser

194

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Busbar 4 Strip aluminium bus bar of 300 A, 415

V

capacity with heat shrinkable coloured sleeves

complete for withstanding 25 kA fault – 1 set

Outgoing

a) 125 A, 4P MCCB, 25 kA – 2 no.

b) 40 A, 4P MCCB, 25 kA – 2 no.

c) 32 A, 4P MCCB, 25 kA – 5 no.

SH:XI:- UPS SYSTEM

32 2X200 KVA (parallel redundant) UPS System

Rs.5936239 /- per each

Rs.11872478/- per each

33 362 AH Cadmium battery for 200 KVA UPS

Rs.4676740 /- per each

Rs.9353480/- per each

SH:XV:- HYDRANT SYSTEM

34 900 LPM x 35 M Head, Terrace pump for fire fighting

Rs.65000 /- per each

Rs.130000/- per each

SH:XVII:- FIRE ALARM SYSTEM WORKS

35 2 x 1.5 sq mm shielded and stranded insulated FRLS copper conductor cable

Rs.32 /- per metre

Rs.64/- per metre

SH:XX:- HVAC

Variable Refrigerant Flow (VRF) System

36 64 HP Outdoor unit Rs.1315000 /- per set

Rs.2630000/- per set

37 48 HP Outdoor unit Rs.985000 /- per set

Rs.1970000/- per set

38 36 HP Outdoor unit Rs.745000 /- per set

Rs.1490000/- per set

Page 170: iiser

195

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

39 24 HP Outdoor unit Rs.545000 /- per set

Rs.1090000/- per set

40 0.8 TR Indoor unit Rs.26000 /- per each

Rs.52000/- per each

41 1 TR Indoor unit Rs.28000 /- per each

Rs.56000/- per each

42 'Y' and header refrigerant joints Rs.8250 /- per each

Rs.16500/- per each

43 Centralised system controller Rs.97056 /- per each

Rs.194112/- per each

44 Integrated Data Management Control System

Rs.32462 /- per each

Rs.64924/- per each

Page 171: iiser

196

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

ADDITIONAL CONDITIONS

ELELCTRICAL WORKS

1.0 COMMERCIAL CONDITIONS Only Contractors who fulfill the following requirements shall be engaged for the

Electrical Works.

1.1 Sub Head I - Wiring.

The main contractor should associate contractor who is registered under Class I Electrical category / composite category in CPWD or the firms

OR

Agency having electrical contractor license and experience of satisfactorily completed similar works of value as mentioned below during the last seven years before their date of engagement:

(i) Three similar works each costing not less than Rs. 590 Lakhs

OR

(ii) Two similar works each costing not less than Rs. 884 Lakhs

OR

(iii) One similar work costing not less than Rs. 1179 Lakhs

“Similar work” means “Providing Internal and External Electrical Installations” The value of executed works shall be brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum, calculated from the date of completion up to the date of engagement.

1.2 Sub Head II - CCTV.

The associated firms engaged for this work should fulfil the following eligibility criteria.

Should produce definite proof from appropriate authority which shall be to the satisfaction of competent authority having satisfactorily completed similar works of magnitude specified below during the last 7 years ending as on the date of engagement.

“Similar work” means “SITC of CCTV system”

Page 172: iiser

197

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

The value of executed works shall be brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum, calculated from the date of completion up to the date of engagement.

(i) Three similar works each costing not less than Rs. 103 Lakhs OR

(ii) Two similar works each costing not less than Rs. 155 Lakhs

OR

(iii) One similar work costing not less than Rs. 206 Lakhs

1.3 Sub Head III – Hydrant System & FAS.

The associated firms engaged for this work should fulfill the following eligibility criteria.

Should produce definite proof from appropriate authority which shall be to the satisfaction of competent authority having satisfactorily completed similar works of magnitude specified below during the last 7 years ending as on the date of engagement.

“Similar work” means “SITC of Hydrant system & FAS” The value of executed works shall be brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum, calculated from the date of completion up to the date of engagement.

(i) Three similar works each costing not less than Rs. 41 Lakhs OR

(ii) Two similar works each costing not less than Rs. 62 Lakhs

OR

(iii) One similar work costing not less than Rs. 83 Lakhs

1.4 Sub Work -IV- ( LIFT )

Manufacturers who classified under category A type of lifts.

Page 173: iiser

198

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

1.5 Sub Work – V – (HVAC Works )

The associated firms engaged for this work should fulfill the following eligibility criteria.

Should produce definite proof from appropriate authority which shall be to the satisfaction of competent authority having satisfactorily completed similar works of magnitude specified below during the last 7 years ending as on the date of engagement.

“Similar work” means “SITC of HVAC” The value of executed works shall be brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum, calculated from the date of completion up to the date of engagement.

(i) Three similar works each costing not less than Rs. 449 Lakhs OR

(ii) Two similar works each costing not less than Rs. 673 Lakhs

OR (iii) One similar work costing not less than Rs. 897 Lakhs

1.6 Sub Work – VI- ( UPS System)

The associated firms engaged for this work should fulfill the following eligibility criteria.

Should produce definite proof from appropriate authority which shall be to the satisfaction of competent authority having satisfactorily completed similar works of magnitude specified below during the last 7 years ending as on the date of engagement.

“Similar work” means “SITC of UPS System” The value of executed works shall be brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum, calculated from the date of completion up to the date of engagement.

(i) Three similar works each costing not less than Rs. 132 Lakhs OR

(ii) Two similar works each costing not less than Rs. 198 Lakhs

OR

(iii) One similar work costing not less than Rs. 264 Lakhs

Page 174: iiser

199

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

II. GENERAL CONDITIONS

2.1 The works will be executed to comply with the CPWD Technical Specifications for

Electrical works Part-I Internal (2013), Part II External (1994), Part III Lifts & Escalators (2003), Part-IV Substation (2013), Part-V Wet Riser&Sprinkler System(2006) and with up to date amendments and to confirm to the Indian Electricity Act & rules, BIS& Direction of Engineer-in-charge/PMC.

2.2 The items of work shall be executed as per detailed technical specifications and scheme. In case of contradiction between schedule of work with its Additional Specification and the Technical Specification, the former shall prevail.

2.3 The work shall be executed as per general arrangement drawing including conduit

layout and detailed fabrication drawings duly approved by the Engineer-in-charge. The various items of equipment will be ordered only after the drawings are approved and quantities in detail of various items are ascertained as per actual requirements. Therefore the actual quantities / measurement may vary from the stipulated quantities, which are only estimate.

2.4 The contractor/agency will engage suitable qualified/experienced/ licensed engineering supervisor for the work and suitable skilled personnel with required license for doing the erection work. Required special tools to be operated in the execution of the job.

2.5 The work shall be performed as per the day to day instruction and approval of the engineer-in-charge. All materials/ equipment will be used after taking approval of the Engineer-in-charge/PMC.

2.6 Equipment will be duly inspected in the manufacturer’s works / premises before dispatch to the site, as per instructions of Engineer-in charge/PMC.

2.7 The rates are to be inclusive of all taxes, levies, insurance, freight, octroi etc. except

service tax which will be reimbursed by the department, in full, on presentation of receipted original deposit slip, against the work. Nothing extra will be paid.

2.8 The work will be executed as per the programme of completion of the project. The

delivery & erection schedule of various materials/ equipment will be as per approval of Engineer-in-charge.

2.9 This contract holds the contractor responsible for the entire job as per relevant

CPWD specifications. If any item is left out within the schedule of work but if it is considered essential for the completion of the job, the contractor has to carry out the items as extra substituted item.

2.10 The contractor shall have to make arrangements, at his own risk and cost, for

transportation of materials from the point of issue of stores to site of work, if any.

Page 175: iiser

200

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

2.11 The contractor shall ensure that the staff employed by him for execution of the electrical work, possess the valid electrical license issued by competent authority. The contractor shall be fully responsible for all the consequences arising due to the default of the contractor in not complying with the above condition.

2.12 All concealed work and earthing shall be done in the presence of the Engineer-in-

charge or his authorized representative as per approved shop drawings prepared by contractor.

2.13 The schematic diagram/dimensional drawings of the various electrical cubical panels

shall be got approved from the Engineer-in-charge before fabrication and shall comply with CPWD specifications and Indian Electricity Rules. The panels shall conform to IS: 8623/1993. All panels shall be powder coated inside and outside, in shade approved by the Engineer-in-charge.

2.14 Model of modular accessories among the approved makes required for the work

shall be got approved from the Engineer-in-charge. The base plate shall be preferably in sheet steel or otherwise in unbreakable polycarbonate. The cover plates shall be screw less type and of shade approved by the Engineer-in-charge. The GI box shall be of the same make as the modular accessories.

2.15 Contractor shall have to check the site order Book for any instructions of

PMC/Engineer-in-charge or his authorized representative and sign the site order book. He shall be bound to ensure compliance with the instructions recorded there in.

2.16 All panels/DBs/SDBs shall be suitable for 45ºC ambient temperature.

2.17 The MCCB/MCB shall be of the same make as that of DBs/SDBs. Contractor shall

obtain approval of the Engineer-in-charge before procurement of MCB DB’s. All DB’s shall be double door type confirming to minimum IP-43 degree of protection.

Miniature Circuit Breaker shall comply with IS –8828-1996 / IEC 898.Miniature Circuit Breakers shall be quick make and break type for 230 / 415 V A.C. ,50Hz application with magnetic thermal release for over current and short circuit protection. The breaking capacity shall not be less than 10KA at 415V A.C. The MCB shall be DIN mounted. The MCB shall be current limiting type (class – 3).

MCB shall be classified (B, C, D ref. IS standard) as per their tripping characteristics curves defined by the manufacturer The MCB shall have the minimum power loss (watts) per pole defined as per the IS / IEC and the manufacturer shall display the values.

2.18 All the MCCB’s shall have microprocessor based trip unit for reliable protection and accurate measurement. The rated Service breaking capacity (kArms) shall be 100% of Ultimate breaking capacity (kArms). All MCCB’s shall be current limiting type with features as per relevant IS codes and CPWD specification. All MCCB’s shall be rated for minimum operating voltage of 690 V and minimum insulation voltage of 750 V. There has to be total discrimination between the incoming and outgoing MCCB’s and

Page 176: iiser

201

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

MCB’s, as required, at the MDB’s and DB’s level. MCCB’s shall be used with rotary handle and terminal spreaders and all terminals

shall be shrouded to avoid direct contact.

All measuring CT’s, unless otherwise specified shall be cast resin CT’s with class 0.5 accuracy. All digital measuring meter shall be with class o.5 accuracy unless specified otherwise.

Mechanical Castle key interlock shall be provided among the incomer MCCB’s, wherever, as applicable, two different incomer sources are provided in the panel as per the directions of the Engineer in charge. The same is deemed included in the scope of work.

All measuring and indicating instruments shall be protected through MCB’s of 0.5 Amps rating and isolating switches.

2.19 General arrangement drawing of the switchboard shall be got approved by PMC/ the Engineer-in-Charge before commencement of manufacturing.

2.20 Conduit layout as per switching arrangement shall be prepared by contractor and got approved from the Engineer-in-Charge before slab casting. At all expansion joints in the building suitable arrangement shall be ensured during conduiting.

2.21 Ratings, sizes and quantities shall be checked and considered for satisfactory operation of electrical system complete in all respect. Ratings, sizes and quantities mentioned in Bill of Quantities and drawings are indicative and minimum.

2.22 Conduits, Switchboards, Sockets to be provided on walls shall be recessed type unless specifically approved by Engineer-In-Charge.

2.23 Conduits on ceiling in existing system may be provided on surface and in new construction shall be recessed type.

2.24 Breaker shall have LCD display to show the metering and protection parameters.

2.25 The Lift & Escalator manufacturer shall ensure that all basic equipment like Drive units, Car body & Doors, Ropes, Controllers, Guide rails, Balustrade, Steps etc are sourced from their manufacturing facilities/ vendors in India or abroad. The material shall be of best quality and shall be offered for inspection before dispatch from the manufacturing facilities, as per contract condition.

2.26 The firm shall deploy only licensed personnel as required under IE Rules, for execution of the electrical works. The firm shall be liable to submit the list of such personnel along with the attested copy of the licenses at the time of execution.

2.27 It is important that every equipment is tested fully before dispatch and brought to site of work.

Page 177: iiser

202

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

2.28 All materials for the work shall be supplied from approved list of manufacturer and any item, not covered in approved list, shall be supplied after getting approval from PMC/ Engineer- in-charge or his authorized representative.

2.29 Any materials brought for work which is not matching with specification will be rejected and the rejected materials shall be removed from site on the same day.

2.30 All fees payable to Electricity Board and Electrical Inspectorate and other local bodies shall be paid by the contractors and the same shall be reimbursed by department on production of documentary evidence.

2.31 Contractor shall obtain necessary permits/approvals from Competent Authority before commencement of work. All documents/drawings required for such permits/approvals shall be prepared by the contractor.

2.32 Test certificates both type test and routine tests wherever required shall be furnished along with supply of all Electrical/Mechanical items.

2.33 Testing/Measuring/Equipments

a) The agency shall have the following testing/measuring equipment in addition to standard tools.

i) Insulation Tester, 500V, 1000V, 5000V ii) Earth tester with kit- 0-10,100 ohms with selector switch iii) Tong tester with (1) Ammeter 0-800 A with different ranges and selector

switch. iv) Voltmeter 0-300V/600V with different ranges and selector switches. v) Phase sequence tester vi) Multimeter/Avometer(Digital type)- measure 0-10/100 mV, mA, ohm,

Kilo ohm resistance. vii) Frequency meter 45 to 55 Hz. viii) Lux meter to measure upto 2000 lux with selector switches. ix) Micrometer(digital) x) Vernier Caliper(digital)

2.34 The contractor shall submit following detail shop/fabrication/layout drawings,

datasheets and calculations.

(i) Internal Electrical Works Conduit layout with number of wires in each conduit, circuit. Phase balancing calculation DB, SDB load calculation Cable and sub main wire sizing Conduit layout and wiring diagram with equipment layout drawing for

LAN, EPABX, PA, Projection and digital light control, stage lighting, conference system, etc.

Electrical, UPS, Server, CCTV Room sizing

Page 178: iiser

203

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

(ii) Equipment datasheet, Catalogue and GA drawing MDB Floor DB SDB Light Fittings Wires and cables Switches and sockets Conduit, Junction box Lux level calculation Bus duct and light fitting fixing arrangement Earthing and lightening protection Layout EPABX System,Data communication, PA, Projection, CCTV, digital light

control, conference system, etc. and other Low voltage equipment (iii) External Illumination Works

External lighting layout Circuiting and phase balancing of external illumination scheme Power feeding arrangement Lux level calculation based on final lighting fitting Datasheet and catalogue of light fittings Datasheet, catalogue structural calculation and GA /foundation drawings

(iv) Six Set of copies of installation, operation and maintenance manuals, descriptive bulletins etc., shall be furnished prior to / at the time of despatch of all materials. Manuals shall include the following aspects:

Outline dimension drawing showing relevant cross sectional views, earthing details and constructional features including foundation drawing.

Rated voltage, current, duty cycle and all other technical information which may be necessary for correct operation of the switchgear.

Storage details for prolonged duration. Unpacking. Handling at site. Erection Pre-commissioning test. Operating procedure. Maintenance procedures. Precaution to be taken during operation and maintenance work. List of spares for two years trouble free operation.

Note: For complete execution and satisfactory performance of installation, drawings / documents for all items whether or not mentioned above shall be submitted for approval.

Page 179: iiser

204

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

2.35 Test Certificates

i) Type/Routine test certificate for all types of equipment, cables, etc. included in the order/contract.

ii) Specified number of copies of the approved test certificates shall be furnished to the Engineer-in-Charge before dispatch of all materials / equipment and cables, etc.

iii) On completion of work the contractor shall submit six sets of all drawings, manuals and test certificates, etc. for all equipment / materials ordered and as specified by the Engineer-in-Charge.

Page 180: iiser

205

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

III. PART I - ELECTRICAL WORKS (INTERNAL)

3.1 LIGHT FITTING AND ACCESSORIES SCOPE

This specification covers the design, material specification, manufacture, testing, inspection and delivery to site and installation & commissioning of lighting fittings and their associated accessories.

STANDARDS The lighting fittings and their associated accessories such as lamps/tubes, reflectors,

housings, ballasts, etc. shall comply with the latest applicable standards as specified. Where no standards are available, the supply items shall be backed by test results shall be of good quality and workmanship & any supply items which are bought by the VENDOR shall be procured from approved manufacturers acceptable to the Engineer-in-charge.

LIGHTING FITTINGS - GENERAL REQUIREMENTS (i) Fittings shall be designed for continuous trouble free operation under atmospheric

conditions without reduction in lamp life or without deterioration of materials and internal wiring. The fittings shall be designed so as to facilitate easy maintenance, including cleaning, replacement of lamps/starters etc. Outdoor fittings shall be weather-proof and rain-proof type.

(ii) Connections between different components shall be made secured in such a way that they shall not work loose by small vibration or loose contacts.

(iii) The VENDOR shall furnish the utilization factor for each type of lighting fitting to indicate the proportion of the light emitted by the bare lamps which falls on the working plane.

(iv) All fittings shall be supplied complete with lamps suitable for operation on a supply voltage and the variation in supply voltage.

(v) The fittings and accessories shall be designed to have low temperature rise. The temperature rise above the ambient temperature shall be as indicated in the relevant standards.

(vi) All mercury vapour and sodium vapour lamp fittings shall be complete with accessories like lamps, ballasts, power factor improvement capacitors, starters wherever applicable, etc. These shall be mounted as far as possible in the fitting assembly only. If these cannot be accommodated inside, then a separate metal enclosed box shall be included to accommodate the accessories and in addition with a fuse and a terminal block suitable for loop-in, loop-out connections. Outdoor type fittings shall be provided with outdoor type weather-proof box.

Page 181: iiser

206

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

(vii) All fluorescent lamp fittings shall be complete with all accessories like ballasts, power factor improvement capacitors, lamps, starters and capacitors for correction of stroboscopic effect.

(viii) Each fitting shall have a terminal block suitable for loop-in, loop-out and T-off connection by 650/1100V, 3 core, PVC insulated Copper conductor cable of 1.5 sq.mm in size unless otherwise specified in schedule. The internal wiring shall be completed by the MANUFACTURER by means of stranded copper wire and terminated on the terminal block.

(ix) The mounting facility and conduit knock-outs for the fixtures shall be as specified.

(x) All hardware used in the luminaire shall be suitably plated or anodized and passivated for use in chemical industrial and power plants.

EARTHING (i) Each lighting fitting shall be provided with an earthing terminal suitable for

connection to the earthing conductor.

(ii) All metal or metal enclosed parts of the housing shall be bounded and connected to the earthing terminal so as to ensure satisfactory earthing continuity throughout the fixture.

PAINTING/FINISH (i) All surfaces of the fittings shall be thoroughly cleaned and degreased. The fittings

shall be free from scale, rust, sharp edges and burrs.

(ii) When enamel finish is specified, it shall have a minimum thickness of 2 microns for outside surface and 1.5 microns for inside surface. The finish shall be non-porous and free from blemishes, blisters and fading.

(iii) The finish of the fittings shall be such that no bright spots are produced either by direct light source or by reflection.

3.2 CABLE MANAGEMENT SYSTEM - WALL AND FLOOR

WALL MOUNTED CABLE TRUNKING

(i) Supply, installation, testing and commissioning of cable trunking system above and below working plane to distribute Power, Data and Telecom cables. The system shall comply with all relevant sections of the 16th edition of IEE wiring regulations and shall be CAT 6 compliant.

(ii) System shall be non-corrosive and shall have excellent resistance to mineral acids, alkalis and detergents.

Page 182: iiser

207

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

(iii) Cable trunking system shall have provision to accept mounting boxes that snap fit in to the profile.

Colour: Ivory Material U-PVC

UNDER FLOOR CABLE TRUNKING

(i) Cable trunking shall be made up of Continuously Hot Dipped, Pre Galvanized metal

coated steel sheet of 275 GSM.

(ii) Material Specification as per BS 2989 British Standards (Equivalent Indian Standards IS 277-2003)

(iii) Specially treated corrosion proof rectangular profiles for high tensile strength.Maximum Tensile Strength of 500N/m2.

(iv) Rectangular formed with top & bottom plates double folded and spot welded together to the full height of Track to provide the required rigidity and at the same time to prevent seepage of concrete or screed water.

(v) Aluminum painting covers at all the welding spots to avoid corrosion.

(vi) Corrosion resistance test complying IS 3854:1997

(vii) Standard Thickness – 1.6mm, Standard Length – 2.5 meters,

ACCESS OUTLET

(i) Access Outlets shall be made of very high quality materials to withstand heavy load and corrosion. Manufactured from high-pressure die cast material for strength & durability.

(ii) The trap frame & trap shall made of flame retardant material and Trap Frame can be easily removed by pulling either one of the Nylon Bars to detach & remove the unit for servicing or installation of accessories to save installation & servicing time.

(iii) Patented screw less ratchet bar level adjusting system to match with screed / floor height. The trap lid shall be self-adjustable to any floor finish thickness. Trap cover shall be reinforced with a 2.5mm thick pre-galvanized steel plate to provide rigidity & added strength. Trap lid to have a screw less knob-hinged design for quick mounting on to the frame requiring minimum maintenance.

(iv) The Trap cover must have 8mm recessed for installation of carpet and tiles. Trap trim design to protect carpet from damages and give the floor area added aesthetics.

Page 183: iiser

208

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

(v) Trap lid shall be made of Electrostatic Polyester Epoxy Coating to provide excellent and enhanced protection on visible parts against chemical or saline corrosion.

(vi) Strong and durable trap lifting handle on the trap cover is made of similar color material and has special design for easy lifting.

(vii) Cables are guided by Cable Retainers through cable outlet which open automatically and lock into position when cables are present.

(viii) Trap cover of Access box shall be retained by Cable Grommets with high quality durable foam to prevent the cable damage from exit position & also prevent ingress of dust when closed. Access Outlet shall carry service plates for providing services i.e.: Power, Data & Telecom.

(ix) The system must accommodate and have three compartments to run Mains Voltage & Extra Low Voltage cables. The system must have Positive Double Earthing connections.

(x) Earth wire connector shall be provided in all the boxes, and complies with the requirement of current IEE regulation. The complete system must have excellent protection against rust(material Coating: 275GSM) and load bearing Capacity: 5000N as per pr EN50085 -2-2.Four side blanks are made with removable perforations to suit ducts installation.

CROSSOVERS

(i) Crossovers are made of very high quality materials to withstand heavy load and corrosion. Manufactured from high-pressure die cast material for strength & durability.

(ii) The trap lid is self-adjustable to any floor finish thickness using the leveling screws on all the four corners.

(iii) The Trap cover is made of 2.5mm thick pre-galvanized steel plate to provide rigidity & added strength. The Trap covers to have flexibility for quick mounting on to the base box requiring minimum maintenance. The Trap cover must have 8mm recessed for installation of carpet and tiles.

(iv) The Cross Over shall have provision to Power, Data & Telecom services. The system must accommodate to run Mains Voltage & Extra Low Voltage cables. The trap cover screws must be made from Stainless Steel for extra protection. The system must have Positive Double Earthing connections. Earth wire connector shall be provided in all the boxes, and complies with the requirement of current IEE regulation. The complete system must have excellent protection against rust.

(v) Four side blanks are made with removable perforations to suit ducts installation of up to 38-mm height. The one-piece base frame design ensures minimum openings to prevent concrete seepage into the box during casting of concrete or screening.

(vi) The system must comply with the relevant specification & IEC 61084 standards.

Page 184: iiser

209

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

3.3 LT SWITCHGEAR PANEL

SCOPE This specification covers manufacture, assembly factory test, supply, delivery, field test and installation of L.T. Switchgear panel of voltage not exceeding 1000 V AC complete in all respect with all equipment fittings and accessories for efficient and trouble free operation as required here under.

CODES & STANDARDS The design, construction, manufacture and performance of equipment shall conform to latest applicable standards and comply with all currently applicable statutes, regulations and safety codes in the locality where the equipment shall be installed. Nothing in this specification shall be construed to relieve the BIDDER of this responsibility.

Equipment shall conform to the latest applicable Standards as mentioned. In case of conflict between the Standards and this specification, this specification shall override.

IS:13947 (Part 2&5), 1993 -Low voltage switchgear & control gears IS:2147, 1966-Degree of protection IS:13947 (Part 4, Sec.I),1993 BS:60947-4-1, 1992:IEC:158-Contactor for voltage not exceeding 1000V AC. IS:375, 1993-Marking and arrangement of bus bars IS:694, 1990 & IS:8130, 1984-PVC Insulated cables and aluminium conductor IS:1248,1991-Direct acting electrical indicating instruments IS:13703, 1991 -Low voltage fuses IS:13118 (All parts), 1991 -Alternating current circuit breakers IS:2705 (Part 1 to 4), 1992-Current transformers IS:3156 (Part 1 to 3), 1992-Voltage transformers

POWER SUPPLY SYSTEM The incomer power supply shall be 415V, 3 phase, 4 wire, 50 Hz, effectively earthed AC system. The fault level for the switchgear shall be as indicated in BOQ and drawings.

Variation of voltage and frequency from their rated values shall be as per IE rules.

AMBIENT CONDITIONS The following site conditions shall be considered for the design of panels:

Reference temperature : 45C

Page 185: iiser

210

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

SHEET METAL WORK The switchgear frame shall be fabricated using suitable mild steel structural sections or pressed and shaped cold rolled sheet steel of thickness not less than 2.0 mm & all cable gland plate steel of thickness not less than 3.00 mm.

Frames shall be enclosed by sheet steel of thickness not less than 2 mm cold rolled, smoothly finished, levelled, and free from flaws. Doors and covers shall be made of sheet steel of thickness not less than 1.6mm cold rolled. Angle iron Stiffeners shall be provided wherever necessary.

All panel edges and door edges shall be reinforced against distortion by rolling, bending or by the addition of welded reinforcement members.

Cut-outs shall be true in shape and avoidsharp edges.

The complete structure shall be rigid, self-supporting, free from vibration, twists and bends.

PAINTING All sheet steel work shall be phosphated in accordance with the following procedure and in accordance with applicable standards

Oil, grease and dust shall be thoroughly removed by hot emulsion cleaning.

Rust and scale shall be removed by pickling with dilute acid followed by washing with running water, rinsing with slightly alkaline hot water and drying.

After phosphating, thorough rinsing shall be carried out with clean water, followed by final rinsing with dilute dichromate solution and oven drying.

A smooth coat of powder coating of minimum 70 micron to be provided of approved colour.

Finished painted appearance of equipment shall present an aesthetically pleasing appearance like Siemens grey, free from dents and uneven surfaces.

CONSTRUCTIONAL FEATURES Switchgear panel shall be:

a) of the metal enclosed, indoor, floor mounted modular type b) made up of the requisite vertical sections c) of dust and vermin proof construction d) Provided with a degree of protection of IP-42 for indoor panels and IP 54 for

outdoor feeder pillar. e) Easily extendable on both sides by the addition of vertical sections after removing

the end covers. f) Provided with a metal sill frame made of structural steel channel section properly

drilled for mounting the Switchgear along with necessary mounting hardware. Hardware shall be zinc plated and passivated.

g) With labels on the front indicating the switchgear designation.

Page 186: iiser

211

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

h) Of uniform height of not more than 2400mm and operating handle of the highest unit shall be at a height not more than 1.7 mtr.

i) of single front execution j) Provided with self-adhesive PU foam type/neoprene gaskets all-round the

perimeter of adjacent panels, panel and base frame, removable covers and doors.

k) Provided with aluminum bus bars running at the top, as required, all along the length of the switchgear in a separate sheet steel enclosure.

l) Feeder pillars/kiosk shall be fabricated from 2.00 mm thick CRCA steel and conform to IP: 54 degree of protection.

Operating devices shall be incorporated only in the front of the Switchgear.

The switchgear shall be provided in distinct vertical sections each comprising:

a) A completely metal enclosed bus bar compartment running horizontally. b) Individual feeder modules arranged in multi-tier formation. It is essential that the

modules are integral multiples of the basic unit size to provide for flexibility in changes, if any, at site.

c) Enclosed vertical bus bars serving all modules in the vertical section. For safety isolation of the vertical bus bars, insulating barrier with cut-outs shall be provided to allow the power stab contacts to engage with vertical bus bars.

d) The cable alley shall be of adequate size. e) A horizontal separate enclosure for all auxiliary power and control buses, as

required, shall be located so as to enable easy identification, maintenance and segregation from the main power buses. Tap-off connections from these buses shall be arranged separately for each vertical section.

f) Each outgoing feeder compartment having 3 P MCCB shall have neutral link of suitable rating at the MCCB compartment. Each vertical section shall be equipped with space heaters with thermostat and CFL lamp with power socket.

One metal sheet shall be provided between two adjacent vertical sections running to the full height of the switchgear except for the horizontal bus bar compartment. However, each shipping section shall have metal sheets at both ends.

All equipment associated with a single circuit shall be housed in a separate module compartment of the vertical section. The compartment shall be sheet steel enclosed on all sides and the rear, with the withdraw able units in position or removed, except on the cable alley side. A plate cover with a slot to permit wiring connections shall be provided on the side corresponding to the cable alley. The front of the compartment shall be provided with a hinged door.

For draw out type, ACB modules, only the handles of control and selector switches, push buttons, knobs and cut-outs for lamps and meters shall be arranged on the front doors of the respective compartments to permit operation without opening the door. On circuit breaker controlled circuits, protective relays shall be mounted on the front door of the compartment. All other equipment pertaining to a circuit shall be mounted on the withdrawable chassis. All cut-outs shall be provided with gaskets for the purpose

Page 187: iiser

212

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

of dust-proofing. Control circuit must have separate compartment and separated from power circuit.

Current transformers shall be mounted with suitable base and shall not be directly mounted on the buses. Current transformers on circuit breaker controlled circuits shall be mounted on the fixed portion of the compartment.

In breaker compartments, suitable barriers shall be placed between circuit breakers and all control, protective and indication circuit equipment including instrument transformers. External cable connections shall be carried out in separate cable compartments for power and control cables.

The withdrawal chassis shall move on suitable guides and on suitably plated steel or stainless steel rollers or balls to facilitate easy withdrawal.

Cable alleys shall be provided with suitable hinged doors. Adequate number of slotted cable support arms shall be provided for dressing the cables.

All doors shall be provided with concealed type hinges and captive screws with locking arrangement and suitably earthed with 2.5 sq. mm copper conductor flexible cable.

The withdraw able chassis housing circuit breakers shall be of the fully draw out type.

The withdraw able chassis housing feeder control and motor control equipment not incorporating circuit breakers shall be of the fully-draw out, or fixed type.

Interchange ability All identical equipment and corresponding parts including chassis of draw out modules of the same size shall be fully interchangeable, without having to carry out modifications. For trouble free interchange ability, the draw out arrangements shall be designed such that normal dimensional variations are taken care of by self-aligning feature of the modules.

Components and equipment that are not fully interchangeable are liable for rejection. BIDDER shall replace all such equipment by fully interchangeable equipment at his cost.

The draw-out contacts shall be only between copper/copper alloy faces, which are silver or tinplated.

Switchgear shall be designed in such a way that all component equipment and bus-bars operate satisfactorily without exceeding their respective maximum permissible rise in temperature under ambient temperature conditions prevailing within the switchgear cubicle, with reference ambient temperature outside the switchgear cubicles.

All dummy cubicles necessary to meet the requirements of this specification shall be included in the Bidder’s scope.

Page 188: iiser

213

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

No equipment/devices associated with a particular circuit shall be mounted in any other circuit module.

MAIN BUSES & TAPE Switchgear shall be provided with three phase bus bars and neutral.

Bus bars shall be of uniform cross section throughout the length of the switchgear

The bus bars shall be made of high conductivity electrolytic Aluminium, suitable to withstand a fault current as specified in BOQ and SLD.

Bus bars shall be provided with at least the minimum clearances in air as per applicable standards for a 500V, 3 phase, 4 wire system.

All bus-bars, bus-taps shall be insulated with close fitting sleeve of hard, smooth, dust and dirt free plastic insulation of high dielectric strength (450 V/mm) to provide a permanent high dielectric non-ageing and non-tracking protection; impervious to water, tropical conditions and fungi. The insulation shall be non-inflammable and self-extinguishing and in fast colours to indicate phases. The dielectric strength and properties shall hold good for the permissible temperature rise.

Bus bar shall be adequately supported and braced to withstand the stresses due to the specified short circuit currents for the associated switchgear. Bus bar supports shall be made of glass reinforced moulded plastic material (DMC/SMC).

Separate supports shall be provided for each phase of the bus bars. If a common support is provided for all three phases, antitracking barriers shall be incorporated.

Bus bar joints shall be complete with high tensile steel bolts, washers and nuts. Bus bars shall be thoroughly cleaned at the joint locations and suitable contact grease shall be applied just before making a joint.

Auxiliary Buses

Auxiliary buses for control power supply, space heater power supply or any other specified service shall be provided. These buses shall be insulated, adequately supported and sized to suit specific requirements. The material of control power supply buses shall be electrolytic copper. The material for space heater power supply buses shall be same as that for the main power buses. Supply transformer(s), auxiliary bus bars and necessary connections to the supply transformers and associated circuits shall be in the Bidder’s scope.

AIR CIRCUIT BREAKERS (ACBS) The ACBs shall comply to IEC 60947 Part I & II and IS 13947 II and shall be suitable for operation on 415 Volts, 50 Hz 3 Phase system.

The breaker shall comply with Isolation function requirements of IEC 60947, Part-II, section 7.1.2 and shall be clearly marked as “Suitable for Isolation/ Disconnection” to ensure safety of operating personnel. The ACB shall have rated operational voltage =

Page 189: iiser

214

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

440 V, rated insulation voltage = 1000 V and rated impulse withstand voltage = 12/8 KV and utilization category ‘B’.

3.3.11 Circuit Breakers Circuit breaker shall be:

of the air break type of the shunt trip type Provided with mechanically operated targets to show 'Open', `Closed', `Service'

and `Test' positions of the circuit breaker. Provided with mechanically operated, red `trip' push button, shrouded to prevent

accidental operation. Provided with locking facilities in the `Service', `Test', and `Isolated', positions.

In test position the breaker shall be tested without energising the power circuits. The breaker shall remain fully housed inside the compartment in the test position.

Provided with minimum 2 NO and 2 NC potential free auxiliary contacts, rated 10A at 240V A.C. and 1A (inductive breaking) at 220 V DC or as per requirement.

The cubicle compartment of the ACB in the LT panel shall be provided with `red', `green' and `amber' indicating lamps to show `closed', `open' and `Auto-trip' conditions of the circuit breaker when breaker operation is controlled by a control switch.

The ACB panel shall be provided with mechanical indicator (ready to close) on the front facia to facilitate safety of the operator before closing the ACB.

Circuit breakers shall be provided with the following interlocks. It shall not be possible to plug-in a closed circuit breaker, or to draw out a circuit

breaker in the closed position. It shall not be possible to operate a circuit breaker unless it is in the fully

plugged-in, test, or fully isolated position. Circuit breaker closing and trip coils shall be rated for satisfactory operation on a

control supply system indicated of 240V AC. Closing and trip coil shall operate satisfactorily under the following conditions of

supply voltage variation: Closing coils-85% to 110% of rated voltage Trip coils - 70% to 110% of rated voltage (Continuous rated coil)

3.3.12 Operating Mechanism The spring charging motor shall be rated at 240V AC. The closing action of the circuit breaker shall charge the tripping spring ready for

tripping. Speed of closing of contacts shall be independent of the speed with which the

handle is operated. All stored energy mechanisms shall be provided with mechanical indicators to

show the 'charged' and 'discharged' conditions of the spring. Circuit breakers provided with stored energy operating mechanisms shall be

provided with the following interlocks. The circuit breaker shall not close unless the spring is fully charged.

Page 190: iiser

215

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Shocks, vibrations, or failure of springs shall not operate the breaker or prevent intended tripping.

Mechanical contact wear indicator shall be mounted directly on the moving contacts to indicate the degree of erosion of the contacts.

3.3.13 Protection coordination The Microprocessor based release shall be an integral part of ACB provided on circuit breaker for short circuit, over load, instantaneous and earth fault protection with adjustable current & time settings along with LCD display for displaying of instantaneous value of 3 phases, neutral currents.

The release shall incorporate microprocessor to offer accurate, faster and versatile protection with complete flexibility and shall offer complete over current protection to the electrical system in the following zones.

i) Overload or long time protection with adjustable time delay ii) Short circuit or short time protection with adjustable time delay. iii) Instantaneous protection with no intentional delay. iv) Ground fault protection with time delay. v) Release shall have facility of online changing of current and overload setting.

The microprocessor based trip units shall be provided with following features also:-

1. Designed to withstand tough industrial environments i.e. high ambient temperatures, switching surges, electromagnetic interferences.

2. Reliably self-powered by built in current transformers. 3. LED display indication of each of over load, short circuit and earth fault. 4. Testing of release shall be possible without tripping the breaker through

integrated test button which shall check the healthiness of trip unit electronics and associated CT circuits without tripping the breakers.

5. LED alarm display for microprocessor fault. All ACB’s must be rated ambient temp 50C.

The short circuit breaking capacity and operation of ACB shall be supported by test certificates of neutral independent authority (CPRI / ERDA)

MOULDED CASE CIRCUIT BREAKER The Moulded case circuit breaker (MCCB) shall conform to latest IEC-60 947-2/ IS13947- 2. The circuit breaker shall comply with the isolation function requirement of IEC 60 947-2 section 7.1.2 to marked as suitable for isolation/ disconnection to facilitate safety of operating personnel while the breaker is in use.

Moulded case circuit breakers shall be fixed type, microprocessor release having adjustable O/L & S/C settings with trip-free, manually closing mechanism, accommodated in a Moulded housing of robust and vermin-proof construction matching with switchboards. All MCCBs shall be designed and tested to IS - 13947 Part II to breakers shall be provided with an inverse time delay electronic over current trip device. The trip device shall be direct acting.

Page 191: iiser

216

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

The MCCB shall have rated operating voltage = 690V with min. Insulation voltage = 750V and rated impulse withstand voltage = 8KV.

MCCB shall be provided with Class II insulation between front cover & internal power circuits to avoid any accidental contact with live current carrying path with the front cover open.

The tripping devices shall be ambient temperature compensated type. The insulating case and cover shall be made of high strength heat resistant and flame retardant thermosetting insulating material.

They shall have line load reversibility. 3-phase breakers shall be designed to break all the poles simultaneously and they shall have a single mechanism.

They shall have auxiliaries and accessories whenever required for signalling, interlocking, shunt trips, under voltage release, castle lock, etc.

All the circuit breakers used shall have guaranteed breaking capacities sufficient for the maximum short circuit duties that could possibly be imposed on the different breakers. The MCCBs fixed in main switchboard shall have breaking capacity as indicated in BOQ & SLD.

MCCB shall have Ics=Icu for the entire range as per BOQ and rated at ambient 50°C.

The short circuit breaking capacity and operation of MCCB shall be supported by test certificates of neutral independent authority (CPRI / ERDA).

MCCB’s shall be used with rotary handle and terminal spreaders, phase barrier and all terminals shall be shrouded to avoid direct contact.

MINIATURE CIRCUIT BREAKERS (MCB) MCBs shall be hand operated, air break, quick make, quick break type conforming to applicable standards.

MCB shall be provided with overload/short-circuit protective device for protection under overload and short-circuit conditions. The minimum breaking capacity of MCBs shall be 10 kA r.m.s. at 415V AC. It shall comply to Class III energy limiting class.

MCB shall comply with IS – 8828 – 1996/IEC 898. MCB shall have minimum power loss (watts) per pole defined as per IS/IEC and the manufacturer shall publish the values.

The MCB housing shall be heat resistant and heavy a high impact strength. The terminal shall be protected against finger contact to IP 20 degree of protection.

3.3.16 Measuring Instruments, Metering & Protection 3.3.16.1 General

Direct reading electrical instruments shall be in conformity with IS-1248. The accuracy of all measuring instruments shall be as specified in the BOQ. The errors due to variations in temperature shall be limited to a minimum. The meter shall be suitable for continuous operation between-10 degree Centigrade to + 50 degree Centigrade.

Page 192: iiser

217

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

All meters shall be of flush mounting type of 96mm square pattern. The meter shall be enclosed in a dust tight housing. The housing shall be of steel or phenolic mould. The design and manufacture of the meters shall ensure the prevention of fogging of instruments glass. Instruments meters shall be sealed in such a way that access to the measuring element and to the accessories within the case shall not be possible without removal of the seal.

The specifications herein after laid down shall also cover all the meters, instrument and protective devices required for the electrical work. The ratings type and quantity of meters, instruments and protective devices shall be as per BOQ.

3.3.16.2 Digital Ammeters Ammeters shall be digital type 7 segment LED display. The ammeters shall be capable of carrying sustained overloads during fault conditions without damage or loss of accuracy.

3.3.16.3 Digital Voltmeters Voltmeter shall be digital type 7 segment LED display. The voltmeter shall be provided with MCB of suitable capacity.

3.3.16.4 Multi-Function Meter It shall be suitable for measuring, saving and supervision of electrical parameters in low and medium voltage mains.

The Meter shall have following Features.

Clear LCD Display

Visualization of all the three phase grid parameters along with Min/Max/Measured/average.

The meter shall have communication port of RS 485 and shall be compatible with SCADA System.

It shall come along with the software for data acquisition.

It shall be compatible with PLC.

The accuracy class shall not be more than 0.5%

3.3.16.5 Current Transformers Current transformers shall be in conformity with IS: 2705 (part I,II& III) in all

respects. All current transformers used for medium voltage applications shall be rated for 1kv. Current transformers shall have rated primary current, rated burden and class of accuracy as required. However, the rated secondary current shall be 5A unless otherwise specified.

Current transformers shall be capable of withstanding without damage, magnetic and thermal stresses due to short circuit fault of the system. Terminals of the current transformers shall be marked permanently for easy identification of poles. Separate

Page 193: iiser

218

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

CT shall be provided for measuring instruments and protection relays. Each C.T. shall be provided with rating plate.

Current transformers shall be mounted such that they are easily accessible for inspection, maintenance and replacement. The wiring for CT’s shall be done with minimum 2.5 sq. mm copper conductor, ZHFR wires with proper termination lugs and wiring shall be bunched with cable straps and fixed to the panel structure in a neat manner.

3.3.17 Miscellaneous Control switches shall be of the heavy duty rotary type with escutcheon plates clearly marked to show the operating position. They shall be semi-flush mounting with only the front plate and operating handle projecting.

Indicating lamps shall be of the LED type.

Push buttons shall be of the momentary contact, push to actuate type fitted with self-reset contacts & provided with integral escutcheon plates marked with its functions.

3.3.18 Cable Terminations Cable entries and terminals shall be provided in the Distribution Boards to suit the number, type and size of aluminium conductor power cables and copper conductor control cable specified.

Provision shall be made for top or bottom entry of cables as required. Generous size of cabling chambers shall be provided, with the position of cable gland and terminals such that cables can be easily and safely terminated.

Barriers or shrouds shall be provided to permit safe working at the terminals of one circuit without accidentally touching that of another live circuit.

Cable risers shall be adequately supported to withstand the effects of rated short circuit currents without damage and without causing secondary faults.

3.3.19 Labels Labels shall be anodised aluminium with white engraving on black background shall be provided for each incoming and outgoing feeder of Distribution Boards. Labels shall be properly secured with fasteners.

3.3.20 Test At Manufactures Work All routine tests specified in IS: 8623-1977 shall be carried out and test certificates produced to the Department.

Type test for one LT panel as per department’s choice shall be arranged by the contractor which shall be witnessed by department officials/authorised agency. Nothing extra shall be paid for this type test.

Page 194: iiser

219

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

3.3.21 Testing and Commissioning Commissioning checks and tests shall be included all wiring checks and checking up of connections. Primary/secondary injection tests for the relays adjustment/setting shall be done before commissioning in addition to routine meggar test. Checks and tests shall include the following.

a) Operation checks and lubrication of all moving parts. b) Interlocking function check. c) Continuity checks of wires, fuses etc. as required. d) Insulation test: Testing shall be as per CPWD specification. e) Trip tests & protection gear test.

PUSH BUTTONS Push buttons shall be:

• Of the momentary contact, push to actuate type rated to carry 10A at 240V AC and 1A (inductive breaking) at 220V DC.

• Fitted with self-reset, 2 NO and 2 NC contacts. • Provided with integral escutcheon plates marked with its function. 'Start', 'Open', 'Close' push buttons shall be green in colour.

'Stop' push buttons shall be red in colour.

All other push buttons shall be black in colour.

Emergency stop' push buttons shall be of the lockable in the pushed position type and shall be shrouded to prevent accidental operation. Key shall not be required for the operation of the push button.

INTERNAL WIRING Wiring inside the switchgear/panel shall be carried out with 1.1 kV grade, zero halogen FR stranded conductor wires. Minimum size of conductor for power circuits is 4 sq mm copper. Control circuits shall be wired with copper conductor of at least 2.5 sq. mm for CT circuits and 1.5 sq.mm for other circuits.

Engraved identification ferrules, marked to correspond with the wiring diagrams shall be fitted to each wire. Ferrules shall be of yellow colour with black lettering.

Wires forming part of a tripping circuit of circuit breaker shall be provided with an additional red ferrule marked 'T'.

Spare auxiliary contacts of all equipment forming part of the switchgear shall be wired up to the terminal blocks.

Spare and unassigned modules shall be complete with internal wiring.

Wiring shall be terminated on screw less terminal blocks upto 4 sq. mm size.

Not more than two connections shall be made on any one terminal.

Page 195: iiser

220

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

TERMINAL BLOCKS Terminals for circuits with voltage exceeding 125 V shall be shrouded. Terminal blocks shall be grouped depending on circuit voltage. Different voltage groups of terminal blocks shall be segregated.

Terminal blocks shall be adequately rated to carry the current of the associated circuit. Minimum rating of the terminal block is 10A.

Terminals shall be numbered for identification.

Terminal blocks shall be arranged with at least 100mm clearance between two sets of terminal blocks.

Screw less, cage clamp type terminal blocks shall be used for cable sizes upto 6 sq. mm. Screw type terminal blocks shall be used for cables above 6 sq. mm.

EARTHING Each Panel shall be provided with an earth bus bar running along the entire length of the board. Material and size of the earth bus bar shall be as per IS. At either end of the earth bus, one (1) clamp type terminal with nuts, bolts and washers shall be provided for bolting the earthing conductor of size and material indicated in data sheets. In case the earth bus is provided near top of the switchgear, one down comer at either end shall be provided for connection to the earthing conductor.

Earth bus bars shall be supported at suitable intervals.

Positive connection between all the frames of equipment mounted in the switchboard and earth bus bar shall be provided by using insulated copper wires/bare bus bars of cross section equal to that of the bus bar, or equal to half the size of circuit load current carrying conductor, whichever is smaller.

All instrument and relay cases shall be connected to the earth bus bar using 650 V grade, 2.5 sq. mm stranded, copper ZHFR, earthing conductor.

All tests shall be carried out on all associated equipment as per relevant standards.

Certified copies of all test certificates shall be submitted for the approval of Engineer-in-Charge before despatch of the switchgear.

Routine test shall be witnessed at the manufacturer’s works by the representative of Engineer-in-charge.

DATA SHEET FOR LT PANELS/FEEDER PILLAR A) SWITCHGEAR PARTICULARS

1. BUS BAR MATERIAL : ALUMINIUM 2. SWITCH GEAR : 4 POLE/TPN 3. TYPE : INDOOR 4. CABLE ENTRY : FROM TOP/BOTTOM

Page 196: iiser

221

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

B) SWITCHGEAR AND BUS BAR RATING 1. SUPPLY SYSTEM : 415V, 3-phase, 4W, 50HZ EFFECTIVELY

EARTHED 2. MAX SYSTEM VOLTAGE: 433 ± 10% 3. BUS BAR RATING : AS PER BOQ/SLD 4. ONE MINUTE POWER

FREQUENCY VOLTAGE

A. POWER CIRCUITS : 2500 V B. CONTROL CIRCUITS : 1500 V C. AUX. CIRCUITS : 2000 V

CONNECTED TO SECONDARY OF CTS

1. REFERENCE AMBIENT TEMPERATURE : 45C 2. MAX. TEMPERATURE OF BUS BARS AND DROPPERS : 85C 3. SHORT CIRCUIT WITHSTAND

A) SHORT TIME (1 SEC) : 65/50 KA (RMS) as required.

C) SWITCHGEAR CONSTRUCTION REQUIREMENTS

1. THICKNESS OF SHEET STEEL (COLD ROLLED) A. FRAME : 2.0 MM B. DOORS : 1.6 MM C. COVERS : 1.6 MM

2. DEGREE OF PROTECTION : IP-42/IP- 54 OF IS-2147 as required as per BOQ

3. COLOUR FINISH AS PER IS-5) A. INTERIOR : GLOSSY WHITE B. EXTERIOR : LIGHT GREY, SEMI-GLOSSY, POWDER COATING.

4. CLEARANCES IN AIR OF LIVE PARTS A. PHASE TO PHASE : 32.0 MM B. PHASE TO EARTH : 26.0 MM C. PHASE TO NEUTRAL : 26.0 MM

3.4 LIGHTNING CURRENT ARRESTOR (CLASS B) AND SURGE PROTECTION DEVICE (CLASS C)

3.4.1 LIGHTNING CURRENT ARRESTOR (CLASS B)

3.4.2 Lightning Protection Device shall provide the following

Page 197: iiser

222

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

3.4.2.1 A lighting arrester of class B type (as per IEC 62305, 61643) with triggered spark shall be used.

3.4.2.2 The lightning arrester shall have a voltage protection level of ≤ 1.5 KV for systems with nominal voltage <230V AC. SPD shall be tested as per IEC 61643-11:2011 from third party international independent test lab.

3.4.2.3 The lightning arrester components shall have a maximum continuous voltage across the SPD 350V AC for minimum 02 hours.

3.4.2.4 The lightning arrester shall be tested to total discharge lightning impulse current capacity for at least 100 KA at 10/350µs waveform along with the same Iimp of 100 KA at 10/350 µs for SPD connected to neutral to earth line and Iimp of 25 KA at 10/350 µs between R,Y,B and Neutral as per by IEC 61643 Standards.Line follow current Ifi – 25 KA r.m.s

3.4.2.5 The lightning arrester components shall have an operating temperature range of -40°C to +80°C.

3.4.2.6 The lightning arrester shall based on Metal Encapsulated Spark Gap technology

for Fire Safe operation at site during discharge of lightning current as per IEC 62305 standards.

3.4.2.7 The lightning arrester shall have mechanical flag based indication for Line to

Neutral and Neutral to Earth SPD for continuous health monitoring of the SPD as per IEC 60364-5-53 and 61643 standards.

3.4.2.8 Connection made in parallel by using connecting cables of at least 16 Sq mm between each phase of the device and the neutral to the device as per TT configuration.

3.5 SURGE PROTECTION DEVICE (CLASS C)

3.5.1 Surge Protection Device shall provide the following:

3.5.1.1 The SPD component shall be designed to withstand In of 20 KA at 8/20 µs and Imax of 40KA at 8/20µs waveform based Single sealed Metal Oxide Varistor technology according to IEC 62305 and 61643 standards. SPD shall be tested as per IEC 61643-11:2011 from third party international independent test lab.

Page 198: iiser

223

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

3.5.1.2 The SPD shall have remote indication and visual indicator for all line to neutral SPD and neutral to earth SPD.

3.5.1.3 The SPD shall have a voltage protection level of ≤ 1.5 KV with arrester rated voltage

(Uc) of maximum 320 V AC..

3.5.1.4 The SPD component shall have a rating of IP 20 according to IEC.

3.5.1.5 The SPD component shall have modular / pluggability feature for all line to neutral and neutral to earth SPD for ease of maintenance.

3.5.1.6 The SPD component shall have integral label holder to mark each terminal block.

3.5.1.7 The SPD component shall have an operating temperature range of at least -40°C to +80°C.

3.5.1.8 Connection made in parallel by using connecting cables of at least 10 sq mm for class C between each phase of the device and the neutral to the device as per TT configuration.

IV. PART II - ELECTRICAL WORKS (EXTERNAL)

4 EXTERNAL LIGHTING 4.1 POLES

Polygonal poles shall be designed as per ILE TR7 & BS5649 for structural design & as per IS875 (Part III), 1987 for dynamic loading.

The pole shaft shall be made single piece MS structure continuously tapered having polygonal (8/12 sides) cross section and a single longitudinal welding. The welding will be done as per BS 5135 / IS 9595. No circumferential welding shall be allowed in the pole shaft. The MS shall conform to BSEN 100025/100027. The structure shall be single hot dip galvanized as per BS 729 / IS 2629. A suitably designed door shall be provided at 600mm height from the pole base. The door opening will be suitably reinforced for structural strength. The door shall be flushed with pole external surface and shall provide easy access for electrical connections at a maintainable height. A Suitable base flange

Page 199: iiser

224

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

and a top flange will be welded and suitable reinforcements will be provided. Foundation accessories will be as per IS 1367.

4.2 LED - External Lighting For LED based External Lights Following Standards have to be followed:-

International Safety Standards:

4.2.1 Safety: IEC 61347-2-13 (IEC System for Conformity, Testing and Certification d.c. or a.c. supplied electronic control gear for LED modules) – AGAINST CONTROL GEAR HEATING AND VIBRATION TEST.

4.2.2 Radio Interface: EN55015 : European Union Standards for Measurement of Radio Disturbance Characteristics of Electrical Lighting and Similar Equipment.

4.2.3 Harmonic Content: IEC 61000-3-2: European Union standards to assess compliance of a

Lighting equipments AC mains current harmonics. European Standard EN 60555-2 was created to set levels for harmonic currents injected by loads back on to the network. This standard assesses and sets the limit for equipment that draws input current ≤16A per phase.

4.2.4 Immunity: IEC 61547: International standard for electromagnetic immunity requirements applies to lighting equipment/control gears which is within the scope of IEC Technical Committee 34, such as lamps, auxiliaries and luminaries, intended either for connecting to low voltage electricity supply or for battery operation.

V. CCTV SYSTEM

5.1 System Description

5.1.1 Video Management System Components The networked, IP Video Management System (VMS) shall consist of the following components:

1. Scalable video management software hosted on industrial servers with Microsoft Windows Server operating system.

2. Industry-standard host, storage and management platform shall be supplied by VMS Manufacture and shall be of a reputed make.

3. The Video management software and Host Server Hardware shall be an integrated solution with hardware specifically designed, and tested for the application.

4. A range of D1 resolution and megapixel IP cameras and lenses for high-definition video capture.

5. Full-featured client software applications for system management live video monitoring, real-time alert handling, archived video retrieval and packaging of secure evidence, and third-party review of that evidence.

Page 200: iiser

225

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

6. A suite of intelligent analytic applications for the automated detection and classification of potentially suspicious actions or events captured in live video. Additional Video Analytics license and server to be considered by the bidder.

5.1.2 Video Management System Concept of Operation The VMS shall be designed around the following key objectives and capabilities:

1. The system shall be a platform-independent, IT server-based solution purpose-built for the capture, processing and storage of unlimited amounts of digital video and supporting audio, alarm and other surveillance data (i.e., a powerful, highly-scalable, open-server, software “video management system”).

2. The VMS shall support a range of deployments, enabling new, all-IP camera environments that deliver high-resolution video capture.

3. The core VMS software shall operate consistently on stand-alone or integrated host and storage platforms from recognized IT industry leaders. This hardware shall be an integrated solution and be supplied or approved by the VMS software manufacturer. Multiple host and/or storage platforms may be combined to scale the VMS as required.

4. The VMS shall be able to capture video, associated audio and other data over the video network from a variable number of IP cameras. A total of 32 cameras shall be licensed per system. The VMS shall store all video and data from these cameras to local or network attached industry-standard hard disk drives that shall be fully expandable to meet the user requirement.

5. The VMS shall support multiple video compression algorithms simultaneously (including H.264 High Profile/MJPEG-4, MPEG-4 Simple Profile (Part 2) and JPEG), enabling network bandwidth and video storage consumption to be optimized and ensuring the support of 100’s of cameras on a typical video network.

6. Multi-sector recording capability shall enable video from any camera to be recorded on more than a single VMS host server, at different frame rates and resolutions. Multi-encoder functionality shall add the ability to stream these same video feeds in more than one compression format (e.g., H.264 and MPEG-4) simultaneously.

7. The VMS shall be capable of recording video from all cameras simultaneously at rates up to 30 Frames per Second (FPS), including video from megapixel IP cameras.

8. The VMS shall simultaneously handle recording, archiving, retrieving, playback and live distribution of video and audio. The software shall operate in a continuous recording mode or according to a programmed time/date schedule, or have recording functions driven by alarms, video analytic events or motion detection.

9. At any time, live and archived video/audio data shall be available to authorized users over local or wide area and/or wireless network connections, using a feature-rich, graphical software application that operates on standard Windows® desktop PCs.

10. Users may stream video clips or images to their PCs for management or to a USB-connected media storage device (e.g., CD Burner, DVD Burner or USB memory stick) for export from the system. All data shall be completely appropriate for use in evidentiary situations, and shall include a tamper-proof authentication-=n seal for evidence security and continuity purposes. Third parties such as law enforcement officials and others shall be able to playback and assess all evidence using any of the PC industry’s standard media player software applications.

Page 201: iiser

226

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

11. The VMS shall include an enterprise-class centralized management utility for the proactive monitoring and management of the health of all system hardware components, including cameras, network connections, hard drives and more.

12. The VMS shall include an enterprise-class user management utility which could create, delete or modify user profile and access rights and also controls the user permissions.

5.2 System Hardware Characteristics

5.2.1 Video Management System Host and Storage Servers The host VMS hardware platforms shall have the following characteristics:

1. The host server(s) shall be stand-alone or integrated products from a recognized IT industry leader, marrying central video application processing and management functions with internal or external storage arrays.

2. Storage of captured video shall be on industry-standard storage devices, either integrated into the host server or in independent storage arrays connected directly to the host server or connected via the video network using industry-standard interfaces such as fiber channel, iSCSI, eSATA or other. Aggregate storage shall scale independently and without limit to meet extensive video application requirements.

3. The VMS hardware shall be an integrated solution and be supplied or approved by the VMS software manufacturer.

4. All hardware platforms shall be capable of mounting in a standard 19” equipment rack and accepting power, network and other standard IT wiring connections.

5. The host server shall have the following minimum hardware specifications: Intel Xeon or faster processor, or 100% compatible CPU 4.0 GB RAM or greater 6. 150 MB hard disk drive storage for VMS software installation, plus scalable storage

for video, audio and other data The host server shall have redundant boot drives, capable of running VMS and supported host Operating System even in case of one hard disk failure.

7. This level of hardware shall comfortably support the 32-camera configuration per server. Scalability beyond this will come in the form of adding additional host servers and VMS host server licenses as dictated by the full scope of the surveillance application.

8. The server shall have meet the following minimum technical requirements:

1 Processor Intel Quad-Core Xeon 3.16 Ghz or faster processor

2 Memory 4.0 GB of PC2-5300 667 Mhz ECC fully buffered DDR2 or better expandable upto 64 Gb

3 Network Interface 4 on-board Intel GbE NICs

Page 202: iiser

227

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

4 Network Management Interface

1 10/100 MbE NIC

5 Serial Communication Ports

Rj-45

6 USB Communication Ports 5 USB 2.0 ports

7 Expansion bus 3 PCI Express slots

8 Remote Management ILOM providing: DMTF CLP-based CLI over SSH

9 Supported Protocols IPMI 2.0, SNMP v1, v2c, v3, remote graphical access and remote storage over Ethernet, Web based GUI over HTTPS

10 Hard Disk Up to 32 TB for 30 day recording @ D1 resolution for 32 cameras

11 RAID Hardware RAID on 0,1,5; shall support redundant boot drives.

12 Acoustic noise 60 dBA idle, 70 dBA operating

13 Mounting 19” rack mountable chassis

14 Power Supply Redundant, hot-swappable PSU and fan modules

5.2.2 IP Cameras The VMS shall support IP cameras, with these video feeds streamed directly to the VMS from the video LAN or WAN. The VMS manufacturer shall produce its own family of IP cameras for advanced operation with the VMS. These IP cameras shall be incorporated into the Video Management System as follows:

1. This IP camera family shall include a choice of

Fixed-format Mega pixel ’box’ models. Fixed-format Mega pixel ‘dome’ models. Pan/Tilt/Zoom (PTZ) dome models.

2. These IP cameras shall offer M-JPEG, H.264 and MPEG-4 video compression in order to align with or optimize network bandwidth and video storage provisioning.

3. These IP cameras shall include standard-resolution as well as megapixel-resolution models, and shall offer several lens options.

Page 203: iiser

228

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

4. All standard-resolution IP cameras shall provide a minimum of 25 FPS at the following resolutions. Final determination of frame rate and resolution used for the application will be determined during final system design. D1 (720 x 576 pixels PAL).

5. Depending on the model selected, the megapixel-resolution IP cameras must be able to provide a minimum of 25 FPS at the following resolutions. D1 (720 x 576 pixels PAL). 720p (1280 x 720 pixels)

6. The Megapixel-resolution IP cameras shall be supplied with Megapixel lenses. The housing enclosuer for megapixel cameras shall be IP66 complient. Suitable mounting accessories are supplied as per the mounting needs.

7. Depending on the model selected, the megapixel-resolution IP cameras shall provide the image detail listed above at capture rates of between 15 and 30 Frames per Second (FPS) over standard IP networks.

8. The fixed-format ‘box & dome’ cameras shall support a Power over Ethernet (PoE) interface.

9. The fixed-format megapixel cameras shall offer an industry-standard SD or SDHC card slot for limited local storage of essential video.

10. The fixed-format cameras shall offer a wide dynamic range and light sensitivity down to 0.8 lux for operation in low-light environments.

11. The fixed-format cameras shall be capable of generating up to 2 or more simultaneous video streams, with the following attributes: Individual camera feeds shall be recorded by the VMS at different

compression, resolution and capture rate settings simultaneously. An adaptive transmission algorithm shall throttle these video streams to a

preset maximum data rate or scale that rate based on variable network bandwidth available at the time of transmission.

12. All IP cameras shall provide backlight compensation and AGC/auto iris functions. 13. IP Cameras shall meet the following minimum technical specifications: 14. Fixed IR Box Cameras

1 Sensor type 1/3” CMOS Progressive Scan Sensor

2 Lens 3.3 to 12 mm vari-focal lens

3 Light sensitivity-color Color: 0.17 lux;

4 Light sensitivity-monochrome B/W: 0.0057 lux

5 Dynamic range More than 80 dB

6 Signal-to-noise ratio At least 50 dB

7 White balance Required, Auto tracking, manual, preset

Page 204: iiser

229

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

8 Backlight compensation Required

9 Automatic Gain Control Required, with Auto Iris

10 Region of Interest Max. 3 ROI. Editable range

11 Area of Interest Max. 2 AOI. Editable range

12 Video Profile 12-profiles simultaneously H.264 high profile, main profile and baseline

13 Video Compression H.264, M-JPEG & MPEG4 (tri-encoders) simultaneously

14 Resolution 1280 x 720p

15 Frame rate 60 fps @ 720p

16 Audio Channel Two-way, full duplex 17 Internal storage SDHC card slot, support SD/SDHC Card up to 2

TB 18 Network Interface Ethernet 10/100 Mbps, RJ-45, 4 pair

19 Power Supply PoE Class 2

20 Power Consumption Not more than 4W

21 Operating Conditions 0 to 50°C at 8-90% RH

22 Supported protocols RTP/RTSP, HTTP/HTTPS, IPv4, TCP, UDP, RTCP, DHCP, ARP

23 Certifications UL, CE-EMC, FCC

24 Environment IP 66,IK10

a) Fixed IR Dome Cameras

1 Sensor type 1/3” CMOS Progressive Scan Sensor

2 Lens 3.3-12 mm Varifocal DC Iris Lens

3 Light sensitivity-color 0.017 lux

4 Light sensitivity-monochrome 0.05lux

5 IR Beam Distance 20m IR distance

6 Dynamic range More than 70 dB

Page 205: iiser

230

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

7 Signal-to-noise ratio At least 50 dB

8 White balance Required, Auto tracking, manual, preset

9 Backlight compensation Required

10 Automatic Gain Control Required, with Auto Iris

11 Region of Interest Max. 3 ROI. Editable range

12 Area of Interest Max. 2 AOI. Editable range 13 Video Profile 12-profiles simultaneously

H.264 high profile, main profile and baseline 14 Video Compression H.264, M-JPEG & MPEG4 (tri-encoders)

simultaneously

15 Resolution 1280 x 720p

16 Frame rate 60 fps @ 720p

17 Audio Channel Two-way, full duplex

18 Network Interface Ethernet 10/100 Mbps, RJ-45, 4 pair

19 Power Supply PoE Class 2

20 Power Consumption Not more than 5W

21 Operating Conditions 0 to 50°C at 8-90% RH

22 Supported protocols RTP/RTSP, HTTP/HTTPS, IPv4, TCP, UDP, RTCP, DHCP, ARP

23 Certifications CE-EMC, FCC,UL

24 Mounting Hard Flush type or surface

25 Internal Storage 2TB

b) IP-PTZ Dome Outdoor Cameras

1 Sensor type 1/4" ExView HAD

2 Zoom – optical + digital 36x + 12x

3 Focal Length 3.4mm – 122.4mm

3 Light sensitivity – color 1.4 lux (36x)

Page 206: iiser

231

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

4 Light sensitivity – ICR On 0.01 lux (36x)

5 Signal-to-noise ratio More than 50 dB

6 White balance Required, Auto

7 Backlight compensation Required

8 AGC, Auto Iris, Image Stabilization

Required

9 Embedded analytics Optional Yes

10 Privacy masking Yes (8 Zone)

11 Compression MPEG-4 / H.264

12 Max. resolution PAL / NTSC D1; 720x576 / 720x480

13 Max. frame rate 30 fps @ D1

14 Presets 256

15 Tours 2

16 Pan rotation speed Up to 300˚ /sec with 360˚ PAN Travel

17 Tilt coverage 180˚

18 Network interface Ethernet 10/100 Mbps

19 Operating temperature -10 to 60˚C

20 Operating Relative humidity 0 - 90% non-condensing

21 Environment Outdoor (IP66)

22 Mounting options Wall, ceiling, pole, pendant

23 Certification CE,FCC,UL,IK08,VENDAL PROOF

24 Internal Storage Up to 2 TB

25 Alarms In/Out 7/4

5.2.3 Video Decoder

The VMS shall be able to stream multiple IP video feeds through a proprietary device that converts (decodes) those streams into a format for display on analog or digital monitors. This decoder shall have the following characteristics:

Page 207: iiser

232

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

1. The decoder shall accept up to 64 simultaneous MPEG-4 video streams from

multiple network sources for rendering on the display monitors. If real-time display is required, this capacity shall be reduced to 48 simultaneous MPEG-4 streams.

2. Each decoder shall be capable of driving its output to 1 or 2 independent monitors.

3. The decoder shall be capable of interfacing with either analog or digital monitors, and accordingly shall offer DVI and VGA outputs.

4. Desktop software shall control the organization of video displays within each and across multiple monitors to meet specific surveillance objectives.

5. These customizable display layouts shall include any authorized camera(s), alarm handling functions, interactive facility site maps, panoramic views stitched from multiple cameras, integrated replay functions and more

6. Camera views can be configured for display at different quality (resolution) levels, depending on the video source and underlying network capabilities.

7. The maximum resolution available from the decode unit shall be governed by the monitor to which it is connected.

8. The decoder shall have the ability to adjust automatically the rate at which it streams video to the display monitor(s) based on the network bandwidth available at that time.

9. Multiple decoders shall be able to be grouped together to support multiple monitors in a video wall arrangement, providing coordinated or independent displays as required.

10. When combined with a PTZ camera joystick controller also produced by the VMS manufacturer, the decoder shall provide virtual matrix switch operation.

11. The Decode station shall meet the following requirements: 1 Frame Rate Support any frame rate on upto 16 simultaneous

video streams

2 Form Factor Standalone

3 Video Output HDMI/CVBS

4 Audio Inputs/Outputs 1mic/1stereo

5 Relays 1

6 Compression H.264, MPEG-4, MPEG2, MJPEG

7 Embedded Softwares Windows with pre-installed VMS Client

8 Human Interface Remote Control, Keyboard, Mouse

Page 208: iiser

233

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

9 Supported Resolution Monitor dependent

10 PTZ Control Support through Joystick/Keyboard

11 USB Ports 2(front)+2(back)

12 Ethernet Gigabit

13 Expansion eSATA

14 Power Supply 100–240VAC

15 Power Consumption max 90W

16 Mounting Options Rack-mount (1U,2slots)

17 Operating Temperature 10 to 35°C

18 Standards Compliance CE, FCC, RoHS

19 Optical Drive CD/DVD Drive

5.2.4 Network Communications

The VMS shall have robust IP networking features, in line with IT management team expectations. These features shall include the following: 1. The VMS host server(s) shall connect to an enterprise LAN or WAN network via a

Gigabit Ethernet connection. The client viewing and configuration applications shall operate on workstations connected (locally or remotely) to the LAN/WAN, and shall communicate with the VMS across this network. The VMS host server(s) and client applications shall communicate using the TCP/IP protocol.

2. The VMS host server(s) shall operate using either DHCP or static IP addressing. If using DHCP addressing, client software must be able to connect to a VMS server using its new address without any action on the part of the user.

3. The VMS shall offer bandwidth limiting such that video data traffic on this network will not exceed a preset maximum when distributing live video or delivering recorded video. Administrators shall have the ability to program this bandwidth limit as part of the customizable user privileges offered by the VMS software .

4. The VMS shall operate using a peer-to-peer architecture with no central video-streaming server and there shall be no imposed limit to the scalability of the system. The VMS system shall be field-upgradeable by adding additional host and/or storage servers to support increased camera capacities. This clustering of servers shall yield a fully scalable, transparent surveillance network. All other system components (alarms, audio inputs and all supporting software) shall also scale in this fashion to support application or configuration growth.

Page 209: iiser

234

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

5.3 System Software Characteristics

5.3.1 VMS Software At the core of the IP video solution, the VMS server software shall have the following characteristics: 1. The server software shall be host-platform-independent, and be purpose-built for

the capture, processing and storage of unlimited amounts of digital video and supporting audio, alarm and other data as necessary. It shall be the embedded engine of a powerful, highly-scalable, open-server software “video management system”. It shall support an ongoing range of video and surveillance capabilities and expose those features and functions through separate user interface (client) software.

2. The software shall be compatible with a Windows® 7 Professional operating system.

3. The server software shall support up to 32 cameras (IP and/or analog). Multiple VMS host servers shall be deployed concurrently and seamlessly networked together to support an unlimited number of total cameras.

4. System Configuration and Maintenance i. Database maintenance with report, including fault, alarm, operation ii. Continuous system monitoring and equipment condition; notification on

abnormal conditions

5.3.2 Client (User) Software

5.3.3 General The VMS engine shall be accessed configured and controlled through a unified desk-top client application, as well as other software interfaces as introduced over time. The primary software client shall have the following general characteristics: 1. The primary client software shall be Windows® 7 PC compatible, and shall be

installed from a CD using an automatic installation program. 2. The primary client application shall be a graphical, full-featured software

interface that organizes system tasks under integrated tabs or pop-up ‘applets’, enabling authorized users to perform the tasks required by their specific role, including VMS configuration, system health monitoring, live video monitoring, archived video retrieval and packaging into secure case evidence, and third-party review of exported evidence. Access to each set of tasks shall be controlled by customizable user privileges which allow users to be profiled and grouped according to the surveillance and system capabilities they need .

3. This client application shall operate in a fully customizable fashion, offering drag-and-drop formatting to enable each user to assemble and lay out functions, views and data as they prefer. Options shall include the ability to organize and render these views across multiple monitors on a user desktop.

Page 210: iiser

235

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

4. All VMS installations shall employ this common software interface regardless of the architecture or scale of the system deployment. This shall yield consistent user training materials, system and application documentation and overall user interaction.

5. A common software interface or client application can configure and manage all cameras, servers, decode stations, and edge devices.

6. Video Analytics features can be applied with the solution. Out of 32 channels of recording, 6 of the channels shall perform Video Analytics features at D1 resolution, or, 4 of the channels at 720P/1080

7. User Management a. Access to system resources – individually controlled per user or user

group b. User privileges, designated time period and public access group

management c. User access history including login, control, report

5.3.4 VMS System Configuration

The primary VMS client application shall be capable of launching an integrated ‘applet’ that exposes the required system programming and configuration functions. This applet shall have the following overall characteristics:

i. This client tool shall be installed from CD on the relevant system administrator PCs/desktops as a separate utility, but access to its features and functions shall be from within the master client application. This access shall be further governed by the user privileges controls in the System Management software .

ii. Authorized users shall call up this applet to configure (program) across the local or wide area network, the settings of the host servers, cameras, encoders and other system resources made available to them under their user profile. Individual user credentials shall protect access to each user’s configuration account.

iii. The settings controlled remotely under this applet shall include system-wide parameters such as IP address management, video recording schedules; alarm handling procedures, monitor sequences and much more.

iv. Individual edge device (i.e., camera or encoder) parameters shall be programmed directly on the device via an integrated HTML web page. Settings such as video capture rates, compression formats, network streaming rates and more shall be controlled in this manner.

v. This client shall also be capable of stand-alone operation, for example in remote locations. It shall provide a subset of the primary client features but in addition to its system configuration capabilities, it shall provide reasonably complete VMS controls, including live monitoring, archived search and review, and evidence export.

Page 211: iiser

236

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

5.3.5 Monitoring Live Video The primary VMS client application shall provide a comprehensive set of features for the monitoring of live video. These features shall include but not be limited to the following: 1. This client tool shall facilitate the monitoring of a single VMS site or the

centralized oversight of hundreds of locations, including remote or unmanned locations, without the need for separate software licenses of any sort (i.e., no ‘federation’ licenses).

2. The software shall offer all viewing/display capabilities on an individual workstation basis as well as on a command center display wall (‘video wall’) basis. Such video walls shall be comprised of between 2 and 200 or more monitors.

3. Video wall functions shall be equivalent to a high-performance video matrix. Analog or digital monitors shall be supported, in a range of interface formats as identified in Section 1.02 C. above. All live and archived video monitoring features contained in this Section shall apply equally to workstation or video wall deployments.

4. Upto 32 camera views or windows per monitor, in flexible grid arrangements. 32 camera per client with 2 monitor or 16 camera per monitor

5. Camera views shall be available from any local or remote VMS location or camera, and shall be able to be combined (cameras and sites) simultaneously. Camera view arrangements shall be organized through a drag-and-drop interaction. Live camera views shall be able to be moved (e.g., from a small monitor to a larger one) through this same drag-and-drop interaction.

6. Camera views shall be customizable into logical groupings according to preference. These groups shall be made independent of VMS host server or camera location.

7. Multiple camera views and grids (to the maximum of 16 views per monitor and upto 64 over 4 monitors) shall be able to be overlaid within the software screen for nested access to video feeds. This shall also include the temporal sequencing of camera feeds.

8. The software shall provide a graphical time-line control that shall allow monitoring personnel to quickly replay/review recorded video from a camera associated with a live incident. Personnel shall be able to return to live video with a single mouse click.

9. When IP Cameras and/or Encoders produced by the VMS manufacturer are used, the software shall provide network bandwidth management features that enable viewing of live video from a remote location in a lower frame-rate feed, while the VMS continues to record to disk that same video at a preset higher frame-rate feed.

10. The sequencing or preprogramming of camera displays in a ‘spot monitor’ and a ‘guard tour’ fashion shall both be supported. The number of cameras to be viewed in this way, the order in which they are viewed, and the dwell time for each view shall all be programmable. These features shall apply to views from local and remote, fixed and PTZ, and IP as well as analog cameras.

Page 212: iiser

237

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

11. All video viewing shall be available in real-time, with no appreciable delay or quality reduction other than what might result from limitations in the underlying network.

12. All video windows shall be able to display video feeds at up to 25 FPS PAL and full D1 resolution.

13. A full-screen viewing option shall be available and easily activated/deactivated on all viewing windows.

14. A virtual (digital) zoom capability shall be available and easily activated/deactivated on all viewing windows. This integrated zoom shall be capable of up to 50x magnification on each video image or clip. This feature shall apply equally to feeds from fixed as well as PTZ and IP as well as analog cameras.

15. The software shall provide an option for panoramic video viewing, wherein wider scenes covered by several camera views shall be ‘stitched’ together into a single, integrated, real-time view. Multiple camera streams shall be imported into a virtual canvas and organized as required through a drag-and-drop interface to create the synchronized surveillance view desired.

16. The software shall support the integration of video feeds and bi-directional audio

streams, enabling personnel at a central facility to communicate in real-time with persons at any remote site equipped for this type of interaction. Incoming audio from those interactions shall be recorded together with the incident video. If audio is associated with the selected video, there shall be a set of controls provided in the software to allow the adjustment of the volume or to mute the audio.

17. The software shall provide a flexible means of controlling PTZ cameras. The simplest and default form of control shall be via a mouse and keyboard, providing the ability for example to drag the mouse cursor across the target image to immediately direct the camera movement from the monitoring workstation, or to highlight an area of the image using the mouse and have the camera immediately zoom in to that section of the image. Alternately, an external joy-stick keyboard shall also be available from the VMS manufacturer for more traditional, comprehensive PTZ camera control.

18. The software shall support the configuring of PTZ camera presets – automatic stop points among the camera’s full range of movement and focus – that provide specific, repeatable scene views desired at the monitoring station. It shall be possible to sequence these presets into automated ‘guard tours’ to provide rolling, hands-off views of an entire facility or groups of cameras within one or more facilities. In addition, specific camera presets shall be able to be linked to alarm inputs as part of an automated alarm notification and response routine .

19. The software shall support frame by frame video viewing while reviewing the recoded video for evidence extraction purpose.

20. When PTZ cameras from the VMS manufacturer are used, a PTZ Auto Tracking analytic algorithm shall be available to cause a PTZ camera to automatically detect and follow (record the movements of) a suspicious person or vehicle throughout the full camera field of view.

Page 213: iiser

238

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

21. When PTZ cameras from the VMS manufacturer are used, all camera controls above shall be exceptionally reactive, providing near-real-time response with no appreciable delay in camera movement or focus.

22. PTZ cameras from third-party manufacturers shall also be supported.

5.3.6 Handling Alarms The primary VMS client application shall provide a comprehensive set of features for handling security alarms generated during the surveillance process. These features shall include but not be limited to the following: 1. Alarm inputs and switch outputs shall be provided by all encoders and fixed-

format network cameras produced by the VMS manufacturer. 2. Alarms shall be triggered by the opening or closing (programmable) of any of

the alarm inputs on these edge devices, by the detection of motion within a preprogrammed area of a camera view (with variable zone and sensitivity settings), and/or by a range of intelligent video analytics designed specifically to detect activities of concern or interest within these camera views.

3. Multiple simultaneous alarms shall be supported in real time by the VMS and the client software. Each event shall be supported by independent pre-programmed response actions or routines associated with the type or severity of the incident.

4. The software shall provide an alarm ‘inbox’ into which notification of all events triggered by these physical or logical alarms (e.g., opening of a door, depressing of a panic button, camera motion detection, video analytic alert, etc.) shall be routed. Monitoring personnel shall be made aware of these incidents in real-time by flashing entries in this inbox and optionally, an audible alert notification.

5. Additionally, the activities that can be triggered automatically in response to alarms shall include: Notification of alarms to a range of preset email addresses, according

to the type and severity of the alarm. Pop-up of live incident video on defined workstations or video wall

monitors. Orientation of PTZ cameras to specified preset positions. Initiation of preset camera and map viewing sequences.

6. A single mouse click shall allow monitoring personnel to immediately view live video associated with an alarm incident. The options to display site-specific information along with live video from a given location and camera automatically shall also be provided. Information shall be customizable, including for example security or other contact information, and this information shall be modifiable as necessary for multi-site installations.

Page 214: iiser

239

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

5.3.6.1 Integration of Site Maps

The primary VMS client application shall provide the option for on-screen display of interactive facility or site maps. The features of this utility shall include but not be limited to the following: 1. The software shall be capable of importing two dimensional (2D) images of floor

plans, building or campus layouts or other facility or site geometries. 2D images shall be supported in .bmp or .wmf formats.

2. A series of interactive icons shall be provided to deploy on top of these imported map images and enable the following functions: These icons shall be used to indicate the location of each physical camera

and its approximate field of view, and of alarm inputs and other security equipment deployed within that map area.

These icons shall be implemented by an administrator using simple drag-and-drop movements their mouse.

Once in place, the camera icons shall provide a point-and-click interface to launch on demand a live video window from the selected fixed or PTZ camera.

The alarm icons shall provide an immediate, visual means of identifying incident locations and when clicked shall provide relevant alarm and site/location details.

3. It shall be possible to layer or nest multiple maps within the primary client screen to leverage these virtual representations across even very large or complex facilities and surveillance deployments. Simple zoom and navigation features shall provide granularity and efficiency when larger facility maps are used.

5.3.6.2 Searching and Reviewing Archived Video

The primary VMS client application shall provide a comprehensive set of features for searching, retrieving and reviewing stored video, regardless of where on the network the video is archived. These features shall include but not be limited to the following:

i. Searches for recorded video shall be made using a point-and-click timeline indicator that can scale up or down dynamically, from minutes to weeks, to reflect the date and time range of the video being sought.

ii. Chronological images of the desired video shall be further subdivided by a list of those cameras accessible under the user’s profile. A mouse click on a single or on multiple cameras shall cause the desired video clip or clips to be downloaded to the user’s PC.

iii. Selecting an entry from the alarm log shall also cause incident video to be displayed automatically.

iv. Once a desired video clip is selected, it shall be streamed to the user PC and viewed using a set of VCR-like controls. A shuttle search feature shall allow the operator to move quickly to the point of interest in the recorded video clip.

v. If audio has been associated with the selected camera then that audio shall also be heard during replay.

Page 215: iiser

240

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

vi. The software shall support the viewing of video from multiple cameras in the same display simultaneously. A capability of surrounding view shall allow the seamless viewing of a suspect or vehicle of interest as they pass out of one camera field of view and into the next in this display.

vii. Any video search or retrieval operation, along with any viewing of live video or any system configuration activity, shall not interfere with any other operation being conducted on or by the VMS.

5.3.6.3 Exporting Video Evidence

The primary VMS client application shall provide the following features for exporting video evidence for use by third parties such as law enforcement and other external officials:

i. It shall be possible to export recorded video clips or still images at any point without interrupting recording.

ii. Still images shall be exported in either .jpg or .bmp formats. It shall be possible to save these images to a PC hard drive, as well as attach them to email if desired. It shall be possible to send these images to a PC or network connected printer for hard-copy output. It shall also be possible to direct these images to PC or network connected CD, DVD or USB removable media (memory stick).

iii. Image enhancement tools shall be provided to allow for example the brightness, contrast, sharpness or digital zoom of evidence images to be fine tuned before export.

iv. All video clips retrieved to a user PC shall be able to be stored to the local hard drive in standard .avi file format. Stored video clips shall be digitally sealed a Digital Signature and shall be able to be authenticated at any time. It shall be possible to also direct these files to PC or network connected CD, DVD or USB removable media (memory stick).

v. It shall also be possible to save video files in MPEG-4 and MP4 formats in different resolutions. It shall be possible to replay files saved in these formats using industry-standard media player software.

vi. It shall be possible to export video from multiple cameras simultaneously. 5.4 System Management Software

5.4.1 General The primary VMS client software shall support an integrated license management, user management and system health monitoring applet with the following characteristics:

i. This shall be an enterprise-class central management utility, addressing all VMS software license management and user access privileges management. It shall also provide comprehensive, real-time system health maintenance functions. These capabilities shall extend seamlessly across any number of video installations and any number of network-linked physical locations. All local and remote management functions shall operate over a TCP/IP LAN or WAN network.

Page 216: iiser

241

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

ii. This utility shall consist of the user interface applet (administrator console) and a necessary server-based software engine. Together these software components shall provide the management functionality described in this Section.

iii. All software shall be Windows® Vista/Windows® XP PC compatible. Multiple instances of the applet may be present in a given video infrastructure. A single instance shall be required per VMS host server. Each copy of the applet shall be installed from a CD using an automatic installation program.

5.4.1.1 Administrator Console An administrator console shall provide the user interface to the license, user and system health management activity introduced above. It shall be launched by authorized users from within the primary VMS client application and its features and functions shall include but not be limited to the following:

i. Software License Keys shall be the technology used to officially enable VMS capacities and capabilities, including host server licenses, IP camera connections, enhanced applications, etc. The administrator console shall provide the mechanism for entering, activating, updating and tracking the status of all VMS licenses in a single or multi-server environment.

ii. The software shall provide enhanced user access control, including matching authorized system administrators to individual or groups of VMS host servers and allowing them to review, modify and update programming remotely.

iii. The software shall be used to manage access privileges for all other system users as well. Authorized Administrators shall be able to define user names, passwords and access rights, as well as logical groupings of VMS host systems, edge devices and individual users. Users shall be assigned to groups which have defined privileges, and these groups shall be assigned access to the appropriate VMS host systems.

iv. Privilege management shall provide a high degree of granularity, allowing access to be controlled down to an individual system resource (for example, a single camera).

v. The administrator console shall include a complete set of features for monitoring the health of the complete video surveillance infrastructure, including all local and remote VMS host platforms, storage devices and hard drives, IP cameras, encoders and any other solution elements.

vi. Health alert triggers shall include but not be limited to failed network connections, unit performance problems, camera synchronization loss, VMS host server temperature exceptions, and more.

vii. Reports on systems use, health alerts and other alarms shall be capable of being saved to file and printed. Report files shall also be capable of being imported into third party report management applications.

5.4.1.2 System Management The system shall provide the server-based enabling functions for the license, user and system health management activity described above. It shall use the administrator console as its graphical user interface, feeding into that GUI the comprehensive ‘services’ and tools for deploying and managing unlimited

Page 217: iiser

242

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

numbers of VMS systems across any number of locations. The specific and complementary features shall include but not be limited to the following:

i. The system shall host the database for maintaining all device connection and software (e.g., analytics) licenses in a multi-server environment.

ii. IP camera licenses shall not to be tied to the MAC address of the camera, as these addresses are universally unique and replacement of a camera would invalidate any connection or analytic licenses previously applied.

iii. The system shall provide automatic restoration of correct licenses on VMS host servers that are replaced.

iv. The system shall provide automatic tracking of IP addresses of all VMS servers in short-lease DHCP networks.

v. The system shall offer complete remote access with full security, such that it shall be possible to outsource the system health monitoring and maintenance functions noted in this Section directly to the VMS manufacturer as a contracted annual, value-added service offering performed by fully trained technical resources resident in a proprietary, 7/24 Network Operations Center.

5.4.2 Intelligent Video Analytics Software

The VMS shall support a family of intelligent Video Analytics that can be used to alert personnel automatically to a range of events of interest or concern detected in live or captured video. The features offered by these analytic applications shall include but not be limited to the following: 1. To ensure compatibility including ongoing maintenance and operation, the

family of analytic applications shall be developed, maintained and enhanced by the VMS manufacturer. These shall not be third-party software components or OEM offerings added into the VMS software suite.

2. Each analytic application shall employ sophisticated algorithms that generate high levels of performance and accuracy, but that are also configured through a common, integrated software interface.

3. The analytics shall operate on video captured by either IP or analog cameras. It shall be possible to operate multiple analytic applications on at-least 6 zones per camera and on multiple cameras within the VMS deployment simultaneously. The analytics shall not require megapixel resolution video for accuracy.

4. Each Analytic application shall be licensed individually, per IP Cameras or encoders, and these licenses shall scale in capacity as required.

5. The choice of analytics available in this family, as well as the functional behavior or purpose of each, shall include the following, and this list shall be developed further over time: Camera Tampering Alarm – generates an alarm when a camera field of

view changes appreciably within a short time threshold (e.g., covered or painted lens)

Page 218: iiser

243

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Left Object Detection – generates an alarm when an object larger than a set size threshold remains in or is removed from a camera field of view for longer than a set period of time.

Loitering Detection – initiates an alarm when a person or people remain in a defined area within a camera field of view for longer than a set period of time.

Panic Alarm – generates an alarm when multiple people move rapidly through a defined area within a camera field of view.

People Counting – maintains a running total of the number of people that pass through a defined area within a camera field of view.

Perimeter Protection – generates an alarm when a person or an object larger than a set size threshold crosses, in a defined direction, a defined line or boundary in a camera field of view.

Wrong Way Detection – initiates an alarm when a person, vehicle or other object passes through a camera field of view in a direction other than that which is desired.

6. All alarms generated by these intelligent video analytics shall occur in real-time, and the choice of actions they can be configured to initiate automatically shall include: Move one or more PTZ cameras to specified preset orientations. Display live video at defined monitoring stations and screens. Initiate alarm notification procedures, including via email, and activate

alarm logging functions. Activate live audio connections where equipped. Activate switch contacts (i.e., open or close) connected to associated

security equipment, thereby triggering sirens or alarm bells, opening or closing automatic door locks, flashing warning lights, etc.

Bookmark all relevant video by alarms for searching purposes and begin archival process.

7. Configuration of all analytics shall also include the necessary sensitivity, timing, threshold and other controls to help ensure maximum accuracy in the performance of the surveillance routine.

5.4.3 Software Integration The VMS shall offer integration with facility access control and security automation systems. Should support integration with Access Control, Intrusion Alarm systems for making a complete integrated system solution.

5.4.4 System Security and Reliability The VMS shall provide the following system-wide IT defenses and security capabilities: 1. Each VMS host server shall be capable of being deployed ‘behind’ a standard and

likely existing LAN/WAN security firewall, benefiting from the virus and malware protection software and other encryption and intrusion defenses in place on that network.

2. The VMS shall minimize the number of access points attackers could attempt to exploit to gain access to the system or at which a virus or similar form of

Page 219: iiser

244

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

malicious software may be directed to compromise the operation of or the data associated with the system. All communication with the VMS shall be tightly restricted, with most external communication ports being permanently blocked from user access (and with no way made available to open them). This includes all TCP and UDP ports not required for system operation.

3. Communication between all elements of the system (host server, client software, system management server and software, storage server(s), etc.) shall be secured.

4. All IP-camera video shall be captured and transmitted to the VMS over the secure network using the IP protocol.

5. The VMS shall support multiple levels of user and administrator password authentication and privileges management to control access to the system. A fully configurable matrix of user accounts, user groups and user privileges shall be supported. In an enterprise configuration, user authentication through a corporate application (i.e., Windows® Domain Server) shall also be supported via the server. The result shall be a ‘single sign-on’ or single authentication functionality via this existing IT access management utility.

6. User and administrator access rights shall be fully configurable, down to the individual video resource level (i.e., to a specific camera). These rights shall apply to local and remote users equally.

7. Each VMS shall keep a running log of all user access. These logs shall be retrievable by authorized administrators, but no user shall be able to remove entries from a log. Each log shall be self-maintaining, automatically removing entries that exceed 1024KB in size. It shall be an option to copy and save a log in a text-formatted file appropriate for printing. This text file shall also be suitable for import into a third-party report management application.

8. The VMS shall contain software watchdog technology that maximizes fault-free operation. The central management application shall continuously monitor the health of the servers, edge devices, cameras and the network. It shall automatically report all problems detected per preset notification policies.

9. For the redundancy of VMS, seamless clustering of host servers shall be supported to distribute and manage system loads and mitigate the risk of common points of failure. This capability shall include an enterprise level of hot-standby or fail-over features within the server hardware and software as well as the application software, maximizing operational reliability and fault tolerance. In particular, the ability to auto-configure a back-up VMS server on failure notice shall be included.

5.4.5 Additional System features and functions The VMS shall provide a comprehensive set of video management features and capabilities. Capabilities not noted to this point shall include but not be limited to the following:

5.4.6 Alarm Notification The VMS shall distribute notification of alarms to clients who have requested notification. All video associated with the alarm shall be displayed automatically on receipt of an alarm. Audible and visual alarm cues shall be configurable. An operator shall be able to have notification of alarms e-mailed to specific users.

Page 220: iiser

245

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

5.4.7 Audio Capture

The VMS shall provide the option to record audio data synchronized with video data. The audio compression protocol used shall be PCM, ADPCM or AAC compression, depending on the source device (i.e., IP camera or Encoder). Where audio recording is to accompany video capture, the video and audio shall be synchronized to within one second for both live viewing and playback.

5.4.8 Playing Back Video Retrieved video shall be displayed automatically in a window. It shall be possible to display the playback window beside the live video window. If audio is associated with the video, it shall be played along with the video automatically. A date/time stamp shall be shown with the video and updated for each frame that is displayed. It shall be possible to playback multiple cameras simultaneously.

5.4.9 Playback Controls When a playback window is selected, the following controls shall be made available to control the playback of the video: Play – forward and reverse. Pause. Single frame – forward and reverse. Move to beginning to ending of video segment. The speed of playback shall be variable, including 1x, 2x, 4x, 8x, 16x, 32x, 64x, 128x, 254x and 512x normal speed. The recorded video shall also be capable of being navigated quickly using a shuttle search (slide bar). Video frames shall be displayed while the slide bar is being moved to assist in finding the frame of interest.

5.4.10 PTZ control The VMS shall allow for connection to IP as well as analog PTZ cameras. Multiple PTZ cameras may be ‘daisy-chained’ on a single port as defined by the PTZ protocol being deployed. Control of these cameras shall be through a physical desktop PC connection to a PTZ controller (keypad/joystick) or through on-screen software controls. On-screen software controls shall include direction of camera movement, zoom, focus and configuration of camera preset locations.

5.4.11 Recorded Information The information recorded on a VMS server shall consist of the following: Compressed video. Compressed audio. Time stamp consisting of date and time with resolution in seconds. Associated event information.

5.4.12 Recording Continuously The VMS shall be capable of recording continuously on each video and audio input.

5.4.13 Recording On-Event The VMS shall be able to record any video input (and associated audio if desired) in response to an external alarm. The duration of recording on each alarm shall be from

Page 221: iiser

246

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

1 to 900 seconds. There shall be no hard association of alarm to camera or audio source. Any alarm can trigger recording on any or all cameras and audio inputs. Optionally, any camera shall be programmable to record at up to the maximum capture rate (FPS) available from the system in response to an alarm. Events that trigger recording shall include: Any external closed current loop device connected to an IP camera or Encoder

(e.g., door sensor, motion sensor, etc.) Motion in the video image (in the image overall, or in individual and

configurable ‘masked’ areas of the image, with configurable sensitivity settings) Video motion detection shall be tunable using full screen sensitivity setting to simplify configuration or using a user definable grid for area of interest. Detection of video motion shall be capable of being enabled during specific periods of the day according to a pre-determined schedule.

5.4.14 Recording on Schedules The VMS shall be capable of executing any number of internal recording schedules defined by the administrator. Schedules shall be remotely configurable and control the following actions:

Amount of allocated storage (any combination of cameras for any duration from 1 hour to 90 days)

Monitoring of physical alarms (during specified periods) Monitoring of motion alarms (during specified periods) Increase/decrease of a bandwidth throttle Moving of a PTZ unit to a predefined position Displaying of a specific camera or cameras on a spot monitor

5.4.15 Search and Retrieval of Recordings Searching and retrieving video and audio from a VMS shall be done as a single operation (i.e., if audio is associated with video, it shall be retrieved automatically). The search function shall allow multiple VMS locations and cameras to be specified and searched simultaneously. Recorded video shall be searchable by entering a range of times and selecting the camera of interest or recording sector or both. The user shall be able to further refine this range by a simple “click-and-drag” operation, and not have to re-enter any search parameters. The search function shall allow any duration of video to be retrieved, to a maximum file size of 2.0 GB.

5.4.16 Security Sealing Video Evidence

A video clip from a live or playback video window shall be capable of being saved to the local PC or other network storage location in a native-standardfile format. The captured information shall include the video clip itself, any audio data if recorded, and associated location, camera, time, date and event details.

Page 222: iiser

247

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Video clips shall be able to be exported from the VMS to a USB-connected CD or DVD Burner or memory stick. Control of this operation shall be made available to authorized clients locally or remotely over the network.

5.4.17 Storage The VMS shall provide a distributed architecture that supports multiple industry-standard storage servers or disk arrays and these shall be fully scalable devices. Video shall be tagged as it is stored to optimize search efficiency based on date and time,event, motion or analytic data. The VMS server shall contain no removable media for off-line storage. Storage shall be maximized to provide the longest retention period possible based on the disk configuration that has been selected. Configurable parameters for altering storage duration shall include:

Video resolution (CIF, D1). Video capture rate (FPS). Video quality settings. Video compression codec (H.264, MPEG-4, etc.)

The Storage System shall be fully compatible with the VMS Host and provide a seamless communication between the two. The storage system shall be RAID Compliant.

5.4.18 Switch Control The VMS viewer shall be able to manually control devices connected to the switch output of the IP Camera or Encoder by activating one either normally open (NO) or normally closed (NC) contact. The switch shall automatically reset after a configurable period of time. The switch shall also be set in response to an external event occurring or as a scheduled operation.

5.4.19 Time Ruler For navigation through recorded video, the operator shall be able to use a slide bar. The video image shall update while the slide bar is being moved. To change the time resolution for more accurate navigation, the time ruler shall be capable of being zoomed in or out.

5.4.20 Time Synchronization The VMS shall allow for clock synchronization to occur manually or from a central location through a network time protocol (NTP) server or enterprise management server. The VMS shall also be capable of adjusting the clock to Daylight Saving Time automatically, and adjusting for deployment in varying time zones. The VMS shall allow the cameras to time sync with its clock.

5.4.21 Time Zones The VMS shall be capable of operating in a different time zone than a viewing application. The operator shall be able to work in either the time zone of their PC or the time zone of the VMS. Operator software shall display either the local (user) time zone, or the time zone of the VMS when displaying video timestamps.

Page 223: iiser

248

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

5.4.22 Video Loss Detection The VMS shall constantly monitor all video inputs for a synchronization signal and, if enabled, notify the administrator if a signal loss is detected.

5.4.23 Video Retrieval Compressed video from all cameras shall be stored in such a way that it is independently retrievable. Compressed audio shall be stored in such a way that it is retrievable and associated with the correct video input. When a video recording with associated audio is retrieved, the audio shall be retrieved automatically (synchronized) along with the video. The operator shall be able to retrieve a video clip from the VMS server at any file size up to a maximum of 2.0 GB.

5.4.24 Video Zoom/Full Screen Display Video viewing and playback windows shall be able to be displayed according to image resolution size (e.g., QCIF, D1, 1900 x 1080, etc.) and shall also support digital zooming within the window of up to 50x the image size. Wire-frame selection of the area to zoom in to shall be supported, as well as the ability to pan to areas of interest outside of the displayed window frame. The displayed video shall have an option to adjust to the size of the window frame. Any single video window shall be capable of being displayed in full screen mode with no window frame (if enabled, audio shall continue to be heard in this mode).

6. LIGHT MANAGEMENT SYSTEM FOR GREEN ENERGY BUILDING

i. The need of lighting control system arises when a large application area involves a number of lighting fixtures to be controlled efficiently. Facility managers can maximize energy efficiency, comfort, and productivity, as well as configure, monitor, analyze, and report on the light in an entire building – all from a central location. Lighting control systems not only provide the flexibility of controlling the light as per the design and layout in such area, but also enhance the important aspects of energy conservation leading to reduced electricity consumption. The various methods of saving energy would be After Hours and Occupancy Sensing. After-hours mode is used as an “intelligent off” setting that saves energy by automatically turning the lights off after normal working hours, while still allowing any occupants in a space to manually keep the lights on as needed. After-hours is useful in spaces that do not rely on occupancy sensors to turn lights off when a space is vacant. Occupancy detection is when occupancy sensors automatically turn lights on when a room becomes occupied, and off when the room is vacant. Sensors may have a preset or adjustable time-out depending on the sensor. Some systems may be programmed to go to specific light levels rather than ON and OFF. The lighting system should also have the provision to integrate with the building management system through BACNET. It should also show the individual area light status on the Lighting management server so as to have efficient energy monitoring and control from one location. The objective of the automation is energy savings, reduce wastage and increased security use.

Page 224: iiser

249

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

ii. Areas to be covered under Automation for the Biological Science & Physical Science Block:-

• Class Rooms

• Laboratory

• Wide Corridors

• Lobby

• Student Lab

• Chairman Room

• Meeting Room

• Discussion Room

• Elective Class Room

• Student lab

iii. In the CORRIDORS, the ceiling lights shall be connected to the Sensor along with inbuilt photometric detection which would be controlling all the lights automatically, as per the preset program. The lights shall be switched on or off as per the absence /presence of people in the corridor. This program shall be set into the sensor. In area like LABORATARIES, STUDENT LABS, PHD LECTURE ROOMS, COMMON INSTRUMENTLABS, COMPUTER LABS, DISCUSSION ROOMS, MEETING ROOMS, ELECTIVE CLASSROOMS ANDCHAIRMA'N CABIN following system design shall be applicable. A WALL MOUNT SWITCHING CQNTRLLER is suggested that shall be switching all the lights as per the circuits in the above areas and also act as an override to SENSOR. The sensor shall automatically detect movements/traffic in the room to switch all the lights on/off as per the occupancy. The lights hence shall be switched on once someone enters the room and switched off if the occupancy is nil. Individual circuits can be switched on/off directly from this wall mount switching controller as well. Lights in CLASSROOMS OF 60 SEATING CAPACITY AND SEMNAR ROOMS are to be controlled from a DB mount FLORESCENT CONTROLLER 4 CHANNEL which shall have a user interface or KEYPAD installed within the room for recall of the program designed. The lights in these are as shall be scene defined. The lights can either be controlled/dimmed on individual circuits or also be grouped together to create a scene/mood if so required. For example, during the presentation, lights facing the LCD screen are dimmed anywhere between a level from 3% to 100%, so that the presentation need not face the glare of lamps. 20-60 such scenes

Page 225: iiser

250

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

can be created in the module. Other devices like LCD, projectors, etc. are connected to a RELAY CONTROLLER DB MOUNT, to switch on/off directly as a program integrated to the lights for creating such moods /scenes.

7. AUDIO /VIDEO SYSTEM 7.1 Seminar Rooms

i. A Touch panel is provided as centralized control, for the users to control all the Audio, Video and in future Light Controls from one user interface which can control all the programs if so required by connecting with processor. The touch panel shall command all the devices connected to the system on pre-programmed levels of lighting, switching on/off the devices and controlling all from a central location.

ii. Taking an example, on the screen at a press of a single touch on the designated icon named “presentation’ the projector is switched on, the lights are dimmed, the sound system is activated and all this is achieved on a single touch of the screen, which is pre-programmed.

iii. Unlimited such scenes are defined and named according to the user choice onto the touch panel

iv. The projector is ceiling fixed. The presentation switcher is used to change the options of laptop/PC presentation

7.2 Audio Conferencing System ii. PA system comprising of multi-channel amplifier, wall mount speakers, Cordless

Hand Held Microphone and Lapel Microphone

iii. VGA connectivity has been planned through cable cubby to remove the undesired cables at the ports are connected through a Matrix switcher, the signal of which will be fed to the Plasma.

iv. A touch panel used to control Light, Audio and Video System at the touch of a virtual button on the screen.

v. A Gooseneck Microphone with The LED Ring shall light up to provide an indication of the speaker. Digital Signal Processors shall address each microphone individually and will provide hi fidelity performance by Echo cancellation of each independent Microphone. The switcher gives an input of the computer that is connected to any or all to Cable Cubby. These Cable Cubbies shall be embedded on the lectern Switchers being proposed to provide automatic switching of the VGA Signal received from the cable cubby which will be recessed and hardwired to the plasma or the Digital Signal Processor. An audio output of the active port of the switcher shall be connected to the DSP for subsequent amplification and transmission.

Page 226: iiser

251

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

vi. A Touch Panel Control System is being planned to activate and operate to a large extent- operator less conference for some serious and confidential meetings. This control System also integrates all above mentioned capabilities along with lights at a touch of virtual buttons available on a GUI Touch Screen.

vii. This Touch Screen System will control Lights, Audio and Video etc. It will be a user friendly tool in the hand of the user. In addition to this necessary cables of various types like HDMI, VGA, LR, CAT6, etc will be used to ensure optimum performances without Signal loss to the devices. Only Extron / Kramer cable is being proposed for Video Signal Transmission. A/V19" Equipment Rack Made of MS for housing of all above equipment , front lockable glass door, Fan tray frocolling, Caster wheel base , Main Panel with Spike Buster, Indivdual FUSE power supply unit, including all internal wiring/ interconnection as required.

7.3 DISCUSSION ROOM/MEETING ROOMS Discussion room /Meeting rooms are provided with a manual screen and a ceiling fixed

projector. Cable cubby for ease of operations to switch between the projector a/v display or the PC/laptop a/v display

7.4 CLASSROOM 30 SEATING A roll down screen and fixed projector as per the specs attached sensor and lighting

switches as per GRIHA standards.

7.5 LIST OF APPROVED MAKES THE ENGINEER-IN-CHARGE RESERVES THE RIGHT TO SELECT ANY OF THE BRANDS

INDICATED IN THE `LIST OF APPROVED MAKES'. THE TENDERER SHALL QUOTE HIS RATES ON THE BASIS OF THE PRICE OF THE BRAND/MAKE STIPULATED IN THE ITEM OF WORKS AS DESCRIBED IN BOQ & SPECIFICATION AS WELL AS IN THE LIST OF APPROVED MAKE. THE CONTRACTOR CANNOT CLAIM ANYTHING EXTRA IF THE OWNER CHANGES THE MAKE BUT WITHIN THE LIST OF APPROVED MAKE, BEFORE PLACING THE ORDER. ORDER OF THE MAKES IS NOT PREFERENTIAL. FINAL CHOICE OF MAKES LIES WITH THE EMPLOYER. CONTRACTOR SHALL GET MAKES APPROVED BEFORE PROCUREMENT.

S. No.

Item Name of Manufactures

1. Voltmeter and Ammeter

AE / MECO / UNIVERSAL / RISHAB

2. Selector Switch, Push Buttons, Emergency Switches

KAYCEE / L & T / GE / BCH

Page 227: iiser

252

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

S. No.

Item Name of Manufactures

3. Current Transformer AE / KAPPA / PRECISE / ADVANCE / GILBERT MAXWELL / INDCOIL

4. HRC Fuses L & T / GE / SIEMENS / ABB

5. MCB L & T (HAGER) / SCHNEIDER - (MULTI9) / SIEMENS - (BETAGARD) / ABB (S - 270 RANGE) / LEGRAND (LEXIC)

6. MCB DB SIEMENS / LEGRAND (LEXIC) / L & T (HAGER) / SCHNEIDER / ABB

7. RCBO SIEMENS / LEGRAND(LEXIC) / ABB / L & T (HAGER) / SCHNEIDER

8. FRLS PVC insulated copper conductor single / multi core stranded wires of 650 / 1100 volt grade

L & T / FINOLEX / STANDARD/ANCHOR/V GUARD/Havells

9. Telephone Wires Legrand/DELTON/SKYTONE/Finolex

10. Telephone Tag Block TVS R & M / KRONE

11. MS Conduit BEC / AKG / INTER CRAFT NEC

12. Switches, TV & Telephone Socket outlets, Boxes (Modular Type) (RJ - 11, RJ - 45)

LEGRAND (ARTEOR)/ MK(BLENZE)

13. Ceiling Fan HAVELLS Velocity/ CROMPTONN GREAVES High speed / USHA striker

14. Exhaust Fan HAVELLS / ALMONARD / CROMPTONN GREAVES

15. Terminal Blocks / Cage Clamp / Connectors

WAGO & CONTROLS / PHOENIX CONTACTS

16. Lightning Protection SOUTH ASIAN ENTERPRISE LTD. / DEHN INDIA PVT. LTD.

17. Surge protection PHOENIX / SIEMENS / DEHNINDIA PVT.

Page 228: iiser

253

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

S. No.

Item Name of Manufactures

devices LTD./EMERSON

18. Floor Trunking / Wall Channels

MK / LEGRAND / NEXO

19. Multi - function Meter SIEMENS / ABB / L & T / HPL SOCOMEC

20. DWC HDPE Pipe DURA LINE / CARLON / EMTELLE/REX

21. Computer Networking AKSH / SIGNAMAX / SIMON

22. Light Fixtures PHILIPS / TRILUX / SCHREDER /OSRAM/Wiprc

23. Lamps & Tubes OSRAM / PHILIPS / CROMPTON GREAVES

24. Energy Meter CONZERV (EM 6400 WITH MD) / HAVELLS / HPL SOCOMEC / SIEMENS (PAC) / SCHNEIDER (PM810)

25. Moulded Case Circuit Breaker

SIEMENS (SENTRON) / L&T(D sine) / SCHNEIDER COMPACT - NS / ABB (TMAX) / LEGRAND (DPX)

26. ACB SIEMENS(SENTRON-3WT)/SCHNEIDER (MASTERPACT(NW))/ABB-(EMAXPR 123)/L&T(UPOWER OMEGA3.5)

27. MCB SCHENEIDER (MULTI9) / L&T (HAGAR) / SIEMENS (BETAGARD) / LEGRAND - LEXIC

28. Indicating Lights ABB / SIEMENS / L&T / AE / VAISHNAV / SCHNEIDER

29. Indicating Instruments RISHABH / CONSERVE / L&T / YOKINS INSTRUMENTS / ENERCON

30. LT Cable CABLE CORPORATION OF INDIA / UNIVERSAL / FORT GLOSTER / FINOLEX / POLYCAB/GEMSCAB

31. Cable Glands DOWELS / CROMPTION / BICO / SIEMENS / COMET / RAYCHEM

32. LT Panel /Feeder Pillar SIEMENS / ADVANCE PANELS & SWITCHGEAR PVT. LTD. / ABB / SCHNEIDER/ ISRO approved panel board manufacture in category “B”

33. Cable Trays CTM ENGINEERING / LEGRAND CABLOFIL / INDIANA / SLOTCO / MEM / VENUS /

Page 229: iiser

254

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

S. No.

Item Name of Manufactures

34. UPS EMERSON/SCHNEIDER/GUTOR

35. Cable Lugs DOWEL / CROMPTION / BICO / SIEMENS / COMET / CABSEAL

36. Octagonal / ornamental Pole (G.I.)

PHILIPS / BAJAJ / TRANSRAIL LIGHTING LTD. (TLL) / SCHREDER

37. Lift Approved by the DG CPWD under Category “A” (JOHNSON/OTIS / KONE/ SCHINDLER/MITSUBISHI)

38. CCTV BOSCH/HONEYWELL/AMERICAN DYNAMICS

39. PA & Projection System BOSCH/RCF/BEYERDYNAMIC

40. All other Items not covered above

AS PER SAMPLE APPROVED

VI. FIRE PROTECTION WORKS

6.0 Scope of work 6.1 The scope of work for the Housing consists of the following, but is not limited to

the same: 6.1.1 Hydrant System consisting of Internal Hydrant DownCommer, Hydrant Stations

with all accessories such as Hydrants, Hoses, First Aid Hose Reel, Branch Pipe etc.

6.1.2 Pumping System consisting of Terrace Hydrant Pump and equipments such as Valves, piping, Instrumentation and Motor Starting System.

6.1.3 Sprinkler System, as indicated in drawing. 6.1.4 Supply of Fire Extinguishers such as Water type, Power type etc. 6.1.5 Addressable Fire Alarm System. This shall include a Main Fire Alarm panel,

Detectors, Manual Call Boxes, Devices, wiring and conduiting. 6.1.6 Obtain approval from Local Fire Service for the Systems installed as well as for

the overall Building. This shall be without any cost to the Owners.

Page 230: iiser

255

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

6.2 Co-ordination with other Services The Contractor and his specialist sub-Contractors shall be required to co- ordinate his activities with all other services such as Electrical and other services.

6.3 Exclusions All civil / structural builder works, major or minor, shall be included in the scope of the work to be executed by the Main Civil Contractor unless otherwise specified. All such builder works shall be shown in the shop drawing of specialised sub contractor.

The Contractor shall however furnish all details and relevant data required for design and detailed engineering of all such civil work.

6.4 Drawings The drawings issued are indicative only and are issued for guidance only. The Contractor shall prepare and submit shop drawings / data sheets of all the relevant materials used in the systems.

6.5 System Testing The Contractor shall arrange interim / stage inspection during execution of the works as and when so called for and shall carry out any rectification / modification as may be required by the Engineer.

Soon after the work is completed, the Contractor shall inform in writing to the Engineer for getting the complete system including all sub-systems and instrumentation, control panels etc. thoroughly inspected and tested for satisfactory performance. After satisfactory completion of tests of the Systems, the Contractor shall be required to carry out all start-up trials of the Systems provided by him.

Any defects noticed during these tests shall be speedily rectified by the Contractor.

6.6 Commissioning of the Systems After completion of the start-up trials and duly tested by the Engineer, the Engineer may instruct the Contractor for commissioning of the Systems. All the equipments / items in the system shall be operated to establish proper sequencing / sychronisation and co- ordinated working of the equipments / items. Any defect noticed during this period shall be promptly rectified by the Contractor.

Page 231: iiser

256

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

6.7 Approval by Local Fire Authority It shall be the responsibility of the Contractor to get all works in his scope approved from the Local Fire Authority.

The Contractor shall also bring to the notice of the Engineer any deviations from Local Fire Authority / Building Bye Laws Norms for the Systems that he shall install as well as architectural features that may be a hindrance to approval from the Local Fire Authority.

The Contractor shall get his shop drawings approved from the Local Fire Authority before start of work.

6.8 Hydrant System 6.8.1 Each Floor of the Teaching Block shall be provided with Hydrant Stations. The

Hydrant Station on every Floor shall have one number Hydrant, 2 nos. RRL Hose and a Branch Pipe. The Hydrant Station shall also be provided with a First Aid Hose Reel consisting of a double braided rubber hose wound on a drum. This set shall be connected to the Hydrant DownCommer through a 25 mm dia Ball Valve.

6.8.2 All internal Riser piping shall be M S and shall have welded jointing for pipes above 50 mm dia.

6.9 Pumping System 6.9.1 To cater for the Hydrant System, the following pumps are being provided: The

Indoor Stadium shall be fed by the External Hydrant System provided by others. No. Pump Type Discharge Head Drive

1. Terrace Main Pump 450 LPM

/ 900 LPM 35 Electric

6.9.2 The Pump shall have a Gate Valve on the Suction Side as well as Gate Valve and Non Return Valve on the Delivery Side. The Delivery of each Pump shall be connected to the Common Delivery Header.

6.9.3 The Main Pumps shall be end suction type coupled to motor and at 2900 RPM. All Pumps shall have mechanical seal.

6.9.4 An Air Vessel shall be provided with the Pumps. The Air Vessel shall be partly filled with water and shall provide for dampening effect to prevent water hammer when the Pump starts. The Air Vessel shall be provided with pipe spool piece on which pressure switches shall be fitted. The Pressure Switches shall be connected to the Starter on the Pump Starter Panel.

Page 232: iiser

257

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

6.10 FIRE PUMPS 6.10.1 General

6.10.2 The Pumps shall be single stage designed for continuous operation and shall have a continuously rising head characteristic without any zone of instability.

6.10.3 The head vs. capacity, input power vs. capacity characteristics, etc. shall match to ensure load sharing and trouble free operation throughout the range.

6.10.4 In case of accidental reverse flow through the pump the driver shall be capable of bringing the pump to its rated speed in the normal direction from the point of maximum possible reverse speed.

6.10.5 The motor shall have a 15% margin of power rating over the rated pump input power.

6.10.6 In case the Pump & Motor are from different manufacturers, the contractor under this specification shall assume full responsibility in the operation of the pump and the drive as one unit.

6.10.7 An automatic air release valve shall be provided to vent air from the pump. This valve shall be located at the highest point in the discharge line between the pump and the discharge check valve.

6.10.8 Pumps coupled with motor on a common platform shall perform smoothly without any excessive noise or vibration.

6.11 Pumps Casing 6.11.1 The casing shall be capable of withstanding to the maximum pressure

developed by the pump at the pumping temperature. 6.12 Impeller 6.12.1 The impeller shall be of bronze and the bush shall also be of stainless steel. 6.13 Pump 6.13.1 The pumps shall be horizontal end suction type. 6.13.2 The impeller shall be secured to the shaft and shall be retained against

circumferential movement by keying, pinning or lock rings. 6.13.3 All screwed fasteners shall tighten in the direction of normal rotation. 6.13.4 All Pumps shall be provided with Mechanical Seal. 6.14 Shaft 6.14.1 Shaft size shall be selected on the basis of maximum combined shear stress. 6.14.2 The shaft shall be of stainless steel ground and polished to final dimensions and

shall be adequately sized to withstand all stresses from rotor weight, hydraulic loads, vibrations and torques coming in during operation.

6.14.3 Length of the shaft sleeves must extend beyond the outer faces of gland

packing or seal and plate so as to distinguish between the leakage between shaft and shaft sleeve.

Page 233: iiser

258

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

6.14.4 Shaft sleeves shall be securely fastened to the shaft to prevent any leakage or loosening. Shaft and shaft sleeve assembly should ensure concentric rotation. The sleeve shall be of stainless steel.

6.15 Pump Shaft-Motor Shaft Coupling 6.15.1 All shafts shall be connected with adequately sized flexible couplings of suitable

approved design. Necessary guards shall be provided for the couplings. 6.16 Base Plate 6.16.1 A common base plate mounting both for the pump and drive shall be provided.

The base plate shall be of rigid construction, suitably ribbed and reinforced. 6.16.2 Base plate and pump supports shall be so constructed and the pumping unit so

mounted as to minimise misalignment caused by mechanical forces such as normal piping strain, hydraulic piping thrust etc.

6.17 Vibration & Balancing 6.17.1 The rotating elements shall be so designed to ensure least vibration during start

and throughout the operation of the equipment. All rotating components shall be statically and dynamically balanced at workshop.

6.18 Instruction Manual & Tools/Spares 6.18.1 A comprehensive instruction manual shall be provided by the contractor

indicating detailed requirements for operation, dismantling and periodic operation and maintenance procedures.

6.19 ELECTRIC MOTORS 6.19.1 The motor shall be designed not to draw starting current more than 3 times

normal running current. It shall be designed for continuous full load duty. The motor shall be full load duty & shall be capable of handling the required starting torque of the pumps. Speed of motor shall be compatible with the speed of the pump.

6.19.2 The cooling fans shall be directly driven from the motor shaft. 6.19.3 Motors shall be enclosed type and shall have a dust tight construction with

suitable means of breathing and of drainage to prevent accumulation of water from condensation.

6.19.4 All components shall be of adequate mechanical strength and robustness and shall be constructed of metal unless otherwise approved.

6.19.5 The rating and design shall conform to relevant IS specification. 6.19.6 The motors shall be Squirrel Cage TEFC Induction type. 6.19.7 The motors shall be wound for Class-F insulation, and the winding shall be

vacuum impregnated with head and moisture resisting varnish, and glass wool insulated to withstand tropical conditions.

6.19.8 Two independent earthing points shall be provided on opposite sides of the motor for bolted connections.

Page 234: iiser

259

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

6.19.9 415 Volt power terminals shall be suitable for receiving 1.1 kv grade armoured power cables.

6.19.10 The cable boxes and terminations shall be designed to enable easy disconnection and replacement of cables.

6.19.11 Motor shall be suitable for +/- 10% variation in voltage and +/- 3 % variation in frequency.

6.20 CONTROL PANEL 6.20.1 General

6.20.2 The Panel shall be fabricated with 16 SWG for Doors and Covers and 14 SWG for frame and of CRCA M.S. Sheet Construction with Red Oxide Primer and finally with approved colour paint to be stove enameled. The busbar shall be of aluminium with PVC sleeving of appropriate colour code, have a minimum current carrying capacity of 400 Amps. Colour shade shall be RAL 7032 as per DIN and shall be powder coated.

6.20.3 The Panel should be cubical compartmentalised type with separate cable chamber &Busbar Chamber. The Control terminals & Power terminals should be separated and necessary ferrule markings, Colour code shall be followed. A space for 300 mm shall be provided at the Bottom of the panel and necessary M.S. channel for the foundation shall be provided.

6.20.4 The Busbar calculation shall be made for 1 Amp / mm2 for Aluminium. The necessary interlocks shall be provided as per system description. The fuse switch/switch fuse unit shall be IS:4064-1978 and HRC fuse links shall be IS:2208-1962 or IS:9224-1979.

6.20.5 The Contractor shall submit the drawings, interconnections diagram for approval of the Client/Consultant. Drawings shall indicate cable inlets, outlets, chamber dimensions and front and side elevations. Further, the Contractor shall also submit complete schematic of the electrical circuits for all pumps from the point of cable entry upto supply to the pumps. This drawing shall take into account all fuses, contactors, switches, meters etc.

6.20.6 The apparatus and circuits in the panels shall be so arranged as to facilitate their operation and maintenance and at the same time to ensure the necessary degree of safety.

6.20.7 Provision shall be made in the panel for terminating the incoming cables as required in the single line diagram. Only Top entries shall be permitted and all cables shall be provided with cable terminations.

6.20.8 Provision shall also be made for permanently earthing the frames and other

metal parts of the switchgear by two independent connections.

Page 235: iiser

260

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

6.21 CODES AND STANDARDS FOR PUMPS AND MOTORS 6.22 Pumps 6.22.1 The pumps shall perform to the standards and codes as given below: 6.22.2 IS:1520 Horizontal centrifugal pumps for clear, cold and fresh

water. 6.22.3 BS:599 Methods of testing pumps. 6.22.4 PTC:8 ASME Power Test Codes - Centrifugal Pumps. 6.23 Motor 6.23.1 The following codes shall be applicable for the motor. 6.23.2 IS:325 Induction motors, three-phase 6.23.3 IS:900 Induction motors, installation and maintenance, code of practice

for 6.23.4 IS:7816 Guide for testing insulation resistance of rotating

machines. 6.23.5 IS:4029 Guide for testing three phase induction motors. 6.23.6 IS:3043 Code of practice for earthing. 6.23.7 Further to those stated above, the design, manufacture, installation and

performance of motors shall conform to the latest Indian Electricity Act and Indian Electricity Rules. The motor shall also be acceptable to the Tariff Advisory Committee.

6.24 FIRE FIGHTING ACCESSORIES 6.24.1 Piping

6.24.1 Pipes of the following types (depending upon the description of item) shall be used :

6.24.2 MS pipes conforming to IS:1239, ISI marked ( heavy / medium grade, as required ) for pipes of sizes 150mm NB and below).

6.24.3 Piping (for Pipes upto 150 mm dia) The pipes shall be manufactured by Electric Resistant Welded ( ERW ) / High

Frequency Induction Welding or Hot Finished Welded process. The sulphur and phosphorus requirements in steel shall not be more than 0.05 percent each. The tubes shall be manufactured from hot rolled steel skelps / strips conforming to IS :10748.

The following manufacturing tolerances shall be permitted on the tubes and sockets :

Thickness : Shall not be less than 10 percent. Weight : Shall not vary by more than 10 percent either way.

Page 236: iiser

261

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

The pipes shall satisfy the following table with regard to diameter, thickness and weight of tube.

Screwed tubes shall be supplied with threads as per IS:554. Each tube shall be tested for hydrostatic test for leak tightness as an in process test at the manufacturer's works. The finished pipe shall be tested for Tensile Strength, Elongation, Bend Test and Flattening Test.

6.24.4 Hangers and supports shall be capable of carrying the sum total of all concurrently acting loads. They shall be designed to provide the required supporting effects and allow pipelines movements as necessary.

6.24.5 The piping system and components shall be capable of withstanding 150 per cent of the working pressure including water hammer effects and test pressure upto 10.0 kg/cm2.

6.24.6 Flanged joints shall be used for connections to vessels, equipment, flanged valves and also on suitable straight lengths of pipeline of strategic points to facilitate erection and subsequent maintenance work.

6.24.7 All pipe to pipe recieving edges shall be bevel finished to a clean edge by a electric grinder. A requisite gap determined by the thickness of the weld electrode shall be given between the joints before start of welding.

6.24.8 Weld Electrodes shall be of approved make, of grade and type as suitable for the job.

6.24.9 Joints shall be given a first weld in full width without burrs on the full dia of the

pipe. Welding shall be carried out vertically from the surface to be welded. Weld fluxes shall not be so plastic such as to fall or drip down.

6.24.10 After application of first coat the weld shall be ground and then another

layer of welding shall take place. The weld shall also be cleaned by grinding. Similarly, a third weld shall also be applied.

6.25 Valves 6.25.1 Sluice valves shall be used for isolation of flow in pipe lines For sizes upto

50 mm, gate valves shall be outside screw rising spindle type and shall be as per IS: 778 Class-I and Class-II, as applicable. For sizes 80 mm to 300 mm, gate valve shall be as per IS: 14846, PN=1.0 and shall be of outside screw and rising type and cast iron double flanged. The valves shall, however, be tested to PN:1.6.

6.25.2 Gate valves shall be provided with a hand wheel arrangement. 6.25.3 Non-return valves shall be cast iron spring action swing check type. An arrow

Page 237: iiser

262

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

mark in the direction of flow shall be marked on the body of the valve. These valves shall conform to IS:5312. The flap shall be of cast iron and flap seat ring of leaded gun metal.

6.25.4 Valves below 50 mm size shall have screwed ends while those of 50 mm and higher sizes shall have flanged connections. Drain lines will have valves for draining.

6.26 Hydrant 6.26.1 Hydrant valve shall be as per IS: 5290 of stainless steel. The valve shall be

oblique type complete with hand wheel, quick coupling connection, spring and gun metal blank cap as per I.S.:5290. The hydrant shall be fixed on Hydrant Riser through a 80 mm dia spool piece, at approx. 1.2 mtr from floor level. The Hydrant shall be IS marked. Orifice plate in 6 mm thick stainless steel with orifice of 32 / 40 / 50 mm dia shall be provided with each Hydrant.

6.26.2 The Hydrant shall be constructed from stainless steel as per IS, and finished to a smooth polish on screwed ends. The Hydrant shall have screwed inlet of 75 mm dia, flanged type with 4 nos holes. The outlet shall be 63 mm female instantaneous oblique type. The spindle shall be of gun metal with cast iron wheel. The Hydrant shall have a PVC plug with chain fixed to the main body of the Hydrant. The Hydrant shall conform to IS:5290. The Hydrant shall be tested to 25 kg / cm2 test pressure. All threaded joints shall be sealed with Holdtite. The lug shall be wing type.

6.27 First Aid Hose Reel 6.27.1 The Hose Reel shall be cabinet type with in built drum and hub wheel ties. The

supply pipe shall be of aluminium alloy and be a part of the suspension assembly. The drum shall rotate freely on the assembly. The drum shall be fabricated from MS / GI sheet of minimum 18 guage thickness. The drum shall have a glazed front shutter.

6.27.2 The hose reel shall be directly tapped from the riser through a 25 mm dia pipe, the drum and the reel being firmly held against the wall by use of dash fasteners. The Hose Reel shall be swinging type (180 degrees) and the entire Drum, Reel etc shall be as per and IS:884 including marking. The tubing shall be of IS:444 marked and rayon double braided. The nozzle shall be 6 mm dia gun metal rotating head shut off type. A Ball Valve shall be used to shut off the water supply to the Hose Reel.

6.28 Air Vessel 6.28.1 The Air Vessel shall be provided to compensate for slight loss of pressure in the

system and to provide an air cushion for counter acting pressure surges whenever the pumping set comes into operation. It shall be normally partly full of water, the remaining being filled with air which will be under compression

Page 238: iiser

263

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

when the system is in normal operation. Air vessel shall be fabricated from 8 mm thick MS plate with dished ends and suitable supporting legs. It shall be provided with a 100 mm dia flanged connections from pump, one 50 mm drain with valve, one water level guage and 25 mm sockets for pressure switches. The air vessel shall be hydraulically tested to 20.0 kg / cm2 pressure for 30 minutes. All Valves shall be Ball Valves in gunmetal.

6.28.2 The Vessel shall be at least 1.5 M long ( excluding dished ends ) and shall be of 450 mm dia.

6.29 Fire Brigade Inlet 6.29.1 Fire Brigade Inlet Connection shall be taken directly to the Down Commer. It

shall comprise of multiple instanteous male inlet coupling with plug and steel chain. The Inlet shall have a dual plate wafer type non return valve and a Butterfly Valve on the line upto the Riser. The Fire Brigade Inlet shall be complete with necessary components like special fittings of medium quality MS bends, flanged tees etc. The plug shall be of moulded P V C.

6.29.2 Fire Brigade Inlet for Tank Filling by Fire Brigade shall be four way with gun metal instanteous male inlet coupling connection for connection with Fire Brigade vehicles.

6.29.3 The inlets shall be provided with ABS Quality by Plastic Blank caps with chain and arrangement for attaching the blank cap & chain to the FB inlet.

6.30 System Drainage 6.30.1 The system shall be provided with suitable drainage arrangements with MS

piping of 40 mm dia, complete with all accessories, and provided with 40 mm dia ball valve.

6.31 Pressure Gauge 6.31.1 The Pressure Gauge shall be constructed of die cast aluminium. It shall be

weather proof with an IP 55 enclosure. It shall be a stainless steel Bourden tube type Pressure Gauge with a scale range from 0 to 16 Kg / CM square and shall be constructed as per IS: 3624.

6.32 Painting 6.32.1 All Hydrant pipes shall be painted with post office red colour paint. All pipes

shall first be cleaned thoroughly before application of primer coat. After application of primer coat two coats of enamel paint shall be applied. Each coat shall be given minimum 24 hours drying time. No thinners shall be used. Wherever required all pipe headers shall be worded indicating the direction of the pipe and its purpose such as " TO RISER NO. 1 " etc. All necessary protection to adjacent objects shall be taken by the Contractor.

6.33 Couplings 6.33.1 Couplings shall be of stainless steel, machined and polished to requirements.

Page 239: iiser

264

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Both Male and female couplings shall be fitted into each other smoothly and without any unnecessary force. Couplings shall IS:903 marked with the name of the manufacturer. The coupling shall be tested to 25 kg / cm2 test pressure. The Male couplings shall be provided with lugs for inserting female coupling.

6.34 Branch Pipe 6.34.1 The Branch Pipe shall be constructed from stainless steel and finished to a

smooth polish. The Branch pipe shall be able to give straight stream. The Branch shall be as per IS:903. The Branch Pipe shall be tested to 20 kg / cm2 pressure.

6.35 Codes & Standards 6.35.1 The following codes and standards and their subsequent modifications shall

apply for the design, manufacture, shop testing, erection, fabrication at site, testing and trial operation of piping, valves and specialities requirements : IS:554. Dimensions for pipe threads where pressure tight joints are

required on the threads. IS:638. Sheet rubber jointing and rubber insertion jointing. IS:778 Copper alloy gate, globe and check valves for water work purposes. IS:780. Sluice valves for water-works purposes (50 mm to 300 mm). IS:901. Couplings, double male and double female, intantaneous pattern for fire fighting. IS:1239 Mild steel tubes, tubulars and other wrought (Part I & II) steel fittings.

IS:884. Swinging type wall mounted hose reel with drum,

IS:388. hose tubing.

IS:4038 Foot valves for water-works purposes.

IS:5290 Landing valves.

IS:10221 Anti corrosion treatment for underground MS pipes.

IS:5312 Swing check type reflux (non-return) valves.

Rules for Automatic sprinkler installation & Tariff Advisory Committee.

6.36. FIRE ALARM SYSTEM 6.36.1 Scope of Work

Page 240: iiser

265

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

6.36.2 The Design consists of a multi loop Intelligent Addressable Fire Alarm System with the Panels located on the Ground Floor along with accessories such as Sensors, Call Points, and Alarm signals located as per drawing.

6.36.3 The Building shall have an Intelligent Addressable Fire Alarm System for all areas from Ground Floor onwards. The System shall have Class A Wiring. Field Devices shall include Sensor Devices, Manual Call Box, Input Card ( from Flow Switch and Magnetic Contact ), Output Modules to switch off AHUs etc. Strobes and shall be provided with Output Module on common areas. Fault Isolators shall be provided as required.

6.36.4 The scope of work under this head shall include designing, supplying and installing of Intelligent Addressable Fire Detection cum Alarm System for the Building and shall cover areas marked by the line diagram plus any other area which may be decided subsequently, to be protected by the Fire Alarm system. The work under this system shall consist of furnishing all materials, equipments and appliances and labour necessary to install the said System, complete with Detectors, Panel, Speakers, Manual Push Button Stations, Input Modules, Output Modules, Relays etc for disconnecting other systems such as A H Us and electric supply etc.

6.36.5 It shall include laying of cabling ducts, conduits and power supply etc, necessary for installation of the System with supply of detectors of appropriate type as indicated in the specification and Schedule of Quantities. Any openings / chasing in the wall / ceiling required to be made for the installation shall be made good in appropriate manner.

6.37 Design Description 6.37.1 The System shall have a multi loop panel and distributed as per drawing. All

Devices shall be connected directly to the Loop. The P A System shall be independent from the Fire Alarm System.

6.37.2 Loop cabling shall be A class. 6.37.3 The Panel shall have necessary Logic Software and Hardware built into it for

time delay starting of strobe and for hooters. Further, AHUs of each Floor shall be shut off only when any detector on that floor operates an alarm.

6.38 Specification: 6.38.1 The design, supply and installation and testing of the entire fire alarm system

shall conform to EN 54 or NFPA 72. The detectors shall conform to relevant codes for Fire Alarm Systems.

6.38.2 A general line diagram showing the circuit, and spacing of detectors is enclosed. However, this line diagram is mainly for guidance of the Bidders and wherever it may be at variance with the EN 54 or NFPA 72, the latter shall be followed.

Page 241: iiser

266

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

6.39 Intelligent Addressable type Rate of Rise type Heat Detector 6.39.1 The Heat Detector shall be Intelligent Addressable detector with its own

manually-set digital code and be able to give a single digitised output to the Fire Alarm Panel regarding its condition. The Detector shall employ the thermistor priciple for heat sensing and the fixed temperature setting shall be at 57o Centigrade. It shall be able to communicate with the Fire Alarm Panel by the electrical pulses emitted from the Panel. The microprocessor within the detector shall independently employ programmable algorithms to dynamically examine smoke values and initiate an alarm based on that data.

6.39.2 The detector shall be capable of carrying out independent fire detection algorithms. The fire programmable detection algorithm shall measure sensor signal dimensions, time patterns and shall be able to combine different fire parameters to increase reliability and distinguish real fire conditions from nuisance alarms. Signal patterns that are not typical of fires shall be eliminated by inbuilt software filters.

6.39.3 The detector shall have a separate means of displaying communication and alarm status. Each detector shall be individually programmed to operate at different sensitivity settings ( those operating in offices and those in corridors ).

6.39.4 The detector shall have a micro processor that shall have n environmental compensation algorithm, which shall identify and set ambient thresholds based on environmental conditions. The detector shall continually monitor the environmental impact of temperature, humidity, other contaminates as well as detector aging. This shall employ digital compensation to adapt the detector to 24 hour long period environmental changes. The detector shall monitor the environmental compensation value and alert the system operator when the detector approaches the threshold of the threshold considered for the environment. The micro processor shall have differential sensing algorithms which shall provide a constant differential between selected detector sensitivity and the approved sensitivity level. The approved sensitivity information shall be updated and permanently stored at the detector everyday.

6.39.5 The Base of the Detector shall be interchangeable with other Smoke Detectors and the construction shall be of poly carbonate or any approved proprietory flame retardant material. LEDs shall be provided to indicate locally alarm condition. The enclosure shall meet IP 22 protection grade.

6.39.6 The Detector shall meet the requirements of NFPA / EN 54 and shall be specifically approved by UL / LPCB / VDS. It shall be possible to test the Detector's working both from the Panel as well as locally by means as designed by the Bidder. The approved coverage per Detector for unhampered areas shall not be less than 50 M2.

Page 242: iiser

267

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

6.39.7 The detector shall be protected from reverse polarity or faulty zone wiring. It shall also be possible to test the detector in the field through use of magnet or test devices. The circuitry shall be solid state devices and sealed to prevent damage from dust, dirt or humidity. The circuitry shall be protected against usual electrical transients and electromagnetic interference.

6.39.8 Each Detector shall be provided with a Fault Isolator which shall be able to detect wire short circuit / loose wiring and similar conditions and shall be able to isolate that segment from the circuit, so that the rest of the circuit continues to operate.

6.39.9 The Fault Isolators shall operate in pairs in any loop and whenever any short circuit occurs between any two of them, both immediately shall switch to an open circuit state and isolate the length of wiring between them. The Isolators should automatically return to the closed circuit as soon as the short circuit is corrected.

6.39.10 The Fault Isolator shall limit the number of modules or detectors that may be rendered inoperative by a short circuit fault on the loop. When a wire-to-wire short occurs, the Fault isolator shall automatically disconnect that part of the circuit. When the short circuit condition is corrected, the Unit shall automatically reconnect the isolated section.

6.40 Intelligent Addressable Photo Electric type Smoke Detector 6.40.1 The Photo Electric Smoke Detector has an optical sensing chamber that

operates on the light scattering principle and responds to those particles that form optically dense smoke. When smoke enters the sensing chamber it scatters light which is recieved by a photo cell. The signal is amplified and digitised for reception by the Panel. The Detector shall activate on receiving smoke particles in the 0.5 to 10 micro metre range. The detector shall be completely solid state with L E D indication at the base. The microprocessor within the detector shall independently employ programmable algorithms to dynamically examine smoke values and initiate an alarm based on that data.

6.40.2 The detector shall be capable of carrying out independent fire detection algorithms. The fire programmable detection algorithm shall measure sensor signal dimensions, time patterns and shall be able to combine different fire parameters to increase reliability and distinguish real fire conditions from nuisance alarms. Signal patterns that are not typical of fires shall be eliminated by inbuilt software filters.

6.40.3 The detector shall have a separate means of displaying communication and alarm status. Each detector shall be individually programmed to operate at different sensitivity settings ( those operating in offices and those in corridors ).

6.40.4 The detector shall have a micro processor that shall have n environmental

Page 243: iiser

268

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

compensation algorithm, which shall identify and set ambient thresholds based on environmental conditions. The detector shall continually monitor the environmental impact of temperature, humidity, other contaminates as well as detector aging. This shall employ digital compensation to adapt the detector to 24 hour long period environmental changes. The detector shall monitor the environmental compensation value and alert the system operator when the detector approaches the threshold of the threshold considered for the environment. The micro processor shall have differential sensing algorithms which shall provide a constant differential between selected detector sensitivity and the approved sensitivity level. The approved sensitivity information shall be updated and permanently stored at the detector everyday.

6.40.5 The detector shall be able to sense incipient fire by detecting the presence of visible and invisible products of combustion. The light source intensity shall automatically adjust to compensate for possible effects of dirt and dust accumulation in the sensor/lens. The Smoke density in the chamber shall be measured by a optical system built within the detector. The detection principle shall employ a multiple light pulse coincidence circuit in order to prevent the false alarms. The detector shall be provided with response indicator ( LED ) and the sensitivity of the detector shall not vary with change in ambient temperature, humidity, pressure of voltage variation.

6.40.6 Neither its performance shall be affected by air current upto 10 mtr per second. The detector shall be suitably protected against dust accumulation / ingress. All detectors shall be identical in construction design and characteristic to facilitate easy replacement. The detector housing shall be damage resistant made of polycarbonate or proprietoryself extinguishing material. The detector shall have a screen to prevent entry of insects into the sensor.

6.40.7 The coverage per smoke detector shall be upto a minimum of 80 M2. This coverage area will reduce depending upon structural configurations or partitions etc. It shall be possible to connect Smoke Detector with Heat Detector or Manual Push Buttons in the same circuit. The sensitivity of detector shall be set adjusted by the supplier to suit the site requirement.

6.40.8 It shall have in-built safety device to monitor the removal and pilferage of the detector. The detector also must have facility for remote indication.

6.40.9 The Base of the Detector shall be interchangeable with other Smoke or Heat Detectors. The enclosure shall meet IP 40 protection grade.

6.40.10 The Detector shall meet the requirements of NFPA / LPCB and be approved by UL / LPCB VdS. It shall be possible to test the Detector's working both from the Panel as well as locally by means as designed by the Bidder.

6.40.11 It shall be possible to mount the detectors in Duct Casting Units for sampling of

Page 244: iiser

269

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Supply Air from the A H Us. 6.40.12 Each Detector shall be provided with a Fault Isolator which shall be able to

detect wire short circuit / loose wiring and similar conditions and shall be able to isolate that segment from the circuit, so that the rest of the circuit continues to operate.

6.40.13 The Fault Isolators shall operate in pairs in any loop and whenever any short circuit occurs between any two of them, both immediately shall switch to an open circuit state and isolate the length of wiring between them. The Isolators should automatically return to the closed circuit as soon as the short circuit is corrected.

6.40.14 The Fault Isolator shall limit the number of modules or detectors that may be rendered inoperative by a short circuit fault on the loop. When a wire-to-wire short occurs, the Fault isolator shall automatically disconnect that part of the circuit. When the short circuit condition is corrected, the Unit shall automatically reconnect the isolated section.

6.41 Fire Alarm System 6.41.1 The Fire Alarm System shall conform to NFPA 72 / EN 54 in respect of design

and installation, and it shall give Audio / Visual Alarm signals when the temperature in case of Heat Detector or smoke density in case of Ionisation or Photo Electric Detector exceeds the pre-set limit. The system shall give pin point location of fire with warning system and voice communication for commands and instruction if required. All Panels shall have 16 bit processors.

6.41.2 The System shall be Computer aided micro processor based with central control and monitoring facility. The basic function of the System shall be to be able to achieve pin point location of alarm indication. Secondary functions such as pre warning of possible alarm situation, self diagnosis, checking upon faulty detectors and switching on / off of unrelated activities such as A H Us or Power Supply shall also be possible in this System. In case of more than one panel, all panels shall have peer to peer communication. Both panels shall be independant in operation for the area it serves. Master - slave configuration shall not be acceptable.

6.41.3 Each Loop shall have a minimum capacity of 120 detectors in a circuit. The Fire Alarm Panel itself shall have have the mother boards / transponders / interface of each zone built-in.

6.41.4 Annunciation ( Hooter Alarm ) facility shall also be inbuilt into the Panel, the Panel being able to initiate alarm signal for any particular set - in this case a floor - hooter as required. The signal shall be transferred to the relevant

Page 245: iiser

270

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

channel in the P A System. 6.41.5 The system shall be fully supervised for all fault conditions with distinctive

alarms operated for fault and fire conditions. Test push buttons / features shall be provided to test the electronic circuits and detector conditions.

6.41.6 The Panel shall be so programmed that when a particular detector or group of detectors give a fire signal the Panel should be able to trip an individual A H U automatically. The respective Loop Card shall be so programmed that in case of Fire conditions in a area air conditioned by an AHU the Panel shall be able to trigger a Relay through the Output Card that shall shut off the AHU through an additional Contactor provided in the AHU Panel by the AC Contractor.

6.41.7 The Basic System Functional Operation shall be as follows : 6.41.8 The Panel LED shall flash and Panel piezo-electric signal in the control panel

shall actuate. 6.41.9 The LCD display shall indicate all information associated with the fire alarm

condition, including the type of alarm point and its location within the protected premises.

6.41.10 The Panel shall log the information associated with the fire alarm control panel condition, along with the time and date of occurrence.

6.41.11 All system output programs assigned via control-by-event/ logic equations to be activated by the particular point in alarm shall be initiated.

6.42 Addressable Manual Call Box 6.42.1 Manual Push Button shall be of Break Glass or Pull down type units, completely

encased in a plastic housing with provision for cable or conduit coupling. The Manual Push Button shall have the word prescribed in clear bold letters on facia window "In Case of Fire Break Glass / Pull Down".

6.42.2 The Manual Call Box Station shall be fully addressable with its own set code and operated by digitised signals sent from the Panel. The Voltage range shall be from 15 V to 28 V. It shall have protection as per IP 33. For exposed areas.

6.43 Addressable Fire Alarm Control Panel 6.43.1 The Fire Alarm Control Panel shall be micro processor based fully Intelligent

Addressable Analogue Control Unit which shall control all Intelligent Addressable detectors, Manual Call Stations and Switching Systems ( for disconnecting A H U and power supply ) connected to it and outher Input Devices such as Magnetic Contacts and Flow Switches.

6.43.2 All addressable units shall be connected to the Panel through the Loop Cards and shall be addressed through individualised numbers. The Panel shall be able to obtain analogue value / percentage obscuration value for all detectors in the circuit through a pulsed digitalised current data. The Panel shall be able to analyse all analogue inputs from all addressable units, and through its own

Page 246: iiser

271

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

software and ambient level screening the Panel shall be able to identify Fire, possible Fire or Fault conditions. The Unit supervision shall be dynamic and continuous.

6.43.3 The Fire Alarm Panel shall itself have all Loop Cards in it. No isolated mother board or transponder is being considered. Each Loop shall have a capacity of 120 detectors.

6.43.4 The Panel shall also give adequate warning signal whenever there is dust accumulation in detectors, and upto the point of its replacement it should be possible to change the level of ambient alarm calibration condition either by the use of software programme operable by the Owner or by resetting the detector.

6.43.5 Short circuiting, loose wiring or missing units shall also be be reported at the Panel with pin point or segment-wise location. In such cases, the System through the use of Fault Isolators shall be able to isolate that segment between the two fault Isolators.

6.43.6 The Panel shall have a minimum 2 x 40 character Liquid Crystal Display Alpha - Numeric type on it to indicate immediately all conditions. In case of testing of the System from the Panel, the Display shall be able to give status of analogue value of all detectors being tested. The Panel shall also be able to carry out continuous self monitoring when in normal condition.

6.43.7 The Panel shall have either an in-built or external printer coupled to the Panel which shall log all events with time. The printout shall clearly indicate the event - Fire / Pre Alarm / Fault etc, the Unit address and time.

6.43.8 The Panel shall also be able to discriminate between false alarms and fire conditions, as well as priority selection of alarm address in case alarm activates in two or more remotely located Units simultaneously. In such cases, the Manual Call Box shall be reported first, group of sequencially laid detectors ( in one room for example ) second and a detector with the greatest obscuration over a period of time third.

6.43.9 The Panel shall also be able to actuate Switches automatically in case of Fire condition, that of A H Us and Power Supply. The Bidder will be required to design and install the System in operation in coordination with the relevant Contractors. The Bidder will not be allowed to charge extra on this account, and such charges shall be included in his package.

6.43.10 In this respect the Bidder is required to take note of Clause relating to cutting off of AHUs given above. The Bidder shall indicate in his Bid what facilities shall need to be provided by the Client for completion of this mechanism.

6.43.11 The System shall be fail safe and adequate safe guards should be under taken

Page 247: iiser

272

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

that in the event of a failure of a part of the System it shall not handicap the complete System. The Mother Board shall be of Modular Construction.

6.43.12 The Bidder shall undertake the responsibility of the complete installation, commissioning, user trials, training and maintainance of the System as required. The Bidder shall take all responsibility for preparation and installation of System Soft Ware into the Panel. The Soft Ware shall be such so as to be easily operated by the Owner's Personnel, is secured against Software errors, ability to be upgradable so as to incorporate more Detector Units or replacement / changing of Detector Units, can incorporate more features at a later date such as Illumination Control, Security etc.

6.43.13 The Panel shall have its own Battery Back up. The Battery shall be of sealed maintenance free type of capacity minimum 25 Ah capacity.

6.43.14 The Panel shall be totally enclosed dust and vermin proof type made of minimum 1.6mm dust inhibited sheet with even baked finish. The panel shall be of completely solid state design.

6.43.15 The logic circuitry shall be based on high noise immunity solid state hardware employing modular construction. Logic cards shall be of epoxy fibre glass construction.

6.43.16 The System shall meet the EN 54 / NFPA 72 standards and all equipments excluding cabling and wiring shall be listed with UL / LPCB / VdS.

6.43.17 The Panel shall have software to cater to the change over of any of the operating Loop Cards to an extra Loop Card. Other software necessary to actually change the terminals of a Loop from an existing Loop Card to the extra Loop Card shall be carried out at site as and when required. Charges for such soft ware, loading, test run etc. shall be indicated when required.

6.43.18 Peer to peer communication between panels shall be provided with event of each panel being provided on the other panel.

6.43.19 The Panel shall also have programmable Automatic Day / Night Sensitivity Adjustment, Drift Compensation by which the detector’s sensitivity threshold level due to dust shall be automatically adjusted over time. The panel shall also upload / download System Database to PC Computer.

6.43.20 The Fire Alarm Control Panel shall be capable of supporting interactive Colour

Graphics Package complete with history logging. All the zone shall be displayed with colour coded graphics that indicate the status of each zone and its location.

6.43.21 The Main Processor Central Processing Unit shall communicate with, monitor, and control all other modules within the control panel. Removal, disconnection or failure of any control panel module shall be detected and reported to the

Page 248: iiser

273

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

system display by the central processing unit. The CPU shall contain and execute all control-by-event/ logic programs for specific action to be taken if an alarm condition is detected by the system.

6.44 Power Supply 6.44.1 The control panel shall derive 230 Volts power from main supply. A standby

power supply shall be immediately available in the event of failure of normal supply and shall automatically be connected so as to maintain the equipment in condition such that fire alarm originating from the operation of detector can be given.

6.44.2 Suitable arrangements shall be incorporated to prevent secondary batteries from discharging through the charging equipment in the event of its breakdown or a failure in the supply.

6.44.3 Necessary automatic changeover from normal to standby DC supply in case of main supply failure shall be provided by the Contractor.

6.44.4 In addition to the batteries, a battery charger suitable for operation on the auxiliary power shall be supplied. The capacity of the charger shall be such that the same can boost charger the battery (within 8 hrs) while supplying the rated load of the fire detection and annunciation system. Facilities shall be provided to limit the voltage supplied to fire detection and alarm system to their rated values during the time of boost charging. The charger shall normally supply the battery trickle charging current and the DC load of the fire detection and alarm system. In case the AC supply on the input side of the charger fails the necessary power for the complete fire detection and alarm system including P A shall be supplied by the battery.

6.44.5 Switches, fuses, overloaded devices, voltmeter, ammeter and earth fault indicating device shall be furnished for the power supply system.

6.44.6 Visible and audible annunciation for troubles or failure in the power supply system like "Charger Failure", "Battery Low Voltage", etc shall be provided.

6.44.7 Battery earth / fault indication / annunciation shall be included in the panel. 6.44.8 The electronic cards to be used in the battery chargers shall be of PCB type

with male /female type plug-in contacts 6.44.9 Automatic boost / trickle charging facility shall be included in chargers 6.45 Intelligent Addressable Multi Criteria Photo Electric cum Heat

Detector 6.45.1 The Detector shall be provided with both Smoke and Heat Sensor. The Photo

Electric part shall have an optical sensing chamber that operates on the light scattering principle and responds to those particles that form optically dense

Page 249: iiser

274

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

smoke. When smoke enters the sensing chamber it scatters light which is recieved by a photo cell. The signal is amplified and digitised for reception by the Panel. The Detector shall activate on receiving smoke particles in the 0.5 to 10 micro metre range. The detector shall be completely solid state with L E D indication at the base. The microprocessor within the detector shall independently employ programmable algorithms to dynamically examine smoke values and initiate an alarm based on that data.

6.45.2 The detector shall be capable of carrying out independent fire detection algorithms. The fire programmable detection algorithm shall measure sensor signal dimensions, time patterns and shall be able to combine different fire parameters to increase reliability and distinguish real fire conditions from nuisance alarms. Signal patterns that are not typical of fires shall be eliminated by inbuilt software filters.

6.45.3 The detector shall have a separate means of displaying communication and alarm status. Each detector shall be individually programmed to operate at different sensitivity settings ( those operating in offices and those in corridors ).

6.45.4 The detector shall have a micro processor that shall have n environmental compensation algorithm, which shall identify and set ambient thresholds based on environmental conditions. The detector shall continually monitor the environmental impact of temperature, humidity, other contaminates as well as detector aging. This shall employ digital compensation to adapt the detector to 24 hour long period environmental changes. The detector shall monitor the environmental compensation value and alert the system operator when the detector approaches the threshold of the threshold considered for the environment. The micro processor shall have differential sensing algorithms which shall provide a constant differential between selected detector sensitivity and the approved sensitivity level. The approved sensitivity information shall be updated and permanently stored at the detector everyday.

6.45.5 The Heat Sensor shall consist of a thermistor for heat sensing and the fixed temperature setting shall be at 57o Centigrade.

6.45.6 The detector shall be able to sense incipient fire by detecting the presence of visible and invisible products of combustion and shall actuate on rate of heat rise increasing over the factory set threshold. The light source intensity shall automatically adjust to compensate for possible effects of dirt and dust accumulation in the sensor/lens. The Smoke density in the chamber shall be measured by a optical system built within the detector. The detection principle shall employ a multiple light pulse coincidence circuit in order to prevent the false alarms.

6.45.7 The detector shall be provided with response indicator ( LED ) and the

Page 250: iiser

275

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

sensitivity of the detector shall not vary with change in ambient temperature, humidity, pressure of voltage variation.

6.45.8 Neither its performance shall be affected by air current upto 10 mtr per second. The detector shall be suitably protected against dust accumulation / ingress and it shall be free from maintenance and functional test at intervals. All detectors shall be identical in construction design and characteristic to facilitate easy replacement. The detector housing shall be damage resistant made of polycarbonate or proprietoryself extinguishing material. The detector shall have a screen to prevent entry of insects into the sensor.

6.45.9 The coverage per smoke detector shall be upto a minimum of 80 M2. This coverage area will reduce depending upon structural configurations or partitions etc. It shall be possible to connect Smoke Detector with Heat Detector or Manual Push Buttons in the same circuit. The sensitivity of detector shall be set adjusted by the supplier to suit the site requirement.

6.45.10 It shall have in-built safety device to monitor the removal and pilferage of the detector. The detector also must have facility for remote indication. The Base of the Detector shall be interchangeable with other Smoke or Heat Detectors. The enclosure shall meet IP 40 protection grade.

6.45.11 The Detector shall meet the requirements of NFPA / EN 54 and be approved by UL / LPCB / VdS. It shall be possible to test the Detector's working both from the Panel as well as locally by means as designed by the Bidder.

6.45.12 Each Detector shall be provided with a Fault Isolator which shall be able to detect wire short circuit / loose wiring and similar conditions and shall be able to isolate that segment from the circuit, so that the rest of the circuit continues to operate.

6.45.13 The Fault Isolators shall operate in pairs in any loop and whenever any short circuit occurs between any two of them, both immediately shall switch to an open circuit state and isolate the length of wiring between them. The Isolators should automatically return to the closed circuit as soon as the short circuit is corrected.

6.45.14 The Fault Isolator shall limit the number of modules or detectors that may be rendered inoperative by a short circuit fault on the loop. When a wire-to-wire short occurs, the Fault isolator shall automatically disconnect that part of the circuit. When the short circuit condition is corrected, the Unit shall automatically reconnect the isolated section.

6.46 Conduits 6.46.1 These shall be 16 G. Mild Steel Welded and having perfectly circular tubing and

capable of being cleaned and tight fitting joints. Conduits shall be laid either surface or in recessed as required and it shall be protected from rust by one

Page 251: iiser

276

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

coat of iron oxide, and one coat of Red Enamel Paint. 6.46.2 Above false ceiling cables shall be drawn off from the conduits laid on the slab.

The cables shall be drawn through flexible P V C conduits including all necessary supports, clamps etc as required.

6.46.3 Where conduits have to be installed under R C C slabs, the Bidder shall use drill guns and P V C dash fasteners for screwing of saddles for exposed conduits.

6.47 Addressable Switch ( Output Module ) 6.47.1 The Switches shall be addressable and commandable Units controlled from the

Fire Alarm Panel that shall automatically energise circuits to disable electrical circuits for A H Us or Power Supply etc.

6.47.2 The Bidder shall take note of relevant Clauses given above. He shall be required to specifically inform the Owner about what facilities he shall require from the Owner or the Air Conditioning Agency working at site for tripping off the A H Us.

6.47.3 The Switch shall also be used to operate a group of strobes or a group of electronic hooters through the use of a Power Supply Unit, or shall operate a Magnetically operated Door Closing Device by de magnetising the unit.

6.48 Addressable Duct Casting Unit 6.48.1 The Duct Casting Units are to be directly installed in the air conditioning ducts

for detecting any hazardous quantity of products of combustion being carried through the ducts.

6.48.2 The complete unit shall consist of aluminium or poly carbonate housing to accomodate a Ionisation or Optical Detector with plug - in facility and sampling tubes, one for air inlet and the other as the air outlet.

6.48.3 The Inlet tube shall extend into and across the duct width ( from 0.5 metre to 3.0 metre ), the outlet tube shall be of fixed length of 7.5 cm length.

6.48.4 When the A H U blower fans shall operate a continuous cross sectional sampling of air from the duct shall flow through the housing containing the detector. The outlet tube shall return the sampled air into the duct.

6.48.5 The Duct Casting Unit shall be UL / LPCB approved. 6.49 Repeater Panel 6.49.1 The Repeater Panel shall be provided with an LCD Display Unit of 2 lines of 40

characters that shall provide alpha numeric information on the fire / fault signal with zone number.

6.49.2 For accessing the LCD display a keypad operation shall be provided. The keypad shall have Help Menu and other functions controlled from either Function Keys or by a combination of keypad numbers. By using the Keypad one can scroll through the event list for at least a month.

6.49.3 The Processor shall be rugged with non volatile memory. Due to voltage

Page 252: iiser

277

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

fluctuations and change from normal to standby current there shall be no variation in the software or programmed logic sequence. The Repeater Panel shall be provided with a Buzzer / Sounder to indicate Alarm, which shall generate automatically in case of an alarm in the area to which the Repeater Panel is connected / programmed.

6.49.4 LIST OF APPROVED MAKES OF FIRE PROTECTION WORKS 1. Pipes ( M S / G I ) Tata / Jindal / Prakash Surya 2. Gun metal valves Leader / Sant /Legris. 3. Single headed Hydrant valves, four way

Fire Brigade inlet &shut off nozzle Newage / Eversafe / SB. 4. Pipe for hose reel Mitras. 5. Sluice & non return valves. Venus / Kalpana / Lehry 6. Pressure switch. Indfoss / Switzer 7. Pressure Gauges. BRC / HD / Waree. 8. Pump. Kirloskar / KSB / Mather & Platt. 9. Motor. ABB / Siemens / Crompton Greaves

/ Kirloskar. 10. Enamel Painting of pipes etc. Asian / GoodlasNerolac / ICI /

Berger. 11. Paint Primer. Asian / Jenson Nicholson / Berger. 12. Fasteners. Hilti / Fischer. 13. Weld Rods. Advani / Esab. 14. Ball Valves. RB ( Italy ) / Bugatti / Legris. 15. Fire Extinguishers. Minimax / Kanex / Ceasefire. 16. Hose. Newage / UL listed 17. Rubber Gaskets C I C / Varuna. 18. Hose Drum. ( aluminium alloy ) Newage /Eversafe.

ELECTRICAL 1. Power Cables. Cable Corp of India / ICC / Gloster

/ Skytone. 2. Conduit ERW (ISI marked). BEC / AKG. 3. Contactors & Overload Relays. L&T / Siemens / GE Power. 4. Voltmeter/Ammeter. L&T / AE / IMP. 5. CT/PT Transformer. AE / Kappa / C & S. 6. S.F. Unit. L&T / Siemens / GE / Controls &

Switchgear. 7. Cable Trays. Slotco / Pilco. 8. Indicating Lamps L & T / Siemens / GE Power. 9. Electrical Pump Panels Risha / Automatic Controls.

Page 253: iiser

278

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

FIRE ALARM & P A SYSTEMS

1. Addressable Networkable Panel Honeywell / Siemens / Esser / Cooper / Morley / Tyco / Notifier

2. Intelligent Addressable Smoke Detectors Optical Type + Multi criteria Honeywell / Siemens / Esser / Cooper / Morley / Tyco / Notifier 3. Intelligent Addressable Rate of Rise Heat Detector Honeywell / Siemens / Esser / Cooper / Morley / Notifier

4. Control Cable Finolex/ Ravin / Lapp 5. Addressable Duct Detector Unit As per (1) above. 6. Input / Output Modules By Parent Company Manufacturing Detectors / Panel

7. Manual Call Box By Parent Company Manufacturing Detectors / Panel.

8. Strobe. UL Listed. 9. PA System Bosch / System Sensor. 10. Response Indicator Agni / GAC.

VII. LIFTS

7.1 General This specification covers manufacture, testing as may be necessary before despatch,

delivery at site, all preparatory work, assembly and installation, commissioning putting into operation of Lifts.

7.2 Location

The Lifts will be installed at Indian Institute of Science, Education and Research, Thiruvananthapuram, Kerala

7.3 Technical specification

Page 254: iiser

279

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

The technical specification shall be as per CPWD General Specifications for Electrical Works (Part III Lifts & Escalators-2003) and latest editions of relevant IS codes.

7.4 Power Supply

The lift shall be suitable for power supply of 415 V, 3 Phase, 4wire, 50 Hz, AC.

7.5 Compliance with Regulations and Indian standards All works shall be carried out in accordance with relevant regulation, both statutory and

those specified by the Indian Standards related to the works covered by these specifications. In particular, the equipment and installation will comply with the following:

(i) Factories Act. (ii) Indian Electricity Rules (iii) I.S.& BS Standards as applicable (iv) Workmen's compensation Act

(iv) Statutory norms prescribed by local bodies like NDMC etc.

7.6 Detailed Technical Parameters for the lifts to be supplied The proposed lifts are gear less and machine room less. The hoisting equipment shall

be kept inside the shaft and machinery unit shall be compact & highly energy efficient. The hoisting equipment shall be gearless type with 3 phase AC motor with permanent magnet technology. Motor efficiency shall be 70 % – 75 % and power factor shall not be less than 0.8. The bearings shall be of spherical roller type and main suspension ropes shall be of round steel wire.

The detailed technical parameters are as follows:

Sl. No. DESCRIPTION

PASSENGER LIFT-1

(PHYSICAL SCIENCE)

PASSENGER

LIFT-2 (BIOLOGICAL

SCIENCE)

SERVICE LIFT-1 (CORE-2)

SERVICE LIFT-2 (PHISICAL

SCIENCE)

SERVICE LIFT-3 (BIOLOGICAL SCIENCE)

1 No of Lifts required 1 1 1 1 1

Page 255: iiser

280

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

2 No of Persons/ Load in Kg 8(554Kg) 8(554Kg) 3000 Kg 3000 Kg 3000 Kg

3 Rated speed 1.25 meter/sec. 1.25 meter/sec. 0.5 meter/sec. 0.5 meter/sec. 0.5 meter/sec.

4 Traveling Meter 16.8meter (approx)

21 meter (approx)

21 Meter (approx)

16.8 Meter (approx)

21 Meter (approx)

5 No of Floor served

-1 to Second Floor

-2 to Second Floor

G to Fourth Floors

-1 to Second Floors

-2 toSecond Floors

6

Inside Size of Lift well as per IS 14665 (Part-I), 2000

1900m (W) x 1900 mm (D)

1900m (W) x 1900 mm (D)

2900m (W) x 3300 mm (D)

2900m (W) x 3300 mm (D)

2900m (W) x 3300 mm (D)

7 Pit Depth 1600 mm 1600 mm 1600 mm 1600 mm 1600 mm

8 Clear Inside size of Lift Car

1300 mm (W) x 1100mm (D) x 2300 mm (H) including ceiling

1300 mm (W) x 1100mm (D) x 2300 mm (H) including

ceiling

2000 mm (W) x 3000mm (D) x 2300 mm (H) including ceiling

2000 mm (W) x 3000mm (D) x 2300 mm (H) including ceiling

2000 mm (W) x 3000mm (D) x 2300 mm (H) including ceiling

9 Position of counter weight

As per design – Side / Rear

As per design – Side / Rear

As per design – Side / Rear

As per design – Side / Rear

As per design – Side / Rear

10 Position of Machine room

- Above the lift shaft

Above the lift shaft -

Above the lift shaft

Above the lift shaft

Above the lift shaft

11 Position of Door Centre opening( In Front Side)

Centre opening( In Front Side)

Side opening ( In Front Side)

Side opening( In Front Side)

Side opening ( In Front Side)

12

Opening of car Door

800 mm(W) x 2100 mm(H). SS vandal proof finish.

800 mm(W) x 2100 mm(H). SS vandal proof finish.

2000 mm(W) x 2100 mm(H). SS hairline finish.

2000 mm(W) x 2100 mm(H). SS hairline finish.

900 mm(W) x 2100 mm(H). SS hairline finish.

Page 256: iiser

281

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

13 Type of Control

Microprocessor Based AC V3F, Selective Collective simplex control

Microprocessor Based AC V3F, Selective Collective simplex control

Microprocessor Based AC V3F, Selective Collective simplex control

Microprocessor Based AC V3F, Selective Collective simplex control

Microprocessor Based AC V3F, Selective Collective simplex control

14 Type of operation Simplex Simplex Simplex Simplex Simplex

15 Type of signal system

As per technical specification.

As per technical specification.

As per technical specification.

As per technical specification.

As per technical specification.

16 Type of signal system

a)Digital floor position indicator in the car and at all landings

a) Digital floor position indicator in the car and at all landings

a) Digital floor position indicator in the car and at all landings

a) Digital floor position indicator in the car and at all landings

a) Digital floor position indicator in the car and at all landings

b)Travel direction Indicator in the car and at all landings

b)Travel direction Indicator in the car and at all landings

b) Travel direction indicator in the car and at all landings

b) Travel direction indicator in the car and at all landings

b) Travel direction indicator in the car and at all landings

c)Overload warning audio & visual indicator

c)Overload warning audio & visual indicator

c) Overload warning audio & visual indicator

c) Overload warning audio & visual indicator

c) Overload warning audio & visual indicator

d) Battery operated alarm bell and emergency light.

d) Battery operated alarm bell and emergency light.

d) Battery operated alarm bell and emergency light.

d) Battery operated alarm bell and emergency light.

d) Battery operated alarm bell and emergency light.

Page 257: iiser

282

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

e) Car operating panel with Sophisticated design –buttons flush with back plate. LED illumination.

e) Car operating panel with Sophisticated design – buttons flush with back plate. LED illumination.

e) Car operating panel with Sophisticated design –buttons flush with back plate. LED illumination

e) Car operating panel with Sophisticated design –buttons flush with back plate. LED illumination

e) Car operating panel with Sophisticated design- buttons flush with back plate. LEDillumination

f) Luminous hall buttons at all landings.

f) Luminous hall buttons at all landings.

f) Luminous hall buttons at all landings.

f) Luminous hall buttons at all landings.

f) Luminous hall buttons at all landings.

g)Fireman’s switch at ground floor

g)Fireman’s switch at ground floor

g) Fireman’s switch at ground floor

g) Fireman’s switch at ground floor

g) Fireman’s switch at ground floor

h)Infra-Red Door Screen

h)Infra-Red Door Screen

h) Infra-Red Door Screen

h) Infra-Red Door Screen

h) Infra-Red Door Screen

j) MBW j) MBW j) MBW j) MBW j) MBW

k) Scaffolding k) Scaffolding k) Scaffolding k) Scaffolding k) Scaffolding

l) Pit ladder l) Pit ladder l) Pit ladder l) Pit ladder l) Pit ladder

M) Flooring- Granite

M) Flooring- Granite

M) Flooring- MS Chequered

M) Flooring- MS Chequered

M)Flooring- Flooring-MS Chequered

17 Electric supply

AC 400/440 VOLTS, 3PHASE,

50 CYCLES

AC 400/440 VOLTS, 3 PHASE, 50 CYCLES

AC 400/440 VOLTS, 3PHASE, 50 CYCLES

AC 400/440 VOLTS,3 PHASE, 50 CYCLES

AC 400/440 VOLTS, 3 PHASE, 50 CYCLES

Page 258: iiser

283

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

VIII. HVAC WORKS

8.0 SYSTEM DESIGN DATA 8.1 General

The basis of design, system selection, estimated requirements and other relevant data are outlined in this section.

8.2 Scope of Work The scope of work includes supply, installation, testing and commissioning of central air-conditioning and ventilation system to provide designed conditions in the following areas:

Description of area

Proposed AC System Mechanical ventilation

Biological Science Block

Variable Referigerent Flow System

Toilet, Pantry, Store, etc.

Physical Science Block

Variable Referigerent Flow System

Toilet, Pantry, Store, etc.

18 Is neutral wire available for control circuits

Yes Yes Yes Yes Yes

19 ARD To be provided To be provided To be provided To be provided To be provided

20 Desirable friendly features

Handicap Provision, Braille Button & SS Handrail on rear side to be provided

Handicap Provision, Braille Button & SS Handrail on rear side to be provided

Handicap Provision, Braille Button & Stretcher impact protection to be provided

Handicap Provision, Braille Button & Stretcher impact protection to be provided

Handicap Provision, Braille Button & Stretcher impact protection to be provided

Page 259: iiser

284

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Animal House Variable Referigerent Flow System

Laundry, pre-wash, Incenerator,Toilet, Pantry, Store, etc.

8.3 Basis of Design 8.3.1 Site Location : Vithura, Thiruvananthapuram 8.3.2 Outside Temperature :

Summer : 33.3 deg C DB 26.7 deg C WB

Monsoon : 29.4 deg C DB 26.7 deg C WB

8.3.3 Inside Design Conditions :

Sl. No.

Area Description Inside condition

DB RH

Biological Science & Physical Science Block

1 Instrumentation Lab 24 ± 1ºC

< 60%

2 All Other Laboratories 24 ± 1ºC

< 60%

3 All Office areas & library 26 ±1ºC

< 60%

4 Lecture hall 26 ±1ºC

< 60%

5 Conference Room, Meeting Room, Discussion Room & Seminar Room. 26 ±1ºC

< 60%

Animal House

1 Procedure Rooms 24 ± 1ºC

< 60%

2 Holding Areas 20 ± 1ºC

< 60%

3 Quarantine Room 20 ± 1ºC

< 60%

4 Food & Breeding Store 24 ± 1ºC

< 60%

5 Pre Wash Area 24 ± 1ºC

< 60%

Page 260: iiser

285

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Sl. No.

Area Description Inside condition

DB RH

Biological Science & Physical Science Block

1 Instrumentation Lab 24 ± 1ºC

< 60%

2 All Other Laboratories 24 ± 1ºC

< 60%

3 All Office areas & library 26 ±1ºC

< 60%

4 Lecture hall 26 ±1ºC

< 60%

5 Conference Room, Meeting Room, Discussion Room & Seminar Room. 26 ±1ºC

< 60%

Animal House

6 Animal Recieving 24 ±2ºC

< 60%

7 Admin 26 ±1ºC

< 60%

8 Coridor& Lobby 24 ± 2ºC < 60%

8.4 Estimated Load (Phase-I) and Equipment Selected Based on above design parameters, the cooling load for the A.C. areas in Phase-I have been calculatd and the VRF units have been selected as under:

VRF Unit Capacity (HP)

8.4.1 Biological Science 64 HP x 3 Nos. 48 HP x 1 Nos.

36 HP x 1 Nos.

24 HP x 4 Nos.

12 HP x 1 No.

8.4.2 Physical Science 64 HP x 1 Nos. 48 HP x 4 Nos.

40 HP x 1 Nos.

Page 261: iiser

286

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

32 HP x 4 Nos. (3 W + 1 SB)

20 HP x 1 No.

8.4.3 Animal House 60 HP x 2 Nos. (1 W + 1 SB) 44 HP x 2 Nos. (1 W + 1 SB)

24 HP x 1 No.

12 HP x 1 No.

8.5 System Description Air Cooled VRF Air Conditioning System will be used for Physical Science, Biological Science and Animal House.

Building wise centralized Air Cooled VRF (Variable Refrigerant Flow) airconditioning system, the energy efficient technology will be provided for the areas indicated above which is most suitable to moderate ambient conditions and do not require any make-up water requirement or the A.C. plant room. The condensing units will be installed outdoor/terrace as per the availability of space and the indoor units will be selected out of the high wall/cassette/ceiling concealed ductable/AHU’s as per the suitability and will be located in the areas to be airconditioned. The indoor units can be operated independently as per the actual requirement of airconditioning in a particular area and the outdoor units will load-unload correspondently to conserve the energy. Heat recovery units have been used to recover the energy on fresh air load for the Air handling unit. Refrigerant piping for the indoor units will be routed above the false ceiling to interconnect between outdoor and indoor units.

The airconditioning system in animal house shall be a once throw system with 100% standby A.C. units for uninterrupted airconditioning. The Common Instrumentation and Laboratories of Biological Department will also have once throw system.

Ozone air injection (duct mounted type system) has been considered for the elimination of animal odour from the air exhausted from Animal House. Further installation, supply and commissioning of supply and return air to and from the cages will be through IVC blowers and will be in the scope of IISER. Air flow measuring stations will be provided in the main supply duct to ensure uniform air quantity to be supplied to A.C. area in Animal House.

The conditioned air through AHU units shall be uniformly distributed through insulated GI sheet metal ductwork and powder coated aluminum grilles / diffusers. Individual ducts will be routed for supply and return air to each space.

Page 262: iiser

287

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

The air handling system shall be integrated with fire protection system to trip the blower in case of fire and to avoid spreading of fire through air conditioning ducts. The system shall ensure automatic stopping of all AHU’s on getting a signal from fire alarm system and closing of the motorized fire dampers for zonalised isolation.

Elimination of noise is the major consideration. Acoustic lining of sheet metal ducts, equipment rooms, etc shall be considered in the system design.

Vibration/noise isolating accessories shall be considered for air conditioning equipment to eliminate transmission of vibration and noise through building structure.

Electrical rooms, Toilets, Stores,Laundary and incenerator will be considered with mechanical ventilation.

8.6 Energy Conservation Techniques 8.6.1 Use of Air cooled variable refrigerant flow (VRF) system using digital/ inverter scroll

compressors operating on environment friendly refrigerant R-410A for the areas opted for airconditioning system.

8.6.2 Use of variable frequency drives on AHU’s complying with section 5.3.1.1 of ECBC.

8.6.3 Motors shall comply with section 8.2.2 of energy efficient motors as per ECBC. 8.7 Items not included in HVAC Tender

The following related items of works shall be provided by other agencies and are not to be included in the scope of work of air-conditioning contractor :

i) Provision and termination of main 3 phase, 50 Hz, 415 volts electric supply including main earth upto AC panels for VRF system units at terrace level.

ii) Provision and termination of potential free supply from the fire panel to LT panels to trip the panel in case of fire.

iii) Provision of single phase power supply within two meters of exhaust fans and indoor units.

iv) False ceiling to cover the ducts and frames for fixing grilles and diffusers.

v) All the works for isolation of AC and non-AC areas wherever required.

8.8 Specifications The CPWD – General specifications for HVAC Works – 2007 shall be applicable for the items, whose specifications are not covered in the enclosed specifications or

Page 263: iiser

288

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

wherever the specifications enclosed are not adequate. The chapter-1 – General and Chapter-17 – inspection, testing and commissioning shall be read, as applicable, in conjunction to these specifications.

8.9 Drawings The drawing forming a part of these specifications indicate broadly the proposed schemefor equipment layout and location. The contractor shall have to execute the scheme as proposed. However, minor changes in outdoor units, indoor units, piping - cabling routes, etc. may be permitted to suit the equipment offered and actual conditions, subject to the engineer's approval. The fabrication and working drawings shall be prepared by the Contractor and got approved from the engineer before erection.

8.10 Test Data The plant shall be tested as per the specifications given elsewhere and complete `Test Performa' shall be furnished on prescribed sheet.

8.11 Technical Data The Contractor shall furnish complete technical data on the equipment offered by him as required under the heading `Technical Data'.

8.12 Performance Data The contractor shall guarantee that the air-conditioning system performance and shall maintain the designed inside temperature and the relative humidity as specified.

The Contractor shall also guarantee that the capacity of various components as well as the whole system shall not be less than specified.

8.13 Foreign Exchange No foreign exchange shall be provided for import of any item for this work.

8.14 VARIABLE REFRIGERANT FLOW UNITS (VRF) 8.14.1 General

It shall be air cooled, modular type variable refrigerant volume air conditioning unit consisting of outdoor unit and multiple indoor units, each suitable for cooling in summer and heating during winters as per the requirements.

The refrigerant piping shall be extendable up to 200m with 50m level difference w

8.15 Outdoor Unit

Page 264: iiser

289

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

The outdoor unit shall be a factory assembled unit housed in a sturdy weather proof casing constructed form rust-proof mild steel panels coated with a baked enamel finish.

The outdoor unit shall have a inverter scroll compressors and be able to operate even in case of breakdown of one of compressors.

The noise level shall not be more than 62 dB(A)at normal operation measured horizontally 1m away and 1.5m above ground.

The outdoor unit shall be modular in design which can be installed side by side.

Each outdoor unit shall have multiple inverter scroll compressors above 14 HP.

The Minimum COP of each module shall not be less than 3.5 at 100% load at ARI Conditions.

8.16 Compressor The compressor shall be of highly efficient hermetic inverter capable of capacity modulation by frequency modulation.

8.17 Heat Exchanger The heat exchanger shall be constructed with copper tubes mechanically bonded to aluminium fins to form a cross fin coil. The aluminium fins shall be covered by anti-corrosion resin film and hydrophilic coating.

8.18 Refrigerant Circuit The refrigerant circuit shall include an accumulator, liquid and gas shut off valves and a solenoid valves or pulse width modulation valve.

All necessary safety devices shall be provided to ensure the safety operation of the system.

8.19 Safety Devices The following safety devices shall be part of the outdoor unit;

High Pressure Switch, Low Pressure Switch, Fan Motor Safety Thermostat, Over Current Relay, Fusible Plugs, Fuses.

8.20 Oil Recovery System Each unit shall be equipped, with an oil separator to ensure oil recovery with long refrigerant piping for the long life of unit.

8.21 Indoor Unit The Indoor unit shall be air handling unit, concealed or ductable type, as specified in scope of work. It shall have electronic control valve to control refrigerant flow

Page 265: iiser

290

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

rate in response to load variations of the room. The fan shall be of the dual suction multi blade type and statically and dynamically balanced to ensure low noise and vibration free operation.

The identification number of the indoor unit shall be set automaticallyin case of individual and group control. In case of centralized control, liquid crystal remote controller shall set the same.

The indoor unit can be floor mounted type, AHU, concealed or ductable complete with the following components:

The unit shall be with pre-filter; fan section & DX coil section. The housing of unit shall be light weight powder coated galvanized steel. The unit shall be perfectly concealed in overhead boxing. Noise level should not be more then 35 db at low speed.

The cooling coil shall be of seamless copper tubes, and shall have continuous aluminium fins. The tubes shall be staggered in the direction of airflow. The fins shall be uniformly bonded to the tubes by mechanical expansion of the tubes. The coils shall be tested against leaks.

Unit shall have cleanable type filter of resin net (with mold resistant) fixed to an integrally molded plastic frame. The filter should be slide away type but neatly inserted.

The filter shall be preferable with ionizer to inhibit the spread of bacteria or virus.

The indoor unit shall have an electronic expansion valve kit including controller etc. to control refrigerant flow rate in response to load variations of room. The maximum capacity of kit should be 20 H.P. Multiple kits shall be used for capacity more than 20 H.P.

The computerized PID control shall be used to maintain a correct room temperature. Each unit to be provided with microprocessor thermostat for cooling & heating.

Each unit shall be with wired remote controller LCD type. The LCD remote controller shall memorize the latest malfunction code for easy maintenance.

8.22 Centralized System Remote Controller A multifunctional compact centralized controller shall be provided with the system.

Page 266: iiser

291

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

The System Controller shall act as an advanced air conditioning management system to give complete control of VRV air conditioning equipment. The system shall be user friendly.

Programmable touch screen with coloured LCD display.

Starting/stopping of Air conditioners as a zone or group or individual unit.

Temperature setting for each indoor unit or zone.

Switching between temperature control modes, switching of fan speed and direction of airflow, enabling/disabling of individual remote controller operation.

Monitoring of operation status such as operation mode & temperature setting of individual indoor units, maintenance information, trouble shooting information and facility to programme on daily / weekly basis.

The controller shall be wired by a non polar 2 wire transmission cable to a maximum distance of 1 km. from indoor unit.

8.22.1 Integrated Data Management Control System A multifunctional centralized controller capable of controlling, monitoring, managing and maintaining historical data for further analysis.

The Controller shall have built in web server for PC independent management and remote access control.

It shall be able to control indoor units with error history management.

It shall be suitable to feed in schedule daily or weekly.

The data shall be stored in non volatile memory and shall able to maintain data even after power failures.

It shall monitor and control the following functions:

Operation Mode

Temperature settings

Airflow direction

Fan speed

It shall display temperatures of all rooms connected with the controller.

Page 267: iiser

292

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

It shall have power distribution system capable for indoor units and data query for watt hour, use time and use ratio. File shall be saved in excel format.

8.23 Refrigerant Piping All refrigerant piping for the air conditioning system shall be constructed from hard drawn seamless copper refrigerant pipes with copper fittings and silver-brazing joints. The refrigerant piping arrangements shall be in accordance with good practice within the air conditioning industry, and shall include expansion valves, charging connections, suction line insulation and all other items normally forming part of proper refrigerant circuits.

All pipes shall be degreased, clean inner surface, free from any lubricant, carbon residue and suitable for refrigerant R-410A.

Each tube shall be capped, plugged at both ends so as to maintain the internal cleanliness of the tube under normal conditions of handling and storage. Straight tube shall be marked at repeated distances along the length, the number of standard, cross sectional dimensions, manufacturers identification mark, date of manufacture and batch/lot number etc. All joints in copper piping shall be through Copper-Phos-Silver brazing filter metals. Before joining copper pipes all burrs shall be removed from inside and outside of pipes. Brazing joint shall be oxygen free nitrogen, piping shall be pressure tested using nitrogen at 32 kg/cm2 to be maintained for 24 hours.

The suction line pipe size and the liquid line pipe size shall be selected according to the manufacturer’s specified outside diameter. All refrigerant pipes shall be properly supported and anchored to the building structure using steel hangers, slotted angle tray, anchors, brackets and supports which shall be fixed to the building structure by means of inserts or expansion shields of adequate size and number to support the load imposed thereon.

The OD & wall thickness of copper refrigerant piping shall be as follows :

Outside Dia (mm) Wall Thickness(mm)

a) 41.3, 34.0 1.3 b) 31.8, 28.6, 25.4, 22.2 1.2 c) 19.1, 15.9 1.0 d) 11.7, 9.5, 6.4 0.8

8.24 Condensate Drain Piping The indoor units shall be connected to drain pipe made of hard PVC.

Page 268: iiser

293

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

The pipes shall be laid in proper slope for efficient drainage of condensate water.

Drain Pipe Insulation

Drain pipes carrying condensate water shall be insulated with 6 mm thick chemically cross-linked closed cell polyethylene foam FR-XPE fire retardant having a ‘K’ value of 0.033 W/mk at a mean temperature of 23C and a minimum density of 30+3 Kg/cum.

The joints shall be properly sealed with synthetic glue to ensure proper bonding of the ends.

8.25 Pipe Insulation Refrigerant Pipe Insulation

The whole of the liquid and suction refrigerant lines including all fittings, valves and strainer bodies, etc. shall be insulated with 19mm /13 mm thick chemically cross linked closed cell polyethylene foam FR-XPE fire retardant insulation.

The joints shall be properly sealed with synthetic glue to ensure proper bonding of the ends.

8.26 AIR HANDLING UNITS 8.26.1 General

The work under this part shall consist of furnishing all labour, material equipment and appliances as specified and required to install Air Handling Units and other allied work to make air conditioning system ready for operation as per drawings.

Except or otherwise specified air handling unit and related item shall be in accordance with these specifications.

8.27 Housing/Casing The Air handling unit shall be of sectionalized, draw through type double skin construction, consisting of fan section, Dx coil section, filter section, insulated drain pan, etc. as specified.

Double skinned air handling unit shall be in modular construction. Frame work shall be fabricated out of extruded aluminium sections. Panel shall be removable and made out of GSS sheets in sandwitched construction. Outside sheet of panel shall be minimum 0.6 mm thick pre-plastified GSS sheet while inside GSS sheet thickness shall also be 0.6 mm minimum in natural finish. Polyurethene foam insulation of minimum 38 kg/m³ density shall be injected/sandwitched between these panels. Condensate drain pan shall be fabricated from min1.2mm SS - 304 construction.

Page 269: iiser

294

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Panel thickness shall be 25mm. Suitable doors with die cast aluminium handles and hinges and latches shall be provided for access to various panels for maintenance. The entire housing shall be mounted on Aluminium channel frame work.

8.28 Cooling/Heating Coils Coils shall be of the fin and tube type having aluminium fins mechanically bonded to copper tubes. All tubes shall be in staggered pattern. The fins shall be minimum 0.14 mm thick aluminium at a pitch of 5 fins/cm. All the tube connections to headers and return bends shall be brazed with silver brazing alloy. Capacity of the coil shall be as required under the schedule of equipment. All coils shall be duly pressure tested for required pressure.

8.29 Fan Fan shall be backward /forward curved, DIDW type. The fan housing, impeller shall be fabricated from 1.2/1.6 mm GI sheet. Fan impeller shall be mounted on a solid steel shaft statically and dynamically balanced. Shaft shall be supported to the housing with angle iron frame and pillow block heavy duty ball bearing. Fan housing shall be made of die-formed side sheets with streamlined inlets and guide vanes to ensure smooth air-flow into the fans. Fan housing and TEFC Fan motor in IP-55 Construction shall be mounted within the fan section on a common extruded aluminium base mounted inside the air handling unit on anti-vibration mounts. Fire retarding double canvas flexible connection shall be provided between fan outlet and AHU casing. The operation of the fan shall be quiet.

8.30 Motor and Drive Fan motor shall be totally enclosed fan cooled type in IP-55 construction suitable for AC supply of 415 + 10% V, 3 phase, 50 Hz. Motor shall be selected for quiet operation and a maximum motor speed of 1440 RPM. Drive to fan shall be provided through belt/direct drive arrangement. Belts shall be oil-resistant type.

8.31 Mixing Plenum Wherever return air is ducted, double skin mixing plenum shall be provided having construction similar to air handling unit with provisions of flanged connections for return air and fresh air and factory fitted, manually operated, gear driven extruded aluminium volume control dampers. Filter plenum, wherever required shall be of the same construction and shall be factory fabricated by the AHU manufacturer only.

8.32 Safety features The fan access door shall be equipped with micro-switch interlock with fan motor enabling switching OFF the fan motor automatically in the event of door opening. Wire guard for fan section access door shall be provided.

Page 270: iiser

295

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

8.33 Accessories Each air handling unit shall be complete with:

a) Flexible connection between fan outlet and unit casing. Stainless steel chicken wire mesh screen shall be provided at the duct connection.

b) Vibration isolator of high efficiency.

c) Suitable concrete/steel foundation.

d) Motor and drive package.

e) Test pocket with thermometer for checking the air inlet and outlet temperature.

Powder coated extruded aluminium fresh air louvers with frame, damper, and fresh air filters (if required), etc. to be measured separately as per BOQ shall be provided in the clear opening in masonry wall. Wherever fresh air ducting is involved, it shall be carried out as specified in Section "SHEET METAL WORK".

8.34 Filters at Air Handling Unit and Fresh air intakes The filter shall be constructed out of 50mm deep non-woven polypropelene media stitched between 40 sieve HDPE mesh and aluminium mesh on the other side. All three stitched together and housed in 14 gauge anodised aluminium frame. All the edges of the filter element shall be protected from polyester beading and perfectly sealed within the frame with ductile epoxy resin to avoid bypassing of unfiltered air. Filter element shall have minimum 38 folds per meter of filter face area. Filter shall be in foamless construction with rubber gasket fixed on the flange. All hardware used shall either be chrome plated or brass. The maximum pressure drop shall not exceed 2.5m to 3.5mm WG when clean. Filter shall be complete with mounting arrangement, nut bolts etc. and whatever is required to complete the installation. The efficiency of filter shall be 90% down to 10 micron.

8.35 Fine Filters 8.35.1 Bag Air Filters

It should be non-supported, deep pleated, extended surface type with average efficiencies based on ASHRAE 52-76, and capable of operating to maximum of 625 fpm without impairing efficiency;

EDIT AVERAGE FILTER EFFICIENCIES AS REQUIRED IN SUBPARAGRAPH BELOW.CHECK WITH DESIGNER.

i) Maximum Initial Pressure Drop at 500 fpm: a. Filters with 40 - 50 percent efficiency : 0.33 inch wg.

Page 271: iiser

296

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

b. Filters with 60 - 65 percent efficiency : 0.45 inch wg. c. Filters with 80 - 85 percent efficiency : 0.51 inch wg. d. Filters with 90 - 95 percent efficiency: 0.70 inch wg.

USE BELOW FOR UL CLASS 2 FILTERS.

ii) Media – non-woven synthetic to meet the above efficiencies. All filters to be made in flange type construction.

USE BELOW FOR UL CLASS 1 FILTERS.

8.35.2 Rigid Air Filters : Filters should be extended surface, deep pleated type with average efficiencies based on ASHRAE 52-76;

EDIT AVERAGE FILTER EFFICIENCIES AS REQUIRED BELOW. CHECK WITH DESIGNER.

i) Maximum Initial Pressure Drop:

AveragePercent FilterEfficiency

Initial Pressure Drop For 6 Inch

Thick Filters (inch wg at 500 fpm)

Initial Pressure Drop For 12 Inch

Thick Filters (inch wg at 250 fpm)

40-45 0.28 0.15

55-60 0.32 0.20

80-85 0.42 0.28

90-95 0.57 0.35

ii) Filter pack shall be constructed of high density microfine glass fibers laminated to synthetic backing material, and bonded to corrosion resistant welded wire support grid. Pleat configuration shall be maintained by pleat spacers installed on both air entering and air exiting sides. Filter pack enclosed and continuously sealed to aluminum/galvanized steel enclosing frame, and supported by diagonal members bonded to both air entering and air exiting sides.

8.35.3 Fine Filter Mounting Frame The rigid type Fine Filters shall be housed in a separate housing of 14 guage CRCA sheet duly reinforced and compartmentalized to install the required number of filters. The housing shall have angle iron flanges at both ends for 100% airtight connection. The housing and frame work after derusting shall be provided with two

Page 272: iiser

297

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

coats of epoxy paint. Housing depth shall be 50 mm more than filter depth. 100% air tight inspection window shall be provided for the inspection of filters.

8.36 HEPA Filters These filters shall have an efficiency of 99.97%, 99.99% and 99.999% down to 0.3 micron particles. Filter frame shall be suitable for terminal mounting or as required at site. The filter frame shall be of 16 guage anodized aluminum sheet.

It should have adequate mounting holes for uniform fixing of filter. In case of single or double header type filters 6 mm thick rubber gasket shall be fixed on the flange and edges shall be sealed with epoxy resin. Flange width shall not exceed 20 mm. Filter media shall be Borosilicate non-woven micro fibreglass. It should be 100% water repellant and patchless. Filter media shall be sealed with frame by ductile filled epoxy resin having impact strength of 2.5-4.0 Kg/cm2 and modules of elasticity strength of 750-780 kg/sqm. Media folds shall have aluminum separators of min. 0.05 mm. Every filter shall be individually tested before it leaves the factory. The penetration and actual resistance at test airflow rate shall be indicated on the label on filter. Each Filter shall also be assigned a serial number and a permanent record shall be kept of the materials of construction and performance.

Filters shall meet all the performance classes as per the Institute of Environmental Sciences & Technology IEST RP-1. :

Type A – Min. efficiency of 99.97% on 0.3 micron at rated flow.

Type B – Min. efficiency of 99.97% on 0.3 micron at 100% and 20% of rated flow.

Type C – Min. efficiency of 99.99% on 0.3 micron and scan tested.

Type D – Min. efficiency of 99.999% on 0.3 micron and scan tested.

Type E – Constructed and tested in accordance with MIL-F-51477 or MIL-F-51068.

Type F – Min efficiency of 99.999% on 0.1 to 0.2 micron and scan tested.

8.36.1 Initial Pressure Drop: For Standard Capacity

5 7/8” deep – 150 FPM @ < 0.75” WG

11 1/2” deep – 260 FPM @ < 0.75” WG

For High Capacity

11 1/2” deep – 500 FPM @ < 1.0” WG

Page 273: iiser

298

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Aluminum separators shall be shallow crimps that have a lower profile (shorter height) compared to standard filters to permit more pleats to achieve increased airflow.

8.36.2 Overall Efficiency Testing : DOP Test shall be conducted using a forward light scattering photometer. The filter is challenged with dioctyl phthalate (DOP). By measuring the upstream and downstream concentrations, the filter efficiency shall be calculated.

Scan Test – Filters that pass the overall efficiency test shall also be scanned for pin holes leaks and shall be repaired before releasing for shipment.

The Filters shall comply to UL Class 1 by Standard 900 and also UL586.

Test certificates shall be furnished for individual HEPA filter.

These Filters should be treated with Antimicrobial agents such as ‘Intersept’ designed to trap and concentrate particulate air contaminants including viable fungal and bacterial spores.

8.36.3 Minipleat HEPA/ULPA Filters These filters shall be in knife-edge or gasket seal frames for installation in any type of grid system or frame.

Filters shall meet the specifications of all class in accordance with EN1822.

Efficiencies shall be as follows for various classes :

Class Efficiency

Efficiency EN 1822 @ MPPS

H13 99.99% @ 0.3 micron 99.95% H14 99.999% @ 0.3 micron 99.995% H15 99.9995% @ 0.12 micron 99.9995% U16 99.99995% @ 0.12 micron 99.99995% U17 99.999995% @ 0.12 micron 99.999995%

Special Thermoplastic heads or hot melt shall be used to maintain equal spacing between pleats for optimal air flow, high dust holding and full use of the entire depth of the filter.

Media shall be moisture resistant and fire retardant glass fiber media. The media pack shall be permanently bonded to the light weight anodized aluminum frame,

Page 274: iiser

299

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

with a DIN classified, white urethane adhesive or epoxy resin. A white epoxy powder coated faceguard made out of aluminium on both air leaving and entering sides shall be provided to protect the media from damage.

All HEPA filters shall be leak tested and ULPA filters shall be scanned with PSL particles to determine the overall efficiency in accordance with IES-RP-CCO34-1.

8.36.4 HEPA Filter Mounting Frame with Housing HEPA filters shall be housed in a 14 SWG CRCA housing duly reinforced and compartmentalized to install the required number of filters. The housing shall have angle iron flanges at both ends for 100% airtight connection. The housing and frame work after derusting shall be provided with two coats of epoxy paint.Rubber gasket shall be used at flanges.Housing depth shall be 50 mm more than filter depth. 100% air tight inspection window shall be provided for the inspection of filters.

All clean rooms with class 10,000 or better to be provided with HEPA filter terminal housings.

8.37 Testing The air handling unit shall be tested to measure air quantity and coil performance by measuring temperature difference, water flow rate and pressure drop through the coil and then calculating the capacity by using the above measurements.

8.38 Limitations The air velocity across the filter media shall not exceed 2.5 M/S (500 FPM).

The air velocity across the coil shall not exceed 2.5 M/S (500 FPM).

The air velocity at the fan outlet shall not exceed 9.14 M/S (1800 FPM).

8.39 VENTILATION FANS 8.39.1 General

The ventilation fans listed below shall be complete in all respects and shall comply with the specifications. The fans shall be supplied as applicable or as specified and shown elsewhere.

8.40 Centrifugal Fan Centrifugal fans shall be in DIDW construction arrangement complete with access door, squirrel-cage induction motor, V-belt drive, belt guard and vibration isolators and steel base frame type. Direction of discharge, and rotation position shall be as per the job requirement.

Page 275: iiser

300

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

1. Housing shall be constructed of 14 gauge sheet metal welded construction. It shall be rigidly reinforced and supported by structural angles. Split casing shall be provided on larger fans and neoprene gaskets shall be provided throughout split joints to make it air tight.

Minimum 18 gauge galvanized wire mesh inlet guards of 5 cm openings shall be provided on both inlets. Housing shall be provided with standard clean-out and door with quick locking tension handles and neoprene gasket. Thick brass plate(s) showing rotation arrow and make, model number and duty conditions of the fan shall be riveted permanently on the housing.

2. Fan Wheel shall be forward curved type as required in Schedule of Quantities. Fan wheel shall be statically and dynamically balanced. Fan outlet velocity shall not exceed 10.16 mps (2000 fpm).

3. Shaft shall be constructed of steel, turned, ground and polished.

4. Bearings shall be of the sleeve/ball-bearing type mounted directly on the fan housing. Bearing shall be designed especially for quiet operation and shall be of the self-aligning, oil grease pack pillow block type.

5. Motor Fan motor shall be suitable for 415 + 10% volts, 50 cycles, 3

phase power supply, squirrel cage, totally enclosed fan cooled motor, provided with class F/H insulation. Motor name plate horsepower shall exceed brake horsepower by a minimum of 10%. Motor shall be designed specially for quiet operation and motor speed shall not exceed 1500 rpm. The sound level of fan and motor combination selected for the required performance shall not exceed 95 db within 1 meter distance of air inlet or discharge point.

6. Drive to fan shall be provided through belt with adjustable motor sheeve

and a standard belt guard. Belt shall be of oil resistant type.

7. Vibration IsolationSteel Mounting base shall be provided for both fan and motor, built as an integral part, and shall be mounted on a concrete foundation with vibration isolators. Vibration isolators shall be as manufactured by Dunlop Metalastik/Emerald. The concrete foundation shall be at least 15 cm above the finished floor level.

8. Painting Complete fan assembly, base frame and other steel

Page 276: iiser

301

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

components shall be epoxy painted. 8.41 Tube Axial Fans

Fan shall be single stage long casing type. The fan capacity, static pressure, speed, etc. shall be as indicated in the schedule of equipment, relevant drawings or as required.

The fan casing shall completely enclose fan blade and the motor. The casing shall be fabricated out of heavy gauge steel sheet for vibration free operation. The casing shall be complete with fan and motor supporting arrangement, foot plates, weatherproof electric terminal box, flanged and connections, etc. The casing and all corrode able components shall be epoxy painted as per paint manufacturer's recommended instructions.

The fan hub and wings shall be cast in high tensile aluminum alloy and shall be examined by X-Ray to ensure flawless castings. The fan impeller shall be of adjustable pitch type to obtain desired pitch angle. The fan impeller shall be statically and dynamically balanced. The selection of the fan shall be on the most efficient part of the fan performance curve.

In case of supply air fans the motor shall be totally enclosed squirrel cage induction motor to withstand 45oC ambient temperature with standard class 'F' insulation and IP-55 construction. For air exhaust application fan motor shall have class ‘H’ insulation suitable to operate for minimum 2 hours at 250 °C temperature.

Manufacturer shall furnish test certificate from warrington fire research Institute, UK or equivalent for the performance of smoke exhaust fans – as per BS-7346 Part-II-1990.

Motor ratings shall have at least 10% over load limit plus transmission losses if any. The motor bearings shall be of heavy duty construction.

Access panel wherever applicable shall be provided on the casing for the inspection of components.

8.42 Inline Fan Inline fan shall be complete with centrifugal impeller, casing, direct driven motor and vibration isolators. Direction of discharge, and rotation position shall be as per the job requirement and shall be marked on the fan assembly. In case of lower ceiling heights the unit shall be with swing out motor type fans.

a) Housing shall be constructed of hot rolled GSS sheets in double skin/single skin construction with FRP corners.

Page 277: iiser

302

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Housing metal parts shall be either spot welded or screwed or mounted together with rivets. Indication showing rotation arrow and make, model number and duty conditions of the fan shall be available on the housing.

b) Fan Wheel shall be backward curved type. Fan wheel shall be statically and dynamically balanced.

c) Bearingsshall be completely maintenance free and can be used in any mounting position, at maximum indicated temperature. The bearing lubricant shall be suitable for low temperature applications. The life expectancy at maximum indicated temperature shall be minimum 40,000 hours operation.

d) Fan motor shall be suitable for 415 + 10% volts, 50 cycles, 3 phase/1 phase power supply, squirrel cage, totally enclosed fan cooled motor (IP-44/IP-55), provided with class B or F insulation. Motor shall be with built-in thermal contact which will open and break the power supply at critical high temperature point.

e) Drive to fan shall be direct belt driven.

f) Painting : Complete fan assembly, and other steel components shall be epoxy painted.

8.43 Propeller Fans Propeller fans shall be direct-drive, three or four blade type, mounted on a steel fixed plate with orifice ring. a) Mounting Plate shall be of steel construction, square with streamlined

venturi inlet (reversed for supply applications) coated with epoxy paint finish. The mounting plate shall be of standard size, constructed of 2 to 18 gauge sheet steel depending upon the fan size. Orifice ring shall be correctly formed by spinning or stamping to provide easy passage of air without turbulence and to direct the air stream.

b) Fan Blades shall be constructed of aluminum or steel. Fan hub shall be of heavy duty welded steel construction with blades bolted to the hub. Fan blades and hub assembly shall be statically and dynamically balanced at the factory.

c) Shaft shall be of steel, accurately ground and shall be of ample size for

the load transmitted. The shaft shall not pass through first critical speed through the full range of specified fan speeds.

d) Motor shall be standard (easily replaceable) permanent split capacitor or

shaded pole for small sizes, totally enclosed with pre-lubricated sleeve or ball bearings, designed for quiet operation with maximum speed of 900

Page 278: iiser

303

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

rpm for fans 300 mm dia or larger and 1440 rpm for fans lesser than 300 mm dia. The fan motor upto 500 watts ratings shall be suitable for 220-240V, 1 ph, 50 cycles power supply where as motors above 500 watts rating shall be suitable for 415V, 3 ph, 50 cycles power supply. Motors shall be suitable for either horizontal or vertical services.

e) Accessories The following accessories shall be provided with the

propeller fans as per the application and as required by engineer. i) Wire guard on the fan inlet side and bird screen at the fan outlet. ii) Gravity operated/fixed louvered shutter, built into a steel frame as

per "Schedule of Quantities", to be provided at the fan outlet. 8.44 Installation

a) The Contractor shall supply all foundation bolts, base frame wherever required, vibration isolators and other accessories and shall assure that the components are placed securely in proper position while the foundation is cast.

b) Vibration isolators shall be provided with an efficiency of not less than 80%.

8.45 Testing All the fans shall be tested for performance at the factory in accordance with the guidelines laid down by ASHRAE/AMCA standards and the following test results shall be furnished.

a. C F M b. Static pressure at the specified flow rate c. KW input to motor and its P/F

8.46 Air Shower 8.46.1 Purpose and Scope

This specification describes a factory fabricated air shower enclosure to be used for removing surface particles from personnel prior to entering a controlled environmental area. The air shower shall provide access to and from a cleanroom work area and shall be a high velocity, low air pressure system. Construction of all structures shall be structurally sound and esthetically pleasing.

8.46.2 Construction A. Enclosure: Prefabricated wall and roof sections with integral air duct

plenums. ii) Maintenance access shall be from the entry or exit end or the side of the

mechanical section.

Page 279: iiser

304

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

iii) Access panels shall be provided on the access sides that are selected by the customer.

iv) The mechanical section of the air shower shall contain blower/motor units, air nozzles, HEPA filter, and electrical controls.

v) The air shower shall be constructed of one of the following materials d. Melamine substrate (.625" thick) with a standard grade plastic laminate

finish. e. Melamine substrate (.625" thick) with .025" thick aluminum sheets with

a white powder coated finish. f. Aluminum honeycomb panels (.5" thick) stopped into an extruded

aluminum frame all with a white powder coated finish. g. Air nozzles shall be plastic construction, white in color, adjustable, with

.875" diameter outlet B. Doors i) Doors are available in two finishes ii) Clear anodized finish iii) White powder coated finish iv) Doors shall be glazed with .25" clear tempered glass v) Each door shall have a 24 VDC magnetic door lock (exception automatic

door operators)

8.46.3 Motors and Blowers Motors to be a high efficiency type, 440-480 volt/3phase/60Hz AC Supply.

A. The motor blower shall be direct diven with MS backward curved blade impeller.

B. The nozzle blower shall be a single inlet, painted steel housing, cast

aluminum paddle wheel with a direct drive open drip proof motor.

i) Size the high speed blower CFM to provide velocity of 5000 to 7000 FPM at the face of nozzle.

ii) Blower fans will have permanent indication of correct rotation direction attached the blower housing.

C. Air showers with a vertical laminar flow ceiling shall have a dual inlet direct drive blower capable of maintaining 90 feet per minute velocity across the face of the ceiling filters.

Page 280: iiser

305

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

8.46.4 Filters A. 99.99% efficient down to 0.3 microns scanned HEPA filter with

aluminum or steel frames. B. Filters and seals shall provide for:

1. Filters easily accessible through maintenance panels or above. 2. Sufficient rigidity /bracing /clamping etc...to insure no filter or

seal damage during normal shipping, handling, rigging, and installation.

C. Pre-filters shall be located at return air grille and shall be 35% efficiency.

D. Return air grilles shall be constructed of steel with a white painted finish.

E. Return air grilles shall be located on side walls at the lowest point of the air shower wall.

8.46.5 Cycle Control A. The exit doors of the air shower will be disabled when the entry door is

open. B. The air shower cycle will begin upon entry to the air shower after entry

door closes. C. All doors will be locked (disabled with auto doors) during the air shower

cycle. D. High velocity blower will run 15 seconds. E. The exit door shall unlock (except with VLF option the door remains

locked for an additional 5 seconds). Automatic doors open at end of cycle.

F. Once the exit door shuts the system resets.

8.46.6 Noise and Vibrations A. Units maximum noise level is 71dba, with a back ground noise level of

10dba. Interior noise levels shall not exceed 85 dba. B. Fan/Blower assembly to be isolated by means of rubber isolator pads.

8.46.7 Test Certificates

i. HEPA Filter Efficiency Test. ii. Leakage Test of various Filters.

8.47 Air Curtains The air curtain shall be installed on room door consists of a case for air canalizing, conveniently shaped permitting a rational arrangement of the outgoing air. It shall

Page 281: iiser

306

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

consist of a set of deflectors for good distribution of the jet of air of adequate velocity on the whole door span surface to avoid loss of refrigeration. The material of construction would be PCGI.

The blower fan shall be made of Stainless steel and dynamically balanced to prevent vibration. The bearing shall be pre-lubricated & sealed for maintenance free application. The fan motor shall be suitable for 415 V, 3 phase AC supply.

There shall be a limit switch with required accessories, contactors, etc in weather proof enclosure for ensuring automatic operation of blowers whenever the door is opened.

Technical Specification of Air curtain

Type Horizontal (Wall mounted)

Size As per room door size

Construction Material Powder coated GI

Outer side 22 Gauge

Inner side 18 Gauge

Outer Jali GI Mesh

Impeller Aluminum

Technical Requirement

Velocity 18 to 20 m³ / sec

Velocity at floor Level 4 m³ / sec

Nozzle Width As per Manufacturer standard

Nozzle Vanes Adjustable

Electrical Requirement

Power supply 3 phase 440V AC, 50Hz

Motor 3 Phase induction Energy Eff. 1

HP Vendor to be specify

RPM Vendor to be specify

Page 282: iiser

307

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Protection IP 67

Class & duty “F” class & S1 duty

8.48. VARIABLE FREQUENCY DRIVES FOR FANS 8.48.1 General

The section describes the type of Variable Frequency Drive (VFD) for fan speed control. The drive shall not be general purpose product, but a dedicated HVAC design.

The VFD and its options shall be factory mounted and tested to UL 508C as a single unit under full load and appropriate UL label shall be applied before dispatch. VFD shall be manufactured in ISO 9000, 2000 certified facilities. The VFD shall be CE marked and conform to the European Union Electro Magnetic Compatibility directive or equal international certification as approved by the engineer. It shall be UL listed for a short circuit current rating of 100 kA and labeled with this rating. The frequency converter shall be supported locally by the manufacturer who will provide full technical support, spares holding and trouble shooting capability from their own local facility. A training course shall be provided by the manufacturer to the client / consultant / contractor / maintenance engineers.

8.48 Technical Parameters 8.48.1 The VFD shall convert incoming fixed frequency three-phase AC power into an

adjustable frequency and voltage for controlling the speed of three-phase AC motors. The motor current shall closely approximate a sine wave. Motor voltage shall be varied with frequency to maintain desired motor magnetization current suitable for the driven load and to eliminate the need for motor derating. When properly sized, the VFD shall allow the motor to produce full rated power at rated motor voltage, current, and speed without using the motor's service factor. VFDs utilizing sine weighted/coded modulation (with or without 3rd harmonic injection) must provide data verifying that the motors will not draw more than full load current during full load and full speed operation.

8.48.2 The VFD shall include an input full-wave bridge rectifier and maintain a fundamental (displacement) power factor near unity regardless of speed or load.

8.48.3 The VFD shall have a dual 5% impedance DC link reactor (harmonic filters) on the positive and negative rails of the DC bus to minimize power line harmonics and protect the VFD from power line transients. The chokes shall be non-saturating. Swinging chokes that do not provide full harmonic filtering throughout the entire load range are not acceptable.

Page 283: iiser

308

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

VFDs with saturating (non-linear) DC link reactors shall require an additional 3% AC line reactor to provide acceptable harmonic performance at full load, where harmonic performance is most critical.

IEEE519, 1992 recommendations shall be used for the basis of calculation of total harmonic distortion (THD) at the point of common coupling (PCC). On request VFD manufacturer shall provide THD figures for the total connected load. The contractor shall provide details of supply transformer rating, impedance, short circuit current, short circuit impedance etc to allow this calculation to be made.

8.48.4 All VFDs shall contain integral EMC Filters to attenuate Radio Frequency Interference conducted to the AC power line. The VFDs shall comply with the emission and immunity requirements of IEC 61800-3 : 2004, Category C1 with 50m motor cable (unrestricted distribution). The suppliers of VFDs shall include additional EMC filters if required to meet compliance to this requirement.

8.48.5 The VFD’s full load output current rating shall meet or exceed the normal rated currents of standard IEC induction motors. The VFD shall be able to provide full rated output current continuously, 110% of rated current for 60 seconds and 120% of rated torque for up to 0.5 second while starting.

8.48.6 The VFD shall provide full motor torque at any selected frequency from 20 Hz to base

speed while providing a variable torque V/Hz output at reduced speed. This is to allow driving direct drive fans without high speed derating or low speed excessive magnetization, as would occur if a constant torque V/Hz curve was used at reduced speeds. Breakaway current of 160% shall be available.

8.48.7 A programmable automatic energy optimization selection feature shall be provided as

standard in the VFD. This feature shall automatically and continuously monitor the motor’s speed and load to adjust the applied voltage to maximize energy savings.

8.48.8 The VFD must be able to produce full torque at low speed to operate direct driven

fans.

8.48.9 Output power circuit switching shall be able to be accomplished without interlocks or damage to the VFD.

8.48.10 An Automatic Motor Adaptation algorithm shall measure motor stator resistance

and reactance to optimize performance and efficiency. It shall not be necessary to run the motor or de-couple the motor from the load to perform the test.

Page 284: iiser

309

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

8.48.11 Galvanic isolation shall be provided between the VFD’s power circuitry and control circuitry to ensure operator safety and to protect connected electronic control equipment from damage caused by voltage spikes, current surges, and ground loop currents. VFDs not including either galvanic or optical isolation on both analog I/O and discrete digital I/O shall include additional isolation modules.

8.48.12 VFD shall minimize the audible motor noise through the used of an adjustable

carrier frequency. The carrier frequency shall be automatically adjusted to optimize motor and VFD operation while reducing motor noise. VFDs with fixed carrier frequency are not acceptable.

8.48.13 The VFD shall allow up to at least 100 meters of SWA (Single Wire Armour) cable to

be used between the FC and the motor and allow the use of MICS (Mineral Insulated Copper Sheath) cable in the motor circuit for fire locations.

8.49 Protective Features 8.49.1 A minimum of Class 20 I2t electronic motor overload protection for single motor

applications shall be provided. Overload protection shall automatically compensate for changes in motor speed.

8.49.2 Protection against input transients, loss of AC line phase, output short circuit, output ground fault, over voltage, under voltage, VFD over temperature and motor over temperature. The VFD shall display all faults in plain language. Codes are not acceptable.

8.49.3 Protect VFD from input phase loss. The VFD should be able to protect itself from damage and indicate the phase loss condition. During an input phase loss condition, the VFD shall be able to be programmed to either trip off while displaying an alarm, issue a warning while running at reduced output capacity, or issue a warning while running at full commanded speed. This function is independent of which input power phase is lost.

8.49.4 Protect from under voltage. The VFD shall provide full rated output with an input voltage as low as 90% of the nominal. The VFD will continue to operate with reduced output, without faulting, with an input voltage as low as 70% of the nominal voltage.

8.49.5 VFD shall include current sensors on all three output phases to accurately measure motor current, protect the VFD from output short circuits, output ground faults, and act as a motor overload. If an output phase loss is detected, the VFD will trip off and identify which of the output phases is low or lost.

8.49.6 If the temperature of the VFD’s heat sink rises to 80C, the VFD shall automatically

reduce its carrier frequency to reduce the heat sink temperature. It shall also be

Page 285: iiser

310

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

possible to program the VFD so that it reduces its output current limit value if the VFD’s temperature becomes too high.

8.49.7 In order to ensure operation during periods of overload, it must be possible to program the VFD to automatically reduce its output current to a programmed value during periods of excessive load. This allows the VFD to continue to run the load without tripping.

8.49.8 The VFD shall have temperature controlled cooling fan(s) for quiet operation, minimized losses, and increased fan life. At low loads or low ambient temperatures, the fan(s) may be off even when the VFD is running.

8.49.9 Protect from output switching : The VFD shall be fully protected from switching a contactor / isolator at the output with out causing tripping e.g.: for switching on/off the isolators of the AHU / ventilation fans / pumps near the motor with VFD in ON mode.

8.49.10 The VFD shall store in memory the last 10 alarms. A description of the alarm, and the date and time of the alarm shall be recorded.

8.49.11 When used with a pumping system, the VFD shall be able to detect no-flow situations, dry pump conditions, and operation off the end of the pump curve. It shall be programmable to take appropriate protective action when one of the above situations is detected.

8.50 Interface Features 8.50.1 Hand, Off and Auto keys shall be provided on the control panel to start and stop the

VFD and determine the source of the speed reference. It shall be possible to either disable these keys or password protect them from undesired operation.

8.50.2 There shall be an “Info” key on the keypad. The Info key shall include “on-line” context sensitive assistance for programming and troubleshooting.

8.50.3 The VFD shall be programmable to provide a digital output signal to indicate whether the VFD is in Hand or Auto mode. This is to alert the Building Automation System whether the VFD is being controlled locally or by the Building Automation System.

8.50.4 Password protected keypad with alphanumeric, graphical, backlit display can be remotely mounted. Two levels of password protection shall be provided to guard against unauthorized parameter changes.

8.50.5 All VFDs shall have the same customer interface. The keypad and display shall be identical and interchangeable for all sizes of VFDs.

8.50.6 To set up multiple VFDs, it shall be possible to upload all setup parameters to the VFD’s keypad, place that keypad on all other VFDs in turn and download the setup parameters to each VFD. To facilitate setting up VFDs of various sizes, it shall be possible to download from the keypad only size independent parameters. Keypad shall provide visual indication of copy status.

Page 286: iiser

311

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

8.50.7 Display shall be programmable to communicate in plain English language. 8.50.8 A red FAULT light, a yellow WARNING light and a green POWER-ON light shall be

provided. These indications shall be visible both on the keypad and on the VFD when the keypad is removed.

8.50.9 A quick setup menu with factory preset typical HVAC parameters shall be provided on the VFD. The VFD shall also have individual Fan, Pump, and Compressor menus specifically designed to facilitate start-up of these applications.

8.50.10 A three-feedback PID controller to control the speed of the VFD shall be standard. This controller shall accept up to three feedback signals. It shall be programmable to compare the feedback signals to a common set point or to individual set points and to automatically select either the maximum or minimum deviating signal as the controlling signal. It shall also be possible to calculate the controlling feedback signal as the average of all feedback signals or the difference between a pair of feedback signals.

8.50.11 The VFD shall be able to apply individual scaling to each feedback signal. 8.50.12 For fan flow tracking applications, the VFD shall be able to calculate the square root

of any or all individual feedback signals so that a pressure sensor can be used to measure air flow.

8.50.13 The VFD’s PID controller shall be able to actively adjust its set point based on flow. This allows the VFD to compensate for a pressure feedback sensor which is located near the output of the pump rather than out in the controlled system.

8.50.14 The VFD shall have three additional PID controllers which can be used to control damper and valve positioners in the system and to provide setpoint reset.

8.50.15 Floating point control interface shall be provided to increase/decrease speed in response to contact closures.

8.50.16 Five simultaneous meter displays shall be available. They shall be selectable from (at a minimum), frequency, motor current, motor voltage, VFD output power, VFD output energy, VFD temperature in degrees, feedback signals in their own units, among others.

8.50.17 Programmable Sleep Mode shall be able to stop the VFD. When its output frequency drops below set “sleep” level for a specified time, when an external contact commands that the VFD go into Sleep Mode, or when the VFD detects a no-flow situation, the VFD may be programmed to stop. When the VFD’s speed is being controlled by its PID controller, it shall be possible to program a “wake-up” feedback value that will cause the VFD to start.

To avoid excessive starting and stopping of the driven equipment, it shall be possible to program a minimum run time before sleep mode can be initiated and a minimum sleep time for the VFD.

Page 287: iiser

312

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

8.50.18 A run permissive circuit shall be provided to accept a “system ready” signal to ensure that the VFD does not start until dampers or other auxiliary equipment are in the proper state for VFD operation. The run permissive circuit shall also be capable of initiating an output “run request” signal to indicate to the external equipment that the VFD has received a request to run.

8.50.19 VFD shall be programmable to display feedback signals in appropriate units, such as inches of water column (in-wg), pressure per square inch (psi) or temperature (°F). Examples can be room temperature in 0C, return air temperature in 0C, supply air temperature in 0C, CO2concentration in ppm, pressure in bar, differential pressure in PSI etc.

8.50.20 VFD shall be programmable to sense the loss of load. The VFD shall be programmable to signal this condition via a keypad warning, relay output and/or over the serial communications bus. To ensure against nuisance indications, this feature must be based on motor torque, not current, and must include a proof timer to keep brief periods of no load from falsely triggering this indication.

8.50.21 Standard Control and Monitoring Inputs and Outputs

a) Four dedicated, programmable digital inputs shall be provided for interfacing with the systems control and safety interlock circuitry.

b) Two terminals shall be programmable to act as either as digital outputs or additional digital inputs.

c) Two programmable relay outputs, Form C 240 V AC, 2 A, shall be provided for remote indication of VFD status. Each relay shall have an adjustable on delay / off delay time.

d) Two programmable analog inputs shall be provided that can be either direct-or-reverse acting. i) Each shall be independently selectable to be used with either an analog

voltage or current signal. ii) The maximum and minimum range of each shall be able to be

independently scalable from 0 to 10 V dc and 0 to 20 mA. iii) A programmable low-pass filter for either or both of the analog inputs

must be included to compensate for noise.

e) The VFD shall provide front panel meter displays programmable to show the value of each analog input signal for system set-up and troubleshooting.

f) One programmable analog current output (0/4 to 20 mA) shall be provided for indication of VFD status. This output shall be programmable to show the reference or feedback signal supplied to the VFD and for

Page 288: iiser

313

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

VFD output frequency, current and power. It shall be possible to scale the minimum and maximum values of this output.

g) It shall be possible to read the status of all analog and digital inputs of the VFD through serial bus communications.

h) It shall be possible to command all digital and analog output through

the serial communication bus.

8.50.22 Optional Control and Monitoring Inputs and Outputs

a. It shall be possible to add optional modules to the VFD in the field to expand its analog and digital inputs and outputs.

b. These modules shall use rigid connectors to plug into the VFD’s control card.

c. The VFD shall automatically recognize the option module after it is powered up. There shall be no need to manually configure the module.

d. Modules may include such items as:

i) Additional digital outputs, including relay outputs ii) Additional digital inputs iii) Additional analog outputs iv) Additional analog inputs, including Ni or Pt temperature sensor

inputs 8.50.23 It shall be possible through serial bus communications to control the status of all

optional analog and digital outputs of the VFD.Standard programmable firefighter’s override mode allows a digital input to control the VFD and override all other local or remote commands. It shall be possible to program the VFD so that it will ignore most normal VFD safety circuits including motor overload. The VFD shall display FIREMODE whenever in firefighter’s override mode. Firemode shall allow selection of forward or reverse operation and the selection of a speed source or preset speed, as required to accommodate local fire codes, standards and conditions.

8.50.24 A real-time clock shall be an integral part of the VFD.

a) It shall be possible to use this to display the current date and time on the VFD’s display.

b) Ten programmable time periods, with individually selectable ON and OFF functions shall be available. The clock shall also be programmable to control start/stop functions, constant speeds, PID parameter setpoints and output relays. Is shall be possible to program unique events that

Page 289: iiser

314

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

occur only during normal work days, others that occur only on non-work days, and others that occur on specific days or dates. The manufacturer shall provide free PC-based software to set up the calendar for this schedule.

c) All VFD faults shall be time stamped to aid troubleshooting. d) It shall be possible to program maintenance reminders based on date

and time, VFD running hours, or VFD operating hours. e) The real-time clock shall be able to time and date stamp all faults

recorded in the VFD fault log. 8.50.25 The VFD shall be able to store load profile data to assist in analyzing the system

demand and energy consumption over time. 8.50.26 The VFD shall include a sequential logic controller to provide advanced control

interface capabilities. This shall include: a) Comparators for comparing VFD analog values to programmed trigger

values. b) Logic operators to combine up to three logic expressions using Boolean

algebra c) Delay timers d) A 20-step programmable structure

8.50.27 The VFD shall include a Cascade Controller which allows the VFD to operate in closed loop set point (PID) control mode one motor at a controlled speed and control the operation of 3 additional constant speed motor starters.

8.51 Serial Communications 8.51.1 The VFD shall include a standard EIA-485 communications port and capabilities to be

connected to the following serial communication protocols at no additional cost and without a need to install any additional hardware or software in the VFD:

a) Metasys N2 b) Modbus RTU

8.51.2 VFD shall have standard USB port for direct connection of Personal Computer (PC) to the VFD. The manufacturer shall provide no-charge PC software to allow complete setup and access of the VFD and logs of VFD operation through the USB port. It shall be possible to communicate to the VFD through this USB port without interrupting VFD communications to the building management system.

8.51.3 The VFD shall have provisions for an optional 24 V DC back-up power interface to power the VFD’s control card. This is to allow the VFD to continue to communicate to the building automation system even if power to the VFD is lost.

8.52 Adjustments

Page 290: iiser

315

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

8.52.1 The VFD shall have a manually adjustable carrier frequency that can be adjusted in 0.5 kHz increments to allow the user to select the desired operating characteristics. The VFD shall also be programmable to automatically reduce its carrier frequency to avoid tripping due to thermal loading.

8.52.2 Four independent setups shall be provided.

8.52.3 Four preset speeds per setup shall be provided for a total of 16.

8.52.4 Each setup shall have two programmable ramp up and ramp down times. Acceleration and deceleration ramp times shall be adjustable over the range from 1 to 3,600 seconds.

8.52.5 Each setup shall be programmable for a unique current limit value. If the output

current from the VFD reaches this value, any further attempt to increase the current produced by the VFD will cause the VFD to reduce its output frequency to reduce the load on the VFD. If desired, it shall be possible to program a timer which will cause the VFD to trip off after a programmed time period.

8.52.6 If the VFD trips on one of the following conditions, the VFD shall be programmable for

automatic or manual reset: external interlock, under-voltage, over-voltage, current limit, over temperature, and VFD overload.

8.52.7 The number of restart attempts shall be selectable from 0 through 20 or infinitely and

the time between attempts shall be adjustable from 0 through 600 seconds.

8.52.8 An automatic “start delay” may be selected from 0 to 120 seconds. During this delay time, the VFD shall be programmable to either apply no voltage to the motor or apply a DC braking current if desired.

8.52.9 Four programmable critical frequency lockout ranges to prevent the VFD from

operating the load at a speed that causes vibration in the driven equipment shall be provided. Semi-automatic setting of lockout ranges shall simplify the set-up.

8.53 Optional Features 8.53.1 All optional features shall be built and mounted by VFD manufacturer as an inbuilt

factory solution. All optional features shall be UL listed by the VFD manufacturer as a complete assembly and carry a UL label.

8.54 Service Conditions 8.54.1 Ambient temperature at full speed, full load operation with continuous drive rated

output current: a) -10 to 45°C for ratings upto 90 kW without derating b) -10 to 40°C for ratings 110 kW and higher without derating

Page 291: iiser

316

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

8.54.2 Relative Humidity : 0 to 95%, non-condensing. 8.54.3 Elevation : Up to 3,300 feet without derating.

8.54.4 AC line voltage variation : + 10% of nominal with full output.

8.54.5 VFD Enclosure protection: For VFD Sizes < 90 KW - IP 55 with Mains Disconnect

switch, integral, with no additional cabinets.

For VFD Sizes > 110 KW - IP 54 with Mains Disconnect switch, integral, with no additional cabinets.

8.54.6 Side Clearances : No side clearance shall be required for cooling. 8.54.7 All power and control wiring shall be done from the bottom.

8.54.8 All VFDs shall be plenum rated. 8.55 Quality Assurance 8.55.1 To ensure quality, the complete VFD shall be tested by the manufacturer. The VFD

shall drive a motor connected to a dynamometer at full load and speed and shall be cycled during the automated test procedure.

8.55.2 All optional features shall be functionally tested at the factory for proper operation. 8.56 Submittals 8.56.1 This specification lists the minimum VFD performance requirements for this project.

The deviations to the specifications are not acceptable. Each supplier shall clearly list the deviations to these specifications, if any.

8.57 HEAT RECOVERY UNITS 8.57.1 General

The double-skin “Heat Recovery Units” shall conform to the specifications hereunder. The manufacturer or their principals shall have sufficient experience of designing and manufacturing directly in the product i.e. energy recovery devices, with a two tier, two air stream unit design. The heat recovery wheel and box should be from the same manufacturer.

8.58 Type The Heat Recovery Units shall be two stream units in double skin construction comprising of supply air section, return air section and heat recovery section. The supply air section shall include the cooling/heating section, mixing box section, sound attenuator section, damper section, humidifier section, inspection section. Option shall be available for digital air flow measurement, pressure transmitter and filter cleaning alarm, if required in “Bill of Quantities”.

Page 292: iiser

317

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

8.59 Capacity The Treated Fresh Air units shall be of such capacities and static pressures as mentioned in the Bill of Quantities.

8.60 Casing The units shall be made of extruded aluminium hollow profile frames. The profile box size shall be of minimum 30mm for capacities upto 22000 CMH, such that it provides the required mechanical strength and rigidity. The unit should be devoid of any welded construction and shall be of cabinet type. All the frames should be assembled using pressure die cast aluminium joints/corners to make a self-supporting frame. The Casing leakage shall be in accordance with relevant EUROVENT standard that is CLASS ‘B’.

The panels shall be of double skin construction with both inner and outer steel sheets being minimum 0.8 mm thick. Outside sheet shall be pre coated & plasticized and inner sheet will be galvanized with 25mm thick fire retardant, fibre glass insulation shall be sandwiched between the sheets. The fibre glass density shall be 48 kg/m3. Materials emitting toxic gases shall not be used for insulation.

The Inspection and access panels shall be hinged type. The hinges shall be casted, powder coated zinc alloy. Flushed locks and handles shall be of galvanized steel. Other panels will be screwed on to the frame with sealant and soft rubber gasket thus making the joints air tight. All screws used for panel fixing shall be covered with PVC caps.

Special hollow gaskets and seals shall be used on inspection doors and to create separation between the airstreams to ensure negligible air leakage and mixing.

The entire casting shall be mounted on electro galvanized channel frame work with level screws. Condensate drain pan shall be fabricated from 18g GSS/SS construction.

8.61 Supply Air Section The supply air section shall comprise of the following :

8.61.1 Fan Section The fan shall be centrifugal forward curved or backward curved, double inlet double width type. The impeller and the fan casing shall be made of hot galvanized sheet steel. The impeller shall be mounted on a solid shaft supported to housing with angle iron frame and pillow block heavy duty ball bearing. The impeller shall be statically and dynamically balanced. The fan shall be selected such that unit noise level is less than 85 db. Fan housing and motor shall be mounted on a common

Page 293: iiser

318

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

galvanized steel or aluminium block base which can be drawn out from side for ease of maintenance. A quarter pin lock arrangement between the slide and guide pin lock arrangement between Fan and TFA outlet should be provided.

8.61.2 Motor and Drive Fan motor shall be energy efficient and suitable for 415±10% volts, 50 cycles, 3 phase squirrel cage, totally enclosed fan cooled with IP – 55 protection. Motor shall be designed for quiet operation. Drive shall be provided through belt – drive arrangement. Belts shall be of oil resistant type.

8.61.3 Filter Section The filter section shall be normally designed for deep folded disposable synthetic pre filters for Class EU3. The filter elements shall be mounted on rails and shall be easily pulled out for replacement. The rails shall be provided with efficient gaskets to minimize the risk of leakage. If mentioned in the Bill of Quantities, the section shall be designed to include filters upto class EU8.

8.61.4 Mixing Section The mixing section shall have built in dampers made up of aluminium profiles with leakage Class III. The damper blades shall be controlled with plastic gear wheels and silicone gaskets shall be provided between the blades. Inspection hatch shall be provided.

8.61.5 Damper Section Damper section shall contain a built in damper of aluminium profile with leakage class III. The damper blades shall be connected with plastic gear wheels with a gasket of silicon rubber to produce tightness between the blades.

8.62 Return Air Section The return air section shall comprise of fan section including motor and drive and filter section. The specification for these sections shall remain same as defined in items 6.4.1 to 6.4.4 respectively.

8.63 Heat Recovery Section The Heat Recovery section shall include enthalpy wheels and shall have minimum recovery of 95% of total heat, i.e. both sensible and latent (each being 95%). The recovery of sensible and latent shall be equal. The wheel shall be made of pure aluminum foil coated with molecular sieve desiccant with pore diameter of 3Angstrom. The cross contamination between the two air streams shall be nil and leakage less than 0.04%. The vertical and radial run of the wheel shall be less than 1 mm per meter of diameter. The wheels shall have non contact labyrinth seals for effective sealing between the two air streams.

Page 294: iiser

319

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

8.64 Heat Recovery Wheels The Substrate : The substrate or wheel matrix should be only of pure aluminum foil so as to allow.

i) Quick and efficient uptake of thermal energy. ii) Sufficient mass for optimum heat transfer. iii) Maximum sensible heat recovery at a relatively low rotational speed of

20 to 25 rpm. Non metallic substrates made from paper, plastic, synthetic or glass fibre media, will therefore, not be acceptable.

The substrate shall not be made from any material which is combustible or supports combustion.

The Desiccant: The desiccant should be water molecule selective and non-migratory.

The desiccant should be molecular sieve 3 Angstrom, so as to keep the cross contamination to absolute minimum and also ensure the exclusion of contaminants from the air streams, while transferring the water vapour molecules.

The desiccant, of sufficient mass, should be coated with non masking porous binder adhesive on the aluminium substrate so as to allow quick and easy uptake and release of water vapour. A matrix with desiccants impregnated in non metallic substrates, such as synthetic fibre, glass fibre, etc., will not be accepted. The rotor / wheel matrix shall have equal sensible and latent recovery.

The weight of desiccant coating and the mass of aluminium foil shall be in a ratio so as to ensure equal recovery of both sensible and latent heat over the operating range. Accordingly, a rotor matrix which has an etched or oxidized surface to make a desiccant on a metal foil and results in insufficient latent recovery and hence unequal recovery or a rotor matrix made from desiccant integrated in a synthetic fibre matrix which result in insufficient sensible recovery, high rotation speed and unequal recovery, will not be accepted.

Rotor – With optimum heat and mass through matrix formed by desiccant, of sufficient mass, coated on an aluminium foil, the rotor shall rotate at lower than 20 to 25 RPM, thereby also ensuring long life of belts and reduced wear and tear of seals.

The rotor shall be made of alternate flat and corrugated aluminum foil of uniform width.

Page 295: iiser

320

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

The rotor honeycomb matrix foil shall be so wound and adhered as to make a structurally very strong and rigid media which shall not get cracked, deformed, etc., due to change of temperature or humidity.

The rotor having a diameter upto 2800mm shall have spokes to reinforces the matrix. From 2000mm diameter upwards, the option of a special wing structure, to prevent the rotors from wobbling or deforming due to the successive pressure differential will be available.

Sectioned wheels, with pie segments, capable of being assembled in the field, shall be available as an option, above 2000mm in diameter.

The surface of the wheel / rotor should be highly polished to ensure that the vertical run out does not exceed ± 1mm for every one meter diameter, thereby ensuring, negligible leakage, if labyrinth non-contact seals are provided and minimal drag, if contact wiper seals are provided.

The radial run out also shall not exceed ± 1mm for every one meter diameter, thereby minimizing the leakage / drag on the radial seals, and minimize the fluctuation in the tension of the drive belt.

The number of wraps (of alternative corrugated and flat foil) for every inch of rotor radii shall be very consistent so as to ensure uniform airflow and performance over the entire face in the air stream. Flute height and pitch will be consistent to a very tight tolerance to ensure uniform pressure drop and uniform airflows across the rotor face.

The rotor shall be a non clogging aluminium media, having a multitude of narrow aluminium foil channels, thus ensuring a laminar flow and will allow particles upto 800 microns to pass through it.

The media shall be cleanable with compressed air or low pressure steam or light detergent without degrading the latent recovery.

The Cassette / Casing

The recovery wheel cassette / casing shall be manufactured from tubular structure to provide a self supporting rigid structure, complete with access panels, purge sector, rotor, bearings, seals, drive mechanism complete with belt.

The rotor / wheel should have a field adjustable purge mechanism to provide definite separation of air flow minimizing the carry over of bacteria, dust and other pollutants, from the exhaust air to the supply air. It shall be possible, with proper

Page 296: iiser

321

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

adjustment, to limit cross contamination to less than 0.04% of that of the exhaust air concentration.

The face and radial seals shall be four (4) pass non contact labyrinth seals for effective sealing between the two air streams and also for a minimum wear and tear ensuring infinite life of the seals.

8.65 AIRFLOW MEASURING STATIONS Airflow station shall be installed at locations shown on plans and in accordance with schedules with measuring probe system that combines the functions of outside air control damper, air straightenersection, and flow monitoring blades etc. in one assembly.

The probe with a mounting plate shall be 20-gauge G60 galvanized steel. The probe with air straightener shall include minimum 225mm long x 16 gauge galvanized steel sleeve for slip-fit duct connection. The complete assembly shall include minimum 381mm long x 16 gauge galvanized steel sleeve for slip-fit duct connection. The air straightener shall be minimum 13mm honeycomb cell x 75 mm aluminum alloy. Probe extrusion shall be made of extruded aluminum with clear anodized finish. Sensor probe fittings shall be 6 mm brass barbed fitting. Pressure tubing shall be plenum-rated polyethylene. Damper frame shall be minimum made of 127 mm x 25 mm extruded aluminumhatchannel. Damper blades shall be 152 mm wide extruded aluminum, airfoil shaped blades. Linkage shall be made of plated steel and shall be concealed in end channel of frame. The axles are 1/2 in. (13 mm) plated steel hex. The bearings are made of molded synthetic material. The side seal is flexible metal compression type alongcontrol damper sides. Blade seals are thermoplastic elastomer seal alongcontrol damper blade edges.

Assembly shall be AMCA tested and capable of measuring a range from 300 to 5,000 FPM (91 to 1,524 MPM).

The air measuring assembly shall measure to ±5% average and consist of extruded aluminum sensing blade(s) with anodized finish, plenum rated polyethylene pressure tubing, and brass barbed fittings, mounting hardware and a glass-on-silicone capacitance sensor pressure transducer capable of measuring up to five field-selectable pressure ranges up to 2.5 in. w.c.

The transducer shall be accurate to ±1% of full scale and be contained in a National ElectricalManufacturer’s Association (NEMA) 4 (IP-65) enclosure. Transducer shall be factory-mounted and piped to high and low pressure ports through fittings made of brass.

Page 297: iiser

322

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

All sensor tubing shall terminate in solid brass barbed fittings.

Frames are to be constructed to incorporate mounting flanges on both sides. Control blades are to be constructed of heavy-gauge extruded-aluminumairfoil type with Thermoplasticelastomer blade edge seals. Airflow sensing blades shall be anodized,extruded-aluminum, and airfoil-shaped, 16-gauge galvanized frame and shall incorporate built-in measuring ports.

The probes shall be an extrusion made of aluminum with clear anodized finish. Air straightener shall be contained in the 16-gauge galvanized sleeve attached to the monitoring blade frame. The air straightener sections shall be flanged as required by the application. Performance shall be designed to control outdoor air in compliance with American Society of Heating Refrigerating and Air-Conditioning Engineers (ASHRAE) Standard 62 guidelines.

The damper must be rated to operate over a temperature range of (-30 to 60°C) (-22 to 140°F) standard.

8.66 OZONE INJECTION SYSTEM 8.66.1 General

The scope of this section consists of supply, installation, testing and commissioning of duct mounted air ozone generators with associated sensors, controllers and accessories including the training and providing all necessary documentation for the operation and maintenance of the system.

8.67 Ozone System For Air Treatment 8.67.1 Ozone Generators shall be provided with the primary aim of a achieving reduction in

Volatile Organic Compounds (VOC), hydro carbon gases, and organic odors, in indoor Environment. They shall also serve purpose of depleting and inhibiting growth and propagation of microbial organisms and microflors commonly found in Indoor environments, HVAC duct, cooling coils and on air filters. VOC reduction shall be achieved by oxidation of VOC by ozone. Depletion of microbial colonies shall be achieved by inhibiting the growth and propagation.

8.67.2 The ozone system includes ozone generator, sensor module, and variable load controller, and ozone concentration sensor, monitor and cutout switch.

8.67.3 Capacity

The capacity of the ozone system shall be selected by the specialist manufacturer based on the data given in the schedule of equipment.

Page 298: iiser

323

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

8.67.4 Ozone Generator 8.67.4.1 The ozone system shall be engineered not to exceed residual ozone concentration

beyond 30 ppb which meets ASHRAE recommendation of residual Ozone concentration not exceeding 50 ppb (V/V).

8.67.4.2 Ozone Generators shall be compact, self-contained units, with all components factory mounted in one neat, compact package.

8.67.4.3 Components in contact with air stream shall be enclosed in stainless steel SS316L

casing 18 G thick strictly, with sufficient integral openings of 60% at least to allow maximum flow of air over the corona discharge plates & to have least resistance inside the duct. The vendor must prove this before delivery/acceptance by client if required.

8.67.4.4 The generator plates shall be mounted on separate head inside the ozone

generator which shall be totally removable without disturbing/dismantling the cabinet of ozone generator once installed inside the duct .This is an extremely important prerequisite to enhance the operational reliability and ease of maintenance of the generator plates. Ozone plates with transformer & connections shall be of retrofit type such that complete cabinet of ozone generator should not be removed for maintenance.

8.67.4.5 Ozone plates mounting shall not protrude outside the ozone generator body in any

direction, it is essential for safety of ozone plates to prevent from wear & tear from direct flow of air.

8.67.4.6 The generators shall be suitable for mounting in ducts with airflow in horizontal,

vertical or angular directions.

8.67.4.7 Generators shall be electrically interlocked with motor of the air handling unit fan. This will prevent start of the generator unless the fan motor is energized.

8.67.4.8 Generators shall be provided with flange suitable for mounting on a metal frame, to

be installed inside the duct.

8.67.4.9 Openings in the ducts shall be made with sheet metal shears or cutters. Metal saw or grinding machine shall not be used, except to make an initial cut to permit use of metal shear. This precaution is taken to prevent metal debris from falling into the ducts.

Page 299: iiser

324

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

8.67.4.10 When mounted on the supply air duct, it is absolutely important to ensure the chosen location does not have carry over moisture from cooling coil or humidifier, or any other moisture emitting device.

8.67.4.11 Care should be taken to ensure the generator is mounted on a straight run of duct

with steady flow of air. Installation on bends, elbows, transition pieces, or close to dampers is not recommended.

8.67.4.12 Air filter (efficiency of not less than 80%) shall be provided in the duct upstream of

the generator to prevent particulate in the air stream from reaching the ozone generator by others.

8.67.4.13 Generation of ozone shall be only by principles of corona discharge. Multiple

numbers of corona discharge plates shall be used to provide the necessary quantity of ozone. All the corona discharge plates shall be housed in one common stainless steel enclosure.

8.67.4.14 All ozone plates shall be mounted on single power line, multiple stripes for

mounting of ozone plates will not be acceptable as wire breakage between these plates will be hazardous. This is also important to have compact size of ozone generator in turn the negligible resistance due to ozone generator inside the ducts.

8.67.4.15 Multiple plate type corona surfaces shall be used for ozone generation. Production

density of ozone per sq inch (or sq cm) of surface area of corona surface shall be as low as possible. Rate of variation of production of ozone shall follow approximately the rate of variation of VOC in the indoor environment. This is in view to ensure residual level of ozone in the indoor environment remains low while ensuring residual VOC level also remains low.

8.67.4.16 The mesh on the ozone plates shall not be affixed at the edges by any adhesive.

This is to avoid uneven bonding of the mesh on ceramic plates which in turn hampers the ozone generation due to uneven corona formation.

8.67.4.17 Ozone and VOC shall be detected in the same gaseous stream, and ozone

production shall be in this stream. To ensure this, ozone generator shall be duct-mounted type. Portable type and generators that produce ozone outside the HVAC air stream are not acceptable.

8.67.4.18 Use of ionizer, or activated carbon filters is not permitted to reduce the VOC in

indoor space.

Page 300: iiser

325

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

8.67.4.19 Ozone generators shall not require any consumable for its operation, except for use of electricity.

8.67.4.20 The system shall not rely on initial or replacement of filters of any sort to remove

odours and chemicals.

8.67.4.21 The ozone generators shall be capable of operating on 220 to 240 Volts, single phase power supply, 50 Hz. They shall be properly grounded.

8.67.4.22 The mass flow of air (Density of air flow) over the Corona surface shall be same as

the air mass flow (Or density of air flow) in the air duct.

8.67.4.23 Applied electrical voltage measured or applied across the Corona surface shall not be greater than 3000 volts.

8.67.5 VOC Sensor Module

8.67.5.1 Regulation of IAQ device shall be automatically controlled comprising Auto VOC Sensor and Variable Load controller.

8.67.5.2 Sensor and Controller shall be rated for continuous operation.

8.67.5.3 Sensor shall be suitable for mounting in space, duct, plenum, or process chamber. If not space mounted.

8.67.5.4 The Sensor shall be factory calibrated to Isobutylene gas 100 PPM for full span and

controlled clean air for zero span. Factory stamped calibration certificate with date of calibration shall be provided with each Sensor.

8.67.5.5 The VOC Sensor shall be capable of detecting broad range of commonly occurring

VOC in indoor applications. Each gas sensed is related by the sensor to its corresponding concentration value to isobutylene.

8.67.5.6 The sensor shall have LCD Display indicating VOC, RH & Temperature. It shall be

possible to field adjust the sensitivity of the sensor.

8.67.5.7 The sensor shall provide 0 to 10 VDC Linear output along with relay contact & RS485 port for BMS.

Page 301: iiser

326

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

8.67.5.8 In the event of power failure, or if the system is turned off, the Sensor shall retain the pre set sensitivity.

8.67.5.9 The sensor shall be software programmable & no manual settings by potentiometer

will be required.

8.67.5.10 Factory supplied interconnecting cable shall be provided, for communication between Sensor and Load Controller.

8.67.5.11 The sensing element shall be of semiconductor mix gas sensor type.

8.67.5.12 The inbuilt humidity & temperature sensor shall be of capacitive type.

8.67.5.13 The power supply shall be 24VAC/24VDC or 220VAC or 110VAC to suit the site

requirement.

8.67.5.14 The display resolution shall be 0.1 ppm

8.67.5.15 The humidity measurement range shall be from 0 to 95% & operation temperature range shall be 0 to 50 deg.cen.

8.67.5.16 The sensor shall have analog output of 0~10VDC liberalized output or PID control

output, programmable selection.

8.67.5.17 The communication interface shall be RS-485, 9600/14400/ 19200(default)/ 28800 or 38400bps (programmable selection), 15KV antistatic protection, 3 independent base address, 31 max network nodes

8.67.6 Variable Load Controller 8.67.6.1 Controller shall be solid state, mounted in rugged stainless steel SS 316 L

enclosure. 8.67.6.2 It shall be fully factory assembled. Field provided connections shall be limited to

power wiring.

8.67.6.3 The Controller shall be suitable for accepting signals from the Sensor. Based on the signals received, it shall provide variable linear output to operate IAQ devices. The controller output shall be linear as per input VOC Sensor. Step output power to the transformer from the controller will be not acceptable. Due to step output the life of transformer decreases drastically. Vendor has to prove it if required by client before the commissioning or readiness of delivery.

8.67.6.4 Input voltage to controller shall be 220 to 240 Volts, 1 Ph, 50 Hz or 415 V 3 Phase

supply depending upon the site conditions, Vendor should confirm during the

Page 302: iiser

327

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

submission of tender that Controller offered shall have the facility to take power as per the client site.

8.67.6.5 Controller shall be provided with terminal block to connect incoming power, variable

linear outgoing power, and for interlock to AHU motor or other air moving device, and to safety device such as high ozone cut out switch along with spare inputs. The controller shall have the facility to program these inputs as per client site.

8.67.6.6 The controller PCB & Components shall be visible from naked eye, if in case of any

fault the controller shall be repairable. The controller shall not be black box with resin coating on the PCB. As these black box controllers circuits cannot be repaired due to the coatings on the PCB & components.

8.67.6.7 The controller shall have inbuilt Fan mounted on heat sink to dissipate heat caused

in the circuit.

8.67.6.8 The Controller shall be provided with receptacle to accept easy plug in cable connector, for communication to Sensor.

8.67.6.9 Controller shall be provided with 3 Lamps to indicate Power On Automatic, Manual

Bypass.

8.67.6.10 Controller shall be provided with rocker switch to choose Automatic or Manual Mode of operation. In the Manual Bypass Mode, voltage output of the Controller shall be 100% of input voltage, regardless of the level of VOC.

8.67.6.11 Cable connector between Controller and Sensor, of required lengths shall be factory

provided. This shall be complete with cables to provide power to Sensor and transfer signals for the different levels of VOC from Sensor to Controller.

8.67.6.12 The controller shall have enough capacity to control & operate the minimum 60

ozone plates in one stroke to maximum of 100 plates if required. The vendor should demonstrate the same at his or his authorized dealers facility if required by the client.

8.67.7 Ozone Concentration Sensor, Monitor and Cutout Switch 8.67.7.1 Ozone concentration monitor cum sensor shall be provided for the occupied areas.

At least one Monitor/Sensor shall be provided for generators in the AHU serving the area.

8.67.7.2 The monitor shall be installed either in the conditioned space or in the return air plenum.

Page 303: iiser

328

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

8.67.7.3 The Sensor shall have LCD Display to monitor Ozone level along with RH &

temperature.

8.67.7.4 Ozone measurement range shall be 10 ppb to 100 ppb. & operation temperature range shall be 0 to 50 deg.cen.

8.67.7.5 Display resolution shall be 1 ppb.

8.67.7.6 The communication interface shall be RS-485, 9600/14400/ 19200(default)/28800

or 38400bps (programmable selection), 15KV antistatic protection, 3 independent base address.

8.67.7.7 The sensor, monitor and all components shall be mounted in one neat and compact

case if required, suitable for wall mounting if required. All components shall be factory mounted.

8.67.7.8 The Monitor shall have relay output contact along with 0 to 10V DC output & RS485

port.

8.67.7.9 The monitor shall provide a linear 0 to 10 Volts DC linear output voltage, proportional to concentration of ozone. This will be interfaced with the BMS by others to record continuously concentration in PPB or PPM, and also to produce hard copy printouts. This will also enable shutting down the ozone generators through the BMS, if the set high level is reached.

8.67.7.10 The monitor shall be capable of interfacing with BMS. (Necessary transponders to

enable this will be provided by others).

8.67.7.11 It shall also be possible to set the high ozone cut out level through the BMS, and to shut down the ozone generators through BMS, in the event the set alarm is reached.

8.67.7.12 The monitor shall be suitable for continuous operation.

8.67.7.13 Input power source is 24 volts, DC/AC, provided. Suitable adaptor for this shall be

provided with the Monitor.

8.67.8 Carbon Di Oxide Sensor and Monitor 8.67.8.1 CO2 monitor cum sensor shall be provided for the occupied areas. At least one

monitor/sensor shall be provided for generators in the AHU serving area.

Page 304: iiser

329

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

8.67.8.2 Lowest detection of the Monitor shall be down to 0 PPM.

8.67.8.3 The sensing element for CO2 shall be of NDIR type.

8.67.8.4 The sensing element for temp & humidity shall be NTC & capacitive type.

8.67.8.5 The temperature correction the sensor shall have self compensation mode & operation temperature range shall be 0 to 50 deg.cen.

8.67.8.6 The sensor shall have Humidity measuring/setting range shall be 0~99%RH/

5~95%RH resp.& operation temperature range shall be 0 to 50 deg.cen.

8.67.8.7 The sensor shall have the communication interface of RS-485, 9600/14400/19200(default)/28800 or 38400bps (programmable selection), 15KV antistatic protection, 3 independent base address, max network node 64.

8.67.8.8 The sensor shall have a relay output which must have one or two dry contact

outputs with programmable selection to control CO2, temperature, humidity Rated

switching current: 3A (220VAC/30VDC), resistance load

8.67.8.9 Visual digital display shall be provided on the outer case of the Monitor, if the monitor is surface. This shall read CO2 level in PPM along with the humidity & RH.

8.67.8.10 The sensor, monitor and all components shall be mounted in one neat and compact

case, suitable for wall or duct mounting (optional) . The indicating lights shall be mounted on the cover of the case, if surface mounted. All components shall be factory mounted.

8.67.8.11 The monitor shall provide 4 to 20 milliamps or 0 to 10 volts DC output signal.

8.67.8.12 The monitor shall be capable of interfacing with BMS through the output signal.

Necessary transponders to enable this will be provided by others.

8.67.8.13 Motorized fresh air damper shall be modulated through the signal from the sensor.

8.67.8.14 The monitor shall be suitable for continuous operation.

8.68 PAN TYPE HUMIDIFIER Main body out of 2mm thick stainless steel sheet SS-304 having connections of quick fill, make up, over flow and drain. The top cover is open able for access to the inside of Humidifier for servicing. The body of Humidifier is Air Tight and leak

Page 305: iiser

330

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

proof. Finally Humidifier is insulated with 25mm thick fiberglass 32 kg/m 3 and then cladded with 0.5 mm thick Aluminum sheet. The Humidifier is divided in two chambers from inside, one bank of heater is always kept on to maintain temperature to water between 60 C to 70 C.

The electrical panel made out of 1.2mm CRC Sheet and shall be Painted with Wild Purple Colour shade. The electrical panel is provided with Low-Level cut out, heating thermostat for individual bank, fault indicating lamp, high temperature cutout float valve with copper ball. The low level cutout is interlocked with the heaters. The capacity and the prices are given below.

8.69 DUCT WORK AND OUTLET 8.69.1 General

The work under this part shall consist of providing all labour, materials, equipment and appliances as specified and required to install all sheet metal and other allied work to make the air conditioning system ready for operation as per drawings.

Except or otherwise specified all duct work and related items shall be in accordance with these specifications.

Duct work shall mean all ducts, casings, dampers, access doors, joints, stiffeners and hangers.

The factory fabricated ducts shall be manufactured and supplied in ‘L’ shape. The duct accessories and supports shall be as per SMACNA and approved by the Engineer.

8.70 Duct Materials The ducts shall be fabricated from galvanized steel coils conforming to IS:277 (latest edition) with grade of coating not less than 120 or aluminum sheets conforming to IS:737 latest edition(wherever aluminum ducts are specified). The material for the factory fabricated duct works shall be of lock forming quality with mill test certificate.

All duct work, sheet metal thickness and fabrication unless otherwise directed shall strictly meet requirements, as described in IS:855-latest edition.

The thickness of all four sides shall be determined by the thickness required for the longest side of the duct.

The ducts are to be fastened through clinching, rivets, bolts or sheet metal screw. The sealant shall be non hardening, water and fire resistant. Duct hanger rods shall be minimum 8mm galvanized having threading on one end/both ends/full length as per the requirement.

Page 306: iiser

331

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

8.71 Duct Construction 8.71.1 Coil lines shall be used to ensure location of longitudinal seams at corners/folded edges

only to obtain the required duct rigidity and low leakage characteristics. No longitudinal seams shall be permitted along any face side of the duct.

8.71.2 All ducts, transformation pieces and fittings to be made on CNC profile cutters for required accuracy of dimensions, location and dimensions of notches at the folding lines.

8.71.3 All edges shall be machine treated using lockformers, flangers and roller for turning up

edges.

8.71.4 Sealant dispensing equipment shall be used for applying built-in sealant in Pittsburgh lock where sealing of longitudinal joints are specified.

8.71.5 Duct construction shall be the rolamate in compliance with 1” (250 Pa) w.g. static norms as per SMACNA.

8.71.6 All transverse connectors shall be 4 bolt slip – on flanges system.

8.71.7 The specific class of transverse connector and duct gauge for a given duct dimensions

shall be as per Table-1 below for the 1” (250 Pa) pressure class.

Table-1

FOR SELECTION OF TRANSVERSE FLANGE CLASS AND DUCT GAUGES

AT 1200MM SPACING

Duct Dimension

1”(250)*5 2”(500) 3”(750) 4”(1000) 6”(1500)*4 10”(2500)

(in mm) Reinforcement Class – Duct Gauge

150 – 250 *3E-26 E-26 E-26 E-26 E-26 E-24

251 – 300 E-26 E-26 E-26 E-26 E-24 E-24

301 – 350 E-26 E-26 E-26 E-26 E-24 E-22

351 – 400 E-26 E-26 E-26 E-26 E-24 E-22

Page 307: iiser

332

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

FOR SELECTION OF TRANSVERSE FLANGE CLASS AND DUCT GAUGES

AT 1200MM SPACING

Duct Dimension

1”(250)*5 2”(500) 3”(750) 4”(1000) 6”(1500)*4 10”(2500)

(in mm) Reinforcement Class – Duct Gauge

401 – 450 E-26 E-26 E-26 E-26 E-24 H-20

451 – 500 E-26 E-26 E-24 E-24 E-24 H-20

501 – 550 E-26 E-26 E-24 E-24 H-24 H-20

551 – 600 E-26 E-26 E-24 E-24 H-22 H-20

601 – 650 E-26 E-26 E-24 E-24 H-22 H-20

651 – 700*2

E-26 E-26 E-24 H-24 H-22 H-18

701 – 750 E-26 E-26 E-24 H-24 H-22 J-18

751 – 900 E-26 E-24 H-22 H-22 H-20 J-18

901 – 1000 E-26 H-24 H-22 H-20 J-18 J-16

1001–1200 E-24 H-22 H-20 H-18 J-18

1201-1300 *3H-24 H-20 J-18 J-18 J-16

1301-1500 H-24 H-18 J-18 J-16

1501-1800 H-22 J-18 J-16

1801-2100 J-20 J-18

2101-2400 J-18 J-18

2401-2700 J-18

8.71.8 Non-toxic, AC-applications grade P.E. or PVC gasket is to be provided between all mating Rolamate flanged joints. Gasket sizes should conform to flange manufacturer’s specification.

Page 308: iiser

333

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

8.71.9 The fabricated duct dimensions should be as per approved drawings and all connecting sections are dimensionally matched to avoid any gaps.

8.71.10 Dimensional Tolerances : All fabricated dimensions will be within ± 1.0mm of specified dimension. To obtain required perpendicularity, permissible diagonal tolerances shall be ± 1.0mm per metre.

8.71.11 Each and every duct pieces should be identified by color coded sticker which shows

specific part numbers, job name, drawing number, duct sizes and gauge.\

8.71.12 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.

8.71.13 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.

8.71.14 Plenums shall be shop/factory fabricated panel type and assembled at site.

8.71.15 The deflection of transverse joints should be within specified limit for rectangular

duct deflection as given in SMACNA.

8.71.16 Reinforcement of ducts shall be achieved by either cross breaking or straight beading depending on length of ducts.

Duct sizes 19” (483mm) wide and larger which have more than 10 sq.ft. of unbraced panel shall be beaded or cross broken unless ducts will have insulation covering or acoustical liner. This requirement is applicable to 20 g (1.00mm) or less and 3” W.G. (750Pa) pressure or less. Ducts for 4” W.G. (1000 Pa) or more do not require beads or cross-breaks.

8.72 Support System 8.72.1 A completely galvanized system consisting of fully threaded rods, slotted angles or

double-L bottom brackets (made out of 3.0mm M.S. sheet) nuts, washers and anchor bolts conforming to SMACNA standards should be used.

Table 3 Support for Horizontal Rectangular Duct

Page 309: iiser

334

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Sr. No. Maximum Duct Size (mm)

Hanger Rod Diameter

Interval (mm)

1 Up to – 700 6mm 2400

2 701 – 1200 8mm 2400

3 1201 – 2000 10mm 2400

4 Above – 2000 12mm 2400

8.72.2 As an alternative, slotted galvanized brackets attached to the top two bolts of the Rolamate system may also be used as appropriate for the site condition.

8.72.3 To provide the required thermal brake effect, Neoprene or equivalent material of suitable thickness shall be used between duct supports and duct profiles in all supply air ducts not enclosed by return air plenums.

8.73 Installation 8.73.1 Tools and tackles for site work

The duct installation shall conform to SMACNA norms. For duct assembly and installation suitable tools and tackles should be used to give the required duct quality and speed of installation including (but not restricted to)

a) Electric Pittsburgh Seamer – used for closing Pittsburgh joints b) Electric Slitting shear – to make cut-outs c) Drilling machine with drill bits – for drilling holes in sheet metal work d) Hammer drill machine with drill bits – for drilling holes in building

structures for anchors e) Hoisting system – for lifting the duct assembly upto mounting heights

8.73.2 Installation Practice All ducts shall be installed as per tender drawings and in strict accordance with approved shop drawings to be prepared by the Contractor.

The Contractor shall provide and neatly erect all sheet metal work as may be required to carry out the intent of these specifications and drawings. The work shall be in accordance to the approval of Engineer in all its parts and details.

All necessary allowances and provisions shall be made by the Contractor for beams, pipes, or other obstructions in the building whether or not the same are shown on the drawings. Where there is interference/fouling with other beams, structural work, plumbing and conduits, the ducts shall be suitably modified as per actual site conditions.

Page 310: iiser

335

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Ducting over false ceilings shall be supported form the slab above, or from beams. In no case shall any duct be supported from false ceilings hangers or be permitted to rest on false ceiling. All metal work in dead or furred down spaces shall be erected in time without causing delay to other contractor’s work in the building.

Where ducts pass through brick or masonry openings, it shall be provided with 25mm thick appropriate insulation around the duct and totally covered with fire barrier mortar for complete sealing.

All ducts shall be totally free from vibration under all conditions of operation. Whenever ductwork is connected to fans, air handling units or blower coil units that may cause vibration in the ducts, ducts shall be provided with a flexible connection, located at the unit discharge.

8.74 Documentation & Measurement for Duct Work All ducts fabricated and installed should be accompanied and supported by following documentation:

8.74.1 For each drawing, all supply of ductwork must be accompanied by computer-generated detailed, bill of materials indicating all relevant duct sizes, dimensions and quantities. In addition, summary sheets are also to be provided showing duct area by gauge and duct size range as applicable.

8.74.2 Measurement sheet covering each fabricated duct piece showing dimensions and external surface area along with summary of external surface area of duct gauge-wise.

8.74.3 All duct pieces to have a part number, which should correspond to the serial number, assigned to it in the measurement sheet. The above system will ensure speedy and proper site measurement, verification and approvals.

8.74.4 The entire work shall be measured as per the chapter ‘Mode of Measurement’ enclosed

in the document. 8.75 Testing

After duct installation, a part to 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).

8.76 Flexible Ductwork Flexible duct shall be made of approved flame retardant fabric with flame spread rating of not over 25 and a smoke developed rating of less than 50. Flexible duct

Page 311: iiser

336

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

shall not exceed 10 inches in length. Temperature rating shall be the same as the associated ductwork.

The flexible duct shall meet UL 214 - Tests for Flame Propogation of Fabrics and Films, and Federal Test Standard 191 for abrasion, leakage, radiation resistance, tear and tensile strength.

Flexible duct shall meet the following requirements as outlined in Table below:

Service Indoor Outdoor High Temp.

Continuous Temp. Range - 40ºF to 180ºF - 25ºF to

250ºF

- 75ºF to

500ºF

Abrasion Resistance 15,000 cycles 500 cycles 125 cycles

Leakage Resistance 350 250 400

Minimum Radiation Resistance of Fabric

19x106 19x106 19x106

Tear Strength 100/100 12/12 50/40

Tensile Strength 240/220 225/300 200/150

Model - (Duro Dyne as standard)

MB6X MF6D MF6T

Provide triple Lock Aluminium, flexible ductwork upstream and downstream of air terminal control units and /or other locations indicated on the Drawings.

Construct ductwork from a tape of soft annealed aluminium sheet, spiral wound into a tube and spiral corrugated to provide strength and flexibility. Provide a triple mechanical lock to form a continuous secure air joint without the use of adhesives for pressures up to 2000 Pa.

Conform to the requirements of NFPA 90 and Underwriters Laboratories classification for round duct to specification 181 and comply with local Fire Authority requirements.

Provide flexible ductwork in minimum lengths of 1500 mm and maximum lengths of 3600 mm for low pressure systems. For medium pressure systems restrict minimum and maximum lengths to 1200 mm.

8.77 Variable Air Volume Units Supply of Pressure independent Rectangular/Circular VAV (Variable Air Volume Units) with integral sound attenuator made of 22 G GI Sheet casing length depend

Page 312: iiser

337

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

on air capacity consisting of 25 mm thick 48 kg/cubic meter density fiber glass wool covered with tissue paper. It should comprise Elliptical volume control damper, Calibrated differential pressure sensor at inlet complete with controller and Thermostat (All VAV shall be Factory Calibrated) and also it should be BMS compatable with help of controller either LON marks or BAC NET.

8.78 Dampers 8.78.1 Volume Control Damper

Volume dampers must be provided at the junction of each branch duct with main duct and split of main duct. Dampers shall be two gauge heavier than gauge of the large duct, and shall be rigid in construction to the passage of air.

Volume 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.

The dampers shall be of spliter, butterfly type. Damper blade shall not be less than 1.25 mm (18 gauge) reinforced with 25mm angles 3mm thick along any unsupported side longer than 250mm. Angles shall neither interfere with the operation of dampers, nor cause any turbulence. The damper shall be so fabricated as to avoid any leakage of air through the bearing space around damper leave rod.

Automatic and manual opposed blade dampers shall be complete with frames and bronze bearings as per drawings. Dampers and frames shall be constructed of 1.8mm steel and blades shall not be over 225mm wide. Dampers for fresh air inlet shall additionally have extruded aluminum rain protection louvers with wire mesh screen fixed on the air inlet side of louver.

Wherever required for system balancing, provide a volume balancing opposed blade damper with quadrant and fly-nut lock.

After completion of the duct work, dampers are to be adjusted and set to deliver the required amounts of air as specified on the drawings.

8.78.2 Fire Damper The fire dampers shall be provided wherever shown on the drawings. The damper blades and outer frame shall be constructed out of 1.8 mm galvanised sheet steel. Damper blades shall be pivoted using chrome plated spindles with bronze bushes. Damper housing shall be provided with seals all around to avoid smoke leakage. Damper shall normally be held open by a stainless steel spring loaded fusible link, duly stamped by preferably UL (Underwriter Lab) or any approved testing authority. In case of moterised damper it shall be operated by motorised damper actuator on

Page 313: iiser

338

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

getting a signal from fire alarm panel or any other smoke/ heat sensing device. Remote control panel shall be provided with the fire damper and shall provide the facility to operate and test the damper operation at regular interval.

The fire dampers shall have at least 120 minutes fire resistance rating.

8.79 Access Panel A hinged and gasketed access panel shall be provided on duct work before each reheat coil and at each control device that may be located inside the duct work.

8.80 Miscellaneous All ducts above 450mm to be cross broken to provide rigidity to the ducts.

All duct work joints to be square or approaching square with all sharp edges removed.

Sponge rubber gaskets also to be provided behind the flange of all grilles.

Longitudinal and circumferential joints of toilet extract air duct shall be further sealed with flexible permanent mastic to avoid unwanted infiltration of outside air into the duct work and thus affecting the system exhaust adversely.

Each shoot from the duct, leading to a grille, shall be provided with an air defector to divert the air into the grille through the shoot.

Inspection doors measuring at least 450mm x 450mm are to be provided in each system at an appropriate location as directed by Engineer-in-Charge.

Diverting vanes must be provided at the bends exceeding 500mm and at branches connected into the main duct without a neck.

Proper hangers and supports should be provided to hold the duct rigidly to keep them straight to avoid vibrations. Additional supports to be provided where required for rigidity or as directed by Engineer-in-Charge.

The duct should be routed directly with a minimum of directional change.

The ductwork shall be provided with additional supports/ hangers, wherever required or as directed by the Engineer-in- Charge, at no extra cost.

All duct supports, flanges, hangers and damper boxes etc. shall be given 2 coats of red oxide paint before installation and one coat of aluminum paint after the erection, at no extra cost.

All angle iron flanges are to be welded by electric arc welding and holes to be drilled.

Page 314: iiser

339

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

All the angles iron flanges are to be connected to the GSS duct by rivets at 100mm centers.

All the flanged joints to have 4mm thick felt packing stick to the flanges with shellac varnish. The holes in the felt packing are to be burnt through.

The GSS duct should be lapped 8mm across the flanges.

The duct should be supported by approved type supports at a distance not exceeding 2.4m.

Sheet metal connection pieces, partitions and plenums required shall be constructed of 1.25mm (18 gauge), sheet thoroughly stiffened with 25mm x 25mm angle iron braces and fitted with access door.

Duct sections in general shall be provided with 18 gauge galvanised weld mesh with about 8mm center for rat protection in the supply air ducts at AHU/fan outlets, return air openings in AHU room and above return air slits in conditioned spaces or as directed by the Engineer-in-Charge at no extra cost.

8.81 Grilles The supply and return air grilles shall be fabricated from extruded aluminum sections. The supply and return air grilles shall have double adjustable louvers. The supply air grille shall additionally have an opposed blade extruded aluminum damper. The grilles shall be with outer frames.

The opposed blade dampers in black anodised finish shall be suitable for operation from the grille face.

Grilles longer than 450mm shall have intermediate supports for the horizontal louvers. The grilles shall generally be the design of Tuttle and Balley grilles and registers. Grilles shall be powder coated as per the shade approved by Engineer.

Linear grilles shall be fabricated from extruded aluminum section have horizontal fixed sections of minimum 3 mm uniformly thick at angle of 15 Deg.

Return air grilles in MS construction (if included in BOQ) shall be provided with vertical and horizontal adjustable bars and volume control dampers operational from front of grille. The frame shall be of minimum 20G and louvers out of 24g sheet steel. The damper blade shall be of 20G sheet steel.

8.82 Diffusers

Page 315: iiser

340

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

The ceiling type rectangular or square diffusers shall be fabricated from extruded aluminum section in removable core construction and provided with anti-smudge ring.

All supply diffusers shall be provided with extruded aluminum, opposed blade dampers, adjustable and lockable from bottom. Dampers shall be in black anodised finish.

Linear diffuser shall be multislot type fabricated from extruded aluminum sections. Each slot shall have air direction controllers with sliding damper for supply air portion only.

8.83 Fresh air intake and Extract Louvers All the louvers shall be rain protection type and shall be fabricated from extruded aluminum section. The minimum depth of louver assembly shall be 76mm in case of air volumes larger than 8000 CMH. The louvers shall additionally be provided with heavy duty expanded metal (aluminum-alloy) bird screen. In case of smaller air volumes the depth of louver assembly can be 38mm.

8.84 Painting All grilles, diffusers shall be powder coated in the shade approved by the Engineer.

All ducts immediately behind the grilles/diffusers etc. are to be given two coats of black paint in matte finish.

8.85 Testing After completion, all duct system shall be tested for air leakage.

The entire air distribution system shall be balanced to supply the air quantity as required in various areas and the record of balanced air quantity through each outlets shall be submitted to the Engineer for approval.

8.86 Design parameter

a) Maximum Velocity in main duct - 450 mpm b) Maximum Velocity in supply outlet - 150 mpm c) Maximum friction in duct - 1.0 cm WG / 100 m run.

8.87 INSULATION 8.87.1 General

The insulation of water piping, air handling units, ducting, chillers, hot water generator etc. and acoustic treatment of AHU enclosures, plant room, etc. as applicable, shall be carried out as per specifications given under:

Page 316: iiser

341

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

8.87.2 Materials The materials to be used for insulation shall be as follows, unless some other material is specifically mentioned elsewhere.

8.87.3 Mineral Wool Mineral wool used for insulation and acoustic treatment shall be made from specifically formulated fibres and binder in a suitable ratio to produce fine, fibrous insulation material. The mineral wool shall conform to all properties as mentioned in IS-8183. It shall not settle down due to vibration and jolting. It shall be suited for the maximum design temperature. The material shall be supplied in factory made rolls/slabs of uniform thickness and density and laminated with aluminium foil as specified. Mineral wool shall be non combustible grade and tested to BS-476 (Part 4, 5, 6, 7).

8.87.4 Polyurethane Foam Rigid polyurethane foam used for thermal insulation shall be made from Polyol and isocyanate chemicals specially formulated to give CFC free fire retardant properties, good compressive strength and minimum water vapour permeability. The material shall be suitably packed to avoid damage during transit. Rigid polyurethane foam shall be supplied in slabs and pipe sections, suitably laminated with aluminium foil and shall be machine cut from buns and provided with shiplap joint finish conforming to IS-12436.

8.87.5 Polyisocyanurate Foam Rigid polyisocyanate foam made from a specially formulated mixure of polyol and isocyanate chemicals, modified suitably to make it fire safe, CFC free, closed cell, rigid and minimum vapour permeability. The material shall be laminated suitably with aluminium foil or Kraft paper as specified. The material shall be available in slabs and pipe sections provided with shiplap joints finished at the edges. The product shall be machine cut from buns and shall conform to IS-12436.

8.87.6 Polyethylene Foam Polyethylene insulation shall be made by addition Polymerization of Ethene molecules and specifically formulated to give Fire Retardant properties, good compressive strength and minimum water vapour permeability. The material shall be suitably packed to avoid damage during transit.

8.87.7 Cross linked Closed Cell Polyethylene The chemically cross linked closed cell polyethylene insulation material shall be made by polyethylene resin and foaming done through nitrogen gas. It should be

Page 317: iiser

342

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

chemically cross linked to give strength to air cell and shall be added by the chemicals to give fine retardant properties. It should have tiny, non-inter communicating air cells forming close-cells to provide resistance to flow of heat. It shall have low thermal conductivity, weather resistant, self extinguishing non dripping, non toxic, resistive to fungus/bacteria, vermin proof resilient, and shall not detoriate during handling.

8.87.8 Acoustic Insulation: i) Material shall be engineered Nitrile Rubber open cell foam. ii) The Random Incidence Sound Absorption Coefficient (RISAC); tested as

per ISO 354, should be minimum as per the chart below:

Freq (Hz) 125 250 500 1000 2000 4000 NRC

10 mm 0.03 0.04 0.14 0.04 0.88 1.00 0.35

15 mm 0.01 0.09 0.29 0.74 1.08 0.83 0.55

20 mm 0.04 0.13 0.4 0.9 1.04 0.90 0.60

25 mm 0.02 0.25 0.86 1.14 0.88 0.99 0.80

30 mm 0.07 0.32 0.99 1.16 0.93 1.08 0.85

50 mm 0.23 0.73 1.29 0.99 1.09 1.11 1.05

iii) The material should be fibre free. iv) The density of the same shall be within 140-180 Kg/m3 v) It should have Microban®*; antimicrobial product protection, and should

pass Fungi Resistance as per ASTM G 21 and Bacterial Resistance as per ASTM E 2180.

vi) The material should have a thermal conductivity not exceeding 0.047 W/m.K @ 20 Deg. C

vii) The material should withstand maximum surface temperature of +850C and minimum surface temperature of -200C

viii) The material should conform to Class 1 rating for surface spread of Flame in accordance to BS 476 Part 7 & UL 94 (HBF, HF 1 & HF 2) in accordance to UL 94, 1996.

ix) The insulation should pass Air Erosion Resistance Test in accordance to ASTM Standard C 1071-05 (section 11.7).

Page 318: iiser

343

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Thickness of the material shall be 10mm for duct work and 30mm for mechanical rooms.

8.88 Condensate/Refrigerant Pipes Condensate piping and refrigerant piping shall be insulated as applicable in the manner specified above. All valves, fittings, strainer etc. in chilled water/refrigerant piping shall be insulated to the same thickness as specified for the main run of piping and applied generally in the manner specified above. Valve bonnets, yokes and spindles shall be insulated in such a manner to allow the dismantling of pumps without damaging the insulation. Tanks wherever required in chilled water piping system i.e. expansion tanks shall be insulated to same thickness as for the pipes to which they are connected.

8.89 Installation a) Unexposed Ducts: (Insulation laminated with metallised polyester

foil). i) Clean the duct surface to be insulated and apply a thin film of

adhesive (Pidilite SR 998/MAS-83) and leave it for drying. Once the adhesive is tacky to touch, place the insulation sheet in position.

ii) Press the sheets in position and butt the joints well.

iii) Apply 50mm wide self adhesive tape laminated with metallised polyester foil on both longitudinal and transverse joints.

b) Exposed Ducts: (Insulation laminated with ultra violet). i) Clean the duct surface to be insulated and apply a thin film of

adhesive (Pidilite SR 998/MAS-83) and leave it for drying. Once the adhesive is tacky to touch, place the insulation sheet laminated with UV barrier film in position.

ii) Press the sheets in position and butt the joints well.

iii) Apply 75mm wide self adhesive tape laminated with UV barrier film on both longitudinal and transverse joints.

8.90 Acoustic Lining (Ducts) The first 5 meters length of duct or upto the first supply grille or as shown on the drawings, starting from each fan outlet, shall be provided with 25 mm thick fiber glass wool insulation for acoustic purposes.

Page 319: iiser

344

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

8.91 Acoustic Treatment of Walls and Ceiling of Equipment Room Minimum Two walls and ceiling of air conditioning plant room and air handling unit rooms may be provided with acoustic lining with open cell Nitrile Rubber insulation sheets. The recommended insulation thickness is 30 mm.

Installation Procedure

The wall surface shall be cleaned and required surface preparation shall be done for applying adhesive. Rubber based contact adhesive recommended by the manufacturer (Pidelite make - SR 998) shall be used. The foam sheets shall be cut to required size and a thin layer of adhesive shall be applied to both the surfaces; wall and acoustic sheet. When it is tack dry, it is should applied / stuck with enough pressure to the walls/ceiling. Minimum 5 fasteners with washer (of G.I Sheet 2.5 inch x 2.5 inch) / square meter, 4 at corners & 1 at centre shall be put immediately after sticking with the help of adhesive. The length of the fastener should be minimum 75 mm.

8.92 Thermal Insulation (Under Deck / Partition Walls) a) Installation

i) Clean the surface thoroughly with mild wire brush to make it free from dust and loose particles. Apply a coat of cold adhesive MAS-83/CPRX to the R.C.C. ceiling.

Fix rawl plugs with screws at a distance of 1000 x 500 mm.

Fix 40 mm thick polyisocyanurate/polyurethane foam slabs pre laminated with aluminium foil of the size 1000 mm x 500 mm with cold adhesive compound MAS-83.

Through the screw take out 26 G GI wire and fix 0.50 mm thick pre coated GI sheet washers of size 50x50 mm at the joints of PIR/PUF slabs.

8.93 MODE OF MEASUREMENT 8.93.1 General

This specification covers measurement of various items/materials (as applicable) at site.

8.94 Unit Prices in the Bill of Quantities The item description in the Bill of Quantities is in the form of a condensed resume. The unit price shall be held to include every thing necessary to complete the work

Page 320: iiser

345

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

covered by this item in accordance with the specifications and drawings. The sum of all the individual item prices shall represent the total price of the installation ready to be handed over.

The unit price of the various items shall include the following:

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.

All the labour required to supply and install the complete installation in accordance with the specifications.

Use of any tools, equipment, machinery, lifting tackle, scaffolding ladders etc. required by the contractor to carry out his work.

All the necessary measures to prevent the transmission of vibration.

The necessary material to isolate equipment foundations, from the building structure, wherever necessary and suggested by the Engineer.

Storage and insurance of all equipment apparatus and materials.

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 complete the system even though not specifically shown, described or otherwise referred to.

8.95 Measurements of Sheet metal ducts, grilles/diffusers, etc. a) Sheet Metal Ducts

All duct measurements shall be taken as per actual outer duct surface area including bends, tees, reducers, collars and other fittings. Gaskets, nuts, bolts vibration isolation pads, vanes are included in the basic duct items of the B.O.Q.

The unit of measurements shall be the finished sheet metal surface area in metre squares. No extra shall be allowed for overlaps.

All the guide vanes, deflecters access panels, splitter dampers within the duct work shall be considered as part of the duct and nothing will be paid extra on this account.

Page 321: iiser

346

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

The unit duct price shall include all the duct hangers, supports and `Hilti' metallic fasteners as well as any materials and labour required to complete the duct frame.

b) Box Dampers Box dampers wherever shown or required in ducts shall be measured as per finished inside cross-sections and paid as per the calculated are in sq.m.

c) Grilles/Diffusers All measurements of grilles/diffusers shall be the normal outlet size excluding the outer flanges.

The square or rectangular grilles/diffusers shall be measured in plain sq.m.

All round diffusers shall be measured by their diameters in centimeter.

All linear diffusers shall be measured as per actual length in meters.

8.96 Measurements of Piping, Fittings, Valves, Fabricated Items a) Structural Supports

Structural supports including supports fabricated from pipe lengths for pipes shall be measured as part of pipe line and hence no separate payment will be made. Rates shall be inclusive of hoisting, cutting, jointing, welding, cutting of holes and chases in walls, slabs or floors, painting supports and other items as described in specifications, drawings and Bill of quantities or as required at site by Engineer-in-Charge.

8.97 Painting Painting of all pipes, supports, valves and fittings shall be included with the cost of these items. Nothing extra shall be paid for this work.

Painting of grilles/diffusers, tanks and equipment wherever required shall be in the cost of these items.

8.98 Insulation Measurement of insulation for vessels, piping, equipment and ducts shall be made over the bare uninsulated surface area of the metal.

a) Ducts

Page 322: iiser

347

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

The measurements for insulation of ducts shall be made in actual square meters of bare uninsulated duct surface.

In case of bends the area shall be worked out by taking an average of inner and outer lengths of the bends. Measurements for damper, 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.

b) Accessories Insulation The unit of measurement for accessories such as expansion tank, pumps, chiller heads etc. shall be of uninsulated area in square meters. In case of curved or irregular surfaces, measurements shall be taken along the curves. 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.

c) Acoustic Duct Lining In case of acoustic lining of air ducts, measurements of the bare inside duct surface in square metre, shall be final for billing purpose.

The insulation/acoustic treatment shall include cost of battens/sections, supports, adhesives, vapour proofing, finished tiles/boards/sheets as well as additional labour and materials required for completing the work.

d) Roof and Wall Insulation and Acoustic Treatment The unit of measurement for all underdeck roof insulation wall insulation, wall/roof acoustic panel shall be the acoustic uninsulated area of walls, roofs, to be treated, in square metres.

The insulation/acoustic treatment shall include cost of battens supports, adhesives, vapour proofing, finished boards/sheets as well as additional labour and materials required for completing the work.

e) Acoustic Baffle Boxes (wherever required) The unit of measurement shall be the exposed inside face of the acoustic baffle boxes in square meters.

The unit price shall include all hold fasts, nuts, bolts connecting the size of wall opening and making it good as well. Any additional materials and labour to fabricate and fix the boxes.

Page 323: iiser

348

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

8.99 TESTS AT SITE 8.99.1 General

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 Engineer, in accordance with the provisions of the applicable 'ASHRAE' standards or approved equal and as per site requirements. All tests shall be recorded in the format approved by Engineer-in-Charge.

Piping System

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 pressures exceeding their test ratings.

Tests shall be completed and approved before any insulation is applied.

After tests have been completed, the system shall be drained and cleaned of all dust and foreign material. All strainers, valves and fittings shall be cleaned of all dirt, fillings and debris.

8.100 Duct Work All branches and outlets shall be tested for air quantity, and the total of the air quantities shall be within plus ten percent (+10%) of fan capacity.

Fire dampers, volume dampers and splitter dampers shall be tested for proper operation.

8.101 Performance Tests The installation as a whole shall be balanced and tested upon completion, and all relevant information as per 'Test Proforma' Section - 2 including the following shall be submitted to the Engineer-in-Charge.

i) Air volume passing through each unit, duct, grilles, etc. ii) Differential pressure readings across each filter, fan and coil and through

each pump chiller and condenser. iii) Electrical current readings, in ampers of full and average load running,

and starting, together with name plate current of each electrical motor. 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.

Page 324: iiser

349

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Any other reading shall be taken which may subsequently be specified by the Engineer.

8.102 Miscellaneous 8.102.1 The above tests are mentioned herein amplification but not by way of limitation to

the provisions of conditions of contract and specification. Duration of the test shall be continuous 120 working hours. Contractor shall carry out three seasonal tests each of 48 hours duration during defect liability period of the approved dates.

8.102.2 The date of commencement of all tests listed above shall be subject to the approval of the Engineer and in accordance with the requirements of this specification. 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 Engineer-in-Charge requests such a test for determining specified or guaranteed data, as given in the specifications or on the drawings.

Any damage resulting from the tests shall be repaired and/or damaged material replaced, all to the satisfaction of the Engineer.

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 recommended after the adjustment or repairs have been completed.

The Contractor must inform the Engineer-in-Charge when such tests are to be made, giving sufficient notice, in order that the Engineer-in-Charge or his nominated representative may be present.

Complete records of all tests must be kept and 3 copies of these and location drawings must be furnished to the Engineer-in-Charge.

The Contractor may be required to repeat the test as required, should the ambient conditions at the time not given, in the opinion of the Engineer-in-Charge sufficient and suitable indication of the effect and performance of the installation as a whole or of any part, as required.

8.103 LIST OF APPROVED MAKES OF HVAC WORKS

The tenderer shall quote his rates on the basis of the price of the brand/make stipulated in the item of works as described in BOQ and specification as well as in the approved makes. The owner reserves the right to select any of the brands indicated in the “List of Approved Makes/Agency” in case of delay in delivery of ordered “make of item”. The contractor cannot claim anything extra for the same.

Page 325: iiser

350

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Sl. No. Items Approved Makes

1. Variable Refrigerant Flow Blue Star, Carrier, Daikin, LG, Machines Samsung

2. Air Handling Units Edge-Tech, VTS, Zeco

3 Heat Recovery Units Desiccant Rotor International, Flakt, Greenheck, Novelair Technologies

4. Variable Frequency Drives Allen Bradley, Alstan, Danfoss,

5. Variable Air Volume Units Ruskin Titus, Systemair, Trox

6. Ozone Injection System Omniscient Treatment Technologies, Ruks

7. Airflow Measuring Station Johnson Controls, Ruskin Titus, Trox,

8. Air Shower Spectrum, Supercut, Thermadyne, Ultra Clean

9. Pan Humidifier Emerald, Thermadyne

10. Ventilation Fans

10.1 Centrifugal Fans of AHU’s Kruger, Nicotra With motors

10.2 Tube Axial Fans Flakt, Kruger, Nicotra, System Air

10.3 Inline Fans Flakt, Kruger, System Air

10.4 Propeller fans Kruger, Systemair,

10.5 Air Curtain Berner, Mitzvah, Olefini

11. GI Sheets HSL, Jindal (HISSAR), SAIL, TATA

11.1 Factory Fabricated Duct Ecoduct, Rola Star, Seven Star, Zeco

11.2 Flexible Duct Atco, Ecoduct, Ruskin Titus

12. Copper pipe Mandev, Mexflow, Rajco, Total-line

13. Grilles/ Diffusers/ Louvers/ Air master, Ravistar, Ruskin Titus Dampers Caryaire

Page 326: iiser

351

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

14. Fire Dampers Air master, Dynacraft, Ravistar,

Ruskin Titus

15. Butterfly Dampers Airflow, Precise, Ravistar

16.0 Insulation

16.1 Fiber Glass Wool Kimmco, Lloyd, Owens Corning,

UP Twiga

16.2 Polyurethane Foam (PUF) Lloyd Insulations, MalanpurEntech

16.3 Cross Linked Polyethylene Foam Armacell, Supreme, Trocellen, Vidoflex

16.4 Open & Closed Cell Nitrile Armacell, K-flex, Trocellen

Rubber Insulation

16.5 Poly isocynurate Lloyd Insulations, MalanpurEntech

Insulation

16.6 Insulation Stick Pins Air flow, MalanpurEntech

17. Air Filters AAF, Puromatic, Spectrum, Supercut

Thermadyne

18. ‘V’ belts / Pulley Dunlop, Fenner

19. Vibration Isolators Dunlop, Emerald, Resistoflex

20. Electric Motors ABB, BBL, Crompton, Kirlosker,

Marathon, NGEF, Siemens

Page 327: iiser

352

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

SCHEDULE OF EQUIPMENT

8.104 VARIABLE REFRIGERANT FLOW UNITS

BIOLOGICAL SCIENCE DEPARTMENT

1.1

S.no Capacity (HP) & Combination TR Feeding to Ckt. number

Qty

a 64 (22 x 2 +20 x 1) 51.2 4, 5, 8 3 b 48 (22 x 1 +14 x 1 +12 x 1) 38.4 6 1 c 36 (22 x 1 +14 x 1) 28.8 3 1 d 24 (12 x 2) 19.2 2, 7, 9, 10 4 e 12 (12 x 1) 9.6 1 1

1.2 MOTOR

1.2.1 Duty Condition - 415 V, 3, 50 Hz 1.2.2 Rating HP To suit

1.2.3 Speed (Max.) RPM 2900

1.2.4 Type of motor - TERC

1.3 STARTER

1.3.1 Type - As per manufacturer standard

1.4 CONDENSER

1.4.1 Type Air Cooled

1.4.2 Fans (each unit) Nos. As per manufacturer standard

1.4.3 Speed Steps -------------minimum 20----------------

1.4.4 Refrigerant --------------R-410A---------------------

PHYSICAL SCIENCE DEPARTMENT

1.1

S.NO Capacity (HP) &

Combination TR Feeding tockt. number

Qty

a) 6 (22 x 2 +20 x 1) 51. 8 1

Page 328: iiser

353

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

4 2 b) 4

8 (22 x 1 +14 x 1+ 12 x 1) 38.

4 1A, 2, 3, 8A 4

c) 4

0 (20 x 2) 32 2A 1

d) 3

2 (20 x 1 +12 x 1) 25.

6 1, 4, 5, 6 4

e) 2

0 (20 x 1) 16 7 1

1.2 MOTOR

1.2.1 Duty Condition - 415 V, 3, 50 Hz

1.2.2 Rating HP To suit

1.2.3 Speed (Max.) RPM 2900

1.2.4 Type of motor - TERC

1.3 STARTER

1.3.1 Type - As per manufacturer standard

1.4 CONDENSER

1.4.1 Type Air Cooled

1.4.2 Fans (each unit) Nos. As per manufacturer standard

1.4.3 Speed Steps --------------minimum 20---------------

1.4.4 Refrigerant --------------R-410A----------------------

ANIMAL HOUSE

1.1 S.NO Capacity (HP) &

Combination TR Feeding tockt.

number Qty

a) 60 (22 x 2 +16 x 1) 48 3, 4 2

b) 44 (22 x 2 ) 35.2 1, 2 2

c) 24 (12 x 2) 19.2 5, 1

d) 12 (12 x 1) 9.6 6, 1

1.2 MOTOR

Page 329: iiser

354

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

1.2.1 Duty Condition - 415 V, 3, 50 Hz

1.2.2 Rating HP To suit

1.2.3 Speed (Max.) RPM 2900

1.2.4 Type of motor - TERC

1.3 STARTER

1.3.1 Type - As per manufacturer standard

1.4 CONDENSER

1.4.1 Type Air Cooled

1.4.2 Fans (each unit) Nos. As per manufacturer standard

1.4.3 Speed Steps --------------minimum 20---------------

1.4.4 Refrigerant --------------R-410A----------------------

8.105 AIR HANDLING UNITS Sl. No.

AHU Tag. Clg. Load (TR)

Dehumidified Air Qty. (CMH)

C. Coil (RD)

Fan type

SP (mm of H2O)

M. Box

Filter QTY.

Floor Mounted 1 BI - AH(-3 )- 01

7.2 4700 6 BC 65 Yes P & F 1

2 BI - AHF - 11

5.6 4000 6 BC 65 Yes P & F 1

3 BI - AHF - 12

4.2 2500 6 BC 65 Yes P & F 1

4 BI - AHF - 01

6.7 4600 6 BC 65 Yes P & F 1

5 BI - AHF - 08 & 09

6.3 4300 6 BC 65 Yes P & F 2

Page 330: iiser

355

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

6 BI - AHF - 13

5.6 3500 6 BC 65 Yes P & F 1

7 BI - AHF - 19

12.6 7900 6 BC 65 Yes P & F 1

8 BI - AHF - 20

3.5 2100 6 BC 65 Yes P & F 1

9 BI - AHS - 04

7.0 5100 6 BC 65 Yes P & F 1

Ceiling suspended

10 PH - AHG - 10 & 11

10.7 9000 6 BC 65 Yes P & F 2

11 PH - AHG - 12 & 13

7.1 4700 6 BC 65 Yes P & F 2

12 PH - AHG - 08 & 09

7.8 6700 6 BC 65 Yes P & F 2

13 BI - AH(-2) - 01

6.1 4300 6 BC 65 Yes P & F 1

14 BI - AH(-2) - 02

3.4 1850 6 BC 65 Yes P & F 1

15 BI - AH(-2) - 03

5.2 3500 6 BC 65 Yes P & F 1

16 BI - AH(-1) - 03

5.4 3700 6 BC 65 Yes P & F 1

Page 331: iiser

356

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

17 BI - AH(-1) - 04

4.0 2300 6 BC 65 Yes P & F 1

18 BI - AH(-1) - 02

3.4 1800 6 BC 65 Yes P & F 1

19 BI - AH(-1) - 01

7.5 5600 6 BC 65 Yes P & F 1

20 BI - AHG - 04

5.4 3700 6 BC 65 Yes P & F 1

21 BI - AHG - 06

5.0 3300 6 BC 65 Yes P & F 1

22 BI - AHG - 02

7.4 4700 6 BC 65 Yes P & F 1

23 BI - AHG - 03

4.2 2600 6 BC 65 Yes P & F 1

24 BI - AHG - 05

4.3 2500 6 BC 65 Yes P & F 1

25 BI - AHG - 07

5.3 3200 6 BC 65 Yes P & F 1

26 BI - AHG - 09

10.4 8200 6 BC 65 Yes P & F 1

27 BI - AHG - 08

11.0 5800 6 BC 65 Yes P & F 1

28 BI - AHG - 10

6.8 4200 6 BC 65 Yes P & F 1

29 BI - AHS - 03

3.3 2300 6 BC 65 Yes P & F 1

Page 332: iiser

357

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

30 BI - AHS - 05

3.0 1500 6 BC 65 Yes P & F 1

31 BI - AHS - 06

3.2 2500 6 BC 65 Yes P & F 1

32 BI - AHF - 22

4.4 3000 6 BC 65 Yes P & F 2

33 BI - AHF - 02

2.1 1300 6 BC 65 Yes P & F 1

34 BI - AHF - 10

3.7 2500 6 BC 65 Yes P & F 1

35 BI - AHF - 21

5.5 3800 6 BC 65 Yes P & F 1

36 PH - AH(-1) - 01, 02 & 03

4.3 2950 6 BC 65 Yes P & F 3

37 PH - AHG - 06 & 07

5.0 3300 6 BC 65 Yes P & F 2

38 PH - AHG - 04

4.9 2300 6 BC 65 Yes P & F 1

39 PH - AHG - 05

7.5 3800 6 BC 65 Yes P & F 1

40 PH - AHF - 07

8.5 5000 6 BC 65 Yes P & F 1

41 PH - AHF - 02

7.3 3700 6 BC 65 Yes P & F 1

42 PH - AHF - 04 7.5 3800 6 BC 65 Yes P & F 1

Page 333: iiser

358

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

43 PH - AHF - 06

8.8 6000 6 BC 65 Yes P & F 1

44 PH - AHF - 05

4.5 2600 6 BC 65 Yes P & F 1

45 PH - AHG - 14

7.6 5200 6 BC 65 Yes P & F 1

46 PH - AHG - 15

7.4 4800 6 BC 65 Yes P & F 1

47 PH - AHG - 16 & 18

6.4 2900 6 BC 65 Yes P & F 2

48 PH - AHG - 17

6.2 2700 6 BC 65 Yes P & F 1

49 PH - AHF - 08

7.6 5200 6 BC 65 Yes P & F 1

50 PH - AHF - 09

7.4 4800 6 BC 65 Yes P & F 1

51 PH - AHF - 10 & 12

4.4 2800 6 BC 65 Yes P & F 2

52 PH - AHF - 11

4.2 2600 6 BC 65 Yes P & F 1

53 PH - AHF - 14

5.7 3100 6 BC 65 Yes P & F 1

54 PH - AHF - 13

6.5 3500 6 BC 65 Yes P & F 1

Page 334: iiser

359

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

55 PH - AHS - 04

8.2 5700 6 BC 65 Yes P & F 1

56 PH - AHG - 19

11.9 10400 6 BC 65 Yes P & F 1

Floor Mounted

57 BI -AHS - 02

13.4 6500 6 BC 50 Yes P & F 1

58 PH -AHS - 02

21.8 10500 6 BC 50 Yes P & F 1

Ceiling Suspended

59 PH -AHG - 18

6.4 2900 6 BC 50 Yes P & F 1

60 AN -AHG - 05

3.8 3100 6 BC 50 Yes P & F 1

61 AN -AHG - 06

3.9 3200 6 BC 50 Yes P & F 1

62 AN -AHG - 07

16.1 7100 6 BC 50 Yes P & F 1

63 BI - AHG - 01

5.3 1600 6 BC / FC

40 Yes P & F 1

64 BI - AHS - 01

4.9 2100 6 BC / FC

40 Yes P & F 1

65 PH - AHG - 01

3.1 1500 6 BC / FC

40 Yes P & F 1

Page 335: iiser

360

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

66 PH - AHG - 02

4.3 2900 6 BC / FC

40 Yes P & F 1

67 PH - AHG - 03

7.1 4200 6 BC / FC

40 Yes P & F 1

68 PH - AHF - 01

7.8 2330 6 BC / FC

40 Yes P & F 1

69 PH - AHF - 03 & PH - AHS - 01

4.5 2600 6 BC / FC

40 Yes P & F 2

70 PH - AHS - 03

5.0 2370 6 BC / FC

40 Yes P & F 1

71 PH - AHG - 20

4.0 2250 6 BC / FC

40 Yes P & F 1

72 PH - AHF - 16 & PH - AHS - 07

7.7 2200 6 BC / FC

40 Yes P & F 2

73 PH - AHF - 15

3.5 2700 6 BC / FC

40 Yes P & F 1

74 PH - AHS - 05

3.6 1850 6 BC / FC

40 Yes P & F 1

75 PH - AHS - 06

6.3 3600 6 BC / FC

40 Yes P & F 1

Floor Mounted

76 BI - AHF - 03

1.6 3400 6 BC 125 Yes P,F & H

1

77 BI - AHF - 04 1.1 3400 6 BC 125 Yes P,F & 1

Page 336: iiser

361

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

H

78 BI - AHF - 05

1.5 2800 6 BC 125 Yes P,F & H

1

79 BI - AHF - 06

0.9 2800 6 BC 125 Yes P,F & H

1

80 BI - AHF - 07

1.4 1600 6 BC 125 Yes P,F & H

1

81 BI - AHF - 14

1.7 4700 6 BC 125 Yes P,F & H

1

82 BI - AHF - 15

1.5 4700 6 BC 125 Yes P,F & H

1

83 BI - AHF - 16

2.0 5700 6 BC 125 Yes P,F & H

1

84 BI - AHF - 17

1.8 5700 6 BC 125 Yes P,F & H

1

85 BI - AHF - 18

0.7 1900 6 BC 125 Yes P,F & H

1

86 BI - AHF - 28

2.5 7400 6 BC 125 Yes P,F & H

1

87 BI - AHF - 29

3.5 11000 6 BC 125 Yes P,F & H

1

88 BI - AHF - 27

1.8 7200 6 BC 125 Yes P,F & H

1

89 BI - AHF - 26

3.4 7200 6 BC 125 Yes P,F & H

1

90 BI - AHF - 25 3.3 7200 6 BC 125 Yes P,F & 1

Page 337: iiser

362

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

H

91 BI - AHF - 24

3.4 7200 6 BC 125 Yes P,F & H

1

92 BI - AHF - 23

3.5 11000 6 BC 125 Yes P,F & H

1

Floor Mounted ( TFA)

93 BI - TFS - 01

1.0 3000 8 BC 125 NO P,F & H

1

94 AN - TFAG - 08

8.7 2500 8 BC 125 No P,F & H

1

95 AN - TFAG - 01 & 02

31.5 19250 8 BC 125 NO P,F & H

2

96 AN - TFAG - 03 & 04

40.5 26600 8 BC 125 No P,F & H

2

Ceiling Suspended ( TFA)

97 BI - TFG - 01

5.7 5200 8 BC 125 No P,F & H

1

98 BI - TFF - 01

0.8 2500 8 BC 125 NO P,F & H

1

99 BI - TFF - 02

1.0 3400 8 BC 125 No P,F & H

1

Note- BC - Bacakward curve Fan FC - Forward Curve fan

Page 338: iiser

363

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

P - Prefilter F - Fine Filter H- - HEPA filter 8.106 INDOOR COOLING UNITS

S. No. Area Description Type of unit Capacity (TR) Qty. (Nos.)

BIOLOGICAL SCIENCE

3.1 Cassette 0.8 22

3.2 Cassette 1.0 6

3.3 Cassette 1.7 13

PHYSICAL SCIENCE

3.4 Cassette 0.8 29

3.5 Cassette 1.0 19

3.6 Cassette 1.7 3

8.107 HEAT RECOVERY UNIT Sl.

No.

Fresh Air (S. Air CMH)

Qty.

Recovery

Sensible % Latent %

Summer TR

Monsoon TR

BIOLOGICAL SCIENCE

4.1 1100 16 81.4 79.4 2.8 2.8

4.2 1200 3 80.4 78.4 2.8 2.8

4.3 1300 2 79.4 78.2 2.8 2.7

4.4 1500 12 77.7 75.5 3.41 3.41

4.5 2000 2 78.3 76.3 4.83 4.83

PHYSICAL SCIENCE

4.6 1100 1 81.4 79.4 2.8 2.8

4.7 1200 3 80.4 78.4 2.8 2.8

4.8 1300 9 79.4 78.2 2.8 2.7

Page 339: iiser

364

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

8.108 FAN SECTION (FOR MECHANICAL VENTILATION)

Sl. No.

TAG No. & Location

Air Flow (CMH)

Qty (Nos.)

Static Pressure

(MM WG)

Purpose

5.1 AN-AHF-09,10,11,12

10200 4 45 2 # F.A. supply.

2 # Exhaust

5.2 AN-AHF-14 15200 1 40 Fresh air supply.

5.3 AN-AHF-13 16750 1 1 Exhaust.

8.109 TUBE AXIAL FAN

Sl. No.

Air Flow (CMH)

Qty (Nos.)

Max. Speed (RPM)

Static Pressure

(MM WG)

Purpose

6.1 9625 2 900 20 Smoke Exh.

6.2 13300 2 900 20 Smoke Exh.

4.9 1500 2 77.7 75.5 3.41 3.41

4.10 1800 1 79.7 77.7 4.26 4.26

4.11 3250 2 79.2 77.2 7.68 7.68

ANIMAL HOUSE

4.12 19250 (1W + 1S)

2 77.4 74.9 40.96 49.96

4.13 26600 (1W + 1S)

2 77.2 74.3 42.38 42.38

4.14 2500 1 78.3 76.3 4.83 4.83

Page 340: iiser

365

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

8.110 INLINE FANS

S. No.

IN LINE FAN TAG NO. & AREA

Air Flow (CMH)

Qty (Nos.)

Static Pressure (MM WG)

Purpose

7.1 AN-ILFE-01 1800 1 10 Toilet Exhaust

8.111 PROPELLER FANS (EF)

S. No.

Dia (mm) Quantity (Nos.)

Rpm Purpose

8.1 230 4 Not More than 1400

Exhaust from Toilet , Electrical room and pantry.

BI – Biological Science

PH – Physical Science

AN – Animal House

TEST PROFORMA

S.No. Item Unit Test Result

1 CONDITIONS

1.1. Ambient Conditions

- Date

- Day

- Time AM/PM

- Temp. D.B. °.C

Page 341: iiser

366

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

- Temp. W.B. °.C

- R H %

2 COMPRESSOR

2.1 Compressor Make/Model

2.2 Capacity specified at full load Kcal/hour

2.3 Current at full load Amp

3 CONDENSER

3.1 No. of Fans Nos.

3.2 Speed rpm

4.0 AIR HANDLING UNITS

4.1 AHU Make/Model

4.2 Air Qty. across coil CMH

4.3 Coil face area Sq.m.

4.4 Air Temp. - entering

- Dry bulb °C

- Wet bulb °C

4.5 Air Temperature leaving

- Dry bulb °C

- Wet bulb °C

4.6 Motro rating KW/Amps

4.7 Motor current at full load Amps.

4.8 Total cooling capacity Kcal/hr.

(specified)

4.9 Total cooling capacity (computed) Kcal/hr.

Page 342: iiser

367

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

5. INDOOR CASSETTE UNIT

5.1 Indoor Unit Make/Model

5.2 Air flow rate CMH

5.3 Air Temperature - entering °C

5.4 Air Temperature - leaving °C

5.5 Specified capacity Kcal/hour

5.6 Capacity at 100% LOAD Kcal/hour

6. FANS

6.1 Fan Make/Model

6.2 Air Qty. CMH

6.3 Static pressure WG

6.4 Fan speed RPM

6.5 Motor rating KW/Amps

6.6 Fan motor current (actual) Amps

6.7 Fan motor voltage (actual) Amps

7. ROOM CONDITIONS AT DESIGNED PARAMETERS

7.1 Date

7.2 Day

7.3 Time AM/PM

7.4 Temperature °C

- Dry bulb

- Wet bulb

(A no. of reading shall be taken and computed)

7.5 Controls Report on test and functioning of all controls

Page 343: iiser

368

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

8. NOTES :

8.1 Test Instructions

1. All instruments for testing shall be provided by the Airconditioning Contractor.

2. Thermometers used for measurement of temperature shall have graduations of 0.1°C and shall be got calibrated from recognised test house before hand.

3. Thermometers used in the Psychrometers shall have graduations of 0.2°C and shall be calibrated as at (2) above.

IX. UPS SYSTEM

9.1 GENERAL

The specification defines the electrical and mechanical characteristics and requirements for a continuous duty, highly reliable, solid state type true on-line fully microprocessor controlled double conversion PWM IGBT based Inverter and Rectifier Uninterruptible Power Supply system. The UPS provide high quality AC power for sensitive electronic equipment loads. It also supply clean power automatically without any break in supply in the absence of raw power. Under no conditions will be the protected system get direct supply from the raw mains unless there is fault in the protected system. The product conforms to IEC 146 Part IV standards & specifications.

9.2 INPUT VOLTAGE

INPUT RATINGS UNITS 200KVA, 60KVA

INPUT VOLTAGE RATING V 380/400VOLTS THREE PHASE

Line voltage V AC 415, 3 ph

Permissible input voltage variation % + 10 –10

Permissible input frequency variation

% ± 5

Power walk in progressive over 30

Page 344: iiser

369

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

seconds

Frequency HZ 50 or 60

9.3 OUTPUT VOLTAGE

OUTPUT RATING UNITS 200KVA, 60KVA

Voltage V AC 380 – 400 (preset on commissioning) 3 ph N

Frequency Hz 50 or 60 (pre settable)

Overload at 0.8 pf , 3 ph-3ph

- 110% for 60 minutes

125% for 10 minutes

150% for 30 seconds

200% for 1 second

Current liming short circuit (inverter)

150% rated current (3 phase) for

250% rated current (1 phase) for

-

Sec

Sec

30 seconds

150 milliseconds

Maximum permissible non-linear load

% 100 % with 3:1 crest factor

Voltage stability-steady state

-Transient state

% + 1

+ 2

Reset time to within + 1% mSec 100

Synchronising window Hz + 1 Hz or + 2 Hz ( selectable via operator

control )

Frequency stability- synchronized - The output will synchronise with the

bypass supply within the set synchronizing

range(upto+ 2 Hz)

Page 345: iiser

370

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Frequency stability- not synchronized

- + 0.1 Hz, when the input supply frequency is

outside the synchronizing range.

Phase voltage symmetry- balanced load

- + 1 %

Phase voltage symmetry- 100% unbalanced load

- + 2 %

Voltage phase displacement – balanced load

Angle° 120 ± 1

Voltage phase displacement – unbalanced load

Angle° 120 ± 1

Output voltage distortion linear load

- 1 % typical – 2% max

Maximum frequency slew rate Hz/sec 0.1 to 1.0

Synchronized transfer to Bypass mSec < 3 approx.

Overload on bypass (with fuses) - 10 x rated current for 100 mSec.

9.4 BYPASS CIRCUIT

BYPASS CIRCUIT UNITS 200KVA, 60KVA

Voltage VAC 415, 400, 380 selectable via operator control 3 Phases +N

Input Voltage variation % +/- 10%

Frequency Hz 50Hz +/- 2Hz

Overload from standby supply A 150% of rated current

“Protection, bypass line.” A 200% of rated current

Current rating of neutral cable A 1.5 times of rated current

Page 346: iiser

371

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

9.5 MECHANICAL & ENVIRONMENTAL CHARACTERISTIC

MECHANICAL CHARACTERISTICS

UNITS 200KVA, 60KVA

Class of Protection for enclosure IP 20

Ventilation By internal intake fans

Airflow M3/hour Vendor to specify

Cable Entry Bottom

ENVIRONMENTAL CHARACTERISTICS

UNITS 200KVA, 60KVA

Operating Temperature °C 0 to 40°C

Mean temperature for 24hr a day. °C 35°C max.

Maximum temperature for 8 hour a day day

40°C,derate by 1.5% per °C between 40°C and

50°C Relative humidity - < 90% at 20°C

Altitude - < 1000 m (derate 1% per 100m between 1000 to

2000) Storage temperature °C -25 to 70

9.6 Maintenance Free Battery Requirements Battery bank connected to each UPS is designed to provide 15 minutes back-up at load. The UPS module should be automatically disconnected by DC breaker when the battery reaches to the minimum discharge voltage level or when signalled by other control functions.

During normal operation batteries is continuously float charged & the charging current is electronically controlled for the limiting purpose.

9.7 PRODUCT

9.7.1 Fabrication Materials

All materials of the UPS is new and of present state of the art, of current manufacturer, high grade and free from all defects and not have been in prior service except as required during factory testing.

9.7.2 Construction and Mounting

Page 347: iiser

372

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

The UPS unit comprised of Input & Output Isolator, Rectifier / Charger, Inverter, Static Transfer switch, Maintenance Bypass switch and static bypass input switch is housed in a free standing steel enclosure with key lockable doors. Front /rear access is required for expedient servicing, adjustments and installation. The enclosure will be built to comply with IP 20. The UPS is constructed of replaceable sub-assemblies. Printed circuit assemblies are plug-in type.

9.7.3 Cooling

Cooling of the UPS is by forced air ventilation. Low velocity fan is used to minimize audible noise output. Fan power is provided by the UPS output. Temperature is monitored by thermal censors.

9.7.4 Service Area requirement

All serviceable subassemblies are modular and capable of being replaced from front of the UPS. The UPS module preferably require not more than 1.5 meter of front service access room and not require side and back access for service.

9.7.5 Cable Entry

Standard cable entry for the UPS module is from the bottom as required through detachable gland plate.

9.7.6 Service Area requirement

All serviceable subassemblies are modular and capable of being replaced from front of the UPS. The UPS module preferably require not more than 1.5 meter of front serviceaccess room and not require side access for service.

9.8 Rectifier/ Charger

9.8.1 General – The term rectifier / charger denote the solid state equipment and Controls necessary to convert incoming AC power to regulator DC power for input to the inverter and for battery charging. The rectifier is three-phase Controlled, IGBT bridge type with constant voltage current limiting control circuitry. The charger is IGBT based PFC rectifier cum charger. The rectifier should be of 125% capacity of Inverter to cater the charging even when there is full load. Input THDI is limited to 3 % at full load using suitable filter.

9.8.2 Input current Walk-in – The rectifier/charger contain time walk-in circuit that causes the unit to gradually assume the load over a 10 to 30 sec progressively time interval after input voltage is applied.

9.8.3 Fuse Failure Protection – Power semiconductors in rectifier/charger are fused with fast acting fuses so that loss of any power semiconductor not causes cascading failures.

Page 348: iiser

373

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

9.8.4 DC Filter - The rectifier/ charger have an output filter to minimize ripple voltage in to the battery. Under no conditions ripple voltage into the battery exceed 1% RMS the filter is adequate to ensure that the DC output at the rectifier charger will meet the Input requirements of the Inverter. The Inverter is able to operate from the rectifier charger will meet the input requirements of the Inverter. The Inverter is able to operate from the rectifier charger with the Battery disconnected.

9.8.5 Battery Recharge – In addition to supply power for the Inverter load, the rectifier/charger is capable of producing battery charging current to recharge the batteries. After the battery is recharged, the rectifier/charger maintains the battery at full charge until the next emergency operation. It should be Automatic Float-cum-Boost Charger having I/U Characteristics conforming to DIN 41772, automatic Float-to-Boost Charge switching with current measuring criterion plus control of charging time.

The UPS module have the battery circuit breaker (MCCB having thermal, magnetic and U/V trip facility) mounted near to the batteries. When this breaker is opened, no battery voltage should be present in the UPS enclosure. The UPS module should be automatically disconnected by battery circuit breaker when the battery reaches to the minimum discharge voltage level or when signaled by other control functions in the event of DC fault. Remote tripping of battery circuit breaker facility is incorporated. No contactor type arrangement in the battery path should be used.

9.8.6 Inverter

The term inverter denote the solid-state equipment and controls to convert DC power from the rectifier/charger or battery to regulated AC power for supporting the critical load. The Inverter is IGBT based pulse width modulated (PWM) design capable of provide the specified AC output.

Overload Capacity: Inverter is capable of supplying current and voltage for overloads exceeding 100% and upto 150% of full load current for 30seconds. A status indicator and audible alarm indicate overload operation. The UPS transfer the load to bypass when overload capacity is exceeded 125% for 10 minutes &150% for 30 seconds without going to bypass sources.

Fault clearing & Current limit: Without bypass supply available, the inverter is capable of supplying an overload current 150 % of its full load rating for 30 sec.

9.9 Static Transfer Switch

9.9.1 General

Static transfers switch and bypass circuit is provided as an integral part of the UPS. The static switch is naturally commutated high-speed static (SCR type) device rated to

Page 349: iiser

374

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

conduct full load current continuously and have naturally commutated high-speed static anti-parallel SCR’s in the output of the inverter circuit as well as in the Static Bypass Line to enable the critical load to be connected to the inverter output or bypass power source. The static transfer switch control logic contains and automatic transfer control circuit that senses the status of the inverter logic signals, and operating and alarm conditions. This control circuit provide an uninterrupted transfer of the load to an alternate bypass source, without exceeding the transient limits specified herein, when an overload or malfunction occurs within the UPS, or for bypassing the UPS for maintenance.

The Overload withstanding capability of Static Bypass Path should be 1430% for 20 millisecond & 1000% for 5 cycles (100millisecs.)

9.9.2 Uninterrupted Transfer

The transfer control logic automatically turn on the static transfer switch, transferring the critical AC load to the bypass source, after the transfer logic senses any of the following conditions:

Inverter overload capacity exceeded

Critical AC load over voltage or under-voltage

UPS fault condition.

The transfer control logic inhibits and automatic transfer of the critical load to the bypass source if any of the following conditions are present:

Inverter/bypass voltage difference exceeding pre-set limits

Bypass frequency out of limits

Bypass out-of-synchronization range with inverter output.

9.9.3 Uninterrupted Retransfer

Retransfer of the critical AC load from the bypass source to the invert output is automatically initiated unless inhibited by manual control. The transfer control logic inhibits an automatic retransfer of the critical load to the inverter if one of the following conditions exists:

Bypass out of synchronization range with inverter output

Inverter/bypass voltage difference exceeding pre-set limits

Overload condition exists in excess of inverter full load rating

UPS fault condition present

9.10 Maintenance Bypass Isolator

Page 350: iiser

375

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

9.10.1 General

A manually operated maintenance bypass isolator is incorporated into the UPS cabinet to directly connect the critical load to the input AC power source, bypassing the rectifier/charger, inverter, and static transfer switch.

9.10.2 Maintenance Capability

With the critical load powered from the maintenance bypass circuit, it is possible to check out the operation of the rectifier/charger, invert, battery, and static transfer switch.

9.10.3 Display and Controls

Monitoring & Controlling: The UPS is provided with a microprocessorbased unit status display & controls section designed for convenient and reliable user operation. A system power flow diagram, a percentage load and battery time remaining display is provided as part of the monitoring and controls sections which depicts a single –line diagram of the UPS illuminated visual indicators is of the long life LED type. All of the operator controls and monitors is located on the front of the UPS Cabinet.

Metering

The following parameters are displayed:

DC Voltage

Battery voltage

Battery charge & discharge current

Bypass voltage and frequency

Output AC voltage line-to-line and line to neutral and % load used of nominal

Output AC current for each phase and neutral

Output frequency

Active Power (kW) Apparent Power (kVA)

Temperature - Ambient, battery

Remaining Battery backup time

Remaining Battery life

Remaining AC / DC Capacitor life

Remaining cooling fan life

Page 351: iiser

376

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Warning and Alarm Messages

Normal Operation, Input breaker open

Output breaker open

Battery breaker open

Bypass absent, Bypass over limits

Bypass under limits, Bypass freq. over limit

Bypass inhibit

Load on bypass,

Rectifier off or failed

Inverter off or failed

UPS unsynchronized

D.C Volts over voltage

D.C under voltage and end of discharge pre-alarm

DC Bus over volts Battery Low

Emergency stop

UPS Overload

Controls

Four pushbuttons are located on the operator control panel.

Enter

Escape

Up

Down

The push buttons permit the operator either to select options from a menu for display on the LCD winder or to change the value of some parameters. One push-button-alarm silence switch.

9.10.4 Power Status Diagram

Page 352: iiser

377

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

A mimic panel is provided to depict a single line diagram of the UPS.Indicating lights is integrated within the single line diagram to illustrate thestatus of the UPS. The LEDs indicate the following status.

(i) Rectifier ON

(ii) Bypass voltage OK

(iii) Load on bypass

(iv) Load on inverter

(v) Load on Battery

(vi) LCD display bar graph indicating % load with amber overload indication. Also an LCD display bar graph indicating % battery time remaining is included.

(vii) It shall be possible to remotely monitor the UPS alarms & measurements and control it as well. To that end, each UPS unit shall have as standard equipment provided with following.

(viii) Programmable dry contact card shall be provided for input / output information. This card shall provide a total of ten dry contacts, four for incoming information and six for outgoing information.

(ix) Three communication ports for later addition, without interrupting operation of communication cards implementing different protocols like SNMP, JBus / Modbus and RS232 shall be available.

9.11 Nickel Cadmium Battery

9.11.1 Codes And Standards

All standards, specifications and codes of practice, referred to herein after shall be the latest edition including all applicable official amendments and revisions as on date of opening of bid.

In case of conflict between this specification and those (IS codes, standards etc.) referred to herein, the former shall prevail. All works shall be carried out as per the following standards and codes:

IS: 10918 Specification for vented type Nickel-Cadmium Batteries.

IS 1069 Quality tolerance for water for storage batteries

Indian Electricity Rules

Indian Electricity Acts.

Page 353: iiser

378

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Equipment complying with other internationally accepted standards such as IEC, BS, and VDC etc. will also be considered if they ensure performance and construction features equivalent or superior to standards listed above. In such a case, the Bidder shall clearly indicate the standard(s) adopted, further a copy in English of the latest revision of the standards along with copies of all official amendments and revisions in force as on date of opening of bid and shall clearly bring out he salient t features for comparison.

9.11.2 General Technical Requirements Equipments

(ii) Batteries shall be stationary Nickel-Cadmium Pocket plate type conforming to IS: 10918.

(iii) Batteries shall be suitable for a long life under continuous float operations and occasional discharges.

(iv) The batteries shall be boost charged at about 1.54 to 1.7 volts per cell maximum and float charged at about 1.40V to 1.42 V per cell.

Construction Features 9.11.2.2.1 Containers

Containers shall be made of polypropylene plastic material. Containers shall be robust, heat resistance, leak proof, non-absorbent, and alkali resistant, non bulging type and free from flaws such as wrinkles, cracks, blisters, pin holes etc. Electrolyte level lines shall be marked on container in case of transparent conditioners.

Vent plugs shall be provided in each cell. They shall be anti-splash type, having more than one exit hole and shall allow the gases to escape freely but shall be such that the water loss due to evaporation is kept to minimum. In addition the vent shall be flip open type shall be easily removed for topping up the cells and of such dimensions that a syringe type hydrometer can be inserted into vent to take electrolyte samples.

Plates The plates shall be designed for maximum durability during all service conditions. The construction of plates shall conform to latest revisions of IS: 10918.

The separators shall maintain the electrical insulation between the plates and shall allow the electrolyte to flow freely. Separators should be suitable for continuous immersion in the electrolyte without distortion.

The positive and negative posts shall be clearly marked.

Electrolyte The electrolyte shall be prepared from battery grade potassium hydroxide conforming to BS: 1069.

The cells can be transported either in charged condition or in dry condition.

Page 354: iiser

379

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

Necessary electrolyte for make-up shall be supplied separately.

9.11.2.2.5 Connectors & Fasteners

Nickel coated copper connectors shall be used for connecting up adjacent cells and rows. Bolts, nuts and washers shall be effectively Nickel coated to prevent corrosion. All connectors and lugs shall be capable of continuously carrying the 15 minute discharge current of the respective batteries.

Battery Racks Mild steel racks for all new batteries shall provide. They shall be free standing type. The batteries racks and support for cable termination shall be coated with three (3) coats of anti-alkali paint of approved shade. Numbering tags, resistant to alkali for each cell shall be attached on to the racks. The bottom tier of stand shall not less than 150 mm above the floor.

Manufacturers’ Identification System The following information shall be indelibly marked on outside of each cell: Manufacturer’s name and trade mark Country & year of manufacturer Manufacturer’s type designation AH capacity at 5 hours discharge rate Serial Number

9.11.3 TESTS All routine, type and acceptance test shall be carried out as per latest issue of

IS: 10918.

Test shall have to be carried out in the presence of Owner’s representative, if desired by the Owner. The contractor shall give at least three (3) weeks advance notice of the date when the tests are to be carried out. Six (6) copies of type tests certificates shall be furnished to the owner for approval before the dispatch of the equipment from works.

9.11.3.1 ROUTINE TESTS

All type test listed below shall be carried out on cells containers, hardware of each type being supplied:

Physical Examination

Dimension, Mass & layout

Marking

Polarity and absence of short circuit

Page 355: iiser

380

Correction -NIL

Insertion - NIL

Deletion - NIL AE (E) EE (E)

9.11.4 ACCEPTANCE TESTS

All acceptance tests as listed below shall be carried out on sample cells selected at random by the owner before dispatch and at site after completion for installation.

Physical Examination

Dimension, Mass & layout

Marking

Polarity and absence of short circuit

Air pressure test

Ampere-hour capacity

Insulation resistance

The contractor shall arrange for all necessary equipment, including the variable resistor, tools, tackles and instruments. If a battery fails to meet the guaranteed requirements the Owner shall have the option of asking the contractor to replace the same.

Assistant Engineer (E) Executive Engineer(E)