centre, lokhandwala road, four bungalows, andheri...

632
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI Page 1 of 45 VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW TENDER DOCUMENT FOR DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI VOLUME - I

Upload: tranthien

Post on 31-Mar-2018

261 views

Category:

Documents


13 download

TRANSCRIPT

Page 1: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 1 of 45

VIBHUTI KHAND,

GOMTI NAGAR,LUCKNOW

TENDER DOCUMENT

FOR

DEVELOPMENT OF CSIR INNOVATION

COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR

BUNGALOWS, ANDHERI (W), MUMBAI

VOLUME - I

Page 2: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 2 of 45

Tender Notice

Uttar Pradesh Rajkiya Nirman Nigam Ltd.

(ISO 9001:2008 Certified Company)

Vishveshraiya Bhawan, Vibhuti Khand, Gomti Nagar, Lucknow Fax:-0522 2720846

Phone:- 0522 2720665, 2720670-71Website:http://www.uprnn.co.in

Press Notice

No : 01 / Camp /RNN / 2013-14 Dated: 23.05.2014

1- Uttar Pradesh Rajkiya Nirman Nigam Ltd. Lucknow invites percentage rate bids in 2 bids system

sealed tender from eligible and approved contractors of State P.W.D./ C. P.W.D./ M.E.S. and reputed

builders. The Bidder may submit bids for any or all of the works. Bidders are advised to note the

minimum criteria.

2-

SL

No

Package

No.

Name of Work Estimated

cost (in Lacs)

Bid Secu-

rity (Rs. In

Lacs)

Cost of Bid

Document

Time of

Comple-

tion

Address of

Tender sale

office

Address of Tender

receiving office

1 2 3 4 5 6 7 8 9

1 DEVELOPMENT OF PROPOSED CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL CENTRE, LOKHANDWALA ROAD, FOUR

BUNGALOWS, ANDHERI (WEST), MUMBAI.

4632.00 92.64

300.00+

5000.00

Stationer

y charge

+ VAT

@13.5%

27

Months

Unit Incharge,

Mumbai Unit (A)

ESI hospital, Sec-

5, Vashi, Navi

Mumbai.

Ph.No.

8696932560

General Manager

( Consultancy),

Indira Gandhi

Pratisthan, Gomti

Nagar,Lucknow

3. The Contractors who fulfil the following requirements shall be eligible to apply. Joint ventures are not

accepted.

i) Should have successfully completed similar works during the last five years ending 31st

March 2013, as a prime contractor satisfying either of the following.

a) Three similar completed works each costing not less than 40% of Tendered cost.

Or

b) Two similar completed works each costing not less than 50% of Tendered cost.

Or

c) One similar completed work costing not less than 80% of Tendered cost.

Similar work shall mean construction of RCC framed structure / hospital building including

electrical and HVAC works, modular O.T. and medical gas system.

ii) Should have had average annual financial turnover equal to estimated cost of project during

last five years, ending 31st March 2014( copy of certificate from CA to be submitted).

iii) Should not have incurred any loss in more than two years during the last five years. Solvency

Certificate from Bankers to be submitted.

iv) Information regarding projects in hand, current litigation, orders regarding exclusion,

expulsion or black listing, if any should be indicated.

Page 3: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 3 of 45

4.A Pre-bid conference will be held in the office of Unit Incharge ESI hospital, Sec – 5, Vashi, Navi

Mumbai on 10thJune, 2014 at 03:00 PM for clarifying issues and clearing doubts, if any.

5. The bids shall remain valid for acceptance for a period of 90 (ninty) days from the last date of

submission of bids. Bids once submitted cannot be withdrawn.

6. Bidders shall place two separate envelops marked “technical bid” and “financial bid” in outer

envelope.

7. Financial bids shall be opened to those bidders whose bids are Technically qualified and eligible. [

8. A set of Bidding documents may be purchased from the office of concerned Unit Incharge as

mentioned in column- 8 respectively of the table corresponding to the respective work, between

11:00 am and 04:00 pm on any working day from 04.06.2014 To 17.06.2014for a non-refundable

fee of Rs. 5000.00 (Rupees Five Thousand only) for stationary charges, Rs. 300.00 for

tender cost and VAT as applicable per set per work as indicated in column 6, in the

form of Demand Draft drawn on any Scheduled bank in favour of U.P.R.N.N. Ltd., Vashi, Navi

Mumbai payable at Mumbai. Interested bidders may obtain further information at the same office

from where the documents are purchased. Bidding documents requested by mail will be dispatched

by registered/ speed post on payment of an extra amount of Rs 200.00 (Rupees two hundred only).

Applications for issue of Bidding documents by post shall be entertained only upto 4.00 PM on

10.06.2014. The authority inviting tender will not be held responsible for the postal delay, if any,

in the delivery of documents or non-receipt of the same. Bidding document can also be

downloaded from the website www.uprnn.co.in But its cost, i.e., Rs 5300.00+VAT as mentioned

in column 6 above, in the form of DD drawn on any Scheduled bank in favour of U.P.R.N.N.Ltd,

payable at Mumbai will necessarily be attached with the bid.

9. In case of any discrepancy between the downloaded bid document and that available with the

concerned Unit Incharge, office as mentioned in column-8 the later would be considered

authentic.

10. Bids must be delivered to the office of the Unit Incharge U.P.R.N.N. Vashi, Navi Mumbai as

mentioned in column-9 of the table corresponding to the respective work on or before 03:30 PM

on 23.06.2014 and the technical bids will be opened on the next working day , that is, on

25.06.2014 at 12:30 PM, in the office of concerned Unit Incharge as mentioned in column-9, in

the presence of the bidders or their authorised representatives to attend, in presence of committee

constituted by Managing Director, U.P.R.N.N., Lucknow. If the office happens to be closed on the

date of receipt or opening of the bids as specified, the bids will be received and opened on the next

working day, respectively, at the same time and venue, and validity of bid will be considered from

the original date. The date and time opening of financial bid shall be notified by a notice displayed

in the office of concerned Unit Incharge as mentioned in column-9 and by individual notice to the

eligible and qualified bidders. The financial bids shall be opened in the office of concerned Unit

Incharge as mentioned in column-9, in the presence of bidders who wish to attend.

11. Bids must be accompanied with security of the amount specified for the work in the table. The

Earnest Money may be deposited in the form of Demand Draft of a Nationalised Bank(payable at

Lucknow in favour of U.P.Rajkiya Nirman Nigam Ltd. Lucknow along with Bank Guarantee of

any Nationalised Bank wherever applicable.

A part of Earnest money is acceptable in the form of Bank Guarantee also. In such case, Rs. 20.00

Lacs will have to be deposited in the shape of Demand Draft and balance in shape of Bank

Guarantee of any Nationalised Bank having branch at Lucknow. The intending bidders have to fill

all the details such as Bankers name, Demand Draft, Bank Guarantee number, Amount and Date.

The Bank Guarantee submitted as a part of Earnest money shall be valid for 45 days beyond the

validity of the bids.

Page 4: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 4 of 45

12. No Engineer of gazetted rank or other Gazetted officer employed in Engineering or Administrative

duties in an Engineering Department of the State / Central Government is allowed to work as a

Contractor for a period of two years after his retirement from Government service, without

Government permission. This contract is liable to be cancelled if either the Contractor or any of

his employees is found any time to be such a person who had not obtained the permission of the

Government as aforesaid before submission of the tender or engagement in the Contractor’s

service.

13. Any bidder who is having criminal record is not allowed to participate in the bidding process.

14. Any bidder who is registered with the state Bar Council is not allowed to participate in the bidding

process.

15. Each bidder is required to furnish in the form of an affidavit, that all informations required for

evaluation of the bidding capacity of the bidder is correct. Each bidder is required to satisfy

himself about his bidding capacity before submitting his bid. Bidding capacity will be evaluated

as mentioned in section 3. Bids of bidder who do not possess the required bidding capacity shall

not be accepted in any case.

16. Bidder must submit all information’s / documents on prescribed proforma with each bid.

17. 1 % Labour Welfare Cess will be deducted from Contractor’s Bills.

18. Bidding Document’s general conditions of contract can be seen in the office of concerned Unit

Incharge and concerned General Manager as mentioned in column 8-9. Bidding Documents can

also be downloaded from website :www.uprnn.co.in.

General Manager (Consultancy),

Uttar Pradesh Rajkiya Nirman Nigam Ltd.

Indira Gandhi Pratisthan, Gomti

Nagar,Lucknow.

Page 5: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 5 of 45

List of Important Dates

Name of Work: DEVELOPMENT OF PROPOSED CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI

(WEST), MUMBAI.

1. Notice Inviting Tender/Bid Date of Issue

23.05.2014 [

[2. Sale of Bidding Document Period Place

04.06.2014to17.06.2014 Office of Unit Incharge

Mumbai Unit (A), ESI Hospital, Sec-5, Vashi, Navi Mumbai

3. Pre-Bid Meeting Date Time Place 10.06.2014 03:00 PM Office of Unit Incharge

Mumbai Unit (A), ESI Hospital, Sec-5, Vashi,

Navi Mumbai 4. Deadline of Receiving Bid Date Time

23.06.2014 03:30PM 5. Place of Receiving Bid - Office of Unit Incharge , Mumbai Unit (A), ESI

Hospital, Sec-5, Vashi, Navi Mumbai 6. Opening of Technical Bid Date Time Place

25.06.2014 12:30 PM Office of Unit Incharge,

Mumbai Unit (A), ESI Hospital, Sec-5, Vashi, Navi Mumbai

7. Opening of Financial Bid Date & Time

To be notified by a notice to individual technically qualified bidders and displayed in the Office of

Unit Incharge. 8. Opening of Financial Bid Place

Office of Unit Incharge, Mumbai Unit (A), ESI Hospital, Sec-5, Vashi, Navi Mumbai

9. Completion Period of Work/Project - 27 Months 10. Validity Period of Bid - 90 Days

Page 6: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 6 of 45

A. INFORMATION & INSTRUCTIONS TO THE BIDDER(I.T.B.)

T e c h n i c a l B i d

1. The application should be type-written. The applicant should sign each page of the

application. 2. Over Writing should be avoided. Correction, if any, should be made by neatly

crossing out, initialing, dating & re-writing. 3. The applicant may furnish any Additional information which he thinks is necessary

to establish its capabilities to successfully complete the envisaged work. He is however advised not to furnish superfluous information. No information shall be entertained after submission of pre-qualification document unless it is called for by the employer.

4. Any information furnished by the applicant 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 UPRNN Ltd., Lucknow.

5. The tenderer shall submit as Two-Bid System in accordance with the procedures specified Documents shall be submitted in envelope of appropriate size, which shall be duly sealed.

6. Conditional tender shall not be considered. 7. Tender document are to be submitted in two envelopes marked No-1 shall contain

the technical bid and marked No-2 for price bid (Financial bid).

8. Both envelopes 1 & 2 will kept in one big envelope with name of work, date of tender detail of earnest money and full address and contact number of tenderer.

A. SUBMISSION OF TENDER The Detail of document to be submitted with each envelope is given below:

Envelope marked-1 (Technical Bid) (i- Earnest money of the value of Rs 92.64 Lacs in the shape of NSC/FDR/CDR/Bank

guarantee of Nationalized bank duly pledged in favour of U.P.Rajkiya Nirman Nigam Ltd., LUCKNOW. (Appendix – 1)

(ii- Duly filled up Firm’s information appended with the tender. (Appendix – 2) (iii- List of works satisfactorily completed during the last five financial years in

Govt./Semi-Govt./Public Sector undertaking and public and private limited companies along with certificates (Attested copy). (Appendix – 3)

(iv- Proof of liquid assets duly certified by banker as per pre-qualification requirement (original or attested copy will be entertained). (Appendix – 4)

(v- Latest income tax clearance certificate valid till date (original or attested copy) clearly indicating turnover of last five assessment years. (Appendix – 5)

(vi- List of tools and plants in format enclosed. Batching plant or Ready Mix Plant for design mix concrete and quality control lab house to be established at site along with all necessary tools & plants. (Appendix – 6)

Page 7: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 7 of 45

(vii- List of technical staff with their qualification professional experience and length of the service with the firm in enclosed format. At least one graduate Engineer supported by necessary technical supervisory staff shall be engaged at site. (Appendix – 7)

(viii- Attested copy of the partnership deed if it is partnership firm and registration certificate in case of company, sole proprietorship declaration in case of proprietorship firm. Joint ventures shall not be accepted. (Appendix – 8)

(ix- Authority letter, if firm, in favour of the person who has signed the tender document with telephone no. and complete postal address. (Appendix – 9)

Envelope No-2 (Price Bid). (a- Price bid duly filled in all respects in the original tender documents. (b- Non-Judicial stamp paper of Rs. 100/- (Rs. One Hundred Only) of UP along with Rs.

1/- revenue stamp.

B. System to open Tenders: (a- Envelope No-1 containing the Earnest money and pre-qualification document shall

be opened first on specified date & time. (b- Envelope No-2 containing the sealed price bid, of tenders qualified in technical bid,

shall be opened on date intimated with two days notice. The quoted rates of various tenders will be read out. Tenderer, desirous to be present, shall be allowed at the time of opening of price bid.

C. BID PRICES i. The Contract shall be for the Whole Works, based on the priced Bill of Quantities

submitted by the Bidder. ii. The Bidder shall adopt the Percentage Rate Method only the same option is

allowed to all the Bidders. Percentage Rate Method requires the bidder to quote a percentage above/below at par of the schedule of rates.

1. SCOPE OF WORK The Project involves DEVELOPMENT OF PROPOSED CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (WEST), MUMBAI and It’s allied works as per B.O.Q. and design Provided by the Architect.

Construction of building with specifications laid under C.P.W.D./P.W.D. including all material and labour required, also including the cost of lift elevator.

a) External development with external plumbing, drainage, development of park and parking, external electrification, transformer, D.G. set for common services, boundary wall and other development works required within the plot etc.

Page 8: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 8 of 45

2. ELIGIBILITY a) Earnest money of the value of Rs. 92.64 Lacs in the shape of NSC/FDR/CDR of

Nationalized bank duly pledged in favour of U.P.Rajkiya Nirman Nigam Ltd, Lucknow Or Rs 20 lacs in the shape of Demand draft and rest amount in shape of Bank Guarantee should be enclosed with the tender.

b) c) Bidder should experience in the field of construction of Similar like Medical College

projects/hospital buildings for Govt./P.S.U.’s/Reputed Private Hospitals buildings. Bidders stationed outside Mumbai shall have to establish an office in Mumbai with the requisite technical and supervisory staff stationed.

d) The contractors must have completed one project of similar nature (Multistoried Building on RCC Framed structure) each costing not less than 80% of tendered amount. Or Two projects of similar nature (Multi-Storied Building on RCC Framed structure) each costing not less than 50% of tendered amount. Or Three projects of similar nature (Multi-Storied Building on RCC Framed structure) each costing not less than 40% of tendered amount.

Similar project work shall mean multistoried Medical College/hospital building project including RCC framed structure technology, sanitary and electrical works, lift elevator etc. The intending bidder shall submit certificate of the completion of the work executed by them indicating there in the scope and cost of works. Works executed should be furnished in form of annexure-1 appended with the tender documents.

3. Experience certificate issued by the private firms and private builders

shall not be accounted for.

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

a) The minimum annual turnover in any one year should be equal to or more than tendered cost for which bid has been invited, during last five years.

b) The firm should have positive PAT (Profit After Tax) in last three years. c) All the above parameters have to be supported with the audited balance sheet

certified by CA for last five years. d) The applicants not fulfilling the above conditions shall summarily be rejected and

shall not be considered for any further evaluation. e) Bidders who meet the minimum qualification criteria will be qualified only if their

available bid capacity for construction work is equal to or more than the total bid

Page 9: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 9 of 45

value. The available bid capacity will be calculate as under: Assesses Available bid capacity= (A*N*M-B) where A= Maximum value of civil engineering works executed in any one year during the last five years into taking account the completed as well as works in progress.

N= Number of years prescribed for completion of the works for which bids are invited (period up to 6 months to be taken as half-year and more than 6 months as one year.

M= is taken as 2.5

B= Value, at the current price level, of existing commitments and on-going works to be completed during the period of completion of the works for which bids are invited.

Note:- The statements showing the value of existing commitments and on-going works as well as the stipulated period of completion remaining for each of the works listed should be countersigned by the Engineer-in-charge, not below the rank of an Executive Engineer or equivalent.

5. Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they have: a) Made misleading or false representations in the forms, statements, affidavits

and attachments submitted in proof of the qualification requirements; and/or b) Record of poor performance such as abandoning the works, not properly

completing the contract, inordinate delays in completion, litigation history, or financial failures etc.

c) Participated in the previous bidding for the same work and had quoted unreasonably high or low bid prices and could not furnish rational justification for it to the Employer.

6. One Bid per Bidder Each Bidder shall submit only one Bid for one work. A Bidder who submits more than one Bid will cause the proposals with the Bidder’s participation to be disqualified.

7. Pre Bid Meeting:- If Pre-bid meeting is to be held on 10.06.2014 the bidder or his authorized representative is invited to attend it, its date, time and venue (address) are given in tender notice. The purpose of meeting will be to clarify issues. The Bidder is required to submit any question in writing so as to reach the Employer not later than three days before meeting. Non-attendance at Pre-bid meeting will be not be a cause for disqualification for a bidder.

Page 10: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 10 of 45

8. GENERAL CONDITIONS OF WORK All the work shall be carried out as per detailed C.P.W.D., U.P.P.W.D., U.P. JAL NIGAM, U.P. POWER CORPORATION LTD., M.O.R.T.H (Road Wing) specifications for road and bridge work (third revision 1995) as the case may be, latest circulars and instructions issued time to time as per instructions of Engineer-In-charge and other Specification & B.O.Q. provided and inspecting officers.

9. EXTENT OF CONTRACT

The contract comprises construction and completion of the specified job and the provisions of all labour, materials, T & P etc. and transport, temporary works etc. whether the temporary or permanent in nature required for the construction, completion and maintenance of the works.

10. INSPECTIONS OF THE SITE The bidder (s) must inspect and examine the site of work and its surroundings and satisfy himself/themselves before submitting his/their tender. He/They has/have to make sure of the positions of queries and availability of require material from query mentioned in the specifications, topography of the site availability of labour and material and other amenities before tendering. No claim for additional work or extra work due to any of the above will be allowed.

11. ENTRIES IN TENDER All entries by the bidder should be in one ink and one hand/on prescribed bill of quantity only. Erasers and overwriting are not permissible. All corrections should be neatly written and signed by the bidder. Rate should be written in figures as well as in words. In case there is any variation, lower rate shall be treated as Tender rate.

12. CONDITIONAL/ INCOMPLETE TENDER

Conditional, incomplete, unsigned tenders will not be considered. Only those bidders who supply necessary proof/documents of possession of the required equipments in their bids should be considered as responsive for further evaluation.

13. JOINT VENTURES:- Bids for Joint Ventures are not allowed.

14. DEADLINE FOR SUBMISSION OF BIDS a. Complete bids (including technical and financial) must be received by Employer

at address specified in the Appendix-I (Tender Notice) not later than the date and time indicated in Annexure-I. In the event of specified date for submission of bids being declared a holiday for Employer the bid will be received up to the specified time on next working date.

b. The Employer may extend the deadline for submission of bid by issuing an amendment/addendum in news papers.

Page 11: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 11 of 45

15. BID OPENING AND EVALUATION Bid Opening

a) The Employer will open the bids received (accept those received late) in the presence of the Bidder/Bidders representative who choose to attend at the time date and place specified in the appendix. In the event of the specified date for the submission of bids being declared holiday for the Employer, the Bids will be opened at the appointed time and location on the next working day.

b) The envelope containing the Technical bid shall be opened. The envelope marked “Cost of Bidding Document downloaded from the Internet” will be opened first and if the cost of bidding documents is not there or incomplete the remaining bid documents will not be opened, and bid will be rejected.

c) In all other cases, the amount of Earnest Money, forms and validity shall be announced. Thereafter, the bidder’s name and such other details as the Employer may consider appropriate, will be announced by the Employer at the opening.

d) Evaluation of the Technical bids with respect to bid security, qualification

information and other information furnished in part-1 of the bid in pursuant to eligibility clause as stated above shall be taken up and completed within 10 working days of the date of bid opening, and a list will be drawn up of the responsive bids whose financial bids are eligible for consideration.

e) U.P.R.N.N. shall inform by telegram or facsimile, the bidders whose technical bids are found responsive date, time and place of opening as stated in the Annexure-I. In the event of the specified date being declared a holiday for the Employer, the bids will be opened at the appointed time and location on the next working day through they or their representatives, may attend the meeting of opening of financial bids.

f) At the time of opening of the financial bid the names of the bidders whose bids

were found responsive in accordance with clause c(1-10) of this bid document, will be announced. The financial bids of only these bidders will be opened. The remaining bids will be returned unopened to the bidders. The responsive bidders names the bid prices the total amount of each bid and such other details as the Employer may consider appropriate will be announced by the Employer at the time of bid opening. Any bid price which is not read out and recorded will not be taken into account in bid evaluation.

g) U.P.R.N.N. shall prepare the minutes of the opening of the financial bids.

h) Information relating i.e. the examination, clarification, evaluation and

comparison of bids and recommendations for the award of the contract shall not be disclosed to bidders or any other persons not officially concerned with such

Page 12: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 12 of 45

process until the award to the successful bidder has been announced. Any attempt by a bidder to influence the employers processing of bids or award decisions may result in the rejection of his bid.

16. Clarification of bids and contacting the Employer. i) No Bidder shall contact the Employer on any matter relating to its bid from the

time of the bid opening to the time the contract awarded. ii) Any attempt by the bidder to influence the Employer’s bid evaluation, bid

comparison or contract award decision may result in the rejection of his bid.

17. During the detailed evaluation of “Technical bids”, the Employer will determine whether each Bid (a) meets the eligilibility criteria defined in clause c (b) has been properly signed, (c) is accompanied by the required securities, and (d) is substantially responsive to the requirements of the bidding documents. During the detailed evaluation of the “Financial Bids”, the responsiveness of the bids will be further determined with respect to the remaining bid conditions, i.e., priced bid of quantities, technical specifications and drawings.

18. Substantially responsive “Financial Bid” is one that confirms to all the terms conditions and specifications of the bidding documents, without material deviation or reservation. A material deviation or reservation is one (a) which affects in any substantial way the scope, quality, or performance of the works, (b) which limits in any substantial way, in consistent with the bidding documents, the Employers rights or the Bidder’s obligation under the contract, or (c) whose rectification would affect unfairly the competitive position of the bidder’s representing substantially responsive bids.

19. If a “Financial Bid” is not substantially responsive, it will be rejected by the Employer, and may not subsequently be made responsive by correction or withdrawal of the non-confirming deviation or reservation.

20. ADDRESS OF CONTRACTOR

The contractor shall give his full permanent postal address. The postal receipt of the letters sent to him on this address shall be considered sufficient proof that they have been delivered to him.

21. ACCEPTANCE OF TENDER Subject to conditions of bid document, the Employer will award the Contract to the bidder whose Bid has been determined:

i. To be substantially responsive to the bidding documents and who has offered the lowest evaluated Bid price, provided that such Bidder has been determined to be (a) eligible and (b) qualified in accordance with the provisions of bid document.

Page 13: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 13 of 45

ii. To be within the available bid capacity adjusted to account for his bid price which is evaluated the lowest in any of the packages opened earlier than the one under consideration.

The department shall have the right to accept or reject any or all the tenders or part thereof, to divide the work in parts without assigning any reason to contractor and no claim whatsoever shall be entertained on this account.

22. AWARD OF CONTRACT The bidder whose Bid has been accepted will be notified of the award by the department prior to expiration of the Bid validity period by cable, telex or facsimile confirmed by registered letter. This letter (hereinafter called the “Letter of Acceptance”) will state the sum that the Employer will pay to the contractor in consideration of the execution, completion by the Contractor as prescribed by the Contract (hereinafter and in the Contract called the “Contract Price”). The notification of award will constitute the formation of the Contract, subject only to the furnishing of a performance security in accordance with the provisions of Security money.

23. SECURITY MONEY Within 10 (ten) days after receipt of the Letter of Acceptance, the successful Bidder shall deliver to the department a Performance Security of 5% (five percent) of Contract Price for the period of the time for completion of works . Additional security money of the value of 5% as security for defect liability period of one year from the date of completion shall be deducted from running bills @ 5%. However no deduction shall be made from running bills if the contractor furnishes security money separately for defect liability period. The security shall be either in the form of Bank Guarantee or fixed deposit Receipts, pledged in favour of U.P.Rajkiya Nirman Nigam Ltd., Lucknow from a Nationalized Bank. Failure of the successful Bidder to comply with the requirements security money shall constitutes sufficient grounds for cancellation of the award and forfeiture of the Earnest Money. He also be debarred from participating future bids under U.P.Rajkiya Nirman Nigam Ltd., VibhutiKhand, Gomti Nagar, Lucknow.

24. EXECUTION OF AGREEMENT Successful bidder shall have to execute an agreement on stamp paper of value as applicable, through its authorized representative within a week from date of receipt of acceptance letter/ work order. The Agreement will incorporate all agreements between the Employer and the successful Bidder after the performance security is

Page 14: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 14 of 45

furnished. Required stamp duty for the contract deed will be borne by the contractor.

25. MOBILIZATION ADVANCE/ADVANCE PAYMENT

(i- The Employer will make the following advance payment to the contractor against provision by the Contractor of an Unconditional Bank Guarantee in prescribed format (as per Appendix-14) by a Nationalized Bank acceptable to the Employer in amounts 112% of the advance payment: a. Mobilization advance up to 10 percent of the contract price will be paid in at

least two installments with interest rate @ 12% P.A. will be charged. The guarantee shall remain effective until the advance payment has been repaid, but the amount of the guarantee shall be progressively reduced by the amounts repaid by the Contractor.

(ii- The advance payment shall be repaid by deducting proportionate amounts otherwise due to the Contractor for the construction work, following the schedule of completed percentage of the work on payment basis. No account shall be taken of the advance payment or the repayment in assessing valuation of work done. Variations. Price adjustments, Compensation events or liquidated damages.

26. RUNNING PAYMENTS

Contractor shall be entitled for payment running bills on monthly basis or a lesser period, if required, but not less than 3% of value of contract. The running bills shall be paid within 14 days of submission of bill.

27. TIME OF COMPLETION The entire works to be completed within 27 months from the date of issue of work order including rainy season.

28. VARIATIONS a) The Engineer shall, having regard to the scope of the Works and the sanctioned estimated cost, have power to order, in writing, Variations within the scope of the Works he considers necessary or advisable during the progress of the Works. Such Variations shall form part of the Contract and Contractor shall carry them out and include them in updated Programmes produced by the Contractor. Oral orders of the Engineer for various Variations, unless followed by the written confirmation, shall not be taken into account. b) If ratesfor variation items are specified in Bill of Quantity, the Contractor shall carry out such work at the same rate. This shall apply for variation only up to the limit prescribed in the contract data. If the variation exceeds this limit, the rates shall be

Page 15: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 15 of 45

derived under the provision of clause- c for quantities (higher or lower) exceeding the deviation limit. c. If the rates for Variation are not specified in the Bill of Quantities, the Engineer shall derive the rate from similar items in the Bill of Quantities. d.If the rate for Variation item cannot be determined in the manner specified in Clause a or b, the Contractor shall, within 14 days of the issue of order of variation work, inform the Engineer the rate which he proposes to claim, supported by analysis of the rates. The Engineer shall assess the quotation and determine the rate based on prevailing market rates within one month of the submission of the claim by the Contractor. As far as possible, the rate analysis shall be based on the standard data book and the current schedule of the rates of the district public work division. The decision of the Engineer on the rate so determined shall be final and binding on the Contractor.

29. PROGRAMME AND RETURNS TO BE FURNISHED As soon as practicable, but not later than 7 days after the acceptance of his tender, the contractor shall submit to the Engineer-In-charge for his approval, a time schedule, to carry out works and methodology of carrying out work. The contractor shall whenever required by the Engineer-in-charge, furnish for his information arrangements for carrying out the work. The submission to and approval by Engineer-in-charge of such program or furnishing of such particulars shall not relieve the contractor of any of his duties or responsibilities under the contracts. In addition, the contractor shall have to furnish returns of work done by him, as may be directed by the Engineer-in-charge from time to time.

30. EMPLOYMENT OF LABOUR The contractor shall submit a daily report to the Engineer-in-charge regarding the total labour employed by him for the work and shall be bound to pay wages which shall not less than the wages fixed under Minimum Wages Act.

31. LINE AND LEVELS The contractor shall be solely responsible for setting out the works and for the correctness of the position, levels, dimensions and alignment according to the specification and shall provide all necessary assistance, instruments, pegs, sticks, poles and other materials, required for the purpose. The tender rates shall be deemed to include all this.

32. EXECUTION The contractor shall have to execute various items of works strictly according to the order and time schedule approved by the Engineer-in-charge. Materials will also be tested as per required frequency of tests.

Page 16: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 16 of 45

33. TECHNICAL STAFF AT SITE OF WORK The contractor shall have to employ full time technical staff and other supporting staff for supervision of the work of each construction site. Name of the technical staff employed by the contractor shall be intimated in writing to the Engineer-in-charge. Any change of technical staff during the execution of work should be intimated immediately in writing to the Engineer-in-charge.

34. SITE OFFICE The contractor shall establish and maintain a site office under his authorized representative/technical staff. All relevant documents shall be kept in the site office.

35. SITE ORDER BOOK

A site order book shall be maintained at the site of work in which instructions shall be given to the contractor as and when necessary. These instructions/orders shall have to be signed and complied by the Contractor or his authorized representative. The entries in ‘Site Order Book’ shall be treated as proper notice serving upon the contractor in terms of his Contract.

36. LIGHTING ARRANGEMENT The contractor shall make his own arrangement for lights during the fag end of the day in case the work is likely to be delayed due to unavoidable circumstances.

37. SAMPLES Contractor shall establish laboratory with sufficient arrangement of testing facilities, appliances and laboratory technicians etc. at the site and shall always co-operate in procurement of samples, conduction of tests, as may be directed and no extra payment shall be made for them. Test samples shall be taken carefully in accordance with the I.S.I. method of sampling, no plea shall be entertained on this account. Job Mix Formula for Concrete shall be designed from any reputed authority by the contractor on his cost. In case it is designed by the agency itself it should be checked by third party/ an independent agency.

38. TESTING OF MATERIALS

All materials and workmanship shall be of the respective kind described in the contract and in the accordance with Engineer-in-charge instructions and shall be subjected from time to time to the testes mentioned under specifications. The contractor shall provide such assistance, labour and materials as are normally required for examining measuring and testing of the works quantity weight or quality of materials used and shall supply materials, sufficiently in advance for testing as mentioned under specifications. The materials used subsequently for execution of the work shall strictly conform to the quality and sample approved. Necessary test for which facilities are not available locally or at site shall be conducted in the nearest available government controlled Laboratories/Research Institutes, Mumbai or any other reputed technical institution. Cost of such testing and forwarding of sample to

Page 17: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 17 of 45

the laboratory etc that may be 100% shall be borne by the contractor and nothing extra shall be paid on this account. Regular quality control test registers shall be maintained by the contractor.

39. ROYALTIES AND TAXES ETC.

The contractor shall pay all royalties, license fee, labour cess and other charge at

query, octroi duties, custom duties, toll taxes, trade tax, service charge and any other

local taxes, WCT, Service Tax as may be levied. No passes for octroi or toll levied by

local bodies on toll bridges shall be issued by the department. Rate shall inclusive of

the same. Nothing extra shall be paid due to fluctuations in the cost of materials,

machines bitumen, P.O.L., labour and all types of taxes etc. apart from escalation as

mentioned in clause 50.

40. COMPLIANCE WITH LOCAL BYE LAWS

The contractor shall throughout the continuance of the contract and in respect of all

matters arising out of performance their off, confirm with all required regulating and

bye-laws of the local or other authorities which may be applicable to the works.

41. ROAD TRANSPORT

The contractor employing motor vehicles for transport of material shall abide by

provisions of the Motor Vehicles Act.

42. SAFETY CODE The contractor must ensure to arrange rigid scaffolding or staging, working platforms, gangways and stairway with safe means of excess shall provide to all working places including Hoisting Machines with proper attachments and regular maintenance with all other safety measures. All necessary personal safety equipments as considered adequate by the Engineer should be kept available for the use of the person employed on the site and maintained in a condition suitable for immediate use, and the contractor should take adequate steps to insure proper use of equipments for those concerns.

43. FIRST AID At every work place there shall be maintained, in readily accessible place, first aid appliance including an adequate supply of sterilized dressings and sterilized cotton wool. The appliance shall be kept in good order and in large work place they shall be readily available during working hours.

44. DAMAGES BY RAINS, ACCIDENTS OR NATURAL CALAMITIES No payment will be made to the contractor for damage caused by rains, accidents or other natural calamities during the progress of work. No claim what so ever shall be entertained on this account.

Page 18: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 18 of 45

The contractor shall be responsible for all injury to the work or workmen to persons or things and for all damages to the structure. The contractor shall reinstate all damage of every sort mentioned in this clause, so as to deliver the whole of the contract works complete and perfect in every respect and so as to make good or otherwise satisfy all claims for damages to the property or third parties. The contractor shall effect the insurance necessary and indemnify the Employer entirely from all responsibilities in this respect. The insurance must be placed with a company of repute with scope of insurance to include all damages or loss. [

45. DEFAULT OF CONTRACTOR IN COMPLIANCE

Constant defiance of the instructions of the Engineer-in–charge on the part of the contractor or his authorized agent will make the contract liable to be terminated.

46. TERMINATION 1) The Employer may terminate the Contract if the Contractor causes a

fundamental breach of the Contract. 2) Fundamental breaches of Contract shall include, but shall not be limited to, the

following: a) the contractor stops work for 28 days when no stoppage of work is shown

on the current Programme and the stoppage has not been authorized by the Engineer;

b) the Contractor is declared as bankrupt or goes into liquidation other than for approved reconstruction or amalgamation.

47. CLEARANCE OF SITE ON COMPLETION The contractor shall at all times keep the premises free from accumulated materials or rubbish caused by his employees on the works and on completion of the work, he shall clear away and remove from site all surplus materials, rubbish and temporary work of any kind and fill up borrow pits dug by him. He shall leave whole of the site and work clean and in a workmanlike condition to the entire satisfaction of the Engineer-in-charge.

48. ARBITRATION All disputes or differences of any kind what so ever which shall at any time rise between the parties shall after written notice by either party to the contract to the other of them and to the U.P.R.N.N. herein after mentioned be referred for adjudication to a sole arbitrator to the appointed as herein after provided. For the purpose of appointing the sole arbitrator referred to above, the employer will send within 30 days of receipt of the notice, to the contractor a panel of three names of

Page 19: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 19 of 45

persons who shall be presently unconnected with the organization for which the work is executed. The contractor shall on receipt of the names as aforesaid; select any one of the persons named to the appointed, as a sole arbitrator and communicate his name to the employer within 30 days of receipt of the name. The employer shall theirupon without any delay appoint the set person Sole Arbitrator. If the contractor fails to communicate such selection as provided above within the period specified, the competent authority shall make the selection and appoint the selected person as the Sole Arbitrator. The award of the arbitrator shall be final and binding on both the parties. The fees and other costs, if any, of the arbitrator shall, if required to be paid before the award is made and published, be paid half and half by each of the parties. If any dispute arises between parties to the Contract it shall be under the jurisdiction of Civil Court at Lucknow (Procedure for resolution of dispute exists in general conditions of contract clause 25.1 to 25.7).

49. DEFECTS AFTER COMPLETION The contractor shall make good at his own cost and to the satisfaction of the employer all defects, shrinkage, settlements or other faults which may appear within 12 months after completion of the work.

50. ESCALATION

CLAUSE 10C

Payment On Account Of Increase In Prices / Wages Due To Statutory Order(S)

If after submission of the tender the price of any material incorporated in the works (not being a material supplied from the Engineer-in-Charge’s stores in accordance with clause 10 thereof) and / or wages of labour increases as a direct result of the coming into force of any fresh law. or statutory rule or order (but not due to any changes in sale tax) and such increase in the price and / or wages Prevailing at the time of the last stipulated date for receipt of the tenders including extensions if any for the work, and the contractor thereupon necessarily and properly pays in respect of that materials (incorporated in the works) such increased price and / or in respect of labour engaged on the execution of the work such increased wages, then the amount of the contract shall accordingly be varied and provided further that any such increase shall not be payable if such increase has become operative after the stipulated date of completion of the work in question. If after submission of the tender, the price of any materials incorporated in the works (not being a material supplied from the Engineer-in-Charge’s stores in accordance with clause 10 thereof) and / or wages of labour is decreased as

Page 20: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 20 of 45

direct result of the coming into force of any law or statutory rules or order (but not due to any changes in sales tax) and such decrease in the prices and / or wages Prevailing at the time of receipt of the tender for the work. The government shall in respect of materials incorporated in the works (not being materials supplied from the Engineer-in-Charge’s stores in accordance with clause 10 thereof) and / or labour engaged on the execution of the work after the date of coming into force of such law, statutory rule or order be entitled to deduct from the dues of the contractor such amount as shall be equivalent to the difference between the prices of the materials and / or wages as Prevailed at the time of the last stipulated date for receipt of tenders including extensions if any for the work and the price of materials and / or wages of labour on the coming into force of such law, statutory rule or order.

The contractor shall, for purpose of this condition, keep such books of account and other documents as are necessary to show the amount of any increase claimed or reduction available and shall allow inspection of the same by a duly authorized representative of the government, and further shall, at the request of the Engineer-in-Charge may require any documents so kept and such other information as the Engineer-in-Charge may require.

The contractor shall, within a reasonable time of his becoming aware of any alteration in the price of any such material and / or wages of labour, give notice thereof to the Engineer-in-Charge stating that the same is given pursuant to this condition together with all information relating thereto which he may be in position to supply.

CLAUSE 10 CA Payment on account of increase / decrease in price of construction materials after receipt of tender.

If after submission of the tender, the price of cement or steel reinforcement bars / bitumen incorporated in the works ( not being a material supplied from the Engineer-in-Charge’s stores in accordance with clause 10 thereof) increase (s) beyond the price (s) Prevailing at the time of the last stipulated date for receipt of tenders (including extensions, if any) for the work, then the amount of the contract shall accordingly be varied and provided further that any such increase shall not be payable if such increase has become operative after the stipulated date of completion of work in question.

If after the submission of the tender, the prices of cement and / or steel reinforcement bars / bitumen incorporated in the works (not being a material stipulated from the Engineer-in-Charge’s stores in accordance with the clause 10 thereof) is decreased, government shall in respect of these materials incorporated in the works (not being a material supplied from the Engineer-in-Charge’s stores in accordance with clause 10 thereof) be entitled to deduct from the dues of the contractor such amount as shall be equivalent to the difference between the prices of cement and / or steel reinforcement bars / bitumen as Prevailed at the time of last stipulated date for receipt of tenders including extensions if any for the work and the prices of these materials on the coming into force of such base price of cement and / or steel reinforcement bars / bitumen issued under authority of Schedule of Rate committee.

Page 21: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 21 of 45

The increase / decrease in price shall be determined by the all India Wholesale Price Indices for cement and steel (bars and rods) as published by Economic Advisor to government of India, Ministry of commerce and Industry and base price for cement and / or steel reinforcement bars / bitumen as issued under authority of Schedule of Rate committee as valid on the last stipulated date of receipt of tender, including extension if any and for the period under consideration. The amount of the contract shall accordingly be varied for cement or steel reinforcement bars / bitumen and will be worked out as per the formula given below:- Adjustment for cement component

i) Price adjustment for increase or decrease in the cost of cement

procured by the contractor shall be paid in accordance with the following formula:

Vo =0.85 x Po / 100 x R (C1-Co) / Co

Vo =increase or decrease in the cost of work during the month under consideration due to changes in rates for cement.

R =Value of work CC =The all Indian Wholesale Price Index for cement on 28 days

Preceding the date of opening of Bids as published by the Ministry of Industrial Development, Government of India, New Delhi.

C1 =The all India average wholesale price index for cement for the month under consideration as published by Ministry of Industrial Development, Government of India, New Delhi.

PC =Percentage of cement component of the work Adjustment for steel component

ii) Price adjustment for increase or decrease in the cost of steel procured by the Contractor shall be paid in accordance with the following formula:

Vs =0.85 x Ps/ 100 x R x (S1 -S o)/ S o Vs =Increase or decrease in the cost of work during the month under

consideration due to changes in the rates for steel. S o =The all India Wholesale Price Index for steel (bars and rods) 28 days

Preceding the date of opening of bids as published by the Ministry of Industrial Development Government of India New Delhi.

S1 =The all India average Wholesale Price Index for steel (bars and rods) for the month under consideration as published by Ministry of Industrial Development, New Delhi

Ps =Percentage of Steel component of the work. Note.: For the application of this clause, index of Bars and Rods has been chosen to represent steel group. Adjustment of bitumen component

iii) Price adjustment for increase or decrease in the cost of

bitumen shall be paid I accordance with the following formula: Vb = 0.85 x Pb / 100 x R x (B1 - B o). B o

Page 22: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 22 of 45

Vb =Increase or decrease in the cost of work during the month under consideration due to changes in rates for bitumen.

B o =The official retail price of bitumen at the IOC depot at nearest center on the day 28 days prior to date of opening of bids.

B1 =The official retail price of bitumen of IOC depot at nearest center for the 15th day of the month under consideration.

Pb =Percentage of bitumen component of the work.

CLAUSE 10CC Payment of increase / decrease in prices / wages after receipt of tender (time of completion more than 18 months) Contact price shall be adjusted for increase or decrease in rates and price of labour, materials fuels and lubricants in accordance with the following principles and procedures and as per formula given in the contract data.

a) The price adjustment shall apply for the work done from the start date given in the contact data upto end of the initial intended completion date or extensions granted by the Engineer and shall not apply to the work carried out beyond the stipulated time for reasons attributable to the contractor.

b) Following exPressions and meanings are assigned to the work done during

each month:

R =Total value of work done during the month. It would include the amount of secured advance granted, if any, during the month, less the amount of secured advance recovered, if any during the month. It will exclude value for works executed under variations for which price adjustment will be worked separately based on the terms mutually agreed.

C =To the extent that full compensation for any rise or fall in costs to the

contractor is not covered by the provisions of this or other clauses in the contract, the unit rates and prices included in the contract shall be deemed to include amounts to cover the contingency of such other rise or fall in costs. The formula (e) for adjustment of prices are:

Adjustment for labour component

(i) Price adjustment for increase or decrease in the cost due to labour

shall be paid in accordance with the following formula:

VL = 0.85 x P1 / 100 x R x (L1 –L o)/ L o

VL = increase or decrease in the cost of work during the month

under consideration due to changes in rates for local labour.

L o =the consumer price index for industrial workers for the state on 28

days Preceding the date of opening of bids as published by Labour

Bureau, Ministry of Labour, Government of India.

Page 23: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 23 of 45

L1 =The consumer price index for industrial workers for the state for the

month under consideration as published by Labour Bureau, Ministry of

Labour, Government of India

P1 =Percentage of labour component of the work

Adjustment for cement component

(ii) Price adjustment for increase or decrease or decrease in the cost of

cement procured by the contractor shall be paid in accordance with

the following formula:

V o =0.85 x P o /100 x R x (C1-C o)/C o

V o =increase or decrease in the cost of work during the month under

consideration due to changes in rates for cement.

C o =The all Indian Wholesale Price Index for cement on 28 days

Preceding the date of opening of Bids as published by the Ministry of

Industrial Development, Government of India, New Delhi.

C1 =The all India average Wholesale Price Index for cement for the

month under consideration as published by Ministry of Industrial

Development, Government of India, New Delhi.

P o =Percentage of cement component of the work

Adjustment for steel component

(iii) Price adjustment for increase or decrease in the cost of steel procured

by the contractor shall be paid in accordance with the following

formula:

Vs = 0.85 x Ps/100 x R x (S1-So)/So

Vs =Increase or decrease in the cost of work during the month under

consideration due to changes in the rates for steel

So =The all India Wholesale Price Index for steel (bas and rods) on 28

days Preceding the date of opening of Bids and published by the

Ministry Industrial Development, Government of India New Delhi.

S1 =The all India average wholesale price index for steel (bars and rods)

for the month under consideration as published by Ministry of

Industrial Development, New Delhi.

P1 =Percentage of steel component of the work.

Note.: For the application of this clause, index of bars and rods has been chosen to

represent steel group.

Page 24: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 24 of 45

Adjustment of bitumen component

(iv) Price adjustment of increase or decrease in the cost of bitumen shall be paid

in accordance with the following formula:

Vb =0.85 x Pb / 100 x R (B1 -Bo)/Bo

Vb =Increase or decrease in the cost of work during the month under

consideration due to changes in rates for bitumen

Bo =The official retail price of bitumen at the IOC depot at nearest center

on the day 28 days prior to date of opening of Bids.

B1 =The official retail price of bitumen of IOC depot at nearest center for

the 15th day of the month under consideration.

Pb =Percentage of bitumen component of the work.

Adjustment of POL (fuel and lubricant) component

(v) Price adjustment for increase or decrease in the cost of POL (fuel and

lubricant) shall be paid in accordance with the following formula.

V1 = 0.85 x P1 / 100 x R x (F1-Fo) / Fo

V1 = Increase or decrease in the cost of work during the month

under consideration due to changes in rates for fuel and lubricants.

Fo = The official retail price of High Speed Diesel (HSD) at the

existing consumer pumps of IOC at nearest center on the day 28 days

prior to the date of opening of Bids.

F1 = The official retail price of HSD at he existing consumer pumps

of IOC at nearest center for the 15th day of month of the under

consideration.

P1 = Percentage of fuel and lubricants components group.

Note.: For the application of this clause, the price of High Speed Diesel oil has been

chosen to represent fuel and lubricants group.

Page 25: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 25 of 45

Adjustment for plant and Machinery Spares component

(vi) Price adjustment for increase or decrease in the cost of plant and machinery

spares procured by the contractor shall be paid in accordance with the

following formula:

Vp = 0.85 x Pp / 100 x R x (P1 - Po)/Po

Vp = Increase or decrease in the cost of work during the

month under consideration due to changes in rates for plant and

machinery spares.

Po = The all India Wholesale Price Index for heavy

machinery and parts on 28 days Preceding the date of opening of Bids

as published by the Ministry of Industrial Development Government of

India, New Delhi.

P1 = The all India average Wholesale Price Index for heavy

machinery and parts for the month under consideration as published

by Ministry of Industrial Development Government of India, New Delhi.

Pp Percentage of plant and machinery spares component of the work.

Note.: For the application of this clause, index of heavy Machinery and parts has

been chosen to represent the plant and Machinery Spears group.

Adjustment of other materials component

(vii) Price adjustment for increase of decrease in cost of local materials

other than cement, steel, bitumen and POL procured by the contractor

shall be paid in accordance with the following formula.

Vm = 0.85 x Pm / 100 x R x (M1 - Mo)/Mo

Vm = Increase or decrease in the cost of work during the month

under consideration due to changes in rates for local materials other

than cement, steel, bitumen and POL.

Mo = The all India Wholesale Price Index (all commodities) on 28

days Preceding the date of opening of Bids, as published by the

Ministry of Industrial Development, Government of India, New Delhi.

M1 = The all India Wholesale Price Index (all commodities) for the

month under consideration as published by Ministry of Industrial

Development, government of India, New Delhi.

Pm = Percentage of local material component (other than cement,

steel bitumen and POL) of the work

Page 26: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 26 of 45

The following percentage will govern the price adjustment for the entire contract.

1 Labour-P 25%

2 Cement-Pc 14%

3 Steel-Ps 19 %

4 Bitumen-Pb 0%

5 POL-P1 2 %

6 Plant & Machinery Spares-Pp 0 %

7 Other materials-Pm 40%

Total 100%

(viii) In contract where clause 10CA is applicable, this clause 10CC will not be

applicable and in contract where this clause 10CC is applicable Previous

clause 10CA will not be applicable.

CLAUSE 10D Dismantled Materials Govt. property

The contractor shall treat shall materials obtained during dismantling of a structure,

excavation of the site for a work, etc. as government’s property and such materials shall be

disposed off to the best advantage of government according to the PWD codal provision.

51. All terms and conditions of CSIR/IIIM Jammu as applicable on UPRNN as PMC will

be applicable on contractor.

52. Milestones to be achieved during the contract period a) 1/8th of the value of entire contract work up to ¼ th of the

period allowed for completion of construction. b) 3/8th of the value of entire contract work up to ½ of the

period allowed for completion of construction.

c) 3/4th of the value of entire contract work up to ¾ th of the period allowed for completion of construction.

53. LIQUIDATED DAMAGES Amount of liquidated damages for For Whole of work 1 percent of the Initial delay in completion of works Contract Price, rounded of to the nearestthousand, per week.

Maximum limit of liquidated damages 10 percent of the Initial Contract Price for delay in completion of work. rounded off to the nearest thousand. The authorized person to make payments is Project Manager or Unit Incharge of Unit.

Page 27: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 27 of 45

PROFORMA’S FOR TECHNICAL BID

Page 28: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 28 of 45

Appendix - 1 I . Details of Earnest money Enclosed (Duly Pledged in favour of U.P.Rajkiya Nirman Nigam Ltd, Lucknow.

1. FDR/NSC/CDR/ No……. Date: Name of Issuing Post Office/Bank

2. Bank Guarantee Amount Bank Guarantee no Name and Address of Issuing Branch and Date

Signature of Bidder

Page 29: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 29 of 45

Appendix - 2

General Information

1) Name of the firm

2) Address

3) Contact Person

Phone

Fax

E-mail

Cell Phone

4) Place and year of incorporation of the firm

5) Registration No. (copy to be enclosed)

6) Details of registration (State PWD/CPWD/MES)

a) Class

b) State

c) Date of Registration

d) Validity

7) Constitution of the firm (Pvt. Ltd., Public, Proprietary etc.)

8) Name and qualification of the Chief Executive of the firm.

Organization Structure of the Firm

Technical Chief of the Organization

a. Name

b. Designation

c. Address

d. Telephone

Fax

E-mail

Mobile

e. Qualification

f. Experience in years as well as projects (attached C.V)

g. Age

Signature of Bidder

Page 30: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 30 of 45

Appendix - 3

Details of Projects handled

1) Details of completed projects each with an outlay or more than 80% Tendered cost

(i- last five years (2007-08 to 2011-12) (Furnish in Annexure I) (Completion certificates must be enclosed)

(ii- 50% of Tendered cost (iii- 40% of Tendered cost

Project/

Work

Name

Name

of the

Client,

Place

and

State

Description

of Works

Value of

Contract

(Rs. In

lacs)

Stipulated

time of

completion

Actual

time of

completion

Remarks,

Explain

reasons

for delay,

if any

2) Details of existing commitments and ongoing projects

Project

/ Work

Name

Name

of the

Client,

Place

and

State

Value of

Contract

(Rs. In

lacs)

Stipulated

time of

completion

Date

of

Start

Date of

Completion

Value of

Works

Remaining

to be

completed

Anticipated

time of

completion

Signature of Bidder

Page 31: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 31 of 45

Appendix - 4 Format for availability of Credit Facilities BANK CERTIFICATE This is to certify that M/S ………………………………………………………………………………………………. is a reputed Company with a good financial Standing. If the contract for the work namely…………………………….. ………………………………….overdraft/Credit facilities to the extent of Rs …………………………………………………. to meet their working capital requirements for executing the above Contract. Sign of Bank Manager Name…………………………………………. Address of the Bank Stamp Note:- Certificate should be on the letter head of the Bank.

Page 32: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 32 of 45

Appendix - 5

Financial Information 1) Turnover for the last five years (Civil Engineering Works) 2) Sl. No. Year Turnover (Rs. In lacs) Remarks

1 2008-09

2 2009-10

3 2010-11

4 2011-12

5 2012-13

Enclose certificate from the concerned Officer not below the rank of Chief Account Officer/Finance controller in the case of Govt. or from Chartered Accountant in the case of Private Organizations.

3) Permanent Account Number (IT)

4) Service Tax registration number 5) Income Tax clearance certificate

(Enclose copies for the last five years) Signature of Bidder

Page 33: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 33 of 45

Appendix - 6 Details of Machinery and Equipment owned

Name of

Equipment

Nos. Capacity/Size Age/

Condition

Owned/Leased

or to be

Purchased

Signature of Bidder

Page 34: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 34 of 45

Appendix- 7

Details of Important Technical Personnel to be provided as in II above

Qualification of technical personnel proposed for the Contract.

Position Name Qualification Years of experience

Road

Works

Building

Works

Other

Signature of Bidder

Page 35: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 35 of 45

Appendix- 8 Attested copy of the partnership deed if it is partnership firm and registration certificate in case of company, sole proprietorship declaration in case of proprietorship firm. Joint ventures shall not be accepted.

SIGNATURE OF BIDDER

Page 36: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 36 of 45

Appendix- 9

Authority letter, if firm, in favour of the person who has signed the tender document with telephone no. and complete postal address.

SIGNATURE OF BIDDER

Page 37: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 37 of 45

Appendix-10

Standard Form of Agreement

Notes on Standard Form of Agreement

The Agreement should incorporate any corrections or modifications to the Bid resulting

from correction of errors

Standard Form : Agreement

Agreement

This agreement, made the day of…………….of 2013…………………………………………….

Unit, U.P.R.N.N. ………………………………

(hereinafter called “the Employer”) of the one part, and

------------------------------------

-------------------------------

-------------------------------

*name and address of Contractor+ (hereinafter called “the Contractor” of the other part)

Whereas the Employer is desirous that the Contractor execute the Work of……………………

District-………………… (hereinafter called “the Works”) and the Employer has accepted the Bid by the Contractor for the execution and completion of such Works and the remedying of any defects therein at a cost if Rupees……………… *Rs………………………..only+.

NOW THIS AGREEMENT WITNESSETH as follows:

1. In this Agreement, words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract hereinafter referred to, and they shall be deemed to form and read and construed as part of this Agreement.

2. In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Employer to execute and complete the Works and remedy any defects therein in conformity in all aspects with the provisions of the Contract.

3. The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of the Works and remedying the defects wherein the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and un the manner prescribed by the Contract.

4. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz:

Page 38: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 38 of 45

i) Letter of Acceptance;

ii) Notice to proceed with the works;

iii) Contractor’s Bid;

iv) Contract Data;

v) Special Conditions of Contract and General Conditions of Contract;

vi) Specifications

vii) Drawings;

viii) Bill of Quantities;

ix) Any other document listed in the Contract Data as forming part of the contract.

In witness whereof the parties thereto have caused this Agreement to be executed the day and year first before written.

The Common Seal of

Project Manager/ Unit Incharge

Unit- …………………..UPRNN

District

Was hereunto affixed in the presence of;

Signed, Sealed and Delivered by the said To,

In the presence of: Assistant Resident Engineer/ Resident Engineer

Binding Signature of Employer authorized representative

Project Manager/ Unit Incharge

Unit- …………………..UPRNN

District

Binding Signature of Contractor

Page 39: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 39 of 45

Appendix-11

Form of Bid

Notes on Form of Bid

The Bidder shall fill in and submit this form with the Bid.

………………………..Date

To [Name of Employer] U.P. Rajkiya Nirman Nigam Ltd, Lucknow represented by

Project Manager………………………………………..Unit…………………………………………………………………………

Address [insert address+………………………………………………………………………………………………………………

Deception of the Works……………………………………………………………………………………………………………….

………………………………………………………………………………………………………………………………………………

1. I/We offer to execute the work described above and remedy any defects therein conformity with the condition of contract, specifications, drawings, Bill of Quantity and Addenda for

a) For percentage rate……………………………percentage below/percentage above/at par with the rate entered in the schedules of rate, as referred to in clause C page-4 (Bid Prices) of ITB.

2. We undertake to commence the work on receiving the notice to proceed with work in accordance with the contracts documents.

3. This Bid and your written acceptance of itself constitute a bidding contract between us. We understand that you are not bound to accept the lowest or any bid you receive.

We hereby confirm that this bid complies with the bid ability and earnest money required by the bidding documents and specified in the appendix to ITB.

Authorized Signature:………………………………………………………………………………………………………………….

Name of Title of Signatory………………………………………………………………………………………………………….

Name of Bidder………………………………………………………………………………………………………………………….

Authorized Address of Communication:……………………………………………………………………………………..

Page 40: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 40 of 45

…………………………………………………………………………………………………………………………………………………..

………………………………………………………………………………………………………………………………………………….

Telephone No. (s):(office):………………………………………………………………………………………………………….

Mobile No :…………………………………………………………………………………………………………………………………

Facsimile (FAX) No.:…………………………………………………………………………………………………………………….

Electronic Mail Identification (E- Mail ID)…………………………………………………………………………………...

Page 41: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 41 of 45

Appendix-12 OFFICE OF THE PROJECT MANAGER …………………………………………….Unit, District……………………………………….. No……………………………….. Dated……………………………

LETTER OF ACCEPTANCE

To,

M/s…………………………………………..

…………………………………………………

…………………………………………………

This is to notify you that on behalf of the Employers the Project Manager………………………….

………………….Unit, U.P.R.N.N Ltd…………………….has accepted your bid dated……………………………for

Execution of the District………………………….for the Contract Price of Rs………………………………………..

(Rs. …………………………………………………………………….only) is hereby accepted by our Agency.

You are hereby requested to furnish Performance Security, in the form detailed in Cl. 23 of ITB for an amount of Rs. ……………………..(Rs. …………………………………………………………………………..)

Within 10 days of the receipt of this letter of acceptance valid up to 45 days from the date of

expiry of Defects Liability Period (i.e. up to …………………………………..) and sign the contract, failing

which action as stated in Cl. 15(h) of ITB will be taken.

Yours faithfully

Project Manager

………………………………………Unit,

District…………………………………

No. & Dated as above

Copy of G.M. …………………………………………………………………….for information and necessary action.

Project Manager

………………………………………Unit,

District…………………………………

Page 42: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 42 of 45

Appendix-13

OFFICE OF THE PROJECT MANAGER

……………………….Unit, District…………………………

Issue of Notice to proceed with the work

Letter No. ………………………… Dated……………………………

To,

………………………………………………..

…………………………………………………

…………………………………………………

Dear Sir,

Pursuant to your furnishing the requisite performance security as stipulated in

ITB

Clause and signing of the contract for the construction of

………………………………………………………

For Distt. …………………………………………………………………..you are hereby instructed to proceed

with

The execution of the said work in accordance with the Contract documents.

Your’s faithfully

Project Manager

………………………………………Unit,

District…………………………………

Page 43: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 43 of 45

Appendix-14

(d) Form of unconditional Bank guarantee for advance payment.

BANK GUARANTEE FOR ADVANCE PAYMENT

To, Project Manager, ………………………………………Unit, District…………………………………. Gentiemen :

In accordance with the provisions of general conditions of Contract , clause 45 (“Advance Payment”) of the above mentioned contract, ……………………………………………………………………………..……………………………………………………………………

[Name and addresses of contract+ (hereinafter called “the Contractor) shall deposit with

performance under the said clause of the contract in the amount of ………………………………………….*amount of guarantee’+ …………………………………………………………………………………*in words+.

We, the ……………………………………………..*bank or financial institution+, as instructed by the Contractor, agree unconditionally and irrevocably to guarantee as primary obligator and not as Surety merely, the payment to …………………………………………………………………..*Name of Employer]on his first demand without whatsoever right of objection on our part and without his firstclaim to the contract, in amount not exceeding ………………………………………………………………………….*amount of guarantee+*…………………………………………………… .

We further agree that no change or addition to or other modification of the term of thecontract or of works to be performed there under or of any of the contractor documents whichmay be released us from any liability under this guarantee, and we hereby waive notice of anysuch change, addition or modification.

This guarantee shall remain valid and in full effect from the date of the advance payment

under the contract until ………………………………………………………………………………*Name of Employer]receives full repayment of the same amount from the Contractor.

Your truly, Signature and seal : …………………………………….. Name of Bank/Financial Institution : ……………. Addresses : …………………………………………………… Date : ……………

* An amount shall be inserted by the Bank or Financial Institution representing the amount of the advance payment and denominated in Indian Rupees.

Page 44: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 44 of 45

Appendix-15

PROFORMA OF BANK GUARANTEE FOR EARNEST MONEY DEPOSIT (ON NON JUDICIAL PAPER OF APPROPRIATE VALUE) Bank Guarantee No. & date……………………………….. Guaranteed Amount: Rs……………………………….. Date of Expiry: Name of Work:DEVELOPMENT OF PROPOSED CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (WEST), MUMBAI

To, U.P. Rajkiya Nirman Nigam Ltd. ESI Hospital, . Dear Sir, M/s………………(Tender Name and Address)…………..wish to submit their bid for award of work for Construction of DEVELOPMENT OF PROPOSED CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (WEST), MUMBAI as per prescribed terms and conditions of the tender document, and is due for submission by……………2013. The Tender conditions require the intending tenderer to submit a sum of Rs. 20 Lacs as DD/CDR/NSC and rest amount in the shape of Bank Guarantee as Earnest Money Deposit. This includes Bank Guarantee executed by Nationalized Bank, on behalf of Intending Tenderer, undertaking full responsibilities to indemnify the U.P. Rajkiya Nirman Nigam Ltd., Lucknow in case of default of the prescribed terms and conditions of the said Tender. M/s………………(Tender Name and Address)…………..has, in view of the above, approached us and at their request and in consideration of the promises, we,…………..(Bank Name) having our office at………………..(Address)……………have agreed to give such guarantee as hereunder mentioned:-

1. We,…………(Name of Bank)………., do hereby undertake and agree to pay to you, on demand, in such manner as you may direct, full amount of Rs. ……………………......or part thereof, in the event of any default made by M/s………….(Tender Name and Address)……………..in performing any of the terms and conditions of the tender and against any loss or damage caused to or suffered or would be caused to or suffered by the U.P.Rajkiya Nirman Nigam Ltd , LUCKNOW by reason of any breach of the terms and conditions of the tender referred above.

2. We,…………(Name of Bank)………., do hereby undertake to pay the amounts due and payable under the Guarantee without any demur, merely on demand from the U.P.Rajkiya Nirman Nigam Ltd, Lucknow stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the Nigam by reason of breach by the said bidder of any of the terms and conditions submitted by the bidder or by reason of failure to perform the said commitment. Any such demand made of the Bank shall be conclusive with regard to 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. ……………………….. .

Page 45: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 45 of 45

3. We undertake to pay the U.P. Rajkiya Nirman Nigam Ltd, Lucknow any money so demanded not withstanding any dispute or disputes raised by the bidder in any suit or proceeding pending before any court or tribunal relating thereto or liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be valid discharge of our liability for payment there under and the bidders shall have no claim against us for making such payment.

4. We,…………(Name of Bank)………., further agree that guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said commitment and for any liability which may arise during its legal validity. It shall continue to be enforceable till all the dues of the Government under or by virtue of the said commitment have been fully paid and its claims satisfied or discharged or till U.P. Rajkiya Nirman Nigam Ltd, Lucknow certifies that the Terms & Conditions of the said commitment have been fully and properly carried out by the said bidder and accordingly discharges this guarantee. Unless a demand or claim under this Guarantee is made on us in writing on or before……….., we shall be discharged from all liabilities under this guarantee thereafter.

5. We,…………(Name of Bank)………., further agree, that the U.P. Rajkiya Nirman Nigam Ltd, Lucknow shall have fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary the Terms & Conditions of the said Tender Enquiry or to extend time of performance by the said bidder from time to time or to postpone for any time or from time to time any of the powers exercisable by the U.P.Rajkiya Nirman Nigam Ltd, Lucknow . against the said bidder and to forbear or enforce any of the Terms & Conditions relating to the said Tender Enquiry and we shall not be relieved from our liability by reason of such variations or extensions being granted to the said bidder or for any forbearance, act or omission on the part of U.P.Rajkiya Nirman Nigam Ltd , Lucknow or any indulgence by the U.P.Rajkiya Nirman Nigam Ltd, Lucknow. with the said bidder or any such matter or thing whatsoever which under the law relating to sureties would, but for the provision, have effect of so relieving us.

1. The guarantee herein contained shall not be determined or affected by the liquidation or winding up, dissolution or changes in the constitution or insolvency of the said bidder but shall in all respects and for all purposed be binding and operative until payment of all money due to you in respect of such liabilities is paid.

2. This guarantee will not be discharged due to the change in constitution of Bank.

3. We,…………(Name of Bank)………., lastly undertake not to revoke this guarantee during the currency except with the previous consent of the U.P.Rajkiya Nirman Nigam Ltd,Visheshwariya Bhawan, Vibhuti Khand, Gomti Nagar, Lucknow in writing.

Yours faithfully,

……………………Bank By its Constituted Attorney

Signature of a person duly authorized to sign On behalf of the Bank.

Page 46: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 1 of 79

VIBHUTI KHAND,

GOMTI NAGAR,LUCKNOW

TENDER DOCUMENT

FOR DEVELOPMENT OF CSIR INNOVATION COMPLEX

AT CSIR-NIO REGIONAL CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS,

ANDHERI (W), MUMBAI

General Condition of Contract

VOLUME - II

Page 47: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 2 of 79

General Conditions of Contract

A. General

1. Definitions

1.1 Terms

Bill of Quantities means the priced and completed Bill of Quantities forming part of the Bid.

Compensation Events are those defined in Clause 40 hereunder.

The Completion Date is the date of completion of the Works as certified by the Engineer, in accordance with Clause 48.1

The Contractor is a person or corporate body whose Bid to carry out the Works, including routine maintenance, has been accepted by the Employer.

The Contractor’s Bid is the completed bidding document submitted by the Contractor to the Employer.

The Contract Price is the price stated in the Letter of Acceptance and thereafter as adjusted in accordance with the provisions of the Contract.

Days are calendar days, months are calendar months.

A Defect is any part of the Works not completed in accordance with the Contract.

The Defects Liability Certificate is the certificate issued by Engineer, after the Defect Liability Period has ended and upon correction of Defects by the Contractor.

The Defects Liability Period is one year’s calculated from the completion Date.

Drawings include calculations and other information provided or approved by the Engineer for the execution of the Contract.

The Employer is U.P.R.N.N., who employs the Contractor to carry out the Works, including routine maintenance. The Employer may delegate any or all functions to a person or body nominated by him for specified functions.

The Engineer is the person/ any other competent person appointed by the Employer and notified to the Contractor, to act in replacement of the Engineer who is responsible for supervising the execution of Works and administering the Contract.

Equipment is the Contractor’s machinery and vehicles brought temporarily to the site to

construct the Works.

The Initial Contract Price is the Contract Price listed in the Employer’s Letter of Acceptance.

Page 48: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 3 of 79

The Intended Completion Date is the date on which it is intended that the Contractor shall

complete the Works. The Intended Completion Date may be revised only by the Engineer by

issuing an extension of time.

Materials are all supplies, including consumables, used by the Contractor for incorporation in

the Works.

Plant is any integral part of the Works that shall have a mechanical, electrical, electronic,

chemical, or biological function.

The Site is the area defined as such in the Contract.

Site Investigation Reports are those that were included in the bidding documents and are

reports about the surface and subsurface conditions at the Site.

Specifications means the Specification of the Works included in the Contract and any

modification or the addition made or approved by the Engineer.

The Start Date is given in the Contract. It is the date when the Contractor shall commence

execution of the Works. It does not necessarily coincide with any of the Site Possession Dates.

A Sub-Contractor is a person or corporate body who has a Contractor to carry out a part of the

construction work in the Contract, which includes work on the Site.

Temporary Works are works designed, constructed, installed and removed by the Contractor

that are needed for construction or installation of the Works.

A Variation is an instruction given by the Engineer, which varies the Works.

The Works, as defined in the Contract Data, are what the Contract requires the Contractor to

construct, install, maintain and turn over to the Employer. Routine maintenance is defined

separately.

2. Interpretation

2.1 In interpreting these Conditions of Contract, singular also means plural, male also means

female or neuter, and the other way around. Headings have no significance. Words have their

normal meaning under the language of the Contract unless specifically defined. The Engineer

will provide instructions clarifying queries about these Conditions of Contract.

2.2 If sectional completion is specified in the Contract Data, references in the Conditions of

Contract to the Works, the Completion Date, and the Intended Completion Date apply to any

Section of the Works (other than references to the Completion Date and Intended Completion

Date for the whole of the Works).

Page 49: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 4 of 79

2.3 The documents forming the Contract shall be interpreted in the following order of priority:

1) Agreement,

2) Notice to Proceed with the Work,

3) Letter of Acceptance,

4) Contractor’s Bid,

5) Special Conditions of Contract Part II,

6) General Conditions of Contract Part I,

7) Specifications,

8) Drawings,

9) Bill of Quantities, and

10) Any other document listed in the Contract Data.

3. Language and Law

3.1 The language of the Contract and the law governing the Contract are stated in the Contract

Data.

4. Engineer’s Decision

4.1 Except where otherwise specifically stated, the Engineer will decide contractual matters

between the Employer and the Contractor in the role representing the Employer. However, if

the Engineer is required under the rules and regulations and orders of the Employer to obtain

approval of some other authorities for specific actions, he will so obtain the approval.

4.2 Except as expressly stated in the Contract, the Engineer shall not have any authority to

relieve the Contractor of any of his obligations under the contract.

5. Delegation

5.1 The Engineer, with the approval of the Employer, may delegate any of his duties and

responsibilities to other people, after notifying the Contractor, an d may cancel any delegation

after notifying the Contractor.

6. Communications

6.1 All Certificate, notices or instructions to be given to the contractor by the Employer/

Engineer shall be sent on the address or contact details given by the contractor in

section 6- Form of Bid. The address and contact details for communications with the

Employer/Engineer shall be as per the details given Contract Data to GCC.

Communications between parties that are referred to in the conditions shall be in

writing. The Notice sent by facsimile (fax) or other electronic means shall be effective

on confirmation of the transmission. The Notice sent by Registered post or Speed

post shall be effective on delivery or at the expiry of the normal delivery period as

undertaken by the postal service.

Page 50: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 5 of 79

7. Subcontracting

7.1 The contractor may subcontract part of the construction work with the approval of the

Employer in writing, upto 25% of the contract price but will not assign the Contract.

Subcontracting shall not alter the contractor’s obligations.

7.2 Beyond what has been stated in clauses 7.1, if the contractor proposes sub contracting

any part of the work during execution of the works, because of some unforeseen circumstances

to enable him to complete the work as per terms of the contract, the Employer will consider

the following before according approval:

a) The Contractor shall satisfy himself before recommending to the employer whether

b) The Contractor shall not sub-contract any part of the work without prior consent of the

Employer. Any such consent shall not relieve the contractor from any liability or obligation

under the contract and he shall be responsible for the acts, defaults and neglects of any his sub-

contractor, his agents or workmen as fully as if they were the acts, defaults or neglects of the

Contractor, his agents and workmen.

7.3 The Engineer should satisfy himself before recommending to the Employer whether

a) The circumstances warrant such sub-contracting: and

b) The sub-contractor so proposed for the work possess the experience, qualification and

equipment necessary for the job proposed to be entrusted to him in proportion of the

Quantum of works to be sub-contracted.

8. Other Contractors

8.1 The contractor shall co-operate and share the site with other contractors. Public authorities

utilities, and the employer between the dates given in the schedule of other contractors, as

referred to in the contract data. The contractor shall also provide facilities and services for

them as described in the schedule. The employer may modify the schedule of other contractor,

and shall notify the contractor of any such modification.

8.2 The contractor should take up the work in convenient reaches as decided by the Engineer

to ensure there is least hindrance to the smooth flow of traffic including movement of vehicles

and equipment of other contractors till the completion of the works.

9. Personnel

9.1 The contractor shall employ for the construction work and routine maintenance the

technical personnel named in the Contract Data or other technical persons approved by the

Engineer. The Engineer will approve any proposed replacement of technical personnel only if

their relevant qualifications and abilities are substantially equal to or better than those of the

personnel stated in the Contract Data.

9.2 If the Engineer asks the Contractor to remove a person who is a member of the

Contractor’s staff or work force, stating the reasons, the Contractor shall ensure that the

Page 51: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 6 of 79

person leaves the Site within seven days and has no further connection with the Works in the

Contract.

9.3 The Contractor shall not employ any retired Gazetted officer who has worked in the

Engineering Department of the State Government and has either not completed two years after

the date of retirement or has not obtained State Government’s permission to employment with

the Contractor.

10. Contractor’s Risks

10.1 The Employer carries the risks which this Contract states are Employer’s risks, and the

Contractor carries the risks that this Contract states are Contractor’s risks.

11. Employer’s Risks

11.1 The Employer is responsible for the excepted risks which are (a) in so far as they directly

affect the execution of the Works in the Employer’s country, the risks of war, invasion, act of

foreign enemies, rebellion, revolution, insurrection or military or usurped power, civil war, riot

commotion or disorder (unless restricted to the Contractor’s employees), natural calamities and

contamination from any nuclear fuel or nuclear waste or radioactive toxic explosive, or (b) a

cause due solely to the design of the Works, other than the Contractor’s design.

12. Contractor’s Risks

12.1 All risks of loss or damage to physical property and of personal injury and death which

arise during and in consequence of the performance of the Contract other than the excepted

risks, referred to in clause 11.1, are the responsibility of the Contractor.

13. Insurance

13.1 The Contractor at his cost shall provide, in the joint names of the Employer and the

Contractor, insurance cover from the Start Date to the date of completion, in the amounts and

deductibles stated in the Contract Data for the following events which are due to the

Contractor’s risks.

a) loss of or damage to the Works, Plant and Materials;

b) loss of or damage to equipment;

c) loss of or damage to property (except the Works, Plants, Materials and Equipment) in

connection with the Contract; and

d) Personal injury or death.

13.2 Insurance policies and certificates for insurance shall be delivered by the Contractor to

the Engineer for the Engineer’s approval before the completion date/ Start Date. All such

insurance provide for compensation to be payable in Indian Rupees to rectify the loss or

damage incurred.

13.3 (a) The contractor at his cost shall also provide, in the joint names of the Employer and

the Contractor, insurance cover from the date of completion to the end of defect liability

Page 52: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 7 of 79

period, in the amounts and deductibles stated in the Contract Data for the following events

which are due to the Contractor’s risks.

(b) Personal injury or death.

13.4 Insurance policies and certificates for insurance shall be delivered by the Contractor to

the Engineer for the Engineer’s approval before the completion date/Start date. All such

insurance shall be provide for compensation to be payable in Indian Rupees.

13.5 Alterations to the terms of insurance shall not be made without the approval of the

Engineer.

13.6 Both parties shall comply with any conditions of the insurance policies.

14. Site Investigation Reports

14.1 The Contractor, in preparing the Bid, may rely on any Site Investigation Reports referred

to in the Contract Data, supplemented by any other information available to him, before

submitting the bid.

15. Queries about the Contract Data

15.1 The Engineer will clarify queries on the Contract Data.

16. Contract to Construct the Works

16.1 The Contractor shall construct, and install and maintain the Works in accordance with

the Specifications and Drawings.

16.2 The Contractor shall construct the works with intermediate technology, i.e., by manual

means with medium input of machinery required to ensure the quality of works ae per

specifications. The contractor shall deploy the equipment and machinery a given in Contract

Data.

17. The Works to be Completed by the Intended Completion Date

17.1 The Contractor may commence execution of the Works on the Start Date and shall carry

out the Works in accordance with the Programme submitted by the Contractor, as updated

with the approval of the Engineer, and complete them by the Intended Completion Date.

18. Approval by the Engineer

18.1 The contractor shall submit Specifications and Drawings showing the proposed Temporary

Works to the Engineer, who is to approve them.

18.2 The contractor shall be responsible for design of Temporary Works.

18.3 The Engineer’s approval shall not alter the Contractor’s responsibility for design the

Temporary works.

18.4 The Contractor shall obtain approval of third parties to the design of the Temporary

Works, where required.

18.5 All Drawings prepared by the Contractor for the execution of the temporary or permanent

Works, are subject to prior approval by the Engineer before their use.

Page 53: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 8 of 79

19. Safety

19.1 The Contractor shall be responsible for the safety of all activities on the Site.

20. Discoveries 20.1 Anything of historical or other interest or of significant value unexpectedly discovered on the Site shall be the property of the Employer. The Contractor shall notify the Engineer of such discoveries and carry out the Engineer’s instructions for dealing with them.

21. Possession of the Site 21.1 The Employer shall handover complete or part possession of the site to the Contractor 7 days in advance of construction programme. At the start of the work, the employer shall handover the possession of at-least 75% of the site.

22. Access to the Site 22.1 The Contractor shall allow access to the Site and to any place where work in connection with the Contract is being carried out, or is intended to be carried out to the engineer and any person/persons/agency authorized by:

a. The Engineer b. The Employer

23. Instructions 23.1 The Contractor shall carry out all instructions of the Engineer, which comply with the applicable laws where the Site is located.

24. Dispute Redressal System 24.1 If any dispute or difference of any kind what-so-ever shall arises in connection with or arising out of this Contract or the execution of Works or maintenance of the Works there under, whether before its commencement or during the progress of Works or after the termination. Abandonment or breach of the Contract, it shall, in the first instance, be referred for settlement to the competent authority, described along with their powers in the Contract Data, above the risk of the Engineer, The competent authority shall within a period of a forty-five days after being requested in writing by the Contractor to do so, convey his decision to the Contractor. Such decision in respect of every matter so referred shall, subject to review as hereinafter provided, be final and binding upon the Contractor. In case the Works if already in progress, the Contractor shall proceed with the execution of the Works, including maintenance thereof, pending receipt of the decision of the competent authority as aforesaid, with all due diligence. 24.2 Either party will have the right of appeal, against the decision of the competent authority, to the arbitration if the amount appealed exceeds rupees one lakh.

25. Procedure for Resolution of Disputes 25.1 The Competent Authority mentioned in clause 24.1 shall give a decision in writing within 45 days of receipt of a notification of a dispute.

Page 54: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 9 of 79

25.2 Either party may refer a decision of the Competent Authority to Arbitration within 28 days of the Competent Authority’s written decision Arbitration shall be under the Arbitration and Conciliation Act 1996. If neither party refers the dispute to Arbitration within the above 28 days, the Competent Authority’s decision will be final and binding. 25.3 The Arbitration shall be conducted in accordance with the following procedure, in case Initial Contract Price is more than Rs. 5 Crore or the Contractor is a Foreign Contractor, who has bid under ICB:-

a) In case of a decision of the Competent Authority in a dispute or difference arising between the Employer and a Contractor relating to any matter out of or connected with this Agreement, the matter will be referred to an Arbitral Tribunal. The Arbitral Tribunal shall consist of three Arbitrators, one each to be appointed by the Employer and the contractor. The third Arbitrator shall be chosen by the two Arbitrators so appointed by the parties and shall act as presiding Arbitrator. In case of failure of the two Arbitrators appointed by the parties to reach upon a consensus within a period of 30 days from the appointment of the Arbitrator appointed subsequently, the Arbitrator shall be appointed by the Chairman of the Executive Committee of the Indian Roads Congress.

b) If one of the parties fails to appoint its arbitrator in pursuance of sub-clause (a) above

within 30 days after receipt of the notice of the appointment of its arbitrator by the other party, then the Chairman of the Executive Committee of the Indian Roads Congress shall appoint the arbitrator. A certified copy of the order of the Chairman of the Executive Committee of the Indian Roads Congress, making such an appointment shall be furnished to each of the parties.

c) The decision of the majority of arbitrators shall be final and binding upon both parties. The cost and expenses of Arbitration proceedings will be paid as determined by the Arbitral Tribunal. However, the expenses incurred by each party in connection with the preparation, presentation etc. of its proceedings as also the fees and expenses paid to the arbitrator appointed by such party or on its behalf shall be borne by each party itself.

25.4 Where the Initial Contract Price as mentioned in the Acceptance Letter is Rs.5 Crore and below, disputes and differences in which an Adjudicator has given a decision shall be referred to a sole Arbitrator. The sole Arbitrator would be appointed by the agreement between the parties; failing such agreement within 15 days of the reference to arbitration, by the appointing authority, namely the Chairman of the Executive Committee of the Indian Road Congress.

Page 55: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 10 of 79

25.5 Arbitration proceedings shall be held at Lucknow(U.P.), India, and the language of the arbitration proceedings and that of all documents and communications between the parties shall be English. 25.6 Performance under the contract shall continue even after references to the arbitration and payments due to the contractor by the Employer shall not be withheld, unless they are the subject matter of the arbitration proceedings. 25.7 If any dispute arises between parties to the Contractor it shall be under the jurisdiction of Civil Court at Lucknow. B. TIME CONTROL

26. Programme 26.1 Within the time stated in the Contract Data, the Contractor shall submit to the

Engineer for approval a Programme showing the general methods, arrangements, order and timing for all the activities in the Works, along with monthly cash flow forecasts for the construction of works.

26.2 The Contractor shall submit the list of equipment and machinery being brought to Site, the list of key personal being deployed, the list of machinery/equipments being placed in field laboratory and the location of field laboratory along with the programme. The Engineer shall cause these details to be verified at each appropriate stage of the programme. 26.3 An update of the Programme shall be a programme showing the actual progress achieved on each activity and the effect of the progress achieved on the timing of the remaining Works, including any changes of the sequence of the activities. 26.4 The Contractor shall submit to the Engineer for approval an update programme at intervals of 60 days no longer than the period stated in the Contract Data. If the Contractor does not submit an updated programme within this period, the Engineer may withhold the amount stated in the Contract Data from the next payment certificate and continue to withhold this amount until the next payment after the date on which the overdue programme has been submitted. 26.5 The Engineer’s approval of the programme shall not alter the Contractor’s obligations. The contractor may revise the programme and submit it to the engineer again at any time. A revised programme shall show the effect of variations and compensation events.

27. Extension of the intended completion date. 27.1 The Engineer shall extend the intended completion date if a compensation event

occurs or a variation is issued which makes it impossible for completion to the achieved by the Intended Completion Date without the Contractor taking steps to accelerate the remaining Works, which would cause the Contractor to incur additional cost.

Page 56: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 11 of 79

27.2 The Engineer shall decide whether and by how much time to extend the Intended Completion Date within 21 days of the Contractor asking the Engineer for a decision upon the effect of a compensation event or variations and submitting full supporting information. If the Contractor has failed to corporate in dealing with a delay, the delay by this failure shall not be considered in accessing the new Intended Completion Date. 28. Delays Ordered by the Engineer 28.1 The Superintending Engineer may instruct the Contractor to delay the Start or progress of any activity within the Works. Delay/delays totaling more than 30 days will require prior written approval of the Employer.

29. Management Meetings 29.1 The Engineer may require the Contractor to attend a management meeting. The business of a management meeting shall be to review the plans for the Works. 29.2 The Engineer shall record the business of management meetings and provide copies of the record to those attending the meeting. The responsibility of the parties for actions to be taken shall by the Engineer either at the management meeting or after the management meeting and stated in writing to all those who attended the meeting.

C. Quality Control

30. Identifying Defects 30.1 The Engineer shall check the Contractor’s work and notify the Contractor of any Defects that are found. Such checking shall not affect the Contractor’s responsibilities. The Engineer may instruct the Contractor to search for a Defect and to uncover and test any work that the Engineer considers may have a Defect.

31. Tests 31.1 For Carrying out mandatory tests as prescribed in the specification. The Contractor shall establish field laboratory at the location decided by the Engineer. The field laboratory will have minimum equipments as specified in the Contract Data. The contractor shall be solely responsible for :

a. Carrying out mandatory tests prescribed in the Specifications, and b. For the corrections of the test results, whether performed in his laboratory or

elsewhere. 31.2 If the Engineer instructs the Contractor to carry out a test not specified in the Specifications/Rural Roads Manual to check whether any work has a Defect and the test shows that it does, the Contractor shall pay for the test and any samples.

32. Correction of Defects noticed during the Defect Liability Period for one year. 32.1 The Engineer shall give notice to the Contractor of any Defects before the end of the Defects Liability Period, which begins at Completion of work. The Defects Liability Period shall be extended for as long as Defects remain to be corrected. 32.2 Every time notice of Defect/Defects if given, the Contractor shall correct the notified Defect/Defects within the duration of time specified by the Engineer’s notice.

Page 57: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 12 of 79

32.3 The RFI system will be followed for execution of work. 33. Uncorrected Defects 33.1 If the Contractor has not corrected a Defect pertaining to the Defect Liability Period under clause 32.1 and of these conditions of Contract, to the satisfaction of the Engineer, within all time specified in the Engineer’s notice, the Engineer will assess the cost of having the Defect corrected, and the Contractor will pay this amount, on correction of the Defect. D. Cost Control

34. Bill of Quantities 34.1 The Bill of Quantities shall contain items for the construction, installation, testing, and commissioning, maintaining works, and lump sum figures for yearly routine maintenance for each of the five years separately to be done by the Contractor. 34.2 The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid for the quantity of the work done at the rate in the bill of quantities for each item for the construction of roads. The payment to the Contractor is performance based for routine maintenance of roads.

35. Variations 35.1 The Engineer shall, having regard to the scope of the Works and the sanctioned

estimated cost, have power to order, in writing, Variations within the scope of the Works he considers necessary or advisable during the progress of the Works. Such Variations shall form part of the Contract and Contractor shall carry them out and include them in updated Programmes produced by the Contractor. Oral orders of the Engineer for various Variations, unless followed by the written confirmation, shall not be taken into account.

36. Payments for Variations 36.1 If rates for variation items are specified in Bill of Quantity, the Contractor shall carry out such work at the same rate. This shall apply for variation only up to the limit prescribed in the contract data. If the variation exceeds this limit, the rates shall be derived under the provision of clause- 36.3 for quantities (higher or lower) exceeding the deviation limit. 36.2 If the rates for Variation are not specified in the Bill of Quantities, the Engineer shall derive the rate from similar items in the Bill of Quantities. 36.3 If the rate for Variation item cannot be determined in the manner specified in Clause 36.1 or 36.2, the Contractor shall, within 14 days of the issue of order of variation work, inform the Engineer the rate which he proposes to claim, supported by analysis of the rates. The Engineer shall assess the quotation and determine the rate based on prevailing market rates within one month of the submission of the claim by the Contractor. As far as possible, the rate analysis shall be based on the standard data book and the current schedule of the rates of the district public work division. The decision of the Engineer on the rate so determined shall be final and binding on the Contractor.

Page 58: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 13 of 79

37. Cash Flow Statements 37.1 When the Programme is updated, the Contractor shall provide the Engineer with and updated cash flow forecast.

38. Payment of Certificates 38.1 The payment to the Contractor will be as follows for construction work:

a. The Contractor shall submit to the Engineer fortnightly/monthly statements of the value of the work executed less the accumulative amount certified previously supported with detailed measurement of the items of works executed in measurement books authorized by U.P. P.W.D.

b. The Engineer shall check the Contractors fortnightly/monthly statements within 14 days and certify the amount to be paid to the Contractor.

c. The value of work executed shall be determined, based on measurements by the Engineer.

d. The Value of work executed shall comprise the value of the quantities of the items in the Bill of Quantities completed.

e. The Value of work executed shall also include the valuation of variations and compensation events.

f. The Engineer may exclude any item certified in the previous certificate or reduce the proportion of any item previously certified in any certificate in the light of later information.

g. The Payment of final bill shall be governed by the provisions of clause 50 of G.C.C.

39. Payments 39.1 Payment shall be adjusted for deductions for advance payments, security deposits, other recoveries in terms of the contract and taxes at source as applicable under the law. The Engineer shall pay the Contractor the amounts he had certified within 15 days of the date of each certificate. 39.2 The Employer may appoint another authority, as specified in the Contract Data (or any other competent person appointed by the Employer and notified to the Contractor) to make payment certified by the Engineer. 39.3 Items of the work for which no rate or price has been entered in the Bill of Quantities, will not be paid for by the Employer and shall be deemed covered by other rates and prices in the Contract. 40. Compensation Events 40.1 The following shall be compensation events unless they are caused by the Contractors:

a. The Engineer orders a delay or delays exceeding a total of 30 days. b. The effects on the Contractor of any of the Employers risks.

40.2 If a compensation event would prevent the works being completed before the intended completion date, the Intended Completion Date shall be extended. The Engineer shall decide whether and by how much the Intended Completion Date shall be extended.

Page 59: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 14 of 79

41. Tax 41.1 The rates coated by the Contractor shall be deemed to be inclusive of all sales and other levies, duties, royalties, cess, toll, taxes of Central and State Government, local bodies and authorities that the contractor will have to pay for the performance of this Contract. The Employer will perform such duties in regard to the deductions of such taxes at source as per applicable law.

42. Currencies All payment will be made in Indian Rupees. 43. Security Deposit/Retention and Release of Performance Security and Security

Deposit/Retention 43.1 The Employer shall retain security deposit of 5% of the amount from each payment due to the Contractor until completion of the whole of the construction work. No security deposit/ retention shall be retained from the payments for the routine maintenance of works. 43.2 On the completion of the whole of the construction work half the total amount retained are security deposit is repaid to the contractor and half when the Defect Liability Period has passed and the Engineer has certified that all the Defects notified by the Engineer to the Contractor before the end of this period have been corrected. 43.3 The additional performance security for unbalanced bid as detailed in clause 51 of conditions of Contract is repaid to the Contractor when the construction work is complete. 43.4 The performance security equal to the 5% of the Contract Price in clause 51 of conditions of Contract is repaid to the Contractor when the period of one years fixed or defect liability period is over and the Engineer has certified that the Contractor has satisfactorily carried out the works. 43.5 If the Contractor so desires then the security deposit can be converted into any interest bearing security of schedule, commercial Bank in the name of the Employer or National Savings certificate duly pledged in favour of Employer for Defect Liability Period. 44. Liquidated Damages 44.1 The Contractor shall pay liquidated damages to the Employer at the rate per week or part their of stated in the Contract Data for the period that the completion date is later than the Intended Completion Date. Liquidated damages at the same rate shall be withheld if the Contractor fails to achieve the milestones prescribed in the Contract Data, however in case the Contractor achieves the next milestone the amount of the liquidated damages already withheld shall be restored to the Contractor by adjustment in the next payment certificate. The total amount of liquidated damages shall not exceed the amount defined in the Contract Data. The Employer may deduct liquidated damages from payments due to the Contractor, payment of liquidated damages shall not affect the Contractor’s other liabilities. 44.2 If the Intended Completion Date if extended after liquidated damages have been paid, the Engineer shall correct any over payment of liquidated damages by the Contractor by adjusting the next payment certificate.

Page 60: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 15 of 79

45. Advance Payment 45.1 The Employer will make the following advance payment to the contractor against provision by the Contractor of an Unconditional Bank Guarantee in a form and by a Commercial bank acceptable to the Employer in amounts equal to the advance payment:

a. Mobilization advance up to 5 percent of the contract price. b. Equipment advance up to ninety percent of the cost of the site, subjects to a

maximum of 10 percent of the contract price. The guarantee shall remain effective until the advance payment has been repaid, but the amount of the guarantee shall be progressively reduced by the amounts repaid by the Contractor. Interest will not be charged on advance payment. 45.2 The Contractor is to use the advance payment only to pay for Equipment, plant and mobilization expenses required specifically for execution of works. The contractor shall demonstrate the advance payment as been used in this way by supplying copies of invoices or other documents to the Engineer. 45.3 The advance payment shall be repaid by deducting proportionate amounts otherwise due to the Contractor for the construction work, following the schedule of completed percentage of the work on payment basis. No account shall be taken of the advance payment or the repayment in assessing valuation of work done. Variations. Price adjustments, Compensation events or liquidated damages. 46. Security 46.1 The Performance Security equal to five percent of the contract price and additional security for unbalanced bids shall be provided to the Employer no later than the date specified in the letter of Acceptance and shall be issued in the form given in the Contract Data and by a Schedule Commercial Bank. The Performance Security shall be valid until a date 45 days from the date of expiry of Defect Liability Period and the additional security for unbalanced bids shall be valid until a date 45 days from the date of issue of the certificate of completion. 47. Cost of Repairs 47.1 Loss or Damage to the works or Materials to be incorporated in the Works between the Start Date and the end of the Defects Corrections Periods shall be remedied by the Contractor at his cost if the loss or damage arises from the Contractor’s acts or omissions. E. Finishing the Contract 48. Completion of Construction and Maintenance 48.1 The Contractor shall request the Engineer to issue a certificate of Completion of the construction of the works, and the Engineer will do so upon deciding that the work is completed. 49. Taking Over 49.1 The Employer shall take over the works within 7 days of the Engineer issuing a certificate of Completion of Works.

Page 61: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 16 of 79

50. Final Account 50.1 The contractor shall supply the Engineer with a detailed account of the total amount that the contractor considers payable for works under the contract within 21 days of issue of certificate of completion of construction of work. The Engineer shall issue a Defect Liability Certificate and certify any payment that is due to the correct and complete. If the account is not correct and complete, the Engineer shall issue within 42 days a schedule that states the scope of corrections or additions that are necessary. If the account is still unsatisfactory after it has been resubmitted, the Engineer shall decide on the amount payable to the contractor and issue a payment certificate within 28 days of receiving the Contractor’s revised account. The payment of final bill for construction of works will be made within 14 days thereafter. 51. Operating and Maintenance Manuals 51.1 If “as built” Drawings and/or operating and maintenance manuals are required, the Contractor shall supply them by the dates stated in the Contract Data. 51.2 If the Contractor does not supply the Drawings and/or manuals by the dates stated in the Contract Data, or they do not receive the Engineer’s approval, the Engineer shall withhold the amount stated in the Contract Data from payments due to the Contractor. 52. Termination 52.1 The Employer may terminate the Contract if the Contractor causes a fundamental breach of the Contract. 52.2 Fundamental breaches of Contract shall include, but shall not be limited to, the following:

a) the contractor stops work for 28 days when no stoppage of work is shown on the current Programme and the stoppage has not been authorized by the Engineer;

b) the Contractor is declared as bankrupt or goes into liquidation other than for approved reconstruction or amalgamation;

c) the Engineer gives Notice that failure to correct a particular Defect is a fundamental breach of Contract and the Contractor fails to correct it within a reasonable period of time determined by the Engineer;

d) the Contractor does not maintain a Security, which is required; e) the Contractor has delayed the completion of the Works by the number of days for

which the maximum amount of liquidated damages can be paid, as defined in clause 44.1;

f) the Contractor fails to provide insurance cover as required under clause 13; g) if the Contractor, in the judgement of the Employer has engaged in the corrupt and

fraudulent practice in competing for or in executing the Contract. For the purpose of this clause, “corrupt practice” means the offering, giving, receiving, or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution. “Fraudulent Practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Employer and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid process at artificial non competitive levels and to deprive the Employer of the benefits of free and open competition.

Page 62: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 17 of 79

h) If the Contractor has not completed at least Thirty percent of the value of construction works required to be completed after half of the completion period has elapsed.

i) If the contractor fails to setup a field laboratory with the prescribed equipments, within the period specified in the contract data and

j) Any other fundamental breaches as specified in the contract data

k) If the contractor fails to deploy machinery and equipments or personal as specified in the contract data at the appropriate time.

52.3 Notwithstanding the above, the Employer may terminate the Contract for convenience. 52.4 If the Contract is terminated, the Contractor shall stop the work immediately, make the Site safe and secure, and leave the site as soon as reasonably possible. 53. Payment upon Termination 53.1 If the Contract is terminated because of a fundamental breach of contract by the Contractor, the Engineer shall issue a certificate for the value of the work done and materials ordered less liquidated damages, if any less advance payments received up to the date of issue of the certificate and less the percentage to apply the value of work not completed, as indicated in the Contract Data. If the total amount due to the Employer exceeds any payment due to the Contractor, the difference shall be recovered from the security deposit, and performance security. If any amount is still left un-recovered it will be debit payable to the Employer. 53.2 If the contract is terminated at the Employer’s convenience, the Engineer shall issue a certificate for the value of the work done, the reasonable cost of removal of Equipment, repatriation of the Contractor’s personal employed solely on the Works, the Contractor’s cost of protecting and securing the works and less advance payments received up to the date of the Certificate, less other recoveries due in terms of contract, and less taxes due to be deducted at source as per applicable law.

54. Property 54.1 All Materials on the Site, Plant, Equipment, Temporary works, and works shall be deemed to be the property of the Employer for use for completing balance construction work if the contract is terminated because of the Contractor’s default, till the works is completed after which it will be transferred to the contractor and credit, if any, given for its use. 55. Releases from Performance

55.1 If the Contractor is frustrated by the outbreak of war or by any other event entirely outside the control of the Employer or the Contractor, the Engineer shall certify that the Contract has been frustrated. The Contractor shall make the Site safe and stop work as quickly as possible after receiving this certificate and shall be paid for all work carried out before receiving it and for any work carried out afterwards to which a commitment was made.

Page 63: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 18 of 79

F. Other Conditions of Contract 56. Labour 56.1 The Contractor shall, unless otherwise provided in the contract make his on arrangement for the engagement of all staff and labour, local and others, and for their payment, housing, feeding and transport. 56.2 The contractor shall if required by the Engineer’s, deliver to the Engineer a return in detail in such form and at such interval as the Engineer may prescribe, showing the staff and the members of the several classes of labour from time to time employed by the contractor on the site and such other information as the Engineer may require.

57. Compliance with Labour Regulations 57.1 During continuation of the contract the contractor and his sub-contractors shall abide all times by all existing labour enactments and rules made their under, regulations, notifications and by laws of the State or Central Government or local authorities and any other labour law (rules), regulations, bye laws that may be passed or notification that may be issued under any labour law in future either by the State or the Central Government or the local authority. Salient features of some of the major labour laws that are applicable to construction industry are given in appendix to part 1st general conditions of contract. The Contractor shall keep the employer indemnified in case any action is taken against the employer by the competent authority on account of contravention of any of the provisions of any act or rules made their under, regulations or notification including amendments. If the Employer is caused to pay or reimburse, such amount as may be necessary to cause or observe, or non-observance of the provisions stipulated in the notification/bye laws/acts/rules/regulations including amendments, if any, on the part of contract, the Engineer/Employer shall have the right to deduct any money due to the contractor including his amount of performance security. The Employer/Engineer shall also have right to recover from the contractor’s any sum required or estimated to be required for making good the loss or damage suffered by the Employer. The Employees of the Contractor and the sub-contractor in no case shall be treated as the employs of the Employer at any point of time.

58. Drawings and Photographs of the Works 58.1 The contractor shall do photography/video photography of the Site firstly before the start of work, secondly mid-way in the execution of different stages of work and lastly after the completion of the work. No separate payment will be made to the contractor for this. 58.2 The contractor shall not disclose details of drawing furnished to him and works on which he is engaged without the prior approval of the Engineer’s in writing. No photograph of the work or any part thereof or Plant employed thereon, except those permitted under clause 58.1 shall be taken or permitted by the contractor to be taken by any of his employees or any employees of his sub-contractors without the prior approval of the Engineer’s in writing. No photographs/video photographs shall be published or otherwise circulated without the approval of the Engineer’s in writing.

Page 64: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 19 of 79

59. The Apprentice Act 1961 59.1 The contractor shall duly comply with the provisions of the Apprentices Act 1961 (III of 1961), the rules made their under and the orders that may be issued from time to time under the said act and the said rules and on its failure or neglect to do so he shall be subject to all liabilities and penalties provided by the said act and said rules. 60. Criminals are Prohibited from Bidding 60.1 Any bidders having criminal records is not allowed to participate in the bidding process. Any person who is having criminal case against him or involve in the organised crime or gangster activities or mafia or goonda or anti social activity are strictly prohibited to participate in the bidding process. If it is stabilized that any bidder has criminal record, his bid shall be automatically cancelled. 60.2 The Bidder has to reduce character certificate, solvency certificate, self decoration affidavit (on the prescribed performer which is attached with the bid document) etc, issued by the competent authority in original bid document. 61. Any Bidder who is an advocate and Registered with any State Bar Council shall not be

allowed to participate in the bidding. If it is stabilized that contractor is registered with the State Bar Council, his bid shall be automatically cancelled.

62. Contractor shall obtain Pre-N.O.C (Non Objection Certificate) from Chief Fire Officer before standing of work and submit No Objection Certificate from Chief Fire Officer after completion of work.

63. Contractor shall obtain No Objection Certificate from Director Electrical Safety before energisation of the building.

64. Contractor shall establish and maintain a site office under his authorized representative/ Technical staff. All relevant documents shall be kept in the site office.

65. Contractor shall make his own arrangement for light (Electricity) and water supply during course of construction.

Signature of Contractor Project Manager

………………………………………Unit,

District…………………………………

Page 65: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 20 of 79

Special Conditions for Contract.

INTRODUCTION

The following clauses of Special Conditions of Contract (SCC) shall be applicable for this

contract:

These Special Conditions of Contract shall be read in conjunction with General Conditions of

Contract, Technical qualification, Instructions to Tenderers (ITT), Notice Inviting Tenders

(NIT), Bill of Quantities (BOQ), Tender Drawings and Pre Specifications & Other Tender

Documents.

SET OF CONTRACT DOCUMENTS

The following documents will complete a set of tender documents:

Volume-I

Notice Inviting Tender (NIT), ITB,

Volume-II

General Conditions of Contract (GCC) including correction slips & errata, Special Conditions

of Contract (SCC)

Volume-III

Pre Specifications & List of Approved Make

Volume – IV

Bill of Quantities (Price Bid)

Volume – V

Tender Drawings

1. The tenderer shall acquaint him with the proposed site of work, its sub soil strata, underground water table and its approach roads before quoting his rates. The construction of new approach road or repair of the existing approach and its maintenance during the execution of the work shall all be carried out by the tenderer and nothing extra shall be payable over his quoted rates.

2. If for any reasons, any part of the site is not available temporarily for some time for part of the work under the contract, the agreed construction schedule shall be suitably modified and contractor shall diligently divert his men and materials to utilize them appropriately, profitably and no claim of damages whatsoever shall be entertained on

Page 66: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 21 of 79

this account. However, the contractor shall be allowed extension of time for completing the work as deemed fit by the competent authority. The contractor shall not be entitled to any compensation for any loss suffered by him and revision in the rates quoted by him.

3. Contractor to arrange for emergency vehicle/staff vehicle and one guest house accommodation for UPRNN/CLIENT visiting and site staff with all fooding lodging arrangements.

4. To get GRIHA IV Rating for campus is responsibility of contractor.

5. The contractor shall make his own arrangement for obtaining electric connection required for execution of work and make necessary payments directly to the concerned departments and nothing extra shall be payable on this account.

The contractor shall make his own arrangement for water suitable for construction work

as well as drinking and other purpose for the labour engaged by him for the execution of

the work.

6. The water for construction work shall be got tested quarterly from the laboratory approved by the Engineer-in-charge to ensure its suitability for construction. The charges for these tests and related arrangements shall be borne by the Contractor. In the event of water found unsuitable for construction, the contractor shall make alternative arrangement for suitable water from any other source to the satisfaction of the Engineer-in-charge.

7. The contractor shall provide, at his own cost instruments for surveying, weighing and measuring purpose at the site of work as may be necessary for execution of the work.

8. The contractor shall construct a sample unit complete in all respect as per the directions of the Engineer-in-charge/ Architect. This sample unit shall be got approved from the Engineer-in-charge/ Architect before commencing the mass work of plastering, flooring, finishing and fixing the fixtures without any extra cost and nothing extra shall be payable on this account.

9. The contractor shall take care of all safety Precautions pertaining to construction of work, such as excavation, trenching, demolition, provision of scaffolding, ladder, working platforms, gangways, mixing asphaltic materials, electric arc/ gas welding, use of hoist and construction machinery. He shall be governed by relevant provisions of safety code and as directed by the Engineer-in-charge and nothing extra shall be payable on this account.

10. On account of security consideration, some restrictions may be imposed by the security staff on the working and/ movement of men and materials etc. The contractor shall be bound to follow all such restrictions/ instructions and he shall organize his work accordingly. No claim on this account, whatsoever, shall be payable.

11. Fire Suppression Piping works to be carried out using GI C Class pipe

Page 67: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 22 of 79

12. The contractor shall take all Precautions to avoid accidents by exhibiting necessary caution boards day and night, speed limit boards, red flags, red lights and providing barriers. He shall be responsible for all damages and accidents caused to existing/ new work due to negligence on his part. No hindrance shall be caused to traffic during the execution of the work.

13. The contractor shall be responsible for the watch and ward of the building safety of all fittings and fixtures including sanitary and water supply fittings and fixtures against pilferage and breakage during the period of installation and thereafter till the building is physically handed over to the department.

14. The contractor shall take all Preventive measures against any damage caused by rain, snowfall, floods or any other natural calamity, whatsoever during the execution of the work. The contractor shall be fully responsible for any damage to the Owners property and to the work for which the payment has been advanced to him under the contract. However, the contractor shall maintain an `All risk policy’ from any unit of General Insurance Co., for the amount at least equal to the payment received against the work done, at his own cost. This will also cover the defect liability period. This shall be favoring the UPRNN/CLIENT,. Nothing extra on this account shall be payable to the contractor for maintaining such Insurance Policy.

15. The work will be carried out in the manner complying, in all respects, with the requirements of relevant bye-laws of the local body under the jurisdiction of which the work is to be executed or as directed by the Engineer-in-Charge and nothing extra shall be paid on this account.

16. The work of water supply, internal sanitary installations and drainage work etc. shall be carried out as per local Municipal Corporation or such local body bye-laws and the contractor shall produce necessary completion certificates, wherever required, from such authorities after completion of work.

17. Water tanks, taps, pipes, fittings and accessories shall conform to bye-laws and specifications of the Municipal body/ corporation. The contractor should engage licensed plumbers for the work and get the materials, (fixtures and fittings) tested by the Municipal Authorities, wherever required, at his own cost and nothing extra shall be payable.

18. The contractor shall comply with proper and legal orders and directions of the local or public authority or municipality and abide by their rules and regulations and pay all fees and charges which may be liable.

19. The contractor shall give due notices to Municipal, Police and/ or other authorities that may be required under the law/ rules under force in the area and obtain all requisite licenses for temporary obstructions / enclosures and pay all charges which may be

Page 68: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 23 of 79

livable on account of his execution of work under the agreement. Nothing extra shall be payable on this account.

20. All materials to be incorporated in the work shall be arranged by the contractor and shall be in accordance with the specifications laid down.

21. The tenderer shall use materials bearing ISI Certification Mark unless otherwise specified or allowed in writing by the Engineer-in-Charge. Any material banned by the department shall not be used in the work.

22. The contractor shall submit to the Engineer-in-charge samples of all materials for approval. Such samples of materials which affect aesthetics of the work shall also be got approved from the Engineer-in-charge/ Architect of the project before procuring bulk supplies. These approved samples shall be Preserved and retained in the custody of the Engineer-in-charge as standards of materials till the completion of the work.The cost of such samples shall be borne by the Contractor and nothing shall be payable on this account over the Agreement rates.

23. The contractor shall be required to get all the necessary mandatory and other tests as per the specifications/ IS codes, carried out on materials/ work from an approved laboratory as per the direction of the Engineer-in-charge. The testing charges and conveyance from the site shall be borne by the contractor.

24. In case any material / work is found sub-standard the same shall be rejected by the Engineer-in-charge/ Architect and the same shall be removed from the site of work within 48 hours, failing which the same shall be got removed by the Engineer-in-charge at the risk and cost of the contractor without giving any further notice and time.

25. The treads and risers in staircase shall be in single piece stone only, unless otherwise shown on the drawings.

26. In order to ensure quality of work during its execution, the Engineer-in-charge/ Architect may require samples for mandatory or routine testing of materials. All costs of these samples, their packaging, conveyance from the site to the testing laboratory and return, shall be borne by the contractor.

27. Even ISI marked materials may be subjected to quality test at the discretion of the Engineer-in-charge. Whenever ISI marked materials are brought to the site of work the contractor shall, if required by the Engineer-in-charge, furnish manufacturer’s test certificate or test certificate from approved testing laboratory to establish that the materials procured by the contractor, satisfy the provisions of relevant ISI codes. The testing charges shall be borne by the contractor. However cement/ steel will be necessarily tested before start of work and also during the execution of work as per the requirements of specifications, and will not be used till test certificates are obtained and approved by Engineer-in-Charge.

Page 69: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 24 of 79

28. Cement bags shall be stored in separate godowns to be constructed by contractor at his own cost as per sketch approved by Engineer-in-charge with weatherproof roofs and walls. Each godown shall be provided with a single door with double lock arrangement. The keys of one lock shall always remain with authorized representative of Engineer-in-charge of work and that of the other lock with the authorized agent of the contractor at site of work so that the cement from the godown is removed according to daily requirement with the knowledge of both the parties and proper account of issue of cement is maintained in the Prescribed proforma.

29. The cement godown of the capacity to store a minimum of 15000 bags of cement shall be constructed by the contractor at site of work for which no extra payment shall be made. The contractor shall be responsible for the watch and ward and safety of the cement godown. The contractor shall facilitate the inspection of the cement godown by the Engineer-in-charge at any time.

30. The actual issue and consumption of cement on work shall be regulated and proper accounts maintained. The theoretical consumption of cement shall be worked out as per procedure Prescribed in clause 42 of the contract and shall be governed by conditions laid therein.

31. 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 at any time as and when desired by the Engineer-in-charge.

32. The actual issue and consumption of steel on work site shall be calculated and proper accounts maintained. The theoretical consumption of steel shall be worked out as per procedure Prescribed in clause 42 of the contract and shall be governed by conditions laid therein.

33. The work shall be executed and measured in metric system. The metric dimensions given in the schedule of quantities and drawing etc. shall be followed. (The dimension in FPS units wherever indicated, is for guidance only). The figures in the drawings shall be followed.

34. For measurement purpose the floor level shall mean the top surface of main structural RCC slabs of that floor and not the top of sunken floor of toilets or any other depressed floor.

35. In respect of projected balconies or slabs at any level, RCC work and related centering shuttering shall be measured under the normal RCC/ Shuttering work at that level.

Page 70: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 25 of 79

36. The contractor shall be responsible for completing the work and for satisfying all terms and conditions of the Contract without any extra payment over his quoted rates unless otherwise specified. The contractor shall quote his rates for various items of work accordingly and no claim whatsoever shall be entertained for any incidental or extra work involved in the execution of the work as per nomenclature of the item and the specifications indicated in the tender documents.

37. Subject to the nomenclature of the item as per schedule of quantities, the specification indicated in the tender documents, the rates shall include cost of all materials including royalty and taxes if any, labour, sundry inputs, execution of work at all heights, levels, pattern and design for all leads, lifts and depths including overhead charges and contractor’s profit. Nothing extra shall be paid on this account..The cost of unloading cement and steel from the trucks & its carriage to store/site of work shall be born by the contractor. In case cement is supplied by UPRNN/CLIENT and in bags the empty bags shall be the property of the contractor for which nothing shall be charged from the contractor.

38. The rate shall be inclusive of making design, pattern and execution of work as per Architectural and structural drawings, at all levels and heights.

39. The rates shall be inclusive of making any holes in walls/ RCC work for fixing any fixture/ frame work and making good the structure to its original shape and finish.

40. The rate of items of flooring shall be inclusive of work for sunken or depressed floors.

41. The rate shall be inclusive of working under water and adverse or foul conditions and including pumping out or bailing out water, unless otherwise specified in the nomenclature. This will include water encountered from any source such as rains, floods and any other cause whatsoever and including sub-soil water.

42. Other agencies doing works related with this project will also simultaneously execute the works and the contractor shall afford necessary co-ordination for un-hindered completion of these sub-works

43. The contractor shall leave necessary holes, openings etc as may be directed by the Engineer-in-charge for laying, burying or fixing, conduits, pipes, boxes, hooks, fans etc. Conduits for electrical wiring/ cables will be laid in a way that they leave enough space for concreting and do not adversely affect structural members.

44. The contractor shall give a satisfactory performance test of installations individually and as a whole to ensure their proper functioning before the work is finally declared completed and accepted.

Page 71: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 26 of 79

45. The contractor shall continue to maintain watch and ward to safeguard the Owner’s property in his possession until the same is formally handed over as per directions of the Engineer-in-charge. Nothing extra over agreement rates shall be paid on this account.

46. All tools, plants and measuring or weighing equipment shall be arranged by the contractor himself and nothing extra shall be paid to the contractor on this account.

47. The quantities of various items incorporated in the tender are approximate. However, the payments shall be made to the contractors on the basis of actual measurements taken at site.

48. The contractor shall protect the adjoining buildings or works and the work under execution from fire and shall make adequate arrangements for fire protection and fire fighting and if any property is damaged, by fire due to the negligence of the contractor, the same shall be made good by the contractor at his own cost, to the entire satisfaction of Engineer-in-charge.

49. The contractor shall provide adequate lighting arrangements as approved by the Engineer-in-charge for carrying out the work during night time, if so required and also provide all other facilities for the labour employed to carry out the work as per direction of Engineer-in-Charge.

50. In order to achieve the targeted date of completion the contractor may have to work in multiple shifts, round the clock including public and gazetted holidays and nothing extra shall be paid on this account.

51. The contractor shall get the samples of all the materials to be used, in the work approved from Engineer-in-Charge / Architect before going for bulk procurement. Bulk procurement shall be taken up only after obtaining approval from the Architect/ Engineer-in-charge. Any delay in getting the samples approved shall be contractor’s responsibility.

52. All materials, articles and workmanship shall be of respective best quality and kind for the class described in the schedule of quantities and specifications. All materials, so used in different items of work shall be subject to the approval of the Engineer-in-charge / Architect.

53. The contractor shall be responsible for all statutory provisions and deductions towards ESI, PF or any other, as the case may be or any other levies and taxes shall be borne by the contractor. The TDS and Contract Tax or any other statutory levies/ taxes incorporated from time to time shall be deducted progressively from the running account bills, as applicable at the time of payment. No claim in this regard shall be entertained.

Page 72: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 27 of 79

54. The contractor is supposed to abide the minimum wages act, and shall produce all records to the Engineer-in-charge or any other statutory authority as and when called for. The Engineer-in-Charge does not hold any responsibility, on account of any lapses in this regard.

55. For any clarification/ doubt, the UPRNN/CLIENT may organize regular meetings with Contractor & Architect. The contractor shall attend such meetings invariably as and when required.

61. In respect of the work of other agencies, where the commencement or progress of such work of

any other agency is dependent upon the completion of particular portions of the contractor’s

work or generally upon the contractor maintaining progress in accordance with the approved

coordinated construction programme, it shall be the responsibility of the Contractor to

complete such portions and maintain such progress.

Should any difference arise between the contractor and the other agencies, these shall

immediately be brought to the attention of the Engineer-in-Charge who after reviewing

the matters causing the differences will give their decision which shall be final and

binding on the contractor.

62. The contractor shall have to do all drilling of holes and cutting of walls, chases or other elements of the building for the complete and proper installation of the pipe lines/ ducts and other equipments by using electrically operated tools such as drills/ chase cutting machine etc. Manual drilling or chiseling or cutting shall be permitted on special request only.

No chiseling or cutting or drilling of RCC columns, beams, girders and other principal structural

members shall be done unless prior permission has been granted by the Engineer-in charge in

writing.

63. All chases and openings made by the contractor for his pipe lines shall be filled/ covered over

with cement plaster in reasonable manner. Before rough plastering on the pipe surfaces the

concealed pipes shall be secured to the wall by using proper supports/ clamps.

64. The contractor shall Prepare and produce instruction, operation and maintenance

manuals in English for the use, operation and the maintenance of the supplied

equipment and installations, and submit to the Engineer-in-Charge in (5) copies at the

time of handing over. The manual shall generally consist of the following:

Page 73: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 28 of 79

a). Description of the project

b). Operating instructions

c). Maintenance instructions including procedures for Preventive maintenance

d). Manufacturers catalogues

e). Spare parts list

f). Trouble shooting charts

g). Drawings

h). Type and routine test certificates of major items.

i). One (1) set of reproducible `as built’ drawings on polyester film.

65. The Contractor shall employ competent fully licensed/ qualified, plumber for the work of

PLUMBING/ SANITARY installations in accordance with the drawings and

specifications.

The licensed plumber shall be available at all times at site to receive instructions from

the Engineer-in-Charge in the day to day activities throughout the duration of execution

of plumbing/ sanitary work.

66. On completion of the PLUMBING/ SANITARY installation a certificate shall be furnished by the contractor countersigned by the licensed plumber, under whose direct supervision the installation was carried out. This certificate shall be in the form as required by the Engineer-in-charge.

67. The contractor shall be provided adequate area for construction of storage/ office space

for his use. The space has to be maintained/ constructed by the contractor as

per his usage requirements.

All spaces allotted to the contractor, as described above shall be vacated and all

structures removed from site at any time as and when required and directed by the

Engineer-in-charge, unconditionally and without any reservation. The Engineer-in-

charge will not be obliged to give any reason for such removal. Upon receiving

instructions to vacate the space, the contractor shall immediately remove all his

Page 74: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 29 of 79

structures, materials, etc. from the sources and clear and clean-up the site to the

satisfaction of the Engineer-in-charge.

It shall be the responsibility of the Contractor to safeguard the site and ensure that no

illegal encroachments are made by outside elements within the area allotted to the

contractor. Upon completion of the work or earlier as required by Engineer-in-Charge,

the contractor shall vacate the land totally without any reservation.

68. The contractor will arrange to erect, at his own cost, barricading as per norms of

MCGM/CLIENT around the infrastructure site, with entry/ exit gates at suitable points.

The contractor shall, at his own cost, provide and erect suitable fencing around the

spaces allotted to him at the infrastructure sites to ensure the security of his men,

materials and equipment within the sites and in relation to other contractors who will also

be allotted spaces at above sites.

The security of workmen, materials, equipment stores etc, within the area allotted to the

contractor shall be the responsibility of the contractor.

69. The contractor has to get executed the works from specialized agencies for the

specialized nature of works such as aluminum works, wood works, false ceiling works,

flooring works, finishing items, Horticulture, electrical works, Fire fighting works ,

Interior work , Structural steel work and any other specified work as decided by

Engineer In charge. The contractor has to obtain the approval from Engineer In charge

for execution of specified nature of work.

70. In case of basements, the plinth level shall be the level of the top of RCC roof slab of basement irrespective of its height from ground level. All related items below the top of basement slab under the subhead RCC, Brick work & other sub heads shall be measured and paid for accordingly.

71 The rate for Centering and shuttering shall be for all heights and levels. Nothing extra shall be paid for additional height of centering & shuttering wherever required with adequate bracing, propping etc. including its de-shuttering and de-centering at all levels even if the floor height is over 3.5M.

72 Nothing extra shall be paid for the additional thickness of cement mortar bed wherever required over and above thickness mentioned in the nomenclature of various items of flooring for providing the slope and / or matching the floor levels of various type of floor finishes like ceramic/ vitrified tiles/ Kota /marble/Granite /Parquet /wooden and cement concrete flooring etc.

73 The face of gang saw cut (diamond cut) granite stone, white sand stone( Dholpur Stone) in contact with bed of cement mortar used for the items of wall lining etc. (veneering work) shall be roughened adequately to have proper bonding with backing and nothing extra shall be paid for the same.

74 The Contractor, at his own cost, shall obtain initial municipal approvals for starting the work in Mumbai as per CPWD norms, NOC from CFO & completion certificate of the building from the local body for occupation of the building. The Architect and Owner will render all assistance. Similarly,

Page 75: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 30 of 79

the Contractor, at his own cost, shall be responsible for getting the water and sewer connection sanctioned from the concerned Local Authority. For obtaining the above completions/ clearances/ connections, the contractor shall collect necessary drawings/ documents/ load calculations from the architect/ owner and submit the same to the concerned authorities along with Prescribed receipted fee ( which shall be paid by the Owner or reimbursed to contractor by the Owner) and do all running about/ persuasion for issue of the completion certificate / clearances/ connections at the earliest. The security deposit of the contractor shall be released only after the completions/ clearances/ connection as above are obtained or the period Prescribed for release of Security Deposit in the tender documents whichever is later.

75 SITE VISIT AND COLLECTING LOCAL INFORMATION Before tendering, the tenderer is advised to visit the site, its surroundings to assess and satisfy

themselves about the local conditions such as the working and other constraints at site, approach roads to the site, availability of water & power supply, application of taxes, duties and levies as applicable, nature of ground, soil and sub-soil condition, underground water table level, accommodations they may require etc., river regime, river water levels, other details of river, streams & any other relevant information required by them to execute complete scope of work. The tenderer may obtain all necessary information as to risks, weather conditions, contingencies & General Conditions of Contract other circumstances (insurgencies etc.) which may influence or affect their tender prices. Tenderer shall be deemed to have considered site conditions whether he has inspected it or not and to have satisfied himself in all respect before quoting his rates and no claim or extra charges whatsoever in this regard shall be entertained / payable by the UPRNN/CLIENT at a later date.

76 If required, the contractor has to do site clearance, enabling work, barricading, diversion of Roads, shifting/ realignment of existing utility services, drains, nallahs etc. at his own cost as per direction of Engineer-in-charge and the contractor shall not be entitled for any extra payment whatsoever in this regard.

77 Necessary arrangement including its maintenance is to be made by the contractor for temporary diversion of flow of existing drain and road, as the case may be. The existing drain, road would be demolished, wherever required, with the progress of work under the scope of proposed project. The existing Road and Drain which are not in the alignment of the said project but are affected and/ or need to demolished during execution for smooth progress of the project, shall be rehabilitated to* its original status and condition (including black topping) by the contractor at his own. The cost to be incurred by contractor in these regards shall be deemed to be included in the quoted rates of the Bill of Quantities items and contractor shall not be entitled for any extra payment whatsoever, in these regards.

78 The Contractor shall be responsible to co-ordinate with service provider/ concerned authorities for cutting of trees, shifting of utilities and removal of encroachments etc. and making the site unencumbered from the project construction area required for completion of work. This shall include initial and frequent follow up meetings/ actions/ discussions with each involved service provider/ concerned authorities. The contractor shall not be entitled for any additional compensation for delay in cutting of trees, shifting of utilities and removal of encroachments by the service provider/ concerned authorities.

79 The work in general shall be carried out as per the latest BSR Schedule / CPWD specifications with

up to date correction slips, unless otherwise specified in the nomenclature of the individual item or as

per specifications provided with this tender. In case any item is not covered in any of these

documents, the same shall be carried out as per the latest BIS Code in practice or as per approval of

Engineer in Charge.

Page 76: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 31 of 79

80 SITE DOCUMENTS

The following site documents shall mainly be maintained by the contractor at site:

Copy of contract documents and drawings.

Computerized bill format.

Site Order Book.

Material testing registers/ Quality Inspection Reports.

Measurement books on computerized format.

Progress bar chart.

Sample approval register.

Visitors register.

Any other detail and specific requirement as deemed necessary.

Hindrance Register

Work Diary,

Stage passing Register

In case the above are not provided at site within 10 days of placement of LOI,

UPRNN/CLIENT shall provide the same and necessary expenditure shall be deducted

from the bills for documents.

81 PLANTS & MACHINERY: All plant and machinery required for execution of work shall have to be

arranged by the contractor adequately at his own cost. However, the contractor shall have to provide the following minimum machinery at site.

Sl. No.

Description of items Qty

1 Hyd. Mixer with Diesel Engine/Electrically Operated with Digital inbuilt weigh Batching

2 No

2 Batching plant electrically operated with automatic load cell weigh batching system (30 cum capacity per hour)

1 No

3 Mobile crane (wheel mounted) capacity 20 tonnes 1 No.

4 Tower Hoist with winch machine (750kg gross load and height Up to 110 ft

2 No

5 Excavator cum loader (JCB 3D model or equivalent) 1 No

6 Compressor Machine with Jack Hammer 1 No.

7 Mini batching plant (5 Cub.m./Hr.) 01 No.

8 Transit Mixer 03 No.

9 Concrete Pump (30 Cum/Hr. min capacity & lift 50M) 01 No.

10 Vibrators 10 No.

11 Dumper 4 No.

12 Reinforcement banding machine 3 No.

13 Reinforcement cutting machine 3 No.

14 Power driven earth rammer 2 No.

15 Total station 01 No.

16 Auto Level & staff 01 No.

17 Transit Concrete mixers 2 nos

18 Tractor with trolley 02 No.

19 Water Tanker 01 No

Page 77: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 32 of 79

82 EQUIPMENTS FOR TESTING OF MATERIALS & CONCRETE AT SITE LABORATORY (however

as per requirement it can be increased)

All necessary equipment for conducting all necessary tests shall be provided at the site laboratory by the contactor at his own cost. The following minimum laboratory equipments shall be set up at site office laboratory:

(i) Cube testing machine---------------------------------------------------------- -------------------- 2 Nos.

(ii) Slump Cone ----------------------------------------------------------------------- --------------------8 Nos.

(iii) Tensile Briquette testing machine------------------------------------------ -------------------- 1 Nos.

(iv) Vicats apparatus with Desk Pot-------------------------------------------------------------------- 2 Nos.

(v) Megger & earth resistance tester------------------------------------------------------------------- 4 Nos.

(vi) Pumps and Pressure gauges for hydraulic testing of pipes-------------------------------- 4 Nos.

(vii) Weighing scale platform type 100 Kg capacity----------------------------------------------- 4 Nos.

(viii) Graduated glass cylinder-------------------------------------------------------- As per requirement

(ix) Sets of sieves for coarse aggregate [40; 20;10;4.75mm]----------------------------------- 4Nos.

(x) Sets of sieves for fine aggregate [4.75;2.36;1.18;600;300 & 150 micron----- -----------4Nos.

(xi) Core cutter for soil compaction with accessories------------------------ ----------------------2 Nos.

(xii) Cube moulds size 70mm X70mmX 70mm ------------------------------------------------ 18 Nos.

(xiii) Cube moulds size150mmX150mmX150mm ----------------------------------------------- 90 Nos.

(xiv) Moisture Content Rapid moisture meter standard,---------------------------------------- 04 nos.

(xv) Hot Air Oven Temp. Range 50˚C to 300˚C-------------------------------------------------- 02 Nos.

(xvi) Electronic balance 600g x 0.01g. 10kg and 50kg----------------------------------------- 03 Nos.

(xvii) Physical balance weight upto 5 kg ------------------------------------ -----------------------01 No.

(xviii) Digital Thermometer upto 150˚C ------------------------------------------------------------- 02 Nos.

(xix) Poker Thermometer (Concrete Road) 0˚C to 50˚C &150˚C--------------------:02 Nos. Each

(xx) Measuring Jars 100ml,200ml,500ml ---------------------------- -------02Nos. set of each size

(xxi) Gauging trowels 100mm & 200mm with wooden handle--- --------------------------04 Nos.

(xxii) Spatula 100mm & 200mm with long blade wooden handle---- ------------02 Nos. each size

(xxiii) Vernire callipers 12” and 6” sizes---------------------------- --------------------------02 Nos. each

(xxiv) Digital PH motor least count .01mm ---------- ----------------------------------- 01 No.

(xxv) Digital Micrometer least count .01mm------------ ------------------------------------ 01 No.

(xxvi) Digital paint thickness meter for steel 500 micron range------------------------------- 02 Nos.

(xxvii) GI tray 600 x450x50mm., 450x300x40mm, 300x250x40mm------------------02 Nos. each

(xxviii) Electric Morter mixer 0.25 CUM capacity------------------ ------------------ 01 Nos.

(xxix) Rebound hammer test Digital rebound hammer------------- ----------------- 01 Nos.

(xxx) Screw Gauge 0.1mm-10mm, least count 0.05------------------------- ------------------02 No.

(xxxi) Water testing Kit ----------------------------------------------------------- -------------------02 Nos.

(xxxii) Aggregate impact value testing machine with blow counter-- ----------- As per Requirement

(xxxiii) Crushing value apparatus ------------------------------------------ ------------------ As per Requirement

(xxxiv) Thickness gauge for measuring flakiness index-------------- --------------- As per Requirement

(xxxv) Elongation gauge ---------------------------------------------------------------------- As per Requirement

(xxxvi) Measuring Cylinder 3,5,10 & 15 Liter cylinder ------------------ ----------------As per Requirement

(xxxvii) Pycnometer------------------------------------------------------- ----------------------------- 02 Nos.

(xxxviii) Motorized Sieve shaker ---------------------------------------- -------------------------------- 02 Nos.

(xxxix) Any other equipment for site tests as outlined in BIS and as directed by the Engineer-in-charge.

One qualified laboratory engineer shall be posted at site by the contractor for colleting samples and conducting regular testing at his own cost.

Page 78: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 33 of 79

All relevant I S codes, CPWD manual, specifications, schedule of rates, etc in hard as well as soft copy shall be made available at site by the contractor at his own cost.

83 FURNISHED OFFICE ACCOMMODATION & MOBILITY AND COMMUNICATION TO BE PROVIDED BY CONTRACTOR.

On acceptance of tender, the contractor at his own cost will construct a suitable furnished office at site (approx 75sqmt) equipped with all basic facilities such as Furniture’s ,AC,s , telephone(s), fax, internet, photocopier, computer(s) and printer(s) along with operator(s), regular electric & drinking water supply for client/PMC..Contractor at own cost has to provide two no of four wheeler (AC vehicle) vehicle along with driver, fuel and all other maintenance of vehicle. The contractor shall Provide consumable as required and maintain the aforesaid facilities intact / operational during the tenancy of the contract or maximum up to 6 months beyond the contractual completion date if the work is delayed due to any reasons excluding the defect liability period. The contractor shall also make sufficient arrangement for photography / Videography so that photographs/ video can be taken of any specific activity at any point of time. The contractor shall also provide software like MS Project etc. for the purpose of Preparing progress report etc.

84 The contractor shall make all arrangements for foundation laying ceremony/ inaugural function etc for

the project as required at his own cost. Any expenditure already incurred/to be incurred by UPRNN/CLIENT shall be recovered from the contractor.

85 A quality control Format & Check list to be provided by the Engineer in Charge for various

works, contractors to fill the Format & Check list before execution of respective works.

86 The Insurance coverage as stipulated in General Conditions of Contract clauses shall be in

the combined name of UPRNN/CLIENT and the Contractor for the whole contract period

upto successful completion and handing over. The Insurance coverage shall be on the

Total value of the work awarded to the contractor by UPRNN/CLIENT.

87 Design mix concrete shall only be used for all RCC works, Produced through

Batching plant using PPC/OPC Only.

Design Mix: The Contractor shall conduct the design mix of requisite grade for

reinforced cement concrete work in accordance with the relevant latest IS Code at

his cost from any reputed engineering institution/ IIT through the Engineer-in-

charge. The Contractor shall conduct and submit minimum 03 design mix test /

reports from different sources of materials to the Engineer-in-charge for approval.

Nothing extra shall be paid for the same. Design of concrete mix is to be repeated /

redone afresh as and when directed by the Engineer-In-charge of UPRNN/CLIENT /

Local Bodies / State Government / Central Government. Cost of admixtures to be

also inclusive.

88 Only PPC shall be used and no blending of fly ash /secondary cementing material shall

be permitted. During design mix if cement content shall be worked out less than as

specified in the item then necessary recovery shall be affected from the bill of the

contractor. If cement shall be worked out more than as specified in the item then no

extra payment shall be made to the contractor.

89 The acceptance letter as mentioned in Instructions to tenderers in general Conditions of

Contract is to be given on the letter head of the company / organization and the same is

Page 79: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 34 of 79

to be signed by an authorized representative of the company / organization who is

empowered to sign the documents.

90 The contractor shall ensure that before energizing the E&M installation the inspection of

the Electrical Inspector / Inspector of Electrical Machinery have carried out Pre-

commissioning test and shall be responsible for all safety / security aspects as per I E

and other rules.

91 The Contractor shall be responsible for smoke test for sewage and manhole system,

hydraulic Pressure test for pipe line system, slope test for drain and sewage and other

relevant tests applicable at different stages.

92 The Contractor shall submit the test report of water to be used from a reputed Lab for

his quality/suitability for construction and curing before use in the work and this test is

to be conducted at least quarterly or as an when directed by Engineer-Incharge.

93 Manufacturer‟s Warranties: The Contractor shall:

a) Ensure that all the manufacturer's warranties are made available to the

Employer/UPRNN/CLIENT / Local Bodies/Owner and the legal documentation

between the Contractor and the Supplier must have a transparent pass through of

the warranty benefits to the Local Bodies/ Owner/ UPRNN/CLIENT as the

user/maintenance Body of the Asset for the entire duration of each available

warranty.

b) warranty that the material is new and free from all defects and faults in

workmanship and manufacture and shall be of the highest grade and consistent

with the established and generally accepted standards for materials of the type

ordered and shall perform in full conformity with the specifications and drawings.

c) The contractor shall be responsible for any defects that may develop under proper

use but arising from faulty materials, design or workmanship and shall remedy

such defects at its own cost, or get them remedied from the supplier, when called

upon to do so by the Local Bodies/UPRNN/CLIENT/Owner, who shall state in

writing in what respect the material is faulty. This warranty shall survive

inspection and acceptance of material but shall expire twenty four months after

the issue of Performance Certificate, except in respect of complaints notified prior

to such date.

d) If it becomes necessary for the Contractor, or on its behalf by the supplier, to

replace or renew any defective portion/portions of the material/equipment

supplied in the work, the provisions above would also apply to the portion/portions

of materials so replaced or renewed until the end of the aforesaid period of twenty

four months, whichever may be later. If any defect is not remedied within a

reasonable time, the Employer/UPRNN/CLIENT/ the Local Bodies/Owner may proceed to do the work at the Contractor's risk and cost

but without Prejudice to any other rights which the Employer may have against

the Contractor in respect of such defects. However, for such components, which

require immediate replacement, UPRNN/CLIENT/the Local Bodies/State

Page 80: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 35 of 79

Government/Central Government or the Employer shall take action and the

Contractor shall be required to reimburse the cost.

94 Witnessing of Tests by the Engineer-in-Charge: The Contractor shall make under

the direction and in the Presence of Engineer-in-charge, such tests and inspections as

have been specified or as the engineer-in-charge shall consider necessary to determine

whether or not the full intent of requirements of the specifications and the other related

contract documents have been fulfilled. In case the work does not meet the full intent of

the specifications and the other related contract documents it shall be rectified by the

Contractor at no extra cost and the Contractor shall bear all the expenses for any further

tests considered necessary.

95 Inspection of materials & Equipments:- The Contractor before supplying of any

materials/ equipment shall give a inspection notice well in advance for inspection &

testing of the same at the manufacturing units/ shop. The expenditure on account of

TA/ DA of inspecting officials of UPRNN/CLIENT & Representatives of Ministry &

Consultants for the inspection of the said items shall be borne by the contractor.

However, inspection report issued by the inspecting officials UPRNN/CLIENT does not

waiver of quality /performance of equipment & due quality/performance & successful

commissioning of equipment is the responsibility of contractor.

96 The final bill will be submitted by the Contractor within 90 days from the date of

acceptance of completion of work accompanied by the following documents:-

Completion certificate issued by the Engineer In-Charge / Local Bodies/State

Government/Central Government/ Owner specifying the handing over of the

work.

Computerized Measurement Books.

No claim certificate by the Contractor.

„As built‟ drawings.

Periodical services and measurement books.

Road Register.

Plant Record books.

History Sheet of Machines.

Drawings for layout of underground cables and details showing location of

sluice valve etc.

All operation and maintenance manuals.

All statuary approval from various state / central Govt. / local bodies /Owner

if required for completion & handover of work.

All test certificates of manufacturers and test conducted at site as well as

outside agencies.

97 During post construction phase the contractor shall be responsible for carrying out the

following activities but not limited to the following:

i) Rectification of the defects promptly as pointed out by Engineer In-Charge

/Owner‟s representative(s) during the defects liability period.

ii) Preparation & submission of “As Built Drawings”, Road register, Plant record

book, History sheet of machines, drawings for layout of underground cables,

pipelines showing locations of sluice valves etc. The formats in respect of above

documents shall be got arranged by Engineer In-Charge from the Local

Bodies/State Government/Central Government/ Owner.

Page 81: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 36 of 79

iii) Submission of all operation & maintenance manuals.

Submission of “FINAL REPORT” of the completed project containing all Pre & other

related details

98 . HANDING OVER OF PROJECT: The contractor within 15 days from virtual completion of Project including

services shall Prepare a list of all inventory i/c fitting & fixture and submit to Engineer In-Charge and the contractor shall be liable to maintain the building up to defect liabilities period. If the project is not taken over

by the Local Bodies/ Engineer In-Charge / Owner due to any reason the contractor shall provide necessary

watch & ward at his own cost till the project is handed over to the Local Bodies/ Engineer In-Charge / Owner. 99. The contractor may have to carry out work under water/liquid or slush as per bill of quantities and

rate quoted by him shall be deemed to be included pumping out water or Dewatering etc. Also proper disposal of concrete spoil Malba/Solid Waste shall be responsibility of the contractor.

100 Along with monthly computerized running bill/final bill, the contractor shall submit a monthly

progress report showing various details, photographs of works etc as per direction of the Engineer-in-charge in four hard copies and six soft copies. The contractor shall also submit video-grapy of the site showing progress of work monthly. Please note that the running / final bill payment shall only be released after submission as aforesaid.

101 Tender drawings enclosed with the tender documents are indicatives only. However, the work

shall be executed based on the good for construction drawings issued at site from time to time and nothing extra shall be paid or no claim will be entertained if any GFC drawing varies from tender drawings.

102 MINOR DETAILS OF CONSTRUCTION:

The rates quoted by the Contractor shall be deemed to cover for all the minor details

/ requirement of construction which may not have been specifically shown on the

drawings or given in particular specifications, BOQ, but are required as per

established engineering practice.

103 DISCREPANCY IN DRAWINGS:

The Contractor shall be responsible to ensure correlation in Structural drawings

Architectural Drawings and Bill of Quantities, before quoting for the work and also

before commencement and execution of work. In case of discrepancy, the Contractor

shall bring it to the notice of the Engineer-in-Charge for clarifications within 28 days

of the issue of Letter of Acceptance. In the event of such discrepancy arising during

the course of the work for which drawings are given after the date of issue of Letter

of Acceptance, the Contractor shall seek clarifications within 14 days of receipt of

such drawings. The Contractor shall take into consideration such contingencies in the

completion schedule the programme of work is finalized and the Contractor shall not

be eligible for any extension of time for such occurrences. The decision of the

Engineer-in-Charge shall be final and binding in this case. The bidder is also advised

to visit the site and seek clarifications before submitting his bid.

104. DOCUMENTS FOR SUPPLY ITEMS

For supply items in BOQ the Supplier shall submit the following documents to

Engineer-in-Charge

a) Warranty Cards.

Page 82: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 37 of 79

b) Manufacturer‟s test certificate.

c) Any other test certificate from an external laboratory to determine the Pre

Spécification.

d) Catalogues

e) Pollution Control Certificate.

f) Documents required for registration of vehicle with the local transport Authority and

other inter state movement of vehicle.

g) List of recommended spares with specification and costs thereof.

h) Operation & Maintenance manuals.

105 SURVEYOR

Contractor shall provide a team of skilled Surveyors for marking layout of buildings

and making permanent survey pillars/burgies for individual buildings at the beginning

of the work, which shall be Preserved till completion of the Project. One theodolite and

sufficient nos. of leveling machines shall be made available at site till completion for

day to day work.

106 Some of the common safety rules to be followed during working are as follows :-

Nobody is allowed to enter at construction site without Safety Shoe.

Never enter work area without Safety helmet & chin strap in place.

No climbing/working allowed without proper safety belt above 2 m. height.

Do not exceed the speed limit 25 Kmph within Premises.

No debris obstacles allowed on the roads & passages.

Do not walk on pipelines or false ceiling.

Maintain good Housekeeping at work site.

No photography/ Videography allowed without permission

All Site supervisors & engineers (including subcontractor‟s) must be imparted

structured training on construction safety before start of the job & record to be

maintained.

Availability of qualified & trained Site Engineer at site during all working hours.

Site Safety training to be imparted to all workers & plan to be made to cover every

worker.

Tools box talk (5-15 minutes) by supervisor prior to commencement of any job.

All accident / incidents(Near Miss) to be reported & investigated.(formats &

procedure should be finalized)

Daily Safety Checking by Each Site Engineer along with Safety engineer.

Weekly co-ordination meeting of all Safety engineers with UPRNN/CLIENT safety

officer.

Monthly safety meeting with Site In-charges.

All Safety equipment must be ISI marked & checked by Safety officer before use.

Tag system for erection & use of scaffoldings.

Bamboo/wooden Scaffolding material not allowed.

LPG cylinders not allowed for gas cutting.

Good Housekeeping. Separate waste bins to be used for flammable & non flammable

material.

Page 83: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 38 of 79

Safety awareness programs for workers by display of boards, posters, competitions,

talks etc.

Deployment of Safety Supervisors for every 250 workers and part thereof at work

site.

Display of List of First Aid trained persons.

Testing certificates for lifting tools & tackle.

Provision & maintenance of fire extinguishers at construction site & material stores.

Display of emergency telephone numbers at various locations.

For work in confined space use 24 V lamp fitting & use tools with air motors or

electric tools with max. 24 V.

For confined space entry Gas test must be done before & at regular intervals.

Checking & tag of equipment like grinding machine, welding machine, gas cutting set

etc. by supervisors before use.

107 Contractor shall ensure following:

1. Contractor has to maintain contact with local hospital having scanning & other ultra

modern medical facilities required during emergency including Ambulance.

2. Contractor has to ensure Pre employment medical check for all staff & workers.

3. Contractor has to ensure that adequate First Aid facilities with trained nurse &

ambulance are available at work site for emergency purpose. This emergency set-

up should include, but not limited to, following Male nurse (in shifts)

Oxygen set up

Breathing apparatus

Eye wash facility

Stretcher

Trauma blanket

Medicines. 108. Any rates of items in Boq & conditions either in GCC or in SCC appeared more than one location

decision of Engineer In-Charge on those rates / conditions final and binding on Contractors.

109. The scope of work covered in this tender shall be as per the Bill of Quantities, specifications, drawings, instructions, orders issued to the contractor from time to time during the pendency of work. The drawings for this work, which may be referred for tendering, provide general idea only about the work to be performed under the scope of this contract. These may not be the final drawings and may not indicate the full range of the work under the scope of this contract. The work will be Executed according to the drawings to be released as “GOOD FOR CONSTRUCTION” from time to time by the Engineer-in-charge and according to any additions/ modifications/ alterations/ deletions made from time to time, as required by any other drawings that would be issued to the contractor progressively during execution of work. It shall be the responsibility of the contractor to incorporate the changes that may be in this scope of work, envisaged at the time of tendering and as actually required to be executed.

110. The quantities of various items as entered in the “BILL OF QUANTITIES” are indicative only and

may vary depending upon the actual requirement. The contractor shall be bound to carry out and complete the stipulated work irrespective of the variation in individual items specified in the bill of quantities. The variation of quantities will be governed as per clause of contract.

111. The contractor shall Prepare and submit shop drawings for HVAC, Fire Fighting & Fire Alarm,

Structural Steel work, Aluminium Work, Structural Glazing , Electrical Work , Plumbing etc(or as

directed by Engineer In charge), to Engineer In charge for approval before execution of work.

112. The contractor shall Prepare and submit Bar Bending Schedule to Engineer In charge based on

Good for Construction Structural Drawings for approval before execution of work.

Page 84: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 39 of 79

Safety Code

1. Suitable scaffolds should be provided for workmen for all works that cannot safely be done from the ground, or from solid construction except such short period work as can be done safely from ladders. When a ladder is used an extra mazdoor shall be engaged for holding the ladder and if the ladder is used for carrying materials as well as suitable footholds and hand-hold shall be provided on the ladder and the ladder shall be given an inclination not steeper than ¼ to 1 (1/4 horizontal and 1 vertical)

2. Scaffolding of staging more than 3.6m (12 ft) above the ground or floor, swung or suspended from an overhead support or erected with stationery support shall have a guard rail properly attached or bolted, braced and otherwise secured at least 90 cm (3ft) high above the floor or platform of such scaffolding or staging and extending along the entire length of the outside and ends there of with only such opening as may be necessary for the delivery of materials. Such scaffolding or staging shall be so fastened as to Prevent if from swaying from the building or structure.

3. Working platform, gangways and stairways should be so constructed that they should not sag unduly or unequally, and if the height of the platform or the gangway or the stairway is more than 3.6 (12ft) above ground level or floor level, they should be closely boarded, should have adequate width and should be suitably fastened as described in (2) above.

4. Every opening in the floor of a building or in a working platform shall be provided with suitable means to Prevent the fall of person or materials by providing suitable fencing or railing whose minimum height shall be 90cm (3ft).

5. Safe means of access shall be provided to all working platforms and other working places. Every ladder shall be securely fixed. No portable single ladder shall be over 9m (30ft) in length while the width between side rails in rung ladder shall in no case be less than 29 cm. (11 ½”) for ladder upto and including 3m (10ft) in length. For longer ladders this width should be increased at least ¼” for each additional 30cm (1foot) of length. Uniform step spacing of not more than 30cm shall be kept. Adequate Precautions shall be taken to Prevent danger from electrical equipment. No materials on any of the sites or work shall be so stacked or placed as to cause danger or inconvenience to any person or the public. The contractor shall provide all necessary fencing and lights to protect the public from accident and shall be bound to bear the expenses of defence of every suit, action or other proceedings at law that may be brought by any person for injury sustained owing to neglect of the above Precautions and to pay any damages and cost which may be awarded in any such suit, action or proceedings to any such person or which may, with the consent of the contractor, be paid to compensate any claim by any such person.

Page 85: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 40 of 79

6. Excavation and Trenching - All trenches 1.2m (4ft) or more in depth, shall at all times be supplied with the least one ladder for each 30m (100ft) in length or fraction thereof Ladder shall extend from bottom of the trench to at least 90 cm (3ft) above the surface of the ground. The side of the trenches which are 1.5m (5ft) or more in depth shall be stepped back to give suitable slope or securely held by timber bracing, so as to avoid the danger of sides collapsing. The excavated materials shall not be placed within 1.5m (5ft) of the edges of the trench or half of the depth of the trench whichever is more. Cutting shall be done from top to bottom. Under no circumstances undermining or undercutting shall be done.

7. Demolition – Before any demolition work is commenced and also during the progress of the work,

i). All roads and open areas adjacent to the work site shall either be closed or

suitably protected.

ii). No electric cable or apparatus which is liable to be a source of danger or a cable

or apparatus used by the operator shall remain electrically charged.

iii). All practical steps shall be taken to Prevent danger to persons employed from

risk of fire or explosion or flooding. No floor, roof or other part of the building

shall be so overloaded with debris or materials as to render it unsafe.

8. All necessary personal safety equipment as considered adequate by the Engineer-in-Charge should be kept available for the use of the person employed on the site and maintained in a condition suitable for immediate use, and the contractor should take adequate steps to ensure proper use of equipment by those concerned. The following safety equipments shall invariably be provided :

i). Workers employed on mixing asphaltic materials, cement and lime mortars shall

be provided with protective footwear and protective goggles.

ii). Those engaged in white washing and mixing or stacking of cement bags or any

material which is injurious to the eyes shall be provided with protective goggles.

iii). Those engaged in welding works shall be provided with welder’s protective eye

shields.

iv). Stone breaker shall be provided with protective goggles and protective clothing

and seated at sufficiently safe intervals.

v). When workers are employed in sewers and manholes, which are in active use,

the contractor shall ensure that the manholes are opened and ventilated at least

for an hour before the workers are allowed to get into the manholes, and the

manholes so opened shall be cordoned off with suitable railing and provided with

warning signals or boards to Prevent accident to the public. In addition, the

contractor shall ensure that the following safety measure are adhered to :

Page 86: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 41 of 79

a). Entry for workers into the line shall not be allowed except under supervision of

the Engineer-in-charge or any other higher officer.

b). At least 5 to 6 manholes upstream and downstream should be kept open for at

least 2 to 3 hours before any man is allowed to enter into the manhole for

working inside.

c). Before entry Presence of Toxic gases should be tested by inserting wet lead

acetate paper which changes colour in the Presence of such gases and gives

indication of their Presence.

d). Presence of Oxygen should be verified by lowering a detector lamp into the

manhole. In case, no Oxygen is found inside the sewer line, workers should be

sent only with Oxygen kit.

e). Safety belt with rope should be provided to the workers. While working inside the

manholes such rope should be handled by two men standing outside to enable

him to be pulled out during emergency.

f). The area should be barricaded or cordoned off by suitable means to avoid

mishaps of any kind. Proper warning signs should be displayed for the safety of

the public whenever cleaning works are undertaken during night or day.

g). No smoking or open flames shall be allowed near the blocked manhole being

cleaned.

h). The malba obtained on account of cleaning of blocked manholes and sewer lines

should be immediately removed to avoid accidents on account of slippery nature

of the malba.

i). Workers should not be allowed to work inside the manhole continuously. He

should be given rest intermittently. The Engineer-in-Charge may decide the time

up to which a worker may be allowed to work continuously inside the manhole.

j). Gas masks with Oxygen Cylinder should be kept at site for use in emergency.

k). Air-blowers should be used for flow of fresh air through the manholes. Whenever

called for portable air blowers are recommended for ventilating the manholes.

The Motors for these shall be vapour proof and of totally enclosed type. Non

sparking gas engines also could be used but they should be placed at least 2

meters away for the opening and on the leeward side protected from wind so that

they will not be a source of friction on any inflammable gas that might be Present.

l). The workers engaged for cleaning the manholes/ sewers should be properly

trained before allowing to work in the manhole.

Page 87: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 42 of 79

m). The workers shall be provided with Gumboots or non sparking shoes bump

helmets and gloves non sparking tools safety lights and gas masks and portable

air blowers (when necessary). They must be supplied with barrier cream for

anointing the limbs before working inside the sewer lines.

n). Workmen descending a manhole shall try each ladder stop or rung carefully

before putting his full weight on it to guard against insecure fastening due to

corrosion of the rung fixed to manhole well.

o). If a man received a physical injury, he should be brought out of the sewer

immediately and adequate medical aid should be provided to him.

p). The extent to which these Precautions are to be taken depend on individual

situation but the decision of the Engineer-in-Charge regarding the steps to be

taken in this regard in an individual case well be final.

vi). The Contractor shall not employ men and women below the age of 18 years on

the work of painting with products containing lead in any form. Wherever men

above the age of 18 are employed on the work of lead painting, the following

Precaution should be taken :-

a). No paint containing lead or lead products shall be used except in the form of

paste or readymade paint.

b). Suitable face masks should be supplied for use by the workers when paint is

applied in the form of spray or a surface having lead paint is dry rubbed and

scraped.

c). Overalls shall be supplied by the contractors to the workmen and adequate

facilities shall be provided to enable the working painters to wash during and on

the cessation of work.

9. An additional clause (viiii) (i) of Safety Code (iv) the Contractor shall not employ women and man below the age of 18 on the work of painting with product containing lead in any form. Wherever men above the age of 18 are employed on the work of lead painting, the following principles must be observed for such use :

i). While lead, sulphate of lead or product containing these pigment, shall not be

used in painting operation except in the form of pastes or paint ready for use.

ii). Measures shall be taken, wherever required in order to Prevent danger arising

from the application of a paint in the form of spray.

iii). Measures shall be taken, wherever practicable, to Prevent danger arising out of

from dust caused by dry rubbing down and scraping.

iv). Adequate facilities shall be provided to enable working painters to wash during

and on cessation of work.

Page 88: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 43 of 79

v). Overall shall be worn by working painters during the whole of working period.

vi). Suitable arrangement shall be made to Prevent clothing put off during working

hours being spoiled by painting materials.

vii). Cases of lead poisoning and suspected lead poisoning shall be notified and shall

be subsequently verified by medical man appointed by competent authority of

UPRNN/CLIENT

viii). UPRNN/CLIENT may require, when necessary medical examination of workers.

ix). Instruction with regard to special hygienic Precautions to be taken in the painting

trade shall be distributed to working painters.

10. When the work is done near any place where there is risk of drowning, all necessary equipments should be provided and kept ready for use and all necessary steps taken for prompt rescue of any person in danger and adequate provision, should be made for prompt first aid treatment of all injuries likely to be obtained during the course of the work.

11. Use of hoisting machines and tackle including their attachment, anchorage and supports shall conform to the following standards or conditions :-

i). a). These shall be of good mechanical construction, sound materials and adequate

strength and free from patent defects and shall be kept repaired and in good working

order.

b). Every rope used in hoisting or lowering materials or as a means of suspension shall

be of durable quality and adequate strength, and free from patent defects.

ii). Every crane driver or hoisting appliance operator, shall be properly qualified and no

person under the age of 21 years should be in charge of any hoisting machine including

any scaffolding winch or give signals to operator.

iii). In case of every hoisting machine and of every chain ring hook, shackle swivel and pulley

block used in hoisting or as means of suspension the safe working load shall be

ascertained by adequate means. Every hoisting machine and all gear referred to above

shall be plainly marked with the safe working load. In case of a hoisting machine having

a variable safe working load each safe working load and the condition under which it is

applicable shall be clearly indicated. No part of any machine or any gear referred to

above in this paragraph shall be loaded beyond the safe working load except for the

purpose of testing.

iv). The contractors shall notify the safe working load of their machines to the Engineer-in-

charge whenever he brings any machinery to site of work and get it verified by the

Engineer-in-charge.

Page 89: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 44 of 79

12. Motors, gearing, transmission, electric wiring and other dangerous parts of hoisting appliances should be provided with efficient safeguards. Hoisting appliances should be provided with such means as will reduce to the minimum the risk of accidental descent of the load. Adequate Precautions should be taken to reduce to the minimum the risk of any part of a suspended load becoming accidentally displaced. When workers are employed on electrical installations, which are already energized, insulating mats, wearing apparel, such as gloves, sleeves and boots and may be necessary should be provided. The worker should not wear any rings, watches and carry keys or other materials which are good conductors of electricity.

13. All scaffolds, ladders and other safety devices mentioned or described herein shall be maintained in safe condition and no scaffold, ladder or equipment shall be altered or removed while it is in use. Adequate washing facilities should be provided at or near places of work.

14. These safety provisions should be brought to the notice of all concerned by display on a notice board at a prominent place of work spot. The person responsible for compliance of the safety code shall be named therein by the contractor.

15. To ensure effective enforcement of the rules and regulations relating to safety Precautions the arrangements made by the contractor shall be open to inspection by the Labour Officer or Engineer-in-charge or their representatives.

16. Notwithstanding the above clauses from (1) to (15) there is nothing in these to exempt the contractor from the operations of any other Act or Rules in force in the Republic of India.

MODEL RULES FOR THE PROTECTION OF HEALTH AND SANITARY ARRANGEMENTS

FOR WORKERS EMPLOYED BY CONTRACTORS FOR THIS WORK

1. APPLICATION

These rules shall apply to all buildings and construction works in which twenty or more workers

are ordinarily employed or are proposed to be employed in any day during the period during

which the contract work is in progress.

2. DEFINITION

Work place means a place where twenty or more workers are ordinarily employed in

connection with construction work on any day during the period during which the contract work

is in progress.

3. FIRST-AID FACILITIES

i) At every work place there shall be provided and maintained, so as to be easily accessible

during working hours, first-aid boxes at the rate of not less than one box for 150 contract labour

or part thereof ordinarily employed.

Page 90: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 45 of 79

ii) The first-aid box shall be distinctly marked with a red cross on white back ground and shall

contain the following equipment:-

a) For work places in which the number of contract labour employed does not exceed 50.

Each first-aid box shall contain the following equipments:

1. 6 small sterilised dressings

2. 3 medium size sterilised dressings

3. 3 large size sterilised dressings

4. 3 large sterilised burn dressings.

5. 1 (30 ml.) bottle containing a two percent alcoholic solution of iodine.

6. 1 (30 ml.) bottle containing saivolatile having the dose and mode of administration indicated on the label.

7. 1 snakebite lancet

8. 1 (30gms) bottle of potassium permanganate crystals.

9. 1 pair scissors.

10. 1 copy of the first-aid leaflet issued by the UPRNN/CLIENT General, Factory Advice Service and Labour UPRNN/CLIENTs, UPRNN/CLIENT of India.

11. 1 bottle containing 100 tablets (each of 5 gms.) of aspirin.

12. Ointment for burns

13. A bottle of suitable surgical antiseptic solution.

b) For work places in which the number of contract labour exceed 50. Each first- aid box shall

contain the following equipments:

1. 12 small sterilised dressings.

2. 6 medium size sterilised dressings

3. 6 large size sterilised dressings

4. 6 large size sterilised burn dressings.

5. 6 (15 gms.) packets sterilised cotton wool.

6. 1 (60 ml.) bottle containing a two percent alcoholic solution iodine.

7. 1 (60 ml.) bottle containing salvolatile having the dose and mode of administration indicated on the label.

8. 1 roll of adhesive plaster.

9. 1 snake bite lancet.

Page 91: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 46 of 79

10. 1(30 gms.) bottle of potassium permanganate crystals.

11. 1 pair scissors.

12. 1 copy of the first-aid leaflet issued by the General Factory Advice Service and Labour dept. Govt. of India.

13. A bottle containing 100 tables (each of 5 gms.) of aspirin.

14. Ointment for burns

15. A bottle of suitable surgical antiseptic solution.

iii). Adequate arrangements shall be made for immediate recoupment of the equipment when necessary.

iv). Nothing except the Prescribed contents shall be kept in the First-aid box.

v). The first-aid box shall be kept in charge of a responsible person who shall always be readily available during the working hours of the work place.

vi). A person in charge of the First-aid box shall be a person trained in First-aid treatment, in the work places where the number of contract labour employed is 150 or more.

vii). In work places where the number of contract labour employed is 500 or more and hospital facilities are not available within easy distance from the works. First-aid posts shall be established and run by a trained compounder. The compounder shall be on duty and shall be available at all hours when the workers are at work.

viii). Where work places are situated in places, which are not towns, or cities, a suitable motor transport shall be kept readily available to carry injured person or person suddenly taken ill to the nearest hospital.

4. DRINKING WATER

i) In every work place, there shall be provided and maintained at suitable places, easily accessible to labour, a sufficient supply of cold water fit for drinking.

ii) Where drinking water is obtained from an Intermittent public water supply, each work place shall be provided with storage where such drinking water shall be stored.

iii) Every water supply or storage shall be at a distance of not less than 50 feet from any latrine drain or other source of pollution. Where water has to be drawn from an existing well which is within such proximity of latrine, drain or any other source of pollution, the well shall be properly chlorinated bfore water is drawn form it for, drinking. All such wells shall be entirely closed in and be provided with a trap door which shall be dust and waterproof.

iv) A reliable pump shall be fitted to each covered well, the trap door shall be kept locked and opened only for cleaning or inspection which shall be done at least once a month.

Page 92: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 47 of 79

5. WASHING FACILITIES

i) In every work place adequate and suitable facilities for washing shall be provided and maintained for the use of contract labour employed therein.

ii) Separate and adequate cleaning facilities shall be provided for the use of male and female workers

iii) Such facilities shall be conveniently accessible and shall be kept in clean and hygienic condition.

6. LATRINES AND URINALS

i) Latrines shall be provided in every work place on the follwing scale namely:-

a) Where females are employed there shall be at least one latrine for every 25 females.

b) Where males are employed, there shall be at least one latrine for every 25 males.

Provided that where the number of males or females exceeds 100, it shall be sufficient if there is one

latrine for 25 males or females as the case may be upto the first 100, and one for every 50

thereafter.

ii) Every latrine shall be under cover and so partitioned off as to secure privacy, and shall have a proper door and fastenings.

iii) Construction of latrines: The inside walls shall be constructed of masonry or some suitable heat-resisting nonabsorbent materials and shall be cement washed inside and outside at least once a year, Latrines shall not be of a standard lower than borehole system.

iv) a) Where workers of both sexes are employed, there shall be displayed out side each block of latrine and urinal, a notice in the language understood by the majority of the workers “ For men only” or “For Women Only” as the case may be.

b)The notice shal also bear the figure of a man or of a woman, as the case may be.

v) There shall be at least one Urinal for male workers upto 50 and one for female workers upto fifty employed at a time, provided that where the number of male or female workmen, as the case may be exceeds 500, it shall be sufficient if there is one urinal for every 50 males or females upto the first 500 and one for every 100 or part thereafter.

vi) a) the latrines and urinals shall be adequately lighted and shall be maintained in a clean and sanitary condition at all times.

Page 93: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 48 of 79

b) Latrines and urinals other than those connected with a flush sewage system shall comply with

the requirements of the Public Health Authorities.

vii) Water shall be provided by means of tap or otherwise so as to be conveniently accessible in or near the latrines and urinals.

viii) Disposal of excreta :- Unless otherwise arranged for by the local sanitary authority,

arrangements for proper disposal of excreta by incineration at the work place shall be

made by means of a suitable incinerator. Alternately excreta may be disposed of by

putting a layer of night soil at the bottom of a pucca tank Prepared for the purpose and

covering it with a 15 cm. layer of waste or refuse and them covering it with a layer of earth

for a fortnight (when it will turn to manure).

ix) The contractor shall at his own expense, carry out all instructions issued to him by the

Engineer-in-Charge to effect proper disposal of night soil and other conservancy work in

respect of the contractor’s workmen or employees on the site. The contractor shall be

responsible for payment of any charges which may be levied by Municipal or Cantonment

Authority for execution of such on his behalf.

7. PROVISION OF SHELTER DURING REST

At every place there shall be provided, free of cost, four suitable sheds, two for meals

and the other two for rest separately for the use of men and women labour. The height

of each shelter shall not be less than 3 meters (10 ft.) from the floor level to the lowest

part of the roof. These shall be kept clean and the space provided shall be on the basis

of 0.6 sq.m. (6 s ft.) per head.

Provided that the Engineer-in-Charge may permit subject to his satisfaction, a portion of

the building under construction or other alternative accommodation to be used for the

purpose.

8. CRÈCHES

i) At every work place, at which 20 or more women worker are ordinarily employed, there

shall be provided two rooms of reasonable dimensions for the use of their children under

at the age of six years. One room shall be used as a play room for the children and the

other as their bedroom. The rooms shall be constructed with specifications as per clause

19H (ii) a, b & c.

ii) The rooms shall be provided with suitable and sufficient openings in for light and

ventilation. There shall be adequate provision of sweepers to keep the places clean.

iii) The contractor shall supply adequate number of toys and games in the play room and

sufficient number of cots and beddings in the bed room.

iv) The contractor shall provide one ayaa to look after the children in the crèche when, the

number of women workers does not exceed 50 and two when the number of women

workers exceed 50.

Page 94: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 49 of 79

iv) The use of the rooms earmarked as crèches shall be restricted to children, their attendants and mothers of the children.

9. CANTEENS

i) In every work place where the work regarding the employment of contract labour is likely to continue for six months and where in contract labour numbering one hundred or more are ordinarily employed, and adequate canteen shall be provided by the contractor for the use of such contract labour.

ii) The canteen shall be maintained by the contractor in an efficient manner.

iii) The canteen shall be consist of at least a dining hall, kitchen, storeroom, pantry and washing places separately for workers and utensils.

iv) The canteen shall be sufficiently lighted at all times when any person has access to it.

v) The floor shall be made of smooth and impervious materials and inside walls shall be lime washed or colour washed at least once in each year.

Provided that the inside wall of the kitchen shall be lime washed every four months.

vi) The Premises of the canteen shall be maintained in a clean and sanitary condition.

vii) Waste water shall be carried away in suitable covered drains and shall not be allowed to accumulate so as to cause a nuisance.

viii) Suitable arrangements shall be made for the collection and disposal of garbage.

ix) The dining hall shall accommodate at a time 30 percent of the contract labour working at a time.

x) The floor area of the dining hall, excluding the area occupied by the service counter and any furniture except tables and chairs shall not be less than one square meter (10sft) per diner to be accommodated as Prescribed in sub-Rule 9.

xi) A) A portion of the dining hall and service counter shall be partitioned off and reserved for women workers in proportion to their number.

Page 95: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 50 of 79

B) Washing places for women shall be separate and screened to secure privacy.

xii) Sufficient tables stools, chair or benches shall be available for the number of diners to be accommodated as Prescribed in sub-Rule.

xiii) a) 1. There shall be provided and maintained sufficient utensils crockery, furniture

and any other equipments necessary for the efficient running of the canteen.

2. The furniture utensils and other equipment shall be maintained in a clean

and hygienic conditions.

b) 1. Suitable clean clothes for the employees serving in the canteen shall be

provided and maintained.

2. A service counter, if provided, shall have top of smooth and impervious

material.

3. Suitable facilities including an adequate supply of hot water shall be provided

for the cleaning of utensils and equipments.

xiv) The food stuffs and other items to be served in the canteen shall be in conformity with the

normal habits of the contract labour.

xv) The charges for food for stuffs, beverages and any other items served in the canteen shall

be based on “No profit”, “No loss” and shall be conspicuously displayed in the canteen.

xvi) In arriving at the price of food stuffs and other article served in the canteen, the following

items shall not be taken into consideration as expenditure namely:-

a) The rent of land and building.

b) The depreciation and maintenance charges for the building and equipments

provided for the canteen.

c) The cost of purchase, repairs and replacement of equipments including furniture,

crockery, cutlery and utensils.

d) The water charges and other charges incurred for lighting and ventilation.

e) The interest and amounts spent on the provision and maintenance of equipments

provided for the canteen.

xvii) The accounts pertaining to the canteen shall be audited once every 12 months by

registered accountants and auditors.

Page 96: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 51 of 79

10. Anti-Malarial Precautions

The contractor shall at his own expenses, confirm to all anti-malarial instructions given to him by the

Engineer-in-Charge including the filling up of any borrow pits which may have been dug by him.

11. The above rules shall be incorporated in the contracts and in notices inviting tenders and

shall from an integral part of the contracts.

12. Amendments

UPRNN/CLIENT may from time to time, add to or amend these rules and issue directions

it may consider necessary for the purpose of removing any difficulty which may arise in

the administration thereof.

________________________________________________________________________

Page 97: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 52 of 79

ADDITIONAL SPECIAL CONDITIONS

In order to comply with the criterion laid down by GRIHA following mandatory practices shall be

followed by the contractor. In addition the tender rates shall be deemed to include the

following:

A. The contractor shall comply with safety procedures, norms and guidelines (as applicable) as

outlined in the Doc No. CED 46(6086), July 2003: Draft National Building Code of India: Part 7

Constructional practices and safety, issued by Bureau of Indian Standards.

I. Site Boundary

Boundary shall be fenced with an opaque material which shall not allow air pollution and soil

erosion due to wind. Temporary and permanent barricading shall be provided in height around

construction area of either full brick wall or dust screens, sheeting or netting has to be provided

along the sides of existing building and road.

II. Site Preparation

Clear vegetation only from the areas where work will start right away

Vegetate / mulch areas where vehicles don’t ply. Mulch is a protective layer of material

that is spread on the top of the soil, which can either be organic (such as grass clippings,

straw, bark chips, and similar materials) or inorganic, (such as stones and brick chips).

Mulching should be used with seeding and plantings on steep slopes (slopes>33%).

Steep slopes are prone to heavy erosion and, therefore, netting or anchoring should be

used to hold it in place.

Apply gravel to the area where mulching/paving is impractical

Identify roads on site that would be used for vehicular traffic. Add surface gravel to

reduce source of dust emission

Limit vehicular speed on site to 10 km/hour

III. Existing Site Features

Conserve existing natural areas or existing natural features on site such as water bodies,

trees etc to integrate in the design and to provide habitat and promote biodiversity

Carry out a comprehensive site analysis to identify site characteristics that can be used

to harness natural resources (like solar energy, wind, and water) and the potential

qualities of the landforms that could contribute to making different areas of the site

visually and thermally more comfortable for users. Locate various activities of the

scheme after careful site analysis and assessment so as to protect ecologically sensitive

areas and reduce damage to the natural ecosystem

Page 98: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 53 of 79

IV. A. Preserve and protect existing vegetation on site

Inventory of existing vegetation including the number of trees and native shrub

coverage and their species types. This has to be done before any construction activity

starts on site

Preserve existing mature trees on‐site during the course of construction by Preserving

and transplanting them. Preservation and protection of existing vegetation by

non‐disturbance or damage to specified site areas is recommended. Site vegetation

includes trees, shrubs, grasses and other plants. Where ever possible, existing site

vegetation has to be included in the landscape design of the site. This practice enables

retention of fully‐grown mature trees and also reduces avoidable erosion of bare soil

The contractor shall undertake the responsibility to ensure that the site is not ‘levelled’

or ‘cleared’ before undertaking this study

Site plan, with photographs, clearly highlighting the trees and native shrub coverage

that is protected, transplanted or removed has to be recorded or maintained by the site

engineer

B. Procedure to Monitor and Protect Site Vegetation

All existing vegetation shall be marked on a site survey plan

A vegetation survey in the Prescribed format shall be carried out by an accredited

landscape architect and attached to the site survey plan

The above specifications to be implemented at site as per NBC part 10 – Landscaping,

Signs and outdoor display

Copy of permission letter to be provided for cutting of trees.

C. Transplanting Existing Trees on Site

If trees have to be removed from their location or have to be felled for any of the above

reasons, efforts should be made to transplant them as much as possible. For this

Large trees identified for transplantation should be replanted at a different location

immediately

Young trees or saplings identified for transplantation can be uprooted and Preserved for

replanting after the completion of construction. Young trees are those that have a

height less than 2 m, and a 0.1 m trunk girth at 1 m height from ground, and a 2 m

crown diameter

Non Applicability condition: Sites that are devoid of trees

Page 99: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 54 of 79

D. Compensatory Plantation on Site

Where trees cannot be transplanted due Pre and economical reasons, compensatory

plantation has to be undertaken on the site.

Compensate the loss of vegetation (trees) due to the construction activity by

compensatory plantation.

Replant the same number of mature or fully grown trees as eliminated during the

construction of the proposed landscape design. Replant the same, native and/or non-

invasive species, which existed on the site before elimination in the proportion of 1:3.

Plant in excess of 25% to the minimum required within the site Premises

The above specifications to be implemented at site as per NBC part 10 – Landscaping,

Signs and outdoor display

V. Construction management process requirements

A. Timing of construction

Select proper timing for the construction activity to minimize site disturbance such as

soil pollution due to spilling of the construction material and its mixing with rainwater

B. Staging

Staging is dividing a construction area into two or more areas to minimize the area of

soil that will be exposed at any given time. Staging should be done to separate

undisturbed land from land disturbed by construction activity and material storage

Use staging and spill Prevention and control plan to restrict the spilling of the

contaminated material on site

Specify and limit construction activity in Pre‐planned/designated areas

C. Soil erosion and sedimentation control measures

Soil Test has to be carried out and also soil baring test needs to be carried out. Topsoil

needs to be tested before Preservation to ensure that it is worth Preserving, and will

help conserve resources and money in the long run.

The soil should be tested at a laboratory accredited by the Indian Council of Agricultural

Research (ICAR) for primary plant nutrient and pH. In case the soil test conducted yields

a result that is not up to the requisite standard, then adequate measures need to be

adopted to ensure that the fertility of the soil is restored to a usable level as per the

direction of Engineer-In-Charge.

Page 100: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 55 of 79

Preserve topsoil by employing measures as following ‐

Contractor to ensure that the soil on -site is protected from erosion in accordance with NBC 2005 – Part 10 – Landscaping, Signs and Outdoor Display Structures, Section 1 – Landscape planning and design, Subsection 4 – Protection of landscape during construction)

Protect the top soil from erosion. Use collection storage and reapplication of the top

soil, sediment basin, contour trenching, mulching, soil stabilization methods to protect

the top soil from erosion during construction

Measures shall be followed for collecting drainage water runoff from construction areas

and material storage sites through temporary drainage trenches, silt fences,

bio‐infiltration ponds or structural controls such as sedimentation tank or water

collection chambers to reuse water for curing etc.

The Contractor shall construct Sedimentation basin, a temporary dam or basin at the

lowest convenient point of the site. This should be constructed for collecting, trapping,

and storing sediment produced by the construction activities, together with a flow

detention facility for reducing peak runoff rates. This would allow most of the sediments

to settle before the runoff is directed towards the outfall

D. Soil conservation (till post-construction)

Proper topsoil laying, stabilization of the soil, and maintenance of adequate fertility of

the soil to support vegetative growth. The top soil conservation should be done from

areas likely to be disturbed by construction activities (especially in cases where the site

area is larger than 10 000 m2), topsoil should be stripped to a depth of 20 cm from the

areas proposed for buildings, roads, paved areas, and external services.

It should be stockpiled to a height of 40 cm in designated areas and reapplied during

plantation of the proposed vegetation. The topsoil should be separated from the subsoil

debris and stones larger than 50 mm in diameter.

The adjoining areas shall be barricaded to Prevent construction activities damaging the

surrounding areas

Non applicability condition proposed (for top soil Preservation only): Contaminated

sites/sites that do not have good quality top soil (as per soil test report) that is

considered worth storing for reuse. Soil test has to be carried out as per criteria 3 and

the test report has to be endorsed by the landscape architect. The landscape architect

has to provide certificate that the top soil is not worth storing for landscaping purposes

and cannot be restored to applicable standard

Page 101: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 56 of 79

VI. Reduce air pollution during construction

The contractor shall undertake the responsibility to Prevent air pollution dust and

smoke; ensure that there will be adequate water supply / storage for dust suppression;

devise and arrange methods of working and carrying out the work in such a manner as

to minimize the impact of dust on the surrounding environment, and provide

experienced personnel with suitable training to ensure that these methods of working,

plant, equipment and air pollution control system to be used on the site should be made

available for the inspection and approval of the engineer‐in‐charge of construction to

ensure that these are suitable for the project

The contractor shall comply to CPCB standards to Prevent air pollution, dust and smoke

on the site. These standards shall be applicable to the use of DG sets during construction

and the stack height of the DG stack to control air pollution should be as per the CPCB

standards

Site maintenance policies should include ‐

A. Water spraying.

This will be done by wetting the surface by spraying water on‐

Any dusty materials before transferring, loading, and unloading.

Areas where demolition work is being carried out

Any unpaved main haul road

Areas where excavation or earth‐moving activities are to be carried out

B. Cover and Enclosure

Providing hoardings/ GI sheet barricading of not less than 3m high along the site

boundary, next to a road or other public area. An existing brick boundary wall exists at

site on some sides. The Contractor shall be required to erect a GI sheet barricading over

the same

Providing dust screens, sheeting or netting along the perimeter of a building

Covering fully stockpile of dusty material with impervious sheeting

Covering dusty load on vehicles by impervious sheeting before they leave the site.

Transferring, handling/storing dry loose materials like bulk cement, dry pulverized fly

ash inside a totally enclosed system

Stack height of the DG stack to control air pollution should be as per the CPCB standards

Page 102: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 57 of 79

VII. Reduce Noise Pollution during construction on site

To use appropriate noise controls for providing acceptable levels of outdoor and indoor

noise levels to enhance comfort ensure that the outdoor noise level conforms to the

Central Pollution Control Board‐ Environmental Standards‐Noise (ambient standards)

The report on measured average ambient noise level at site‐ Noise measurement should

be conducted by an organization recognized by a competent authority and it should

follow procedures laid down by a competent authority.

Mechanical, electrical, air conditioning, heating and mechanical ventilation and other

services if are provided ‐noise control measures should be incorporated during the

design and installation of such services to adhere to the recommended outdoor and

indoor noise criteria for the kind of occupancy

Some basic techniques to achieve the same are given in National Building Code, Part ‐

VIII, Section 4, Annex G

VIII. Aggregate Utility corridors

Use aggregate utility corridors

Consolidate utility corridors along the Previously disturbed areas or along new roads, in

order to minimize unnecessary cutting and trenching and to ensure easy maintenance.

Local codes and requirements for water, sewer, and electrical/telecommunication lines

should be considered.

Consolidate services, pedestrian, and automobile paths

IX. Efficient Water Use during Construction

Minimize use of potable water during construction activity by‐

Controlling wastes of curing water

To avoid wastage of curing water, follow the following guidelines

Curing water should be sprayed on concrete structures; free flow of water shall not be

allowed.

After liberal curing on the first day, all concrete structures shall be painted with curing

chemical to save water. This will stop daily water curing hence save water. (to be

covered under tender items)

Concrete structure shall be covered with thick cloth/gunny bags and then water should

be sprayed on them. This would avoid water rebound and ensure sustained and

complete curing.

Ponds shall be made using cement and sand mortar to avoid water flow away from the

flat surface while curing (to be covered under tender items)

Water ponding shall be done on all sunken slabs; this would also highlight the

importance of having an impervious formwork.

Use recycled treated water

Page 103: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 58 of 79

Storm water management during construction

o Contractor needs to take measures to ensure that the storm water runoff during

construction does not exceed the runoff before construction. To this effect there is need

to provide rain water recharge pits right around the periphery of the site & have rain

water harvesting wells to capture rain water and then filter all suspended solids and

other materials before recharge into the earth.

X. Utilization of fly ash in building structure

Fly ash use in RC: Minimum 15% replacement of cement with fl y ash by weight of

cement used in the total structural concrete. Provide supporting document from the

manufacturer of the cement specifying the fly ash content in PPC used in reinforced

concrete.

For use of fly ash in building blocks of load bearing and non-load bearing wall:

Minimum 40% replacement of cement with fl y ash by weight, for 100% load bearing

and non‐load bearing walls. Provide supporting document from the manufacturer of the

Pre‐cast building blocks specifying the fl y ash content of the blocks used in an infill wall

system.

For use of fly ash in plaster and masonry mortar: Minimum 30% use of fl y ash in place

of cement by weight in overall plaster and mortar requirement. Provide supporting

document from the manufacturer of the cement/ready mix concrete, specifying the fly

ash content in PPC used in plaster and masonry mortar

XI. Use of low VOC paints adhesives and sealants

Contractor to ensure that all the Adhesives, Sealants, Paints and Coatings used in the

project have a VOC level within the following limits. Maintain Proper documentation in

the form of manufacturer cut sheets, Pre data sheets, and lab test reports as

conformation for compliance. 100% of all paints should be under the provided VOC

limits for paints and to use water–based rather than solvent-based sealants and

adhesives.

Paint applications

VOC limits (g of VOC per lt)

Interior coating Flat <50

Non Flat < 150

Exterior Coating Flat <200

Non Flat <100

Anti Corrosive Gloss/semi gloss/flat < 250

Page 104: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 59 of 79

XII Recycled Content in materials

Contractor to submit the letters confirming the recycled content (post-consumer

and Pre-consumer) in the materials from the manufacturers. Recycled content in the

various materials is given below:

a. Glass- Minimum recycled content of 10-15% b. Steel – Minimum recycled content of 25% c. Gypsum Board- Minimum recycled content of 20-25% d. Aluminium - Minimum recycled content of 25% e. Fly ash in AAC Blocks, Cement Plaster, RMC- Minimum recycled content of 25-

50% Contractor to maintain documentation records in the form of Manufacturer cut-

sheets, Pre data sheets and/or test reports to confirm compliance of the same.

Post‐consumer material is defined as waste material generated by households or by

commercial, industrial and institutional facilities in their role as end‐users of the

product, which can no longer be used for its intended purpose. Pre‐consumer material is

defined as material diverted from the waste stream during the manufacturing process.

Excluded is reutilization of materials such as rework, regrind or scrap generated in a

process and capable of being reclaimed within the same process that generated it.

XIII Regional Materials

Contractor to procure materials which are extracted, harvested or recovered and

manufactured/ processed within a 250mile (400km) radius of the project site as far as

possible and ensure that more than 20% of the materials by cost are extracted,

harvested or recovered and manufactured / processed regionally within a 250mile

(400km) radius.

Contractor to maintain and submit documentation records in the form of

Manufacturer letters indicating the place of manufacture/process and place of raw

material extraction/harvesting and the distance of both from the project site to ensure

compliance with the above.

XIV. Reduce volume and weight and time of construction by adopting efficient technologies

Structural application

Use of low‐energy technologies in structural application clearly demonstrating a

minimum 5% reduction in high energy materials such as cement, concrete, steel, sand,

bricks by absolute volume when compared with equivalent products for the same

application, for 100% structural system used in a building, meeting the equivalent

strength requirements. For e.g. Post tensioned systems, Precast systems etc.

Page 105: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 60 of 79

Non-structural application

Use of low‐energy technologies/materials (not based on the utilization of industrial

waste), which are used for non‐structural applications such as infi ll wall system and

cause a minimum 5% reduction in the use of high‐energy materials such as cement,

concrete, steel, and so on. by absolute volume when compared with equivalent

products for the same application, for 100% infill wall system used in a building, meeting

the equivalent strength requirements. For e.g. light weight concrete blocks over dense

concrete blocks, Pre‐cast brick panels, composite fibrocement walling, interlocking

concrete blocks etc

XV. Reduction in the Waste during Construction

The contractor is required to develop Waste Management Programme (WMP) during

the construction of the project for his works, which may include: ‐

The Contractor shall ensure maximum recovery and safe disposal of wastes generated

during construction and reduce the burden on landfill.

Employ measures to segregate the waste at site into inert, chemical, or hazardous

wastes. For this the contractor shall construct separate coloured bins for collection of

different categories of waste at site and maintain strict discipline among the labour in

segregating the waste.

The Contractor shall recycle the unused chemical/ hazardous wastes such as oil, paint,

batteries and asbestos. The Contractor shall dispose of the inert waste by Municipal

Corporation at landfill sites.

Recycle the hazardous waste and dispose the inert waste to municipal approved landfill

sites.

Minimize factors that contribute to waste such as over‐packaging, improper storage,

ordering errors, poor planning, breakage, mishandling, and contamination of

construction materials. For waste volumes generated, identify and institute reuse,

salvage and recycle opportunities whenever economics and logistics allow

Develop and institute a construction waste management plan that identifies proposed

deconstruction and salvage opportunities, on‐site reprocessing and reuse opportunities

XVI. Storage of materials and equipment at site

The Contractor shall, at his own cost, provide adequate storage sheds and yards at the

Site, at locations Pre‐approved by the Engineer, for all materials and equipment that are

to be incorporated in the Work. This shall be for all the materials and equipment,

supplied by the Contractor or any Sub‐Contractor or supplied by the Employer /

Engineer

Page 106: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 61 of 79

In addition to being watertight and weatherproof, the storage facilities shall be of such a

manner that all the materials and equipments are adequately protected in every way

from any deterioration or contamination or damage whatsoever, to the complete

satisfaction of the Engineer. The method of storing of all the materials and equipment

shall be in conformity with the Specifications and/or to the directions and instructions of

the Engineer. At no time shall any material or equipment be stored in open or in contact

with the ground. Should any of the materials or equipment deteriorate or be

contaminated or damaged in any way due to improper storage or for any other reason

than such materials and equipment shall not be incorporated in the Work and shall be

removed forthwith from the Site and the replacement of all such materials and

equipment shall be entirely at the cost and expense of the Contractor

Wherever applicable the storage of materials shall be in accordance with the relevant

Indian Standard Specifications

XVII. Provide at least the minimum level of accessibility for persons with disabilities as

applicable

Ensure access to facilities and services by adopting appropriate site planning to

eliminate barriers as per the recommended standards (NBC 2005 [BIS 2005f]), layout

and designing of interior and exterior facilities as per principles of universal design such

as Prescribed by the National Building Code of India, building management policies and

procedures, provision of auxiliary aids and appliances, and staff training in disability

awareness, and

Comply with planning and design guidelines as outlined in NBC 2005 Annex D (Clause

12.21) (BIS 2005f )

XVII. Documentation

Site plan showing staging and spill Prevention measures, erosion and sedimentation control measures.

Document to be submitted after completion of the project, a brief description along with photographic records to show that other areas have not been disrupted 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 site drainage pattern, staging and spill Prevention measures, erosion and sedimentation control measures and measures adopted for top soil Preservation during construction).

Site plan (one CAD drawing) along with a narrative to demarcate areas on site from which topsoil has to be gathered, designate area where it will be stored, measures adopted for topsoil Preservation.

Page 107: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 62 of 79

Obtaining Certificate from landscape architect confirming proper protection and Preservation of existing trees during construction process.

Landscape plan, clearly highlighting the areas where trees were removed (indicating the number of trees), if applicable, with the number of replanted trees in the proportion of 1:3 in the proposed landscape design. List details about species, which existed, and the species that have been replanted on-site.

Narrative explanation about the methods of soil stabilization used, wherever required, accompanied by photographs with brief description.

Certificate by the landscape architect on topsoil laying, soil stabilization, and adequate primary soil nutrient and pH [(supported by test results performed at Indian Council of Agricultural Research (ICAR)–accredited laboratory].

Contractor shall take regular photographs showing the health, safety and sanitaion measure followed during construction and maintain the record of the same.

Contractor shall submit the detailed narrative on provision for safe drinking water and sanitation facility for construction workers and site personnel accompanied by the photographs taken at regular intervals during construction.

Contractor to submit the narrative (not more than 300 words) explaining the air pollution Preventive measures that have been adopted on-site. Site photographs showing different stages of construction along with Preventive measures to support of the same.

Contractor to submit the narrative indicating the quantum of waste generated during construction and storage facility for segregated inert and hazardous waste before recycling and disposal accompanied by necessary documents and photographs.

Contractor to submit the layout (showing the location & capacity) and photo of the storage facility for segregated inert and hazardous waste

Contractor to ensure that a plan is in place to ensure that more than 75% of the waste generated by weight or volume, on-site due to construction activities is either reused, recycled or sold as scrap and is diverted from going into landfills.

Contractor to submit the proper records/documents in the form of logs, photographs, gate passes, hauler certificates, etc. for compliance of the same.

**********************************************************************

Page 108: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 63 of 79

ADDITIONAL CONDITONS OF CONTRACT AND SPECIFICATIONS

(A) RELATING TO CIVIL, ELECTRICAL, PLUMBING & FIRE FIGHTING WORKS, HVAC WORKS, LIFTS AND

GRIHA RATING SYSTEM

1.0 General

1.1 The following Additional Conditions and specification shall be read in conjunction with General Conditions of Contract and Specific Conditions of Contract. If there are any provisions in these Additional Conditions of Contract & specifications which are at variance with the provisions in the above mentioned documents, the provisions in these Additional Conditions of Contract & specifications shall take precedence.

1.2 Rates: - The quoted rates shall be for complete items of work i.e. inclusive of material, labour, plant and machinery, tools and tackles, batching plant etc. including water & electricity, overheads charges, all taxes, statutory charges / levies applicable from time to time and others as specified etc, incidental works and all other charges for items contingent to the work, such as, packing, forwarding, insurance, freight and delivery at Site, watch and ward of all materials & successful installation, testing & commissioning at site etc.

2.0 Scope of Contract

2.1 The scope of work covers the supply, erection, testing and commissioning of the Civil, Plumbing, Fire Fighting & Electrical Systems, HVAC -Air- conditioning, Lifts & Landscaping works which also includes design & preparation of structural and all other detailed shop drawings, testing and commissioning of components and accessories.

Civil works, plumbing & Fire Fighting works, Fire Alarm System.

Electrical works, HVAC works & Lifts.

GRIHA Rating System.

2.2 The work shall be carried out in conformity with the relevant drawings and the requirement of architectural, electrical, structural, and other specialised service drawings approved by Engineer-in-charge/Consultant.

2.3 The Contractor shall make provision of hangers, sleeves, structural openings and other requirements during construction to avoid holding up progress of the construction schedule. The Contractor should ensure that the structure is designed for additional loads or cut outs. Subsequent Cutting holes in the RCC structural members /slab shall not be allowed.

2.4 The contract items comprises of furnishing of all materials, equipment, labour & transportation etc. necessary to render the installation/ item fully operational as per the intent of specification and drawings, including any necessary adjustment or corrections. Further the installation /item shall be in conformity with local laws and manufacturer instructions applicable.

3 Contract Drawings

3.1 The drawings issued with the Bid are diagrammatic only and indicate the extent and

Page 109: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 64 of 79

general arrangement of the installation. Drawings shall not be scaled.

3.2 The Contractor shall follow the Bid drawings for preparation of his detailed sanitary, plumbing & fire fighting & Shop drawings and for subsequent installation work and also cross check the drawings of other services to avoid subsequent complications in inter services. Any discrepancies observed should be immediately brought into the notice of Engineer-in-charge/Consultant and clarifications obtained. No changes from approved plans shall be made without prior approval of the Engineer-in-charge.

4 Shop Drawings

4.1 The Contractor shall furnish for approval of the Engineer-in-charge/Consultant three sets of detailed sanitary, plumbing, fire fighting (external & internal), Pump room & Shop drawings of all equipment and materials required to complete the work as per specifications well in advance. These drawings shall contain details of construction, size, arrangement, operating clearances, performance characteristics, and capacity of all items of equipment, as also the details of all related items of work of other trades. All shop drawings to be made in accordance with latest fire safety norms and building codes.

4.2 All drawings necessary for assembly, erection, maintenance, repair and operation of the equipment shall be furnished and different parts shall be suitably numbered for identification and ordering of spare parts.

4.3 For any amendments proposed by Engineer-in-charge /Consultant in the above drawings, the Contractor shall supply fresh sets of drawings with the amendments duly incorporated, along with the drawings on which corrections were indicated.

4.4 No material or equipment may be brought at Site until the Contractor has the approved Shop drawings for that particular material or equipment.

4.5 After approval of the drawings by the Engineer-in-charge/Consultant, the Contractor shall further furnish six sets of Shop drawings for the exclusive use of and retention by the Engineer-in-charge/Consultant /Client.

4.6 Approval of drawings by the Engineer-in-charge/Consultant shall not relieve the Contractor of any obligation to meet all the requirements of the Contract or of the correctness of his drawings. The Engineer's approval of specific item shall not mean the approval of the assembly of which it is a component. The Contractor shall be responsible for and is to bear the cost for all alternations of the works due to discrepancies or omission in the drawings or other particulars supplied by him, whether such drawings have been approved by the Engineer-in-charge/Consultant or not.

4.7 Where the work of the Contractor has to be installed in close proximity to, or will interfere with the work of other trades, the Contractor shall assist in working out the space conditions to make a satisfactory adjustment. If so directed by the Engineer, the Contractor shall prepare composite working drawings and sections to a suitable scale not less than 1:50, clearly showing how his work is to be installed in relation to the work of other trades. If the Contractor installs his work before coordinating with other trades, and it is cause for any interference with the work of other trades, he shall make all the necessary changes without extra cost.

4.8 All shop drawings and detail drawings will be made as per requirements of local authorities and tender drawings incorporating all latest regulations and requirements. No separate drawings will be, issued for making shop drawings.

Page 110: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 65 of 79

5 Samples and Catalogues

5.1 Prior to ordering any equipment/ material/ system, the Contractor shall submit to the Engineer-in-charge/Consultant the catalogues, along with samples from approved list of manufacturers. No material shall be procured without written approval of the Engineer-in-charge / Consultant.

5.2 Approval of Materials

All materials used on the Works shall be new and of the best quality and make available,

conforming to the relevant specifications of the contract. Prior approval shall be obtained

in writing from the Engineer-in-charge/Consultant for all materials proposed and when

necessary, approved samples duly identified and labelled shall be deposited with the

Engineer-in-charge/Consultant and shall be kept in the sample room at Site. List of

approved make indicates make / manufacturer generally acceptability. Final choice of

make / manufacturer of material & models shall be with the Engineer-in-charge

/Consultant.

6 Material and Equipment

6.1 All material and equipment shall conform to the relevant Indian Standards and bear IS marking where ever applicable.

6.2 Where interfacing is involved, both equipments shall be mutually compatible in all respects.

6.3 Where an item of equipment, other than as specified or detailed on the drawings, is approved by Engineer-in-charge/ Consultant, requires any re-design of the structure, partitions, foundation, piping, writing or any other part of the mechanical, electrical or architectural layout, all such re-design, and all new drawings and detailing required therefore, shall be prepared by the Contractor at his own expense and approval obtained by the Engineer.

6.4 All similar equipment, materials, removable parts of similar equipment etc. shall be inter-changeable with one another.

6.5 Approved makes for materials and vendor list

The contractor shall procure materials as scarified in the vendor lists enclosed, the

particular material shall be got approved from the Engineer - in- Charge before

procurement.

7 Conformity with Statutory Acts, Rules and Standards

7.1 The installation shall be in conformity with the Bye-laws Regulations and Standards of the local authorities applicable to the installations. But if the specifications and drawings call for a higher standard of materials and/or workmanship than those required by any of the above regulations and those required by any of the above regulations and standards, then the specifications and drawings shall take precedence over the said Regulations and Standards.

7.2 However, if the drawings or specifications required something, which violates the Byelaws and Regulations, then the Bye-laws and Regulations shall govern the requirement of such installation/drawings.

Page 111: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 66 of 79

7.3 Indian Standards: The System / Components shall conform to relevant Indian standards wherever they exist and to the National Building Code Amended up to date.

7.4 Nothing in these Specifications shall be construed to relieve the contractor of his responsibility for the design, Manufacture and installation of equipment with all its accessories in accordance with applicable statutory regulations and safety codes in force.

8 Manufacturer's Instructions

Where manufacturers have furnished specific instructions relating to the materials and

equipment used, covering points not specifically mentioned in these documents, manufacture's

instructions shall be followed with the approval of Engineer-in-charge.

9 Training and Operating Instructions

9.1 If required by the Engineer-in-charge / Consultant, the Contractor shall at his cost, train members of the maintenance staff either at his or the subcontractor's workshop or at such other place or places as may be considered suitable by the Engineer-in-charge / Consultant.

9.2 Upon completion of all work and all tests, the Contractor shall furnish the necessary skilled labour and helpers for operating the entire installation for a period of fifteen (15) working days. During this period, the Contractor shall instruct and train the Engineer-in-charge /Consultant/ client representative in operation, adjustments and maintenance of the equipment installed.

9.3 The Contractor shall submit to the Engineer-in-charge /Consultant draft comprehensive operating instructions and maintenance schedule for all systems and equipment included in this Contract. This shall be supplemented, not substituted, by manufacturer's operating and maintenance manuals. Upon approval of the draft, the Contractor shall submit to the Engineer-in-charge/Consultant four (4) complete bound sets of operating and maintenance schedules along with manufacturers printed literature.

10 Inspection and Testing

10.1 The Engineer-in-charge / Consultant reserve the right to request inspection and testing at manufacturer's Works at all reasonable times during manufacture of items for this Contract.

10.2 The Engineer-in-charge / Consultant or his authorized representative shall have full power to inspect the materials and workmanship at the Contractor’s Works or at any place from which the materials or equipment is obtained. Approval by the Engineer-in-charge /Consultant of any material or equipment shall in no way relieve the Contractor of his responsibility for meeting the requirements of the specifications. All incident expenditure like travelling, boarding and lodging etc shall be borne by the contractor.

10.3 Routine and typical tests for the various items of equipment shall be performed at the Contractor's Workshop in the presence of Engineer-in-charge/Consultant or his authorized representative, results recorded and test certificates issued.

10.4 After installation has been virtually completed, the Contractor shall carry out under the direction and in the presence of the representative of the Engineer-in-charge such tests and inspections as have been specified, or as considered necessary to determine whether or not the requirements of the item, drawings and specifications have been fulfilled. In case the

Page 112: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 67 of 79

work does not meet the full intent of the drawings and specifications and further tests after making require changes and as considered necessary shall be done again, the Contractor shall carry them out and bear the expenses thereof. If test fail to demonstrate the satisfactory nature of the installation or any part thereof, then no claims for the extra cost of modifications, replacement or retesting will be considered. The decision of the Engineer shall be regarded as final as to what constitutes a satisfactory test.

10.5 The above general requirements as to testing shall be read in conjunction with any particular requirements specified elsewhere

10.6 The Contractor shall provide all necessary instruments such as Theodolite, Dumpy level, steel tapes, weighing machine, plumb bobs, spirit levels, hammers, micro-meters, thermometers, hydraulic cube testing machine, smoke test machine and labour for conducting tests. All such equipments shall be tested for calibration by an approved laboratory. The Contractor shall make adequate records of the test procedures, readings and results to be maintained by the Engineer-in-charge/Consultant who shall issue test certificates signed by the person authorized by him.

11 Test Certificates

The contractor shall submit test certificates for all the materials / systems issued by

government recognized inspection / office / manufacturer certifying the Equipment /

Materials / installation and its function are in agreement with the requirements of relevant

specification and accepted standards.

12 Performance Guarantee

It is clearly understood that the specifications, drawings, schedule of quantities for

firefighting system are for bidder’s guidance only. The bidder shall carry out necessary

calculation and provide alternative equipment required to achieve the specified level of fire

fighting required for human safety. Complete sets of Architectural Drawings shall be available at

site in the Engineer-in-charge / Consultant office and reference may be made to these drawings

as required for calculations or for other details. The contractor shall also guarantee that

performance of various equipments, individually, shall not be less than, the specified ratings.

13 Quiet Operation and Vibration

All equipments shall operate under all conditions of designed load without any sound or

vibration, which is considered objectionable by the Engineer-in-charge. Such conditions shall be

corrected by the Contractor at his own expense. Decision of the Engineer-in-charge / Consultant

shall be final in this regard.

14 Accessibility

The Contractor shall locate all equipment, which require servicing, operation or regular

maintenance in a fully accessible positions. The exact location and size of access panels,

required for each valve or other devices requiring attendance, shall be finalized and

communicated to Engineer - in- Charge well in time, to facilitate working by other agencies,

failing this, the Contractor shall make all the necessary repairs and changes at his own expense.

Page 113: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 68 of 79

15 Handing over & Taking over process

For handing over & taking over process in addition to clauses specified elsewhere, following services

/ works shall to be complied by the main contractor:

a. Submission of Guarantees in stamp paper, of appropriate value, (format approved by Engineer-in-charge/Consultant) for all water proofing treatment executed in the works for a period of ten years. If any defects noticed within 10 years from completion of defect liability period the main contractor shall be sole responsible for the defects and same shall be rectified by the main contractor as per information from client within a period of 10 days from the notice.

b. Rectification of all defects shall be carried out by the main contractor before Handing over/Taking over process.

c. As built drawings : - 4 (four) sets for Architectural, Structural, Plumbing, Electrical, HVAC system, Specialized services and other required drawings as approved by Engineer-in-charge / Consultant shall be submitted by the main contractor before handing over & taking over process.

d. All services/equipments to be run and check before handing over & taking over process as per requirements of Engineer-in-charge/Consultant.

e. Contractor has to arrange water, electricity, fuel , consumables and manpower at their own cost for the purpose of testing of services and equipments. No amount shall be payable on this account.

f. Main contractor shall submit catalogues, brochures, operation manual, manufacturer test certificate, Guaranty/Warranty papers, license etc for all equipments/materials before handing over & taking over process.

(B) RELATING TO CIVIL WORKS

(i) All concrete work will be strictly done by automatic computerized batching plant of suitable capacity installed at site or RMC as per approval of Engineer-in-Charge / HLL. No concrete work will be permitted without automatic batching plant unless specifically approved in writing by Engineer-in-Charge / HLL. Transportation of the mix concrete shall be through transit mixers and concrete pumped through suitable concrete pumps and pipes arrangement and vibrated by vibration machines, materials lifts shall also be provided at site as and where required.

(ii) Mix Design of Concrete:- The contractor shall carry out the mix design for the relevant item of concrete from a reputed institution / laboratories as approved by Engineer-in-charge / Consultant at his own expenses within 15 days from notification of award. Samples of materials (i.e. Cement, Coarse & fine aggregates) shall be jointly sealed jointly by Engineer-in-charge /Consultant and contractor before sending the same for Mix design. The design mix may be with or without admixtures as per specifications /requirements at site.

(iii) Reinforcement Steel conforming to BIS specifications (latest edition) shall be procured directly from main manufacturers or their authorised dealers as per the approved list provided in the agreement. The manufacturer has to give a certificate that the material supplied is not a re-rolled product. Relevant vouchers & test certificates will be produced by the contractor. Re-rolled sections will not be allowed.

Page 114: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 69 of 79

Reinforcement steel, structural steel shall be stored and stacked in such manner so as to facilitate easy identification, removal etc. The contractor shall take proper care to prevent direct contact between the steel and the ground/ water for which he shall provide necessary arrangement at his own cost including ensuring proper drainage of area to prevent water logging as per directions of the Engineer-in- charge/Consultant. Steel shall also be protected, by applying a coat of neat cement slurry over the bars for which no extra payment shall be made. Test certificates for each consignment of steel shall be furnished and further tests shall be got carried out from the authorized laboratory as per the directions of Engineer-in-charge /Consultant, before incorporating the materials in the work.

(iv) Marine plywood only or steel plates of minimum thickness as approved by Engineer-in-charge / Consultant shall be used for formwork. All shuttering material to be used at site will be new / just like new as approved by Engineer-in-charge/Consultant The shuttering plates shall be cleaned and oiled after every repetition and shall be used only after obtaining approval of Engineer’s representative at site. The number of repetitions allowed for plywood and steel shuttering shall be at the discretion of Engineer-in- charge / Consultant depending upon the condition of shuttering surface after each use and the decision of Engineer-in-charge/ Consultant in this regard shall be final and binding on the contractor. No claim whatsoever on this account shall be admissible.

(v) Anti-termite treatment & waterproofing treatment:-

a. The treatment against water-proofing of basement, roofs, water retaining areas and termite infestation shall be of type and specifications as given in the schedule of quantities and remain fully effective for a period of not less than 10 (Ten) years to be reckoned from the date of expiring of the Defect Liability period, prescribed in the contract. At any time during the said guarantee period if the Client Engineer-in-charge / Consultant or his representative finds any defects in the said treatment or any evidence of re-infestation, dampness, leakage in any part of buildings or structure and notifies the contractor of the same, the contractor shall be liable to rectify the defect or give re-treatment and shall commence the work or such rectification or re-treatment within seven days from the date of issue of such letter to him. If the contractor fails to commence such work within the stipulated period, the Client Engineer-in-charge /Consultant or his representative may get the same done by another agency at the Contractor’s cost and risk and the decision of the Client/ Engineer-in-charge / Consultant for the cost payable by the contractor shall be final and binding upon him. Re-treatment if required shall be attended to and carried out by the Contractor within seven days of the notice from the client or his representative.

b. Water proofing and anti-termite treatment shall be got done through approved specialized agencies only with prior approval of the Engineer-in-charge / Consultant or his representative. During the execution of work, if any damage shall occur to the treatment already done, either due to rain or any other circumstances, the same shall be rectified and made good to the entire satisfaction of the client or his representative by the contractor at his costs and risks.

c. The contractor shall submit a guarantee bond for the water proofing and anti-termite work executed under the contract in a format specified in the GCC. Further

Page 115: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 70 of 79

a security deposit amounting to 10% of the cost of these items as executed shall be retained for a period of 10 years with effect from actual date of actual completion of the work. 50% of the security deposit shall be released on successful completion of 5 years period and the balance shall be released on completion of 10 years.

(vi) Records of Consumption of Cement & Steel –

a. For the purpose of keeping a record of cement and steel received at site and consumed in works, the contractor shall maintain a properly bound register in the form approved by the Engineer-in-charge / Consultant, showing columns like quantity received and used in work and balance in hand etc. The contractor’s representative shall sign this register daily.

b. The register of cement & steel shall be kept at site in the safe custody of Engineer-in-charge / Consultant during progress of the work. This provision will not, however, absolve the contractor from the quality of the final product.

C) RELATING TO ELECTRICAL WORKS & INSTALLATIONS

1.0 General

i. The electrical installation shall be in total conformity with the control wiring drawings prepared by the Contractor and approved by the Engineer-in-charge & shall be connected and tested in the presence of an authorized representative of the Contractor and of the Engineer - in- Charge.

ii. The responsibility for the sufficiency, adequacy and conformity to the Contract requirements of the electrical installation work lies solely with the Contractor.

2.0 Regulations and Standards

The installations shall conform in all respects to Indian Standard Code of Practice for Electrical

Wiring Installation IS: 732-1989 and as per latest CPWD General Specification for Electrical

Works as mentioned in Schedule “F” of General Conditions of Contract. It shall also be in

conformity with the current Indian Electricity Rules and regulations in so far as these are

applicable to the installations. Wherever these Additional Specific Conditions calls for a higher

standard of material and/or workmanship than those required by any of the above regulations,

then this Additional Specific Conditions shall take precedence over the said Regulation and

Standards. External works & fire detection & alarm system works to be done as per CPWD

specification & relevant BIS codes.

3.0 Completeness of Bid

All sundry fittings, assemblies, accessories, hardware items, foundation bolts, termination lugs for

electrical connections as required, and all other sundry items which are useful and necessary for

proper assembly and efficient working of the various components of the work shall be deemed to

have been included in the Bid rates and prices, whether such items are specifically mentioned in

the Bid documents or not.

4.0 Works to be done by the Contractor :-

Unless and otherwise mentioned in the Bid documents, the following works shall be done

by the Contractor, and their cost shall be deemed to be included in the contract price:

Page 116: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 71 of 79

i. Foundations for equipment and components where required, including foundation bolts

ii. Cutting and making good all damages caused during installation and restoring the same to their original finish

iii. Sealing of all floor openings provided for pipes and cables, from fire safety point of view, after laying of the same

iv. Painting at site of all exposed metal surfaces of the installation other than pre-painted items like fittings, fans, switchgear/ distribution gear items, cubicle switch board etc. damages during erection, shall however be rectified by the contractor.

v. Testing and commissioning of complete installation

5.0 Completion Certificate by the licensed supervisor

On completion of the installation, a certificate shall be furnished to the Engineer-in-charge, by

the Contractor, countersigned by the licensed supervisor under whose direct supervision the

installation was carried out. This Certificate shall be in the prescribed form as required by

the local authority. On the basis of this certificate, the Contractor shall arrange for inspection of

installation by the concerned local authorities.

6.0 Completion Drawings

On completion of the work, the Contractor shall at his own cost submit to the Engineer-in-

charge / Consultant 4 (four) sets of layout drawings drawn at the approved scale indicating the

installation. These drawings shall clearly indicate the complete plant layouts, and piping layouts,

location wiring, exact location of all the concealed piping, valves, controls, wiring and other

services. The Contractor shall also submit 4 (four) sets of consolidated control diagrams,

technical literature on all automatic controls and complete technical literature on all

equipment and materials. The Contractor shall mount a set of all consolidated control diagrams

and all piping diagrams in a frame with glass, and display in the plant room

7.0 Interrelationship of Services

The Contractor shall keep a check at all stages and supervise at the point of connection the

associated civil, HVAC, electrical and plumbing works like underground and overhead tanks,

power supply and installation of makeup water connection, drain connection in the fire

fighting tanks and vicinity of plant room etc. In case of any discrepancy the same should be

brought into the knowledge of Engineer-in-charge / Consultant in writing, all rectifications etc,

required in future as a result of failure on the part of the contractor to do so, shall be carried out

by the Contractor at his own expenses.

8.0 Check List

The Contractor shall provide to the Engineer-in-charge / Consultant 4 (four) copies of a

comprehensive maintenance checklist and shall place a copy of it in the Plant Room. The

checklist shall be a list of each piece of equipment in this Contract, and shall provide a space for

record of maintenance provided and status of various equipment during the maintenance

period. This list shall be updated every month at the time of inspection. The Contractor shall

Page 117: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 72 of 79

certify on this check list that he has examined each piece of equipment and that; it is operating

as intended in the contract.

9.0 Repairs

All equipment that requires repairing shall be immediately serviced and repaired during the

maintenance period. All spares/parts and labours shall be furnished by the contractor free of

cost.

10.0 Control System

During the maintenance period, the Contractor shall monthly check all controls in various areas

to ensure that these are functioning satisfactorily. This shall apply to all pressure switches and

pressure gauges, contacts, relays, controller switches, high and low pressure cut-outs etc.

11.0 Reference Points

Contractor shall provide permanent bench marks, flag tops and other reference points in

consultation with Engineer-in-charge/Consultant for the proper execution of work and these

shall be preserved till the completion of the work.

12.0 Licenses and Permits

i. Contractor or the approved specialized agency engaged by them shall hold a valid plumbing, electrical, HVAC, Lifts, license issued by the Competent Authority under whose jurisdiction the work falls.

ii. The contractor has to take all the approvals of local bodies for all the addition/deletion over the approved building plans which are to be given by the Engineer-in-charge/Consultant. The documents/drawings to be prepared and submitted in the manner desired by them after the same is approved by Engineer-in-charge /Consultant. Contractor has to take approvals of entire/Part works if required before start of works. Contractor will be responsible for any work at site carried out without approval of municipal or local bodies.

iii. Contractor shall keep constant liaison with the competent Municipal or other authority and obtain approvals for all drainage and water supply works carried out by him.

iv. Contractor shall obtain from the competent Municipal Authority completion certificates with respect to his work as required for occupation of the building.

v. Any fees in connection with obtaining the approvals on behalf of the Client from the statutory bodies/Corporations/Government departments, etc. shall be paid by the Contractor and the same shall be reimbursed on production of original vouchers. Necessary endorsement / application if required shall be arranged from the Engineer-in-charge/Consultant/Client.

vi. Before undertaking of works for HVAC, Lifts, Electrical, Anti Termite Treatment, Water proofing, Fire Fighting, Fire alarm system, PA system, EPABX System, Horticulture Works etc., the contractor must take approval of specialized agencies proposed to be engaged by him from Engineer-in-charge/Consultant.

Page 118: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 73 of 79

13.0 Cutting of structural members

No structural member shall be chased or cut without the written permission of the

Engineer-in- Charge/Consultant.

14.0 Operation and Running of entire system

The contractor shall ensure smooth operation & running of entire sanitary, HVAC , Lifts,

plumbing and fire fighting system including pumps and RO plant, solar water heating system etc.

for a minimum period of one month after satisfactory completion of work as desired by

Engineer. Cost of such operation & running of entire system including required material e.g. fuel,

consumables, tools & tackles, requisite manpower etc. shall be borne by the contractor &

deemed to be included in the contract price , nothing shall be paid on this account.

15.0 Regulations and Standards

The installations shall conform in all respects to Indian Standard Code of Practice for Electrical

Wiring Installation IS: 732-1989 and as per latest CPWD General Specification for Electrical

Works as mentioned in Schedule “F” of General Conditions of Contract. It shall also be in

conformity with the current Indian Electricity Rules and regulations in so far as these are

applicable to the installations. Wherever these Additional Specific Conditions calls for a higher

standard of material and/or workmanship than those required by any of the above regulations,

then this Additional Specific Conditions shall take precedence over the said Regulation and

Standards. External works & fire detection & alarm system works to be done as per CPWD

specification & relevant BIS codes.

16.0 Tools for Handling and Erection

All tools and tackles required for handling of equipments and materials at Site of work as well as

for their assembly and erection and also necessary test instruments shall be the responsibility of

the Contractor.

17.0 Drawings

The drawings indicate the extent and general arrangements of the fixtures, controlling switches,

wiring system etc. and are essentially diagrammatic explanation. The drawings indicate the

points of termination of conduit runs and broadly suggest the routes to be followed. The

Contractor shall submit six sets of working electrical drawings based on tender drawing including

reflected ceiling plan coordinating other essential building services for the Engineer-in-charge

/Consultant’s approval. Contractor has to make necessary changes if any as per comments given

by Engineer-in-charge /Consultant before execution. The work shall be executed as indicated in

the approved drawings, however any minor changes found essential to co-ordinate the

installation of this work with the other trades shall be made in consultation with the Engineer-

in-charge/Consultant.

The drawings are for guidance of the contractor and exact locations, distance and levels shall be

governed by the building. The Contractor shall examine all architectural, structural, plumbing

and sanitary & electrical drawings before starting the work any discrepancies noticed shall be

Page 119: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 74 of 79

reported to the Engineer-in-charge / Consultant for clarification. In case of failure to do so

Contractor shall not be entitled to any cost for omissions or defects in electrical drawings due to

any conflict with other services work.

18.0 Conduit/ Trunking Layout

Prior to the laying of the conduits and trunking, the Contractor shall examine/ study

drawings and report to Engineer-in-charge/Consultant .If he desires to make any changes from

Engineer-in-charge /Consultant proposed conduit layout plan and shall get the same approved

from Engineer-in-charge /Consultant .

19.0 Shop Drawings

The Contractor shall prepare and submit to the Engineer-in-charge/Consultant for his approval

detail shop drawings for Main & Sub Panels / Distribution Boards, Distribution Boards, special

pull boxes, light & fan switch boards, telephone distribution boards, FDA system and lightning

protection system and other equipment to be procured/ fabrication by the Contractor before 15

days of placing of the orders with manufacturers/suppliers.

20.0 Manufacturer's Instruction

Manufacturer instructions for approved products shall be followed in consultation with

Engineer-in-charge/Consultant.

21.0 Materials & Equipment

All materials and equipment shall be ISI marked and shall be of the make and design

approved by the Engineer-in-charge/Consultant . Unless otherwise called for, only the best

Grade of materials and equipment shall be used. The Contractor shall be responsible for the safe

custody of all materials and equipment till these are taken over by client and shall insure them

against theft, damage by fire, earth quake etc. A list of items of materials and equipment,

together with a sample of each shall be submitted to the Engineer-in-charge/Consultant for his

approval and shall be kept in the sample box.

22.0 Scale

All drawings shall be prepared to the scale as required for proper explanation and shall indicate

the size and location of all equipments and accessories therein. The Contractor shall follow all

dimensions of approved architectural drawings for the work or part concerned and check

proposed drawings for any interference with the building structure or other equipment or

services.

23.0 Brochures and Data

The Contractor shall submit four copies of all brochures / manufacturer's description data,

operation manuals with internal complete circuit diagrams and other similar literature while

obtaining the approval of product Engineer-in-charge/Consultant.

Page 120: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 75 of 79

24.0 Approval of Shop Drawings

The approval of shop drawings, schedule, brochures etc. by Engineer-in-charge / Consultant

shall be an approval of general details and arrangements only and shall not relieve the

Contractor from responsibility for any deviation from drawings or specifications unless he has in

writing informed by Engineer-in-charge/Consultant of such deviations at the time of

submission of the drawings nor shall it relieve the Contractor from any responsibility for errors

or omissions of any kind in the shop drawings.

25.0 Samples & Catalogues

Contractor shall submit the samples & catalogue of the material, which are proposed to be used

at Site as per the approved makes for obtaining approval of the by Engineer-in-

charge/Consultant.

26.0 Approval of Materials

All materials used on the Works shall be new and of the best quality available, conforming to the

relevant specifications. Prior approval shall be obtained in writing from the by Engineer-in-

charge/Consultant for all materials proposed and when approved, sample shall be duly

identified and labeled, it shall be deposited with the by Engineer-in-charge/Consultant and

shall be kept in the sample’s room at Site.

27.0 Inspection, Testing and Inspection Certificate

1. The Engineer-in-charge /Consultant and their authorized representative shall have at all reasonable times access to the Contractor's premises or Works and shall be at liberty to inspect and examine the materials and workmanship during its manufacture or erection even when they are being manufactured or assembled at other premises.

2. The Contractor shall arrange all the materials and labour required for inspection of equipment or for any testing to be carried out at his/ manufacturer's works or at Site. Notice for such inspection/ presence for testing shall be given to the Engineer-in-charge / Consultant by the Contractor at least fifteen (15) days in advance together with the routine test certificates of the equipments/ materials given by the manufacturer.

3. Notwithstanding approval of tests or equipment by the by Engineer-in-charge/ Consultant, the Contractor shall be required to perform site tests and prove the correctness of ratings and performance of equipment / machinery and materials supplied and installed by the Contractor as per the Contract specifications and conditions. The Engineer-in-charge / Consultant shall also have the power to order the material or work to be tested by an independent agency at the Contractor's expense in order to prove soundness & adequacy.

28.0 Schedule & Manner of Operation

Time being the essence of this Contract, Contractor shall arrange for all required labour &

material in sufficient quantities and at appropriate time, execute as per schedule for execution

of work to meet the contract period requirement and so manage the operations that the work

shall be completed in time as provided in the contract.

Page 121: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 76 of 79

29.0 Performance Guarantee Certificates for Equipment

All equipment shall be guaranteed against unsatisfactory performance and/or break down for a

minimum period of 12 (Twelve) months from the date of handing over of complete work to the

by Client/ Engineer-in-charge/Consultant. The equipment or component or any other part of

installation so found defective within the guarantee period shall be replaced / repaired by the

Contractor free of cost to the satisfaction of the Client / Engineer-in-charge/Consultant. The

above guarantee and/ or warrantee provided by the manufacturer will be submitted along with

all the test certificates from manufacturer to Engineer-in-charge/Consultant.

30.0 Conformity with Statutory Acts, Rules and Standards

1. All installations shall be in conformity with the Bye-laws, Regulations and Standards of the local authorities applicable them. But if the specifications and drawings call for a higher standard of material and/or workmanship than those required by any of the above Regulations and Standards, then the specifications and drawings provided in the contract shall take precedence over the said regulations and standards.

2. However, if the drawings or specifications required something which violates the Bye-laws and Regulations, then the Bye-laws and Regulations shall govern the requirement of this installation.

3. Indian Electricity Act and Rules: All electrical works in connection with installations of the system shall be carried out in accordance with the provision of the Indian Electricity Act, 1910 and the Indian Electricity Rules 1956, both amended up to date.

4. CPWD Specification: as at Schedule “F” of GCC.

5. Indian Standards: The system / components shall conform to relevant BIS wherever they exist and to the National Building Code-2005 with latest amendments / addendums.

6. Nothing in these specifications shall be construed to relieve the Contractor of his responsibility for the design, manufacture and installation of the equipment with all its accessories in accordance with applicable Statutory Regulations and safety codes in force.

31.0 Completion Drawings (As Built Drawings)

1. On completion of the work and before issue of certificate of virtual completion, the Contractor shall submit to the Client/Engineer-in-charge/Consultant, completion plan drawn to a scale in the manner decided by him including the under mentioned details along with one set of computer CD containing the data.

a. Run and size of conduits, inspection boxes, junction boxes and pulls boxes

b. Number of circuits in each conduit

c. Location and rating of sockets and switches controlling the light and power

outlets

d. Location and details of main & sub distribution boards, distribution boards

indicating the circuit number controlled by them

e. Type of fitting viz. fluorescent, pendants, brackets, bulkhead etc., including their

Page 122: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 77 of 79

rating & type of lamp, fans and exhaust fans

f. A complete wiring diagram as installed and schematic drawings showing all

connections for the complete electrical system

g. Location of telephone outlets, junction boxes and sizes of various conduits and

number & sizes of wire drawn

h. Layout of telephone cables

i. Location of all earthing stations, route and size of all earthing conductors,

manholes etc.

j. Layout and particulars of cables & sub mains.

k. Schematic drawing for telephone system

l. Layout of conduits for computer outlet points

m. Layout and details of lightning protection system.

n. Insulation tests and earth test results

o. PA System drawings

p. Disc Antenna drawings

q. Equipment drawings

r. Cable route layout of HT, LT & other cables

s. External lighting drawing with road layout

32.0 Checking of BOQ Quantities

All quantities indicated in BOQ are tentative which may vary as per site conditions. Contractor

has to verify quantities before procuring the materials. No payment shall be payable for quantity

brought to site but not used.

33.0 Terms of Payment

A. For items covered by CPWD Specifications (Part-IV -Sub Station -2007 & Part-VII -DG Sets-2006) as given below:

i. 85% after initial inspection and delivery at site in good condition on pro-rata basis. ii. 10% after completion of installation in all respects.

iii. Balance 5% will be paid after testing, commissioning and handing over to the client/ HLL for beneficial use.

B. For other items not covered in the above CPWD Specifications, payment shall be made as per GCC.

Page 123: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 78 of 79

34.0 Training of Personnel

The Contractor shall arrange for training of the Client's personnel prior to provisional take over

of the project for the following:

a. Telephone Exchange b. All other Equipment like pumps, panels etc. c. Adjustment of setting for controls and protective devices d. Preventive maintenance e. Operation of all electrical panels including their interconnectivity and interlocking

scheme f. Hot Water Boiler g. Any other specialized system as executed under this contract

35.0 Completion Certificate

1. On completion of the installation, a certificate shall be submitted to the Engineer-in-charge /Consultant by the Contractor which shall be countersigned by the agency under whose direct supervision the installation was carried out. This certificate shall be in the prescribed form as required by the local authority. On the basis of this certificate, the Contractor shall arrange for inspection of installation by the concerned local authorities.

2. The Contractor shall be responsible at his own cost for getting the installation duly approved by the authorities concerned.

36.0 Check List

The Contractor shall provide to the Client/Engineer-in-charge/Consultant , 4(four) copies of

a comprehensive maintenance checklist and shall paste a copy of it in the Substations & Plant

Room. The checklist shall be a list of each piece of equipment in this Contract, and shall provide

a space for each of the next fifty-two weeks to record the maintenance results and status of

various equipment each month i.e. at the time of inspection. The Contractor shall certify on

this check list that he has examined each piece of equipment and that, in his opinion, it is

operating as intended by the manufacturer, and that all necessary tests have been performed.

37.0 Repairs

All equipment that requires repairing shall be immediately serviced and repaired during the

defect liability period. All parts and labours shall be furnished free of cost to the client.

38.0 Safe Custody and Storage

Safe custody of all machinery and equipment dismantled, shifted & supplied by the

Contractor shall be his own responsibility till the final taking over by the Client/Engineer-in-

charge/ Consultant. The Contractor should, therefore, employ sufficient staff for watch and

ward at his own expenses. Client/Engineer-in-charge/Consultant may, however, allow the

Contractor to use the building space for temporary storage of such equipment, if such space

is available.

Page 124: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 79 of 79

39.0 Testing and Commissioning

The Contractor shall pay for and arrange without any cost to the Engineer-in-charge /

Consultant, all necessary balancing and testing equipment, instruments, materials,

accessories, power, water, fuel and the requisite labour for testing. Any defects in materials

and/or in workmanship detected in the course of testing shall be rectified by the Contractor

entirely at his own cost, to the satisfaction of the Engineer-in-charge/Consultant. The installation

shall be retested after rectification of defects and shall be commissioned only after approval by

the Engineer-in-charge /Consultant. All tests shall be carried out in the presence of the Engineer-

in-charge /Consultant or his representative.

40.0 Operation and Running of entire system

The contractor shall pay for and arrange for operation & running of entire electrical system and

other equipment for a minimum period of one month after satisfactory completion of work as

desired by Engineer-in-charge/ Consultant. Cost of operation & running of entire system

including required material e.g. fuel, water ,electricity consumables, tools & tackles,

requisite manpower etc. shall be deemed to be included in the contract price and nothing extra

shall be paid.

41.0 Layout of all services, operating and maintenance instructions. DO’s and Don’ts’s etc for all the plant rooms, pump room, control panels etc must be equipped with coloured layout of services for the each floor. Operation and maintenance manual of the respective services, Do’s and don’ts’s for all the plants, machinery & services to be installed with every individual units.

Page 125: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 1 of 508

VIBHUTI KHAND,

GOMTI NAGAR,LUCKNOW

TENDER DOCUMENT

FOR DEVELOPMENT OF CSIR INNOVATION

COMPLEX AT CSIR-NIO REGIONAL CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS,

ANDHERI (W), MUMBAI

TECHNICAL SPECIFICATION & LIST OF MAKES

VOLUME - III

Page 126: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 2 of 508

SPECIFICATIONS &

LIST OF MAKES

Page 127: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 3 of 508

Specifications All works shall be carried out as per detailed C.P.W.D. specifications, schedule of finishes as annexed, unless otherwise specified and as per directions of Engineer-in-charge. Project Manager

………………………………………Unit,

District…………………………………

Page 128: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 4 of 508

CIVIL INTERIORS

SYSTEM DESIGN DATA AND GENERAL REQUIREMENTS

GENERAL TECHNICAL SPECIFICATIONS

WOODEN JOINERY

1.0 GENERAL

1.1 Indian Standards

Work shall be carried out to Indian Standards and Code of practices. In absence International standards shall be followed. These shall be latest issue. List given hereunder is not to be considered as conclusive and is for reference and guidance only. Any discrepancies / conflict noticed shall be directed to the ENGINEER IN CHARGE for his direction / approval. However as a general rule more stringent specification shall take precedence.

IS 287 Recommendation for maximum permissible moisture content for timber used for different purposes in different zones.

IS 401 Code of practice for preservation of timer.

IS 848 Specification for synthetic resin adhesives for plywood (Phenolic and amino plastic).

IS 851 Specification for synthetic resin adhesive for construction (non-structural) in wood.

IS 1141 Code of practice for seasoning of timber

IS 1328 Specification for veneered decorative plywood

IS 1508 Specification for external for use in synthetic resin adhesives (urea- formaldehyde) plywood.

IS 2036 Phenolic laminated sheet

IS 2202 Specification for wooden flush door shutter (Solid core type) Part I Plywood face panels Part II Particleboard and hard board face panels

IS 2221 Method of test for Amino plastic moulding material

IS 4020 Method of tests for shutters Part 1 to 15

IS 4021 Specification for timber doors, window and ventilator frames.

IS 4913 Code of practice for selection, installation and maintenance of timber doors and windows.

IS 7638 Method of sampling for plywood, fiber hardboard, insulation boards and particle boards

IS 9307 Method of Test for wood based structural sandwich construction. Part 2 Edgewise compression test. Part 3 Flat wise compression test. Part 4 Shear test

IS 303 Specification for surface requirement of plywood

IS 12120 Code of practice for preservation of plywood and other panel products.

1.2 Quality Assurance

Page 129: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 5 of 508

1.2.1 Comply with standards specified for material and workmanship

1.2.2 Supervision and workmen employed shall be experienced in field of carpentry works and shall be able to guarantee workmanship and finish of standards as established and approved by the ENGINEER IN CHARGE.

1.2.3 Shutters manufacturer shall have ISI certification and each shutter received at site shall bear stamp of ISI, manufacturer and type of product, batch no., etc.

1.2.4 Shutter manufacturer shall have minimum 7 (seven) years experience in this product.

1.3 Submittals

1.3.1 For approval the contractor shall submit with detail note

a) Literature / Catalogue of product to be used. b) Test certificates from independent laboratories conforming that product meets standards

specified. c) Manufacturers certification that product meets / exceeds specification for the project. d) Samples

i. Timber piece - 300x100x60 mm 3 Nos. ii. Shutter - corner piers showing detail construction.

iii. Veneers - 300x300mm iv. Laminates - 300x300 with shade samples v. Samples with polish / paint finish as specified.

vi. Joinery details

1.3.2 Shop Drawings

The contractor shall prepare joinery detail drawing for site measurement. Drawings shall indicate each material, its installation, fixing details, finishing, and etc. all in plan, elevation, section and typical details

2.0 MATERIAL

2.1 Timber

2.1.1 Timber shall be of quality as specified in BOQ and well seasoned. When a kind of timber is not specified, good quality teak wood shall be used. It shall have uniform color, be free from defects such as cracks, dead knots, soft spongy spots and waves of injurious open shapes. Grains shall be reasonably straight. The individual hard and sound knot shall not be larger than 6 sq cm. The aggregate area of all knots shall not exceed 0.5% area of a piece. All timber is sawn unless otherwise stated.

2.1.2 All timber shall be treated with chemical wood preservatives and be kiln seasoned to IS 1141 and conform to IS 287 for moisture content. Maximum permissible limit shall be + 3% for average moisture content of all samples from a given lot and + 5% for individual sample of the given lot. This is applicable when thickness of timber is more than 50 mm. Small size tolerance shall be + 2% and + 3% respectively.

2.1.3 Timber used shall be treated with a 10 years guarantee and approved anti-termite treatment. Woodwork in contact with masonry or concrete shall be painted with hot bitumen collator before being placed in position.

Page 130: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 6 of 508

2.1.4 Timber received at site shall be marked and stamped for approval prior to being used at site.

2.1.5 Sizes specified are not indicative and shall be correct finished sizes within allowable tolerances.

2.1.6 All timber shall be finished to required dimension and texture prior to being treated for chemical preservation.

2.2 Plywood

2.2.1 Plywood used shall be BWP type, of specified thickness and conforming to IS test as specified. Hardwood will not be accepted in lieu of plywood.

Marine ply shall be used in damp and exposed weather location / conditions.

2.2.2 Veneers of plywood faces to be painted or finished with similar treatment or unaccessible needed not be totally free from knots, worm and beetle holes, splits, stains of glue or other acceptable defects.

2.2.3 Plywood face to be natural face finished and shall be totally free from knots, worm and beetle, holes, stain’s of glue splits or other acceptable defects.

2.3 Flush Shutters

2.3.1 Readymade flush shutters shall be as specified and shall comply with respective code of practice. Manufacturer's certificate confirming that shutters supplied comply to IS shall have to be obtained and submitted to the ENGINEER IN CHARGE. Also a copy of test certificate from an independent laboratory shall be obtained. Door shutter shall be tested from a laboratory to get confirmation that door shutter comply to IS specifications.

2.3.2 Shutters shall be of specified thickness. They will have natural ply or teak wood veneer finish or 1.2 mm thick melamine sheets as specified. These shall be hot pressed and bonded with water resistant formaldehyde synthetic resin of exterior quality as per IS specifications. The adhesive used for bonding cross band to core and face veneers to cross band shall conform to IS 848 (Phenolic and Amino plastic). Ensure that the adhesives are unaffected by any timber treatment.

2.3.3 Tolerance on width and height shall be + 2 mm. Tolerance on thickness shall be + 1mm. Thickness of shutter shall be uniform throughout. Variation permissible shall be 0.8 mm.

2.4 All fittings and fixtures shall be as specified in schedule or bills of quantity or as directed by the ENGINEER IN CHARGE. It shall be conforming to IS and shall be of Brass of approved make. Fittings shall be guaranteed by the manufacturer for its performance. Woods screws shall be matching and of type as required for each fittings and shall conform to IS.

2.5 Nails / screws

All nails, screws etc. shall be hot dip galvanized or of brass or non ferrous material or SS.

2.6 Adhesives and glue shall be as per IS for exterior quality and water repellent.

2.7 Approved primer and sealer for the paint shall be used.

* * * * *

Page 131: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 7 of 508

ALUMINIUM JOINERY

1.0 STANDARDS

1.1 Work under this contract shall be carried out to following Indian or International standards. Any conflict noticed in various standards and building regulations shall be reported to the ENGINEER IN CHARGE and his direction and approval to be obtained. However it shall be noted as general rule that the more stringent specification shall apply. All standards shall be the latest revisions.

IS 456-2000 Plain and reinforced concrete.

IS 875 Designed loads for building structures. o (Part I, II, III)

HE9 WP Aluminium Extrusion o (IS 63400 WP)

IS 1608 Tensile strength

IS 1948 Specification for aluminium doors, windows and ventilators.

IS 2853 Specification for toughened glass.

CP 118 Structural use of Aluminium

ASTM C 1046 Standard specification for Heat treated float glass FT and HS coated and uncoated glass.

IS 3548 Glazing in building

IS 3921 Aluminium channels

1.2 Quality Assurance

1.2.1 Manufacturer shall certify that sections extruded conforms IS / BS / ASTM standards specified.

1.2.2 Manufacturer shall have minimum ten years experience in extrusion.

1.2.3 The design engineer of the contractor shall have minimum five years experience in designing similar work.

1.2.4 The Contractor's design engineer shall certify that design meets standards, are safe and acceptable to local authorities.

1.2.5 Obtain aluminium through one source for each type.

1.3.0 Submittals

1.3.1 The Contractor shall submit detail literature, catalogues along with certification that material meets or exceeds standards specified.

1.3.2 The Contractor shall submit design calculations for every unit and shall include method of statement for fabrication, installation.

1.3.3 Shop drawings

Shop drawings shall be complete with following

Page 132: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 8 of 508

a) Fully dimensioned plans and elevations with detail co-ordination keys. b) Locations of exposed fasteners and joints. c) Indicate fabrication, installation and finish of specified systems.

Details shall be complete with following

Members dimensioned.

Joint connections for framing systems for doors, windows, louvers etc.

Anchorage.

System reinforcements, if any

Expansion and contraction provisions, if any.

Hardware including locations, mounting heights, reinforcements and special installation provisions, if any.

Glazing methods and accessories.

Notes on Internal sealant requirements and recommended types.

1.3.4 Contractor shall submit proforma of warranty from various manufacturers / suppliers for approval.

1.4 Delivery, Storage and Handling

1.4.1 Doors and frames cardboard wrapped and crated to provide protection during transit at site store. Additional care shall be taken to prevent damage to factory finish surfaces.

1.4.2 Inspect door frames and shutter on receipt at site to notify damage to supplier if found. Minor damages shall be repaired at site provided refinishes items match new work and acceptable to the ENGINEER IN CHARGE. Remove and replace damage item that cannot be repaired.

1.4.3 Store all material in dry lockable, ventilated shed. It shall be stored on wooden runners / packing’s and shall be off the ground minimum 150mm. In case of package damaged and wet during transit replace with new dry once.

2.0 MATERIAL

2.1 Aluminium

2.1.1 Aluminium Extrusion shall be of fully heat treated aluminium alloy confirming to IS (63400 WP/HE9WP) or equivalent BS standards 6063- T5. Framing material shall comply as under

For extrusion Alloy to BS 6063 - T5 or T6, and ASTM B221

For sheets Alloy to BS 5005 - H16 and ASTM B 209

Other alloys and temper recommended by the manufacturer appropriate for specified finish.

Minimum thickness 2.0 mm for framing members and rails, 1.8 mm for sheets and for glazing stops and similar components. Glazing beads shall be screw less type fitted into the frames.

Page 133: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 9 of 508

2.1.2 The extrusion shall be clean, straight and sharply defined lines. It shall be free from distortion and defects impairing strength, durability and appearance. Profiles shall be able to meet required strength in respect of tensile, shear and bending stresses. They shall be rigid and capable of providing local and lateral stability.

2.1.3 Internal reinforcement if any shall be of hot dip galvanized steel bars / pipes with separators to withstand designed criteria.

2.1.4 Anodized coating

General anodic oxidation of wrought aluminium should be confirming to minimum requirements laid down in BS3987. The film thickness to be minimum of:

Absolute local minimum thickness not to be less than 20 microns, however average minimum thickness on a single component shall not be less than 25 micron but limited to maximum 35 microns.

Anodizing method to be preferably electrolytic coloured (BS 3987). Dyed anodizing method is not acceptable.

2.2 Fasteners

2.2.1 All fixing anchor, bolts, screws, nuts, washers or other miscellaneous anchoring / fixing devices shall be of non magnetic stainless steel or other non corrosive materials compatible and approved by ENGINEER IN CHARGE. These materials shall be compatible with finished aluminium used in work and shall provide adequate strength.

a) Exposed conditions : Stainless steel with EPDM or Neoprene Gasket washers. b) Concealed Conditions : Steel or Cadmium plated

2.2.2 Where screws, bolts or other fastenings are exposed they shall match the colour of the metal with which they are used.

2.2.3 All concealed fastenings that are not required to be stainless steel shall be hot dipped galvanized steel.

2.3 Separators

Separators between steel and aluminium members where required shall be rigid type, high impact resistant, smooth both sides Teflon with a minimum thickness of 0.8mm as approved by the ENGINEER IN CHARGE.

2.4 Sealant.

2.4.1 Sealant shall be silicone Sealant as manufactured by Dow Corning corporation or equivalent and / or other equivalent approved compatible with aluminium, glass and adjoining works.

2.4.2 All sealant applications must be clearly designated on the applicable shop drawing details and referenced to a master sealant schedule specifying materials, special instructions and application procedures.

Page 134: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 10 of 508

2.4.3 The sealant shall be quality controlled one part low modules silicone confirming to BS 5889. Structural silicone shall only be factory applied selected colour silicone to ENGINEER IN CHARGE's approval.

2.4.4 Runs of sealant to joints between frames and structure shall not be less than 6mm width and thickness and where greater than 6mm width the depth shall not be less than half the width.

2.4.5 Joint fillers and back-up materials shall be polyethylene foam, sponge neoprene as per the written recommendations from the approved sealant manufacturer for each specific application. Shape, size, hardness, compatibility, and bond breaking requirements are all factors to be considered.

2.4.6 All sealant must be non-staining and compatible with adjoining and/or adjacent sealant, back-up materials, substrate materials and their respective finishes and/or applied colour coatings.

2.5.0 Aluminium Flashings

Aluminium sheets conforming to BS and ASTM shall be minimum 1.012 mm thick. Pre-pressed, cut to correct length flashing for each location of window sills shall be factory coated in approved shade and colour.

2.6.0 Ironmongery

2.6.1 Fittings and fixtures (Ironmongery) shall be installed with all necessary / required best quality hardware. It shall be matching to adjacent powder coated finishes. All ironmongery used shall be approved by the ENGINEER IN CHARGE prior to being installed and shall be noted accordingly in shop drawings. All Samples and catalogues for Ironmongery shall be submitted by the contractor along with shop drawings.

2.6.2 All locks to be used shall be with arrangement to receive master key cylinders and contractor shall co-ordinate with the Client prior to window being notched and back body being provided for approval of the ENGINEER IN CHARGE.

2.7.0 Glass

2.7.1 Glass shall be single or double insulated hermetically sealed.

2.7.2 Glazing shall be as noted for in BOQ and Drawings for each unit. The thickness shall be as per design requirements considering all factors.

2.8.0 Gaskets

The gaskets shall be EPDM or Neoprene. It shall be high resistance to aging, prolong periods of compressive stress, ability to recover from compression deformation, to allow joint movements.

2.9.0 Scaffolding / Hoisting

2.9.1 The Contractor shall be responsible to provide, erect and remove double legged steel scaffolding. Scaffolding shall be rigid, strong and suitable for work. It shall provide access to all places.

Page 135: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 11 of 508

2.9.2 The contractor shall be responsible to provide required hoisting equipments to lift and transport glass at various levels to approval of the ENGINEER IN CHARGE.

3.0 SCOPE OF WORK

3.1 The Contract is for, and the contractor shall be responsible for design, prepare shop drawings based on actual site measurement, fabricate, supply, install of all items based on concept architectural drawings and specification given for guidance. It shall be responsibility of the Contractor to propose his own design which meets the requirements and passes the tests specified. Further he shall take responsibility to complete work and guarantee as per approved design, shop drawing by the ENGINEER IN CHARGE.

3.2 In brief list of items to be included are summarized but should not be taken as complete and conclusive.

Design Aluminium window, doors etc.

Glass and glazing as specified.

All anchors fixing, attachments, reinforcement for mullions and transoms.

Sealants within and around perimeter of all work.

Interface with adjacent systems.

Heavy duty hardware with friction stay hinges for hold open facility as required

Weather strips as required.

EPDM or Neoprene gasket

Providing and paying for all samples, mock ups, tests within or off site.

All labour, supervision and quality control.

Scheduling and monitoring of the work.

Coordination of work with main contractor and other trades.

Storage and handling, protection and cleaning.

Testing during and on completion including paying for all test.

Guarantee the work and materials.

3.3 Design Criteria

3.3.1 The various aluminium extruded sections shall be designed as per IS codes

Wind pressure at 150 kg/sq m.

Dead loads

Live loads.

Loads due to climatic conditions.

Maximum deflection of exterior member shall not exceed 1/200 of the span of the member or 19 mm whichever is less.

Make provisions for water entering at joints and condensation occurring within wall construction to drain to exterior face.

3.4 Submittals

3.4.1 Contractor shall submit design calculation along with method of statement and shop drawings meeting criteria specified.

Page 136: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 12 of 508

3.4.2 Shop drawings

Shop drawings shall be complete with following

a) Fully dimensioned plans and elevations with detail co-ordination keys. b) Locations of exposed fasteners and joints. c) Indicate fabrication, installation and finish of specified systems.

Details shall be complete with following

Dimensioned members.

Joint connections for framing systems for doors, windows, louvers etc.

Anchorage.

System reinforcements, if any

Expansion and contraction provisions, if any.

Hardware including locations, mounting heights, reinforcements and special installation provisions, if any.

Glazing methods and accessories.

Notes on Internal sealant requirements and recommended types.

3.4.3 Samples

The contractor shall submit for approval two sets of labeled samples of each required material for aluminium, glass, Ironmongery fabricated together in 300 x 300 L-shaped section. These shall be in specified colour and shall be exact representative of actual material to be used. All catalogues, test reports and other details of product from proposed manufacturer shall be submitted for approval of the ENGINEER IN CHARGE. Also submit sealant product information and colour for approval by the ENGINEER IN CHARGE.

3.4.4 Contractor shall submit proforma of warranty from various manufacturers / suppliers for approval.

3.5 Mock - up

3.5.1 Contractor shall prepare full size mock - up for typical window and install at location approved by the ENGINEER IN CHARGE for his final approval at no extra cost to the contract.

3.6 Testing

ENGINEER IN CHARGE reserves the right to get actual test of following to be carried out at site / off site from independent laboratory at the contractors cost prior to approval.

a) Structural test under uniform static pressure. b) Preliminary loading c) Air infiltration. d) Water infiltration under static pressure.

Page 137: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 13 of 508

4.0 WORKMANSHIP

4.1 On approval of shop drawing the contractor shall check actual site dimensions of opening on site and accordingly manufacturing shall be carried out in consultation of ENGINEER IN CHARGE. He shall prepare shop drawing to these dimension and get approved co-ordination required to suit conditions.

Approvals of shop drawing do not absolve the contractor of his responsibility nor fulfilling his obligation in meeting requirements as specified and performance with guarantee as required.

Further no claims for extra cost on account of changes to shop drawing or actual execution are carried out shall be payable unless basic design criteria or concept drawings are revised by ENGINEER IN CHARGE.

4.2 All joints in frames shall be machined and fitted to form hair line joints prior to assembly. Electrically welded joints shall be prepared but mechanical joints shall be permitted. All corners, junctions, shall be mechanically cleated and assembled to provide strong and rigid frame work. Joints shall be sealed. Required permissible tolerance for expansion and contraction shall be provided. The jointing accessories such as cleats, brackets, etc. shall be of such material as not to cause any bimetallic action. All accessories shall be such that they are fully concealed.

4.3 The fabrication of windows shall be done in suitable parts / sections to facilitate easy transportation, handling and installation. Adequate provision shall be made in the window members for anchoring to supports and fixing of hardware and other fixtures as approved by the ENGINEER IN CHARGE.

4.4 Glass

4.4.1 The contractor shall cut glass sizes by field measurements or dimensionally approved shop drawings. The responsibility for correct glass sizes shall rest with the contractor. No cracked, chipped or disfigured glass shall be accepted.

4.4.2 Glazing shall be carried out with following precautions

a) Glazing work shall be carried out through experienced skilled workmen conforming to best practices. All instructions of glazing manufacturer shall be followed.

b) Tong marks shall be concealed within rabbet. c) Glazing rabbets shall be clean, dry and free from any material that might adversely affect the

bond and seal of glazing materials or the drainage. d) Glass shall be centered in each opening to provide recommended clearances. Setting blocks

shall be at least 10 mm in thickness and full width of rabbet and placed at glass quarter points. They shall be of a type and length recommended by the glass manufacturer.

e) Exposed sealant shall be tooled smooth and top surfaces sloped to drain water away from glass. f) Beads sealant, tapes, etc. used shall be mitred at each corner. g) Glass shall have safety marking as approved by the ENGINEER IN CHARGE at eye level. h) Installation completed shall be sound, watertight, free from defects and to acceptable standard

of ENGINEER IN CHARGE.

4.5 Joints around aluminium work and building such as at heads, jams, sills between masonry / concrete etc. shall be grouted with silicone sealants.

Page 138: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 14 of 508

4.6 Doors shall be fitted with approved hardware and operating devices. Mechanisms shall be such that they operate smoothly and freely without noise and excessive friction and shall be adequate for intended purpose. Doors and sashes shall be hung on aluminium butt hinges. Lock set shall be of approved quality and with provision to receive master key cylinder if to be provided by the Client. They shall be with required type of handles.

In sliding units, adjacent aluminium members shall not slide upon each other. They shall be separated by material which does not interfere with sliding action.

All external shutters shall be fully water tight. Glazing of shutters shall be from inside, secured by aluminium beads fitted into extruded frames and sealed with EPDM or Neoprene gaskets in vertical and horizontal direction.

Spring shutters shall be hung on pivot / floor springs. Springs can be single or double action as required. For double leaf shutters one shutter must be provided with concealed two tower bolts.

4.7 Fixed glazing shall be from outside and shall be secured with aluminium beads fitted into extruded frames and EPDM or Neoprene gaskets. It shall be ensured that it is fully water-tight and secured.

4.8 Louvers shall be as per design and shall be such that it prevents any back flow of rain water into the interior of the buildings under any conditions. Provides mosquito and bird screen.

4.9 Ant galvanic Action

4.9.1 Isolate dissimilar metal surfaces to prevent galvanic action. Materials used for this purpose shall be non-absorptive.

4.9.2 All steel parts shall receive a protective treatment commensurate with their respective functions. The treatment shall be one or more of those described above, and approved by the ENGINEER IN CHARGE.

4.9.3 Aluminium surfaces in contact with mortar, concrete fireproofing, plaster, masonry and absorptive materials shall be coated with an anti-galvanic, moisture-barrier material.

4.10 Sealant and Gasket Applications

4.10.1 Sealant and gaskets shall be provided where shown on the drawings or required for a permanently watertight installation.

4.10.2 The design of all sealed joints shall be in accordance with the recommendation of the sealant and/or gasket manufacturer.

4.10.3 Protect all adjoining surfaces not to receive sealant and gaskets against staining by masking and/or other methods.

4.10.4 Joints and joint surfaces shall be clean, dry and free of any material that may have an adverse effect on the bonding and/or seal of the sealant and gasket materials.

Page 139: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 15 of 508

4.10.5 Apply sealant and gaskets under the conditions recommended by the manufacturers. Prime all surfaces to receive sealant and gaskets unless recommended otherwise, in writing, by the Manufacturers. Use no sealant that has started to set in its container or a sealant that has exceeded the shelf life published by the manufacturer.

4.10.6 Fill all joints continuously and completely with sealant, forming a neat, uniform, concave bead. Finish the material flush with adjoining flush surfaces unless otherwise shown on the drawings. All sealant surfaces shall be tooled smooth.

4.11 Gaskets

Provide and install EPDM or Neoprene Gaskets of approved size and profile at all locations as called for to render the windows absolutely air- tight and weather tight. Produce samples of the gaskets for approval and procure after approval only.

4.12 Storage and Handling

4.12.1 Wherever possible all materials shall be stored in dry, well- ventilated conditions prior to fabrication.

4.12.2 No metal or glass shall be left exposed to the external elements prior to fabrication.

4.12.3 Adequate storage facilities must be provided for all materials prior, during and following fabrication. The Contractor is to submit full details of these facilities for the approval of the ENGINEER IN CHARGE.

4.12.4 No materials or assembled units are to be left exposed to adverse weather conditions prior to erection at site.

4.12.5 Handling of glass shall be kept to a minimum and all glass shall be carefully protected from soiling and from condensation and other moisture.

4.13.1 All work shall be erected / installed to correct line, level, plumb and fastened securely in correct vertical and horizontal alignment.

4.13.2 Full survey record for site work shall be submitted to ENGINEER IN CHARGE and required measures if any taken shall be noted on shop drawings with approval of the ENGINEER IN CHARGE.

4.13.3 Proper lighting and safety equipments such as safety belts, helmets etc. shall be provided and strict observation shall be done.

4.13.4 Contractor shall supply suitable tools to enable the installation to proceed safety and to the highest standards.

4.14 Double legged, self supporting and accessible at all location. Scaffolding as required for the work shall be provided by the contractor to the approval of the ENGINEER IN CHARGE.

Page 140: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 16 of 508

5.0 INSPECTION

All shop and field materials and workmanship shall be subject to inspection by the ENGINEER IN CHARGE at all times. These inspections shall not relieve the Contractor from the obligation to provide materials conforming to all requirements of the Contract Document and matching approved samples. The Contractor/Specialist shall promptly correct any deficiencies reported and carry out his own control measure for all materials whether inspected or not.

6.0 TEST

6.1 The contractor shall provide all test instruments and other temporary provisions to enable the test to be carried out on the works so specified. In typical portions the work shall be physically tested in accordance with specification and actual by throughing water with hose pipe. Area to be tested shall be directed by the ENGINEER IN CHARGE.

6.2 The Contractor shall give reasonable notice of the tests in writing, to the ENGINEER IN CHARGE, who shall have the option of being present at all such tests.

6.3 Complete records of the tests (whether successful or unsuccessful) shall be maintained by the Specialist. Preliminary copies shall be issued to the ENGINEER IN CHARGE to whom, at the conclusion of all such tests, the Contractor shall supply two bound and compiled sets of all results.

6.4 In the event that such testing should result in uncontrolled leakage, the Contractor shall eliminate the causes of such leakage at no additional cost to the Client. Remedial measures must maintain standards of quality and durability and are subject to approval. Provide powered scaffold, hose, and sufficient personnel to operate scaffold and hose.

6.5 Acoustic levels shall be checked with decibel meter.

6.6 ENGINEER IN CHARGE, if dissatisfied or on account of any reason attributable to the Contractor shall neither be eligible for any payment nor shall have recourse to approval. He shall not be eligible for any claim on the Client.

7.0 CLEANING

7.1 The Contractor shall ensure that all actions are taken during installation to eliminate the effects of corrosive substances on the finishes.

7.2 The Contractor shall clean both internal and external surfaces to remove corrosive substances, dust or cement/mortar dropping during the installation as may be directed and instructed by the ENGINEER IN CHARGE.

7.3 The internal surfaces of glass and aluminium frame are to be cleaned with compatible cleaning agents prior to the installation of the internal protective sheeting.

7.4 The Contractor shall provide written verification that cleaning agents are compatible with aluminium, stainless steel, glass coatings, granite, glazing materials and sealants. In no case shall alkaline or abrasive agent be used to clean the surface. Care shall be taken during cleaning to avoid scratching of the surface by grit particles.

Page 141: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 17 of 508

7.5 Prior to snagging inspections the Contractor shall, remove the internal protection sheets and carry out a thorough cleaning of all glass and aluminium.

7.6 The Contractor shall also make good any physical damage to the structure including scratches, dents, abrasions, pitting, etc. to the satisfaction of the ENGINEER IN CHARGE.

7.7 Manufacturer's delivery or job markings on glass and adhesive for manufacturer's labels shall be either a neutral or slightly acidic material. In no case shall such material be alkaline; any staining of glass by alkaline material will be cause for rejection of the glass.

7.8 After the installation of each pane of glass all markings and labels shall be carefully and completely removed from the panes. Thereafter no markings or labels of any sort shall be placed on the glass.

7.9 Glazed openings shall be identified by suitable warning tapes or flags attached with a non- staining adhesive or other suitable means to the framing of the opening. Tapes or flags shall not be in contact with glass.

7.10 As soon as it is practically possible after the issuance of the occupation Permit for the Building, the Contractor is to carry out a complete cleaning of the external face.

8.0 WARRANTY

Prepare and submit in accordance with contract for

a) Warranty jointly signed by manufacturer, installer and Contractor agreeing to repair and/or replace assemblies which fail in material or workmanship during warranty period of 10 years.

b) Warranty stating insulated glass units to be free from condensation, fogging and obstruction of vision due to film on internal surface for 10 years.

9.0 MEASUREMENTS

9.1 Frame Work

9.1.1 The length of each extruded section used for fabrication of the door / joinery shall be measured correct to 1 mm. In case the sizes of doors / joinery that are manufactured, happen to be the sizes specified in the drawings, only the theoretical dimensions arrived by reducing the overall sizes should be considered.

9.1.2 The weight of material used shall be calculated on the basis of actual weight of extruded sections used for fabrication and shall be compared with the weights given in the manufacturer’s catalogue, subject to the condition that the variation in actual weight should not exceed + 10% than the weights specified in manufacturer’s catalogue, payment shall be made for the actual weight of the extruded section. The final weights shall be calculated in kgs up to two places of decimal.

9.2 Glazing: Length and width of opening for glazing inserts shall be measured correct to a cm and area for payment shall be calculated in Sq.M nearest to 0.01 Sq.M.

Page 142: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 18 of 508

9.3 Paneling with different types of materials: Length and width of opening for glazing inserts shall be measured correct to a cm and area for payment shall be calculated in Sq.M. nearest to 0.01 Sq.M.

9.4 Paneling with Aluminium sheet: The length and breadth of the panel inserts shall be measured correct to a cm and the area calculated to the nearest 0.01 Sq.M. The weights of panel used shall be calculated:

a) As per manufacturer’s catalogue. b) The actual weight of sample of sheet used should be found out and weight of panel actually

used. (Actually calculated weight shall be recorded subject to condition that variation in actual weight shall not exceed + 10% than weight specified in the manufactures catalogue).

9.5 Fittings: All fittings for doors / joinery except hinges and handles shall be enumerated.

10.0 RATE

10.1 The rate shall include the cost of material and labour for all operations described above except the coast of glazing and paneling. It shall include screws expansion hold fastener, snap beading including filling with necessary PVC / neoprene felt, cleats etc. The rate does not include the cost of fittings except hinges and handles.

10.2 The rate however includes the cost for providing aluminium alloy doors / joinery for the openings of all shapes and sizes.

10.3 The cost of glazing, paneling and additional fittings shall be paid under separate item, as described herein.

10.4 Rate shall include for windows in openings of all shapes including circular, segmental or other shapes and sizes.

10.5 Rate shall also include the cost of automatic closing latch in the sliding window while manufacturing.

* * * * *

Page 143: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 19 of 508

GLASS, GLAZING & ACCESSORIES

1.0 STANDARDS

Work under this contract shall be carried out to following Indian or International standards. Any conflict noticed in various standards and building regulations shall be reported to the Architect/ENGINEER IN CHARGE and his direction and approval to be obtained. However it shall be noted as general rule that the more stringent specification shall apply. All standards shall be the latest revisions.

ASTM C 1036 Standard specification for flat glass

ASTM C 1046 Standard specification for Heat treated flat glass FT & HS coated and uncoated glass.

IS 3548 Glazing in building

CP 152 Glazing and fixing of glass for Building.

2.0 MATERIAL

2.1 GLASS

2.1.1 General Requirements:

All base supply glass are to be / have Float Glass:

Comply with the requirements of ASTM C1036.

Clean cut, without significant edge faults that produce risk of breakage (including feathered edges, shells or other imperfections) and free from bubbles, inclusions, cracks, rippling, dimples, sleeks or other defects.

Cut to accurate sizes in the factory.

Assessed for optical and visual faults as described in BS EN 572-2. Spot faults to be no worse than category C. There will be no linear /extended faults. Optical faults to be within the limits set in BS EN 572-2.

No local defects producing irregular reflections.

Glazing more than 3m above the ground with unsupported edges to be laminated.

Glazing that is inclined by more than 15° from vertical or horizontal to be laminated.

Do not use Toughened (Tempered) glass in situations where breakage could result in glass: falling more than 4 meters to an occupied area, unless specifically approved.

2.1.2 Thickness

The thickness and dimensions of glass shown on the drawings are minimum thicknesses, not prescribed thicknesses or dimensions. Glass thicknesses to be calculated using the recommendations in the structural, environmental, acoustical and safety requirements.

Page 144: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 20 of 508

2.1.3 Visual Quality:

Visual distortions of views and reflections should be minimized and without localized defects, distortions and scratches. Visual quality should be established using visual mock-ups with actual composition. Any edge with defects likely to initiate cracks in service including feather (shark's teeth) or whisker (serration's) deeper than half the thickness' of the pane, vents (flake chips) greater than 6mm across, or impact damage will be rejected. The quality of reflections should be reasonably consistent over the building. Glass roller wave should be horizontal. Internal, double image reflections from DGU's must be consistent within one floor of any elevation.

2.1.4 Glass Tolerances

i. Thickness a. For Glass up to 8mm thickness : + 0.2mm b. For Glass thickness 10mm & 12mm : + 0.3mm

ii. Dimensions (Length and Width of cut size) a. For Glass up to 6mm thickness : + 1.6mm b. For Glass thickness 8mm : + 2mm

2.1.5 Types of Glasses

2.1.5.1 Heat Strengthened Glass

Heat strengthened glass should be confirming to ASTM 1048 (2004) for Kind HS glass. Tempering to be on a roller hearth furnace eliminating tong marks. Minimum requirements are:

Maximum bow : 0.10%

Roller wave : All thicknesses 0.15mm depth maximum between peaks and troughs

Edge dip : 0.25mm maximum

Identification marks should be provided indicating nature and processors. Residual surface compressive stress in the glass should be between 24 N/Sqmm and 52 N/Sqmm when measured by GASP in accordance with ASTM F218-95 (2000).

2.1.5.2 Fully Toughened Glass

Toughened glass should be confirming to ASTM 1048 (2004) for Kind FT. Tempering to be on a roller hearth furnace eliminating tong marks. Minimum requirements are:

Maximum bow : 0.10%

Roller wave : All thicknesses 0.15mm depth maximum between peaks and troughs

Edge dip : 0.25mm maximum

Identification marks should be provided indicating nature and processors. Surface compressive stress in the glass should be minimum 69 N/Sqmm when measured by GASP in accordance with ASTM F218-95 (2000).

Page 145: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 21 of 508

2.1.5.3 Laminated Glass

Laminated glass should be confirming to ASTM C1172. PVB interlayer complying with BS 6206 Class B (45 Kg Impacter with drop height of 457mm). Edge steps should be less than 0.5mm in toughened or heat-strengthened, but annealed glass shall have no step. Identification marks should be provided indicating nature and processors.

Laminated glass panes should be having autoclaved edges. Interlayer should be protected from effects of moisture absorption, including clouding, shrinking back, degassing and delamination.

Compatibility of interlayer with sealants should be checked or compatibility test with accelerated weathering effect should be carried out to ensure no leeching occurs into the interlayer.

Interlayer should be of approved make (DuPont or Safex or equivalent approved), if coloured PVB is to be used same should be from single source only to ensure visual consistency throughout the project.

2.1.5.4 Insulated Glass Units

Insulated glazing units should be hermetically sealed, complying to BS5713.

Primary seal located between glass and spacer should be mechanically applied poly-isobutylene, providing a continuous vapour proof barrier of minimum width of 2mm and a secondary two part silicone sealant extending around the perimeter of the unit.

Secondary sealants should be designed considering type of glazing, where the glass unit is supported by structural sealant or clips to the spacer bar the design should be considering effects of wind and barometric pressures. The design of this sealant should be verified by the glass supplier. Minimum thickness of secondary sealant should be 6mm.

Spacers of Aluminium alloy with a natural or black finish and sufficient rigidity and formed to accommodate seals and to contain desiccant.

Desiccant of molecular sieve Type 3A complying with ASTM-E-774.

All breather tubes to be nipped closed prior to installation. All corners and joints should be fabricated so as to ensure a water vapour tight construction.

2.1.5.5 Frit coated glass

Frit coated glass should be confirming to ASTM C 1376-97.

Ceramic ink applied to areas of heat-treated glass using the silk screen process. Ceramic ink should be permanent, durable and resistant through the design life of the glazing system. It should be resistant to attack from mechanical damage or abrasion, during normal use and maintenance, resistant to weathering, fading or discolouration due to climate or UV or atmospheric pollutants.

Page 146: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 22 of 508

2.1.5.6 Performance coated glass

Low E –emissivity coating on glass should be nominally neutral in colour and uniform in tone, hue, colour, texture, pattern and opacity. Appearance to the glazing units should be consistent and pinholes of 1.6mm and above in diameter are not allowed. The low-Emissivity coating shall be applied to the glass either by pyrolytic or vacuum (sputtering) deposition method, soft coat low-E will be acceptable for double glazed units only. The coating should meet the requirements of ASTM C 1376-97 and satisfy the thermal performance of the façade.

2.2 Setting blocks for Glazing

Setting block should be complying with BS 2571. Material for setting block to be polychloroprene, EPDM or dense heat cured silicone rubber. Shore A hardness to be of 80-90 Durometer. Material used should be compatible with adjacent materials, should not leach out over time and cause staining or deterioration.

2.3 Location / side blocks

Location / side blocks should be complying with BS 2571. Material for setting block to be polychloroprene, EPDM or dense heat cured silicone rubber. Shore A hardness to be of 60-70 Durometer. Material used should be compatible with adjacent materials, should not leach out over time and cause staining or deterioration.

2.4 Windows / Structural Glazing

2.4.1 The double insulated glass unit shall be made up of 2 pieces of glass put together with aluminium spacers in between to maintain space uniformity. The air in the middle should be kept dry constantly with special desiccants (drying agents) and elastic sealants. The enclosed layer of air between the 2 pieces of glass should make the insulation capability about twice that of monolithic glass. The insulated glass shall comprise of inner pane of 6 mm thick toughened clear float glass and outer pane of 6 mm sun energy heat strengthened green tinted glass in the external pane. These said glasses shall be duly manufactured into an insulated glass unit as detailed earlier on an imported manufacturing line and shall be factory-fabricated and assembled with the aid of an 12 mm aluminium spacer bar (precoated with PVDF coating or equivalent approved in same colour and shade of aluminium frame) duly filled with desiccants to achieve low dew point temperatures over a very long period of time and minimize pane deflections and danger of glass breakage. These desiccants shall be of small bead size and shall be filled in the spacer bar with the aid of automatic filling machines leading into pneumatic filling of the spacer profiles. The insulating unit duly incorporated with the desiccant drying agent in the aluminium spacer should be assembled at the corners with moulded bent corners and thereafter a poly-isobutylene primary seal shall be applied on the 2 edges of the spacer bar in addition to the secondary seal of two part silicone.

2.4.2 Acoustic Requirements for Glazing Design :

General: Double glazed unit shall provide required sound deadening.

2.4.3 Double glazed glass shall have maximum heat transfer coefficient (U value) 0.44BTU / Hr - ft2 oF.

2.5 Glazing Accessories

Page 147: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 23 of 508

2.5.1 Setting blocks: Preformed neoprene, compatible with sealant.

i. Hardness; 80-90 shore A Durometer.

ii. Size: 30 mm/m2 of glazing, not less than 100 mm length by width of channel minus 1.6

mm by 100 mm high.

iii. Location: sill quarter points centered minimum 100 mm from each edge.

iv. Requirement: Resistant to sunlight, weathering oxidation and permanent deformation

under load.

2.5.2 Spacer Shims: Preformed neoprene, compatible with sealant:

i. Hardness: 50-60 shore A Durometer.

ii. Size: Minimum 75 mm length by 1/2 height of glazing stop by thickness to suit application.

iii. Requirement: Self - adhesive one face.

2.5.3 Edge Blocks: Preformed neoprene, compatible with sealant.

i. Hardness: 60-70 Shore A Durometer.

ii. Size: Minimum 100 mm length by width to support thickness of glass, allow nominal 3 mm

clearance between edge of glass and edge bumper.

iii. Location: Place in vertical channel.

iv. Requirement: Resistant to sunlight, weathering, oxidation and permanent deformation

under load.

2.6 Glazing Sealants

2.6.1 Silicone Glazing Sealant : One-part, primer less, FS TT-S-00 1543A, Class A, FS TT-S-00230C, Class

A, and ASTM C920, Type S, Grade NS, Class 25, Use NT, G,A,M, and O.

i. Hardness: 15-25 Shore A Durometer.

ii. Non-sagging, non-bleeding, non-staining.

iii. Colour: Black.

iv. Acceptable Products :

a) 795, DOW Corning Corp., Midland, MI.

b) Silpruf, General Electric, Waterford, NY.

c) Rhodorsil 5C, Rhone-Poulenc, Inc. Monmouth Junction, NJ.

2.7 Delivery, Storage and Handling

2.7.1 Deliver, store and handle products in accordance with following:

A. Deliver glass units with manufacturer’s labels intact on interior side of glass. Ensure labels indicate glass thickness, unit location, glass strength and orientation of units in vertical position.

B. Protect glass edges and corners against chipping and cracking.

Page 148: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 24 of 508

3.0 SCOPE OF WORK

3.1 Work under this section shall be inclusive of design, fabrication and installation of glass as specified in drawing meeting requirements of aluminium, acoustic, thermal etc.,

3.2 Design Criteria

Glass shall be compatible with aluminium, with respect to

Wind Load

Live Load if any.

Deflection

Sound deadening

Heat Transmission.

Air and Vapour barrier.

3.3 Submittals

3.3.1 Submit for each type of glass and glazing material specified, including glazing accessories and glazing sealants.

3.3.2 Shop drawings

Sections and details of glass and glazing materials installation at framing members including head, mullions, transoms, jambs and sills. Drawing shall be stamped with seal and signature of professional engineer responsible for design.

3.3.3 Samples

a) 300 by 300 mm in size illustrating colour, laminated construction of glass units. b) 300 mm long bead of glazing sealant, in colour selected.

3.3.4 Informational Submittals: Submit followings;

a) Test Reports: i. Glazing sealant indicating substrate adhesion.

ii. Glazing sealant compatibility. iii. Glazing sealant manufacturer’s recommendations.

b) Certifications specified in Quality Assurance article. c) Qualification Data: Engineer’s Qualification data. d) Manufacturer’s insurrections.

3.3.5 Quality Assurance

a) Glass of each type to be produced by same manufacturer. b) Registered professional engineer licensed to practice structural engineering, with minimum of

five years experience in design of glass and glazing shall be employed. c) Installer shall be acceptable to manufacturer and with experience on at least five projects of

similar nature in past five years. d) Fabricated glass to comply with ASTM C1036, ASTM C1048, and ANSI Z97.I. e) Manufacturer to meet acoustic requirement as detailed.

Page 149: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 25 of 508

f) Heat transfer coefficient shall be tested in accordance with BS5713/ASTM E 774 as specified. g) Submit following certificates

i. Manufacturer’s letter certifying glass and glazing materials compatibility ii. Manufacturer’s letter certifying that sealed insulating glass units meet or exceed

specifications. iii. Engineering certifications.

3.3.6 Warranty

Contractor shall warrant hermetically sealed insulating glass units to be free from defects in material and workmanship for 10 years.

4.0 WORKMANSHIP

4.1 Examine conditions and proceed with work when framing systems are ready for glazing.

Verify that openings for glazing are correctly sized and within tolerances.

Verify that glazing channel surfaces or recesses are clear, free of burrs, obstructions, irregularities, and glass is free of edge damage or imperfections.

4.2 Preparation

a) Clean contact surfaces with solvent and wipe dry. b) Seal porous glazing channels or recesses with substrate compatible primer or sealer. c) Prime surfaces scheduled to receive sealant, if required by sealant manufacturer. d) Verify that materials used for cleaning edges of sealed insulating units are compatible with

sealants and components and will not damage or cause deterioration of integrity of sealed insulating unit.

4.3 Installation

a) Install glass units in accordance with manufacturer’s instructions and approved shop drawings. Ensure weep and drainage holes are not blocked by sealants or setting blocks.

b) Preformed Glazing Gaskets (Dry Method): Cut gasket to proper length.

Weld joints by butting gasket and sealing junctions with sealant.

Place setting block at quarter points, with edge blocks no more than 150 mm from corner.

Rest glass on setting blocks and push against stop with sufficient pressure to ensure fill contact and adhesion at perimeter.

Install removable stops, avoiding displacement of gasket and exert pressure for full continuous contact.

Exposed sealant shall be tooled smooth and top surfaces sloped to drain water away from glass.

Beads sealant, tapes, etc. used shall be mitered at each corner.

Glass shall have safety marking as approved by the ENGINEER IN CHARGE at eye level.

Installation completed shall be sound, watertight, free from defects and to acceptable standard of ENGINEER IN CHARGE/Architect.

c) Tempered Glass Do not cut, seam, nip or abrade tempered glass.

Install in windows and sidelights where required by code.

Page 150: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 26 of 508

4.4 Protection

a) Protect finished work. b) After installation, mark glass pane with X by using removable plastic tape or paste.

4.5 Cleaning

4.5.1 The PVC tape, protective covering shall be retained till the glazing work is completed and until the ENGINEER IN CHARGE gives instruction for its removal.

4.5.2 General:

a) Remove excess glazing materials from finished surfaces. b) Remove labels after work is completed. c) Wash and polish both faces not more than seven days prior to Owner’s acceptance of work. d) Comply with glass manufacturer’s recommendations for final cleaning.

4.5.3 Site acoustic test

The Contractor in consultation of Consultant / Architect shall arrange for site tests on traffic noise intrusion to verify the installation. The cost of site tests incurred shall be borne by the Contractors.

* * * * *

Page 151: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 27 of 508

MILL WORK

1.0 GENERAL

1.1 Indian Standards

Work shall be carried out confirming to Indian Standards and Code of practices. In absence International standards shall be followed. These shall be latest issue. List given hereunder is not to be considered as conclusive and is for reference and guidance only. Any discrepancies / conflict noticed shall be directed to the Architect / ENGINEER IN CHARGE for his direction / approval. However as a general rule more stringent specification shall take precedence.

IS 208 Specification for door handles.

IS 287 Recommendation for maximum permissible moisture content for timber used

for different purposes.

IS 303 Specification for plywood for general purposes

IS 401 Code of practice for preservation of timber.

IS 710 Specification for marine plywood

IS 729 Specification for drawer locks, cupboard locks and box locks

IS 848 Specification for synthetic resin adhesives for plywood

IS 851 Specification for synthetic resin adhesives for construction work (non structural)

in wood

IS 852 Specification for animal glue for general wood working purposes.

IS 1328 Specification for veneered decorative plywood

IS 1341 Specification for steel butt hinges

IS 1508 Specification for external for use in synthetic resin adhesives (urea-

formaldehyde) plywood.

IS 1734 Methods of test for plywood

Part 2 Determination of resistance to dry heat

Part 3 Determination of fire resistance

Part 1 Determination of density and moisture content

Part 10 Determination of compressive strength

Part 5 Test for adhesion of piles

Part 18 Impact resistance test on the surface of plywood

Part 19 Determination of nail and screw holding power

Part 20 Acidity and alkalinity resistance test

Part 4 Determination of glue shear strength

Part 6 Determination of water resistance

IS 3513 Specification for high and medium density wood laminates (compreg.):

Part 4 Sampling and tests

IS 7638 Method of sampling for plywood, fiber hardboard, insulation boards and

particle boards.

Page 152: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 28 of 508

IS 9188 Performance requirements for adhesive for structural laminated wood products

for use under exterior exposure condition.

IS 9460 Specification for flush drop handles for drawer

IS 11215 Methods of determination of moisture content of timber and timber products.

IS 12077 Code of practice for testing of timbers for plywood manufacture

IS 12120 Code of practice for preservation of plywood and other panel products.

IS 12817 Specification for stainless steel butt hinges

1.2 Quality Assurance

1.2.1 Comply with standards specified for material and workmanship

1.2.2 Supervision and workmen employed shall be experienced in field of carpentry works and shall be able to guarantee workmanship and finish of standards as established and approved by the ENGINEER IN CHARGE.

1.2.3 Items specified from specific manufacturer with code no and of approved manufacturer shall be with quality assurance certificate from manufacturer shall be guaranteed for 5 years.

1.2.4 Installer Qualifications

An experienced installer who has completed architectural woodwork (Furniture) similar in material, design and extent to that indicated for this project and whose work has resulted in construction with a record of successful in service performance.

1.2.5 Fabricators Qualifications

A firm experienced in producing architectural woodwork similar to that indicated for this project and with a record of successful in service performance, as well as sufficient production capacity to produce required units.

1.2.6 Mock-ups

Before fabricating and installing interior architectural woodwork, build mock-ups for each form of construction and finish required to verify selections made under sample Submittals and to demonstrate aesthetic effects and qualities of materials and execution. Build comply with the following requirements, using materials indicated for the completed work:

a) Build mock-ups in the location and size indicated or, if not indicated, as directed by Architect b) Notify Architect seven days in advance of dates and times when mock-ups will be fabricated and

installed. c) Demonstrate the proposed range of aesthetic effects and workmanship. d) Obtain Architect’s approval of mock-ups before starting interior architectural woodwork

fabrication e) Maintain mock-ups during construction in undisturbed conditions as a standard for judging the

completed work. f) Demolish and remove mock-ups when directed.

Page 153: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 29 of 508

g) Approved mock-ups may become part of the completed work if undisturbed at time of substantial completion.

1.3.0 Submittals

1.3.1 For approval the contractor shall submit with detail note

a) Literature / Catalogue of product to be used. b) Test certificates from independent laboratories conforming that product meets standards

specified. c) Manufacturers certification that product meets / exceeds specification for the project. d) Include data for wood preservative treatment and chemical treatment from manufacturer and

certification by treating plant that treated materials comply with requirement. e) Samples

i. Timber piece - 300x100x60 mm 3 Nos. ii. Laminates - 300x300 with shade samples

iii. Samples with polish / paint finish as specified. iv. Joinery details v. Fittings and fixtures samples

1.3.2 Shop Drawings

1.3.2.1 The contractor shall prepare joinery detail drawing for site measurement. Drawings shall indicate each material, its installation, fixing details, finishing, and etc. all in plan, elevation, section and typical details.

1.3.2.2 Show location of each item, dimensioned plans and elevations, large-scale details, attachment devices and other components.

a) Show details full size. b) Show locations and sizes of furring, blocking and hanging strips, including concealed blocking

and reinforcement specified in other sections. c) Show locations and sizes of cutouts and holes for cabling fixtures plumbing fixtures, faucets and

other items installed in architectural woodwork. d) Show laminated leaves with dimensions, grain direction, exposed face and identification

numbers indicating the flitch and sequence within the flitch for each leaf.

1.4 Product Handling and Storages

1.4.1 All materials and work of this section shall be protected from damage until final acceptance of work. Cover, ventilate and protect from damage caused by weather, moisture, heat, staining, dirt, abrasions and other causes which may adversely affect appearance or use, or which may cause deterioration of finish warpage, distortion, twisting, opening of joints and seams, delamination, loosening etc of woodwork

1.4.2 Do not deliver woodwork, until painting, wet work, grinding and similar operations which could damage, soil or deteriorate woodwork have been completed in installation areas.

1.4.3 Damaged or defective items of work in this section are subject to rejection and replacement with new items by contractor at no cost to the Client.

Page 154: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 30 of 508

1.4.4 All materials shall be carefully stored at all times and fully protected from external conditions or contamination.

1.5 GRIHA Requirements for VOC Limits

1.5.1 All paints used in the interior of the building must be certified to contain zero VOC or less than the limits specified in the table below.

1.5.2 Water- based acrylics over solvent-based oil paints should be preferred.

1.5.3 Ensure all the sealants and adhesives used are water based rather than solvent based or have a low solvent content. Most construction adhesives offer adequate bond strengths in water-based varieties. Acrylics, silicones, and siliconized acrylics are the safest sealants for use in the interiors and have the lowest solvent content. While solvent-based products, such as urethanes and butyls, should preferably not be used indoors, sealants used for exterior do not pose any concern.

1.5.4 Adhesive usually have a high-VOC emission potential. Hence, use adhesives with low-VOC or no- VOC emissions such as acrylics or Phenolic resins (phenol formaldehydes indoors).

1.5.5 Refer the table below for the maximum allowable VOC limits for adhesives, sealants, paints and coatings.

Interior Coatings

Non-flat 150 g/l

Flat 50 g/l

Exterior Coatings

Non-flat 100 g/l

Flat 200 g/l

Anti corrosive / Anti rust 250 g/l

Clear wood finishes

Varnish 350 g/L

Lacquer 550 g/L

Floor Coatings 100 g/L

Stains 250 g/L

Sealers

Waterproofing sealers 250 g/L

Sanding sealer 275 g/L

Other sealer 200 g/L

Page 155: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 31 of 508

1.5.6 Contractor has to collect MSDS (Material Safety Data Sheet) of each product from the manufacturer/vendor.

1.5.7 Contractor has to provide a listing of each adhesive, sealant, sealant primer product, paints and coatings used in the project. Include the manufacturer’s name, product name, specific VOC data in gms/l.

1.5.8 Contractor to ensure all composite wood products/ agrifiber products do not contain any added urea formaldehyde resin. He has to collect certificate/letter from the vendors indicating materials are free from added urea formaldehyde.

2.0 MATERIAL

2.1 Timber

2.1.1 Timber shall be of quality as specified in BOQ and well seasoned. When a kind of timber is not specified, good quality teak wood shall be used. It shall have uniform colour, be free from defects such as cracks, dead knots, soft spongy spots and waves of injurious open shapes. Grains shall be reasonably straight. The individual hard and sound knot shall not be larger than 6 sq cm. The aggregate area of all knots shall not exceed 0.5% area of a piece. All timber is sawn unless otherwise stated.

Planed timber shall be used for external work, facia large boards and other similar works to the approval of Architect.

2.1.2 All timber shall be treated with chemical wood preservatives and be kiln seasoned to IS 1141 and conform to IS 287 for moisture content. Maximum permissible limit shall be + 3% for average moisture content of all samples from a given lot and + 5% for individual sample of the given lot. This is applicable when thickness of timber is more than 50 mm. Small size tolerance shall be + 2% and + 3% respectively.

2.1.3 Timber used shall be treated with a 10 years guarantee and approved anti-termite treatment. Wood work in contact with masonry or concrete shall be painted with hot bitumen collator before being placed in position.

2.1.4 Timber received at site shall be marked and stamped for approval prior to being used at site.

2.1.5 Sizes specified are not indicative and shall be correct finished sizes within allowable tolerances.

2.1.6 All timber shall be finished to required dimension and texture prior to being treated for chemical preservation.

2.1.7 All timber shall be kiln-seasoned to IS 1141 and conform to IS 287 for moisture content.

2.1.8 Readymade factory finished material shall be as specified and shall comply to IS code. It shall be ant termite treated, kiln seasoned.

Page 156: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 32 of 508

2.1.9 Timber shall be treated with preservatives when used.

a) For permanent built-in and subjected to humid / damp conditions. b) Used in exterior places / locations c) In contact with masonry, plaster, concrete.

2.2 All boards and formed boards shall be of specified thickness, uniform in colour texture, finish. They shall comply to IS code and shall bear IS marking. They shall be pressed with exterior quality phenol formaldehyde resin in hot press.

2.3 Plywood

2.3.1 Plywood used shall be BWP type and marine grade, of specified thickness and conforming to IS Hardwood will not be accepted in lieu of plywood.

2.3.2 Veneers of plywood faces to be painted or finished with similar treatment or inaccessible, needed not be totally free from knots, worm and beetle holes, splits, stains of glue or other acceptable defects.

2.3.3 Plywood face to be natural face finished shall be totally free from knots, worm and beetle, holes, stains of glue splits or other acceptable defects.

2.4 Laminated Sheets

2.4.1 Laminated sheets shall be 1.0 mm on faces and backing shall be 0.7mm thick with an amino plastic facing, cigarette-proof and shall comply with IS Specification.

2.4.2 Sheets shall be of approved manufacturer from his range in approved colour.

2.5 All fittings and fixtures shall be as specified in bills of quantity or on drawing by Architect. Fittings shall be basically of brass or stainless steel and finished as directed. Brass fittings and fixtures may be chrome plated oxidized. Where specified stainless steel / bright finished shall be used. Approved makes only shall be used for respective items.

Fittings shall be guaranteed by the manufacturer for its performance. Woods screws shall be matching and of type as required for each fittings and shall conform to IS.

Nails, screws, pins, dowels, coach screws etc. shall be galvanized or non ferrous materials when used in exterior locations.

2.6 Adhesives and glue shall be as per IS for exterior quality and water repellent.

2.7 Framing and Rough Lumber includes blocking, grounds, furring etc. to be suitable framing members for intended use.

2.8 Sealants

2.8.1 Sealant shall be silicone Sealant as manufactured by Dow Corning Corporation or equivalent and / or other equivalent approved compatible with metal, glass and adjoining works.

Page 157: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 33 of 508

2.8.2 All sealant applications must be clearly designated on the applicable shop drawing details and referenced to a master sealant schedule specifying materials, special instructions and application procedures.

2.9 Miscellaneous Accessories:

a) Provide non-ferrous metal or hot-dip galvanized anchors and inserts. b) Provide toothed steel or leas expansion bolt devices for drilled in place anchors c) Furnish inserts, anchors, straps, and/or ties and toggle bolts as required, to be set into concrete,

masonry work, for subsequent woodwork anchorage.

2.10 Ironmongery

All ironmongery for the work of this section shall be provided and installed by the Architectural woodwork fabricator. Concealed ironmongery shall include the types specified herein and shown on the drawings and shall be installed on units as required for operation. Equivalent products of other manufacturers may be offered subject to approval.

a) Provide premium quality hinges and catches to properly accommodate each door size, type, style, dimension, operation and thickness.

b) Provide slides to properly accommodate each drawer size, weight requirements and styles. Equip each drawer with side-mounted, bright steel, full-extension, ball-bearing, nylon roller drawer slides with limiting stops.

c) Provide cabinets locks for all cabinets and drawers. d) Monorail of SS / aluminium shall be used in sliding e) Unless otherwise indicated, all cabinet ironmongery shall be concealed and be of one type and

manufacturer (as shown typically on drawings and below). f) Rollers and ball bearing shall be stainless steel. g) Ironmongery: All ironmongery, trolleys, locks & hardware shall be Stainless Steel of M/s. Hettich

or equivalent approved.

2.11 Material received at site shall be of approved quantity and with marking. Without approval no material shall be ordered. Received material shall be handled with due care to protect against any harmful loading, unloading shifting, storing. Place of stone shall be well ventilated, dry and covered to prevent damping and moisture contamination.

3.0 SCOPE OF WORK

3.1 Providing, preparing shop drawing, making including testing, doing seasoning, protection treatment if any, shifting, erecting fastening, connecting and finishing all complete.

3.2 In brief scope of work includes

Cabinets/Counters/Wall Units

4.0 WORKMANSHIP

4.1 Timber brought at site shall be as approved by the ENGINEER IN CHARGE prior to being treated. Non approved materials shall be removed from site without any delay. Any attempt to hide the defects by plugging, painting etc. shall render the piece to be rejected by the Architect if felt necessary.

Page 158: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 34 of 508

4.2 All shaving of timber shall be done in straight lines and planes of uniform thickness.

4.3 All joints shall be tongued and grooved or of the type shown in the drawings, specified in the item or as directed by the ENGINEER IN CHARGE. All joints shall be glued with approved adhesive.

4.4 Joints shall be strong, neat and shall fit without wedging or filling. They shall be pinned with hard wood or bamboo pins of 10- 15 mm dial after the members of the frame are glued and pressed together in a suitable vice-mechanism.

4.5 Prior to joining, wood members of frame shall be planed smooth and accurate to the full depth. Rebates, rounding, mouldings, etc. as shown in the drawing shall be done before the members are joined.

4.6 Fabrication shall be plumb, straight and level. Surfaces shall be milled plane and finished smooth. For jointing prepare clean cutout and house / joined in best manner using approved adhesive and concealed pins/screws. Miter joints shall be preferred but basically shall be as shown in shop drawing and approved by ENGINEER IN CHARGE. Joints shall be fitted with due accuracy and hairline tight.

4.7 Work to be installed and fitted in contact or adjoining concrete / masonry shall be fabricated with due allowance for site adjustments but within acceptable tolerances. Fabrication and assembly shall be completed as far as possible in work shop. Prepared items shall be marked prior to shifting for perfect level, align and fix at site.

4.8 All exposed veneers work in solid timber and veneers shall be within approvable range of samples approved. Special care shall be taken to ensure that the width of veneers in all related fabrication shall be identical and shall have and even number of veneers of equal near equal widths except where a single veneer is sufficient.

4.9 Work indicated on drawings to have plastic laminate, shall have plastic laminate shop applied with tight seams. Plastic laminate shall be pressure laminated to core construction with approved water resistant adhesive.

4.10 Counter tops, counter fronts, shelves, cabinets, dividers, drawers, shall be constructed with specific core and shall be finished as specified in drawing or BOQ or as approved by the ENGINEER IN CHARGE at site.

4.11 Prior to start of any fabrication actual site measurements shall be taken and detail shop drawing corrected accordingly with approval of the ENGINEER IN CHARGE.

4.12 All work shall be finished free from runs, sags or other visual defects, wood shall be thoroughly smoothened and sanded to remove all traces of machines and tool marks. Surface preparation shall be as per IS code of practice or ready to receive specified finish.

Page 159: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 35 of 508

4.13 Installation

a) Do not use materials that are unsound, warped, improperly treated or finished inadequately seasoned or too small to fabricate with proper jointing arrangements.

b) Install finish carpentry to line, plumb, level and in alignment with adjacent materials. c) Scribe and cut finish carpentry to fill adjoining work. Refinish and seal cuts as recommended by

manufacturer. d) Provide cut-outs for mechanical and electrical items that penetrate finish carpentry. e) Securely install by anchoring and fastening as approved in shop drawings. Type, size of anchors

and fasteners shall be as detailed and approved. f) Use minimum shims and shall be concealed type with required protective coatings. g) Provide concealed wood framing to support plastic laminate counters, securely fastened to wall

and underside of counters.

4.14 Fittings and Fixtures (Ironmongery)

a) All fittings and fixtures shall be detailed in shop drawings, conforming to specification and shall be fixed as per manufacturer’s instructions.

b) Fittings and fixtures shall make assembly sturdy and securely placed. c) Where finishes are to be done on installation remove fixtures and allow painter / polisher to

work and on completion refix them.

4.15 During the course of work regularly all debris swash excess material shall be cleared and removed from site. On completion clean all places / spaces thoroughly.

4.16 Wood work shall be protected from defacement, maring till final completion and hand it over to the Client.

4.17 Repair and replace all defective work prior to final inspection.

4.18 Prior to final inspection by the Architect / Client the contractor to check to ensure proper operations, finish and surroundings.

4.19 The approval of work do not relieve the contractor of his liability to maintain to defects liability period at contractor‘s cost.

5.0 MEASUREMENTS AND RATES

5.1 Work shall be measures as per units given in Bills of Quantities.

5.2 The price for an item shall include supply of specified quantity and type of timber, sawn, cut, joined, framed and fixed in position including supply and fixing of approved anti- corrosive treated fixtures, straps, bolts, hold-fasts, spikes, nails, screws, etc. supplying and applying glue, coal tar, paint and anti- termite treatment. The item shall also include all materials, labour, scaffolding, use of equipment, etc.

5.3 If wood work is found to be defective due to bad workmanship, shrinkage, etc. within 1 year after completion of work, the defective wood work shall be refixed by the contractor at his cost to the satisfaction of the ENGINEER IN CHARGE. This includes the repairs required to complete the work as it was finished earlier.

5.4 Glass / glazing shall be included in the price complying to specification given in BOQ.

* * * *

Page 160: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 36 of 508

1. FLOORING:

i. The flooring in the building shall be as per the approved floor finish drawings and laid in such a way that limits in floor levels would not exceed the limits provided in the latest CPWD specifications or manufactures specifications.

ii. Wherever Tile flooring is done it shall be with 1st. Quality tiles only.

iii. Slope in floors shall be provided as per architectural drawings, else the levels at any place when checked over a distance of one meters in any direction should not show variation in floor level more than 3 mm.

iv. Rate for the items of flooring is inclusive of provision of sunken flooring and finishing edges of the same in bath kitchen, toilets, cutting holes for traps/ pipes etc., and nothing extra shall be paid on this account unless otherwise specified.

2. FALSE CEILING

a. False ceiling items in general are carried out as per the description of the item in the Bill of quantities and also as per the manufacturer’s specifications / as directed by the Engineer – in – Charge. Location of particular type of false ceiling shall be as per relevant drawing, in its absence written approval of EIC shall be obtained.

3. ALUMINIUM COMPOSITE PANELS (ACP) CLADDING

a. Providing and fixing Aluminium Composite panel cladding including framing as per the elevation, section and the plan drawings provided, fabricated out of heavy duty Aluminium extruded profiles conforming to alloy 643900 WP with chemical composition and mechanical properties as per IS-733 and as per specifications.

b. The contractor must design the cladding as per the prevalent site conditions and building elevations profiles. No extra claims shall be entertained at any stage for aluminum profile/ wall thickness and size dimensions. The Contractor must quote rates accordingly.

c. The anchoring / bracing of the wall cladding to the RCC beams/ columns shall be done with non-corrosive galvanized brackets of approved design, (Galvanizing to be done conforming to IS 4759-1996 up to 610 gms. Per Sq. M. (80- 90 micron thickness).

d. The framework shall be aligned for the entire height of each Mullion and of the entire width of each Transform by laser beam equipment to ensure 100 percent ‘X’ axis and ‘Y’ axis alignment.

e. The system should also provide for pressure equalization. The details for pressure equalization to be submitted by the contractor and got approved by the Engineer-in-charge.

f. EPDM Gaskets of suitable profiles (to accommodate shall be provided including the labour element for fixing in appropriate locations is to be included in the rate).

g. The Periphery of the framework shall be sealed both from inside and outside with silicon weather sealant to make the cladding watertight.

Page 161: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 37 of 508

h. Cost of Aluminium composite panel consisting of a core of polyethylene sandwiched between two aluminium skins of 0.5mm thickness with a mild edge. 4 mm total thickness with surface finish of PVDF coating as approved by the Engineer-in-charge, as

shown in the elevation, plan and cross section drawings along with labour element for cutting stacking, carrying to heights and fixing to appropriate locations is included in the rates.

i. All the vertical and horizontal section grooves are to be sealed non staining silicon sealant of make as specified in the list of approved make to make the entire system synchronies with the basic structural glazing/curtain wall structure and also make the system air tight and watertight. The fixing details should be got approved by the Engineer-in-charge. The peel off foil should be removed at the time of handing over as may be required by the Engineer-in-charge.

j. Product i. ACP shall be as approved with high fibre filled sandwiched panel 4mm install on

Aluminium framing and Galvanised brackets. Aluminium cladding panel to be PVDF fluorocarbon coated factory applied colours. Reverse side to be in mill finish. All the joints shall be sealed with silicon sealant of approved make.The colour of sealant to be decided by Engineer-in-Charge.

ii. A sample of panels and installation methods to be submitted to the Engineer-in-Charge for approval.

k. Manufacture i. The panels must be visually flat. Any stiffener applied to compensate for wind

load must not read through. l. Installation

i. The panels shall be fixed in accordance with manufacture’s recommendations. ii. Technical Properties of Aluminium Composite Panels

iii. All cladding shall be of 4.0 mm thick aluminium composite panel comprising of high mineral filled core sandwiched between two skins of aluminium alloy. 1. Mechanical Properties : Tensile strength >130 N / mm2

: 0.2 % proof stress 90 N / mm2

: Elongation 5 %

: Modules of elasticity 70,000 N/mm2 2. Vibration and Noise

Damping : Average airborne - Sound Transmission loss R/N 25db (DIN 4109)

3. Thermal Transmittance :R = 0.014 m2 ˚C/W 4. Moment of Inertia :0.347 cm4/m 5. Panel Weight :5.5 Kg/m2 6. Finish :PVDF stove lacquered (Fluoro carbon) on one

side and reverse side in mill finish. 7. Colour :Colour to be selected by Engineer-in-Charge

Representative using standard PVDF colour chart from manufacturer.

Page 162: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 38 of 508

m. Protection Protection should not be removed until after installation.

n. Warranties The Contractor shall provide a data to confirm compliance with specific requirements

for resistance and fire properties. The guarantee should be for a 20 salt spray resistance

and fire properties. The guarantee should be for a 20 year period against peeling

chalking (No. 8 rating), fading, blistering, flaking, chipping and cracking.

o. Measurement: The measurement shall be for exposed actual surface area with grooves cladded on plain/ curved surface excluding the concealed trims.

4. SAMPLES OF MATERIALS:

a. Sample of all materials/ fittings and fixture to be used in the work such as doors, windows, tiles, sanitary, water supply, drainage fittings and fixtures shall be submitted well in advance by the contractor for approval from the Engineer-in charge of work in writing before placing orders for the entire quantity required for completion of work. Samples approved by the EIC/Client shall be kept in Sample Room under the charge of EIC and shall retain till completion of work.

b. Finished items in respect of typical portion of works of repetitive nature such as typical room, toilet, railing, door, window or any other work desired by the engineer-in- charge shall be prepared by the contractor to the satisfaction of Engineer-in – charge and got approved from him in writing before the commencement of these items for the entire work.

c. The requirements for preparation of samples shall be observed and fulfilled by the contractor well in advance to avoid any detriment to the general progress of work. In other words, this will not be allowed to have any effects on the general progress of work or on any of the terms and conditions of the contract. No claims of any kind whatsoever including the claims of extension of time will be entertained due to the incorporation of this requirement.

5. GLASS:

a. All glass and glazing material shall be verified and coordinate with the applicable Performance requirement.

b. All glass shall be cut to require size and ready for glazing. All glass shall be accurate sizes with clear undamaged edges and surfaces which are not disfigured. Any panel which does not fit any section of the curtain wall and shop front will be rejected and a replacement made at the Contractor’s expense.

c. Glass shall conform to the quality, thickness and dimensional requirement specified in US Federal specifications DD – G0415C.

d. Heat strengthened glass shall not deviate in surface flatness by more than 0.23 mm with in 260mm of leading or trailing edge, or 0.076mm in centre. Direction of ripple shall be consistent and is acceptable to Architect. Distortion of glass shall be controlled as much as possible during heat strengthening. Sag distortion shall be unidirectional and surface compression shall be in the range of 320-450 Kg/cm². All glass shall be delivered to site with the manufacturer’s label of identification attached.

Page 163: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 39 of 508

e. The glass glazed panel / structural glazing frames for the structural glazing system shall be designed to withstand lateral imposed loads and comply with requirement of local building codes.

f. Glass shall be free from defect or impurities detrimental to its performance. Defects such as bubbles, waves, spots scratches, spalls, discoloration, visibly imperfect coating, chipping, and bubbles delaminating of opacifier film shall be limited in accordance with the Manufacturer’s / trade guidelines. The glass is to be produced in such a way that the rollers will be parallel to what will be the horizontal position of the glass. Glass be consistent in colour.

g. Double glazed units shall be procured only from approved manufacturer. Quality control tests shall be performed for mixing, curing, adhesion and dew point. The unit shall be guaranteed against condensation and dirt between the panes, failure of seal and damage to internal coating.

h. All glass breakage caused by the Contractor or his sub-contractor because of negligence or caused by the installation of faulty work by him shall be replaced by the Contractor at his own expense without delay to the project completion.

6. WATER PROOFING TREATMENT:

a. All the items for water proofing treatment with cement based water proofing treatment for roof slab and sunken portion in schedule of quantities shall be guaranteed for TEN YEARS the case of cement based treatment by the contractor as per Performa prescribed. The water proofing treatment work should be got done through specialized agency approved by EIC.

7. INTEGRAL CEMENT BASED WATER PROOFING TREATMENT FOR ROOF /SUNKEN FLOORS OF W.C`S ETC.

a. The proprietary water proofing compound shall conform to I.S.2645 – 1975 in cement based water proofing treatment, stone aggregate shall be used instead of brick aggregate without any extra cost wherever required by the Engineer in – charge.

b. The finished surface after water proofing treatment shall have required slope.

c. While treatment of sunken floors is done it shall be ensured that the ‘S’ or ‘P’ traps as the case may be have been fixed / eased and rounded off properly the work shall be carried out as per relevant CPWD specifications.

d. GURANTEE:

The above water proofing, treatment shall be guaranteed for TEN YEARS against any leakage

etc. the contractor shall have to execute a bond, 10 % of cost of items executed for water

proofing shall be retained for 10 years as security ( Refer GCC provisions)

8. GRIHA requirements

Materials shall be procured by the contractor keeping in view the recycled content to conform

the GRIHA requirements as detailed in SCC and elsewhere.

Page 164: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 40 of 508

9. VARIATION IN CONSUMPTION OF MATERIALS:

The variation in consumption of material shall be governed as per CPWD specification and

clauses of the contract to the extent applicable.

10. MISCELLANCEOUS:-

Materials manufacture by reputed firms and approved by Engineer – in charge shall only be used.

Only articles classified as “First Quality” by the manufactures shall be used unless otherwise

specified. Preference shall be given to those articles which bear ISI certification marks. In case

articles bearing ISI certification marks are not available the quality of sample brought by the

contractor shall be judged by the standards laid down in the latest CPWD specifications. For items

not covered by the latest CPWD specification, relevant ISI standards shall apply.

11. TESTS:

a. Materials brought at site of work shall not be used in the work before getting satisfactory test results for Mandatory tests as per relevant provisions in Latest CPWD Specifications for works. Normally, part rate payment shall be allowed in the running account bills only if the materials are tested and test results are found to be satisfactory to by the Engineer-in-charge. These tests shall be got done from laboratories certified and approved by competent central/state Governments or the laboratory set up by the contractor at site as per directions of EIC/ Consultant.

b. The Engineer-in - charge of work shall check the test results and satisfy himself before allowing any payment in the running /final bill.

Page 165: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 41 of 508

ITEMS RELATED TECHNICAL SPECIFICATIONS

1) Providing & fixing of Luxalon aluminium extruded Aerofoil AF - 350 Sun Louvers. The panels shall be 350 MM wide, 56 MM high in desired length upto a maximum length of 3500 MM. the panels shall be made out of 1.8 MM thick aluminium extrusion in Anodized / PVDF/ Mill Finish. The panels shall be installed horizontally or vertically to the frame in a fixed angle by means of aluminium slidingUprofile, & fixation disc & fin suspension made out of fiber allowing it to lock at fixed degree in increments of 5 degrees from 0 to 180 degree. The fixation disc is clicked into position by sliding the U-profile section over the fin suspension. The ends of the panels shall be covered by aluminium plates having thickness 1.5 MM the panels shall be installed in a module of 335 MM giving an overlap of 15 MM.

2) Providing & fixing Zinc Composite panel wall cladding system comprising of top Layer 4 mm thick Zinc LDPE panels of 990 mm X 3000 mm size made with 0.5 mm QUARTZ Zinc (VM ZINC) & Aluminium skins 0.5 mm each. Alloy type - 3105, Core Material - LDPE. Virgin Core Thickness - 3 mm (to to installed by agency approved by manufacturer). Galvonized GI Substructure of 25 mm X 50 mm metal frames along with necessary brackets / cleat / screws for fixing of ZCP panels on the Metal Substructure as per instructions etc and all precautions to be taken to avoid bimetaalic corrosion complete as per design.

3) Providing and fixing 12 mm thick frameless toughened glass door partitions of approved brand and manufacturer, including providing and fixing partitions at top & bottom with aluminum channel etc. all complete as per direction of Engineer-in-charge

Providing and fixing approved brand and manufacturer SS 304 grade hardware's for Doors etc.

4) Providing and fixing approved brand and manufacturer SS 304 grade S.S Floor door spring fixed with SS screws etc. complete in all respects as per manufacturer's specifications & as directed by Engineer-in-charge.

5) Providing and fixing approved brand and manufacturer SS 304 grade S.S Handles including lock (1200 mm) fixed with SS screws etc. complete in all respects as per manufacturers' specifications & as directed by Engineer-in-charge.

6) Providing and fixing approved brand and manufacturer SS 304 grade S.S Handles (450 mm) fixed with SS screws etc. complete in all respects as per manufacturers' specifications & as directed by Engineer-in-charge.

7) Providing and fixing approved brand and manufacturer SS 304 grade S.S door stopper fixed with SS screws etc. complete in all respects as per manufacturer's specifications & as directed by Engineer-in-charge.

8) Providing and fixing approved brand and manufacturer SS 304 grade S.S dead lock fixed with SS screws etc. complete in all respects as per manufacturer's specifications & as directed by Engineer-in-charge.

Page 166: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 42 of 508

9) Providing and fixing approved brand and manufacturer SS 304 grade S.S tower bolt (300mm)

fixed with SS screws etc. complete in all respects as per manufacturer's specifications & as directed by Engineer-in-charge.

10) Providing and fixing approved brand and manufacturer SS 304 grade S.S tower bolt (150mm) fixed with SS screws etc. complete in all respects as per manufacturer's specifications & as directed by Engineer-in-charge.

11) Providing and fixing approved brand and manufacturer SS 304 grade patch fittings L type for frameless doors fixed with SS screws etc. complete in all respects as per manufacturer's specifications & as directed by Engineer-in-charge.

12) Providing and laying Laminate wooden flooring (Grade AC4, 8 mm thick Ambience Premium-AC4 ), having a good backing layer made up of plastic laminate or melamine as specified by the manufacturer and approved by Engineer-in-charge.

13) Providing and fixing 18mm thick Granite stone work for wall lining at all height in cement mortar 1:3 (1cement : 3 coarse sand) including pointing with white cement mortor with an admixture of pigment to match the granite shade complete as per direction of Engineer-in-charge.

14) Providing and fixing PVC sheet flooring in 2.0mm thickness. It shall be homogeneous and monolayer in construction, and shall be manufactured by calendering and presssing, to ensure a dense, smooth surface and non-directional design. The flooring shall incorporate a specially formulated polyurethane reinforcement, to significantly reduce maintenance costs. [Equivalent to Polyfloor Mystique PUR]

15) Providing and applying 1mm thk Vinyl based Anti-microbial wall covering over smooth surface including fixing with adhesive complete as per drawing & as directed by Engineer-in-charge.

16) Providing & fixing trap door in the false ceiling using 19 mm thk commercial ply laminated with approved finish 1mm thick laminate with necessary 2nd Class teak frame work of size 2" x 1.5", Oak wood mouldings as per Architect’s drawing, brass hinges, latches etc. complete in all respect as directed by Engineer-in-charge.

17) Providing and making 75mm deep suspended feature panel ceiling comprising of 19mm Thk. Commercial Board layered with 4mm Thk. Italian Veneer ply including all edge mouldings, melamine polish, suspension system etc. complete as per drawing & as directed by Engineer-in-charge.

18) Providing and fixing over glass 1.5mm thick Etching strips (film) of approved make fixed as per manufacturer's specifications all complete as per direction of the Engineer-in-charge.

Page 167: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 43 of 508

19) Providing, fabricating and fixing 12 mm thick Acrylic based solid stone veneering of approved make including cost of fabrication, fusion, edges, hole cutting for fixtures complete in dado over 12mm thick BWP ply fixed on aluminum frame work a maximum spacing of 600mm in any one direction (including adding members as required) as approved by Engineer-in-charge/ Architect including cutting chase in wall where ever required etc complete as per drawings. (Aluminum frame shall be paid separately)

20) Providing & fixing of 75mm thick 2800mm height partition system comprising of MS Box section Sub frame as horizontal & vertical members of size 50mmx50mmx1.626mm. The module shall not be more than 500mm in height & 1000mm in length and bottom module shall at 85mm from skirting. the frame shall be connected at the junctions by welding. the sub frame shall be fixed to wall, floor and ceiling with dash fasteners / and extending M.S. frame work as required. this includes cost of PVC Gaskets, foam, levelers, trims, cable carrier for LV & MV cables, and both side 12mm thk. prelaminated particle board of approved shade fixed to sub frame with MS cleats and SS fixing arrangement as approved. all metallic parts shall be treated with anti rust treatment & painted with 2 coats of enamel paint in redoxide primer. Hardware shall be conforming to BIFMA/ANSI standards as approved by Architect and Engineer.

21) Providing & fixing of 75mm thick 1500mm height dado comprising of MS Box section Sub frame as horizontal & vertical members of size 50mmx50mmx1.626mm. The module shall not be more than 500mm in height & 1000mm in length and bottom module shall at 85mm from skirting. the frame shall be connected at the junctions by welding. the sub frame shall be fixed to wall, floor and ceiling with dash fasteners as required. this includes cost of PVC Gaskets, foam, levelers, trims, cable carrier for LV & MV cables, and single side 12mm thk. prelaminated particle board of approved shade fixed to sub frame with MS cleats and SS fixing arrangement as approved. all metallic parts shall be treated with anti rust treatment & painted with 2 coats of enamel paint in redoxide primer. Hardware shall be conforming to BIFMA/ANSI standards as approved by Architect and Engineer.

22) Providing and laying foam concrete filling in sunken portion of W.C. & kitchen with approved quality of cinder including supply of labour, material, and tools and plant etc. required for proper completion of the work as per direction of Engineer-in-charge.

Terrace Garden Water proofing

23) Supplying and applying a 1.5mm thick non reinforced EPDM membrane conforming to ASTM D6134-97 on given newly laid cement sand mortar substrate with the help of appropriate recommended blinded adhesive as per manufacturer recommendations keep 100mm overlap between two adjacent membrane and adhere it with appropriate splice adhesive.

24) Providing and laying protection layer with specify geo textile membrane with minimum 250gsm weight and application as per manufacturer specification.

25) Providing and applying average 35mm thick (or as specified) cement sand mortar in with ratio of 1:3 modified with admixture on geo textile membrane to provide suitable or as specified slope for easy water disposal

Page 168: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 44 of 508

26) However the further work will followed by laying primer root barrier, insulation, drainage boards, aeration, water storage and secondary root barrier above this growing medium and vegetation will be follow.

27) Providing and fixing S.S. Chair rail 250 x 50mm fixed to wall at intermediate distances including fixing arrangement, finishing with duco paint complete

28) Supply & Planting best quality trees inclusive of cultivation of trees bead to required depth. All trees / plants to be approved before planting including watering & maintenance for 180 days.

29) Providing placing & fixing Precast Concrete Grass Grid Pavers of 70 mm Thickness and appropriate size, laid over compacted earth and over 75 mm thick layer (average) of Jamuna sand, manufactured by using M-30 grade of concrete by using vibro compaction process using accurately designed moulds. The Grass Grid pavers shall be suitably reinforced etc. complete in all respects as per direction of the Engineer-in-charge.

30) Providing and fixing factory made precast RCC perforated drain covers, having concrete of strength not less than M-25, of size 1000 x 450x50 mm, reinforced with 8 mm dia four no longitudinal & 9 nos cross sectional T.M.T. hoop bars, including providing 50 mm dia perforations @ 100 to 125 mm c/c, including providing edge binding with M.S. flats of size 50 mm x 1.6 mm complete, all as per direction of Engineer-in-charge.

31) Providing & fixing Rubberised corner guard in Stilt to protect from Vehicular damage

Page 169: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 45 of 508

List of Approved Makes of Materials

1. List of Approved Makes- CIVIL & Plumbing Services

S.No Details of equipment/ material Make/manufacturer

1. Adhesive for Door Work Fevicol/Vamicol/Dunlop

2. Air Release Valve Azud/API/Bermad/BIR/Kirloskar / Venus / Zoloto

3. Aluminium Accessories and

Hardware

Classic/Argent/Oxford /Newlite /Crown /EBCO

/Earl Bihari

4. Aluminium Cladding Sheets Aludecor / Amstrong / Alucobond / Alupan /

Alstone / Polybond

5. Aluminium Die-Cast handles &

two point locking kit

Giesse / Securistyle / Alu – alpha

6. Aluminium Extrusion Indal / Mahavir / Hindalco / Jindal

7. Aluminium Fabricators M/s. International Glass House, M/s. AGV Alfa

Lab Ltd., M/s. Consolidated Engg. Company /

M/s. Ajit (India) Pvt. Ltd./ Calco / Alkarma

8. Anchor Fastner Hilti / Faischer /Bosch

9. Anti – Termite Treatment Pest Control India Ltd. In case PCI is not able to

undertake the work, it should be done by

permanent members of IPCA as approved by Engr-

in-Charge.

10. Automatic variable temperature

control / fixed temperature

control faucets

Jaquar / AOS-Robo-U-Tec/ Parry/ Angash / Euronics

11. Ball Cock Sant / L&T/Audco

12. Ball valves with floats Zoloto / Leader / Sant / Jayco /GPA/Audco/ AIP

Page 170: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 46 of 508

13. Batch Mix Concrete (BMC) /

Ready Mix Concrete (RMC)

The contractor to install his own computerized

batching plant of suitable capacity and arrange for

Transit Mixers, pumps etc. as per approval of

Engineer – In- Charge.

Or

The RMC shall be procured from the source as

approved by Engineer – in Charge.

14. Brass stop & Bib Cock Zoloto / Sant / Jaquar

15. Butterfly valves Zolato/Audco / AIP /Sant

16. C. I Fitting RKS/ AVR/ UNIK/ Electrosteel/ Kesoram/ ISSCO/

Neco/ RIF

17. C.I Sluice Valve & Non Return

Valve

Kirloskar / IVC/ Leader /Zoloto/L&T/Audco/ Sant/

AIP

18. C.I Valves (Full way, Check and

Globe Valves

Leader / Kirloskar / SKF / Zolto / Sant / Upadhyay /

Castle / Kartar

19. C.I. Manhole Covers Neco/R.I.F./B.C./Hepco/SKF/Kajeco

20. C.P. Fittings Mixer / Pillar taps/

C.P brass angle valve/ Valves

Washers, C.P. brass accessories

Parko /Jaquar /Marc/ Plumber / Dripless / Soma /

Kingston / Gem/ Crystal / Sanitaryware (ARK)

Parry/ Ideal / Orient/ Kohler

21. C.P. Waste, Spreaders, Urinal Jaquar/Parko/Kingston/GEM/Plumber

22. Calcium Silicate False Ceiling India Gypsum/ Armstrong / Decosonic/Daiken/

Aerolite

23. Calcium Silicate Boards Hilux / Aerolite

24. Calcium Silicate Tiles Aerolite / Hilux

25. Carpet Flooring & Skirting

(Floatax)

Forbo/ Polyflor/ Tarket

26. Cement ACC / L&T / Ultra tech / Birla Corp. Ltd. (Cement

Divn.) / JK Cement / Jaypee-Rewa / Shree / Lafarge

/Prism /India Cement / Bangur

27. Cement: White Birla White / JK

Page 171: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 47 of 508

28. Central Control Rain Bird, USA/Toro/Nelson,

29. Centrifugally cast C.I Rainwater

fitting / Bronze gratings etc.

Sages Metals/ GMGR/ Electro Steel / Kesoram /

IISCO / Neco / BIC / Neer

30. Centrifugal Pump Crompton /Kirloslar/ KSB/ Voilation Projects/

Unnati/ BS Enviro.

31. Centrifugally C.I Rainwater Intel

fitting , Bronze gratings

Sages Metals, GMGR, Electro Steel , Kesoram, IISCO

, Neco , BIC , Neer

32. Centrifugally casted C.I. Pipes Neco / Hepco / Anand/ Kapilash

33. Ceramic tiles Johnson / Somany / Kajaria / Spartek / Nitco /

Orient / Bell Ceramics

34. Ceramic tiles Adhesive Cico / Bell / Pidilite / BalEndura / BASF/ Sika

35. Chlorinator Thermax Ltd/ Watcon, lon exchange/ Sigma DH

Combine Inc./ Siemens/ Techcon/ Jesco /

Prominent

36. Chlorine Dosing System Toshcon / Chloromax

37. Clear Glass / Clear Float Glass /

Toughened Glass

Modi / Saint Gobain (SG) Asahi India Safety Glass

Ltd / GSC / Tata / Atul

38. Cockroach Trap Chilly/ Player/ Camry

39. Compressed Chequered tiles Johnson / Somany /Johnson/ Kajaria / Spartek /

Nitco/ Orient / Bell Ceramics

40. Concrete Additive Sika /STP/CICO/Pidilite / Fosroc / Fairmate / MC

Bauchemie / Chokesy.

41. Copper Fittings (Capillary) Yorkshire Imperial, U.K./ Rajco Metal Works

Mumbai / IBP Conex Ltd.

42. Copper Pipes Rajco Metal works, Mumbai / IBP Conex Ltd.

43. CPVC Pipes & Fittings Flowguard/ Astral/ Ashrivad/ KISAN/ Jain Supreme

44. Curtain Rod/Drapery Rod Vista work / Mac Decor

Page 172: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 48 of 508

45. Dash Fasteners Hilti / Faischer /Bosch

46. Disc Filter Azud, Spain/ Amaid / Arkal,

47. Door closer / Floor spring Doorking / Everite / Hardwyn/ Master

48. Door Locks Godrej / Harrison / Link

49. Door Seal – Woolpile Weather

Strip

Anand Reddiplex/ Enviroseal

50. Doors & Windows Fixtures /

Fitting.

Everite / Argent / Classic/ Crown / Earl Bihari

51. Drainage Pumps Grundfos/ KSB/Salmson/Kirloskar

52. Ductile Iron Fittings (IS:9523) Electrosteel/Kesoram/Tisco/Jindal

53. Ductile Iron Pipes (IS:8329) Electrosteel/Kesoram/Tisco/Jindal

54. E.P.D.M Gaskets Anand Reddiplex / Enviro Seals

55. Epoxy Floor Fosroc/ BASF/ Cico/ Sika Pidilite/ MC Bouchehe

56. Epoxy SLF Flooring Sika/ Stonhard / STP / BASF / Pidilite

57. Extruded Polystyrene Board Styrofoam by DOW Chemicals/ Insuboard by

Supreme Industries

58. Filtration Plant / Softening Plant Bikon water / Ion exchange /Thermax/ Pentair/

Eureka Forbes/Doshi Ion/Fontus

59. Fire rated Doors & Frames Navair / Shaktimet / GMP/ Promat / Godrej

60. Fire Rated Glass Saint Gobin, Torch, Glaberwal

61. Fire Retardant Paint Viper FRS 881, Nullifire, Burger

62. Fire Seal Sealz, Alstroflam, Abacus

63. Fire: Door Closures, Mortice

Dead locks

Becker Fire Solution, Inersoll Rand LCN Series,

Dorma TH Series.

64. Fire: D-Type Pull Handles Becker Fire Solution, Dorma, Hardwin

65. Fire: Hinges, Becker Fire Solution, Inersoll Rand, Dorma .

Page 173: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 49 of 508

66. Fire: Panic Exit Device Dorma / D-line

67. Fire: Panic Exit Devices Becker Fire Solution, Inersoll Rand LCN Series,

Dorma PHA Series.

68. Fire: Tower Bolts Suzu, Nulite, Dorset

69. Flush Door Shutters Duro / Greenlam / Century/

70. Flush Valves Gem/ Jaquar / Parko/Kingston / Plumber / Marc

71. Forged Steel Fittings & Flanges

(For Welded joints)

Rohini /Kanwal/ Vijay Cycle & Steel

72. G.I. Fittings R/Unik/Zoloto/K.S./Sun/Swastik

73. G.I. Pipes Jindal / Tata / Prakash Surya / SAIL / Swastik

74. Geyser Spherehot / Racold / Venus / Voltas / Usha Lexus /

Almonard / Bajaj

75. Glass : Mirror Modiguard / Atul / Saint gobain/ Asahi India Safety

/ Modi Float

76. Glass Wool Rockwool / UP Twiga / Lioyd Insulation

77. Glass/ Glass for Aluminum

Doors/ Windows

Glaverbel /Asahi India Safety Glass Ltd. / Atul /Saint

Gobain/ Modi Float glass (India)

78. Grab bars and Disabled

Hardware

Dorma / Ozone/ D-line

79. Gunmetal Valves / C.P brass

angle valve

Zoloto / Leader / Kilburn / Sant / Kartar/ AIP/

Audco

80. Gypsum Board Gypsum false ceiling Gypsum India Ltd. / Beral

Gypsum / India Gypsum / Laffarge / USG/ Saint

Gobain (Gyproc)

81. Gypsum False Ceiling Gypsum false ceiling Gypsum India Ltd. /

BoralGypsum / India Gypsum / Laffarge / USG/ St.

Gobain (Gyproc)

82. Hand Drier Kopal / Utech Systems / Blue Circle (India) Pvt. Ltd.

/ Euronics Automat

Page 174: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 50 of 508

83. HDPE Pipes / Moulded Fittings Emco /Polyefins/Pioneer Plyfab

84. HDPE Solution tank Watcon / Ion Exchange / Water Supply Specialist

Pvt. Ltd.

85. Heat Resistant Terrace Tiles Thermatek

86. Horizontal Centrifugal /

Monoblock Pumps

Kirloskar / DP Holland / Wilo/Ground fiss/CR

Pumps/Salmson / Ebara

87. Hydro-pneumatic System HBDGM/ Grundfoss / Salmson / Nocchi / Kirloskar

88. Inbuilt Drip Line Azud/ Rainbrid-USA/ Netafim

89. Insulation of Hot water pipes Vidoflex insulation / Superion insulation Kaiflex –

Kaimann/Armoflex/Thermaflex/ Armacell

90. Laminates Duro/Century/Greenlam/Formica/Decolam/

Sungloss/ Sunmica/ Durian

91. Liquid Level Controllers /

Indicators

Advance Auto / Sridhan International / Minilec /

Radar / Femac / Switzer

92. Liquid Soap Dispenser Chilly/Euronics/Camry/Utec/Kopal

93. M.S. Pipe Jindal / Prakash – Surya / BST/ Kalinga /TATA / TT

Swastik

94. Mainline Isolation Valve Sant /Leader /Zoloto,

95. Metal False Ceiling Decosonic / Armstrong / Durlum / Trac / Unimet

96. Mineral fibre ceiling Armstrong / Nittobo/ Daiken

97. Modular SS Railing System Metallica India / Stark Steel Fabricators / Het

creators / D – Line International Denmark / Mobel

Hardware

98. MS Saddle with G.I. Riser Harvel/Alprene/Rain Bird, USA

99. Night Latch Godrej /Harrison / Link

100. Non Return Valve Sant/ Leader/ Zoloto / AIP

101. OT: Bumper Guard Stretcher

Guard Crash Rail System

MDD/TSI/LSR/Radius

Page 175: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 51 of 508

102. OT: Wall Guard Grab Rail /Hand

Rail System

MDD/TSI/LSR/Radius

103. OT: Anti-bacterial paint Sikka by Liquid Plastic/ Viesmann/ SSK/ TRILUX

104. OT: Conductive Tile Flooring:

ESD-Control Tile Flooring

Tarkett/ Gerflor/ Armstrong/ Forbe/ Trilux

105. OT: Doors TRILUX/Penlon/LSR/TSI/Metaflex

106. OT: Stainless Steel Scrub Sink

Two Bay

MDD/ LSR/ radius/ TSI

107. P.R.S. Dials Rain Bird, USA/ Toro, USA/ Nelson,

108. P.T.M.T. Fitting Prince India / Symet

109. R.C.C Pipes Indian Hume Pipe / Pragati Concrete Udyog /ISI

Marked Pipes/Daya/KK / JSP

110. Paint- Cement Paint All types of paints i.e. cement based paints, Oil

bound distemper, acrylic paints, plastic emulsion

paints etc shall be First quality of ICI, Berger, Asian,

Shalimar, Goodlas Nerolac and Johnson &

Nicholsan make,

For Cement based paint add Snowcem plus and

Tatacem make.

111. Paint - Dry Distemper

112. Paint - Oil Bound Distemper /

Acrylic Washable Distemper

113. Paints - Cement Based

114. Paints - External Emulsion Paint

115. Paints - Other Paints / Primer

116. Paints - Plastic Emulsion Paint

117. Paints - Resin Based Paints

118. Paints - Synthetic Enamel Paints

119. Paint Epoxy paint Nerolac / Shalimar / Cico / Fairmate / Sika / BASF /

Berger / Asian / Pidilite

120. Paints - Texture paint Berger / J & N / Spectrum / Unilite heritage /Asian /

Shalimar / ICI

121. Paver blocks (All Types) KK Manholes / Uni Stone Products (India) Pvt. Ltd/

Hindustan Tiles

Page 176: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 52 of 508

122. PE-AL-PE Pipe and Accessories Kitec/ Jindal/ Kissan/Vista

123. Pipe coat material (pipe

protection)

RPG Raychem/Pypkote/Makphalt

124. Plastic seat cover of W.C Commander/Hindware / Johnson / Poddar /

Parryware / Bestolite/ Capri

125. Plywood/Block board/Ply board Duro/ Greenply/ Century/ Kitply/ Greenlam/

Novapan/ Marrino/ Greenply / Euro/ National /

Anchor

126. Polycarbonate Sheets Macrolux / GE Plastic / Vergola / Skyarch/

Polytechno

127. Poly-sulphide Sealant Pidilite / Fosroc / Choksey / ChematalRai/ Cico /

Sika, MC Bouchemie, BASF

128. Pop up Connecting Assembly Rain Bird/Dura/Lasco,

129. Popup Spray Head Rain Bird/Toro, USA/Nelson,

130. Powder Coating Material pure

Polyester

Jotun / Berger / Goodlass Nerolac

131. PP-R Pipes (PN – 16) Amitex Polymers Pvt. Ltd. / Prince/ Supreme/

Vector

132. Pre-coated Galvanised Steel

Sheet

Tata BlueScope / Llyod Insulations India Ltd /

S.R.Metals

133. Pre-Laminated Particle Board Anchor / Novapan /Century /Green Ply/ Archidply

/Bhutan Board

134. Pressed Steel Doors Frame West Wind Concepts Pvt. Ltd., Gurgaon/ Shiva

Steel Pvt. Ltd., Noida /AGEW Steel Manufacturing,

Ahmedabad/ Sukri / Godrej / Gurdian / Navair

135. Pressure Relief Valve Omega/ Sant/Leader/ Zolato / Upadhyay / Audco

136. Pumps DP Holland / Wilo/ Grund foss

137. PVC continuous fillet for

periphery packing of glazings /

Structural/Glazing

Roop / Anand / Forex Plastic/ Nagalia/Trading

Company

Page 177: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 53 of 508

138. PVC Flooring Tarkett Floors / LG Floors / Gerflor / Responsive /

Premier Vinyl flooring / Regent / Armstrong

139. PVC flushing cistern Commander /Johnson Pedder / Parryware /

Duralite/ Geberit

140. PVC Pipes & fitting SWR Soil,

Waste & Vent Pipes and fittings,

Type B PVC Casing & Screen

Pipes

Prince / Supreme / Finolex /SKF / ORI PLAST / Kasta

/ Vector

141. PVC Water Stops Prince , Supreme , Finolex , Oriplast, BASF , Maruti

142. Polyethylene Storage Tank Sintex / Polycon/ Fusion / Plasto

143. R.O. System Ion Exchange/ Sterling India Ltd. / Pentair water /

144. Reinforcement Steel SAIL/RINL/TISCO/IISCO

145. RQRC Hydrant Harvel/Alprene/Rain Bird, USA

146. RQRC Key Harvel/ Aqua/ Drip& Drip

147. Sensor Operated Auto Flushing

System Urinals

Jaquar / AOS-Robo/U-tec/Angash/Euronics

148. SFRC / RCC Manhole Covers/

Perfect RCC Grating

KK Manholes /SK Precast Concrete/ Advent

concreteovision

149. Silicon sealants /Weather

Sealant / Structural Glazing

Sealant

GE- Silicon / Pidilite / Choksey /Wacker / Forsoc /

Cico/Dow Corning / Sika/

150. Sluice valve / NRV Kirloskar/IVC/Kilburn /Zoloto/Castle/ Leader /

L&T/Audco

151. Solar Hot water system Tata BP Solar / EPL India Limited / Solahart (India),

BHEL, BEL

152. Solenoid valve Rain Bird, USA/Toro/Nelson,

153. SS Gratings, Soap Dish Towel

Rail etc.

Camry/Glacier/Gem

154. Stainless Steel Salem Steel or as approved E-in-Charge

Page 178: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 54 of 508

155. Stainless Steel bolts, Washers

and Nuts

Kundan / Puja / Atul

156. Stainless Steel Clamps Hilti /Intellotech Koncept

157. Stainless steel CP Grating Chilly / Camry

158. Stainless Steel D-handles D-line / Giesse /Dorma

159. Stainless Steel Friction Stay Earl Bihari / Securistyle / EBCO

160. Stainless Steel Pressure Plate

Screws

Kundan/ Puja/ Atul

161. Stainless Steel Screw for

Fabrication and fixing of

Windows

Kundan / Puja / Atul

162. Stainless Steel Sink Hindware / Jayna / Neelkanth / Nirali / Kingston

/AMC/ Orient / Commander

163. Stone ware pipes & Gully Traps Perfect / SKF/ R.K/ Hind / Anand

164. Submersible Drainage pump Jyoti / Crompton/ Kirloskar/ KSB /Grundfos/

Mather & Platt / JS/Wilo/ITT

165. Sunken Portion Treatment Choksey / Sika / Cico, MC Bouchemie / MC

Bouchemie / BASF

166. Super plasticizer CICO, MC Bauchemie (India) Pvt Ltd, Roffes

Construction Chemicals, Pidilite Industries

167. Tiles: Ceramic tiles Bell/ Somany / H.R.Johnson / Kajaria / Spartek /

Orient / Nitco

168. Tiles: Glass Mosaic Tiles Mridul/ Italias/ Bisazza/ Pace India

169. Tiles: Glazed tiles Bell/ Somany / Johnson / Kajaria / Spartek / Orient /

Nitco

170. Tiles: Vitrified Tiles Bell/ Somany / H.R.Johnson / Kajaria / Spartek /

Orient / Nitco /RAK

171. UPVC Pipes & fittings Finolex / Prince / Supreme / AKG / Kasta / Vector /

Astral

Page 179: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 55 of 508

172. Vacuum Dewatered Flooring Tremix / Sun Build / Avcon technics

173. Valve Box Rain Bird, USA/Carson Brook, USA/Dura,

174. Veneered Particle Board Duro / Greenply / Century / Kitply / Greenlam /

Novapan / Merino / Euro/ National/ Anchor /

Action Tesa / Durian

175. VFD Pump Jyoti / Crompton/ Kirloskar/ KSB/ Grundfos/

Mather & Platt / Ebara.

176. Vibration Eliminator Resisto-flex

Pads & Connections

Relay Corpn./ Kanwal

177. Vitreous China/ Sanitary ware Parryware / Neycer / Cera / Hindware/ Kohler/

Grohe

178. Water Cooler Blue Star/Voltas/Usha/Godrej

179. Water Meter Capstan / Kranti/ Anand/ Kant

180. Water Proofing Agencies 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/ MC Boucheme

181. Water Proofing Materials Shalimar Tar products / IWL (India) Ltd./ M/S Llyod

Insulations India Ltd./ MIS Chemisol Adhesive Pvt.

Ltd. Mumbai (Chemistik) Texas Ltd. / Fosroc / Sika /

Cico / MC Boucheme

182. Water supply pumps KSB/ Grunfos/ Kirloskar/ Crompton/ Mather &

Platt/ Ebara.

183. White Glazed Fire Clay Sink Sanfire/ Cera / Neycer / Hindware

184. Wooden Laminated Flooring Faus / Scheit / Kaind / Nitco /Euro / Pargo

Page 180: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 56 of 508

PLUMBING & FIRE FIGHTING

SPECIAL CONDITIONS

1. GENERAL

These special conditions are intended to amplify the General Conditions of Contract,

and shall be read in conjunction with the same. For any discrepancies between the

General Conditions and these Special Conditions, the more stringent shall apply.

2. SCOPE OF WORK

The general character and the scope of work to be carried out under this contract is

illustrated in Drawings, Specifications and Schedule of Quantities. The Contractor shall

carry out and complete the said work under this contract in every respect in conformity

with the contract documents and with the direction of and to the satisfaction of the

Owner’s site representative. The contractor shall furnish all labour, materials and

equipment (except those to be supplied by the owner) as listed under Schedule of

Quantities and specified otherwise, transportation and incidental necessary for supply,

installation, testing and commissioning of the complete Plumbing / Sanitary and Fire

Fighting System as described in the Specifications and as shown on the drawings. This

also includes any material, equipment, appliances and incidental work not specifically

mentioned herein or noted on the Drawings/Documents as being furnished or installed,

but which are necessary and customary to be performed under this contract. The

Plumbing / Sanitary and Fire Fighting System shall comprise of following:

a. Sanitary Fixtures and Fittings.

b. Internal Water Supply.

c. External Water Supply

d. Internal Drainage

e. External Drainage

f. Water Treatment Plant.

g. Plumbing pumps, equipment and electrical panel including connection to the various equipment.

h. Hot Water System including all equipment.

i. Sewage Treatment Plant.

Page 181: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 57 of 508

j. Solar Hot Water System.

k. Fire fighting pumps, equipment and electrical panel including connection to various equipment.

l. Fire Hydrant and Sprinkler System

m. Hand Held Fire extinguishing System

n. Other Miscellaneous Items.

o. Approval from Local Authorities

p. Wiring & earthing from MCC panels to various plumbing & fire fighting system, control wiring & interlocking.

q. Cutting holes, chases & like through all types of walls /floors and finishing for all services crossings, including sealing, frame works, fire proofing, providing sleeve, cover plates, making good structure and finishes to an approved standard.

r. Balancing, testing & commissioning of the entire plumbing & fire fighting system.

s. Test reports, list of recommended spares, as-installed drawings, operation & maintenance manual for the entire plumbing & fire fighting system.

t. Training of Owner’s staff.

3. ASSOCIATED CIVIL WORKS

Following civil works associated with Plumbing / Sanitary and Fire Fighting System

installation are excluded from the scope of this contract. These shall be executed by

other agencies in accordance with approved shop drawings of, and under direct

supervision of the Plumbing / Sanitary and Fire Fighting System contractor.

i. RCC foundation for machines, pumps & large equipment with angle iron frame

work at the edges to protect these from damage.

ii. RCC work for water tanks

iii. PCC foundation blocks with angle iron frame work edging for all motor control

centre.

iv. Water proofing of floors.

v. Masonry drain channels and sumps in plant room.

Page 182: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 58 of 508

4. ASSOCIATED SERVICES WORKS

4.1 All associated ELECTRICAL WORKS listed below are excluded from the scope of this

contract. These shall be installed by other agencies in accordance with approved shop

drawings of, and under direct supervision of the Plumbing / Sanitary and Fire Fighting

System contractor.

i. Providing power supply with earthing at the incoming of control panel in plant

room.

5. PERFORMANCE GUARANTEE

The contractor shall carry out the work in accordance with the Drawings, Specifications,

Schedule of Quantities and other documents forming part of the Contract.

The contractor shall be fully responsible for the performance of the selected equipment

(installed by him) at the specified parameters and for the efficiency of the installation to

deliver the required end result.

The contractor shall guarantee that the Plumbing / Sanitary and Fire Fighting System as

installed shall maintain the design conditions as described under relevant clauses in the

specifications. The guarantee shall be submitted in the proforma given in Appendix - II.

Complete set of architectural drawings is available in the Architect/Consultant’s office

and reference may be made to same for any details or information. The contractor shall

also guarantee that the performance of various equipment individually, shall not be

less than the quoted capacity; also actual power consumption shall not exceed the

quoted rating, during testing and commissioning, handing over and guarantee period.

6. BYE-LAWS AND REGULATIONS

The installation shall be in conformity with the Bye-laws, Regulations and Standards of

the local authorities concerned, in so far as these become applicable to the installation.

But if these Specifications and Drawings call for a higher standard of materials and / or

workmanship than those required by any of the above regulations and standards, then

these Specifications and Drawings shall take precedence over the said regulations and

standards. However, if the Drawings and specifications require something which violates

the Bye-laws and Regulations, then the Bye-laws and Regulations shall govern the

requirement of this installation.

Page 183: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 59 of 508

7. FEES AND PERMITS

The contractor shall obtain all permits/ licenses and pay for any and all fees required for

the inspection, approval and commissioning of their installation.

8. DRAWINGS

The Plumbing / Sanitary and Fire Fighting System Drawings listed under Appendix-I,

which may be issued with tenders, are diagrammatic only and indicate arrangement of

various systems and the extent of work covered in the contract. These Drawings indicate

the points of supply and of termination of services and broadly suggest the routes to be

followed. Under no circumstances shall dimensions be scaled from these Drawings. The

architectural/interiors drawings and details shall be examined for exact location of

sprinklers, hydrants, equipment and water supply / drainage piping etc.

The contractor shall follow the tender drawings in preparation of his shop drawings, and

for subsequent installation work. He shall check the drawings of other trades to verify

spaces in which his work will be installed.

Maximum headroom shall be maintained at all points. Where headroom appears

inadequate, the contractor shall notify the Architect/Consultant/Owner’s site

representative before proceeding with the installation. In case installation is carried out

without notifying, the work shall be rejected and contractor shall rectify the same at his

own cost.

The contractor shall examine all architectural, structural, plumbing, electrical and other

services drawings and check the as-built works before starting the work, report to the

Owner’s site representative any discrepancies and obtain clarification. Any changes

found essential to coordinate installation of his work with other services and trades,

shall be made with prior approval of the Architect/Consultant/Owner’s site

representative without additional cost to the Owner. The data given in the Drawings and

Specifications is as exact as could be procured, but its accuracy is not guaranteed.

Page 184: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 60 of 508

9. SHOP DRAWINGS

9.1 All the shop drawings shall be prepared on computer through Autocad System based on

Architectural Drawings, site measurements and Interior Designer’s Drawings. Within one

week of the award of the contract, contractor shall furnish, for the approval of the

Architect/Consultant, two sets of detailed shop drawings of all equipment and materials

including layouts for Plant room, Pump room, Typical toilets drawings showing exact

location of supports, flanges, bends, tee connections, reducers, detailed piping drawings

showing exact location and type of supports, valves, fittings etc; external insulation

details for pipe insulation etc; electrical panels inside/outside views, power and control

wiring schematics, cable trays, supports and terminations. These shop drawings shall

contain all information required to complete the Project as per specifications and as

required by the Architect/Consultant/Owner’s site representative. These Drawings shall

contain details of construction, size, arrangement, operating clearances, performance

characteristics and capacity of all items of equipment, also the details of all related

items of work by other contractors. Each shop drawing shall contain tabulation of all

measurable items of equipment/materials/works and progressive cumulative totals

from other related drawings to arrive at a variation-in-quantity statement at the

completion of all shop drawings. Minimum 6 sets of drawings shall be submitted after

final approval along with CD / DVD.

Each item of equipment/material proposed shall be a standard catalogue product of an

established manufacturer strictly from the manufacturers listed in Appendix-II.

When the Architect/Consultant makes any amendments in the above drawings, the

contractor shall supply two fresh sets of drawings with the amendments duly

incorporated along with check prints, for approval. The contractor shall submit further

five sets of shop drawings to the Owner’s site representative for the exclusive use by the

Owner’s site representative and all other agencies. No material or equipment may be

delivered or installed at the job site until the contractor has in his possession, the

approved shop drawing for the particular material/equipment/installation.

9.2 Shop drawings shall be submitted for approval one week in advance of planned delivery

and installation of any material to allow Architect/Consultant ample time for scrutiny.

No claims for extension of time shall be entertained because of any delay in the work

due to his failure to produce shop drawings at the right time, in accordance with the

approved programme.

Page 185: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 61 of 508

9.3 Manufacturers drawings, catalogues, pamphlets and other documents submitted for

approval shall be in four sets. Each item in each set shall be properly labeled, indicating

the specific services for which material or equipment is to be used, giving reference to

the governing section and clause number and clearly identifying in ink the items and the

operating characteristics. Data of general nature shall not be accepted.

9.4 Samples of all materials like valves, pipes, insulation, control wires etc shall be

submitted to the Owner’s site representative prior to procurement. These will be

submitted in two sets for approval and retention by Owner’s site representative and

shall be kept in their site office for reference and verification till the completion of the

Project. Wherever directed a mockup or sample installation shall be carried out for

approval before proceeding for further installation.

9.5 Approval of shop drawings shall not be considered as a guarantee of measurements or

of building dimensions. Where drawings are approved, said approval does not mean

that the drawings supersede the contract requirements, nor does it in any way relieve

the contractor of the responsibility or requirement to furnish material and perform

work as required by the contract.

9.6 Where the contractor proposes to use an item of equipment, other than that specified

or detailed on the drawings, which requires any redesign of the structure, partitions,

foundation, piping, wiring or any other part of the mechanical, electrical or architectural

layouts; all such re-design, and all new drawings and detailing required therefore, shall

be prepared by the contractor at his own expense and gotten approved by the

Architect/Consultant/ Owner’s site representative. Any delay on such account shall be

at the cost of and consequence of the Contractor.

9.7 Plumbing / Sanitary and Fire Fighting System Contractor shall prepare coordinated

services shop drawings based on the drawings prepared by Electrical, HVAC & Low

Voltage Contractors to ensure adequate clearances are available for installation of

services for each trade.

Where the work of the contractor has to be installed in close proximity to, or will

interfere with work of other trades, he shall assist in working out space conditions to

make a satisfactory adjustment. If so directed by the Owner’s site representative, the

contractor shall prepare composite working drawings and sections at a suitable scale,

not less than 1:50, clearly showing how his work is to be installed in relation to the work

of other trades. If the Contractor installs his work before coordinating with other trades,

or so as to cause any interference with work of other trades, he shall make all the

necessary changes without extra cost to the Owner.

Page 186: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 62 of 508

9.8 Within one week of approval of all the relevant shop drawings, the contractor shall

submit four copies of a comprehensive variation in quantity statement, and itemized

price list of recommended (by manufacturers) imported and local spare parts and tools,

covering all equipment and materials in this contract. The Project Manager shall make

recommendation to Owner for acceptance of anticipated variation in contract amounts

and also advise Owner to initiate action for procurement of spare parts and tools at the

completion of project.

10. ACCESSIBILITY

The Contractor shall verify the sufficiency of the size of the shaft openings, clearances in

cavity walls and suspended ceilings for proper installation of his piping and other

ancillaries. His failure to communicate insufficiency of any of the above, shall constitute

his acceptance of sufficiency of the same. The Contractor shall locate all equipment

which must be serviced, operated or maintained in fully accessible positions. The exact

location and size of all access panels, required for each concealed, valve or other devices

requiring attendance, shall be finalized and communicated in sufficient time, to be

provided in the normal course of work. Failing this, the Contractor shall make all the

necessary repairs and changes at his own expense. Access panel shall be standardized

for each piece of equipment / device / accessory and shall be clearly nomenclature /

marked.

11. MATERIALS AND EQUIPMENT

All materials and equipment shall conform to the relevant Indian Standards and shall be

of the approved make and design. Makes shall be strictly in conformity with list of

approved manufacturers as per Appendix - II.

12. MANUFACTURERS INSTRUCTIONS

Where manufacturer has furnished specific instructions, relating to the material and

equipment used in this project, covering points not specifically mentioned in these

documents, such instructions shall be followed in all cases.

Page 187: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 63 of 508

13. ELECTRICAL INSTALLATION

The electrical work related to Plumbing / Sanitary and Fire Fighting System services shall

be carried out in full knowledge of, and with the complete coordination of the

contractor. The electrical installation shall be in total conformity with the control wiring

drawings prepared by the contractor and approved by the Architect/Consultant. All

equipment shall be connected and tested in the presence of an authorised

representative of the contractor.

The Plumbing / Sanitary and Fire Fighting System shall be commissioned only after the

contractor has certified in writing that the electrical installation work for Plumbing /

Sanitary and Fire Fighting System services has been thoroughly checked, tested and

found to be totally satisfactory and in full conformity with the contract Drawings,

Specifications and manufacturer’s instructions. It is to be clearly understood that the

final responsibility for the sufficiency, adequacy and conformity to the contract

requirements, of the electrical installation work for Plumbing / Sanitary and Fire Fighting

System services, lies solely with the contractor.

14. COMPLETION CERTIFICATE

On completion of the Electrical installation for Plumbing / Sanitary & Fire Protection, a

certificate shall be furnished by the contractor, counter signed by the licensed

supervisor, under whose direct supervision the installation was carried out. This

certificate shall be in the prescribed form as required by the local authority.

The contractor shall be responsible for getting the entire electrical installation for

Plumbing / Sanitary and Fire Fighting System duly approved by the local authorities

concerned, and shall bear expenses if any, in connection with the same.

15. BALANCING, TESTING AND COMMISSIONING

Balancing of all water systems and all tests as called for the Specifications shall be

carried out by the contractor through a specialist group, in accordance with the

Specifications and ASPE / ASHRAE Guide lines and Standards. Performance test shall

consist of three days of 10 hour each operation of system for each season.

The installation shall be tested again after removal of defects and shall be commissioned

only after approval by the Owner’s site representative. All tests shall be carried out in

the presence of the representatives of the Architect/Consultant and Owner’s site

representative.

Page 188: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 64 of 508

16. COMPLETION DRAWINGS

Contractor shall periodically submit completion drawings as and when work in all

respects is completed in a particular area. These drawings shall be submitted in the form

of two sets of CDs / DVDs and four portfolios (300 x 450 mm) each containing complete

set of drawings on approved scale indicating the work as - installed. These drawings

shall clearly indicate complete plant room layouts, piping layouts, location of wiring and

sequencing of automatic controls, location of all concealed piping, valves, controls,

wiring and other services. Each portfolio shall also contain consolidated control

diagrams and technical literature on all controls. The contractor shall frame under glass,

in the plant room, one set of these consolidated control diagrams.

17. OPERATING INSTRUCTION & MAINTENANCE MANUAL

Upon completion and commissioning of part Plumbing / Sanitary and Fire Fighting

System the contractor shall submit a draft copy of comprehensive operating

instructions, maintenance schedule and log sheets for all systems and equipment

included in this contract. This shall be supplementary to manufacturer’s operating and

maintenance manuals. Upon approval of the draft, the contractor shall submit four (4)

complete bound sets of typewritten operating instructions and maintenance manuals;

one each for retention by Consultant and Owner’s site representative and two for

Owners Operating Personnel. These manuals shall also include basis of design, detailed

technical data for each piece of equipment as installed, spare parts manual and

recommended spares for 4 year period of maintenance of each equipment.

18. ON SITE TRAINING

Upon completion of all work and all tests, the Contractor shall furnish necessary

operators, labour and helpers for operating the entire installation for a period of fifteen

(15) working days of ten (10) hours each, to enable the Owner’s staff to get aquainted

with the operation of the system. During this period, the contractor shall train the

Owner’s personnel in the operation, adjustment and maintenance of all equipment

installed.

Page 189: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 65 of 508

19. TEMPORARY POWER AND WATER

One distribution point for temporary water at the tube well or the Municipal supply tap-

off location and one point for electricity shall be provided by the Owner at ground level.

Alternatively the contractor may be asked to make his own arrangements for water and

power for which there shall be no financial or other liability on the owner. However,

cost of electricity consumed shall be charged from individual contractor at actuals.

Electricity will not be given free of cost by the Owner. Water, if supplied from the

municipal connection shall be charged from individual contractors on actual basis.

Necessary metering for power and water shall be arranged by the contractor at his own

cost.

Contractor at his own cost shall be responsible for all connections pumps, pipes, storage

facilities and all other things necessary to distribute and use services from these

distribution points and as may be required for his work. Owner does not warrant

sufficiency nor continuity of supply at these distribution points. If main supply fails,

contractor shall be supplied electricity from the DG set of other contractor a Rs. 9.00 per

unit duly metered. The point of supply and the meter shall be at the DG set. The cost of

meter shall be borne by contractor.

Page 190: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 66 of 508

A P P E N D I X - I

GUARANTEE PROFORMA

GUARANTEE FOR PLUMBING / SANITARY SYSTEM INSTALLATION

We hereby guarantee the year round Plumbing, Sanitary, Drainage, Pumps, water treatment system and Hot Water Generator System which we have installed in the Complex Described Below:

Building :

Proposed CSIR Innovation Complex.

Location :

Mumbai

Owner : M/S…………….

For a period of ONE YEAR from the date of acceptance of the total

installation, WE AGREE TO repair or replace to the satisfaction of the

Owner, any or all such work that may prove defective in workmanship,

equipment or materials within that period, ordinary wear and tear and

unusual abuse or neglect excluded, together with any other work, which

may be damaged or displaced in so doing. In the event of our failure to

comply with the above mentioned conditions within a reasonable time,

after being notified in writing, we collectively and separately, do hereby

authorise the Owner to proceed to have the defects repaired and made

good at our expense, and we shall pay the cost and charges thereof,

immediately upon demand.

SIGNATURE OF CONTRACTOR

DATE

SEAL

Page 191: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 67 of 508

LIST OF APPROVED MAKES FOR EQUIPMENT & MATERIALS

FIRE FIGHTING

S.

No.

Details of

Materials/Equipment

Manufacture’s Name

1. Pipes 1. Tata

2. Jindal Hissar

3. Surya Roshni

2. Single headed Hydrant valves,

three way Fire Brigade inlet,

branch pipe & shut off nozzle.

1. Omex

2. Superex

3. Padmini

4. G. Tech

5. Newage

3. 20mm dia rubber pipe for hose

reel

1. Omex

2. Superex

3. Padmini

4. G. Tech

5. Newage

4. Starters, switches, T.P.N switch 1. L&T

2. Siemens

3. GE Power

4. Schneider

Page 192: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 68 of 508

S.

No.

Details of

Materials/Equipment

Manufacture’s Name

5. Pressure switch 1. Indfoss

2. Switzer

6. Pressure Gauges 1. H Guru

2. Fiebig

7. Pump 1. KSB

2. Matter & Platte

3. Kirloskar

4. Grundfos

8. Motor 1. ABB

2. Siemens

3. Kirloskar

(Note: Pump and motor shall be assembled in Pump Manufacturer’s works)

9. Enamel Painting of pipes etc. 1. Asian

2. Goodlas

3. Nerolac

Page 193: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 69 of 508

S.

No.

Details of

Materials/Equipment

Manufacture’s Name

4. ICI

10. Paint Primer 1. Asian

2. Jenson Nicholson

11. Fasteners 1. Hilti

2. Fischer

3. Bosch

12. Coal Tar Treatment for pipes 1. IWL

2. Coatek.

13. Weld Rods 1. Advani

14. Fire Extinguishers 1. Minimax

2. Ceasefire

3. Superex

4. Padmini

5. G. Tech

6. Omex

Page 194: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 70 of 508

S.

No.

Details of

Materials/Equipment

Manufacture’s Name

7. Newage

15. RRL Hose 1. Newage , Duralite.

16 Thermoplastic hose reel 1. Kasera

2. Maitras

17. Rubber Gaskets 1. CIC

2. Varuna.

18. Engine 1. Cummins

2. Caterpillar

3. KOEL.

19. Hose Drum 1. Omex

2. Superex

3. Padmini

4. G. Tech

5. Newage

20. Mechanical Seal 1. Durametallic

Page 195: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 71 of 508

S.

No.

Details of

Materials/Equipment

Manufacture’s Name

2. Burgmann

21. Strainer 1. Emerald

2. Kirloskar

22. Installation Control Valve 1. Central

2. HD

3. Grinell

4. Tyco.

5. Viking

23. Pipe Supports (Band Hanger) 1. Chilly

2. Targa

3. Hilti

24. Flow Switch 1. System Sensor

2. Potter

25. Pipe Fittings 1. Unik

2. VS

26. Sluice, Butterfly and Non

Return Valves

1. Kirloskar

Page 196: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 72 of 508

S.

No.

Details of

Materials/Equipment

Manufacture’s Name

2. Zolloto

3. AIP

4. SKS

27. Ball Valve 1. Zolloto

2. AIP

3. Audco

4. Cim

28. Anti Vibration Mounting 1. Dunlop

2. Resistoflex

29. Fire Sealent 1. Birla 3M

2. Hilti

30 Sprinklers (UL Listed) 1. Omex

2. Tyco

3. Viking

ELETRICAL (FOR PLUMBING & FIRE FIGHTING)

Page 197: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 73 of 508

S. No. Details of Materials/Equipment Manufacture’s Name

1. Power Cables

1. Finolex

2. Capcab

3. Bonton

4. Lapp Cable

5. KEI

6. RR Kabel

7. Bonton

8. World cab

9. Batra Henley

10. ESC

11. Skytone

12. Havells

2. Conduit ERW (ISI marked) 1. BEC

2. AKG

3. Switches, MCCB, Contactors, Aux.

contactors & Overload Relays,

Starters

1. L&T

2. ABB

3. Siemens

4. Legrand

5. Schneider

6. GE

4. Fuse link 1. L&T

2. Siemens

3. GE Power

5. Electronic Digital Meter 1. Enercon

Page 198: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 74 of 508

S. No. Details of Materials/Equipment Manufacture’s Name

2. Ducatti

6. CT / PT Transformer 1. AE

2. Kappa

7. S.F. Unit 1. L&T

2. ABB

3. Siemens

4. Legrand

5. Schneider

6. GE

8. Cable Trays 1. Slotco

2. Pilco

3. Indiana

4. Venus

5. OBO

6. MK

9. Indicating Lamps (LED type) / Push

Buttons

1. L&T

2. Siemens

3. GE power

4. BCH

5. Vaishno

Page 199: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 75 of 508

S. No. Details of Materials/Equipment Manufacture’s Name

10. Electrical Pump Panels. 1. A to Z Systems

2. Amptech

3. Adlec

4. Advance Panels

5. Jakson

6. RST Electrical

7. SUGEL

8. Vidhyut Control

9. Spectrum Automation

10. ECS

11. Neptune

12. SPC

13. Surendra Engg.

14. India Tech

11. Terminal 1. Elemax

2. Tosha

12. Indicating Instruments 1. AE

2. Equivalent

13. Selector Switch 1. Kaycee

2. Salzer

14. Change Over Switch 1. HH Elcon

2. HPL-Socomec

Page 200: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 76 of 508

S. No. Details of Materials/Equipment Manufacture’s Name

15. MCB 1.Legrand

2. Seimens

3. Haiger

4. ABB

5. Schneider

6. GE

16. Starter Contactor 1. Schneider Electric (TE)

2. L&T

3. Siemens-Sicop

17. Air Circuit Breaker 1. L&T

2. ABB

3. Siemens

4. Schneider

5. GE

18. Over load relay with built in single

phase preventer

1. Schneider Electric

(Telemechanique)

2. ABB

3. L&T

Page 201: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 77 of 508

A P P E N D I X - III

LIST OF BUREAU OF INDIAN STANDARDS CODES

All equipment, supply, erection, testing and commissioning shall comply with the requirements

of Indian Standards and code of practices given below as amended upto 30th April, 2003. All

equipment and material being supplied by the contractor shall meet the requirements of IS,

electrical inspectorate and Indian Electricity rules and other Codes / Publications as given

below:

1. General

SP : 6 (1) Structural Steel Sections

IS : 27 Pig Lead

IS : 554 Dimensions for pipe threads where pressure tight joints are

required on the threads.

IS : 779 Specification for water meters (domestic type).

IS : 782 Specification for caulking load.

IS : 800 Code of practice for general construction in steel

IS : 1172 Code of Basic requirements for water supply drainage and

sanitation.

Page 202: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 78 of 508

IS : 1726 Specification for cast iron manhole covers and frames.

IS : 1742 Code of practice for building drainage.

IS : 2064 Selection, installation and maintenance of sanitary appliance

code of practice.

IS : 2065 Code of practice for water supply in buildings.

IS : 2104 Specification for water meter for boxes (domestic type)

IS : 2379 Colour code for identification of pipe lines.

IS : 2527 Code of practice for fixing rainwater gutters and down pipes for

roof drainage.

IS : 2629 Recommended practice for hot dip galvanizing on iron and

Steel.

IS : 3114 Code of practice for laying of cast iron pipe

IS : 4111 (Part 1) Code of practice for ancillary structures in sewerage system:

Part 1 manholes.

IS : 4127 Code of practice for laying glazed stoneware pipes.

Page 203: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 79 of 508

IS : 5329 Code of practice for sanitary pipe work above ground for

buildings.

IS : 6159 Recommended practice for design and fabrication of material,

prior to galvanizing.

IS : 7558 Code of practice for domestic hot water installations.

IS : 8321 Glossary of terms applicable to plumbing work.

IS : 8419 (Part 1) Requirements for water filtration equipment: Part 1 Filtration

medium sand and gravel.

IS : 9668 Code of practice for provision and maintenance of water

supplies and fire fighting.

IS : 9912 Coal tar based coating materials and suitable primers for

protecting iron and steel pipe lines.

IS : 10221 Code of practice for coating and wrapping of underground mild

steel pipelines.

IS : 10446 Glossary of terms relating to water supply and sanitation.

IS : 11149 Rubber Gaskets

Page 204: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 80 of 508

IS : 12183 (Part 1) Code of practice for plumbing in multistoried buildings: Part 1

water supply.

IS : 12251 Code of practice for drainage of building basements.

IS : 5572 Code of practice for sanitary pipe work.

BS : 6700 Specification for design, installation, testing and maintenance of

services supplying water for domestic use within buildings and

their cartilages.

BS : 8301 Code of practice for building drainage.

2. Pipes and Fittings

IS : 458 Specification for precast concrete pipes (with and without

reinforcement)

IS : 651 Stone ware pipes

IS : 1239 (Part 1) Mild steel, tubes, tubulars and other wrought steel fittings: Part

1 Mild Steel tubes.

IS : 1239 (Part 2) Mild Steel tubes, tubulars and other wrought steel fittings: Part

2 Mild Steel tubulars and other wrought steel pipe fittings.

Page 205: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 81 of 508

IS : 1536 Centrifugally cast (spun) iron pressure pipes for water, gas and

sewage.

IS : 1537 Vertically cast iron pressure pipes for water, gas and sewage.

IS : 1538 Cast Iron fittings for pressure pipes for water, gas and sewage.

IS : 1729 Sand Cast iron spigot and socket soil, waste and ventilating

pipes, fittings and accessories.

IS : 1879 Malleable cast iron pipe fittings.

IS : 3989 Centrifugally cast (sun) iron spigot and socket soil, waste and

ventilating pipes, fittings and accessories.

IS : 4346 Specifications for washers for use with fittings for water

services.

IS : 4711 Methods for sampling steel pipes, tubes and fittings.

IS : 6392 Steel pipe flanges

IS : 6418 Cast iron and malleable cast iron flanges for general

engineering purposes.

Page 206: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 82 of 508

IS : 7181 Specification for horizontally cast iron double flanged pipe for

water, gas and sewage.

3. Fire Fighting Equipment

TAC Tariff Advisory Committee fire protection manual Part-I.

TAC Rules of Tariff Advisory Committee for automatic sprinkler

system.

NFPA : 12 , 1993 Standards on Carbon Dioxide Extinguishing System

IS : 636 Non-percolating flexible fire fighting delivery hose.

IS : 884 Specification for first aid hose reel for fire fighting.

IS : 901 Specification for couplings, double male and double female,

instantaneous pattern for fire fighting.

IS : 902 Suction hose couplings for fire fighting purposes.

IS : 903 Specification for fire hose delivery couplings, branch pipe,

nozzles and nozzle spanner.

IS : 904 Specification for 2-way and 3-way suction collecting heads for

Page 207: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 83 of 508

fire fighting purposes.

IS : 907 Specification for suction strainers, cylindrical type for fire

fighting purposes.

IS : 908 Specification for fire hydrant, stand post type.

IS : 909 Specification for underground fire hydrant, sluice valve type.

IS : 1648 Code of practice for fire safety of building (general): Fire

fighting equipment and its maintenance.

IS : 2171 Specification for portable fire extinguishers dry powder

(cartridge type)

IS : 2190 Selection, installation and maintenance of first aid fire

extinguishers – Code of practice.

IS : 2871 Specification for branch pipe, universal, for fire fighting

purposes.

IS : 2878 Specification for fire extinguishers, carbon dioxide type

(portable and trolley mounted).

IS : 3844 Code of practice for installation and maintenance of internal

fire hydrants and hose reel on premises.

Page 208: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 84 of 508

IS : 5290 Specification for landing valves.

IS 5714 Specification for coupling, branch pipe, nozzle, used in hose reel

tubing for fire fighting.

IS : 8423 Specification for controlled percolation type hose for fire

fighting.

IS : 10658 Specification for higher capacity dry powder fire extinguisher

(trolley mounted).

IS : 1309 External hydrant systems – Provision and maintenance – Code

of practice.

3. Valves

IS : 778 Specification for copper alloy gage, globe and check valves for

water works purposes.

IS : 780 Specification for sluice valves for water works purposes (50 mm

to 300 mm size).

IS : 1703 Specification copper alloy float valves (horizontal plunger type)

for water supply fittings.

Page 209: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 85 of 508

IS : 5312 (Part 1) Specification for swing check type reflux (non return) valves :

part 2 Multi door pattern.

IS : 5312 (Part 2) Specification for swing check type reflux (non return) valves :

part 2 Multi door pattern.

IS : 12992 (Part 1) Safety relief valves, spring loaded : Design

IS : 13095 Butterfly valves for general purposes.

4. Water Quality Tolerance

IS : 3025 (Parts 1 to

44)

Method of sampling and test (physical and chemical) for water

and waste water.

IS : 4764 Tolerance limits for sewage effluents discharged into inland

surface waters.

IS : 10500 Drinking Water

5. Pumps & Vessels

IS : 1520 Specification for horizontal centrifugal pumps for clear cold

fresh water.

Page 210: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 86 of 508

IS : 2002 Steel plates for pressure vessels for intermediate and high

temperature service including boilers.

IS : 5600 Specification for sewage and drainage pumps

IS : 8034 Specification for submersible pump sets for clear, cold, fresh

water.

IS : 8418 Specification for horizontal centrifugal self priming pumps.

Page 211: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 87 of 508

A P P E N D I X – IV

SCHEDULE OF FISCAL ASPECTS

Date of Commencement Immediately upon receipt of Letter of Intent by Owner.

Period of Completion 2 months

Liquidated Damages 1 percent of the contract value per week of delay subject

to a maximum of five percent (5%) of contract value

Defects Liability Period 12 months from the date of handing over.

Term of Payment 2.5% Security Deposit

10% of contact value payable as advance against

contractor’s submission of Bank Guarantee in

prescribed format, for equal amount valid for

contract period.

2.5% of contract value upon submission and approval of

shop drawings for the contract, and copy of unpriced

purchase orders duly considered by supplier.

80% Item rate Payment as per BOQ, running bills

5% of contract value at end of Defects Liability Period of

Page 212: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 88 of 508

12 months from the date of testing, commissioning

and handing over. This amount may be released

against contractor’s submission of Bank Guarantee in

prescribed format, for equal amount valid for Defects

Liability Period.

Retention Money 50% of Contract Value

Interim Payment Monthly, subject to a minimum bill value of Rs 25,00,000

Final Payment Within 90 days from the date of receipt of final bill, after

system is handed over.

Escalation All unit rates shall be firm and escalation free for duration

of one year, subject to only the statutory variation in taxes

and duties on undelivered equipment & materials and

subject to foreign exchange rate variation on undelivered

imported components.

Page 213: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 89 of 508

APPENDIX – V

SCHEDULE OF TECHNICAL DATA

1.1 SUMP PUMP & CLEAR CLEAN WATER PUMPS (SUBMIT TECHNICAL DATA

SHEETS SEPARATELY)

Pump :

Make :

Type & Model :

Discharge in LPS/GPM :

Head (Meters of WC) :

Shut off head (Meters of WC) :

Efficiency (%) :

No. of stages :

Suction end I.D. :

Delivery end I.D. :

Details of N.P.S.H. :

Solid handling size

Vibration Isolation Detail :

Skid Details :

Operating Weight :

Overall Dimension :

Mechanical Seal Detail :

Page 214: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 90 of 508

MATERIAL

Body :

Impeller :

Shaft :

Type of Impeller :

Is it suitable for direct coupling :

1.2 FILTER: Description:

Material of Construction :

Diameter :

Height on straight :

Filtering media :

Shell thickness :

Dish end thickness :

Service flow rate :

Design pressure :

Back wash duration :

Back wash flow rate :

Pressure drop across the filter :

Maximum inlet turbidity (NTU) :

Turbidity in filtered water :

Note: (Submit separate data sheets for various types of filter)

Page 215: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 91 of 508

1.3 SOFTENER: Description:

Material of Construction :

Diameter :

Height on straight :

Filtering media :

Shell thickness :

Dish end thickness :

Service flow rate :

Design pressure :

Regeneration Interval :

Qty. of Resin :

Pressure drop across the Softener :

Maximum inlet Hardness :

Hardness in Softened water :

1.3 UV SYSTEM

Model :

Make :

Material of construction :

Flow Rate :

Page 216: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 92 of 508

1.4 R O SYSTEM 1.4.1 R O FEED WATER PUMP:

Pump make :

Type :

Material of construction :

Casing :

Impeller :

Shaft :

Service flow rate :

Head :

Motor :

Electricity Supply :

Motor Make :

Starting current :

Full load current :

NPSH Details :

Details of VFD :

1.4.2 REVERSE OSMOSIS MODULES Membranes make :

Material :

Percentage recovery :

Feed flow rate :

Product flow rate :

Reject flow rate :

Feed Pressure for high pressure pump :

Page 217: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 93 of 508

1.4.3 MICRON CARTRIDGE FILTER UNIT

Quantity offered :

Type :

Operating Flow Rate :

Operating Pressure :

Micron Rating :

Type of cartridge :

M O C :

1.4.4 CIP SYSTEM

CHEMCAL PREPARATION TANK

Quantity offered :

Capacity of tank :

M O C of tank :

CHEMICAL CLEANING PUMP

Make :

Capacity :

Head :

Type :

Material of Construction :

Pump Motor. :

Electrical supply :

Motor Make :

Page 218: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 94 of 508

MICRON CARTRIDGE FILTER

Quantity offered :

Type :

Operating Flow rate :

Operating pressure :

Micron Rating :

Type of cartridge :

Material of construction :

1.4.5 R O FEED WATER LIMITING CONDITIONS: Turbidity :

S D I :

Heavy Metal :

Organics and bacteria :

Oil & Grease :

Residual chlorine :

COD :

BOD :

Oxidizing Agents :

Temperature :

Colour / Odour :

PH at the feed of RO :

Page 219: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 95 of 508

1.4.6 R O PLANT OPERATING DATA No. of Streams offered :

Feed Flow rate :

Average recovery :

Product flow rate :

Operating Pressure :

Type of operation :

Operating Hours :

Treated Water Per Day :

2. HOT WATER SYSTEM: 2.1 CNG/DIESEL HOT WATER GENERATOR 2.1.1 GENERAL

a) Model No. : b) Heat Output : c) Rated outlet temp. : d) Efficiency : e) Rated outlet pressure : f) Water flow rate : g) Fuel

: 2.1.2 HEAT TRANSFER ZONE

a) No. of flue gas passes : b) Average flue gas temp. : c) Tube material :

2.1.3 BURNER

a) Type :

b) Make :

c) Fuel Consumption :

Page 220: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 96 of 508

2.1.4 HOT WATER CIRCULATION PUMPS

a) Manufacturer :

b) Type :

c) Quantity :

d) Motor rating :

e) Material of construction

i) Casing :

ii) Impeller :

f) Motor make :

2.1.5 COMBUSTION AIR FAN

a) Make :

b) Type :

c) Quantity :

d) Capacity :

e) Fan Speed :

f) Motor Rating :

g) Motor Make :

h) Suction Filter :

i) Construction Material of Blower :

2.1.6 FLUE GAS

a) Co2% :

b) Density at NTP :

c) Outlet Temp. :

d) Flue gas duct size :

e) Flue gas flow :

Page 221: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 97 of 508

2.2 PLATE TYPE HEAT EXCHANGER

(Tenderer to include separate data sheet for separate type of PHE’s):

Fluid Name :

Primary Circuit

i) Inlet Temp. Deg. C :

ii) Outlet Temp. Deg. C :

Secondary Circuit

i) Inlet Temp. Deg. C :

ii) Outlet Temp. Deg. C :

Flow Rate

i) Inlet Temp. Deg. C :

ii) Outlet Temp. Deg. C :

Heat Load Mcal/h :

Total Heat Transfer Area Sq.m

Log Mean Temperature Difference :

Deg. C.

Overall H.T.C. Kcal/Sq.m h.c.

Calculated Pressure Drop :

Number of Channels :

Total No. of Plates :

Plate Material :

Plate Thickness (mm) :

Gasket Material :

Frame Material :

Page 222: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 98 of 508

Connection Material :

Connection Diameter (mm) :

Max. Operating Pressure (bar) :

Test Pressure (bar) :

Max. Working Temp. Deg. C :

Dimension

i) Length (mm) :

ii) Width (mm) : iii) Height (mm) :

Weight

i) Full (Kg.) :

ii) Empty (Kg.) :

2.3 PUMPS: (Tenderer to submit separate data sheets for each type of pump)

a) Manufacturer : b) Overall Dimension (mm) : c) Weight (Kg.) : d) Size of Foundation (mm) : e) Speed (R.P.M) : f) Discharge (L.P.M.) : g) Head (m) : h) Efficiency (%) : i) Performance Curves : j) Material of Construction :

2.4 INSULATION: a) Manufacturer : b) Material : c) “K” Value at 95 Deg.C Mean Temp. :

Page 223: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 99 of 508

TECHNICAL SPECIFICATIONS

(PLUMBING)

SECTION-01 :: BASIS OF DESIGN

1. BASIS OF DESIGN

The Plumbing, Sanitary, Drainage System for the project is designed keeping in view the

following:

1.1 Requirement of adequate and equal pressure availability of hot and cold water lines

in Public Toilets, Kitchen and other identified areas.

1.2 Adequate storage of water in under ground raw + overhead treated domestic water

tanks.

1.3 Provision of fire fighting appurtenance such as fire hydrants, hose reel, sprinklers and

portable extinguishers.

1.4 Levels of roads / pavements and other services in the area.

1.5 Landscape layout.

The execution of works and materials used shall be as per the latest relevant I.S.

specifications.

Page 224: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 100 of 508

Wherever reference has been made to Indian Standard or any other specifications,

the same shall mean to refer to the latest specification irrespective of any particular

edition of such specification being mentioned in the specifications below or Schedule

of Quantities.

2. CONCEPT OF THE SYSTEM

The following services are envisaged for the complex:

2.1 Water Treatment System for meeting the domestic water quality requirement with

chemical parameters in acceptable limits as per SP: 35(S & T) 1987 which is considered safe for

human consumption.

2.2 Domestic/Flushing water supply through Hydropneumaic system.

2.3 Sewage and Sullage collection system based on IS: 1742 and applicable standards for

domestic drainage and connected to Sewage Treatment Plant.

2.4 Storm / Rain water drainage system from various levels of the building and disposal to

Rain Water Harvesting System / storm water drain.

3. WATER STORAGE & DISTRIBUTION SYSTEM

3.1 Water Requirement

The water requirement for the project is proposed to be based on the provisions of IS:

1172 and prevalent practice.

3.2 Source of Water

It is expected that part of the daily domestic water requirement for the Complex shall

be through municipal mains supply. The rest will be obtained from bore wells or tankers.

3.3 Appurtenant

Following components shall be included in the water supply system for efficient

functioning:

i. Automatic air vent

ii. Pressure Gauge.

Page 225: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 101 of 508

4. SEWAGE, SULLAGE AND STORM WATER

The soil and waste shall be carried down through one pipe drainage system.

Independent vent pipe for common soil & water stack is also provided to avoid foul

smell entering through trapped gully in WC. Provision of grease trap shall be made for

waste water from Kitchen.

4.1. Design Limitations

The system is designed considering the following:

a. Termination of vent cowl at terrace level. b. Provision of adequate slope for horizontal header pipes for achieving self-cleaning velocity in the pipes.

c. Provision of cleanout plug.

5. WORKMANSHIP

The workmanship shall be best of its kind and shall conform to the specifications, as

below or Indian Standard Specifications in every respect or latest trade practices and

shall be subject to approval of the Owner’s Site Representative. All materials and/or

Workmanship which in the opinion of the Owner’s Site Representative / Architect /

Consultant is defective or unsuitable shall be removed immediately from the site and

shall be substituted with proper materials and/or workmanship forthwith.

6. MATERIALS

All materials shall be best of their kind and shall conform to the latest Indian Standards.

All materials shall be of approved quality as per samples and origins approved by the

Owner’s Site Representative / Architect / Consultants.

As and when required by the Owner’s Site Representative / Consultant, the contractor

shall arrange to test the materials and/or portions of works at his own cost to prove

their soundness and efficiency. If after tests any materials, work or portions or work are

found defective or unsound by the Owner’s Site Representative / Consultant, the

contractor shall remove the defective material from the site, pull down and re-execute

the works at his own cost to the satisfaction of the Owner’s Site Representative /

Consultant. To prove that the materials used are as specified the contractor shall furnish

the Owner’s Site Representative with original vouchers on demand.

Page 226: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 102 of 508

SECTION – 02 :: SANITARY FIXTURES & FITTINGS

1. SCOPE

The scope of this section consists of but is not necessarily limited to supply, installation,

testing and commissioning of following items:

a. Sanitary appliances and fixtures for toilets.

b. Chromium plated brass fittings

c. Stainless steel sinks

d. Accessories e.g. towel rods, toilet paper holders, soap dish, liquid soap

dispensers, towel rails, coat hooks etc.

e. Hand driers etc.

Whether specifically mentioned or not the Contractor shall provide for all appliances

and fixtures all fixing devices, nuts, bolts, screws, hangers as required.

All exposed pipes within toilets and near appliances/fixtures shall be of chromium

plated brass or copper unless otherwise specified.

2. GENERAL REQUIREMENT

Sanitary appliances and fixtures for toilets, chromium plated brass fittings, stainless

steel sinks, bathroom accessories like towel rods, toilet paper holders, soap dish, liquid

soap dispensers, towel rails coat hooks, hand driers, drinking water fountains etc as

listed in the relevant items in the Schedule of Quantities shall be supplied, installed,

tested and commissioned by the contractor. The rates shall be inclusive of accessories

(in such case) required for installation.

All appliances, fixtures and fittings shall be provided with all such accessories as are

required to complete the item in working condition whether specifically mentioned or

not in the Schedule of Quantities, specifications, and drawings. Accessories shall include

proper fixing arrangements, brackets, nuts, bolts, washers, screws and required

connection pieces.

The sanitary fixtures and fittings shall be installed at the correct assigned position as

shown on the drawings and as directed by the Architect / Owner’s Site Representative

and shall fully meet with the aesthetic and symmetrical requirements as demanded by

the Architect / Interior Designer

Page 227: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 103 of 508

All fixtures and accessories shall be fixed in accordance with a set pattern matching the

tiles or interior finish as per Architect requirements. Wherever necessary, the fittings

shall be centered to dimensions and pattern as called for.

Fixing screws shall be half round head chromium plated (CP) brass screws, with CP brass

washers unless otherwise specified.

Fixtures shall be installed by skilled workman with appropriate tools according to the

best trade practice.

All appliances, fittings and fixtures shall be fixed in a neat workmanlike manner true to

level and to heights shown on the drawings and in accordance with the manufacturer’s

recommendations. Care shall be taken to fix all inlet and outlet pipes at correct

positions. Faulty locations shall be made good and any damage to the finished floor,

tiling, plaster, paint, insulation or terrace shall be made good by the Contractor at his

own cost. Fixtures shall be mounted rigid, plumb and true to alignment.

All materials shall be rustproof; materials in direct or indirect contact shall be

compatible to prevent electrolytic or chemical (bimetallic) corrosion.

Wall flanges shall be provided on all walls, floors, columns etc. wherever supply and

disposal pipes pierce through them. These wall caps shall be or chromium plated brass

fittings and the receiving pipes and shall be large enough to cover the punctures

properly.

Sanitary appliances, subject to the type of appliance and specific requirements, shall be

fixed in accordance with the relevant standards and the following:

i. Contractor shall, during the entire period of installation and afterwards protect

the appliances by providing suitable cover or any other protection so as to

absolutely prevent any damage to the appliances until handing over (The original

protective wrapping shall be left in position for as long as possible)

ii. The appliances shall be placed in correct position or marked out in order that

pipe work can be fixed or partially fixed first.

iii. The appliance shall be fixed in a manner such that it will facilitate subsequent

removal if necessary.

iv. The appliance shall be securely fixed. Manufacturer's brackets and fixing

methods shall be used wherever possible. Compatible rust-proofed fixings shall

be used. Fixing shall be done in a manner that minimizes noise transmission.

Page 228: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 104 of 508

v. Appliances shall not be bedded (e.g. WC pans, pedestal units) in thick strong

mortar that could crack the unit (e.g. ceramic unit)

vi. Pipe connections shall be made with demountable unions. Pipe work shall not be

fixed in a manner that it supports or partially supports and appliance.

viii. Appliances shall be fixed true to level firmly fixed to anchor or supports provided

by the manufacturer and additional anchors or supports where necessary.

Sizes of sanitary fixtures given in the Specifications or in the Schedule of Quantities are

for identification with reference to the catalogues of make considered. Dimensions of

similar models of other makes may very within + 10% and the same shall be provided

and no claim for extra payment shall be entertained no shall any payment be deducted

on this account.

The contractor shall fix all plumbing fittings such as water faucets, shower fittings,

mixing valves etc. in accordance with manufacturer’s instructions and connect to piping

system. The contractor shall supply all fixing materials such as screws, rawl plugs,

unions, collars, compression fittings etc., as required.

Joints / gaps between all sanitary appliances / fixtures and the floor / walls shall be

caulked with an approved mildew resistant sealant, having antifungal properties, of

colour and shade to match that of the appliances / fixture and the floor / wall to the

extent possible.

2. 1 Water Closet

Water Closet shall be wash down or siphonic wash down type floor or wall mounted set,

as shown in the drawings, designed for low volume flushing from 5-7 litres of water,

flushed by means of plastic cistern installed in shaft. Flush pipe / bend shall be

connected to the WC by means of a suitable rubber adaptor. Wall hung WC shall be

supported by CI floor mounted chair which shall be fixed in a manner as approved by

the Owners Site Representative.

Each WC set shall be provided with approved quality of seat, rubber buffers and

chromium plated hinges. Seat shall be so fixed that it remains absolutely stationary in

vertical position without falling down on the WC.

Each WC shall be provided with 110 mm dia (OD) PVC Pan Connector connecting the

ceramic outlet of WC to CI pipe.

Page 229: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 105 of 508

2. 2 Urinals

Urinals shall be lipped type half stall with glazed vitreous China of size as called for in

the Bill of Quantities.

Half stall urinals shall be provided with 15mm dia CP spreader, 32mm dia CP domical

waste and CP cast brass bottle trap with pipe and wall flange and shall be fixed to wall

by CI brackets, CI wall clips and CP brass screws as recommended by manufacturer

complete as directed by the Owner’s Site Representative.

Flushing for urinals shall be by means of no hand operation, infrared electric flush valve with complete kit of plumbing, electrical and electronic items, infrared photo cells, solenoid valve transformer and electrical connection. The automatic flush sensor plate shall be flush and press fitted and be of high quality mirror polish finish. Each urinal shall be provided with one flush valve unit.

Flush pipes shall be GI pipes concealed in wall chase but with chromium plated bends at inlet and outlet.

Urinal Partitions

Urinal partitions shall be white glazed vitreous china of size specified in the Schedule of Quantities.

Porcelain partitions shall be fixed at proper heights with CP brass bolts, anchor fasteners and MS clips as recommended by the manufacturer and directed by the Owner’s Site Representative.

2.3 Wash Basin

Wash basins shall be cast in situ, however in public areas it shall be white glazed

vitreous china of size, shape and type specified in the Schedule of Quantities.

Each basin shall be provided with painted MS angle or CI brackets and clips and the

basin securely fixed to wall/counter slab. Placing of basins over the brackets without

secure fixing shall not be accepted. The MS angle shall be provided with two coats of red

oxide primer and two coats of synthetic enamel paint of make, brand and colour as

approved by the Owner’s Site Representative. The cost of fixing the basin shall be

inclusive of supply and installation of brackets as described above.

Each basin shall be provided with 32mm dia. CP waste with overflow, pop-up waste or

rubber plug and CP brass chain as specified in the Schedule of Quantities.

Each basin shall be provided with hot and cold water mixing fitting or as specified in the

Schedule of Quantities.

Page 230: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 106 of 508

2.4 Sinks

Sinks shall be stainless shall or any other material as specified in the Schedule of

Quantities.

Each sink shall be provided with painted MS or CI brackets and clips and securely fixed.

Counter top sinks shall be fixed with suitable painted angle iron brackets or clips as

recommended by the manufacturer. Each sink shall be provided with 40mm dia CP

waste and rubber plug with CP brass chain as given in the Schedule of Quantities. The

MS angle shall be provided with two coats of red oxide primer and two coats of

synthetic enamel paint of make, brand and colour as approved by the Owner’s site

representative.

Sanitary fittings for sinks shall be deck mounted or wall mounted CP swivel faucets with or

without hot and cold water mixing fittings as specified in the Schedule of Quantities. Installation

of fittings shall be measured and paid for separately.

2.5 Shower Set

Shower set shall comprise of diverter assembly, adjustable type over-head shower with

CP shower arm, all with CP wall flanges of approved quality all as specified in the

Schedule of Quantities. Bath spout, hand showers and pop up wastes shall also be

provided wherever, specified. Wall flanges shall be kept clear off the finished

wall. Wall flanges embedded in the finishing shall not be accepted.

2.6 Toilet Paper Holder

Toilet paper holder shall be white glazed vitreous china or chrome plated of size, shape

and type specified in the Schedule of Quantities.

Porcelain toilet paper holder shall be fixed in walls and set in cement mortar 1:2 (1

cement: 2 coarse sand) and fixed in relation to the tiling work.

The latter (chrome) shall be fixed by means of screws/capping having finish similar to

the toilet paper holder in wall/temper partitions with raw l plugs or nylon sleeves. When

fixed on timber partition, it shall be fixed on a solid wooden base member provided by

the Owner’s Site Representative.

Page 231: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 107 of 508

2.7 Tower Rail

Tower rail shall be chromium plated brass or of stainless steel or powder coated brass of

size, shape and type specified in the Schedule of Quantities.

Tower rail shall be fixed with screws/capping having finish similar to the towel rail in

wall with rawl plugs or nylon sleeves and shall include cutting and making good as

required or directed by the Owner’s Site Representative.

2.8 Janitor's Sink

Janitor's sink shall be stainless steel, single bowl type of size as called for in the Schedule

of Quantities, provided with painted R.S. or CI brackets and clips and securely fixed.

Each sink shall be provided with 40mm dia CP waste. Fixing shall be as directed by the

Owner’s Site Representative.

The supply fittings for Janitor's sink shall be wall mounted type of size as mentioned in

Schedule of Quantities.

2.9 Drinking Water Fountain

Drinking water fountain shall be well mounting type made of vitreous china, stainless

steel or any other material as given in the Schedule of Quantities.

2.10 Liquid Soap Dispenser

Liquid Soap Dispenser shall be wall/counter mounted suitable for dispensing liquid

soaps, lotions, detergents. The cover shall lock to body with concealed locking

arrangement, opened only be key provided.

3. TOILETS FOR THE DISABLED

Where specified, in washroom facilities designed to accommodate physically disabled,

accessories shall be provided as directed by the Owner’s Site Representative.

Stainless steel garb brass of required size suitable for concealed or exposed mounting

and peened non-slip gripping surface shall be provided in all washroom. The flushing

cistern/valve shall be provided with chromium plated long handles.

Page 232: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 108 of 508

4. MOCKUP AND TRIAL ASSEMBLY

The installation of the sanitary fixtures and fittings shall be as per the shop drawings approved by the Architect/Consultant.

The contractor shall have to assemble at least one set of each type of sanitary fixtures and fittings in order to determine precisely the required supply and disposal connections. Relevant instructions from manufacturers shall be followed as applicable. This trial assembly shall be developed to determine the location of puncture holes, holding devices etc. which will be required for final installation of all sanitary fixtures and fittings. The above assembly shall be subject to final approval by the Architect / Interior Designer.

The fixtures in the trial assembly can be re-used for final installation without any additional payments for fixing or dismantling of the fixtures.

5. SUPPORTING AND FIXING DEVICES

The contractor shall provide all the necessary supporting and fixing devices to install the sanitary fixtures and fittings securely in position. The fixing devices shall be rigidly anchored into the building structure. The devices shall be rust resistant and shall be so fixed that they do not present an unsightly appearance in the final assembly. Where the location demands, the Architect may instruct the contractor to provide chromium plated or other similarly finished fixing devices. In such circumstances the contractor shall arrange to supply the fixing devices and shall be installed complete with appropriate vibration isolating pads, washers and gaskets.

6. FINAL INSTALLATION

The contractor shall install all sanitary fixtures and fittings in their final position in

accordance with approved trial assemblies and as shown on drawings. The installation

shall be complete with all supply and waste connections. The connection between

building and piping system and the sanitary fixtures shall be through proper unions and

flanges to facilitate removal/replacement of sanitary fixtures without disturbing the

built in piping system. All unions and flanges shall match in appearance with other

exposed fittings.

Fixtures shall be mounted rigid, plumb and to alignment. The outlets of water closet

pans and similar appliances shall be examined to ensure that outlet ends are butting on

the receiving pipes before making the joints. It shall be ensured that the receiving pipes

are clear of obstruction. When fixtures are being mounted, attention shall be paid to the

possibility of movement and settlement by other causes. Overflows shall be made to

ensure that necessary anchoring devices have been provided for supporting water

closets, wash basins, sinks and other appliances.

Page 233: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 109 of 508

7. PROTECTION AGAINST DAMAGE The contractor shall take every precaution to protect all sanitary fixtures against

damage, misuse, cracking, staining, breakage and pilferage by providing proper

wrapping and locking arrangement till the completion of the installation. At the time of

handing over, the contractor shall clean, disinfect and polish all the fixtures and fittings.

Any fixtures and fittings found damaged, cracked chipped stained or scratched shall be

removed and new fixtures and fittings free from defects shall be installed at his own

cost to complete the work.

8. MEASUREMENT

8.1. Rate for supply and fixing of sanitary fixtures accessories, CP fittings shall etc. include all

items, and operations stated in the respective specifications and bill of quantities and

nothing extra is payable.

8.2 Rates for all items under specifications para above shall be inclusive of cutting holes and

chases and making good the same, CP screws, nuts, bolts and any fixing arrangements

required and recommended by manufacturers, testing and commissioning and making

good to the satisfaction of the Owner’s Site Representative.

9. TESTING

All appliances, fixtures and fittings shall be tested before and after installation. Water

seals of all appliances shall be tested. The contractor shall block the ends of waste and

ventilation pipes and shall conduct an air test.

Page 234: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 110 of 508

SECTION-03 :: WATER SUPPLY (COLD & HOT)

1 SCOPE

The scope of this section comprises the supply, installation, testing and

commissioning of piping network for water supply for internal & external services as

follows:

a Municipal Water supply.

b. Drinking Water Supply.

c. Flushing Water Supply

d. Hot Water Supply.

e. Washing

f. Connection to various mechanical equipments to be supplied and installed by

the other specialist contractors.

The Contractor shall make all necessary application and arrangements for his work to be

inspected by the Local Authorities.

The Contractor shall be solely responsible for obtaining the Authorities approval of his

works prior to the handing over of the complete water supply / distribution installation

to the Owner.

2 PIPING MATERIALS

The piping system shall consist of medium/heavy class galvanized iron pipes and fittings

conforming to IS: 1239. The piping system shall also consist of CPVC pipes and fittings.

The sizes and makes are specified in the Schedule of Quantities.

For any internal works, the pipes and fittings shall be embedded in the wall chase or run

on the floor/ceiling unless otherwise specified. No unsightly exposed runs shall be

permitted. Outside the building the piping shall be installed at least 1.0 m below the

finished grade level.

Page 235: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 111 of 508

Galvanized Iron Pipes & Fittings

The pipes shall be galvanized mild steel welded (ERW) or (HFW) screwed and socketed

conforming to the requirements of IS: 1239. The Galvanizing shall conform to IS:4736,

the zinc coating shall be uniform, adherent reasonably smooth and free from such

imperfections as flux, ash and drop inclusions, bare patches, black spots, pimples,

lumpiness, runs, rust strains, bulky white deposits and blisters. The pipes and sockets

shall be cleanly finished, well galvanized in and out and free from cracks, surface flaws

laminations and other defects. All screw threads shall be clean and well cut. The ends

shall be cut cleanly and square with the axis of the pipe.

The fittings shall be malleable iron and comply with all the requirements of the pipes.

The size of pipes and fitting is specified in the schedule of quantities.

Laying And Jointing Of GI Pipes

The galvanised pipes and fittings shall run in wall chase or ceiling or as specified. The

fixing shall be done by means of standard pattern holder bat clamps keeping the pipes

about 1.5 cm clear of the wall where to be laid on surface. Where it is specified to

conceal the pipes, chasing may be adopted for pipes fixed in the shafts, ducts etc. there

should be sufficient space to work on the pipes with the usual tools. As far as possible,

pipes may be buried for short distances provided adequate protection is given against

damage and where so required special care to be taken at joints. Where directed by the

Owner’s Site Representative, pipe sleeves shall be fixed at a place the pipe is passing

through a wall or floor for reception of the pipe and allow freedom for expansion and

contraction and other movements. In case of pipe is embedded in walls or floors it shall

be painted with anticorrosive bitumastic paints of approved quality. Under the floors

the pipes shall be laid in layer of sand filling.

Galvanized iron pipes shall be jointed with threaded and socket joints, using threaded

fittings. Pipes will be made by applying suitable grade of TEFLON tape used for drinking

water supply. (Use of red or white lead and sutli will not be permitted for screwed

joints). All pipes shall be fixed in accordance with layout and alignment shown on

drawings. Care shall be taken to avoid air pocket.

Page 236: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 112 of 508

3 PIPING INSTALLATION SUPPORT (VALID FOR GI PIPING ONLY)

Tender drawings indicate schematically the size and location of pipes. The Contractor,

on the award of the work, shall prepare detailed working drawings, showing the cross-

sections, longitudinal sections, details of fittings, locations of isolating and control

valves, drain and air valves, and all pipe supports. He must keep in view the specific

openings in buildings and other structure through which pipes are designed to pass.

Piping shall be properly supported on, or suspended from , on stands, clamps, hangers

as specified and as required. The Contractor shall adequately design all the brackets,

saddles, anchor, clamps and hangers, and be responsible for their structural stability.

Pipe work and fittings shall be supported by hangers or brackets so as to permit free

expansion and contraction. To permit free movement of common piping, support shall

be from a common hanger bar.

Pipe hangers shall be provided at the following maximum spacing:

Pipe Dia.

(mm)

Hanger Rod Dia.

(mm)

Spacing between Supports

(m)

Up to 25 6 2

32 to 50 10 2.7

80 to 100 12 2.7

125 to 150 16 3.6

200 to 300 19 5.3

Insulated piping shall be supported in such a manner as not to put undue pressure on

the insulation. 14 gauge metal sheets shall be provided between the insulation and the

clamp, saddle or roller, extending atleast 15 cm. on both sides of the clamps, saddles or

roller.

All pipe work shall be carried out in a proper workman like manner, causing minimum

disturbance to the existing services, buildings, roads and structure. The entire piping

work shall be organized in consultation with other agencies work, so that area can be

carried out in one stretch.

Page 237: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 113 of 508

Cut-outs in the floor slab for installing the various pipes area are indicated in the

drawings. Contractor shall carefully examine the cut-outs provided and clearly point out

wherever the cut-outs shown in the drawings, do not meet with the requirements.

The contractor shall make sure that the clamps, brackets, saddles and hangers provided

for pipe supports are adequate or as specified / approved by Consultants. Piping layout

shall take due care for expansion and contraction in pipes and include expansion joints

where required.

All pipes shall be accurately cut to the required sizes in accordance with relevant BIS

codes and burrs removed before laying. Open ends of the piping shall be closed as the

pipe is installed to avoid entrance of foreign matter.

All buried pipes for CWS shall be shall be protected against corrosion by applying two

layers of 2 mm thick multi-layer anticorrosive polymeric mix tape applied over a coat of

primer as per recommendations of the manufacturers.

Automatic air valves shall be provided at all high points in the piping system for venting.

All valves shall be of 15mm pipe size and shall be associated with an equal size isolation

ball valve. Automatic air valves shall also be provided on hot water risers.

Discharge from the air valves shall be piped through a galvanized steel pipe to the nearest

drain or sump. All pipes shall be pitched towards drain points.

Pressure gauges shall be provided as shown on the approved drawings and include in

Bill of Quantities. Care shall be taken to protect pressure gauges during pressure testing.

4 WATER METERS

Water meters of approved make and design shall be supplied for installation at locations

as shown. The water meters shall meet with the approval of local supply authorities.

Suitable valves and chambers or wall meter box to house the meters shall also the be

provided along with the meters.

The meters shall conform to Indian Standard IS:779 and IS:2373.

Provision shall also be made to lock the water meter. The provision shall be such that

the lock is conveniently operated from the top. Where the provision is designed for use

in conjunction with padlocks, the hole provided for padlocks shall be a diameter not less

than 4mm.

Page 238: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 114 of 508

4.1 Installation of Water Meter and Stop Cock

The G.I. lines shall be cut to the required lengths at the position where the meter and

stop cock are required to be fixed. Suitable fittings shall be attached to the pipes. The

meter and stop cock shall be fixed in a position by means of connecting pipes, jam nut

and socket etc. The stop cock shall be fixed near the inlet of the water meter. The paper

disc inserted in the ripples of the meter shall be removed. And the meter installed

exactly horizontal or vertical in the flow line in the direction shown by the arrow cast on

the body of the meter. Care shall be taken that the factory seal of the meter is not

disturbed. Wherever the meter shall be fixed to a newly fitted pipe line, the pipe line

shall have to be completely washed before fitting the meter.

5. TESTING

The Contractor shall notify the Architect three days in advance of any test so that the

Architect can witness the tests if he so wishes.

All water supply system shall be tested to hydrostatic pressure test of atleast one and a

half (1.5) times the maximum pressure but not less than 10Kg/Sq.cm for a period of not

less than 8 hours. All leaks and defects in joints revealed during the testing shall be

rectified and got approved at site by retest. Piping required subsequent to the above

pressure test shall be retested in the same manner.

System may be tested in sections and such sections shall be entirely retested on

completion.

The Contractor shall make sure that proper noiseless circulation of fluid is achieved

through the entire piping network of the system concerned. In case of improper

circulation, the contractor shall rectify the defective connections. He shall bear all

expenses for carrying out the above rectifications including the tearing up and

refinishing of floors and walls as required.

In addition to the sectional testing carried out during the construction, contractor shall

test the entire installation after connections to the overhead tanks or pumping system

or mains. He shall rectify all leakages and shall replace all defective materials in the

system. Any damage done due to carelessness, open or burst pipes or failure of fittings,

to the building, furniture and fixtures shall be made good by the contractor during the

defects liability period without any cost.

Page 239: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 115 of 508

After commissioning of the water supply system, contractor shall test each valve by

closing and opening it a number of times to observe if it is working efficiently. Valves

which do not effectively operate shall be replaced by new ones at no extra cost and the

same shall be tested as above.

A test register shall be maintained and all entries shall be signed and dated by

Contractor(s) and Owner’s site representative.

6. DISINFECTION OF PIPING SYSTEM AND STORAGE TANKS

Before commissioning the water supply system, the contractor shall arrange to disinfect

the entire system as described in the succeeding paragraph.

The water storage tanks and pipes shall first be filled with water and thoroughly flushed

out. The storage tanks shall then be filled with water again and disinfecting chemical

containing chlorine added gradually while tanks are being filled to ensure thorough

mixing. Sufficient chemical shall be used to give water a dose of 50 parts of chlorine to

one million parts of water.

If ordinary bleaching powder is used, the proportions will be 150 gm of power to 1000

liters of water. The power shall be mixed with water in the storage tank. If a proprietary

brand of chemical is used, the proportions shall be specified by the manufacturer.

When the storage tanks are full, the supply shall be stopped and all the taps on the

distributing pipes are opened successively working progressively away from the storage

tank. Each tap shall be closed when the water discharged begins to smell of chlorine.

The storage tank shall then be filled up with water from supply pipe and added with

more disinfecting chemical in the recommended proportions. The storage tank and pipe

shall then remain charged at least for three hours. Finally the tank and pipes shall be

thoroughly flushed out before any water is used for domestic purpose.

The pipe work shall be thoroughly flushed before supply is restored.

7. STERILIZATION OF MAIN

After the pipe work has been tested and approved, but before it is coupled, it shall be

sterilized with a solution of chloride of lime.

Page 240: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 116 of 508

8. CUTTING CHASES IN MASONARY WALLS

Cold water distribution pipes to fixtures and equipment exposed to view in the

bathrooms, kitchens, and sanitary compartments shall be chased into walls or floors or

placed in wall cavities. The Contractor shall be responsible for cutting all notches,

chases, and recesses in walls and floors and only a diamond cutter shall be used. The

maximum size of conduit or pipe permitted to be concealed in floor slabs shall be 32

mm diameter unless otherwise approved by the Architect.

The chases upto 7.5 x 7.5 cm shall be made in the walls for housing GI pipes etc. These

shall be provided in correct positions as shown in the drawings or directed by the

Architects. Chases shall be made by chiselling out the masonry to proper line and depth.

After the pipes etc are fixed in chases, the chases shall be filled with cement mortar 1:2:4

or as may be specified, and made flush with the masonry surface. The concrete surface

shall be roughened with wire brush to provide a key for plastering.

Where pipes pass through beams or structural walls, subject to the approval of the

Structural Consulting Engineer, the Contractor shall ensure that sizes and locations of

openings required are formed in when the relevant beams or walls are cast.

9 VALVES

All valves (gate, globe, check, safety) shall be of gun metal suitable for the particular

service as specified. All valves shall be of the particular duty and design as specified.

Valves shall either be of screwed type or flanged type, as specified, with suitable flanges

and non-corrosive bolts and gaskets. Tail pieces as required shall be supplied along with

valves. Gate, globe and check valves shall conform to Indian Standard IS: 776 and non-

return valves and swing check type reflux to IS: 5312.

Sluice valves, where specified shall be flanged sluice valves of cast iron body. The

spindle, valve seat and wedge nuts shall be gunmetal. They shall generally have non-

rising spindle and shall be of the particular duty and design as specified. The valves shall

be supplied with suitable flanges, non-corrosive bolts and asbestos fiber gaskets. Sluice

valves shall conform to Indian standard IS: 780 and IS: 2906.

(a) BALL VALVES:

Valves 50mm dia and below and below shall be screwed type ball valves with stainless

steel balls spindle Teflon seating and gland packing tested to a hydraulic pressure of 20

Kg/Sq.cm. and accompanying couplings and steel handles to BIS – 5351.

Page 241: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 117 of 508

(b) Valves above 50mm dia. shall be Butterfly Valves.

Cast iron (IS 210), grade FG 260 butterfly valves conforming to PN 1.0, heavy duty cast

iron disc with anti corrosive nickel plating, nitrile seat and stainless steel 410 stem with

lever/gear operation and powder coated finish.

Float Valves to be fixed in storage tanks shall consist of cast brass lever arm having

copper balls (26 SWG) screwed to the arm integrally. The copper ball shall have bronze

welded seams. The closing/opening mechanism incorporating the piston and cylinder

shall be non-corrosive metal and include washers. The size and construction of ball

valves and float shall be suitable for desired working pressure operating the supply

system. Where called for brass valves shall be supplied with brass hexagonal back nuts

to secure them to the tanks and a socket to connect to supply pipe.

All valves shall be suitable for the working pressure involved.

9.1 Pressure Gauge

The pressure gauge shall be constructed of die cast aluminium and stove enamelled. It

shall be weather proof with an IP 55 enclosure. It shall be a stainless steel Burden tube

type pressure gauge with a scale range from 0 to 16 Kg / cm square and shall be

constructed as per IS:3524. Each pressure gauge shall have a siphon tube connection.

The shut off arrangement shall be by Ball Valve.

10 WATER FITTINGS

Unless otherwise specified all Gunmetal fittings such as gate, globe, check & safety

valves shall be fitted in pipe line in workman like manner. Necessary unions shall be

provided on both ends of the valves for easy replacement. The joints between fittings

and pipes shall be leak-proof when tested to desired pressure rating. The defective

fittings and joints shall be replaced or redone.

11 CONNECTIONS TO VARIOUS MECHANICAL EQUIPMENT SUPPLIED BY OTHER AGENCIES

All inlets, outlets, valves, piping and other incidental work connected with installation

of mechanical equipment supplied by other agencies all be carried out by the

contractor in accordance with the drawings, requirements for proper performance of

equipment, manufacturers instructions and the directions of the Owner’s site

representative / Architect. The equipments to be supplied by the other agencies consist

mainly for Kitchen, Back-of-the-House area and other similar areas. The work of

connections to the various equipments shall be effected through proper unions and

Page 242: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 118 of 508

isolating valves. The work of effecting connections shall be executed in consultation

with and according to the requirement of equipment suppliers, under the directions of

the Owner’s site representative / Architect. The various aspects of connection work shall

be executed in a similar way to the work of respective trade mentioned elsewhere in

these specifications.

12 CONNECTIONS TO RCC WATER TANKS

The contractor shall provide all inlets, outlets, washouts, vents, ball cocks, overflows

control valves and all such other piping connections including level indicator to water

storage tanks as called for. All pipes crossing through RCC work shall have puddle

flanges fabricated from MS/GI pipes of required size and length and welded to 6/8 mm

thick MS plate. All puddle flanges must be fixed in true alignment and level to ensure

further connection in proper order.

Full way gate valves of a approved make shall be provided as near the tank as

practicable on every outlet pipe from the storage tank except the overflow pipe.

Overflow and vent pipes shall terminate with mosquito proof grating.

The overflow pipe shall be so placed to allow the discharge of water being readily seen.

The overflow pipe shall be of size as indicated. A stop valve shall also be provided in the

inlet water connection to the tank. The outlet pipes shall be fixed approximately 75mm

above the bottom of the tank towards which the floor of the tank is sloping to enable

the tank to be emptied for cleaning.

13. MEASUREMENTS

The length above ground shall be measured in running meter correct to a cm for the

finished work, which shall include pipe and fittings such as coupling, bends, tees,

elbows, reducers, crosses, plugs, sockets, nipples and nuts, unions. Deductions for

length of valves shall be made. Rate quoted shall be inclusive of all fittings, clamps,

cutting holes chased and making good the same and all items mentioned in the

specifications and Bill of Quantities.

All pipes below ground shall be measured per linear meters (to the nearest cm) and

shall be inclusive of all fittings e.g. coupling, tees, bends, elbows, unions, deduction for

valves shall be made rate quoted shall be inclusive of all fittings, excavation, back filling

and disposal of surplus earth, cutting holes and chase and making good all item

mentioned in Bill of Quantities.

Page 243: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 119 of 508

14. PIPE PROTECTION (FOR COLD WATER PIPES BURIED IN TRENCHES / GROUND / EARTH)

All buried pipes shall be cleaned and protected against corrosion by applying two layers

of 2 mm thick multi-layer anticorrosive polymeric mix tape applied over a coat of primer

as per recommendations of the manufacturers and placed on concrete blocks with PUF

saddles dipped in bitumen at every 2 meters. The pipes where laid under floor shall be

encased with 100 mm thick jamuna sand all around in addition to protective coating as

described above.

15. THRUST BLOCKS

In case of bigger pipes (80 mm dia and above), thrust blocks of cement concrete 1:2:4 (1

cement: 2 coarse sand: 4 graded stone aggregate of 20 mm nominal size) shall be

constructed on all bends as directed by the Owner’s site representative.

16. MASONRY CHAMBER

i. All masonry chambers for stop cocks, sluice valves and meter etc. shall be built

as per supplied drawings.

ii. The excavation for chambers shall be done true to dimension and level indicated

on plans or as directed by the Owner’s site representative.

iii. Concrete shall be of cement concrete 1:3:6 (1 cement: 3 coarse sand : 6 graded

stone aggregate 40 mm nominal size.

iv. Brick shall be of class designation 75 in cement mortar 1:5 (1 cement: 5 fine

sand)

v. Inside Plastering not less than 12 mm thick shall be done in cement mortar 1:3

(1 cement : 3 fine sand) finished with a floating coat of neat cement.

17. SHIFTING OF EXCAVATED SURPLUS MATERIAL

Contractor shall make his own arrangement to shift the surplus excavated material

within the site limits as directed by Owner’s site representative at free of cost within

time limit.

18 HOT WATER PIPING INSULATION

Page 244: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 120 of 508

MATERIAL

Insulation material for Pipe insulation shall be Closed Cell Elastomeric Nitrile Rubber or

closed cell cross linked polyethylene foam. Thermal conductivity of elastomeric nitrile

rubber shall not exceed 0.038 W/moK or 0.0313 Kcal / Mhr

oC or 0.212 BTU / (Hr-ft

2-

oF/inch) at an average temperature of 30

oC. The product shall have temperature range of

–40 o

C to 105oC. Density of material shall not be less than 0.06 gm/cm

3. The insulation

shall have fire performance such that it passes minimum CLASS 1 as per BS476 part 7

for surface spread of flame. Water vapour permeability shall not exceed 0.024 perm inch

(3 x 10-14

Kgs / m.sec.Pa). The material shall have approval from the Chief Fire Officer.

Thickness of the insulation shall be as specified for the individual application. Each lot

of insulation material delivered at site shall be accompanied with manufacturer test

certificate for thermal conductivity values. Samples of insulation material from each lot

delivered at site may be selected by Owner‟s site representative and gotten tested for

thermal conductivity and density at Contractor‟s cost all joints shall be sealed properly

with adhesive, which shall provide similar vapour barrier as the original insulating

material.

All hot water piping shall be insulated in the manner specified herein. Before applying

insulation, all pipes shall be brushed and cleaned. Thermal insulation shall be applied as

follows or as specified in drawings or schedule of quantity:

-------------------------------------------------------------------------------------------------------

Pipe size (mm) Thickness of Nitrile rubber insulation

-------------------------------------------------------------------------------------------------------

15 mm to 25 mm 9 mm

32 mm to 50 mm 13 mm

65 mm and above 19 mm

-------------------------------------------------------------------------------------------------------

Insulation for pipes in wall chase and for pipes in shaft / plant room.

Insulating material in tube form shall be sleeved on the pipes. On existing piping, slit

opened tube from insulating material shall be placed over the pipe and adhesive (as

recommended by the manufacturer) shall be applied as suggested by the manufacturer.

Adhesive must be allowed to tack dry and then press surface firmly together starting

from butt end and working towards centre.

Page 245: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 121 of 508

Wherever flat sheets shall be used it shall be cut out in correct dimension. All

longitudinal and transverse joints shall be sealed as per manufacturer

recommendations. The insulation shall be continuous over the entire run of piping,

fittings and valves. All valves, fittings, joints, strainers etc. in hot water piping shall be

insulated to the same thickness as specified for the main run of piping and application

shall be same as above. Valves bonnet, yokes and spindles shall be insulated in such a

manner as not to cause damage to insulation when the valve is used or serviced.

All insulation work shall be carried out by skilled workmen specially trained in this kind

of work. All insulated pipes shall be labeled (HWS / HWR / HWRR) and provided with

300 mm wide band of paint along circumference at every 1200 mm for colour coding.

Direction of fluid shall also be marked. All painting shall be as per relevant BIS codes.

Protective Coating Over Insulation

To provide mechanical strength and protection from damage & UV rays all exposed pipe

insulated with nitrile rubber as indicated in BOQ shall be covered with fibreglass fabric.

The fibreglass fabric shall be applied with one coat of fire proof epoxy or acrylic

compound. The coat shall be allowed to cure to non stick state. Subsequently second

coat of compound shall be applied to give a tough and smooth finish to the insulated

surface.

Measurement Of Insulation

Unless otherwise specified measurement for pipe insulation for the project shall be on the

basis of centre line measurements described herewith

Pipe Insulation shall be measured in units of length along the centre line of the installed

pipe, strictly on the same basis as the piping measurements. The linear measurements

shall be taken before the application of the insulation. It may be noted that for piping

measurement, all valves, orifice plates and strainers shall not be separately measurable

by their number and size. It is to be clearly understood that for the insulation

measurements, all these accessories including valves, orifice plates and strainers etc.

shall be considered strictly by linear measurements along the centre line of pipes

and no special rate shall be applicable for insulation of any accessories, fixtures or

fittings whatsoever.

Page 246: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 122 of 508

SECTION-04 :: INTERNAL DRAINAGE (SOIL, WASTE, VENT &

RAIN WATER PIPES)

1 SCOPE

The scope of this section comprises the supply, installation, testing and commissioning of

internal drainage services.

Work under this section shall consist of furnishing all labour, materials, equipments and

appliances necessary and required to completely install all soil, waste, vent and rainwater

pipes and fittings as required by the drawings, and given in the schedule of quantities.

2 BASIC PIPING SYSTEM

Soil, waste and vent pipes in shafts, ducts and in concealed areas i.e. false ceilings etc.

shall consist of cast iron pipes & fittings as called for. In general wastes and vents

smaller than and upto 50mm dia shall be of GI.

The soil pipes shall be circular with a minimum diameter of 100mm. Pipes shall be fixed

by means of stout GI clamps in two sections, bolted together, built into the walls,

wedged and neatly jointed as directed and approved by the Owner’s site representative

/ Architect. All bends, branches, swan neck and other parts shall conform to the

requirement and standards as described for the pipes. Pipes shall be rested against the

walls on suitable wooden cradles. Local authority regulations applicable to the

installations shall be strictly followed.

Where indicated, the soil pipes shall be continued upwards without any diminution in its

diameter, without any bend or angle to the height shown in the drawings. Joints

throughout shall be made with molten lead as described under jointing of cast iron

pipes. Soil pipes shall be painted as provided under `painting'. The soil pipes shall be

covered on top with cast iron terminal outlets as directed and approved. All vertical soil

pipes shall be firmly fixed to the walls with properly fixed clamps, and shall as far as

possible be kept 50mm clear of wall. Waste pipes and fittings shall be of cast iron or

galvanized mild steel pipes. Pipes shall be fixed, jointed and painted as described in

installation of soil, waste & vent pipes.

Every waste pipe shall discharge above the grating of properly trapped gully. The

contractor will ensure that this requirement is adequately met with. Wherever floor

traps are provided, it shall be ensured that atleast one wash is connected to such floor

traps to avoid drying of water seal in the trap. Ventilating pipes shall be of cast iron or

Page 247: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 123 of 508

galvanized mild steel pipes, conforming to the requirements laid down earlier. Anti-

syphon vent pipes/relief vent pipes where called for on the drawings shall be of cast

iron or galvanized mild steel pipes as specified. The pipes shall be of the diameter shown

on the drawings.

All traps on branch soil and waste pipes shall also be ventilated at a point not less than

75mm or more than 300mm from their highest part and on the side nearest to the soil

pipe or waste pipes.

Access doors for fittings and clean outs shall be so located that they are easily accessible

for repair and maintenance. Any access panel required in the civil structure, false ceiling

or marble cladding etc. shall be clearly reported to the Owner in the form of shop

drawings so that other agencies are instructed to provide the same.

All the fittings used for connections between soil, waste and ventilation pipes and

branch pipes shall be made by using pipe fittings with inspection doors for cleaning. The

doors shall be provided with 3mm thick rubber insertion packing and when closed and

bolted shall be air and water tight.

Where soil, waste and ventilating pipes are accommodated in shafts ducts, adequate

access to cleaning eyes shall be provided.

Head (starting point) of drains and sewage / waste water sumps (as and where

applicable) having a length of greater than 4 m upto it connection to the main drain or

manhole shall be provided with an 80 / 100 mm vent pipe.

3. PIPING MATERIALS

3.1 Cast Iron Pipes

Cast iron pipes and fittings shall be of good and tough quality and dark grey on fracture.

The pipes and fittings shall be true to shape, smooth and cylindrical, their inner and

outer surface being as nearly as practicable concentric. They shall be sound and nicely

cast, shall be free from cracks, taps, pinholes and other manufacturing defects.

The pipes and fittings shall conform to IS: 3989 / IS: 1729 as called for. Fittings shall be

of required degree with or without access door. All access doors shall be made up with

3mm thick insertion rubber gasket of white lead and tightly bolted to make the fittings

air and water tight. The fittings shall be of the same manufacture as the pipes used for

soil and waste.

Page 248: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 124 of 508

All CI pipes and fittings shall bear the manufacturer's name and ISI specification to which

it conforms.

All pipes and fittings shall be coated internally and externally with the same material at

the factory, the fittings being preheated prior to total immersion in a bath containing a

uniformly heated composition having a tar/other suitable base. The coating material

shall have good adherence and shall not scale off. The coating shall be smooth and

tenacious and hard enough not to flow when exposed to a temperature of 77 degree C

but not so brittle at a temperature of '0' degree C as to chip off when scratched lightly

with a pen knife.

All pipes and fittings before installation at site shall be tested hydrostatically to a

pressure of 0.45 Kg/sq. cm without showing any sign of leakage, sweating or other

defects of any kind. The pressure shall be applied internally and shall be maintained for

not less than 15 minutes. All these tests shall be carried out in the presence of the

representative of the Project Manager. Alternatively a test certificate from

manufacturers be obtained before despatch of material to site.

Cast Iron Specialities

If required, Cast iron speciality items such as deep seal floor traps, urinal traps, trap

integral pieces with integral inlet/outlet connections, manhole cover with frame,

chamber cover etc. shall be fabricated to suit individual location requirements. The

contractor shall arrange the fabrication of these items from an approved source.

Lead Caulked joints with Pig Lead:

The approximate depth and weights of Pig Lead for various diameters of CI pipes and

specials shall be as follows:

Nominal size of

Pipe (mm)

Lead per Joint (Kg)

IS:3989

Lead per Joint (Kg)

IS:1729

50 0.77

75 0.60 0.88

100 0.85 0.99

150 1.5

Page 249: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 125 of 508

3.2 Galvanized Iron Pipes

Waste pipes of 50mm dia. and below and where called for shall be galvanized iron pipes

screwed and socketed conforming to the requirements of IS:1239 of heavy grade. The

pipes and sockets shall be cleanly finished, well galvanized in and out and free from

cracks, surface flaws, laminations and other defects. All screw thread shall be clean and

well cut. All pipes and fittings shall bear manufacturer's trade mark and conform to the

IS as specified.

3.3 Cast Iron Class (LA) pipes

All drainage passing under building floor and passing through retaining wall shall be cast

iron class (LA) pipes (IS : 1536)

Cast iron class (LA) pipe shall be such that they could be cut, drilled or machined.

Pipe centrifugally cast in unlined water cooled moulds shall be heat treated in order to

achieve the necessary mechanical properties and to relieve casing stress; provided that

the specified mechanical properties are satisfied.

Material

Cast iron pipe shall be centrifugally spun cast iron pipe and conforming to IS: 1536-1976

Fittings

Fittings shall be used for cast iron class (LA pipes shall conform to IS: 1538-1976).

Whenever possible junction from branch pipe shall be made by wyes.

All cast iron water main pipes and fittings shall be manufactured to IS:1536 of tested

quality. The pipes and fittings shall either be spigot and socket type or as called for. The

pipes and fittings shall be of uniform material throughout and shall be free from all

manufacturing defects.

Joints

Cast iron class (LA) pipe used for soil and waste pipes shall be jointed with refined pig

lead conforming to IS:27-1977, sufficient skein of jute rope shall be caulked to leave

minimum space of 25 mm for the pig lead to be poured in. After pouring the lead shall

be caulked in to the joint with caulking tools and hammer of proper width. All surface

lead shall be out and joint left flush with the rim of the socket. One continuous lead

pour shall be thoroughly caulked at least 3 time around.

Page 250: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 126 of 508

Laying

i. Fittings used for CI drainage pipe shall conform to IS:1538-1976. Wherever

possible junction from branch pipes shall be made by a Y/tee.

ii. Lead Caulked joints with Pig Lead:

The approximate depth and weights of Pig Lead for various diameters of CI pipes

and specials shall be as follows:

Nominal size of

Pipe (mm)

Lead per Joint (Kg) Depth of Lead Joint

(mm)

80 1.8 45

100 2.2 45

125 2.6 45

150 3.4 50

200 5.0 50

250 6.1 50

iii. The spigot of pipe of fittings shall be centered in the adjoining socket by

caulking. Sufficient turns of tarred gasket shall be given to leave a depth of 45

mm when the gasket has been caulked tightly home. Joining ring shall be placed

round the barrel and against the face of the socket. Molten pig lead shall then

be poured to fill the remainder of the socket. This shall then be done in one

pouring. The lead shall then be solidly caulked with suitable tools and hammers

weighting not less than 2 Kgs.

iv. For lead wool joints the socket shall be caulked with tarred gasket, as explained

above. The lead wool shall be inserted into the sockets and tightly caulked home

skin by skin with suitable tools and hammers of not less than 2 Kg weight until

joint is filled.

4. PIPES HANGERS, SUPPORTS, CLAMPS ETC.

All vertical pipes shall be fixed by clamps and angle brackets truly vertical.

Branch pipes shall be connected to the stack at the same angle as that of the

fittings. No collars shall be used on vertical stacks. Each stack shall be

terminated at top with a cowl (terminal guard).

Page 251: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 127 of 508

Horizontal pipes running along ceiling shall be fixed on structural adjustable

clamps of special design shown on the drawings or as directed. Horizontal pipes

shall be laid to uniform slpe and the clamps adjusted to the proper levels so that

the pipes fully reset on them.

Contractor shall provide all sleeves, openings, hangers, inserts during the

construction. He shall provide all necessary information to the building

contractor for making such provisions in the structure as necessary. All damages

shall be made good to restore the surfaces.

Clamps shall be of approved design and fabricated from MS flats (which shall be

enamel painted after fabrication) of thickness and sizes as per drawings or

contractor’s shop drawings. Clamps shall be fixed in accordance to

manufacturer’s details / shop drawings to be submitted by the contractors.

When required to be fixed on RCC columns, walls or beam they shall be fixed

with approved type of expansion anchor fasteners (Dash fasteners) of approved

design and size according to load.

Structural clamps e.g.. trapeze or cluster hangers shall be fabricated by electro-

welding from MS structural members e.g. rods, angles, channels flats as per

contractors shop drawings shall be enamel painted after fabrication.

5. INSTALLATION OF SOIL, WASTE & VENT PIPES

Soil, waste & vent pipes in shafts under the floors / suspended below slab shall consist

of cast iron pipes as described earlier. Waste pipes from bottle trap to floor/urinal traps

for wash basin, urinal and sink shall be GI pipes and fittings.

All Horizontal pipes running below the slab and along the ceiling, shall be fixed on

structural adjustable clamps, sturdy hangers of the design as called for in the drawings.

The pipes shall be laid in uniform slope and proper levels. All vertical pipes shall be truly

vertical fixed by means of stout clamps in two sections, bolted together, built into the

walls, wedged and neatly jointed. The branch pipes shall be connected to the stack at

the same angle as that of fittings. All connections between soil, waste and ventilating

pipes and branch pipes shall be made by using pipe fittings with inspection doors for

cleaning. Pipes shall be fixed in a manner as to provide easy accessibility for repair and

maintenance and shall not cause obstruction in shafts. Where the horizontal run off the

pipe is long or where the pipes cross over building expansion joints etc. suitable

allowance shall be provided for any movements in the pipes by means of expansion

joint etc. such that any such movement does not damage the installation in any way.

Page 252: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 128 of 508

All cast iron pipes and fittings shall be jointed with best quality soft pig lead free from

all impurities conforming to IS 27.

Before jointing, the interior of the socket and exterior of the spigots shall be thoroughly

cleaned and dried. The spigot end shall be inserted into the socket right up to the back

of the socket and carefully centered by two or three laps of threaded spun yarn, twisted

into ropes of uniform thickness, well caulked into the back of the socket. No piece of

yarn shall be shorter than the circumference of the pipe. The jointed pipe line shall be at

required levels and alignment. The reminder of the socket is left for the lead caulking.

Where the gasket has been tightly held, a jointing ring shall be placed round the barrel

against the face of the socket. Molten pig lead shall be poured to fill the remainder of

the socket in one pouring. The lead then shall be solidly caulked with suitable tools by

hammering right round the joints to make up for the shrinkage of the molten metal on

cooling and preferably finish 3mm behind the socket face.

The depth of the lead joints for the cast iron pipes shall be 45mm for the pipes upto

100mm dia. and 50mm for the pipes beyond 100mm dia. respectively.

The joint shall not be covered till the pipe line has been tested under pressure. Rest of

pipe line shall be covered so as to prevent the expansion and contraction due to

variation in temperature.

Rainwater Pipes

All open terraces shall be drained by rain water downtakes.

Rainwater down takes are separate and independent of the soil and waste system and

will discharge into the underground storm water drainage system of the complex.

Rainwater in open courtyards shall be collected in catch basins and connected to the

Storm Water Drains.

Any dry weather flow from waste appliances, e.g. AHU’s pump rooms, waste water

sumps shall connect to sewers after traps and not in the storm water drainage systems.

Balcony / Planter drainage

Wherever required, all balconies, terraces, planters and other frontal landscape areas

will be drained by vertical down takes or other type of drainage system shown on the

drawings and directed by the Project Manager.

Page 253: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 129 of 508

6. TRAPS

6.1 Floor Traps

Floor traps where specified shall be siphon type full before P or S type cast iron having a minimum 50 mm deep seal. The trap and waste pipes when buried below ground shall eb set and encased in cement concrete blocks firmly supported on firm ground or when installed on a sunken RCC structural slab. The blocks shall be in 1:2:4 mix (1 cement : 2 coarse sand : 4 stone aggregate 20 mm nominal size).

Contractor shall provide all necessary shuttering and centering for the blocks. Size of the block shall be 30 x 30 cms of the required depth.

6.2 Floor Trap Inlet /Hopper

Bath room traps and connection shall ensure free and silent flow of discharing water. Where specified, contractor shall provide a special type of floor inlet fitting fabricated from gI pipe, with one, two or three inlet sockets welded on side to connect the waste pipe. All joint between waste hopper and CI inlet socket shall be lead caulked. Inlet shall be connected to a CI “P” trap. Floor trap inelt and the traps shall be set in cement concrete blocks where burried in floors without extra charge. Floor trap for the shower cubicle shall suit site and as per the approval of Owner’s site representative. All fabricated hopper shall be hot dip galvanized.

6.3 Floor Trap Grating

Floor and urinal traps shall be provided with 100 – 150 mm square or round stainless

steel gratings, with frame and rim of approved design and shape or as specified in the

schedule of quantities approved by the Owner’s site representative.

6.4 Cleanout Plugs

Floor Clean Out Plug

Clean out plug for soil, waste or rain water pipes laid under floors shall be provided near

pipe junctions bends, tees, “Ys” and on straight runs at such intervals as required as per

site conditions. Cleanout plugs shall terminate flush with the floor level. They shall eb

threaded and provided with key holes for opening. Cleanout plugs shall be cast brass

suitable for the pipe dia. With screwed to a GI socket. The socket shall be lead caulked

to the drain pipes.

Cleanout on Drainage Pipes

Cleanout plugs shall be provided on head of each drain and in between at locations

indicated on plans or directed by Owner’s site representative. Cleanout plugs shall be of

Page 254: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 130 of 508

size matching the full bore of the pipe but no exceeding 150 mm dia. CO plugs on drains

of greater diameters shall be 150 mm dia. fixed with a suitable reducing adapter.

Floor cleanout plugs shall be cast brass.

Cleanouts provided at ceiling level pipe shall be fixed to a CI flanged tail piece. The

cleanout doors shall be specially fabricated from light weight galvanized sheets and

angles with hinged type doors with fly nuts, gasket etc. as per drawing.

7. PIPE PROTECTION

Cast iron soil and waste pipes under floor in sunken slabs and in wall chases (when cut

specially for the pipe) shall be encased in cement concrete 1:2:4 mix (1 cement : 2

coarse sand : 4 stone aggregate of 12 mm size) 10 cm bed and alround. When pipes are

running well above the structural slabs, the encased pipes shall be supported with

suitable cement concrete pillars of required height and size at intervals directed by the

Project Manager.

8. CUTTING AND MAKING GOOD

Pipes shall be fixed and tested as building proceeds. The contractor shall provide all

necessary holes, cutouts and chases in structural members as building work proceeds.

Wherever holes are cut or left originally they shall be made good with cement concrete

1:2:4 (1 cement : 2 coarse sand : 4 stone aggregate 20 mm nominal size) or cement

mortar 1:2 (1 cement : 2 coarse sand). Cured and the surface restored to original

condition.

9. PAINTING

Soil, waste, vent and rain water pipes in exposed location, in shafts and pipe space shall be painted with two or more coats of ready mix oil paint to give an even shade. Before painting all dust and extraneous matter shall be removed.

Paint shall be of approved quality and shade. Where directed by the Owner’s site representative pipes shall be painted in accordance with approved pipe colour code.

Pipe in chase shall be painted with two coats of bitumen paint, covered with polythene tape and a final coat of bitumen paint. Exposed pipes shall be painted with synthetic enamel paint after removing dust and extraneous matter.

C.I. Soil and waste pipes below ground and covered in cement concrete shall not be painted.

Page 255: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 131 of 508

10. TESTING

Testing shall be done in accordance with IS:1172 and IS:5329 except as may be modified

herein under.

Entire drainage system shall be tested for water tightness and smoke tightness during

and after completion of the installation. No portion of the system shall remain

untested. Contractor must have adequate number of expandable rubber bellow plugs,

manometers, smoke testing machines, pipe and fitting work tests,

All materials obtained and used on site must have manufacturer’s hydraulic test

certificate for each batch of materials used on the site.

Before use at site all CI pipes shall be tested by filling up with water for at least 30

minutes. After filling, pipes shall be struck with a hammer and inspected for blow holes

and cracks. All defective pipes shall be rejected and removed from the site within 48

hours. Pipes with minor sweating may be accepted at the discretion of the Project

Manager.

Soil and waste pipes shall be tested in sections after installation, by filling up the stack

with water. All openings and connections shall be suitably plugged as approved by the

Project Manager. The total head in the stack shall be 4.5 m at the highest point of the

section under test. The period of test shall be minimum for 30 minutes or as directed by

the Project Manager. If any leakage is visible, the defective part of the work shall be cut

out and made good.

On completion of the work the entire installation shall be tested by smoke testing

machine. The test shall be conducted after the plumbing fixtures are installed and all

traps have water seal or by plugging the outlets with bellow plugs. Apply dense smoke

keeping the top of stack open and observe for leakages. Rectify or replace defective

sections.

After the installation is fully complete, it should be tested by flushing the toilets, running

at least 20% of all taps simultaneously and ensuring that the entire system is self

draining, has no leakages, blockages etc. rectify and replace where required.

A test register shall be maintained and all entries shall be signed and dated by the

Contractor and the Project Manager or his representative.

All pipes in wall chase or meant to be encased or buried shall be hydro tested before the

chase in plastered or the pipe encased or buried.

Page 256: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 132 of 508

SECTION-05 :: EXTERNAL DRAINAGE

(SEWAGE & STORM WATER DISPOSAL)

1 SCOPE

The scope of this section comprises the supply, installation, testing and commissioning of

external drainage & sewage disposal services.

1.1 General Scheme

The contractor shall install a drainage system to effectively collect, drain and dispose all

soil and waste water from various parts of the buildings, appurtenances and equipment.

The piping system shall finally terminate and discharge into the Sewage sump and finally

discharge by pumping to Municipal Sewer line. The piping work mainly consists of laying

of Salt glazed stoneware pipes, reinforced cement concrete pipes and cast iron soil pipes

as called for on the drawings. All piping shall be installed at depth greater than 80 cm

below finished ground level. The disposal system shall include construction of gully

traps, manholes, intercepting chambers as indicated. The piping system shall be vented

suitably at the starting point of all branch drains, main drains, the highest/lowest point

of drain and at intervals as shown. All ventilating arrangements shall be unobstructive

and concealed. The work shall be executed strictly in accordance with IS: 1742. The

sewage system shall be subject to smoke test for its soundness as directed by the

Project Manager. Wherever the sewerage pipes run above water supply lines, same

shall be completely encased in cement concrete 1:2:4 all round with the prior approval

of the Project Manager.

Without restricting to the generality of the foregoing, the drainage system shall inter-

alia include:

a. Sewer lines including earth work for excavation, disposal, back filling and

compaction, pipe lines, manholes, drop connections and connections to the

municipal or existing sewer.

b. Storm water drainage, earth works for excavation, disposal, backfilling and

compaction, pipe lines, manholes, catch basins and connections to the existing

municipal storm water drain or connected as indicated by the Project Manager.

Page 257: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 133 of 508

General Requirements

All materials shall be new and of quality conforming to specifications and subject to the

approval of the Owner’s site representative. Wherever particular makes are mentioned,

the choice of selection shall remain with the Architect / Consultant / Owner’s site

representative.

Drainage lines and open drains shall be laid to the required gradients and profiles.

All drainage work shall be done in accordance with the local municipal bye-laws.

Contractor shall obtain necessary approval and permission for the drainage system from

the municipal or any other competent authority.

Location of all manholes, etc shall be got confirmed by the Project Manager before the

actual execution of work at site. As far as possible, no drains or sewers shall be laid in

the middle of road unless otherwise specifically shown on the drawings or directed by

the Project Manager in writing.

All materials shall be rust proofed; materials in direct or indirect contact shall be

compatible to prevent electrolytic or chemical (bimetallic) corrosion.

2. TRENCHING FOR PIPES AND DRAINS

2.1 General

All the material shall be new of best quality conforming to specifications and subject to

the approval of the Architects. Drainage lines shall be laid to the required gradients and

profiles. All drainage work shall be done in accordance with the local municipal by-laws.

Contractor shall obtain necessary approval and permission for the drainage system from

the municipal or any other competent authority. Location of all manholes, catch basins

etc. shall be finalized and shown in approved shop drawings before the actual execution

of work at site. All work shall be executed as directed by the Project Manager.

Page 258: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 134 of 508

2.2 Alignment & Grade

The sewer and storm water drainage pipes shall be carefully laid to levels and gradients

shown in the plans and sections but subject to modifications as shall be ordered by the

Architects from time to time to meet the requirements of the works. Great care shall be

taken to prevent sand etc. from entering the pipes. The pipes between two manholes

shall be laid truly in straight lines without vertical or horizontal undulations. The body of

the pipes shall rest on an even bed in the trench for its length and places shall be

excavated to receive collar for the purpose of jointing. No deviations from the lines,

depths of cuttings or gradients as called for on the drawings shall be permitted without

the written approval of the Architect. All pipes shall be laid at least 60cms below the

finished ground level or as called for on the drawings.

2.3 Setting out Trenches

The contractor shall set out all trenches, manholes, chambers and such other works to

true grades and alignments as called for. He shall provide the necessary instruments for

setting out and verification for the same. All trenches shall be laid to true grade and in

straight lines and as shown on the drawings. The trenches shall be laid to proper levels

by the assistance of boning rods and sight rails which shall be fixed at intervals not

exceeding 10 meters or as directed by the Project Manager.

2.4 Trench Excavation

The trenches for the pipes shall be excavated with bottoms formed to level and

gradients as shown on the drawings or as directed by the Project Manager. In soft and

filled in ground, the Project Manager may require the trenches to be excavated to a

greater depth than the shown on the drawings and to fill up such additional excavation

with concrete (1:4:8) consolidated to bring the excavation to the required levels as

shown on the drawings.

All excavations shall be properly protected where necessary by suitable timbering, piling

and sheeting as approved by the Project Manager. All timbering and sheeting when

withdrawn shall be done gradually to avoid falls. All cavities be adequately filled and

consolidated. No blasting shall be allowed without prior approval in writing from the

Architect. It shall be carried out under thorough and competent supervision, with the

written permission of the appropriate authorities taking full precautions connected with

the blasting operations. All excavated earth shall be kept clear of the trenches to a

distance equal to 75 cms.

Page 259: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 135 of 508

2.5 Timbering of Sewer and Trenches

The Contractor shall at all times support efficiently and effectively the sides of all the

trenches and other excavations by suitable timbering, piling and sheeting and they shall

be close timbered in loose or sandy starta and below the surface of the sub soil water

level.

All timbering, sheeting and piling with their wallings and supports shall be of adequate

dimensions and strength and fully braced and strutted so that no risk of collapse or

subsidence of the walls of the trench shall take place.

The Contractor shall be held responsible and shall be accountable for the sufficiency of

all timbering, bracings, sheeting and piling used and also for, all damage to persons and

property resulting from improper quality strength placing, maintaining or removing of

the same.

2.6 Shoring of Buildings

The Contractor shall shore up all buildings, walls and other structures, the stability of

which is liable to be endangered by the execution of the work and shall be fully

responsible for all damages to persons or property resulting from any accident.

2.7 Obstruction Road

The contractor shall not occupy or obstruct by his operation more than one half of the

width of any road or street and sufficient space shall then be left for public and private

transit. He shall remove the materials excavated and bring them back again when the

trench is required to be refilled. The contractor shall obtain the consent of the Project

Manager in writing before closing any road to vehicular traffic and the foot walks must

be clear at all times.

2.8 Protection of Pipes etc.

All pipes, water mains, cables etc. met in the course of excavation shall be carefully

protected and supported. Care shall be taken not to disturb the cables, the removal of

which shall be arranged by the contractor with the written consent from the Project

Manager.

Page 260: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 136 of 508

2.9 Trench Back Filling

Refilling of the trenches shall not be commenced until the length of pipes therein has

been tested and approved. All timbering which may be withdrawn safely shall be

removed as filling proceeds. Where the pipes are unprotected by concrete hunching,

selected fine material shall be carefully hand-packed around the lower half of the pipes

so as to buttress them to the sides of the trench.

The refilling shall then be continued to 150mm over the top of the pipe using selected

fine hand packed material, watered and rammed on both sides of the pipes with a

wooden hammer. The process of filling and tamping shall proceed evenly in layers not

exceeding 150mm thickness, each layer being watered and consolidated so as to

maintain an equal pressure on both sides of the pipe line. In gardens and fields the top

solid and turf if any, shall be carefully replaced.

2.10 Contractor to restore settlement and Damages

The contractor shall at his own costs and expenses, make good promptly during the

whole period for the works in hand if any settlement occurs in the surfaces of roads,

beams, footpaths, gardens, open spaces etc. in the public or private areas caused by his

trenches or by his other excavations and he shall be liable for any accident caused

thereby. He shall also, at his own expense and charges, repair (and make good) any

damage done to building and other property. If in the opinion of the Project Manager he

fails to make good such works with all practicable dispatch, the Project Manager shall be

at his liberty to get the work done by other means and the expenses thereof shall be

paid by the contractor or deducted from any money that may be or become due to him

or recovered from him by any other manner according to the laws of land.

The contractor shall at his own costs and charges provide places for disposal of all

surplus materials not required to be used on the works. As each trench is refilled,

surplus soil shall be immediately removed, the surface shall be properly restored and

roadways and sides shall be left clear.

Page 261: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 137 of 508

2.11 Removal of Water from Sewer, Trench etc.

The contractor shall at all times during the progress of work keep the excavations free

from water which shall be disposed by him in a manner as will neither cause injury to

the public health nor to the public or private property nor to the work completed or in

progress nor to the surface of any road or streets, nor cause any interference with the

use of the same by the public.

If any excavation is carried out at any point or points to a greater width of the specified

cross section of the sewer with its cover, the full width of the trench shall be filled with

concrete by the contractor at his own expense and charges to the requirements of the

Project Manager.

2.12 Removal of Filth

All night soil, filth or any other offensive mater met with during the execution of the

works, shall not be deposited on the surface of any street or where it is likely to be a

nuisance or passed into any sewer or drain but shall be immediately, after it is taken out

of any trench, sewer or cess pool, put into the carts and removed to a suitable place to

be provided by the Contractor.

2.13 Width of Trench

The Project Manager shall have power by giving an order in writing to the Contractor to

increase the maximum width/depth for excavation and backfilling in trenches for

various classes of sewer, manholes and other works in certain length to be specifically

laid down by him, where on account of bad ground on other unusual conditions, he

considers that such increased width/depths are necessary in view of the site conditions.

3 PIPING MATERIAL

3.1 RCC pipes

All pipes shall be centrifugally spun RCC pipes NP2. Pipes shall be true and straight with

uniform bore throughout. Cracked, warped pipes shall not be used on the work. All

pipes shall be tested by the manufacturer and the Contractor shall produce, prior to use

on site, a certificate to that effect from the manufacturer.

The pipes shall be with or without reinforcement as required and of the class as

specified. These shall conform to IS:458-1971.

Page 262: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 138 of 508

All pipes shall be true to shape, straight, perfectly sound and free from cracks and flaws.

The external and internal surface of the pipes shall be smooth and hard. The pipes shall

be free from defects resulting from imperfect grading of the aggregate mixing or

moulding.

Laying

RCC spun pipes shall be laid on cement concrete bed of cradles as specified and shown

on the detailed drawings. The cradles may be precast and sufficiently cured to prevent

cracks and breakage in handling. The invert of the cradles shall be left 12 mm below the

invert level of the pipe and properly placed on the soil to prevent any disturbance. The

pipe shall then be placed on `the bed concrete or cradles and set for the line and

gradient by means of sight rails and boning rods, etc. Cradles or concrete bed may be

omitted, if directed by the Project Manager.

Jointing

Semi flexible type collar joint.

Hemp rope soaked in neat cement wash shall be passed round the joint and inserted in

it by means of caulking tool. More skein of yarn shall be added and rammed home.

Cement mortar with one part of cement and two part of sand and with minimum water

content but on no account soft or sloppy, shall be carefully inserted, punched and

caulked into the collar and more cement mortar added until the space of the collar has

been filled completely with tightly caulked mortar. Provision of rubber sealing ring in the

collar joint shall also be made. The joint shall then be finished off neatly outside the

socket at an angle of 45 deg.

Curing:

The joint shall be cured for at least seven days. Refilling at joints will be permitted only

on satisfactory completion of curing period.

Page 263: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 139 of 508

Cement Concrete for Pipe Supports:

a. Unless otherwise directed by the Project Manager cement concrete for bed, all

round or in haunches shall be in the mix 1:4:8(1cement : 4 coarse sand :8 graded

stone aggregate 40 mm nominal size):

Description

Upto 1.4 m

Depth (5’)

Upto 3 m

Depth (10’)

Beyond 3 m

Depth (10’)

Pipes in open ground (no sub soil water)

all round

in haunches

all round

RCC/C.I pipes in sub soil water

all round

in haunches

in haunches

RCC/C.I pipes ( in all Conditions)

all round in haunches

in haunches

RCC/C.I pipes under Road or building

all round

all round

all round

b. R.C.C. pipes or CI pipes may be supported on brick masonry or precast R.C.C. or

in situ cradles. Cradles shall be as shown on the drawings.

c. Pipes in loose soil or above ground shall be supported on brick or stone masonry

pillars as shown on the drawings.

Measurement:

a. Excavation

Measurement for excavation of pipes trenches shall be made per linear meter.

b. Trenches shall be measurement between outside walls of manholes at top and

the depth shall be the average depth between the two ends to the nearest cm.

The rate quoted shall be for a depth upto 1.5 metre or as given in the Bill of

Quantities.

Payment for trenches more than 1.5 m in depth shall be made for extra depth as

given in the Bill of Quantities and above the rate for depth upto 1.5 m.

Page 264: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 140 of 508

c. RCC pipes shall be measured for length of the pipe line per linear meter.

i. Length between manholes shall be recorded from inside of one manhole

or inside of other manhole.

ii. Length between gully trap and manhole shall be recorded between

socket of pipe near gully trap and inside of manhole.

3.2 Cast Iron Class (LA) Pipe:

All drainage line passing under building, floors and roads with heavy traffic shall be Cast

Iron Class (LA) Pipe.

Cast Iron Class (LA) pipe shall be such that they could be cut, drilled or machined. Pipe

centrifugally cast in unlined water cooled moulds shall be heat treated in order to

achieve the necessary mechanical properties and to relieve casting stresses; provide

that the specified mechanical properties are satisfied.

Material

Cast iron pipe shall be centrifugally spun cast iron pipes and conforming to IS:1536-

1976.

Fittings

Fittings shall be used for Cast Iron Class (LA) Pipes shall conform to IS:1538-1976.

Whenever possible junction from branch pipe shall be made by Wyes.

Laying

Fittings used for C.I drainage pipe shall conform to IS:1538-1976. Whenever possible

junction from branches pipes shall be made by a Wyes.

All cast iron pipes and fittings shall be jointed with best quality soft pig lead (conforming

to IS 782-1966) which shall be free from impurities. In wet trenches joints shall be made

from lead wool. Nothing extra will be paid for lead wool joints. Depth of pig lead and

weight for joints shall be as given in table below:

Page 265: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 141 of 508

Lead caulked Joints with Pig Lead

The approximate depth and weights of Pig Lead for various diameters of C I pipes and

specials shall be as follows:

Nominal Size of Pipe

mm

Lead per joint

Kg

Depth of Lead Joint

mm

80 1.8 45

100 2.2 45

125 2.6 45

150 3.4 50

200 5.0 50

250 6.1 50

The spigot of pipe of fittings shall be centred in the adjoining socket by caulking.

Sufficient turns of tarred gasket shall be given to leave a depth of 45 mm when the

gasket has been caulked tightly home. Joining ring shall be placed round the barrel and

against the face of the socket. Molten pig lead shall then be poured to fill the remainder

of the socket. This shall then be done in one pouring. The lead shall then be solidly

caulked with suitable tools and hammers weighting not less than 2 Kgs.

Measurement:

a. Excavation

Measurement for excavation of pipes trenches shall be made per linear meter.

b. Trenches shall be measurement between outside walls of manholes at top and

the depth shall be the average depth between the two ends to the nearest cm.

The rate quoted shall be for a depth upto 1.5 metre or as given in the Bill of

Quantities.

Payment for trenches more than 1.5 m in depth shall be made for extra depth as

given in the Bill of Quantities and above the rate for depth upto 1.5 m.

Page 266: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 142 of 508

c. C.I class (LA) pipes shall be measured for the length of the pipe line per linear

meter i.e:

i. Length between manholes shall be recorded from inside of one manhole

or inside of other manhole.

ii. Length between gully trap and manhole shall be recorded between

socket of pipe near gully trap and inside of manhole.

3.3 Salt Glazed Stoneware Pipes

Stoneware pipes shall be new and of First Class quality salt glazed and free from rough

texture inside and outside and straight. All pipes shall comply with IS:651 and have the

manufacturers name marked on them.

Laying of Salt Glazed Stoneware Pipes:

Pipes are liable to be damaged in transit and notwithstanding tests that may have been

made before dispatch each pipe shall be examined carefully on arrival at site. Each pipe

shall be lightly struck with a wooden hammer or mallet and those that do not ring true

and clear shall be rejected. Sound pipes shall be carefully stacked to prevent damage.

All defective pipes shall be segregated, marked in a conspicuous manner and their use

in the works prevented by expeditiously removing them from the work site.

The pipes shall be laid with sockets leading uphill and shall rest on solid and even

foundations for the full length of the barrel. Socket holes shall be formed in the

foundation sufficiently deep to allow the pipe jointer room to work right round the

pipe and as short as practicable to admit the socket and allow the joint to be made.

Where pipes are not bedded on concrete the trench bottom shall be left slightly high

and carefully bottomed up as pipes laying proceeds so that the pipe barrels rest on firm

ground. If excavation has been carried to low it shall be made up with cement concrete

1:4:8 (1 cement: 4 coarse sand: 8 stone aggregate 20mm nominal size) at the

Contractor's cost and charges

Jointing of Salt Glazed Stoneware Pipes:

Tarred gaskin shall first be wrapped round the spigot of each pipe and the spigot shall

then be placed into the socket of the pipe previously laid, the pipe shall then be

adjusted and fixed in its correct position and the gaskin caulked tightly home so as to

fill not more than one quarter of the total length of the socket.

Page 267: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 143 of 508

The remainder of the socket shall be filled with stiff mix of cement mortar (1cement: 1

clear sharp washed sand). When the socket is filled, a fillet shall be of 45 degrees with

the barrel of that pipe. The mortar shall be mixed as needed for immediate use and no

mortar shall be beaten up and used after it has begun to set.

After the joint has been made any extraneous materials shall be removed from the

inside of the joint with a suitable scarper of "badger". The newly made joints shall be

protected until set, from the sun, drying winds, rain or dust. Sackling or other materials

which can be kept damp shall be used. The joints shall be exposed and space left all

around the pipes for inspection by the Project Manager. The inside of the sewer must be

left absolutely clear in bore and free from cement mortar or other obstructions

throughout its entire length, and shall efficiently drain and discharge.

S.W. Gully Trap

Gully trap shall be stoneware conforming to IS:651. These shall be sound and free from

visible defects such as fire cracks, or hair cracks. The glaze of the traps shall be free from

cracks. They shall give a sharp clear note when struck with light hammer. There shall be

no broken blisters. Each gully trap shall have one CI grating of square size corresponding

to the dimensions of inlet of gully trap. It will also have a water tight CI cover with frame

inside dimensions 300 x 300mm the cover weighing not less than 4.5 kg and the frame

not less than 2.7kg. The grating cover and frame shall be of good casting and shall have

truly square machined seating faces.

Fixing of S.W. Gully Trap

The excavation for gully traps shall be done true to dimensions and levels as indicated on plans or as directed by the Project Manager /Consultant / Architect. The gully traps shall be fixed on cement concrete foundation 65cm square and not less than 10cm thick. The mix for the concrete will be 1:4:8. The jointing of gully outlet to the branch drain shall be done similar to the jointing of S.W. Pipes described earlier. After fixing and testing gully and branch drain, a brick work of specified class in cement mortar 1:5 shall be built with a half brick masonry work round the gully trap from the top of the bed concrete upto ground level. The space between the chamber and trap shall be filled in with cement concrete 1:3:6. The upper portion of the chamber i.e. above the top level of the trap shall be plastered inside the cement mortar 1:3 finish with a floating coat of neat cement. The corners and bottom of the chamber shall be rounded off so as to slope towards the grating.

CI cover with frame 300 x 300 mm (inside) shall then be fixed on the top of the brick masonry with cement concrete 1:2:4 and rendered smooth. The finished top cover shall be so as to prevent the surface water from entering the gully trap.

Page 268: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 144 of 508

Measurements

Gully traps shall be measured by the number and rate which shall include all excavation,

foundation, concrete, brick masonry, cement plaster inside and outside, C I grating and

sealed cover and frame.

4. CONSTRUCTION OF MANHOLE

Where manholes are to be constructed, the excavation, filling back and ramming,

disposal of surplus earth, preparation of bottom and sides etc. shall be carried out as

described earlier under trench excavation. Manhole shall be sized and depths as called

for in the drawings and Bill of Quantities.

The manhole shall be built on a base concrete 1:3:6 of 150mm thickness for manholes

upto 1500mm depth and 250mm thickness for manholes from 1500 to 2500mm depth

and 300mm thickness manholes of depth greater than 2500mm. Reinforcement as

shown shall be provided in the base slabs.

The walls shall be of brick work of thickness as shown in drawings built in cement

mortar 1:5. The joints of brick work shall be raked and plastered internally in cement

mortar 1:3 (at least 12 mm thick) and finish with a coat of neat cement, external plaster

shall be rough plaster in 1:3, PCC benching & semi circular channels of the same

diameter as the pipes shall be provided and finished with neat cement coating.

Above the horizontal diameter, the sides of channel shall be extended vertically to the same level as the crown of the outgoing pipe and the top edge shall be suitably rounded off. The branch channels shall also be similarly constructed with respect to the benching but at their junction with the main channel an appropriate fall suitably rounded off in the direction of flow in the main channel shall be given. All manholes / sumps shall be provided with poly propylene coated steel reinforced foot rest. The polyproplene shall confirm to ASTM D-4101 specification, injection moulded around 12 mm dia IS-1786 grade FE-415 steel reinforcing bar. These rungs shall be set at 30cms interval in two vertical runs at 380mm apart horizontally. The top rung shall be 450mm below the manhole cover. Unless otherwise mentioned, manholes shall be constructed to the requirements of Indian Standard IS:4111 (Part I). All manholes shall be constructed so as to be water tight under test. All angles shall be rounded to a 75mm radius with cement plaster 20mm thick. The benching at the side shall be carried out in such a manner so as to provide no lodgment for any splashing in case of accidental flooding. Manhole cover with frame shall be of cast iron of an approved make. The covers and frame shall generally be double seal as specified in the Bill of Quantities.

Page 269: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 145 of 508

4.1 Measurements

Manhole shall be measured in numbers as indicated in the Bill of Quantity. The depth of manhole shall be measured from invert of channel to the top of manhole cover.

Manhole with depth greater than specified under the main item shall be paid for under

`Extra Depth’ and shall include all items as given for manholes depth will be measured

to the nearest cm. Depth of the manholes shall be measured from top of the manhole

cover to bottom of channel. The following are inclusive in the cost of manhole viz;

i. Bed concrete ii. Brick work. iii. Plastering (inside & outside) iv. R C C top slab, benching and channeling including drop connections.

v. Supply and fix foot rests. vi. Keeping holes and embedding pipes for all the connections.

vii. Excavation, refilling, necessary de-watering and disposing off surplus soil to a places as directed by Project Manager.

viii. Curing. ix Cost of angle frame and embedding the frame in concrete bed. x Testing.

xi De-watering of chambers. 4.2. Drop Connection

Drop connection shall be provided between branch sewer and main sewer in the main

sewer itself in steep ground when the difference in invert level of two exceeds 60 cms of

the required sizes. Drop connections from gully traps to main sewer in rectangular shall

be made inside the manholes and shall have CI special types door bend on to top and

heel rest bend at bottom connected by a CI pipe. The pipe shall be supported by holder

bat clamps at 180 cms intervals with atleast one clamp for each drop connection. All

joints shall be lead caulked joints 25mm deep.

Drop connections from branch sewer to main sewer shall be made outside the manhole

wall with CI / CI class LA pipe, connection, vertical pipe and bend at the bottoms. The

top of the tee shall be finished upto the surface level and provided with a CI hinges type

frame and cover 30cms x 30cms. The connection and tee upto the surface chamber of

the tee.

Drop connection made from vertical stacks directly into manholes shall not be

considered as drop connections.

Page 270: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 146 of 508

4.3 Making Connections

Contractor shall connect the new sewer line to the existing manhole by cutting the walls

benching and restoring them to the original condition. A new channel shall be cut in the

benching of the existing manhole for the new connection. Contractor shall remove all

sewage and water if encountered in making the connection without additional cost.

5. GREASE TRAP

5.1 Size of Grease Trap

The size given in Bill of Quantities and drawings shall be internal size of chamber. The

work shall be done strictly as per standard drawing and following specifications.

5.2 Bed Concrete

Shall be in 1:4:8 cement concrete 150 mm thick.

5.3 Brick work

Brick work shall be with best quality bricks in I:5 CEMENT MORTAR.

Baffle walls shall be of R.C.C and of size as mentioned in Bill of Quantities. Brick partition

constructed of best quality table moulded bricks in cement mortar 1:5 shall be provided

for the entire height of chamber.

5.4 Plaster

The walls of chamber shall be plastered from inside with 12 mm thick cement plaster

1:3 and finished smooth with a floating coat of neat cement & rough plaster on outside

in cement mortar 1:3.

5.5 Chamber Covers

Covers shall be of size and duty as mentioned in Bill of Quantities. Covers shall be of cast

iron as per the details given in the drawing and shall be fixed on frame embedded in

concrete.

C. I steps shall be provided at two corners of the chamber.

All Cast Iron and MS items shall be painted with two coats of bitumastic paint.

Page 271: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 147 of 508

5.6 Cast iron Manhole cover and Frame

The Cast Iron Manhole Cover and Frame shall conform to IS:1726 and the grade and

types have been specified in the Bill of Quantities. The cover and frames shall be cleanly

cast and they shall be free from air and sand holes and from cold shuts. They shall be

neatly dressed and carefully trimmed. All castings shall be free from voids whether due

to shrinkage, gas inclusion or other causes. Covers shall have a raised checkered design

on the top surface to provide an adequate non-slip grip.

The sizes of covers specified shall be taken as the clear internal dimensions of the frame.

The covers and frames shall be coated with a black bituminous composition. The coating

shall be smooth and tenacious. It shall not flow when exposed to a temperature of 63° C

and shall not brittle as to chip off at a temperature of 0° C.

6. TESTING

All rights of the sewer and drain shall be carefully tested for water tightness by means of

water pressure maintained for not less than 30 minutes. Testing shall be carried out

from manhole to manhole. All pipes shall be subject to a test pressure of 1.5 meter

head of water. The test pressure will however, not exceed 6 meters head at any point.

The pipes shall be plugged preferably with standard design plugs or with rubber plugs

on both sides, the upper end shall, however, be connected to a pipe for filling with

water and getting the required head poured at one time.

Sewer lines shall be tested for straightness by :

i. Inserting a smooth ball 12 mm less than the internal diameter of the pipe. In the

absence of obstructions such as yarn or mortar projecting at the joints the ball

shall roll down the invert of the pipe and emerge at the lower end.

ii. means of a mirror at one end a lamp at the other end. If the pipe is straight the

full circle of light will be seen otherwise obstructions or deviations will be

apparent.

iii. The contractor shall give a smoke test to the drain and sewer at his own expense

and charges, if directed by the Owner’s site representative.

iv. A test register shall be maintained which shall be signed and dated by contractor

and Owner’s site representative.

Page 272: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 148 of 508

SECTION-06 :: PUMPING SYSTEM

1. PUMP

1.1 Positive Suction (Centrifugal)

Pump shall be centrifugal installed adjacent to water tank. The MOC shall be as per

schedule of quantity.

1.2 HYDROPNEUMATIC SYSTEM & PUMPING MAINS

1.2.1 SCOPE

This section of the contract involves the design, supply, installation, testing and

commissioning of the complete Hydropneumatic pumping system and other pumping

systems complete with all controls and electrical work for domestic water supply. All

submersible, drainage pumps for the project are also included in this contract. It also

involves testing and commissioning of the pumping system with the domestic water and

flushing water supply & distribution.

This specification described the particulars of the contract, designs and systems chosen,

and mode of operation.

All installation work shall comply with the latest rules and regulations.

The work embraced by these specifications covers the design, submission to authorities,

supply, delivery on site, installation, testing, commissioning and maintenance of the

Hydropneumatic pumping system, other pumping system installation of the building in

accordance with this specification and associated drawings.

The scope of work shall include the following (list is indicative and not exhaustive) :

- Variable speed pumping units domestic water supply & distribution.

- Suitably sized food grade quality, non-toxic diaphragm type pressure vessels

complete with necessary interconnections and controls.

- Control panel for pump control complete with variable speed drives, circuit

breakers, fusses, pressure transmitters etc. complete with all interconnections to

pumps and electrical supply panels.

Page 273: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 149 of 508

- Pump control units complete with pre-programmed micro-processorchip.

- Pump monitoring units to monitor operation of pumps.

- Each Hydropneumatic Pumping unit shall be supplied as a complete set including

variable speed pumps, pressure vessels suction and discharge common

manifolds, non-return valves, isolating valves, pressure transmitters on the

discharge side and level electrode at the suction tank. Each unit shall be

provided with electronic microprocessors for unit control and all necessary

electrical work for the unit.

- Submersible drainage pumps for plant room drainage complete with electrical

panels and necessary accessories with automation for pump operation.

- The Hydropneumatic system supplier shall provide the pumping units in the

designated pump rooms as complete units included all necessary piping within

plant such that only discharge connections are required to be connected into the

unit’s discharge manifolds just inside the plant room, by the Plumbing tenderer.

The Hydropneumatic system tenderer shall guarantee specified pump

performance at various pump speeds and Hydropneumatic pumps must be able

to supply at least 2 bar pressure at the highest/farthest fitting.

- Electrical equipment and installation work including the PLC in Control panel.

- Painting and labelling of pipework and equipment;

- Provision of all hold down bolts, spigots struts and the like required to be built in

during construction;

- Provision of all level switches, flow switches and other sensing devices for status

indication.

- All interfacing work with other trades.

- Testing and commissioning and balancing of the Hydropneumatic & Pumping

system;

- Provisions of operating instructions and maintenance manuals;

- Provision of spare parts;

- Training of the employer's staff for proper operation of the entire systems;

Page 274: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 150 of 508

- Liaison with Local Authorities to obtain all necessary certificates and approvals,

including the completion of all submission drawings, forms and payment of any

fees and charges. All the costs for all the tests required by Local Authorities shall

be included. To attend to any Authorities inspection regardless of whether this

inspection is carried out after the defect liability period;

- Provisions of the necessary installation which include pumping works, pipe work

within the pumping unit up to suction and discharge manifolds, conduit and

control wiring, etc. to form a workable system required;

- All other works and systems as specified in the Contract document and or shown

on the drawings.

- All cutting, patching, framing up, furring in, chasing and making good associated

with the building construction for the passage of pipes, conduits and the like

including providing GI pipes sleeves of required size corresponding to pipe dia,

wherever pipes crossing fire rated walls and floors and sealing with glass wool in

between and fire sealant compound on either end. Details on shop drawings shall

also be provided.

2 GENERAL

Equipment offered for supply and installation shall include the following:

All minor items and incidental work, equipment accessories and materials may not be

specifically mentioned but are required for the proper completion of the installations in

accordance with the true intent and meaning of this Specification.

Readily accessible, dust-proof lubricating facilities on all moving parts and equipment

including provision for cleaning all lubricating lines and bearings and charging same with

the correct lubricants after installation but prior to testing and commissioning.

Clearly visible and robust manufacturer's name-plates permanently fitted each and

every item of equipment and showing the manufacturer's name, type and/or model

number, serial number, and all essential operating data such as speed, capacity, voltage,

current draw, etc.

The Tenderer also shall allow provision for the inspection of all plant and equipment by

the manufacturer or his licensed representative, at least twice during the course of the

installation.

Page 275: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 151 of 508

3. PIPING

The pipes and fittings in the domestic Water Treatment plant room shall be GI class `C'

(heavy class) conforming to IS: 1239 ( Part-I) for pipes and IS:1879 (Part 1 to 10) for

malleable cast iron galvanized fittings or specified in the BOQ.

4 PUMPS FOR HYDROPNEUMATIC & DRAINAGE SYSTEM

4.1 PUMPS

Pumps shall be vertical, centrifugal, multistage directly coupled to motor. Provision of

pump with pump head & base of cast iron and other parts in SS 304 shall be made for

pumps required in Hydropneumatic System. Impeller shall be hydraulically balanced

and keyed to shaft. Pump shall be mounted on a concrete foundation, projecting at

least 15 CM above finished floor level. The pumps base shall be set on a vibration

elimination pad. The pump shall be lubricated in strict accordance with the

manufacturer’s instructions and shall be factory aligned prior to shipment. All motors

and bases shall be painted with approved finish shop coat of paint. The pump shall be

selected for the lowest operating noise level and shall be complete with flexible

connections, valves, and pressure gauges. The pumps shall include cost of foundation

channel complete.

The Tenderer shall supply and install pumps of the type and performance as shown on the drawings. All duties of pumps given in the Tender Drawings shall be checked and where necessary corrected before ordering. All the parts of the pumps that are in contact with water e.g. shaft, impeller etc. shall be of stainless steel construction.

Pumps shall be so selected that the design duty point is within 5% of the maximum efficiency point. The pump casing so selected shall have ample space to take an impeller one size larger than that capable of performing the design duty.

The pump shall have a speed of not more than 1500 rpm. However pumps of 2900 rpm with high efficiency and low noise motor can be selected and noise data submitted for approval. All pumps and motors shall be of minimum vibration and noise level during operation. Vibration isolators shall be provided for all pump sets.

Facilities shall be provided to prevent starting of pumps when the water tank is at low

water level. An indicator for this low water level alarm shall be provided.

Facilities to select which pump to be duty pump and standby pump shall be provided

and be interchangeable.

Pump curves for all pumps offered shall be submitted. All curve indicating excessive

shut-off head will not be approved.

Page 276: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 152 of 508

Each pump shall be provided with a gate valve at suction and discharge, approved check

valve at discharge, approved strainer at suction, flexible connections at pump suction

and discharge, eccentric reducer at suction, concentric reducer at discharge, pressure

gauges at suction and discharge, circulation relief valve and automatic air relief valve.

Appropriate neoprene vibration isolation mountings shall be provided for each pump

sets.

Vertical Pumps

Multi-stage pumps shall be of centrifugal type and arranged with shafts vertically

installed. The impellers shall be of stainless steel mechanically balanced and keyed to

shaft. Renewable guide rings are to be provided in the casting, keyed to prevent

rotation.

Pumps shall be driven by elevated in-line TEFC squirrel cage motors via extended

vertical shafted complete with universal couplings.

The shafts shall be stainless steel. Stainless steel sleeves shall be provided to protect

the shaft in the water space and through the sealing glands. The sleeves shall be keyed

to prevent rotation and secured against axial movement.

The bearings shall be of ball or roller type protected against ingress of water, dirt and

other matter.

Vertical multistage pumps shall have universal flanges. Intermediate bearing, support

bearing shall be provided in the pump.

The shaft seal shall be easily serviceable and shall allow for correct adjustment and

loading of the seal.. Pump motors above 7.5 kW shall be equipped with a spacer

coupling which allows changing of shaft seals without removing the motor. The pump

motors shall be of Class “F” insulation and IP55 rating and shall be provided with built-in

thermistors for protection against overheating.

4.2 VARIABLE SPEED HYDROPNEUMATIC PUMPING SYSTEM

Variable speed Hydropneumatic pumping units shall be provided for supply of domestic

water, flushing water supply for the project. The units shall be selected so as to provide

at minimum of 1.5 bar pressure at the highest/farthest fitting in each plumbing system,

the unit serves. The hdyropnematic pumping units shall have the following features;

Page 277: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 153 of 508

4.2.1 System Description

The system shall be supplied as complete sets including suction and discharge common

manifolds, non-return valves, isolating valves, pressure transmitter on the discharge side

and electrode at the suction tank.

The system operation will be such that the initial small water demand shall be met by

the charged diaphragm pressure vessel. Should the water demand continue the system

pressure will dip to a preset pump cut-in point when the lead pump starts to operate at

reduced speed through the variable speed drive. However, should the system pressure

be still below the preset value, the controller continuously increases pump speed to

meet the system demand. When the lead pump is not able to meet the system pressure

at full speed, the second pump also starts to operate.

At peak demand all the pumps operate, similarly, if there is a drop in water demand the duty pump speed starts to reduce, then standby pumps cuts-off, followed by stopping of the duty pump.

The closed diaphragm pressure vessel shall be of polyethylene material with a pressure gauge and isolating valve. The interior shall be of non-toxic lining suitable for use with potable water. The vessel shall be manufactured to conform to ASME pressure vessel code/standards.

The system shall be under the control of an electronic microprocessor unit (EMU).

A pressure transmitter shall detect the pressure at the delivery manifold and feedback to the microprocessor control panel via control circuit.

The system shall incorporate a frequency converter or frequency converter motors on

the pumps and the pressure transmitter shall register the actual pressure on the

discharge side.

The variable speed drive pumping system shall maintain a constant pressure regardless

of the system demand. If there is a drop in pressure outside the preset point, the

Variable Speed Drive (VSD) pump shall start to run until the pressure increases to the

preset limit, or it will continue to increase the pump speeds to the upper limit of the

frequency. If the water system demand still cannot be met, the second pump shall be

called in to run, the VSD will then alter the pump speed to meet the preset pressure

point. If the set point is still unable to be met, the third pump is then activated to run

(in case of 3 pumps units).

This shall be achieved by continuously varying the motor speed of the duty pump

according to the demand up to a maximum designed capacity.

Page 278: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 154 of 508

Under decreasing hydraulic demand the reverse sequence to the above description shall

apply.

The EMU shall ensure alternation of all the duty and standby pumps for even running

hours for all the pumps.

The frequency converter shall be linked to the motor of the duty pump for continuous

speed adjustment and ultimately the water delivery shall be maintained at constant

pressure at the preset value.

4.2.2 Local Motor Control Panel

The motor control panel shall be equipped with all the necessary electrical

components including a microprocessor control unit and a frequency drive. The

control panel and the microprocessor shall cover the followings functions:

- Flexibility and simplicity in allowing the necessary re-adjustment of the pumping

system pre-set delivery pressure to operate the pumps within the specified

maximum and minimum delivery ranges.

- Built-in frictional loss compensation factor which will automatically increase the

delivery pressure setting, in collaboration with the increase in flow demand. This

shall be able to minimize the system pressure differences and provide a more

constant pressure along the supply line and also to save the energy consumption

of the motor when running at low speed.

- Automatic changeover of the pumps to be controlled by the microprocessor

which dictates the duty and standby pumps to run at variable speed.

- Built-in clock functions with weekly programming and with switch on system to

operate at at least 10 different pre-set pressure points as required.

- When the system has not been operated for more than 24 hours, it shall

automatically start the pumps for a few seconds/day to ensure the pumps

readiness at all times. The standby pumps shall be activated upon failure of duty

pump(s). In event of control failure, the pumps shall be able to be start/stopped

manually at the local panel by means of pressure switches.

- The microprocessor control panel shall be able to cut-off the pumping system

when excess pressure is registered in the discharge common manifold.

Page 279: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 155 of 508

- The system shall have the capability of receiving input signal concerning reduced

water level in suction tanks and shall have control mechanisms to prevent the

pumps form running dry.

- Automatically starting the pumps when the water level is back to normal.

- In case of pump failure due to motor overload, the standby pump is switched on

automatically. Alarm signal is displayed on the LCD Display unit and alarm lights

are activated.

- Functions to limit the no. of start/stop of pumps per hour.

- The system control panel shall incorporate at least the following components :

a. LCD Display

b. Pumps selections for up to 4 pumps so that system controller can control

up to 6 pumps

c. Pump status button to display duty pump speed and system capacity

d. Zone status button to display operating parameters for different pumping

units

e. Setting button to input preset pressure, system start/stop time etc.

f. ±1 button to key in numeric data such as pressure set point, etc.

g. Enter button for confirmation of input into the system

h. Alarm button to show location of fault - self diagnostic function display

i. Hour Run measurement for each supplied pumpset

j. Buttons for scrolling to select the actual display reading for system

configuration, i.e. up and down scroll concept.

k. Necessary devices for programming, supervising and monitoring

operation data/system, status shall be incorporating into the control

panel.

Page 280: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 156 of 508

4.2.3 Operations

Local control panel shall perform as follows :

Auto mode

The desired delivery pressure within the range specified shall be set at the duty local

control panel. The pressure transmitter shall detect the delivery pressure continuously

within 1 second and feedback to the microprocessor which will control the variable

speed drive frequency converter for speed control of the duty pump. When demand

increases, the subsequent pumps in the system will be activated to boost up the

pressure. Ultimately the duty pump set shall be operated fully automatically to

maintain the delivery pressure constantly at the desired set value.

Manual Mode

The on/off function of the pumps shall be manually adjusted at the microprocessor

located at the local control panel.

Frequency Control By-pass Mode

All the pump sets shall be started/ stopped automatically with the pump output at fixed

maximum rotational speed. All the control and protection functions shall remain active.

The cut in/cut out pressure shall be internally calculated by the microprocessor for each

pump.

4.2.4 System Features

The required performance features of each Hydropneumatic pumping unit shall be as

follows :

System Configuration

Variable speed pumps with pressure vessels.

Control panel consisting of the following components :

- Pump Functional Unit (PFU) - control unit c/w pre-programmed microprocessor

chip. This unit shall control all pumping unit operations through electronic

controller.

- Pumping Monitoring Unit (PMU) - monitor the operation of the pump sets. This

unit shall allow for monitoring and setting of all control parameter.

Page 281: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 157 of 508

- Variable Speed Drive

- Circuit Breakers

- Fusses

- Pressure Transmitter

Set Point

Ten separate pressure “set points” shall be able to be programmed into the PMU, and

switching between set points is timed by a real time clock when a lower pressure is

acceptable during certain periods, for instance after hours or weekends, the set point

shall be lowered to minimise power consumption.

An external input shall also be used to switch between set points, or manually adjust a

set point at any time.

Friction Loss Compensation

It shall be possible to allow for the friction loss component of the system, calculated at

full flow and set as a percentage of the set point which will reduce the working pressure

of the pump set depending on the actual no. of pumps in operation. A linear

approximation of system resistance curve can therefore be allowed for, and pressure

will automatically increase as system flow and subsequent frictional losses increase. As

such power consumption shall reduce which is required for the pumping system.

Displays

Through the PMU keypad all variable parameters shall be adjustable, current status of

settings and measured values shall be able to display on the 2 line x 24 character liquid

crystal display.

Individual menus shall be available for monitoring individual pumps, zones, settings,

alarms and ON/OFF functions.

Pump Status

Running hours of each pump

Actual pump status (running, not available, standby, allocated to zone, fault)

Maximum head of pump at zero flow.

Page 282: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 158 of 508

Zone Status

This menu shall be the main operating menu where at the setting and operating

parameters can be viewed,

Current operating set point

Measured values in the system

Operating capacity in terms of total output

Mode of operation for the zone

Clock programs (relating to set point pressures)

Standby pumps

Pump change over time

Zone configuration

Pressure transducer scaling

Friction loss compensation

Pump priority

Inlet pressure measuring (if required)

System response times

Allowable number of starts per hour for the pumps

Minimum limit (loss of water, burst mains protection)

Setting Menu (Set)

In this menu all parameters for the operation of the pump set shall be able to be

adjusted as required.

a Set points (up to 10)

b. On/Off function (used to prevent unnecessary cycling at low demands)

c. Displayed pressure units (Bar, PSI, mBar, kPa)

d. Real time clock programming for any time of the day, week, or weekend

e. Zone configuration

f. Friction loss compensation

Page 283: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 159 of 508

Alarm

The alarm menu shall display all faults that occur during operation, logging the time and

date of when the fault occurred and when it was corrected, or whether it is still an

actual fault, up to 10 faults can be maintained as history in the controller. The following

type of faults shall be diagnosed by the controller.

a. Mains failure

b. Frequency converter fault

c. Analogue input (pressure transducer) fault

d. High discharge pressure fault

e. Low discharge pressure fault

f. Motor thermal overload fault

Variable Frequency Drive

Variable frequency drive shall be of a reputable make acceptable to Project Manager

and shall be complete with RFI filter and harmonic dampers.

Enclosure

An IP 54 powder coated steel enclosure shall house all the electrical components.

The enclosure can be supplied loose for remote mounting, or mounted on a common

base with the pumps, it shall be adequately ventilated for use in conditions up to a

maximum ambient temperature of 45 degrees Celsius.

Electrical Componentry

All circuit breakers, thermal overloads and contactors shall be of reputable make

acceptable to the architect. Electrical supply to the pump controller shall be protected

using an isolating circuit breaker.

Method of Starting

The panel shall be built to start the pumps in suitable starting modes, i.e. D.O.L.,

Star/Delta, or using Soft Starters.

Page 284: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 160 of 508

Quality and Testing

Manufacture of the pumps, plus design and assembly of the complete packaged

Hydropneumatic pumping system shall be factory assembled and the pump station shall

be fully tested hydraulically and electrically prior to dispatch to site. Test reports etc.

shall be submitted for review before dispatch.

4.2.5 Pump Pressure Vessel

Diaphragm type pressure vessels shall be provided as shown on the drawings. They

shall be incorporated into the system so that during normal operation the pump shall

not need to be start within 30 seconds of it switching off in order to prevent the pump

hunting.

The pressure vessel shall be of adequate capacity to accommodate a considerable

fluctuation in water demand by the system with minimum start/ stop cycles of the

pumps. The vessel shall be constructed of steel plate built to ASME Standards for

Unfired Pressure Vessel. A rubber diaphragm shall be provided in the vessel for

separating the water and pre-charge nitrogen. The pre-charge pressure shall be

adjustable and charging port with non-return device shall be provided. The adjustable

cut-in and cut-off pressure unit for the pumps shall be built-in at the vessel to suit the

system.

4.3 FLOATLESS TYPE LEVEL SWITCH IN WATER TANKS

The Tenderer shall supply and install floatless type switch probes in the water tanks as

indicated below and shown on the drawings.

Raw Water Tanks at Basement

· High level alarm (over-flow);

· Low level alarm;

· Low level cut-out for raw water pumps;

· Earthing probe.

Page 285: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 161 of 508

Cooling Tower Make-up

· High level alarm (over-flow);

· Low level alarm;

· Low level cut-out for supply pumps;

· Earthing probe.

Potable Water Tank at Basement Level

· High level alarm (over-flow);

Low level alarm;

Low water level cut-out for the domestic hydropneumatic pumps;

· Earthing probe.

Soft Water Tank at Basement Level

· High level alarm (over-flow);

Low level alarm;

Low water level cut-out for the domestic hydropneumatic pumps;

· Earthing probe.

flushing Water Tank at Basement Level

· High level alarm (over-flow);

Low level alarm;

Low water level cut-out for the domestic hydropneumatic pumps;

· Earthing probe.

Each probe shall be of the correct length for the particular application and tank location.

Electrodes shall be of polished stainless steel 20 mm OD. Electrode holders shall be

weatherproof in all respect.

Page 286: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 162 of 508

The earthing probes shall be connected and wired to the building earth systems of the

building.

Each set of electrodes shall be installed inside a 230 mm diameter PVC pipe acting as a wave barrier.

The level switch set shall operate with a stepped down voltage at 24V maximum. Stepped down transformers shall be provided for each set of control probes and shall be installed inside centralised control cubicles inside pump room.

Mechanical steel stuffing boxes shall be used.

Control of Duty / Standby Pumps

Operation of the duty and standby pumps shall be carried out by the following method:

a Automatically by means of pressure sensor (i.e. pressure switches);

b Manually by means of a local start/stop push buttons on pump local motor

control panel and emergency stop switch.

The pressure switch shall be installed next to the manual release valve. When the

pressure drops to the pre-determined level, a signal will be sent to the pump local

motor control panel to start the pump.

Automatic controls shall be operated by electronic, float less type level switches.

Pump Indicator

The following audible and visible indication shall be provided at the pump local control

panels as applicable:

a Red "overflow level" indicator with buzzer for the associated water tanks;

b Amber "extra high water level" indicator for the associated water tank;

c Amber "high water level" indicator;

d Amber "low water level" indicator;

e Red "pump trip" indicator for each pump;

f Green "pump on" indicator for each pump;

g "Pump electrical supply healthy" indicator for each pump;

h Amber "remote/local" status indicator.

Page 287: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 163 of 508

1.2 Submersible Pumps

These shall be fully submersible with a fully submersible motor. The pumps shall be

provided with an automatic level controller and all interconnecting power and control

cabling which shall cause the pumps to operate when the water level in the sump rises

to a preset level and stop when the preset low level is reached.

Pumps for drainage shall be single stage, single entry.

Pump shall be with a dynamically balanced impeller connected to a common shaft of

the motor. The vane for sewage pump will be open type, while for drainage pump, etc.

it will be of semi open type. The MOC of the pump shall be in accordance to schedule of

quantity.

Each pump shall be provided with a suitably rated induction motor suitable for 415

volts, 3 phase, 50 Hz A.C. power supply.

Each pump shall be provided with in built liquid level controller for operating the pump

between predetermined levels.

The pumping set shall be for stationary application and shall be provided with pump

connector unit. The delivery pipe shall be joined to the pump through a rubber

diaphragm, and bend and guide pipe for easy installation.

Pump shall be provided with all accessories and devices necessary and required for

the pump to make it a complete working system.

Sump pump shall be complete with level controllers, power and control switch gear,

Auto/off/Manual switches, pumps priority selections and control and power cabling upto

motor and controller/probes etc. (Including earthing). Level control shall be such that

one pump starts on required level, 2nd

pump cuts in at high level and alarms is given at

extra high level. All level controllers shall be provided with remote level indications.

1.3 Motor Design for Submersible Pump

The pump motor shall be a squirrel cage induction, housed in air filled water-tight

enclosure. Oil filled motors are not acceptable. The stator windings shall be Class "F"

insulation (155 degree C or 311 degree F) for general usage and class `H' insulation (180

degree C or 317-8 grade 2) for submersible type.

The stator shall be heat shrunk fitted into the enclosure and shall not use bolts, pins or

other fasteners that penetrate through the stator enclosure. The starter shall be

equipped with a thermal switch embedded in series in the coils of the stator windings to

protect the stator from wheel.

Page 288: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 164 of 508

The motors shall be designed for continuous running duty type at 415 volts, 3 phase, 50

Hz power supply and capable of sustaining a minimum of 20 starts/stops per hour.

Between stator housing and pump, a tandem seal arrangement will be provided with an

oil barrier. Both seals run in oil, allowing dry running without seal damage. Both seals

shall be of the rubber bellows or metallic bellow type with positive drive between shaft

and rotating seal face.

Page 289: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 165 of 508

SECTION-07 :: WATER TREATMENT SYSTEM & ACCESSORIES

1 FILTERATION

1.1 SCOPE

The scope of this section comprises the supply, installation and commissioning of MSEP

filter, dosing system, piping, valves, support arrangement for filter, electrical panel and

cabling.

1.2 MSEP FILTERS

Filter shall be designed in accordance with code of unfired pressure vessel conforming to IS for steel constitution.

Filters shall be vertical type of required diameter. The shell and dished ends shall be fabricated with M.S. Plates of 6 mm & 8 mm thickness. The filter shall have atleast one pressure tight manhole cover. Filter shall be painted inside with one coat of epoxy primer & two coats of food grade, non toxic corrosion resistant epoxy paint (50 Micron on each coat) and two coats of Zinc chromate outside, finished with two coats of approved synthetic enamel colour. Each filter shall be provided with an efficient underdrain system. The inelt distribution system shall comprise of inverted manifold plate and the under bed draft off system shall comprise of bed plate with PP strainers.

1.3 FACE PIPING

Each filter shall be provided with interconnecting face piping comprising of inlet, outlet,

and backwash complete with butterfly / ball / diaphragm valves.

1.4 ACCESSORIES

Each filter shall be provided with following accessories:-

a. Inlet and outlet pressure gauge

b. Samplig cock / valve on raw water inlet and filter water outlet

c. Individual drain connection with gunmetal fullway valve for each filter.

d. Air release valve with connecting pipe

1.5 FILTER MEDIA

The filter media shall comprise of desired media as specified in the Schedule of Quantities

or gravel / silica of various grade in varying thickness. The cut-section of the filter along

with filter media detail shall be subject to approval by the Consultant.

Page 290: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 166 of 508

SECTION-08 :: HYDROPNEUMATIC SYSTEM & PUMPING MAINS

1. SCOPE

This section of the contract involves the design, supply, installation, testing and

commissioning of the complete Hydropneumatic pumping system and other pumping

systems complete with all controls and electrical work for domestic water supply. All

submersible, drainage pumps for the project are also included in this contract. It also

involves testing and commissioning of the pumping system with the domestic water and

flushing water supply & distribution.

This specification described the particulars of the contract, designs and systems chosen,

and mode of operation.

All installation work shall comply with the latest rules and regulations.

The work embraced by these specifications covers the design, submission to authorities,

supply, delivery on site, installation, testing, commissioning and maintenance of the

Hydropneumatic pumping system, other pumping system installation of the building in

accordance with this specification and associated drawings.

The scope of work shall include the following (list is indicative and not exhaustive) :

- Variable speed pumping units domestic water supply & distribution.

- Suitably sized food grade quality, non-toxic diaphragm type pressure vessels

complete with necessary interconnections and controls.

- Control panel for pump control complete with variable speed drives, circuit

breakers, fusses, pressure transmitters etc. complete with all interconnections to

pumps and electrical supply panels.

- Pump control units complete with pre-programmed micro-processorchip.

- Pump monitoring units to monitor operation of pumps.

- Each Hydropneumatic Pumping unit shall be supplied as a complete set including

variable speed pumps, pressure vessels suction and discharge common

Page 291: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 167 of 508

manifolds, non-return valves, isolating valves, pressure transmitters on the

discharge side and level electrode at the suction tank. Each unit shall be

provided with electronic microprocessors for unit control and all necessary

electrical work for the unit.

- Submersible drainage pumps for plant room drainage complete with electrical

panels and necessary accessories with automation for pump operation.

- The Hydropneumatic system supplier shall provide the pumping units in the

designated pump rooms as complete units included all necessary piping within

plant such that only discharge connections are required to be connected into the

unit’s discharge manifolds just inside the plant room, by the Plumbing tenderer.

The Hydropneumatic system tenderer shall guarantee specified pump

performance at various pump speeds and Hydropneumatic pumps must be able

to supply at least 2 bar pressure at the highest/farthest fitting.

- Electrical equipment and installation work including the PLC in Control panel.

- Painting and labelling of pipework and equipment;

- Provision of all hold down bolts, spigots struts and the like required to be built in

during construction;

-

Provision of all level switches, flow switches and other sensing devices for status

indication.

- All interfacing work with other trades.

- Testing and commissioning and balancing of the Hydropneumatic & Pumping

system

- Provisions of operating instructions and maintenance manuals;

- Provision of spare parts;

- Training of the employer's staff for proper operation of the entire systems;

- Liaison with Local Authorities to obtain all necessary certificates and approvals,

including the completion of all submission drawings, forms and payment of any

fees and charges. All the costs for all the tests required by Local Authorities shall

be included. To attend to any Authorities inspection regardless of whether this

inspection is carried out after the defect liability period;

- Provisions of the necessary installation which include pumping works, pipe work

within the pumping unit up to suction and discharge manifolds, conduit and

control wiring, etc. to form a workable system required;

Page 292: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 168 of 508

- All other works and systems as specified in the Contract document and or shown

on the drawings.

- All cutting, patching, framing up, furring in, chasing and making good associated

with the building construction for the passage of pipes, conduits and the like

including providing GI pipes sleeves of required size corresponding to pipe dia,

wherever pipes crossing fire rated walls and floors and sealing with glass wool in

between and fire sealant compound on either end. Details on shop drawings shall

also be provided.

2 GENERAL

Equipment offered for supply and installation shall include the following:

All minor items and incidental work, equipment accessories and materials may not be

specifically mentioned but are required for the proper completion of the installations in

accordance with the true intent and meaning of this Specification.

Readily accessible, dust-proof lubricating facilities on all moving parts and equipment

including provision for cleaning all lubricating lines and bearings and charging same with

the correct lubricants after installation but prior to testing and commissioning.

Clearly visible and robust manufacturer's name-plates permanently fitted each and

every item of equipment and showing the manufacturer's name, type and/or model

number, serial number, and all essential operating data such as speed, capacity, voltage,

current draw, etc.

The Tenderer also shall allow provision for the inspection of all plant and equipment by

the manufacturer or his licensed representative, at least twice during the course of the

installation.

3. PIPING

The pipes and fittings in the domestic Water Treatment plant room shall be GI class

`C' (heavy class) conforming to IS: 1239 ( Part-I) for pipes and IS:1879 (Part 1 to 10)

for malleable cast iron galvanized fittings or specified in the BOQ.

Page 293: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 169 of 508

4 PUMPS FOR HYDROPNEUMATIC & DRAINAGE SYSTEM

4.1 PUMPS

Pumps shall be vertical, centrifugal, multistage directly coupled to motor. Provision of

pump with pump head & base of cast iron and other parts in SS 304 shall be made for

pumps required in Hydropneumatic System. Impeller shall be hydraulically balanced

and keyed to shaft. Pump shall be mounted on a concrete foundation, projecting at

least 15 CM above finished floor level. The pumps base shall be set on a vibration

elimination pad. The pump shall be lubricated in strict accordance with the

manufacturer’s instructions and shall be factory aligned prior to shipment. All motors

and bases shall be painted with approved finish shop coat of paint. The pump shall be

selected for the lowest operating noise level and shall be complete with flexible

connections, valves, and pressure gauges. The pumps shall include cost of foundation

channel complete.

The Tenderer shall supply and install pumps of the type and performance as shown on

the drawings. All duties of pumps given in the Tender Drawings shall be checked and

where necessary corrected before ordering. All the parts of the pumps that are in

contact with water e.g. shaft, impeller etc. shall be of stainless steel construction.

Pumps shall be so selected that the design duty point is within 5% of the maximum

efficiency point. The pump casing so selected shall have ample space to take an

impeller one size larger than that capable of performing the design duty.

The pump shall have a speed of not more than 1500 rpm. However pumps of 2900 rpm

with high efficiency and low noise motor can be selected and noise data submitted for

approval. All pumps and motors shall be of minimum vibration and noise level during

operation. Vibration isolators shall be provided for all pump sets.

Facilities shall be provided to prevent starting of pumps when the water tank is at low

water level. An indicator for this low water level alarm shall be provided.

Facilities to select which pump to be duty pump and standby pump shall be provided

and be interchangeable.

Pump curves for all pumps offered shall be submitted. All curve indicating excessive

shut-off head will not be approved.

Page 294: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 170 of 508

Each pump shall be provided with a gate valve at suction and discharge, approved check

valve at discharge, approved strainer at suction, flexible connections at pump suction

and discharge, eccentric reducer at suction, concentric reducer at discharge, pressure

gauges at suction and discharge, circulation relief valve and automatic air relief valve.

Appropriate neoprene vibration isolation mountings shall be provided for each pump

sets.

Vertical Pumps

Multi-stage pumps shall be of centrifugal type and arranged with shafts vertically

installed. The impellers shall be of stainless steel mechanically balanced and keyed to

shaft. Renewable guide rings are to be provided in the casting, keyed to prevent

rotation.

Pumps shall be driven by elevated in-line TEFC squirrel cage motors via extended

vertical shafted complete with universal couplings.

The shafts shall be stainless steel. Stainless steel sleeves shall be provided to protect

the shaft in the water space and through the sealing glands. The sleeves shall be keyed

to prevent rotation and secured against axial movement.

The bearings shall be of ball or roller type protected against ingress of water, dirt and

other matter.

Vertical multistage pumps shall have universal flanges. Intermediate bearing, support

bearing shall be provided in the pump.

The shaft seal shall be easily serviceable and shall allow for correct adjustment and

loading of the seal.. Pump motors above 7.5 kW shall be equipped with a spacer

coupling which allows changing of shaft seals without removing the motor. The pump

motors shall be of Class “F” insulation and IP55 rating and shall be provided with built-in

thermistors for protection against over heating.

4.2 VARIABLE SPEED HYDROPNEUMATIC PUMPING SYSTEM

Variable speed Hydropneumatic pumping units shall be provided for supply of domestic

water, flushing water supply for the project. The units shall be selected so as to provide

at minimum of 2 bar pressure at the highest/farthest fitting in each plumbing system,

the unit serves. The hdyropnematic pumping units shall have the following features ;

Page 295: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 171 of 508

4.2.1 System Description

The system shall be supplied as complete sets including suction and discharge common

manifolds, non-return valves, isolating valves, pressure transmitter on the discharge side

and electrode at the suction tank.

The system operation will be such that the initial small water demand shall be met by

the charged diaphragm pressure vessel. Should the water demand continue the system

pressure will dip to a preset pump cut-in point when the lead pump starts to operate at

reduced speed through the variable speed drive. However, should the system pressure

be still below the preset value, the controller continuously increases pump speed to

meet the system demand. When the lead pump is not able to meet the system pressure

at full speed, the second pump also starts to operate.

At peak demand all the pumps operate, Similarly, if there is a drop in water demand the

duty pump speed starts to reduce, then standby pumps cuts-off, followed by stopping of

the duty pump.

The closed diaphragm pressure vessel shall be of polyethylene material with a pressure

gauge and isolating valve. The interior shall be of non-toxic lining suitable for use with

potable water. The vessel shall be manufactured to conform to ASME pressure vessel

code/standards.

The system shall be under the control of an electronic microprocessor unit (EMU).

A pressure transmitter shall detect the pressure at the delivery manifold and feedback

to the microprocessor control panel via control circuit.

The system shall incorporate a frequency converter or frequency converter motors on

the pumps and the pressure transmitter shall register the actual pressure on the

discharge side.

The variable speed drive pumping system shall maintain a constant pressure regardless

of the system demand. If there is a drop in pressure outside the preset point, the

Variable Speed Drive (VSD) pump shall start to run until the pressure increases to the

preset limit, or it will continue to increase the pump speeds to the upper limit of the

frequency. If the water system demand still cannot be met, the second pump shall be

called in to run, the VSD will then alter the pump speed to meet the preset pressure

point. If the set point is still unable to be met, the third pump is then activated to run

(in case of 3 pumps units).

Page 296: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 172 of 508

This shall be achieved by continuously varying the motor speed of the duty pump

according to the demand up to a maximum designed capacity.

Under decreasing hydraulic demand the reverse sequence to the above description shall

apply.

The EMU shall ensure alternation of all the duty and standby pumps for even running

hours for all the pumps.

The frequency converter shall be linked to the motor of the duty pump for continuous

speed adjustment and ultimately the water delivery shall be maintained at constant

pressure at the preset value.

4.2.2 Local Motor Control Panel

The motor control panel shall be equipped with all the necessary electrical components

including a microprocessor control unit and a frequency drive. The control panel and the

microprocessor shall cover the followings functions :

- Flexibility and simplicity in allowing the necessary re-adjustment of the pumping

system pre-set delivery pressure to operate the pumps within the specified

maximum and minimum delivery ranges.

- Built-in frictional loss compensation factor which will automatically increase the

delivery pressure setting, in collaboration with the increase in flow demand. This

shall be able to minimize the system pressure differences and provide a more

constant pressure along the supply line and also to save the energy consumption

of the motor when running at low speed.

- Automatic changeover of the pumps to be controlled by the microprocessor

which dictates the duty and standby pumps to run at variable speed.

- Built-in clock functions with weekly programming and with switch on system to

operate at at least 10 different pre-set pressure points as required.

- When the system has not been operated for more than 24 hours, it shall

automatically start the pumps for a few seconds/day to ensure the pumps

readiness at all times. The standby pumps shall be activated upon failure of duty

pump(s). In event of control failure, the pumps shall be able to be start/stopped

manually at the local panel by means of pressure switches.

Page 297: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 173 of 508

- The microprocessor control panel shall be able to cut-off the pumping system

when excess pressure is registered in the discharge common manifold.

- The system shall have the capability of receiving input signal concerning reduced

water level in suction tanks and shall have control mechanisms to prevent the

pumps form running dry.

- Automatically starting the pumps when the water level is back to normal.

- In case of pump failure due to motor overload, the standby pump is switched on

automatically. Alarm signal is displayed on the LCD Display unit and alarm lights

are activated.

- Functions to limit the no. of start/stop of pumps per hour.

- The system control panel shall incorporate at least the following components :

a. LCD Display

b. Pumps selections for up to 4 pumps so that system controller can control

up to 6 pumps

c. Pump status button to display duty pump speed and system capacity

d. Zone status button to display operating parameters for different pumping

units

e. Setting button to input preset pressure, system start/stop time etc.

f. ± 1 button to key in numeric data such as pressure set point, etc.

g. Enter button for confirmation of input into the system

h. Alarm button to show location of fault - self diagnostic function display

i. Hour Run measurement for each supplied pumpset

j. Buttons for scrolling to select the actual display reading for system

configuration, i.e. up and down scroll concept.

k. Necessary devices for programming, supervising and monitoring

operation data/system, status shall be incorporating into the control

panel.

Page 298: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 174 of 508

4.2.3 Operations

Local control panel shall perform as follows :

Auto mode

The desired delivery pressure within the range specified, shall be set at the duty local

control panel. The pressure transmitter shall detect the delivery pressure continuously

within 1 second and feedback to the microprocessor which will control the variable

speed drive frequency converter for speed control of the duty pump. When demand

increases, the subsequent pumps in the system will be activated to boost up the

pressure. Ultimately the duty pump set shall be operated fully automatically to

maintain the delivery pressure constantly at the desired set value.

Manual Mode

The on/off function of the pumps shall be manually adjusted at the microprocessor

located at the local control panel.

Frequency Control By-pass Mode

All the pump sets shall be started/stopped automatically with the pump output at fixed

maximum rotational speed. All the control and protection functions shall remain active.

The cut in/cut out pressure shall be internally calculated by the microprocessor for each

pump.

4.2.4 System Features

The required performance features of each Hydropneumatic pumping unit shall be as

follows :

System Configuration

Variable speed pumps with pressure vessels.

Control panel consisting of the following components :

- Pump Functional Unit (PFU) - control unit c/w pre-programmed microprocessor

chip. This unit shall control all pumping unit operations through electronic

controller.

- Pumping Monitoring Unit (PMU) - monitor the operation of the pump sets. This

unit shall allow for monitoring and setting of all control parameter.

Page 299: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 175 of 508

- Variable Speed Drive

- Circuit Breakers

- Fusses

- Pressure Transmitter

Set Point

Ten separate pressure “set points” shall be able to be programmed into the PMU, and

switching between set points is timed by a real time clock when a lower pressure is

acceptable during certain periods, for instance after hours or weekends, the set point

shall be lowered to minimise power consumption.

An external input shall also be used to switch between set points, or manually adjust a

set point at any time.

Friction Loss Compensation

It shall be possible to allow for the friction loss component of the system, calculated at

full flow and set as a percentage of the set point which will reduce the working pressure

of the pump set depending on the actual no. of pumps in operation. A linear

approximation of system resistance curve can therefore be allowed for, and pressure

will automatically increase as system flow and subsequent frictional losses increase. As

such power consumption shall reduce which is required for the pumping system.

Displays

Through the PMU keypad all variable parameters shall be adjustable, current status of

settings and measured values shall be able to display on the 2 line x 24 character liquid

crystal display.

Individual menus shall be available for monitoring individual pumps, zones, settings,

alarms and ON/OFF functions.

Pump Status

Running hours of each pump

Actual pump status (running, not available, standby, allocated to zone, fault)

Maximum head of pump at zero flow.

Page 300: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 176 of 508

Zone Status

This menu shall be the main operating menu where at the setting and operating

parameters can be viewed,

Current operating set point

Measured values in the system

Operating capacity in terms of total output

Mode of operation for the zone

Clock programs (relating to set point pressures)

Standby pumps

Pump change over time

Zone configuration

Pressure transducer scaling

Friction loss compensation

Pump priority

Inlet pressure measuring (if required)

System response times

Allowable number of starts per hour for the pumps

Minimum limit (loss of water, burst mains protection)

Setting Menu (Set)

In this menu all parameters for the operation of the pump set shall be able to be

adjusted as required.

a Set points (up to 10)

b. On/Off function (used to prevent unnecessary cycling at low demands)

c. Displayed pressure units (Bar, PSI, mBar, kPa)

d. Real time clock programming for any time of the day, week, or weekend

e. Zone configuration

f. Friction loss compensation

Page 301: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 177 of 508

Alarm

The alarm menu shall display all faults that occur during operation, logging the time and

date of when the fault occurred and when it was corrected, or whether it is still an

actual fault, up to 10 faults can be maintained as history in the controller. The following

type of faults shall be diagnosed by the controller.

a. Mains failure

b. Frequency converter fault

c. Analogue input (pressure transducer) fault

d. High discharge pressure fault

e. Low discharge pressure fault

f. Motor thermal overload fault

Variable Frequency Drive

Variable frequency drive shall be of a reputable make acceptable to Project Manager

and shall be complete with RFI filter and harmonic dampers.

Enclosure

An IP 54 powder coated steel enclosure shall house all the electrical components.

The enclosure can be supplied loose for remote mounting, or mounted on a common

base with the pumps, it shall be adequately ventilated for use in conditions up to a

maximum ambient temperature of 45 degrees Celsius.

Electrical Componentry

All circuit breakers, thermal overloads and contactors shall be of reputable make

acceptable to the architect. Electrical supply to the pump controller shall be protected

using an isolating circuit breaker.

Method of Starting

The panel shall be built to start the pumps in suitable starting modes, i.e. D.O.L.,

Star/Delta, or using Soft Starters.

Page 302: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 178 of 508

Quality and Testing

Manufacture of the pumps, plus design and assembly of the complete packaged

Hydropneumatic pumping system shall be factory assembled and the pump station shall

be fully tested hydraulically and electrically prior to dispatch to site. Test reports etc.

shall be submitted for review before dispatch.

4.2.5 Pump Pressure Vessel

Diaphragm type pressure vessels shall be provided as shown on the drawings. They

shall be incorporated into the system so that during normal operation the pump shall

not need to be start within 30 seconds of it switching off in order to prevent the pump

hunting.

The pressure vessel shall be of adequate capacity to accommodate a considerable

fluctuation in water demand by the system with minimum start/ stop cycles of the

pumps. The vessel shall be constructed of steel plate built to ASME Standards for

Unfired Pressure Vessel. A rubber diaphragm shall be provided in the vessel for

separating the water and pre-charge nitrogen. The pre-charge pressure shall be

adjustable and charging port with non-return device shall be provided. The adjustable

cut-in and cut-off pressure unit for the pumps shall be built-in at the vessel to suit the

system.

4.3 FLOATLESS TYPE LEVEL SWITCH IN WATER TANKS

The Tenderer shall supply and install floatless type switch probes in the water tanks as

indicated below and shown on the drawings.

Raw Water Tanks at Basement

· High level alarm (over-flow);

· Low level alarm;

· Low level cut-out for raw water pumps;

· Earthing probe.

Cooling Tower Make-up

· High level alarm (over-flow);

· Low level alarm;

· Low level cut-out for supply pumps;

· Earthing probe.

Page 303: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 179 of 508

Potable Water Tank at Basement Level

· High level alarm (over-flow);

Low level alarm;

Low water level cut-out for the domestic hydropneumatic pumps;

· Earthing probe.

Each probe shall be of the correct length for the particular application and tank location.

Electrodes shall be of polished stainless steel 20 mm OD. Electrode holders shall be

weatherproof in all respect.

The earthing probes shall be connected and wired to the building earth systems of the

building.

Each set of electrodes shall be installed inside a 230 mm diameter PVC pipe acting as a

wave barrier.

The level switch set shall operate with a stepped down voltage at 24V maximum.

Stepped down transformers shall be provided for each set of control probes and shall be

installed inside centralised control cubicles inside pump room.

Mechanical steel stuffing boxes shall be used.

Control of Duty / Standby Pumps

Operation of the duty and standby pumps shall be carried out by the following method:

a Automatically by means of pressure sensor (i.e. pressure switches);

b Manually by means of a local start/stop push buttons on pump local motor

control panel and emergency stop switch.

The pressure switch shall be installed next to the manual release valve. When the

pressure drops to the pre-determined level, a signal will be sent to the pump local

motor control panel to start the pump.

Automatic controls shall be operated by electronic, float less type level switches.

Page 304: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 180 of 508

Pump Indicator

The following audible and visible indication shall be provided at the pump local control

panels as applicable:

a Red "overflow level" indicator with buzzer for the associated water tanks;

b Amber "extra high water level" indicator for the associated water tank;

c Amber "high water level" indicator;

d Amber "low water level" indicator;

e Red "pump trip" indicator for each pump;

f Green "pump on" indicator for each pump;

g "Pump electrical supply healthy" indicator for each pump;

h Amber "remote/local" status indicator.

Page 305: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 181 of 508

SECTION – 9 :: HOT WATER PIPING (IN PLANT ROOM) & ANCILLARY EQUIPMENT

1. Scope of Work

1.1 Work under this section consist of furnishing all labour, materials, equipment and appliances necessary and required to completely install, test and commission steam piping and ancillary equipment, generally comprising of:

a. Headers and valves in boiler room. b. Pressure reducing stations. c. Hot water Generators, heat exchanges, Calorifiers, hot water recirculation pumps. d. Make up water tank. e. Insulation to pipe lines, heat exchangers, aluminium cladding. f. Motor control centre and related electrical works. General Requirements 1.1.1 Work shall be done in a neat workmanlike manner true to line and level. 1.1.2 Boilers shall be set on cement concrete foundations built as per information given by

the contractor. 1.1.3 Contractor shall furnish all information relating to provision of foundations, sleeves

inserts and electrical points as required. 1.2 Piping 1.2.1 Hot Water Piping

a. All Hot Water piping, fittings (with a pressure rating as approved by IBR) and valves shall conform to the specifications, certified and approved by the Inspectorate of Boilers. Form III (C) of the IBR shall be submitted and approval obtained.

b. Contractor shall prepare all the drawings required for submission and approval of the Inspectorate of Boilers. He shall obtain the approval of the drawings as well as the entire installation done by him.

c. All documents relating to the approved installation shall be submitted to the Engineer-in-charge.

d. All pipe length shall have test certificate with serial no., minimum & maximum pressure rating (15 kg/cm2) as approved by IBR.

Page 306: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 182 of 508

1.4 Boiler Feed Pumps

a. Pipes shall be black steel ERW tubes conforming to IS: 1239-1972 (Heavy Class). Pipes shall be suitable for welded joints where required. Indian Boiler Regulations.

b. Screwed joints for pipe dia 50 mm dia and below may be permitted as per site requirement without change in quoted rates.

1.5 Fittings i) Fittings for pipes 40 mm dia and below shall be forged steel fittings conforming to relevant

IS. ii) Fittings 50 mm and above shall be fabricated fittings of heavy tube and suitable for welded

joints. All fittings shall be approved by the Engineer-in-Charge before using on site. iii) All fittings shall have test certificate which contains serial no., minimum & maximum

pressure rating of each fittings (max. 15 kg/cm2) as approved by IBR. 1.6 Laying and Fixing

a. Where threaded joints are used, all threads shall be tapered. White lead and few strands of fine hemp shall be applied for tightening the joints.

b. Pipes 50 mm and above shall be jointed by suitable steel flanges welded to the pipe. Welding shall be done in two runs by electric arc welding with suitable electrodes of best available make.

1.7 Flanges

a. Jointing for pipes shall be done by slip on steel flanges welded to the pipes and provided at distances not exceeding 6 m, at every bend, tee or connection to equipment.

b. Flanges shall be bolted after insertion of 1.5 mm thick high temperature asbestors gaskets of required sizes, conforming to BS 10 ‘F’ table.

1.8 Valves

1.8.1 Valves for Water Piping

1.8.1.1 Valves 50 mm and below shall be Audco ball valves suitable for temp/fluid application

respectively conforming to IS 778 and tested to 20 Kg/cm2 pressure.

1.8.1.2 Valves 65 mm dia shall be double flanged cast iron body with bronze/gunmetal internal

parts tested to 20 kg/cm2 pressure.

Page 307: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 183 of 508

1.9 Pressure Reducing Station

1.9.1 Pressure reducing stations shall be a complete assembly including all flanges; piping

accessories for a working station.

1.9.2 The pressure reducing station shall be suitable for flow and pressure drop given in the

Schedule of Quantities and drawings.

Each station shall comprise of:-

a. Pressure Reducing valve

b. Globe valves of required sizes on upstream and down stream sides.

c. Bye pass line with globe valve.

d. Safety valve.

e. 150 mm dia pressure gauges with isolation cock and siphon on down stream side.

f. Moisture separator and strainer with drain valves.

g. All valves/components to be IBR approved. Valve specification will be same as 1.9 above.

h. Pressure reducing station shall be approved by the Inspectorate of Boilers.

1.10 Hot Water Calorifiers

a. Calorifiers shall be fabricated from 8 mm M.S. plates with 10 mm dished ends and shall be of fully welded construction. Ends shall be dished type and welded to the shell. Calorifiers shall be provided with suitable structural supports.

b. Each calorifiers shall be provided with suitable housing chamber with bolted cover on either side for access and entry to the heating battery.

c. Heating battery shall comprise of boiler grade single piece tubes. Each calorifier shall contain appropriate number of tubes of required diameter to give the desired output.

d. Each calorifier shall be provided with a suitable inlet for housing the heating battery. Housing shall be fabricated from 20 mm thick M.S. plates with flange and appropriate number of bolts and nuts high temperature gasket. Suitable valves for expelling air and draining out the battery housing shall be made.

e. Each calorifier shall be provided with one pressure tight type manhole.

Page 308: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 184 of 508

Each calorifier shall be provided with following accessories:-

a. Ball valves on inlet.

b. Butterfly valve on cold feed with spurge pipe.

c. Butterfly valve on outlet at top.

d. Butterfly valve on return.

e. Ball valve with bend for drain for blow down.

f. Ball valve on battery housing for air vent and drain.

g. One 150 mm dia pressure gauge with isolation cock and tubing.

h. Two 150 mm dia mercury in steel capillary temperature gauges with suitable thermostats. (One secondary flow/return)

i. Item g and h to be mounted on a common panel at centre of calorifier.

j. Two sockets to receive temperature gauge or thermostat at tope matching item above.

k. One socket for air vent.

l. Two approved type gunmetal pressure relief valve.

All Sockets shall be welded in a manner to provide sufficient clearance for insulation of the caloriofier.

Each calorifier shall be painted inside with non toxic heat paint in two or three coats. It

shall be painted outside with two coats of steel primer, before insulation.

Contractor shall submit shop drawings for heat exchangers and approval obtained from

Consultant/ Engineer-in-Charge.

1.11 Hot Water Recirculation

a. Pumps for hot water re-circulation shall be horizontal/ vertical monohole coupled centrifugal piping sets with C.I. body and bronze impellers.

b. Each pump shall be coupled a TEFC electric motor suitable for 400 volts 3 phase 50 cycles A.C. supply.

c. Each pump shall be provided with a mechanical seal of approved type. Pumps and motor shall be mounted on a M.S. structural base plate (in case of coupled pumps).

d. Each pump shall be provided with a 100 mm dia bourden type brass pressure gauge with isolation cock and connecting piping.

e. Pumps shall be suitable for a maximum working temperature of 900C.

Page 309: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 185 of 508

1.12 Pipe Supports

a. All pipes shall adequately supported from ceiling floors or walls from existing insets by structural clamps fabricated from M.S. structural e.g. rods, channels, angles and flats. All clamps shall be painted with one coat of red lead and two coats of black enamel paint.

b. Where inserts are not provided the contractor shall provide anchor fasteners. Anchor fasteners shall be fixed to wall and ceiling by drilling holes with electrical drill and or approved manner recommended by the manufacturer of the fasteners.

1.13 Insulation

a. All hot surfaces of pipes, heat exchangers, pressure reducing stations shall be provided with protected insulation.

b. All flanges, unions, connections and valves shall be so insulated that they are clearly identified without disturbing the insulation.

c. Flat and curved surfaces for heat exchangers and tanks shall be scrub cleaned with wire brush. Two layers of primer as per insulation manufacturer’s recommendations shall be applied. 50 mm thick resin bonded fiberglass mats shall then be fixed and the entire insulation tied with 20 x 24 gauge G.I. wire mesh. Insulation on bottom surfaces shall be provided with suitable saddle protected over supports. Insulation shall be 50 mm thickness having a density of 24 kg/m3.

d. Pipes for steam, condensate and hot water shall be scrub cleaned with wire mesh. Two layers of primer as per insulation manufacturer’s recommendations shall be applied. All pipes shall then be insulated with preformed pipe sections of fiberglass having a density of 80 kg/m3. The entire insulation sections shall be tied with G.I. wire. Thickness of insulation shall be as per Schedule of Quantities.

e. Covering/Cladding of pipes shall be done as specified below:

1.14 Pipe Cladding

Pipes for steam, hot water system, all heat exchangers, tanks and such equipment as

directed by Engineer-in-charge shall be provided with 26 gauge upto 80 mm dia pipes

and 24 guage pipes>80mm dia aluminum cladding. Cladding shall be overlapped by 50

mm at all joints and shall be absolutely smooth and free from dents and blemishes.

Sheets shall be jointed by self tapping counter sunk screws.

Page 310: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 186 of 508

1.15 Instrumentation

a. All recording type instruments shall be installed on a common control consol in the control room.

b. Recording type instruments shall be electrically operated with a 24 hours chart and self linking device built within. The instrument shall be suitable for operating on single phase 220 volts A.C. supply.

c. A free supply of 60 days chart shall be made for each instrument.

d. Each instrument shall be provided with appropriate type of sensing devices at appropriate location for optimum reading, welded tapings in required positions.

e. Each instrument shall be provided with required length of cable/copper pipe from sensing device to the control room.

f. Each instrument shall carry manufacturing certificate of true calibration.

g. Contractor can offer any alternate type of instruments than specified if the same are rugged, reliable proven and technologically superior properties.

1.16 Measurement of Piping

a. Piping shall be measured along the centre line of the pipe per linear inclusive of all fittings, bends etc. deduction for all valves shall be made.

b. All flanges pressure reducing stations, instruments, indicators and valves shall be measured by number and shall include insertion washer, nuts, bolts etc. and shall include all items specified.

c. Heat exchangers and service tanks shall be measured by numbers and shall include all mounting and accessories specified.

Page 311: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 187 of 508

d. Pumps shall be measured by number and shall include all items as given in the specification and schedule of quantities.

e. Measurement of pipe insulation shall be made on the total length of piping, fittings and valves over the finished length of pipe.

f. Measurement for flat and curved surface insulation shall be made on the finished surface area of insulation.

g. Measurement for aluminum foil and cladding shall be as for by weight of M.S. structurals used, calculated from theoretical weights. Nuts, bolts etc. will not be taken into account.

h. No additional payment over quoted rates shall be admissible as extras for bends, valves, flanges and other fittings for insulation and piping work.

i. Measurement as specified in Indian Standards for measurement of insulation work will not be admissible.

Page 312: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 188 of 508

SECTION – 10 :: SPECIFICATION FOR ELECTRICAL WORK AND INSTRUMENTATION

1. Work under this section shall consist of providing detailed designing, labour, materials

and equipment necessary and required to provide all electrical equipment for the

treatment plant.

Without restricting to the generality of the foregoing the electrical installation work

shall consist of:-

1.1 Electric motors for all equipment.

1.2 Cabling to all electrical motors.

1.3 Wiring for pumping station and control room.

1.4 Motor control centre

1.5 Instrumentation

1.6 Internal electrification of all pumps/control rotors.

2. GENERAL

2.1 All electrical motors and other equipment shall be suitable for 415 + 10% volts, 3 phase,

50 cycles. Motor 1 H.P. or below shall be single phase. All motors installed in open area

must have space heaters and the circuits should have provision for automated

operation.

2.2 All motors shall be rated 10.0% above the required H.P.

2.3 Each motor shall be provided with weather proof terminal box and motors in exposed

conditions shall be provided with suitable removable PVC covers.

2.4 Connections to all motors shall be made with flexible connections with suitable bushes

and terminal lugs.

2.5 All electrical equipment supplied shall conform to relevant Indian or British standards wherever

applicable and of reputed makes. All items shall be tested at manufacturer’s works and certified

copies of such tests shall be supplied to the owners.

2.6 All electrical work shall be executed by authorized and qualified persons competent to

undertake such works under the rules and regulations of the local electric supply

authority.

3. MOTORS

3.1 Electric motors shall be totally enclosed fan cooled induction type squirrel cage motors

conforming to I.S. 325.

Page 313: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 189 of 508

4. GENERAL SPECIFICATION FOR ELECTRICAL PANEL

CONSTRUCTION FEATURES:

GENERAL:

4.1 Electrical Panel shall be fabricated out of CRCA sheet steel cubicle, indoor floor

mounting, dead front freestanding type. The design shall be totally enclosed, completely

dust tight and vermin proof. The sheet steel used shall be 16 SWG thick, gaskets of 2mm

thick shall be used between all adjacent units and beneath all covers to render the joints

effectively dust proof. Sheet steel work shall be of high quality. All openings and outlets

in the doors shall be machine made and shall be free from burrs. Welded runs shall be

ground smooth. All sheet surfaces shall be free from dents and hammer marks. A base

channel of 100mm x 50mm fabricated out of 3mm thick hot rolled sheet steel painted

black shall be provided to prevent corrosion of the sheet steel cubicles and to facilitate

cleaning of floors. For convenience of operation and ease of cable termination, there shall

be a gap of at least 150 mm between the floor level and the bottom most unit.

4.2 The design of framework and end covers shall be such as to require a minimum number of screws visible from outside. The frame work shall be made of steel sheets folded to impart strength which will also serve as continuous barriers between logically arranged switch board components. The arrangement of horizontal and vertical bus bars, switchgear compartment and cable space shall be used on modular construction.

4.3 Each module shall be fitted with individual dust proof doors provided with insulated

thumbscrews. The switchboard shall have uniform height and depth throughout its

length and shall present a flush appearance. The maximum operation height shall not

exceed 2000mm. Adequate lifting facilities shall be provided for each shipping section to

facilitate handling and transport. The compartment doors shall be so inter locked that it

shall not be possible to open the doors with the switch in closed position. An

arrangement for defeating this door inter lock shall be provided for testing purposes.

4.4 Outgoing links from feeders shall be rigidly supported and suitably extended in cable

box chamber for ease of cable connections. Insulated shields shall cover Cable lugs and

links. Barriers shall be provided between the modules accommodating equipments

associated with the outgoing circuits. All vertical sections shall have covering at the

bottom so that entry of dust, rats and vermin is not possible.

Page 314: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 190 of 508

5. MCCB COMPARTMENT:

The MCCB shall be of the air break type in order to eliminate fire and explosion risk. The compartment doors should be so inter locked that they do not open when the MCCB is in closed position. The MCCBs shall have rupturing capacity of 25 KA.

6. BUS BARS:

Three phase & neutral Al. bus bars shall be provided of rating as specified. Al. alloy used

for bus bars and connections shall be equivalent to E.91-E-WP of I.S.5082/1969.

Busbars shall be housed in separate busbar chambers. The busbars shall be suitably

braced to with stand the fault level and shall be supported on unbreakable non-

hygroscopic fingered/SMC type insulators rigidly held to the framework of the chamber.

Busbar chamber shall have a separate screwed cover and means shall be provided to

identify the various phases of the busbars.

7. CABLE COMPARTMENTS:

A full height cable compartment shall be provided for easy termination of all incoming

and outgoing cables entering either from top or from bottom. Adequate supports shall

be provided for the cables where necessary. The cable compartment shall have it's own

hinged cover which can be removed for case of access during cabling.

8. INTER CONNECTION AND CONTROL WIRING:

Switch board shall be completely factory wired ready for connecting to the equipment.

Power connection of the circuits shall be done by Al. flats or by adequate size of P.V.C.

insulated standard copper wires. Control wiring shall be done by P.V.C. insulated wires

of minimum size 1.5 Sq.mm copper. All control wiring shall be fitted with identification

ferrule at each end and not more than two connections shall be made at any one

terminal. The wires shall be arranged and supported in such a manner that there shall

be no strain on the terminations.

9. TERMINAL ARRANGEMENTS:

The termination shall be of adequate current rating and size to suit individual feeder

requirements. For connections above 63 amps .rating cable lugs shall be used. These

cable lugs shall be mounted in such a manner so as to facilitate easy cable connections.

Terminals shall be mounted in the cable compartment.

Tap off connections at the busbar shall be made with nuts, bolts and washers. Busbars

shall not be threaded for terminating wire connections.

Page 315: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 191 of 508

10. CABLE ENTRY:

The switchboard shall be designed to facilitate for termination of incoming and outgoing

Al. conductor P.V.C. cable from top and/or bottom as the case may be. Removable sheet

steel plates provided with suitable size of cable glands as specified shall be fitted at the

top/bottom.

11. INDICATION INSTRUMENTS:

The indicating instruments shall be of a reputed make conforming to relevant I.S. The

arrangement of the instruments shall be logical. The size of the instruments shall be 96

mm x 96 mm.

12. LABLES: Engraved P.V.C. labels shall be provided on all the incoming and outgoing

feeder compartments. The exact legend to be engraved will be furnished by the

Department.

13. EARTHING BUS BARS:

The earth busbars shall be copper and size 25mm x 3mm minimum and should run

Throughout.

The length of panel and earth studs is to be provided at both ends.

14. PAINTING: All steel work shall undergo a process of degreasing, pickling in acid, cold

rinsing, phosphating, passivating and then powder coated with approved colour.

15. CABLING

15.1 Contractor shall supply install and commission all cables from the M.C.C. panel to each

motor. Underground cables shall be laid to a minimum depth of 900 cms. and shall be

protected with sand and bricks on top. Cables running on surfaces shall be neatly

clipped to aluminium saddles at suitable intervals.

15.2 All cables shall be PVC sheathed cables of 1100 volts grade conforming to I.S: 1554 part-I.

All cabling work shall be as per standard practice in accordance with i.e. rules.

Page 316: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 192 of 508

16. Approval

16.1. Contractor shall comply with the provisions of Govt. acts. regulations and bylaws of local

authorities and any other competent authority to whose supply the proposed

installation is to be connected.

16.2 Contractor shall obtain all the necessary permits. He shall be responsible for submitting

all tests reports, application forms payments of fees etc.

17. INSTRUMENTATION

17.1 Contractor shall provide, install and commission instrumentation system / equipments

wherever found desirable for the proper and efficient functioning of the Effluent

Treatment Plant. All instruments shall be of heavy-duty type and resistant to corrosion

and suitable for outdoor installation.

17.2 METERING INSTRUMENTS

17.2.1 Provide one float operated venturi flume type rate of flow meter at grit chamber inlet

with calibrations in cum/hr. or litres/min.

17.2.2 Provide one bulk flow meter (in chased type) for measurement of final effluent.

17.2.3 All pumps shall be provided with Bourden type pressure gauge calibrated in kg./sq. cm.

each pressure gauge shall be provided with one gunmetal isolation cock.

Page 317: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 193 of 508

TECHNICAL SPECIFICATIONS

(FIRE FIGHTING)

SECTION-11 :: BASIS OF DESIGN

1. BASIS OF DESIGN

The Fire Protection System for the project is designed keeping in view the following:

1.1 Adequate storage of water in underground Fire + overhead Fire tanks.

1.2 Provision of Fire Pumps

1.3 Provision of fire fighting appurtenance such as fire hydrants, hose reel, sprinklers and

portable extinguishers.

The execution of works and materials used shall be as per the latest relevant I.S.

specifications.

Wherever reference has been made to Indian Standard or any other specifications, the

same shall mean to refer to the latest specification irrespective of any particular edition

of such specification being mentioned in the specifications below or Schedule of

Quantities.

2. CONCEPT OF THE SYSTEM

The following services are envisaged for the commercial:

2.5 Fire Fighting system for the commercial comprising of Hydrant, Hose Reels and portable

fire extinguishers.

3. WATER STORAGE & DISTRIBUTION SYSTEM

3.1 Water Requirement

The water requirement for Fire Fighting System is proposed to be based on the provisions

of Latest NBC and prevalent practice.

Page 318: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 194 of 508

3.2 Source of Water

It is expected that part of the daily domestic water requirement for the Commercial

shall be through municipal mains supply. The rest will be obtained from bore wells.

3. WORKMANSHIP

The workmanship shall be best of its kind and shall conform to the specifications, as

below or Indian Standard Specifications in every respect or latest trade practices and

shall be subject to approval of the Owner’s Site Representative. All materials and/or

Workmanship which in the opinion of the Owner’s Site Representative / Architect /

Consultant is defective or unsuitable shall be removed immediately from the site and

shall be substituted with proper materials and/or workmanship forthwith.

4. MATERIALS

All materials shall be best of their kind and shall conform to the latest Indian Standards.

All materials shall be of approved quality as per samples and origins approved by the

Owner’s Site Representative / Architect / Consultants.

As and when required by the Owner’s Site Representative / Consultant, the contractor

shall arrange to test the materials and/or portions of works at his own cost to prove

their soundness and efficiency. If after tests any materials, work or portions or work are

found defective or unsound by the Owner’s Site Representative / Consultant, the

contractor shall remove the defective material from the site, pull down and re-execute

the works at his own cost to the satisfaction of the Owner’s Site Representative /

Consultant. To prove that the materials used are as specified the contractor shall furnish

the Owner’s Site Representative with original vouchers on demand.

Page 319: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 195 of 508

SECTION - 12 :: FIRE FIGHTING SYSTEM

SCOPE OF WORK

1. The scope of work consists of the Equipment design, supply, inspection,

transportation to site, installation, testing and commissioning of the

following systems of Fire Fighting works conforming to National Building

Code and Tariff Advisory Committee (where details in National Building

Code not available), but is not limited to the same:

1.1 Hydrant System and Sprinkler System

1.2 Pumping System

1.3 Fire Extinguishers

1.5 Conformity with statutory act, regulations, standards and safety codes

1.5.1 The Fire fighting system’s equipment, materials, accessories and their installation shall

conform to relevant Indian Standard amended upto date the National Building Code

part IV Fire protection and in conformity with the local Fire Regulations and Rules there

under where they are in force. Provisions in local by-laws, if any, shall be complied with.

1.5.2 All electrical works in connection with fire fighting works shall be carried out in

accordance with the provision of Indian Electricity Act, 1910 and the Indian Electricity

Rules, 1956 amended up to date and to CPWD General Specifications for Electrical

works Part I (internal) 1994 Part II External – 1995 as amended up to date of receipt of

tenders.

1.6 Inspection and testing of materials

1.6.1 Contractor shall be required, to produce manufacturer‟s test certificate for equipment

and particular batch of materials supplied to him. The tests carried out shall be as per

the relevant Indian Standards.

Page 320: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 196 of 508

1.6.2 For examination and testing of equipment materials and works at the site Contractor shall

provide all testing and gauging equipment necessary but not limited to the following:

a. Theodolite

b. Dumpy level

c. Steel tapes

d. Weighing machines

e. Plumb bobs, spirit levels, hammers

f. Micrometers, Tachometers

g. Thermometers

h. Hydraulic test machine

i. Smoke test machine

j. Any other item required for testing and commissioning.

1.6.3 All such equipment shall be tested for calibration at any approved laboratory, if required

by consultant.

1.6.4 All testing equipment shall be preferably located in special room meant for the purpose.

1.6.5 Samples of all materials shall be got approved before placing order and the approved

samples shall be deposited with consultant.

1.7 Data to be furnished by contractor

1.7.1 After Award of work – The contractor shall submit the following data / drawings within a

fortnight of the award of work, for approval by consultant.

G.A & foundation drawings for equipment and weight of assembled equipment like pump set,

valves, hydrants, hose cabinets etc.

(i) Control and protection schematics, wiring diagrams and control wiring diagrams of equipment showing the sequence operation.

(ii) Bar chart indicating general program for supply, installation, testing and commissioning and handing over and also the related works to be done by other agencies to ensure timely completion.

(iii) Any other data that may be necessary for the satisfactorily completion of work.

The above documents shall be furnished in 4 sets to consultant. One set will be returned with

comments and approval. The document shall be modified incorporating the comments indicated

by consultant and 4 sets of corrected documents shall be given in 15 days time.

Page 321: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 197 of 508

1.7.2 The contractor shall follow the drawings issued to him for installation

work. He shall check the drawings of other trades to verify spaces in which

his work will be installed. Maximum head ro om and space conditions shall

be maintained at all points. Where Head Room appears inadequate, the

contractor shall notify the Architect / Engineer before proceeding with the

installation. In case the installation is carried out without notifying, the

work shall be rejected and Contractor shall rectify the same at his own

cost.

1.7.3 The Contractor shall examine all architectural, structural, plumbing, air

conditioning electrical and other services drawings and check the as -built

works before starting the work, report to the Owner’s site representative

any discrepancies and obtain clarification. Any changes found essential to

co-ordinate installation of his work with other services and trades, shall be

made with prior approval of the Architect / Engineer w ithout additional

cost to the client.

1.7.4 Each item of equipment / material proposed shall be a standard catalogue

product of an established manufacturer strictly from the approved

manufactures.

1.7.5 Manufacturers drawings, catalogues, pamphlets and oth er documents

submitted for approval shall be in four sets. Each time in each set shall be

properly labeled indicating the specific services for which material or

equipment is to be used giving reference to the governing section and

clause number and clearly identifying in ink the items and the operating

characteristics. Data of general nature shall not be accepted.

1.7.6 Before commencement of installation – The contractor shall also furnish 3 copies of detailed

installation; operation and maintenance manuals of manufacturers for all items of equipment

together with all relevant data sheet spare parts catalogue, repairs assembly and adjustment

procedures etc.

Page 322: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 198 of 508

1.8 Bar Chart

1.8.1 The contractor shall provide within 3 weeks of award of work a complete

bar chart based on the time period of the completion of the project. The

Bar Chart shall elaborate the following:

Procurement & Installation of piping

Procurement and installation of Pump Sets.

Procurement and installation of Valves.

Pressure testing of piping.

Testing and commissioning of pump sets.

Testing and commissioning of all systems.

1.8.2 The contractor will be required to give during Pre -Tender (as well as Post

Tender) period the time frame of major activities including Bar Chart, time

when the activity shall be executed as well as the co -ordination linkages

required.

1.8.3 The sequence of erection of Pumps, the stage when it shall be executed,

what is required from Owner, lead period for pump procurement and time

schedules as well as payment.

1.8.4 Procurement period of end items such as Hydrants etc., when they shall be

procured, cash flow requirement as well as when installation shall be done.

1.8.5 Commissioning of Systems, what requirements are needed from other

services and period of completion.

1.9 Quality of Material and workmanship

All or part of equipment shall be of such design, size and material as to function satisfactorily

under all rated conditions of loading and operation. All components of the equipments shall

have adequate factor of safety. Materials components which are not covered by standards laid

down by Indian Standard Institution shall be got approved from consultant / client before use

on the work.

The entire work of fabrication, assembly and installation shall conform to sound engineering

practice and on the basis of “fail safe” design. The mechanical parts subject to wear and tear

shall be of easily replaceable type.

Page 323: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 199 of 508

The construction shall be such as to facilitate ease of operation, inspection, maintenance and

repairs. All apparatus shall be also be designed to ensure satisfactory operation under working

conditions as specified.

All connections and contacts shall be designed to minimize the risk of accidental short circuit

caused by animals, birds, vermin. Surfaces which are in contact with oil shall not be galvanized

or cadmium plated.

1.10 Inspection and testing at Manufacturer’s Works

The contractor shall furnish such facilities as will be necessary for inspection and witnessing of

special tests, if any, of the equipment before dispatch at his or associates works as are done at

the works, if so required by consultant.

1.11 Test Certificates

Copies of all documents of routine test certificates of the equipment carried out at the

manufacture’s premises shall be furnished to consultant before dispatch of the equipment.

1.12 Dispatch of Materials and Storage

The contractor should dispatch all materials to site in consultation with consultant. For this

purpose the programme of dispatch of materials shall be framed, keeping in view the building

progress. Safe custody of all machinery and equipment supplied by the contractor shall be his

own responsibility till the final taking over by client.

1.13 Care of buildings

Care shall be taken, while handling/installing the equipment to avoid damage to the buildings.

On completion of the installation, the contractor shall arrange to repair all damages to the

building caused during installation so as to bring to the original condition. He shall also arrange

to remove all unwanted waste materials from the buildings, pump room and other areas used

by him.

1.14 Painting and Protection

All equipment supplied shall be given final coat of paint over the primer after necessary

treatment at the works before dispatch. All damages to painting during transport and

installation shall be set right or repainted to the satisfaction of the consultant before handing

over.

1.15 Completion Drawings

10 sets of equipment drawings shall be submitted by the contractor while handing over the

installation.

(a) Equipment drawings.

(b) Electrical power and control wiring drawings for the entire electrical equipment showing cable

sizes, equipment capacities, switchgears ratings, control components, control wiring etc.

Page 324: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 200 of 508

1.16 Final Inspection, Testing and Approvals

When the installation is deemed by the contractor to be complete, he shall arrange with

consultant for inspection and testing of the installation by the concerned local fire authorities.

Test results obtained shall be recorded and installation shall not be accepted until

consultant/client is satisfied about its compliance with the requirement of these specifications.

It shall be the responsibility of the contractor to carry out any rectification / modification as may

be suggested by the Fire Officer and get the installation passed by the concerned local fire

authorities, as may be required by the local by-laws.

Contractor shall ensure that equipment installed complies with specification in all respects and

is of the correct rating for the duty and site connections.

Contractor shall ensure that all electrical circuits are correctly protected and that protective

devices are properly co-coordinated. Contractor shall ensure that general requirement of

inspection & testing shall be read in conjunction with any particular requirement specified

elsewhere in the document.

1.17 Guarantee

The contractor shall guarantee the entire fire fighting installation as per specifications &

drawings. All equipment shall be guaranteed for one year from the date of taking over against

unsatisfactory performance or break down due to defective design, manufacture and

installation. The installation shall be covered by the conditions that whole installation or any

part thereof found defective within one year from the date of taking over shall be replaced or

repaired by the contractor free of charge as decided by consultant. The warranty shall cover the

following: -

(a) Quality, strength and performance of materials use.

(b) Safe mechanical and electrical stress on all parts under all specified conditions of

operation.

(c) Satisfactory operation during the maintenance period.

2.0 HYDRANT SYSTEM

2.1 Hydrant system consisting of Internal Hydrants Risers, internal Hydrant

Ring, Hydrant Stations with all accessories such as Hydra nts, Hoses, First

Air Hose Reel, Branch Pipe.

2.2 On each floor with each riser there shall be Hydrant Station having on e

number of Hydrant, 2 nos. RRL Hoses and one Branch pipe. The reinforced

Rubber Lined Hose shall be of 15 meters length. They shall be provided with

gunmetal quick jointing couplings. The Hydrant shall be of gun metal and

shall be provided with a stainless steel orifice plate to reduce water

pressure to 3.5 bar.

Page 325: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 201 of 508

2.3 The Hydrant Station shall also be provided with a First Aid Hose Reel

consisting of a 30 meter length 20mm dia. double braided rubber hose

wound on a drum bracket with aluminum alloy bracket and piping. This set

shall be connected to the Hydrant Riser through a 25mm dia. Ball Valve.

2.3 Four way fire brigade inlet connection s hall be provided at the

underground fire water tank, hydrant system ring main and sprinkler

system mains.

2.4 The Terrace shall have and Air vessel with drain and pressure gauge to absorb pressure surges and water hammer effect when any of the main pump start.

2.5 The delivery header shall also have a fire brigade inlet connection (four way) outside the building. In case of any eventuality additional water if required, it may be pumped directly into he riser by the fire brigade.

2.6 All internal piping shall be Mild Steel Heavy Grade and shall have welded

jointing for pipes above 50mm dia.

2.7 All fittings shall be Mild Steel (heavy class) and cut off valves shall be as

per IS: 14846.

3.0 PUMPING SYSTEM

3.1 To cater for the Hydrant Systems, the following pumps ar e being provided:

S. No.

Pump Type Discharge Head Drive

1. Sprinkler Pump 2850 LPM 95 Electric

2. Hydrant Pump 2850 LPM 95 Electric

3. Standby Pump 2850 LPM 95 Diesel Engine

4. Jockey Pump 180 LPM 95 Electric

3.2 There shall be a common Suction Header, which is connected to the Tank

through Y Strainers. Each Pump shall have a Sluice Valve on the Suction

side as well as Sluice Valve and Non Return Valve on the Delivery side. The

Delivery of each pump shall be connected to the Common Delivery Header.

Page 326: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 202 of 508

3.3 The Pumps shall start automatically through use of Pressure Switches. The

start / stop sequence shall be as follows:

S. No.

Pump Start Stop

1 Jockey Pump 10.5 Kg /cm2 11.0 Kg /cm2

Sprinkler Pump 10.0 Kg /cm2 Manual

2 Main Pump 9.0 Kg /cm2 Manual

3 Standby Pump 8.0 Kg /cm2 Manual

3.4 The Main, Sprinkler, Standby Pumps shall be single/multi stage split casing

side suction type coupled to motor and run at 1450 RPM. The Diesel Engine

driven pump shall run at 1800 RPM. The Engine shall be multi cylinder

Heat Exchanger water - cooled type. All pumps shall have mechanical seal.

3.5 There shall be common Y-Strainers on the Suction manifold with stainless

steel mesh to segregate the debris.

3.6 Cast Iron Sluice Valves shall be IS marked with non rising spindle for

closing and opening of pipe lines. The seat of the valves shall be in brass.

3.7 One Air Vessel shall be provided in the pump House for the Hydrant system.

The Air Vessel shall be partly filled with w ater 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.

4.0 SPRINKLER SYSTEM

4.1 The Sprinkler System shall be operated from the main fire pump of 2 850

LPM.

4.2 The sprinkler risers shall also have a fire brigade inlet (four ways) outside

this building area.

4.3 One number installation Control valves shall be provided in the pipe

network in the Pump House.

Page 327: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 203 of 508

4.4 The Installation Control valve shall be UL listed and have a turbine

operated gong that shall operate an audible alarm in case of a sprinkler

discharge.

4.5 There shall be a sprinkler riser of 150mm dia. and at each floor a tapping

shall be made with a butterfly valve. A flow switch shall be installed to

indicate in the fire control room the floor in which the sprinkler is

discharging.

4.6 The flow switch shall be connected to addressable fire alarm system for

giving the floor indication.

4.7 The hydrant riser shall be terminated with air vessel and air release valve

at the highest points to release the trapped air in the pipe work.

4.8 The areas of the Basement, Stores and areas wit hout false ceiling shall

have pendant / upright sprinklers. Area with False Ceiling shall have

powder coated sprinkler with powder coated rosette.

Page 328: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 204 of 508

SECTION - 13 :: FIRE HYDRANT AND SPRINKLER SYSTEM

1.0 DESCRIPTION

1.1 The Hydrant system shall comprise of pipe ring main, an electric driven

Main Fire Pump Set of 2850 LPM at 95M head and a standby Diesel Pump

Set of same capacity and head with all required accessories including

valves, special fittings, instrumentation, co ntrol panels and any other

components required to complete the system in all respects. In addition

there shall be a jockey pump of 180 LPM at 95M head.

Battery limit for the external hydrant ring main is as shown in the layout

drawings enclosed.

1.2 The water supply for the Hydrant system shall be by an Under Ground tank of 200,000 liters capacity.

1.3 The Hydrant system shall be semi-automatic in action that is the hydrant valves shall be operated manually. With the pressure going down in the pipe line the main hydrant pump swill start automatically. The hydrant piping shall be laid covering the entire area.

1.4 The Hydrant system shall be kept pressurized all the times. The Jockey Pump shall take care of the leakage in the system, pipelines and valve glands.

1.5 The pressure in the Hydrant pipe work shall be kept constant at 9.5 Kg/cm2. In the event of fire, when any of the hydrant valves in the network is opened, the resultant fall in header pressure shall start the Fire Hydrant Pump through pressure switches automatically.

1.6 Single headed Hydrant valves with Hose Cabinets shall be provided. Hose box shall be pedestal type.

1.7 The scope of work for internal hydrant system covers providing, fixing and jointing MS pipe including testing, cutting and threading etc., with h eavy class fittings like bends, tees, reducers as required, on walls, ceilings, beams, floors with suitable clamps, for installation of various sizes of pipes for Hydrant System and hydrant valve in hose cabinets as per NBC norms.

Page 329: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 205 of 508

1.8 To compensate for losses of pressure in the system and to provide an air cushion for counteracting pressure surges / water hammer in the underground pipe work, an air vessel shall be provided in the pump room near the fire pumps. The air vessels shall be normally partly fi lled with water and the remaining being filled with air which shall be under compression when the system is in normal operation. The Sprinkler System shall be fed from the same tank and pumping system. However, piping shall be independent.

1.9 All components of the Hydrant and Sprinkler systems shall be of a type and makes approved by TAC.

1.10 For Sprinkler system there shall be flow switches for all floors which shall be connected to the Fire Alarm System.

1.11 The areas of the Basement, Stores and areas without f alse ceiling shall have pendant / upright sprinklers. Area with False Ceiling shall have powder coated sprinkler with powder coated rosette.

1.2 Flushing of hydrant system:

After installation of complete system flushing of hydrant system shall be done as under:

1.2.1 Underground mains and lead-in connections to system risers shall be flushed before

connections made to piping in order to remove foreign materials which may have

entered underground during the course of installation. For hydrant system the flushing

operation shall be continued until water is clear.

1.2.2 Underground mains and connections shall be flushed at a flow rate of not less than 1000

ltrs. per minute. The pump and other equipment necessary for the flushing shall be

arranged by the contractor without any extra charges.

1.2.3 The water coming out from the outlet will be connected to storm water drain or any

other receiver reservoir by means of suitable hose. Hose for the purpose shall be arranged by

the contractor.

Page 330: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 206 of 508

1.3 TESTING OF THE HYDRANT SYSTEM

Testing of the Piping

1.3.1 After laying and jointing, the entire piping shall be tested to hydrostatic test pressure. The pipes shall be slowly charged with water so that the air is expelled from the pipes. The pipes shall be allowed to stand full of water for a period of not less than 24 hours and then tested under pressure. The test pressure shall be at least 1.5 times the operating pressure. The test pressure shall be applied by means of an electrical test pump to be provided by the contractor. Precautions shall be taken to ensure that the required test pressure is not exceeded.

1.3.2 The open end of the piping shall be temporarily closed for testing.

1.3.3. All leaks and defects in the pipes, joints, valves etc. noticed during the testing and before commissioning shall be rectified to the satisfaction of consultant.

2.0 FUNCTIONAL REQUIREMENTS

2.1 There shall be a test valve, operation of which will simulate the operation of the landing

valve / external hydrant. This will enable testing the healthiness of the equipment, availability

and its control.

3.0 Operating Sequence

3.1 The Jockey pump shall automatically start, when set to auto-status, when the water

pressure in the wet riser system falls to a pre-set value below the normal system pressure and

shut down when the system pressure reaches the set value. Both the limits shall be adjustable

on the appropriate controls in the pump room.

3.1.1 First the electric fire pumps will start by the sudden fall of pressure in the system due to operation of the pressure switch and feed the water to the system. If within the pre-set period the electric pump fails to start or fails to develop adequate pressure, the control system shall shut down the electric fire hydrant pump and initiate the start up of the standby diesel pump. The main electric fire hydrant pump shall then be locked out. An audio visual alarm shall also be given.

3.1.2 If within a preset period the standby pump also fails to start or fails to develop adequate pressure, the control system shall shut down the standby pump and lock it out and give an audio visual indication to that effect on the control panel.

3.1.3 Automatic Jockey pump shall be shut down automatically when the main electrical fire pumps or standby fire pump, start operating. Necessary integration of pipe work and control shall be provided for the purpose.

Page 331: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 207 of 508

SECTION - 14 :: FIRE PUMPS & ACCESSORIES

1.0 FIRE PUMPS, MOTORS, ENGINE AND ACCESSORIES.

1.1 General

1.1.1 The pumps shall be single stage designed for continuous operation and

shall have a continuously rising head characteristic without any zone of

instability.

1.1.2 The head vs. capacity, input power vs. capacity characteristics etc., shall match to ensure load sharing and trouble free operation throughout the range.

1.1.3 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.

1.1.4 The motor shall have a 10% margin of power rating over the rated duty point of pump input power.

1.1.5 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 drive as one unit.

1.1.6 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.

1.1.7 The pump shall be capable of a minimum of 150 percent of rated capacity at a total head of not less than 65 percent of the total rated head. The total shut-off head shall not exceed 120 percent of total rated head on the pump.

1.1.8 Pumps coupled with motor on a common platform shall perform smooth ly without any excessive noise or vibration.

1.1.9 Pumps shall be as per IS : 12469.

Page 332: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 208 of 508

1.2 Pumps casing

1.2.1 The casing shall be of cast iron to IS 210, grade FG 260 and capable of withstanding to the maximum pressure developed by the pump at the pumping temperature.

2.0 Impeller

2.1 The impeller shall be of bronze to IS 318, grade LTB 2.

2.2 Pump

2.2.1 The pumps shall be horizontal centrifugal split casing type, single / multistage stage, side / end suction type as specified in the bill of quantities.

2.2.2 The impeller shall be secured to the shaft and shall be retained against circumferential movement by keying, pinning or lock rings.

2.2.3 All screwed fasteners shall tighten in the direction of normal rotation.

2.2.4 All pumps shall be provided with Mechanical Seal.

2.3 Shaft

2.3.1 Shaft size shall be selected on the basis of maximum combined shear stress.

2.3.2 The shaft shall be of EN8, grade C 40 and ground and polished to final dimensions and shall be adequately sized to withstand all stresses from rotor weight, hydraulic loads, vibrations and torq ues coming in during in operation.

2.3.3 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 333: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 209 of 508

2.3.4 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.

2.4 Pump Shaft-Motor Shaft Coupling

2.4.1 All shafts shall be connected with adequately sized pin and bush type coupling. Necessary guards shall be provided for the couplings. The couplings shall be of MS.

2.5 Base Plate

2.5.1 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.

2.5.2 Base plate and pump supports shall be so constructed and the pumping unit so mounted as to minimize misalignment caused by mechanical forces such as normal piping strain, hydraulic piping thrust etc. The base plate shall be of MS.

2.6 Vibration & Balancing

2.6.1 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.

2.7 The Wearing Rings shall be fitted on the casing and shall be of bonze.

2.8 The Stuffing Box shall be suitable for fitting of the Mechanical Seal.

2.9 The Bearings shall be reinforced type with cylindrical roller bearing on the non drive end and 2 numbers angular contact ball bearing on drive end side.

Page 334: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 210 of 508

2.10 Instruction Manual & Tools / Spares

2.11.1 A comprehensive instruction manual shall be provided by the contractor

indicating detailed requirements for operation, dismantling and periodic

operation and maintenance procedures for equipments in the system.

2.11.2 A list of tools and tackles to be supplied by the contractor for operation and maintenance works.

2.13 INSTALLATION OF PUMPSETS.

2.13.1 Foundation:

2.13.1.1 A solid vibration free and leveled foundation of concrete shall be made.

The foundation shall depend upon the size and weight of the motor

pump set and the nature of the ground.

2.13.2 Erection:

2.13.2.1 Only lifting eyebolt shall be used to lift the motor. Ensure the eyebolt is

fully tightened in the threaded hole and shoulder of eyebo lt butts with

the surface of the hole. Avoid jerks and jolts to the motor to avoid

bearing getting damaged.

2.13.2.2 Motor should be mounted on the base plate. The motor should be raised

by at least 15mm to allow free passage of air underneath for better

cooling.

2.13.3 Alignment:

2.13.3.1 Flexible coupled motors shall require an accurate alignment as solid coupled machines. Use feeler Gauge and Dial Gauge during motor –pump set alignment. The gap between the faces of two half couplings should be maintained by 0.05 mm. Check the Angular and Radial Alignment the trenches should be within 0.05mm to 0.1mm.

Page 335: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 211 of 508

2.13.4 Earthing:

2.13.4.1 The motor body should be effectively and securely earthed by fixing two

copper or GI strip on the foot by the earthing screw provided. The other

end of the strip shall be connected to the earthing system. If 3½ or 4

core cables are used for power supply the earthing core of the cable

should be connected to the earthing terminal provided inside the

terminal box.

2.13.5 Cable Termination:

2.13.5.1 All terminal nuts and fixing bolts shall be fully tightened. Use correct

size of cable corresponding to the current rating of the motor with

voltage drop during running shall be limited to 3% and during starting

shall be limited to 15% at motor full load current.

2.13.5.2 It is to be ensured that the gland is holding the cable tightly and there is

no appreciable gap left between the gland packing and the cable.

2.13.6 Insulation Resistance:

2.13.6.1 All new motors or where an existing motor has been stored for any

length of time in damp situation, the insulation resistance of the

windings both between phase and to earth should be taken by means of

500 volts DC Meager. The insulation resistance should not be lower

than 1 Mega Ohm when the motor is cold.

2.13.7 Installation and Foundation:

2.13.7.1 Pump when properly installed and when given reasonable care and maintenance, should operate satisfactorily for a long period.

2.13.7.2 The pump should be as near the liquid source as practical so that a short direct suction pipe may be used.

2.13.7.3 It should be placed so that it will be accessible for inspection during operation. Provide necessary floor space around for inspection and servicing.

Page 336: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 212 of 508

2.13.7.4 The foundation should be sufficiently substantial to absorb vibration /normal shock and to form a permanent rigid support to the full area of base plate.

2.13.7.5 The foundation template with hanging foundation bolts, sleeves and washers shall be placed in position over the pit and shuttering fixed around it. The bolt, washer and sleeve should be free from oil and may be provided with a mixture of neat cement.

2.13.7.6 The purpose of the sleeve is to allow movement of the bolts for final positioning to register with the bolt holes in the base plate.

2.13.7.7 The concrete should be 1:2:4 mix. Contact faces of the fo rms and pit should be wetted before pouring concrete. The pouring of concrete should be continuous and should be completed in one operation.

2.13.7.8 The foundation should extend at least 15 cm beyond each side. The depth and side extensions should be suitably increased for locations having poor soil conditions.

2.13.7.9 The foundation should be cured for at least 7 days before the equipment is put on it. Keep the foundation wet for the entire setting period of 28 days.

2.13.8 Leveling and Alignment:

2.13.8.1 Remove the template and mount the complete unit with the base plate on the foundation.

2.13.8.2 Secure enough rectangular steel blocks, strips and pack them under base plate on each side of the foundation bolt so that the base plate is clear form the foundation surface by 2cms to 4 cms.

2.13.8.3 Adjust the metal supports until the shafts of the pump and driver are level. Have the coupling halves disconnected and check the flange faces as well as the machined suction and discharge connections of the pump for horizontal and vertical positions by means of machinist’s level. Correct the position, if necessary, by adjusting the metal supports under the base plate. Tighten by hand all the bolts by means of nuts and lock washer.

Page 337: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 213 of 508

2.13.8.4 A flexible coupling should not be used to compensate for misalignm ent of the pump and driver shafts.

2.13.8.5 The coupling halves are to be disconnected during the leveling process and they are to remain disconnected till the final check is made after the pipe connections are made.

2.13.8.6 After each change during alignment it is necessary to recheck the alignment both angular and parallel.

2.13.9 Grouting:

2.13.9.1 With the correct alignment and after the concrete foundation has set, the foundation bolts should be tightened evenly but not too firmly, leaving the steel packing in place. Recheck for level and alignment and correct.

2.13.9.2 Mix the grout, using 1 volume of cement to 2 volumes of sharp clean sand, pour the grout through the space between the drain planking and the base plate.

2.13.9.3 When the grout has hardened, usually about 48 hrs. afte r pouring, tighten foundation bolts fully.

2.13.10 Check for level and Alignment:

2.13.10.1 Starting of Motor

2.13.10.2 Disconnect coupling of motor side to coupling of pump side.

2.13.10.3 Check supply voltage which should be same as per rated voltage of the motor as marked on the name plate.

2.13.10.4 Check all external connections, rating of fuse, setting of protective devices to ensure that they are correct and as per the relevant connection diagram.

Page 338: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 214 of 508

2.13.10.5 Check ball and roller bearings and bearing housing to ensure that they are correctly charged with grease. For replenishing, if necessary, fresh grease of lithium base should be used. Lithium base grease should conform to Grade 2 of IS: 1002.

2.13.10.6 For first starting, stop the motor immediately. After starting if there is no fault signs start the motor for some time and check all electric and mechanical connections.

2.13.10.7 Check direction of rotation before coupling to a load. Direction of rotation can be reversed by interchanging any two line lead.

2.13.10.8 After the motor has started the following shall be checked:

2.13.10.9 Check that there is no abnormal vibration of the motor while it is running on load and noise of the bearing.

2.13.10.10 Check the full load current drawn by motor in all three phases. A motor should never be allowed to operate on higher current than stated in the name plate.

3.0 ELECTRIC MOTORS

3.1 The motor shall be designed as per IS: 325. The starters for all electric Pumps shall be Star Delta type. It shall be designed for continuous full load duty. The motor shall be capable of handling the required starting tor que of the pumps. Speed of motor shall be compatible with the speed of the pump.

3.2 The cooling fans shall be directly driven from the motor shaft.

3.3 Motors shall be totally enclosed type and shall have a dust tight construction with suitable means of breathing and of drainage to prevent accumulation of water from consideration.

Page 339: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 215 of 508

3.4 All components shall be of adequate mechanical strength and robustness and shall be constructed of metal unless otherwise approved.

3.5 The rating and design shall conform to IS: 325.

3.6 The motors shall be Squirrel Cage TEFC induction type.

3.7 The motors shall be wound for class-F insulation’s with temperature rise limited to class “B” insulation, and the winding shall be vacuum impregnated with moisture resisting varnish, and glass wool insulated to withstand tropical conditions.

3.8 Two independent earthing points shall be provided on opposite sides of motor for bolted connections.

3.9 415 Volt power terminals shall be suitable for receiving 1.1 KV grade armoured power cables.

3.10 The cable boxes and terminations shall be designed to enable easy disconnection and replacement of cables.

3.11 Motor shall be suitable for ± 10% variation in voltage and ± 5% variation in frequency.

3.12 Motor rated 30KW and above shall be provided with suitable single phase space heater.

3.13 No under voltage / no voltage strip will be provided for main and sprinkler

pump motors. However, overload and single phase protection will be

provided for jockey pumps.

Page 340: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 216 of 508

4.0 DIESEL ENGINE

4.1 General

4.1.1 The diesel engine shall be of multi-cylinder type four stroke cycle with mechanical (airless) injection, cold starting type.

4.1.2 The engine shall be designed with regard to ease of maintenance, repair, cleaning and inspection. This will also provide interchangeability of parts. The engine shall be cooled by water through heat exchanger.

4.1.3 All parts susceptible to temperature changes shall have tolerance for expansion and contraction without resulting in leakage, misalignment of parts or injury to parts.

4.1.4 Diesel Engine shall be as per IS: 10001 / 100002.

4.2 Starting

4.2.1 The engine shall be capable of both automatic and manual start. Generally the engine shall start automatically, but in case of the auto -start system failure the engine shall be capable of manual start. Engine shall be able to start without any preliminary heating of combustion chamber; cranking mechanism shall also be provided. All controls/ mechanisms which have to be operated in the starting process shall be within easy reach of the operator. A day oil tank of adequate capacity constructed in MS sheet shall be provided as per manufacturer’s guide line.

4.2.2 A high torque DC motor charged by battery shall initiate automatic start of diesel engine. The battery shall hold adequate retainable charge to provide the starting of the diesel engine. Starting power will be supplied from one set of storage batteries. The battery capacity shall be adequate for ten consecutive starts without recharging with a cold engine under full compression.

4.2.3 The battery banks shall be used for no other pur pose other than starting of the engine and shall be fully charged at all times with provision for 2 rate trickle & boost chargers. After start of the engine the charger shall be disconnected, the battery being fed from the engine dynamo.

Page 341: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 217 of 508

4.2.4 Engine shut down shall be through manual operated push button on panel mounted on engine body by manufacturer.

4.3 Governing System

4.3.1 The engine shall have a speed control device which will control the speed under all conditions of load. The governor shall be suitable for operation without external power supply.

4.3.2 The Governor shall offer following features:

4.3.2.1 An adjustable governor to regulate engine speed within a range of 10%between shut-off and maximum load conditions of the pumps. The governor shall be set to maintain rated pump speed at maximum pump load. It is to be provided within built techno meter to indicate the RPM of the Engine.

4.3.2.2 An over speed shutdown device to shutdown the engine at a speed approximately 20% above rated engine speed with manual reset, so that the automatic engine controller will indicate an over speed signal until the device is manually reset to normal operating position.

4.3.2.3 The flywheel shall have graduated markings around the periphery to facilitate checking of valve and fuel pump timing s.

4.3.2.4 The engine shall be connected with the fire water pump by means of standard flexible coupling. The arrangement shall be such that the engine and the pump can be removed for maintenance without disturbing each other.

4.4 Fuel System

4.4.1 The diesel engine is to run on High Speed Diesel, the tank to be provided being enough to hold the volume required for 8 hours (minimum) continuous operation in addition to that in the engine fuel tank. The day oil tank shall be supplied by the Engine Manufacturer. The tank shall be of MS sheet of thickness approved by the Engine Manufacturer with an internal lead sheet lining to prevent contact between tank and oil. The fuel tank shall be provided with a sludge and sediment trap. It will facilitate sludge being not carried to injection pump.

Page 342: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 218 of 508

4.4.2 Tank shall have indications for Low Fuel Level, Float Switch, Fuel Level indicator with shut-off nozzle and shall be duly calibrated. A fuel injection pump is to be provided to transfer diesel from fuel tank to engine tank.

4.4.3 Necessary auxiliary equipment shall be provided for fuel system.

4.4.4 The complete fuel oil system shall be designed to avoid any air pockets in any part of the pipe work, fuel pump, sprayers, injectors, filter system etc. Air relief cock is not permitted. However, wher e air relief is essential, screwed plugs may be used.

4.5 Engine cooling System

4.5.1 The diesel engine shall be cooled by Heat Exchanger and the Contractor shall make arrangements for continuous supply of such water.

4.5.2 An automatic pressure lubrication system shal l be provided by pump driven by the crank shaft, taking suction from a sump and delivering through pressurized oil cooler and fine mesh filters to a main supply header fitted to the bed plate casing. High-pressure oil shall be supplied to main and big end bearing, camshaft bearings, camshaft chain and gear drive, governor, auxiliary drive gears etc. Valve gear shall be lubricated at reduced pressure through a reducing valve and the cam by oil bath.

4.6 Accessories

4.6.1 The engine shall be mounted on a base plate of fabricated steel construction. Adequate access shall be provided to the big end and main bearings, camshaft and governor drives, water jackets etc.

4.6.2 The engine shall have a base plate made from MS sections. There shall be reasonable space at the big end, camshaft, water jackets, governor drives and main bearings.

4.6.3 The engine shall be provided with intake and discharge duct work, inlet filter and silencer, outlet muffler, expansion joints, dampers etc. as necessary for efficient operation. Intake air should be taken from inside the building in which the engine is located, but the exhaust should be discharged into the air at a location as desired by the consultant/client and as per Govt. rules. The Exhaust system to be suitably designed to prevent condensate flowing into the engine.

Page 343: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 219 of 508

4.6.4 Noise level of engine shall be as per IS specifications.

4.6.5 The engine shall be provided with three number batteries of 180 Ah each and consisting of 25 plates each.

4.6.6 The flywheel shall have graduated markings around the periph ery to facilitate checking of valve and fuel pump timings.

4.6.7 The engine shall be connected with the fire water pump by means of standard flexible coupling. The arrangement shall be such that the engine and the pump can be removed for maintenance without dis turbing each other.

4.7 Instrumentation

4.7.1 The diesel engine shall be provided with adequate instrumentation. The lub oil system, temperature indicator, in lub oil outlet from oil cooler, temperature indicator (contact type in radiator), speed indicator, fuel oil tank level indicator, lubricating oil sump level dip stick, gauges etc. as required are provided for in the Engine Panel.

4.8 Protection

4.8.1 The engine shall be provided with the following protection devices:

4.8.1.1 Overload

4.8.1.2 Over speed

4.8.1.3 Lube Oil Pressure

4.8.1.4 High water temperature.

Page 344: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 220 of 508

Equipment shall conform to the latest applicable standards as mentioned.

Incase of conflict between the standards and this specification, this

specification shall govern.

IS: 13947 (Part 2 & 5), 1993 - Low voltage switchgear &

Control gears.

IS:2147, 1966 - Degree of Protection

IS:13947 (Part 4, Sec. 1), 1993 - Contractor for voltage not exceeding

1000V AC.

BS:60947-4-1, 1992:IEC:158

IS:375, 1993 - Marking and arrangement of bus

bars

IS:694, 1990 & IS:8130, 1984 - PVC insulated cables and aluminum

conductor.

IS : 1248, 1991 - Direct acting electrical indicating

instruments.

IS : 131403, 1991 - Low voltage fuses.

IS:13118(All parts), 1991 - Alternating current circuit

breakers.

IS:21405 (Part 1 to 4), 1992 - Current transformers.

IS: 3156 (Part 1 to 3), 1992 - Voltage transformers.

Page 345: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 221 of 508

5.2.0 Engine Control Panel:

5.2.1 It shall be complete with required connections to set and comprising.

5.2.2 Water temperature gauge (dial type).

5.2.3 Lubrication oil pressure gauge.

5.2.4 Lubrication oil temperature gauge.

5.2.5 RPM indicator

5.2.6 Automatic Start Stop Device.

5.2.7 Manual : The Engine can be manually operated by means of push buttons.

5.2.8 Start Stop & Failure Control Device.

5.2.9 Start Key for manual starting.

5.2.10 Stop Push Button for manual stopping of e ngine.

5.2.11 Starting failure indication by lamp and Horn Unit.

5.2.12 Engine temperature very high indication by audio alarm.

5.2.13 Lubrication oil Pressure low indication by audio alarm and automatic

stopping of engine.

5.2.14 Engine over speed indication by red lamp with engine over speeding audio

alarm.

5.2.15 Engine set in operation indication by green lamp.

5.2.16 Mains supply available indicated by yellow lamp.

5.2.17 Push Button for Audio Alarm reset.

5.2.18 Push Button Failure indication by lamps.

Page 346: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 222 of 508

6.0 CODES AND STANDARDS FOR PUMPS AND MOTORS 6.1 PUMPS:

6.1.1 The pumps shall perform to the standards and codes as given below:

6.1.2 IS:1520 - Horizontal centrifugal pumps for clear, cold and fresh water.

6.1.3 BS:599 - Methods of testing pumps.

6.1.4 PTC :8 - ASME Power Test Codes – Centrifugal pumps.

6.1.5 IS: 12469 - Pumps for Fire Fighting System.

6.2 MOTOR

6.2.1 The following codes shall be applicable for the motor.

6.2.2 IS: 325 - Induction motors, three –phase.

6.2.3 IS: 900 - Induction motors, installation and maintenance, code of

practice for

6.2.4 IS: 7816 - Guide for testing insulation resistance of rotating machines.

6.2.5 IS: 4029 - Guide for testing three phase induction motors.

6.2.6 IS: 3043 - Code of practice for earthing.

6.2.7 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.

Page 347: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 223 of 508

SECTION - 15 :: FIRE PIPING AND ACCESSORIES

1.0 FIRE FIGHTING ACCESSORIES

1.1 Piping

1.1.1 Pipes of the following types (depending upon the description of item) shall be used:

1.1.2 MS pipes conforming to IS:1239, ISI marked (heavy grade) for pipes of sizes 150mm NB and below suitably treated on the outside to prevent soil corrosion as per IS : 10221.

1.1.3 MS pipes conforming to IS: 3589, 6.35mm thick for pipes of sizes above 150mm dia.

1.1.4 The pipes shall be manufactured by Electric Resistant Welded (ERW), Electric Fusion Welding or Induction Welding process. The weld shall be continuous. The pipes shall conform to the Tensile Test, Hydraulic Pressure Test and Mechanical test as per IS: 3589. The pipes shall also conform to the requirements of the Outside pipe dia. as laid down in IS:3589. Pipes shall be supplied with bevel edging.

1.1.5 MS Pipe up to 150 mm dia. shall have all fittings as per IS: 1239, part –II (heavy grade) while pipes above 150mm dia. shall be as per IS: 3589 inclusive of IS Marking.

1.1.6 For MS Pipes up to 50mm dia screwed jointing shall be adopted, while for pipes above 50mm dia welded or flanged connections shall be used. Only electro galvanized nuts/ bolts shall be used.

Page 348: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 224 of 508

1.1.7 The different types of pipes/fittings shall conform to the following:

Type of

Pipes / Dia

Size Grade Ends /

Fitting

Code

MS Pipes Upto 50mm dia. Heavy Screwed IS: 1239 (Part-

1)

MS Fittings -do- Heavy -do- IS: 1239 (Part-

1I)

MS Pipes Above 50mm dia

and upto

150mm dia

Heavy Bevel,

Butt

Welded, 3

layers

IS: 1239 (Part-

1)

MS Fittings -do- Heavy, machine

formed from IS

marked Heavy

Grade Pipes

-do- IS: 1239 (Part-

1I)

MS Pipes Above 150mm

dia

6.35mm wall

thickness

minimum

Bevel,

Butt

Welded, 3

layers

IS : 3589

MS Fittings -do- Schedule 40 -do- IS: 3589

Page 349: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 225 of 508

1.1.8 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. All guides, anchors, braces, dampeners, expansion joints an d structural steel to be attached to the building /structure, trenches etc. shall be provided by the Contractor. Hangers and components for all piping shall be approved by the Engineers. Anchoring fasteners shall be rated to take minimum 2 ton load and shall be as per approved make. Hangers shall be at 3.0 M intervals. Additional supports shall be provided at bends etc. Angles for pipe supports should not be less than 40x40x6mm size. Cutting shall be by gas cutter. All cut edges and weld surfaces shall b e grounded to a smooth finish.

1.1.9 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 15.0 Kg/cm 2.

1.1.10 Flanged joints shall be used for connections to vesse ls, equipment, flanged valves and also on suitable straight lengths of pipeline of strategic points to facilitate erection and subsequent maintenance work.

1.1.11 The piping for the hydrant system in the yard shall be laid in soil 1.2M deep, the pipe line shall have wrapping in 2 layers of coal tar tape each 2mm thick. The scope of work includes necessary excavation of trench and back filling the same. The scope of work also includes necessary watering, ramming, removing the surplus earth from the site etc. Coati ng and wrapping shall be done after completion of hydro test of pipe lines.

1.1.12 Coat tar shall be applied as a final coat at the rate of 4.5 kg. per square metre of surface area of the pipe. The coal tar shall be hot blown and applied immediately. Layer to layer overlap shall be a minimum of 25 cm. The anti corrosive treatment shall be carried out over ground.

1.1.13 All pipes treated for anti corrosive treatment shall also be checked for line leakage by Holiday test. The test shall be carried out for the complet e length and diameter of the pipe. The test shall be carried out under the supervision of the Architect / Engineer. All M.S. pipes below ground shall be laid on a layer of 7.5 cm coarse sand (Zone IV) and filled upto 15 cm above the pipes.

Page 350: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 226 of 508

1.1.14 Pipe to pipe jointing by welding shall be carried out over -ground. A maximum of 4 length shall be jointed after which flanged connection with asbestos gaskets shall be used. Welding shall be carried out as per related item given elsewhere. Pipe lowering into the trench shall be carried out with utmost care to avoid damage to the joints. No backfilling shall be carried out unless the pipes have been pressure tested for joint leakages and coating and wrapping as per rules.

1.1.15 All welding shall be carried out by a certified w elder only. The Contractor must produce the Welder’s Certificate.

1.1.16 All pipe to pipe receiving edges shall be bevel finished to a clean edge by an electric grinder. A requisite gap determined by the thickness of the weld electrode shall be given between the joints before start of welding.

1.1.17 Weld Electrodes shall be of approved make, of grade and type as suitable for the job. This shall be satisfied by the Consultant before start of work.

1.1.18 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.

1.1.19 After application of first coat of 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.

1.1.20 All pipe cutting shall be by oxy acetylene gas only. The cut surface shall be cleaned and ground by an electric grinder before further welding.

1.1.21 Pipe cutting or welding in inaccessible areas shall be avoided. Pipes shall not be welded in trenches unless the bottom edge of the pipe does not have clear space for working with electrode.

1.1.22 For supports angle pieces shall be cut by oxy acetylene gas and c leaned by electric grinder. All cutting for bolt inserts shall be by electric drill.

Page 351: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 227 of 508

1.2 Valves

1.2.1 Valves in the building shall be Cast iron (IS 210), grade FG 260 butterfly

valves conforming to PN 1.6, heavy duty cast iron disc with anti corrosive

nickel plating, nitrile seat and stainless steel 410 stem with lever/gear

operation and powder coated finish for fire fighting application.

1.2.2 Valves 50 mm and below shall be brass ball valves with brass body (nickel body), brass

ball (hard chrome plated) and Teflon seat. Valves shall be tested at manufacturer’s

works.

1.2.2 Non-return valves shall be cast iron of grade FG 260 swing check type. An arrow 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.

1.2.3 Valves below 50mm size shall have screwed ends while those of 50mm and higher sizes shall have flanged connections. Drain lines will have valves for draining.

1.3 Hydrant

1.3.1 Hydrant valve shall be as per IS: 5290 of gun metal and inlet of 80mm dia with 63 mm dia outlet. The valve shall be oblique type complete with hand wheel, quick coupling connection, spring and gun metal blank cap as per IS : 5290. The hydrant shall be laid on 150 mm dia main teed off to 100mm dia and Stand Post of 80mm dia, at approx. 1.2 mtr. from ground level. The Hydrant shall be IS marked. Orifice plate in 6mm thick stainless steel with orifice of 32/40/50 mm dia shall be provided with each Hydrant.

1.3.2 The Hydrant shall be constructed from gun metal 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 63mm 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 25Kg/cm2 test pressure. All threaded joints

shall be sealed with “Holdtite”. The lug shall be wing type.

Page 352: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 228 of 508

1.4 First Air Hose Reel

The Hose reel shall be drum type with 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 GI sheet of minimum 18 gauge thickness. Length of Hose Reel shall be 36 metres.

The hose reel shall be directly tapped from the riser through 25mmdia 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 degree) and the entire Drum, Reel etc. shall be as per and IS:884 including marking. The rubber tubing shall be of IS:444 marked and double braided. The nozzle shall be 6mm dia. ABS plastic rotating head shut off type. A Ball valve shall be used to shut off the water supply to the Hose Reel.

1.5 External Hose Cabinets

1.5.1 Each Hydrant /Fire Brigade inlet shall be housed in a Hose Cabinet of minimum 0.75 m x 0.6 m x 0.25 m. The Hydrant Cabinet shall hold single headed hydrant, 2 nos. Hoses,1 no. Branch pipe 1no. Fire Brigade inlets.

1.5.2 The cabinet shall be 16 gauge MS sheet with sides being folded back through machine. The Box shall have a single shutter with glass of 5mm thickness. The cabinet shall be supported on a 40x40x6mm thick angle.

1.5.3 The cabinet shall be powder coated with red paint. The words “Yard Hydrant”, “Hydrant” etc. shall be painted in white (or red on the glass) in 75 mm high letters. The hose box shall be lockable with socket spanner. All horizontal surfaces shall be sloped adequately with water discharge holes. Vents shall also be located on sides of the Hose Box.

1.5 Air Vessel

1.5.1 The Air Vessels 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 when the system is in no rmal operation. Air vessel

shall be fabricated from 8mm thick MS plate with dished ends and suitable

supporting legs. It shall be provided with a 100 mm dia flanged

connections from pump, one 50mm drain with valve, one water level gauge

and 25mm sockets for pressure switches. The air vessel shall be

hydraulically tested to 21.0 Kg/cm 2 pressure for 30 minutes. All valves

shall be ball valves gun metal.

Page 353: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 229 of 508

1.5.2 The air vessels in the pump room shall be 2000 m long (excluding dished

ends) and shall be of 450mm dia. The air vessels at the terrace over each

riser shall be 1200 mm long (excluding dished ends) and 250 mm dia.

1.6 Four Way Fire Brigade Inlet and draw-off connection

1.6.1 Fire Brigade Inlet Connection shall be taken directly to the main. It shall

comprise of four instantaneous 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 main. 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 PVC.

1.6.2 Fire Brigade Inlet connection for Tank filling Fire Brigade shall be four way with gun metal instantaneous male inlet coupling connection for connection with Fire Brigade vehicles.

1.6.3 The inlets shall be provided with ABS Quality Plastic Blank caps with chain and arrangement for attaching the blank cap & chain to the FB inlet.

1.6.4 Draw off connection – a draw off connection for drawing the water from the Fire Tank would be provided next to the inlet connection to enable Fire Brigade to draw water from the Fire Tank. This shall consist of a gun metal stand draw off connection with a gunmetal blank cap and a chain. A 150mm suction pipe with a foot valve and stra iner shall be provided as per drawings.

1.7 System Drainage

1.7.1 The system shall be provided with suitable drainage arrangements with GI

piping of 50 mm dia, complete with all accessories, and provided with

50mm dia butterfly valve.

1.8 Valve Pits

1.8.1 A masonry pit of internal dimension 0.9 x 0.9 x 1.0 M depth shall be built to

accommodate each of the valves placed externally. Walls shall be of 75

class designation brick work in cement mortar 1:5 (1cement: 5 fine sand).

The top slab RCC shall be of 1:2:4 mix (1cemen: 2 coarse sand: 4 graded

same aggregate 20mm nominal size) and inside plastering with cement

mortar 1:3 (1cemen: 3 coarse sand) 12mm thick finished with a floating

coat of neat cement all complete. CI surface fox will be provided for

operation of valve.

Page 354: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 230 of 508

1.9 Pressure Gauge

1.9.1 The pressure gauge shall be constructed of die cast aluminium and stove enameled. It shall be weather proof with an IP 55 enclosure. It shall be stainless steel bourden tube type pressure gauge with a scale range from 0 to 16Kg/cm2 and shall be constructed as per IS : 3624.

1.10 Painting

1.10.1 All Hydrant and Sprinkler 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 two primer coats, 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 flow in pipe and its purpose such as “TO RISER NO.1” etc. All necessary protection to adjacent objects shall be taken by the contractor. Flanges, Nuts, bolts, Gate and Non Return Valves shall be painted light grey. Nuts and bolts shall not be painted. Before painting, grease shall be applied to nuts and bolts so that it does not attract paint.

1.11 Couplings

1.11.1 Couplings shall be of gun metal, machined and polished to requirements. Both male and female couplings shall be fitted into each other smoothly and without any unnecessary force. Couplings shall be IS: 903 marked with the name of the manufacturer. The coupling shall be tested to 25 Kg/cm 2

test pressure. The male couplings shall be provided with lugs for inserting female coupling.

1.12 Branch Pipe

1.12.1 The branch pipe shall be constructed from gun metal alloy to IS : 903 and finished to a smooth polish. The branch pipe shall be able to give straight stream and shall be IS marked. The branch pipe shall be tested to 20 Kg/cm2 pressure. The inlet bore shall be 63mm dia for quick coupling joint to the Hose and the nozzle side shall be 20mm dia.

2.0 Orifice Plates

2.1 Orifice plates shall be of 6mm thick gun metal to reduce pressure on individual hydrants to operating pressure of 3.5 kg/cm². Design of the same shall be given by the contractor as per location and pressure condition of each hydrant.

3.0 Fire Extinguishers

3.1 Fire Extinguishers shall be provided as per the bill of quantities, based on

TAC manual.

Page 355: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 231 of 508

SECTION – 16 :: COMMISSIONING & GUARANTEE

1. SCOPE OF WORK

Work under this section shall be executed without any additional cost. The rates quoted in this tender shall be inclusive of the works given in this section.

Contractor shall provide all tools, equipment, metering and testing devices required for the purpose.

On award of work, Contractor shall submit a detailed proposal giving methods of testing and gauging the performance of the equipment to be supplied and installed under this contract.

All tests shall be made in the presence of the Architect or his representative or any inspecting authority. At least five working days notice in writing shall be given to the inspecting parties before performing any test.

Water flow rates of all equipment and in pipe lines through valves shall be adjusted to design conditions. Complete results of adjustments shall be recorded and submitted.

Contractor shall ensure proper balancing of the hydraulic system and for the pipes / valves installed in his scope of work by regulating the flow rates in the pipe line by valve operation. The contractor shall also provide permanent Tee connection (with plug) in water supply lines for ease of installing pressure gauge, temperature gauge & rotameters. Contractor shall also supply all required pressure gauge, temperature gauge & rotameter for system commissioning and balancing. The balancing shall be to the satisfaction of Consultant / Project Manager.

Three copies of all test results shall be submitted to the Engineer in A4 size sheet paper within two weeks after completion of the tests.

2 PRECOMMISSIONNIG

On completion of the installation of all pumps, piping, valves, pipe connections,

insulation etc. the Contractor shall proceed as follows:

a. Prior to start-up and hydraulic testing, the Contractor shall clean the entire

installation including all fitments and pipe work and the like after installation and

keep them in a new condition. All pumping systems shall be flushed and drained

at least once through to get rid of contaminating materials. All pipes shall be

rodded to ensure clearance of debris, cleaning and flushing shall be carried out

in sections as the installation becomes completed.

Page 356: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 232 of 508

b. All strainers shall be inspected and cleaned out or replaced.

c. When the entire systems are reasonably clean, a pre-treatment chemical shall be

introduced and circulated for at least 8 hours. Warning signs shall be provided at

all outlets during pre-treatment. The pre-treatment chemical shall:

· Remove oil, grease and foreign residue from the pipe work and fittings;

· Pre-condition the metal surfaces to resist reaction with water or air.

· Establish an initial protective film;

· After pre-treatment, the system shall be drained and refilled with fresh

water and left until the system is put into operation.

· Details and procedures of the pre-treatment shall be submitted to the

Architect for approval.

d. Check all clamps, supports and hangers provided for the pipes.

e. Check all the equipment, piping and valves coming under hot water system and

operate each and every valve on the system to see if the valves are functioning

properly. There after conduct & hydro test of the system as for (b) above.

f. Fill up pipes with water and apply hydrostatic pressure to the system as given in

the relevant section of the specification. If any leakage is found, rectify the same

and retest the pipes.

Fire Protection System

a. Check all hydrant valves by opening and closing : any valve found to be open shall be closed.

b. Check all the piping under hydro test.

c. Check that all suction and delivery connections are properly made for all pump

sets.

d. Check rotation of each motor after decoupling and correct the same if required.

e. Test run each pump set.

f. All pump sets shall be run continuously for 8 hours (if required with temporary piping back to the tank).

Page 357: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 233 of 508

Commissioning and Testing

a. Pressurize the fire hydrant system by running the jockey pump and after it attains the shutoff pressure of the pump , then

b. Open bypass valve and allow the pressure to drop in the system. Check that the jockey pump cuts-in and cuts-out at the preset pressure. If necessary adjust the pressure switch for the jockey pump. Close by-pass valve.

c. Open hydrant valve and allow the water to below into the fire water tank in order to avoid wastage of water. The main fire pump shall cut-in at the preset pressure and shall not cutout automatically on reaching the normal line pressure. The main fire pump shall stop only by manual push button. However the jockey pump shall cut-out as soon as the main pump starts,

d. Switch off the main fire pump and test check the Diesel engine driven pump in the same manner as the electrically driven pump,

e. When the fire pumps have been checked for satisfactory working on automatic controls, open fire hydrant valves simultaneously and allow the hose pipes to discharge water into the fire tank to avoid wastage.

f. Check each landing valve, male and female couplings and branch pipes, for compatibility with each other. Any fitting which is found to be incompatible and do not fit into the other properly shall be replaced by the Contractor. Each landing valve shall also be checked by opening and closing under pressure.

g. Check all annunciations by simulating the alarm conditions at site.

3 STATUTORY AUTHORITIES' TESTS AND INSPECTIONS

As and when notified in writing or instructed by the Architect, the Contractor shall

submit shop drawing and attend all tests and inspections carried out by Local Fire

Authorities, Water Authority and other Statutory Authorities, and shall forthwith

execute free of charge any rectification work ordered by the Architect as a result of such

tests and inspections where these indicate non-compliance with Statutory Regulations.

Some of these tests may take place after the issue of Practical Completion of the Main

Contract and the Contractor shall make all allowances in this respect.

Page 358: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 234 of 508

The Contractor shall be responsible for the submission of all necessary forms and shop

drawings to the Statutory Authorities which shall conform in layout to the latest

architectural plans submitted to and kept by these Authorities.

The submission shall comply with the requirements set forth in the current Codes of

Practice and circular letters of the Statutory Authorities. The shop drawings to be

submitted shall be forwarded to the Architect for checking before submission.

The Contractor shall allow for at least two submissions of complete sets of shop

drawings to the Authorities, one to be made within six months after the award of the

Contract but not less than six weeks before the inspection. The Architect may at his

discretion instruct the Contractor for additional submissions to the Local Authorities

whenever necessary.

The Contractor shall notify the Architect at least seven days in advance of his application

for local Authority tests and inspections. On receipt of a confirmed date for test and

inspection the Contractor shall inform the Architect without delay.

4 FINAL ACCEPTANCE TESTS

Following commissioning and inspection of the entire installation, and prior to issue of

the Completion Certificate, the Contractor shall carry out final acceptance tests in

accordance with a programme to be agreed with the Architect.

Should the results of the acceptance tests show that plant, systems and/or equipment

fail to perform to the efficiencies or other performance figures as given in this

Specification, the Contractor shall adjust, modify and if necessary replace the equipment

without further payment in order that the required performance is obtained.

Where acceptance tests are required by the relevant Authorities having jurisdiction,

these tests shall be carried out by the Contractor prior to the issue of Completion

Certificate to the acceptance of the Authorities.

5 REJECTION OF INSTALLATION / PLANT

Any item of plant or system or component which fails to comply with the requirements

of this Specification in any respect whatsoever at any stage of manufacture, test,

erection or on completion at site may be rejected by the Architect either in whole or in

part as he considers necessary/appropriate. Adjustment and/or modification work as

required by the Architect so as to comply with the Authority's requirements and the

intent of the Specification shall be carried out by the Contractor at his own expense and

to the satisfaction of the Authority/Architect.

Page 359: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 235 of 508

After works have been accepted, the Contractor may be required to carry out assist in

carrying out additional performance tests as reasonably required by the

Architect/Employer.

6. WARRANTY AND HANDOVER

The Contractor shall warrant that all plant, materials and equipment supplied and all

workmanship performed by him to be free from defects of whatsoever nature before

handover to the Owner.

7. HANDING OVER OF DOCUMENTS

All testing and commissioning shall be done by the Contractor to the entire satisfaction

of the Owner’s site representative and all testing and commissioning documents shall be

handed over to the Owner’s site representative.

The Contractor shall also hand over all maintenance and operation manuals, all

certificates and all other documentation as per the terms of the contract to the Owner’s

site representative.

8. PIPE COLOUR CODE:

S. No. Pipe Lines Ground / Base

Colour

First

Colour Band

Second

Colour Band

1 Drinking Water (All cold

water lines after filter)

Sea Green French Blue Single Red

2 Treated Water (Soft Water) Sea Green Light Orange

3 Domestic Hot Water Sea Green Light Grey

4 Drainage Black

Colour Code to Conform to

IS:2379:1990

Page 360: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 236 of 508

ELECTRICAL

CONTENT

CHAPTER NO. DESCRIPTION PAGE NO.

1. GENERAL AND COMMERCIAL 1 – 6

2. H.T.CABLES 7 – 7

3. TECHNICAL REQUIREMENTS & MEASUREMENT SYSTEM 8 – 19

4. P.V.C. CONDUIT WIRING SYSTEM 20 – 23

5. METALLIC CONDUIT WIRING 24 - 28

6. PAINTING 29 - 29

7. LT CABLES 30 - 30

8. EARTHING 31- 33

9. TESTING OF INSTALLATION 34 – 36

10. MAIN LT PANEL AND FLOOR PANELS 37 – 45

11. STRUCTURED CABLING FOR TELEPHONE SYSTEM 46 – 52

12. DRAWINGS 53 – 53

13. FIRE ALARM & PUBLIC ALARM SYSTEM 54 – 56

14. FIRE DETECTION SYSTEM 57 – 85

15. LIGHTING FIXTURES 86 – 86

16. LIGHTNING PROTECTION SYSTEM 87 – 90

17. TRANSFORMER 91 – 95

18. DIESEL GENERATING SET 96 - 115

19. SOUND ATTENUATED ACOUSTIC ENCLOSURE 116 – 117

APPENDIX - I TERMINOLOGY 118 – 119

Page 361: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 237 of 508

APPENDIX-II SAFETY PROCEDURE 120 – 120

APPENDIX-III FORM OF COMPLETION CERTIFICATE 121 – 122

APPENDIX-IV

TECHNICAL PARTICULARS OF THE TRANSFORMERS TO BE

FURNISHED BY THE CONTRACTOR ALONG WITH THE TENDER 123 – 125

APPENDIX-V LIST OF APPROVED MAKES OF MATERIALS 126 – 129

APPENDIX – VI LIST OF INDIAN STANDARDS (IS) 130 – 131

APPENDIX – VII ABBREVIATIONS 132 – 132

APPENDIX VIII

SCHEDULE OF DEPARTURE FROM SPECIFICATIONS 133 - 133

Page 362: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 238 of 508

TECHNICAL SPECIFICATIONS FOR ELECTRICAL INSTALLATION WORK FOR CSIR INNOVATION CENTRE AT

MUMBAI

CHAPTER - 1

GENERAL AND COMMERCIAL

1.0 SCOPE:

(i) These General Specifications indicate the requirements and precautions to be taken during the

execution of Internal Electrical Installation works to ensure efficient, safe, economical

and practical use of materials and equipments including prevention of risks and fire hazards.

(ii) This Chapter also covers the general commercial requirements applicable to this works contracts

for Electrical Installation works.

1.1 RELATED DOCUMENTS:

(i) These General Specifications shall be read in conjunction with the standard conditions of

contract contained in other parts of the document and their correction slips, the tender

specifications, schedule of quantities, drawings and other documents in the tender papers

connected with this work.

1.2 WORKS INCLUDED IN THIS SECTION:

(i) 230V single phase, 2 wire and 400V 3phase 4 wire Power distribution system complete.

(ii) An adequate equipment grounding system.

(iii) Providing & fixing of distribution boards.

(iv) Fixing of luminaries and fans.

(v) Conduit with wires for Communication System.

(vi) Providing & fixing of cables etc.

(vii) Providing & Installing HT and LT Panels.

(viii) Providing and Fixing Dry Type Transformers.

(ix) Automatic Fire Alarm and Detection System.

Page 363: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 239 of 508

1.3 INTEREPRETATION OF AGREEMENT:

In the interpretation of the agreement, the order of descending importance for any ambiguity or

discrepancy shall be as follows;-

Schedule of Quantities

Technical Specifications.

Special Conditions

Drawings.

I.S.I. Codes/National Electrical Code/ latest CPWD Specifications/ B.S.S./ or any other

International Standard.

Clauses of Contract.

General Directions.

Sound Engineering practice.

1.4 DRAWINGS:

1.4.1 CONTRACT DRAWINGS:

Contract drawings are basic but shall be closely followed as actual construction permits. Any

deviations made shall be in conformity with the Architectural and other services drawings.

Shop drawings shall be submitted by the contractor and got approved from the consultants.

Architectural drawings shall take precedence over contract or other services drawings as to all

dimensions. Any deviations in drawings will be brought to consultant’s Notice before work is

executed as directed by consultants. Contractor shall verify all dimensions at site and bring to

the notice of the consultants any or all discrepancy or deviations noticed.

1.4.2 DETAILED WORKING DRAWINGS:

Detailed working drawings and detail drawings on the basis of which actual work is to be

proceeded will be furnished to the contractor by the consultants from time to time. Variation

of any nature from those indicated in the drawings made available to him at the tender stage

which are as `Advance Drawings' as a guide to generally describe the scheme will not entitle the

contractor for claiming any additional payment, payments will be made on the actual

measurement of the work done, as admissible, as per drawings, at the accepted rates

entered in the Schedule of Quantities forming part of this tender document.

Page 364: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 240 of 508

1.4.3 PREPARATION OF SHOP AND FABRICATION DRAWINGS:

All shop and fabrication drawings shall be prepared by Contractor based on the Consultant's

drawing and got approved from the consultants. No extra payment shall be admissible to the

contractor on this account.

1.4.4 SHOP DRAWING, MAINTENANCE MANUALS Etc.:

On the award of the work, the contractor shall immediately proceed with the preparation

of detailed shop drawings, detailing the equipment that are to be installed and the ancillary

works that art to be carried out. Six sets of all such working drawings shall be submitted to the

consultants for their approval to ensure that the works will be carried out in accordance with

the specifications and drawings, including such changes as may have been mutually agreed

upon. The basic drawings shall be received by the consultants for his approval within two weeks

of the award of work, and complete shop/detail drawings within four weeks of award of work.

1.4.5 Any drawing issued by the consultants for the work are the property of the consultants and shall

not be lent, reproduced or used on any works other than intended without the written

permission of the consultants.

1.4.6 The contractor shall provide the following drawings for approval to consultants before

commencement of supply/fabrication.

1.4.6.1 HT Panel, Transformer and L.T. Panels

(i) General layout-Plan, section, elevations

(ii) Foundation

(iii) Wiring-Power & Controls

1.4.6.2 Distribution Boards

(i) General layout-Plan, section, elevations

(ii) Foundation/Fixing arrangement.

(iii) Wiring-Power & Control

1.4.6.3 Internal Electrification System:

(i) Conduit Lay-out with number and size of wires in it for various outlets.

(ii) Details of Switch Boxes

1.4.6.4 Cable Routing and Earthing System:

(i) General Cable layout-Plan with sizes of Cable and Cable Trays at different floor & in Substation area.

(ii) Details of Earthing strip sizes & connections

1.4.6.5 All drawings as indicated in various sub-heads.

Page 365: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 241 of 508

1.5 After completion of the work the contractor shall submit one original on R.T.F & three prints of

as built drawings along with compact disc/s (CD.s/DVD.s) containing the same before the

certificate of completion is issued to him. These drawing would include;

(i) The location of all the equipment supplied & erected by the contractor.

(ii) Cable routes clearly indicating the sizes & number of cables.

(iii) Earthing layout - indicating the type of earth station & size of earth conductor.

(iv) Wiring diagram of L.T. Panels.

(v) Complete single line diagram for Normal and Emergency supplies.

(vi) Any other information the consultants may deem fit.

1.6 APPROVALS:

1.6.1 The contractor shall obtain all information relating to local regulations, Bye-Laws, sanction and

release of electrical connection, application of any and all laws relating to his work or profession

and his having to execute work as required. No additional claims shall be admissible on this

account.

1.6.2 Contractor shall obtain approval of the installation from the relevant inspection/ sanctioning

Authorities at all stages and on completion of the installation work. The Contractor shall also get

the required electrical load sanctioned and released from the concerned authorities and nothing

extra shall be paid for the same except for the money for which the contractor produces valid

receipts from the Govt. departments. The contractor shall pass on these approvals to the

consultants. The rates quoted by the contractor for various items of the work shall be deemed

to include any money payable to the Government/ Local Authorities/Statutory Bodies/Electrical

Inspectorate for obtaining approvals and nothing extra shall be paid to the contractor on this

account except for the money foe which proper receipts are submitted by the contractor to the

consultants.

1.7 CODE REQUIREMENTS:

All work shall be done in accordance with the I S S Code amended upto date/ Indian Electricity

Rules.

1.8 MATERIALS:

All materials to be used in this work be new and bear the consultant's label of approval.

1.9 RATES:

(i) The work shall be treated as on works contract basis and the rates tendered shall be for

complete items of work inclusive of all taxes (including works contract tax, service tax VAT if

any), duties, and levies etc. and all charges for items contingent to the work, such as, packing,

forwarding, insurance, freight and delivery at site for the materials to be supplied by the

contractor, watch and ward of all materials for the Internal E.I. work at site etc.

Page 366: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 242 of 508

(ii) Prices quoted shall remain firm during the prevalence of the project.

1.10 TAXES AND DUTIES:

(i) Being an indivisible works contract, sales tax, VAT, excise duty, service tax etc. are not payable

separately.

(ii) Works contract tax, if any, for the work shall be included within the quoted rates for the various

items. The works contract tax shall be deducted from the bills of the contractor, as applicable.

(iii) Octroi duty shall not be paid separately for the materials supplied by the contractor.

1.11 COMPLETENESS OF TENDER:

All sundry fittings, assemblies, accessories, hardware items, foundation bolts, termination lugs

for electrical connections as required, and all other sundry items which are useful and

necessary for proper assembly and efficient working of the various components of the work

shall be deemed to have been included in the tender, whether such items are specifically

mentioned in the tender documents or not.

1.12 WORKS TO BE DONE BY THE CONTRACTOR:

(i) Unless and otherwise mentioned in the tender documents, the following works shall be done by

the contractor, and therefore their cost shall be deemed to be included in their tendered cost:-

(ii) Cutting and making good all damages caused during installation and restoring the same to their

original finish.

(iii) Painting at site of all exposed metal surfaces of the installation other than pre-painted items

like fittings, fans, switchgear/ distribution gear items, etc. Damages to finished surfaces of

these items while handling and erection, shall however be rectified to the satisfaction of the

consultants.

(vi) Temporary shed if required over the storage space and locking arrangement thereof, and watch

and ward of the materials and completed installation till completion of the work.

(v) Testing and commissioning of completed installation.

1.13 TOOLS FOR HANDLING AND ERECTION:

All tools and tackles required for handling of equipments and materials at site of work as

well as for their assembly and erection and also necessary test instruments shall be the

responsibility of the contractor.

1.14 CARE OF THE BUILDING:

Care shall be taken by the contractor to avoid damage to the building during execution of his

part of the work. He shall be responsible for repairing all damages and restoring the same

to their original finish at his cost. He shall also remove at his cost all unwanted and waste

materials arising out of his work from the site.

Page 367: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 243 of 508

1.15 STRUCTURAL ALTERATIONS TO BUILDING

(i) No structural member in the building shall be damaged /altered, without prior approval from

the consultants.

(ii) Structural provisions like openings, cutouts, if any, provided for the work, shall be used. Where

these require modifications, or where fresh provisions are required to be made, such

contingent works shall be carried out by the contractor at his cost with prior approval of the

consultants.

(iii) All chases required in connection with the electrical works shall be provided and filled by the

contractor at his own cost to the original architectural finish of the buildings.

Page 368: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 244 of 508

CHAPTER - 2

H.T.CABLES

2.0 H.T.CABLES:

All cables used for 11KV system shall be XLPE cables. These cables shall have individually

screened cores and be manufactured and tested according to IS:7098 (Part II) - 1973 amended

upto date & latest. The conductor for these cables shall be from electrical purity Aluminium 3/4

H or H Temper. All conductors shall be compacted circular in shape. The insulation shall be high

quality cross linked Polythene - obtained by chemical cross linking of polythene molecules. The

armouring applied over the common covering shall be of flat steel wires.

Each and every delivery length of the cable shall be subjected to routine tests as per IS:7098

(Part II) 1973 amended upto the date. The operating characteristics of these cables shall be as

under.

i) Permissible maximum continuous operating temperature - 90o C

ii) Permissible short circuit temperature - 250o C

iii) Di electric constant (Er) at 50oHz, 30oC to 90oC - 2.4

iv) Loss factor at 50Hz,30o to 90oC -0.5X100X-3

v) Sp.Vol. resistivity at 20oC ->1014Ohm cm.

2.1 LAYING OF CABLES:

All cables shall be laid as per C.P.W.D GENERAL SPECIFICATIONS FOR ELECTRICAL WORKS (PART-

II EXTERNAL) - 2005 with all upto date amendments.

2.2 TESTING THE CABLES:

All cables shall be tested as per C.P.W.D GENERAL SPECIFICATIONS FOR ELECTRICAL WORKS

(PART-II EXTERNAL) - 2005 with all upto date amendments.

Page 369: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 245 of 508

CHAPTER - 3

TECHNICAL REQUIREMENTS & MEASUREMENT SYSTEM

3.0 SCOPE

This chapter covers the general technical requirements and measurement system of the various

components in Internal Electrical Installation works.

3.1 TERMINOLOGY

3.1.1 The definition of terms shall be in accordance with IS:732-1989 (Indian Standard Code of

Practice for Electrical Wiring), except for the definitions of point, circuit, and sub-main

wiring, which are defined in clauses 2.2.1, 2.3.1, and 2.3.2 hereunder.

3.2 POINT WIRING

3.2.1 Definition

A point (other than socket outlet point) shall include all work necessary in complete wiring to

the following outlets from the controlling switch or MCB. The scope of wiring for a point

shall, however, include the wiring work necessary in tapping from another point in the same

distribution circuit.

Ceiling rose or screwless connector (in the case of points for ceiling/exhaust fan points, pre-

wired light fittings, and call bells).

Ceiling rose (in the case of pendants except stiff pendants).

Back plate (in the case of stiff pendants).

Lamp holder (in the case of goose neck type wall brackets, batten holders and fittings

which are not pre-wired) .

Note: - In the case of call bell points, the words "from the controlling switch or MCB" shall be

read as “from the ceiling rose/connector meant for connection to bell push".

3.2.2 Scope

Following shall be deemed to be included in point wiring and nothing extra shall be paid on

any account.

Conduit, accessories for the same and wiring cables between the switch box and the point

outlet.

All fixing accessories such as screws, rawl plug etc. as required.

Metal switch boxes for control switches, regulators, sockets etc, recessed in walls.

Outlet boxes, junction boxes, pull-through boxes etc, including metal boxes if any, provided

with switch boards for loose wires/conduit terminations.

Page 370: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 246 of 508

Control switch or MCB, as specified.

Ceiling rose or connector as required.

Connections to ceiling rose, connector, socket outlet, lamp holder, switch etc.

Interconnecting wiring between points on the same circuit, in the same switch box or from

another.

Protective (loop earthing) conductor from one metallic switch box to another in the distribution

circuits, and for socket outlets. (The length of protective conductor run along with the circuits is

included in the scope of points).

The circuit wiring in conduit and wiring between various switches/switch boxes on the same

circuit.

3.2.3 Measurement:

3.2.3.1 Point Wiring:

Unless and otherwise specified , there shall be no linear measurement for point wiring for

light points, fan points, exhaust fan points, 5/6amp plug points, 15/16 amp. plug points and call

bell points.

These shall be measured on unit basis by counting only.

No separate measurement will be made for interconnections between points in the same

distribution circuit and for the circuit wiring including protective (loop earthing) conductors

between metallic switch boxes.

3.2.3.2 Point wiring for socket outlet points:

The light plug (6A) point and power 16A) point wiring shall be measured as indicated above.

The metal box with cover, switch/MCB ,socket outlet and other accessories shall be measured

and paid as a part of the item only.

The power point outlet may be 16A/6 A six pin socket outlet, where so specified in the

tender documents.

3.2.3.3 Group control points wiring:

In the case of points with more than one point controlled by the same switch, such points

shall be measured in parts i.e.(a) from the switch to the first point outlet as primary point

and for the subsequent points, the distance from that outlet to the next one and so on, shall

be treated as secondary point(s).

The switch for controlling four or more outlets shall be of 16 amp. rating and no extra payment

shall be made for the same.

No recovery shall be made for non-provision of more than one switch in such cases.

Page 371: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 247 of 508

3.2.3.4 Twin control light points wiring:

A light point controlled by two numbers of two way switches shall be measured as two

points from the fitting to the switches on either side.

No recovery shall be made for non-provision of more than one ceiling rose or connector in such

cases.

3.3 CIRCUIT AND SUBMAIN WIRING

3.3.1 Circuit wiring

Circuit wiring shall mean the wiring from the distribution board upto the tapping point

for the nearest first point of that distribution circuit, viz. upto the nearest first switch box. No

measurement/ extra payment shall be made for circuit wiring.

3.3.2 Submain wiring

Submain wiring shall mean the wiring from one main/distribution switchboard to another.

3.3.3 Measurement of submain wiring

The sub main wiring shall be measured on linear basis and paid for separately.

3.4. OTHER WIRING WORKS:

Except as specified above for point wiring, circuit wiring and submain wiring, other types of

wiring shall be measured separtely on linear basis along the run of wiring depending on the

actual number and sizes of wires run.

3.5 SYSTEM OF DISTRIBUTION AND WIRING:

3.5.1. Control at the point of entry of supply

There shall be a circuit breaker on each live conductor of the supply mains at the point of entry.

3.5.2 Distribution:

The wiring shall be done on a distribution system through main and/or branch distribution

boards. The system design as well as the locations of boards shall be as indicated in

BOQ/drawings or as specified by the consultants.

Main distribution board shall be controlled by a circuit breaker. Each outgoing circuit shall

also be controlled by a circuit breaker.

The branch distribution board shall be controlled by a circuit breaker. Each outgoing circuit shall

be provided with a miniature circuit breaker (MCB) of specified rating on the phase or live

conductor.

The loads of the circuits shall be divided, as far as possible, evenly between the number of ways

of the distribution boards, leaving at least one spare circuit for future extension.

Page 372: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 248 of 508

The neutral conductors (incoming and outgoing) shall be connected to a common link (multiway

connector) in the distribution board and be capable of being disconnected individually for

testing purposes.

`Power' wiring shall be kept separate and distinct from `Lighting' wiring, from the level of circuits i.e., beyond the branch distribution boards.

Wiring shall be separate for essential loads (i.e., those fed through standby supply) and non essential loads throughout.

3.5.3. Balancing of Circuits:

The balancing of circuits in three wire or poly phase installations shall be arranged before hand to the satisfaction of the consultants.

3.5.4 Wiring System:

Wiring shall be done only by the "Looping system". Phase or live conductors shall be looped at

the switch boxes and neutral conductors at the point outlets.

Lights, fans and call bells shall be wired in the `lighting' circuits. 15A/16A socket outlets and

other power outlets shall be wired in the 'Power' circuits. 5A/6A socket outlets shall be wired in

the ‘lighting’ circuits.

The wiring throughout the installation shall be such that there is no break in the neutral wire

except in the form of a linked switchgear.

3.5.5 Run of Wiring:

The wiring shall be in recessed/surface PVC conduit.

Due consideration shall be given for neatness, good appearance and safety.

3.5.6 Passing through walls or floors:

When wiring cables are to pass through a wall, these shall be taken through a protection

(steel) pipe tube of suitable size such that they pass through in a straight line without twist

or cross in them on either end of such holes. The ends of metallic pipe shall be neatly bushed

with porcelain, PVC or other approved material.

All floor openings for carrying any wiring shall be suitably sealed after installation.

3.6 JOINTS IN WIRING:

No bare conductor in phase and/or neutral or twisted joints in phase, neutral, and/or

protective conductors in wiring shall be permitted.

There shall be no joints in the through-runs of cables. If the length of final circuit or submain is

more than the length of a standard coil, thus necessitating a through joint, such joints shall be

made by means of approved mechanical connectors in suitable junction boxes.

Termination of multistranded conductors shall be done using suitable crimping type thimbles.

Page 373: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 249 of 508

3.7 RATINGS OF OUTLETS:

Incandescent lamps shall be rated at 100W.

Ceiling fans shall be rated at 60W. Exhaust fan, fluorescent tubes, compact fluorescent tubes,

HPMV lamps, HPSV lamps etc. shall be rated according to their capacity. Control gear losses

shall be also considered as applicable.

5A/6A and 15A/16A socket outlet points shall be rated at 100 W and 500 W respectively, unless

the actual values of loads are specified.

3.8 CAPACITY OF CIRCUITS:

`Lighting' circuit shall not have more than a total of 10 points of light, fan and socket outlets, or

a total connected load of 800W, whichever is less.

`Power' circuit shall have only two outlet per circuit.

3.9 CONFORMITY TO IE ACT, IE RULES, AND STANDARDS:

All electrical works shall be carried out in accordance with the provisions of Indian Electricity

Act, 1910 and Indian Electricity Rules, 1956 amended upto date. List of Rules of particular

importance to building installations is given in Appendix for reference.

The works shall also conform to relevant Indian Standard Codes of Practice (COP) for the

type of work involved.(See Appendix B).

In all electrical installation works, relevant safety codes of practice shall be followed.

Guidelines on safety procedure outlined in Appendix `C' should be adopted.

3.10 GENERAL REQUIREMENTS OF COMPONENTS:

3.10.1 Quality of materials:

All materials and equipments supplied by the contractor shall be new. They shall be of such

design, size and material as to satisfactorily function under the rated conditions of operation

and to withstand the environmental conditions at site.

3.10.2 Ratings of components

All components in a wiring installation shall be of appropriate ratings of voltage, current, and

frequency, as indicated in BOQ.

All conductors, switches and accessories shall be of such size as indicated in BOQ.

3.10.3 Conformity to Standards

All components shall conform to relevant Indian Standard Specification, wherever existing.

Materials with ISI certification mark shall be preferred.

Page 374: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 250 of 508

A broad list of relevant Indian Standards is given in Appendix `A'. These Indian Standards,

including amendments or revisions thereof upto the date of tender acceptance, shall be

applicable in the respective contracts.

3.10.4 Interchangeability

Similar parts of all switches, lamp holders, distribution boards, switchgears, ceiling

roses, brackets, pendants, fans and all other fittings of the same type shall be interchangeable

in each installation.

3.11 CABLES:

3.11.1 Wiring cables

Conductors of wiring cables shall be of copper. The wiring cables shall be of certified FR type.

The smallest size of conductor for `lighting' circuits shall have a nominal cross sectional area of

not less than 1.5 sq mm. The minimum size of conductor for 'power' wiring shall be 4 sq

mm.

3.12 WIRING ACCESSORIES

3.12.1 Control switches for points

Control switches (single pole switches) carrying not more than 16A shall be of clamp on type

complete with plate, as specified, and the switch shall be "ON" when the knob is down.

The type and current rating of switch controlling a group of points, or discharge lamps, or a

single large load, shall be specified in the tender documents.

Control switch shall be placed only in the live conductor of the circuit. No single pole switch

or fuse shall be inserted in the protective (earth) conductor, or earthed neutral conductor of

the circuit.

3.12.2 Socket outlets

Socket outlets shall also be of clamp on type complete with plate. These shall be rated either

for 5A/6A, or 15A/16A. Combined 5A/15A, or 6A/16A six pin socket outlet shall be provided

in `power' circuits wherever specified.

Socket outlets and plugs shall only be of 3 pin type; the third pin shall be connected to earth

through protective (loop earthing) conductor. 2 pin or 5 pin sockets shall not be permitted to

be used.

The control switches for the 5A/6A and 15A/16A socket outlets shall be kept alongwith the

socket outlets.

3.12.3 Switch box covers

These shall be moulded type of suitable size.

Page 375: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 251 of 508

3.12.4 Lamp holders

Lamp holders may be of batten, angle, pendant or bracket holder type as indicated in BOQ.

The holder shall be made of brass and shall be rigid enough to maintain shape on application

of a nominal external pressure. There should be sufficient threading for fixing the base to

the lamp holder part so that they do not open out during attention to the lamp or shade.

Lamp holders for use on brackets and the like shall have not less than 1.3 cm nipple, and all

those for use with flexible pendant shall be provided with cord grips.

All lamp holders shall be provided with shade carriers.

3.13 FITTINGS:

3.13.1 Types:

The type of fittings shall be as specified in BOQ.

3.13.2 Indoor type fittings

The conductors are required to be drawn through tube popularly known as conduit. The tube

or channel must be free from sharp angles or projecting edge, and of such size as will enable

them to be wired with the conductors used for the final circuit without removing the

braiding or sheathing. As far as possible all such tubes or channels should be of sufficient

size to permit looping back.

Fittings using discharge lamps shall be complete with power factor correction capacitors,

either integrally or externally. An earth terminal with suitable marking shall be provided for

each fitting for discharge lamps.

3.14 SWITCHGEAR AND CONTROLGEAR - General aspects:

All items of switchgear and distribution boards (DBs) shall be metal clad type.

The types, ratings and/or categories of switchgear and protective gear shall be as specified in

the BOQ.

RCBs (ELCBs) where specified, shall conform to the requirements of current rating, fault

rating, single phase or three phase configuration and sensitivity laid down in the BOQ.

While each outgoing way of distribution board (DB) shall be of miniature circuit breaker

(MCB) as specified, and of suitable rating on the phase conductor, the corresponding

earthed neutral conductor shall be connected to a common neutral terminal block and shall be

capable of being disconnected individually for testing purposes.

(i) Independent earth terminal block:

Every distribution board (single phase as well as 3 phase) shall have an earth terminal block

identical to, but independent from neutral terminal block, to enable termination of protective

(loop earthing) conductors (incoming as well as outgoings) individually by screwed connection

and without twisting.

Page 376: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 252 of 508

Earthing terminal (1 for single phase and 2 for 3 phase) shall be provided on the metal

cladding of switches and DBs for body earthing. These shall be suitably marked.

Knock out holes, with or without end plates as per standard design of manufacturers, shall be

provided in the metal cladding of switches and DBs for termination of conduits/cables.

3.15 PRE-WIRED MCB DISTRIBUTION BOARDS:

Prewired MCB DBs shall be provided only where specified.

The complete board shall be factory fabricated and shall be duly pre-wired in the works,

ready for installation at site.

The board shall be of wall mounted, cubical type construction, fabricated out of 1.6mm

thick sheet steel, with stove enameled paint finish.

The board shall also be provided with a loose wire box as a compartment for the complete

width and, depth of the board, and of minimum height of 125mm in case of TPN DB's, and

100mm in case of SPN DB's.

The board shall be provided with a hinged cover of 1.6mm thick sheet steel in the front.

Only the knobs of the MCBs shall protrude out of the front covers through openings neatly

machine made for the purpose.

Knock out holes at the bottom, and detachable plate with knock out holes at the top of the

board shall be provided.

Each distribution board shall be provided with a circuit list giving details of each circuit

which it controls and the current rating of the circuit, and the size of the MCB.

The board shall be complete with the following accessories:-

(a) 200 A copper busbar(s).

(b) Neutral link.

(c) Common earth bar.

(d) DIN bar for mounting MCBs.

(e) Wago type terminal connectors suitable for incoming and outgoing cables.

(f) A set of indication lamps with HRC cartridge fuses for each phase of the incoming

supply.

(g) Earthing stud(s).

The board shall be fully prewired with single core PVC insulated copper conductors/insulated

solid copper links, and terminated on to extended type terminal connectors, suitable for

connections to the sizes of the respective conductors.

Page 377: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 253 of 508

All incoming and outgoing wiring to the prewired MCBDB's shall be terminated only in the

Elemex type extended terminal connectors to be provided within the DB. The terminal

connectors shall, therefore, be so provided as to facilitate easy cable connections and

subsequent maintenance.

A common copper earth bar shall be provided within the loose wire box. The common neutral

bar as well as the terminal connectors shall, however, be provided within the main

compartment just below the loose wire box.

3.16 MINIATURE CIRCUIT BREAKERS (MCB's):

‘B’ series MCB’s shall be used only for normal `lighting' circuits.

‘C’ series MCB’s shall be invariably used for motor loads, halogen lamp fittings, sodium/mercury

discharge lamps and all `power' circuits.

Ratings (A), number of poles, type as MCB or isolator, etc. shall be as specified in the BOQ. The

MCB's shall be of minimum 9 KA rupturing capacity.

3.17 SWITCH BOARD LOCATIONS

3.17.1 General aspects

Switch boards shall be located as indicated on the drawings.

3.18 SWITCH BOARD INSTALLATION:

A switch board shall not be installed so that its bottom is within 1.25 m above the floor.

Where it is required to terminate a number of conduits on a board, it may be convenient to

provide a suitable MS adopter box for the purpose. Such boxes shall be provided with the

prior approval of the consultants and this will not be paid for separately.

All wires to the boards shall be bushed at the entries to avoid damage to insulation.

No apparatus shall project beyond any edge of the panel.

All unused holes in the boards and in the mountings shall be plugged suitably to avoid entry of

insects.

3.19 WIRING OF SWITCH BOARDS AND DISTRIBUTION BOARDS:

All connections between pieces of apparatus, or between apparatus and terminals on a board

shall be neatly arranged in a definite sequence, following the arrangement of the apparatus

mounted thereon, avoiding unnecessary crossings.

Cables shall be connected to terminals either by crimped or soldered lugs, unless the

terminals are of such a form that they can be securely clamped without cutting away of cable

strands.

Page 378: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 254 of 508

All bare conductors shall be rigidly fixed in such a manner that a clearance of at least 2.5

cm is maintained between conductors of opposite polarity or phase, and between the

conductors and any material other than insulating material.

The incoming and outgoing cables shall be neatly bunched and shall be fixed in such a way

that the door shall be capable of swinging through an angle of not less than 90 degrees.

3.20 MARKING OF APPARATUS:

(i) Marking of earthed neutral conductor

On the switchgear, the earthed conductor of a two wire system, or an earthed neutral

conductor of a multi-wire system, an indication of a permanent nature shall be provided to

identify the earthed neutral conductor. In this connection Rule 32(1) of Indian Electricity Rules

1956 (see Appendix C) shall be referred to. The neutral conductor shall be black in colour.

(ii) Main earthing terminal

The main earthing terminal in the main switch board shall be permanently marked as

"SAFETY EARTH - DO NOT REMOVE".

All distribution boards shall be marked 'L' for lighting, or 'P' for power, and 'E' for essential

as the case may be.

When a board is connected to a voltage higher than 250V, all the terminals or leads of the

apparatus mounted on it shall be marked in the following colours to indicate the different poles

or phases to which the apparatus or its different terminals may have been connected:

Three phases - Red, Blue & Yellow AND Neutral - Black

Where a four wire, three phase wiring is done, the neutral shall preferably be in one colour,

and the other three wires in another colour.

All marking required under this rule shall be clear and permanent.

3.21 ATTACHMENT OF FITTINGS AND ACCESSORIES:

3.21.1 Conduit wiring system

All accessories like switches, socket outlets, call bell pushes and regulators shall be fixed in

flush pattern inside the switch/regulator boxes. Accessories like ceiling roses, brackets,

batten holders, etc. shall be fixed on metal outlet boxes. The fan regulators shall also be

fixed in metal outlet boxes.

Cadmium plated brass screws shall be used to fix the accessories to their bases.

The switch box / regulator box shall be mounted with their bottom 1.25m from floor level,

unless otherwise directed by the consultants.

Dash fasteners shall be used for fixing to walls or ceiling.

Page 379: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 255 of 508

3.22 FANS REGULATORS AND CLAMPS:

3.22.1 Ceiling fans

Ceiling fans including their suspension shall conform to relevant Indian Standards.

All ceiling fans shall be wired to ceiling roses or to special connector boxes, and suspended

from hooks or shackles, with insulators between hooks and suspension rods. There shall be

no joint in the suspension rod.

Recessed type fan clamp inside a metallic box as shown in tender drawings shall be used.

Canopies on top of suspension rod shall effectively hide the suspension.

All ceiling fans shall be hung 2.75m above the floor.

In the case of measurement of extra down rod for ceiling fan including wiring, the same

shall be measured in units of 10cm. Any length less than 5cm shall be ignored.

The wiring of extra down rod shall be paid as supplying and drawing cable in existing conduit.

3.22.2 Exhaust fans:

Exhaust fans shall conform to relevant Indian Standards.

Exhaust fans shall be erected at the places indicated on the drawings. For fixing an exhaust fan,

a circular hole shall be provided in the wall to suit the size of the frame, which shall be fixed by

means of rag bolts embedded in the wall. The hole shall be neatly plastered to the original

finish of the wall. The exhaust fan shall be connected to the exhaust fan point, which shall

be wired as near to the hole as possible, by means of a flexible cord, care being taken to see

that the blades rotate in the proper direction.

3.22.3 Regulators:

The metallic body of regulators of ceiling fans/exhaust fans shall be connected to earth by

protective conductor.

3.23 WORKMANSHIP:

Good workmanship is an essential requirement to be complied with. The entire work of

manufacture/fabrication, assembly and installation shall conform to sound engineering practice.

The work shall be carried out under the direct supervision of a first class licensed foreman,

or of a person holding a certificate of competency issued by the State Govt. for the type of

work involved, employed by the contractor, who shall rectify then and there the defects

pointed out by the consultants during the progress of work.

3.24 COMMISSIONING ON COMPLETION:

Before the workman leaves the work finally, he must make sure that the installation is properly

commissioned, after due testing.

Page 380: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 256 of 508

3.25 COMPLETION PLAN AND COMPLETION CERTIFICATE:

Completion certificate after completion of work as given in Appendix-`D' shall be submitted

to the consultants.

Completion plan drawn to a suitable scale in tracing cloth with ink indicating the following,

along with three blue print copies of the same shall also be submitted.

(a) General layout of the building.

(b) Locations of distribution boards, indicating the circuit numbers controlled by them.

(c) Position of all points and their controls.

(d) Types of fittings, viz. fluorescent, pendants, brackets, bulk head, etc. fans and exhaust fans.

3.26 DRAWINGS

The work shall be carried out in accordance with the drawings enclosed with the tender

documents and also in accordance with modification thereto from time to time as approved by

the consultants.

All circuits shall be indicated and numbered in the wiring diagram and all points shall be given

the same number as the circuit to which they are electrically connected.

Page 381: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 257 of 508

CHAPTER - 4

P.V.C. CONDUIT WIRING SYSTEM

4.0 SCOPE:

This chapter covers the detailed requirements for wiring work in P.V.C. conduits.

4.1 MATERIALS

4.1.1 Conduits

All rigid conduit pipes shall be of P.V.C. and be ISI marked. The wall thickness shall be not less

than 2.0 mm for conduits upto 32 mm dia. and not less than 2.5 mm for conduits above 32

mm dia.

The maximum number of PVC insulated cables conforming to IS:694-1990 that can be drawn in

one conduit is given size wise in Table I, and the number of cables per conduit shall not be

exceeded. Conduit sizes shall be selected accordingly in each run.

No P.V.C. conduit less than 20mm in diameter shall be used.

4.1.2 Conduit accessories

The conduit wiring system shall be complete in all respects, including their accessories.

All conduit accessories shall be of grip type.

Bends, couplers etc. shall be solid type.

All conduit accessories shall be fixed with the help of P.V.C. jointing compound.

4.1.3 Outlets

The switch box or regulator box shall be made of GI on all sides, except on the front. The wall

thickness shall not be less than 1.2 mm (18 gauge) for boxes up to a size of 20 cm X 30 cm,

and above this size 1.6 mm (16 gauge) thick GI boxes shall be used.

Where a large number of control switches and/or fan regulators are required to be installed

at one place, these shall be installed in more than one outlet box adjacent to each other for

ease of maintenance.

An earth terminal with stud and 2 metal washers shall be provided in each GI box for

termination of protective conductors and for connection to socket outlet/metallic body of

fan regulator etc.

Clear depth of the box shall not be less than 51 mm, and this shall be increased suitably to

accommodate mounting of fan regulators in flush pattern.

Page 382: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 258 of 508

4.2 INSTALLATION:

4.2.1 (i) Conduit joints.

The conduit work of each circuit or section shall be completed before the cables are drawn in.

Conduit pipes shall be joined by means of suitable P.V.C. jointing compound.

Cut ends of conduit pipes shall have no sharp edges, nor any burrs left to avoid damage to the

insulation of the conductors while pulling them through such pipes.

The Project Director/Architect, with a view to ensuring that the above provision has been

carried out, may require that the separate lengths of conduit etc., after they have been

prepared, shall be submitted for inspection before being fixed.

(ii) Bends in conduit

All necessary bends in the system, including diversion, shall be done either by neatly bending

the pipes without cracking with a bending radius of not less than 7.5 cm, or alternatively, by

inserting suitable solid type normal bends, elbows or similar fittings, or by fixing MS

inspection boxes, whichever is most suitable for the particular situation.

No length of conduit shall have more than the equivalent of four quarter bends from

outlet to outlet.

(iii) Outlets

All outlets such as switches, wall sockets etc. shall be flush mounting type.

All switches socket outlets and fan regulators shall be fixed on sheet cover of the same

manufacturer as that of the accessories.

4.2.2 Additional requirements

(i) Making chase

The chase in the wall shall be neatly made, and of ample dimensions to permit the conduit to

be fixed in the desired manner.

The conduits shall be buried in the wall before plastering, and shall be finished neatly after

erection of conduit.

(ii) Fixing conduits in chase

The conduit pipe shall be fixed by means of stapples, J-hooks, or by means of saddles, not

more than 60 cm apart.

(iii) Fixing conduits in RCC work

The conduit pipes shall be laid in position and fixed to the steel reinforcement bars by steel

binding wires before the concreting is done. The conduit pipes shall be fixed firmly to the steel

reinforcement bars to avoid their dislocation during pouring of cement concrete and

subsequent tamping of the same.

Page 383: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 259 of 508

Fixing of standard bends or elbows shall be avoided as far as practicable, and all curves shall be

maintained by bending the conduit pipe itself with a long radius which will permit easy drawing

in of conductors.

Location of inspection / junction boxes in RCC work should be identified by suitable means

to avoid unnecessary chipping of the RCC slab subsequently to locate these boxes.

(iv) Fixing inspection boxes

Suitable inspection boxes to the minimum requirement shall be provided to permit

inspection, and to facilitate replacement of wires, if necessary.

These shall be mounted flush with the wall or ceiling concrete. Minimum 65 mm depth junction

boxes shall be used in roof slabs and the depth of the boxes in other places shall be as per

IS:2667-1977.

Suitable ventilating holes shall be provided in the inspection box covers.

(v) Fixing switch boxes and accessories

Switch boxes shall be mounted flush with the wall. All outlets such as switches, socket outlets

etc. shall be flush mounting type.

(vi) Fish wire

To facilitate subsequent drawing of wires in the conduit, GI fish wire of 1.2 mm (18 SWG)

shall be provided along with the laying of the recessed conduit.

(vii) Bunching of cables

Cables shall always be bunched so that the outgoing and return cables are drawn into the same

conduit.

Where the distribution is for three phase loads only, conductors for all the three phases and

neutral wire shall be drawn in one conduit.

4.3 Earthing requirements

The entire system of metallic conduit work, including the outlet boxes and other metallic

accessories, shall be mechanically and electrically continuous by proper joints. The conduit shall

be continuous when passing through walls or floors.

Protective (loop earthing) conductor(s) shall be laid along the runs of the conduit between

the metallic switch boxes and the distribution boards/ switch boards, terminated thereto.

These conductors shall be of such size and material as specified. Depending upon their size

and material, the protective earth conductors shall be either drawn inside the conduits along

with the cables, or shall be laid external to the conduits. When laid external to the conduits, this

shall be properly clamped with the conduit at regular intervals.

Page 384: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 260 of 508

The protective conductors shall be terminated properly using earth studs/ earth terminal block

etc. as required.

Gas or water pipe shall not be used as protective conductor (earth medium).

TABLE I

Maximum number of PVC insulated 650/1100 V grade copper conductor cable conforming to IS:694-1990 which can be drawn through a conduit

-------------------------------------------------------------------------------------------------------------------------

Nominal 20 mm 25 mm 32 mm 38 mm 51 mm

cross-

sectional

area of

conductor

in sq. mm. -------- -------- -------- --------- --------

S B S B S B S B S B

1 2 3 4 5 6 7 8 9 10 11

-------------------------------------------------------------------------------------------------------------------------

1.50 5 4 8 7 16 10 - - - -

2.50 4 3 7 5 10 8 - - - -

4 3 2 6 5 9 7 - - - -

6 2 - 5 4 8 6 - - - -

10 2 - 3 2 5 4 7 6 - -

16 - - 2 2 3 3 6 5 10 7

25 - - - - 3 2 5 3 8 6

35 - - - - - - 3 2 6 5

Note :

The above table shows the maximum capacity of conduits for a simultaneous drawing in of cables.

Page 385: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 261 of 508

The columns headed 'S' apply to runs of conduits which have distance not exceeding 4.25 m between

draw in boxes and which do not deflect from the straight by an angle of more than 15 degrees. The

columns headed 'B' apply to runs of conduit which deflect from the straight by an angle of more than

15 degrees.

Conduit sizes are the nominal external diameters.

Page 386: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 262 of 508

CHAPTER - 5

METALLIC CONDUIT WIRING

5.0 SCOPE:

This chapter covers the detailed requirements for wiring work in metallic conduits.

5.1 MATERIALS

5.1.1 Conduits

All rigid conduit pipes shall be of steel and be ISI marked. The wall thickness shall be not less

than 1.6 mm (16 SWG) for conduits upto 32 mm dia. and not less than 2 mm (14 SWG) for

conduits above 32 mm dia. These shall be solid drawn or reamed by welding, and finished with

stove enamelled surface.

The maximum number of PVC insulated cables conforming to IS:694-1990 that can be drawn in

one conduit is given size wise in Table I, and the number of cables per conduit shall not be

exceeded. Conduit sizes shall be selected accordingly in each run.

No steel conduit less than 20mm in diameter shall be used.

5.1.2 Conduit accessories

The conduit wiring system shall be complete in all respects, including their accessories.

All conduit accessories shall be of threaded type, and under no circumstances pin grip type or

clamp grip type accessories shall be used.

Bends, couplers etc. shall be solid type.

5.1.3 Outlets

The switch box or regulator box shall be made of sheet metal on all sides, except on the front.

The wall thickness shall not be less than 1.2 mm (18 gauge) for boxes upto a size of 20 cm X 30

cm, and above this size 1.6 mm (16 gauge) thick MS boxes shall be used. The metallic boxes shall

be duly painted with anticorrosive paint before erection as per chapter 10 of these

Specifications.

Where a large number of control switches and/or fan regulators are required to be installed at

one place, these shall be installed in more than one outlet box adjacent to each other for ease of

maintenance.

An earth terminal with stud and 2 metal washers shall be provided in each MS box for

termination of protective conductors and for connection to socket outlet/metallic body of fan

regulator etc.

Clear depth of the box shall not be less than 60 mm, and this shall be increased suitably to

accommodate mounting of fan regulators in flush pattern.

Page 387: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 263 of 508

5.2 INSTALLATION:

(i) Conduit joints.

The conduit work of each circuit or section shall be completed before the cables are drawn in.

Conduit pipes shall be joined by means of screwed couplers and screwed accessories only.

Threads on conduit pipes in all cases shall be between 13 mm to 19 mm long, sufficient to

accommodate pipes to full threaded portion of couplers or accessories.

Cut ends of conduit pipes shall have no sharp edges, nor any burrs left to avoid damage to the

insulation of the conductors while pulling them through such pipes.

The consultants, with a view to ensuring that the above provision has been carried out, may

require that the separate lengths of conduit etc., after they have been prepared, shall be

submitted for inspection before being fixed.

No bare threaded portion of conduit pipe shall be allowed, unless such bare threaded portion is

treated with anticorrosive preservative or covered with approved plastic compound.

(ii) Bends in conduit

All necessary bends in the system, including diversion, shall be done either by neatly bending

the pipes without cracking with a bending radius of not less than 7.5 cm, or alternatively, by

inserting suitable solid type normal bends, elbows or similar fittings, or by fixing MS inspection

boxes, whichever is most suitable for the perticular situation.

No length of conduit shall have more than the equivalent of four quarter bends from outlet to

outlet.

(iii) Outlets

All outlets such as switches, wall sockets etc. shall be flush mounting type.

All switches socket outlets and fan regulators shall be fixed on sheet cover of the same

manufacturer as that of the accessories.

(iv) Painting after erection

After installation, all accessible surfaces of conduit pipes, fittings, switch and regulator boxes

etc. shall be painted in compliance with the clauses under Chapter 6 - `Painting'.

5.3 Additional requirements

(i) Making chase

The chase in the wall shall be neatly made, and of ample dimensions to permit the conduit to be

fixed in the desired manner.

The conduits shall be buried in the wall before plastering, and shall be finished neatly after

erection of conduit.

Page 388: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 264 of 508

Fixing conduits in chase

The conduit pipe shall be fixed by means of stapples, J-hooks, or by means of saddles, not more

than 60 cm apart.

All threaded joints of conduit pipes shall be treated with approved preservative compound to

secure protection against rust.

(iii) Fixing conduits in RCC work

The conduit pipes shall be laid in position and fixed to the steel reinforcement bars by steel

binding wires before the concreting is done. The conduit pipes shall be fixed firmly to the steel

reinforcement bars to avoid their dislocation during pouring of cement concrete and

subsequent tamping of the same.

Fixing of standard bends or elbows shall be avoided as far as practicable, and all curves shall be

maintained by bending the conduit pipe itself with a long radius which will permit easy drawing

in of conductors.

Location of inspection / junction boxes in RCC work should be identified by suitable means to

avoid unnecessary chipping of the RCC slab subsequently to locate these boxes.

(iv) Fixing inspection boxes

Suitable inspection boxes to the minimum requirement shall be provided to permit inspection,

and to facilitate replacement of wires, if necessary.

These shall be mounted flush with the wall or ceiling concrete. Minimum 65 mm depth junction

boxes shall be used in roof slabs and the depth of the boxes in other places shall be as per

IS:2667-1977.

Suitable ventilating holes shall be provided in the inspection box covers.

(v) Fixing switch boxes and accessories

Switch boxes shall be mounted flush with the wall. All outlets such as switches, socket outlets

etc. shall be flush mounting type.

(vi) Fish wire

To facilitate subsequent drawing of wires in the conduit, GI fish wire of 1.2 mm (18 SWG) shall

be provided alongwith the laying of the recessed conduit.

(vii) Bunching of cables

Cables shall always be bunched so that the outgoing and return cables are drawn into the same

conduit.

Where the distribution is for three phase loads only, conductors for all the three phases and

neutral wire shall be drawn in one conduit.

Page 389: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 265 of 508

5.4 Earthing requirements

The entire system of metallic conduit work, including the outlet boxes and other metallic

accessories, shall be mechanically and electrically continuous by proper screwed joints, or by

double checknuts at terminations. The conduit shall be continuous when passing through walls

or floors.

Protective (loop earthing) conductor(s) shall be laid along the runs of the conduit between the

metallic switch boxes and the distribution boards/ switch boards, terminated thereto. These

conductors shall be of such size and material as specified. Depending upon their size and

material, the protective earth conductors shall be either drawn inside the conduits alongwith

the cables, or shall be laid external to the conduits. When laid external to the conduits, this shall

be properly clamped with the conduit at regular intervals.

The protective conductors shall be terminated properly using earth studs/ earth terminal block

etc. as required.

Gas or water pipe shall not be used as protective conductor (earth medium).

*****

Page 390: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 266 of 508

TABLE I

Maximum number of PVC insulated 650/1100 V grade copper conductor cable conforming to IS:694-

1990 which can be drawn through a conduit

Nominal 20 mm 25 mm 32 mm 38 mm 51 mm 64 mm

cross-

sectional

area of

conductor

in sq. mm.

------ ------ ----- ----- ----- -----

S B S B S B S B S B S B

-------------------------------------------------------------------------------------------------------

1 2 3 4 5 6 7 8 9 10 11 12 13

-------------------------------------------------------------------------------------------------------

1.50 5 4 10 8 18 12 - - - - - -

2.50 5 3 8 6 12 10 - - - - - -

4 3 2 6 5 10 8 - - - - - -

6 2 - 5 4 8 7 - - - - - -

10 2 - 4 3 6 5 8 6 - - - -

16 - - 2 2 3 3 6 5 10 7 12 8

25 - - - - 3 2 5 3 8 6 9 7

35 - - - - - - 3 2 6 5 8 6

--

-----------------------------------------------------------------------------------------------------

Page 391: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 267 of 508

Note:

The above table shows the maximum capacity of conduits for a simultaneous drawing in of

cables.

The columns headed 'S' apply to runs of conduits which have distance not exceeding 4.25 m

between draw in boxes and which do not deflect from the straight by an angle of more than 15

degrees. The columns headed 'B' apply to runs of conduit which deflect from the straight by an

angle of more than 15 degrees.

Conduit sizes are the nominal external diameters.

***********

Page 392: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 268 of 508

CHAPTER - 6

PAINTING

6.0 SCOPE

This chapter covers the requirements of painting work in internal electrical installations,

carried out manually by brush. This does not cover spray painting work of factory made items.

6.1 PAINTING WORK IN GENERAL

6.1.1 Paints

Paints, oils, varnishes etc. of approved make in original tin to the satisfaction of the

consultants shall only be used.

6.1.2 Preparation of the surface

The surface shall be thoroughly cleaned and made free from dust or foreign matter before

painting is started. The proposed surface may be inspected by the consultants before the paint

is applied.

6.1.3 Application

Paint shall be applied with brush. The paint shall be spread as smooth and even as possible.

Particular care shall be paid to rivets, nuts, bolts and over-lapping. Before drawing out in

smaller containers, it shall be continuously stirred with a smooth stick, while painting work is

taken up.

Primer coat of anti-corrosive paint shall be given in the case of steel work, after preparing the

surface. In all cases of painting work, finishing shall be with 2 coats of paint in approved shade.

Each coat shall be allowed to dry out sufficiently before a subsequent coat is applied.

6.1.4 Precautions

All furniture, fixtures, glazing, floors etc. shall be protected by suitable covering. All stains,

smears, splashings, dropping etc. shall be removed. While painting of conduits etc. it shall be

ensured that the painting of wall and ceiling etc. is not spoiled in any way.

6.2 PAINTING OF CONDUITS AND ACCESSORIES

Requirement of painting of metallic conduits before installation on surface shall be met as

per clause 3.3.(iv)

Page 393: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 269 of 508

CHAPTER – 7

LT CABLES:-

7.1 MEDIUM AND LOW PRESSURE:

Cables should be steel armoured XLPE insulated PVC sheathed with fire retardant compound

Aluminium conductor conforming to the quality as specified in the schedule of work. All cables,

accessories and other materials should conform to I S Specification. The jointing work should be

carried out by a competent authorized cable jointer.

7.2 LAYING OF CABLES:

All cables shall be laid as per C.P.W.D GENERAL SPECIFICATIONS FOR ELECTRICAL WORKS (PART-

II EXTERNAL) - 2005 with all upto date amendments.

7.3 TESTING THE CABLES:

All cables shall be tested as per C.P.W.D GENERAL SPECIFICATIONS FOR ELECTRICAL WORKS

(PART-II EXTERNAL) - 2005 with all upto date amendments.

Page 394: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 270 of 508

CHAPTER – 8

EARTHING:-

8.1 SCOPE:

This chapter covers the essential requirements of earthing system components and their

installation. For details not covered in these Specifications, IS Code of Practice on Earthing (IS:

3043-1987 ammended upto date) shall be referred to.

8.2 APPLICATION

The electrical distribution system in the campus is with earthed neutral (i.e., neutral earthed at

the transformer/ generator end). In addition to the neutral earthing, provision is made for

earthing the metallic body of equipments and non-current carrying metallic components in

the sub-station, as well as in the internal electrical installations.

Earthing requirements are laid down in Indian Electricity Rules, 1956, as amended from

time to time, and in the Regulations of the Electricity Supply Authority concerned.

8.3 MATERIALS

8.3.1 EARTH ELECTRODES

8.3.1.1 Types

The type of earth electrode shall be Plate earth electrode.

8.3.2.1 Electrode materials and dimensions

The materials and minimum sizes of earth electrodes shall be as per BOQ.

8.3.2.2 EARTHING CONDUCTOR:

The earthing conductor (protective conductor from earth electrode up to the main earthing

terminal/earth bus, as the case may be) shall be of the same material as the electrode, viz. GI

or copper, and in the form of wire or strip as specified in BOQ.

8.3.2.4 HARDWARE ITEMS

All hardware items used for connecting the earthing conductor with the electrode shall be of

GI in the case of GI pipe and GI plate earth electrodes, and forged tinned brass in case of

copper plate electrodes.

8.3.2.5 PROTECTIVE (Earth continuity/Loop earthing) CONDUCTOR:

The material and size of protective conductors shall be as specified in the BOQ.

8.4 LOCATION FOR EARTH ELECTRODES

Normally an earth electrode shall not be located closer than 1.5 m from any building. Care shall

be taken to see that the excavation for earth electrode does not affect the foundation of the

building; in such cases, electrodes may be located further away from the building, with the

prior approval of the consultants.

Page 395: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 271 of 508

The location of the earth electrode will be such that the soil has a reasonable chance of

remaining moist as far as possible. Entrances, pavements and road ways, should be avoided

for locating earth electrodes.

8.5 INSTALLATION

8.5.1 ELECTRODES

8.5.1.1 Various types of electrodes

Plate electrode shall be buried in ground with its faces vertical, and its top not less than 3 m

below the ground level.

When more than one electrode (plate/pipe) is to be installed, a separation of not less than 2

m shall be maintained between two adjacent electrodes.

8.5.2 Artificial treatment of soil

The electrode shall be surrounded by Chemical compound as indicated in tender drawings

8.6 EARTHING CONDUCTOR (Main earthing lead)

In the case of plate earth electrode, the earthing conductor shall be securely terminated on

to the plate with two bolts, nuts, check nuts and washers.

The earthing conductor from the electrode up to the building shall be protected from

mechanical injury by a medium class by 40 mm dia. medium class GI pipe in the case of strip.

The protection pipe in ground shall be buried at least 30 cm deep (to be increased to 60 cm in

case of road crossing and pavements). The portion within the building shall be recessed in

walls and floors to adequate depth in due co-ordination with the building work.

The earthing conductor shall be securely connected at the other end to the earth stud/earth

bar provided on the switch board by bolt, nut and washer.

8.7 PROTECTIVE (Loop earthing/earth continuity) CONDUCTOR

Earth terminal of every switch board in the distribution system shall be bonded to the earth

bar/terminal of the upstream switch board by protective conductor(s).

Two protective conductors shall be provided for a switch board carrying a 3 phase switchgear

thereon.

The earth connector in every distribution board (DB) shall be securely connected to the earth

stud/earth bar of the corresponding switch board by a protective conductor.

All metallic switch boxes and regulator boxes in a circuit shall be connected to the earth

connector in the DB by protective conductor (also called circuit protective or loop earthing

conductor), looping from one box to another upto the DB.

The earth pin of socket outlets as well as metallic body of fan regulators shall be connected to

the earth stud in switch boxes by protective conductor. Twisted earth connections shall not be

accepted in any case.

Page 396: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 272 of 508

8.8 EARTH RESISTANCE

The earth resistance at each electrode shall be measured. No earth electrode shall have a

greater ohmic resistance than 3 ohms for building services earthing stations and 1 ohm in case

of medical equipment/dedicated earthing stations as measured by an approved earth testing

apparatus.

Where the above stated earth resistance is not achieved, necessary improvement shall

be made by additional provisions, such as additional electrode(s), different type of electrode,

or artificial chemical treatment of soil etc., as may be directed by the consultants.

8.9 MARKING:

Earth bars/terminals at all switch boards shall be marked permanently, "E" or as;

Main earthing terminal shall be marked "SAFETY EARTH - DO NOT DISCONNECT".

Page 397: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 273 of 508

CHAPTER - 9

TESTING OF INSTALLATION:-

9.0 SCOPE

This chapter describes the details of tests to be conducted in the completed internal

electrical installations, before commissioning.

9.1 GENERAL

9.1.1 Tests

On completion of installation, the following tests shall be carried out :-

1. Insulation resistance test.

2. Polarity test of switch.

3. Earth continuity test.

4. Earth electrode resistance test.

9.2 Witnessing of tests

Testing shall be carried out for the completed installations, in the presence of and to the

satisfaction of the consultants by the contractor.

All test results shall be recorded & submitted to the consultants.

9.3 Test instruments

All necessary test instruments for the tests shall be arranged by the contractor.

9.4 INSULATION RESISTANCE

9.4.1 The insulation resistance shall be measured by applying between earth and the whole system of

conductors, or any section thereof with all MCB.s in place, and all switches closed, all lamps

in position, or both poles of the installation otherwise electrically connected together, a

direct current pressure of not less than twice the working pressure, provided it need not

exceed 500 volts. Where the supply is derived from a poly phase A.C. system, the neutral pole

of which is connected to earth either directly or through added resistance, the working

pressure shall be deemed to be that which is maintained between the phase conductor and

the neutral.

9.4.2 The insulation resistance shall also be measured between all the conductors connected to

one pole, or phase conductor of the supply, and all the conductors connected to the neutral,

or to the other pole, or phase conductors of the supply with all the lamps in position and

switches in "off" position, and its value shall be not less than that specified in sub- clause7.2.3.

9.4.3 The insulation resistance in megaohms measured as above shall not be less than 12.5

megaohms.

Page 398: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 274 of 508

9.4.4 The term "outlet" includes every point along with every switch, except that a switch combined with a socket outlet, appliance or lighting fitting is regarded as one outlet.

9.5 POLARITY TEST OF SWITCH

9.5.1 In a two wire installation, a test shall be made to verify that all the switches in every circuit have been fitted in the same conductor throughout, and such conductor shall be labeled or marked for connection to the phase conductor of the supply.

9.5.2 In a four wire installation, a test shall be made to verify that every non-linked single pole switch is fitted in a conductor which is labeled, or marked for connection to one of the phase conductors of the supply.

9.5.3 The installation shall be connected to the supply for testing. The terminals of all switches shall be tested by a test lamp, one lead of which is connected to the earth. Glowing of test lamp to its full brilliance, when the switch is in "on" position irrespective of appliance in position or not, shall indicate that the switch is connected to the right polarity.

9.6 TESTING OF EARTH CONTINUITY PATH

The earth continuity conductor, including metal conduits shall be tested for electric continuity. The electrical resistance of the same along with the earthing lead, but excluding any added resistance, or earth leakage circuit breaker, measured from the connection with the earth electrode to any point in the earth continuity conductor in the completed installation shall not exceed one ohm.

9.7 MEASUREMENT OF EARTH ELECTRODE RESISTANCE

9.7.1 Two auxiliary earth electrode, besides the test electrode, shall be placed at suitable distance from the test electrode (see figure). A measured current is passed between the electrode 'A' to be tested and an auxiliary current electrode 'C', and the potential difference between the electrode 'A' and auxiliary potential 'B' is measured. The resistance of the test electrode 'A' is then given by

9.7.2 Stray currents flowing in the soil may produce serious errors in the measurement of earth resistance. To eliminate this, hand driven generator shall be used.

If the frequency of the supply of hand driven generator coincides with the frequency of stray current, there will be wandering of instrument pointer. An increase or decrease of generator speed will cause this to disappear.

9.7.3 At the time of test, the test electrode shall be separated from the earthing system.

9.7.4 The auxiliary electrodes shall be of 13 mm diameter mild steel rod driven upto 1 m into the ground.

9.7.5 All the three electrodes shall be so placed that they are independent of the resistance area of each other. If the test electrode is in the form of a rod, pipe or plate, the auxiliary current electrode 'C' shall be placed at least 30 m away from it, and the auxiliary potential electrode 'B' shall be placed mid-way between them.

9.7.6 Unless three consecutive readings of test electrode resistance agree, the test shall be repeated

by increasing the distance between electrodes A and C upto 50 m, and each time placing the

electrode B midway between them.

Page 399: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 275 of 508

9.8. TEST CERTIFICATE

On completion of an electrical installation, a certificate shall be furnished by the contractor,

countersigned by the certified supervisor under whose direct supervision the installation was

carried out. This certificate shall be in the prescribed form as given in Appendix ... in

addition to the test certificate required by the local Electric Supply Authorities.

Page 400: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 276 of 508

CHAPTER – 10

MAIN LT PANEL AND FLOOR PANELS

10.1 MAIN LT PANEL AND FLOOR PANEL

The non-draw out type L.T. Panel shall be with copper/aluminium bus bars (as specified in BOQ),

indoor type, free standing, floor mounting type, extensible on either side.

10.2 SITE CONDITIONS:

Max. peak room temperature in shade: 45.C.

Altitude - 50 mtrs. above mean sea level.

10.3 STANDARDS:

The design, manufacture & testing of the various items are covered by the following standards:

IS 8623 – 1993 : Low Voltage switchgear & control gear assemblies.

IS13947(P1)-1993 : General requirement for Switchgear and Controlgear for

voltages not exceeding 1000V.

IS12729 -1988 : General requirement for Switchgear and Controlgear for

voltages exceeding 1000V.

IS13947(P1)-1993 : Degree of protection provided by enclosure for low

voltage switchgear and Controlgear.

IS 3619 - 1966) : Phosphate treatment.

IS 6005 - 1970)

IS 5 - 1978 : Colour for ready mixed paints & enamels.

IS 5082 - 1969 : Wrought aluminium for electrical purpose.

BS - 162 : Clearance & creepage for bus systems.

IS 5578 : Marking arrangement for busbar/ cable.

IS 13947 : Clearances & Creepages for devices.

Part-1

IS 13945 : Push buttons & related control (Part-1, Sec.-1) switches

including control contactors.

IS 13703 Part I & : HRC Fuses.

IS13947 (P-2)-1993 : LV switchgear & control gear circuit breakers.

IS 3231 - 1965 : Protective relays.

Page 401: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 277 of 508

IS 3156 - 1992 : Voltage transformers.

IS 2705 - 1992 : Current transformers.

IS 1248 - 1968 : Elect. indicating instruments.

IS 8878 - 1993 : Miniature Circuit Breakers.

IS 10118(P3) –1982 : Code of Practice for Installation of Switchgear.

10.4 SPECIFICATIONS:

Rated System : 415V. 50Hz. TPN.

Rated insulation level : 1100V rms.

KV withstand level : 2.5 KV rms for power circuit.

for 1 min). : 1.5 rms for control circuit

Horizontal busbar : As indicated in B.O.Q.

Rating. / Drawings.

Rated short time : Upto 50Ka rms for 1 sec.

Rating of H.Bus &

.Bus for main panels

Protection of : IP43.

Enclosure.

10.5 CONSTRUCTION:

The standard L.T. Panel shall contain a basic frame assembly reinforced with formed sheet steel

profiles and cross members. Sheet steel partitions shall be bolted to this frame to form the full

structure. Basic structure is made out of minimum 2 mm. CRCA sheet. The load bearing

members are made out of 2mm thick and non-load member items are out of 1.6 mm. thick

sheet steel. All sheet steel shall be cold rolled.

The pretreatment process shall involve de-greasing, rinsing, de-scaling, rinsing, de-rusting,

rinsing, phosphating, rinsing & passivation. After this, it shall be spray finished with a primer,

oven dried and spray painted with finish paint, 2 coats wet on wet. Then it shall be baked in

oven to achieve a uniform, smooth and tough film. The standard shade offered shall be light

gray shade 631 semigloss as per IS: 5. The painting shall be with synthetic enamel stoving grade

to a final overall dry film thickness of 50/60 microns.

The Panel design shall be of single front cubicle with horizontal busbars mounted at top,

extensible on either side. The breaker, instruments and aux. equipments shall be accessible

from front. The cable terminations shall be accessible from the rear side.

Page 402: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 278 of 508

Each section shall be divided into 3 compartments, enclosing either Air Circuit Breakers or On

Load Change Over Switch fuse Units or Switch Fuse/Fuse Switch Units or Auxiliary equipments.

Max. of 2 tier ACB compartments shall be provided in one section.

A standard transportable shipping section shall contain max. three sections with length not

exceeding 3 m and weight not exceeding 2.5 tonnes.

The incoming terminals of the breakers shall be connected to the busbar by suitable links. The

outgoing terminals shall be extended in the cable chamber for direct Bus Truncking/ cable

connections. These shall be identified by coloured PVC tape/paint, wherever required link

extension to form busduct entry from top shall also be provided. Adequate shrouding and

caution notice plate shall be provided to prevent the accidental contact to live terminals.

The ACBs shall be mounted on the channel frame and shall be partitioned at the top by

insulated barrier on the either side by sheet metal barrier with necessary cutout for power

linking for control wiring. The control equipment, fuses, timers, contractors, etc., shall be laid

out in standard fashion on a painted base plate and fixed with screws to the frame at

appropriate location.

Each ACB module compartment shall be provided with front access door made out of 2 mm.

thick sheet steel.

Basic instrument such as ammeter, voltmeter with selector switch and lamps shall be provided

on the ACB module door itself. Meters such as KW, Hz, PF may be provided in a separate module

for a single tier ACB or on the vertical bus door for a 2 tier ACB panel. KWh meters or KVA meter

with or without MDI and protective relays shall be located in the bottom most compartment or

on the vertical bus chambers. Meters/relays shall be identified with feeder identification name

plates when they are located away from feeder module.

Suitable inscription plates shall be provided to identify the feeders, function of the doors

mounted devices and caution plate shall be provided at appropriate locations.

Cubicle illuminating lamp, 240V, 5A, 3 pin plug and socket shall be provided with MCB for

protection in cable chamber a standard item in each compartment.

Suitable M.S. removable, undrilled gland plates shall be provided. For single core cables non

magnetic gland plates shall be provided.

10.6 SAFETY INTERLOCKS

The following safety interlock shall be provided for each module:

i) When ACB is ON door cannot be opened - electrically or mechanically. (Defeat interlock

to be provided.)

ii) Padlocking in OFF position (locks to be provided.)

iii) Castell interlocks for feeder co-ordination as per B.O.Q. / Drawings.

Page 403: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 279 of 508

10.7 AIR CIRUIT BREAKERS:

The Air Circuit Breaker shall be draw out type as indicated in the Schedule of Quantities.

The air circuit breakers shall comply with IS - 13118 - 1991.

The air circuit breakers shall have 100% certified rating when mounted in the panel. (All de-

rating factors shall be clearly indicated by the contractor in his offer).

The air circuit breakers shall be (as indicated in the schedule of quantities) either manually

operated or with motor operated store charged, spring closing mechanism in which case the

motor shall be suitable for 220V AC/DC supply. The motorized mechanism shall charge a closing

spring upon circuit connection. This charged spring may be electrically or manually released

effecting the closer of the breaker. The closing spring shall automatically be recharged for the

next closing command. An Operator shall also be in position to manually charge the closing

spring. The spring condition `Charged' or `Free' shall be visible through the indicator.

Fault lock out/anti-pumping device shall be provided on each breaker so that it could not be re-

closed after tripping on fault without manual resetting being done.

The incoming and the outgoing breakers shall be provided either with static trip release

integrally mounted on the breakers/or other suitable relays. This release/relays should have the

following adjustments:

a) Over current pick-up.

b) Inverse tripping time at 6 times the current setting.

c) Short time delay pick-up at various current settings.

d) Short time delay - instantaneous.

e) Earth fault pick-up at various current settings.

f) Earth fault delay - instantaneous.

g) Reverse Power Relay (Only on ACB being used for DG set Duty)

The breakers being used as bus couplers shall be without integral release. An AC shunt trip

release shall be provided with under-voltage release back-up to operate these bus coupler

breakers.

The air circuit breaker (Electrical drawout type) being used as incomer shall have the following

accessories, indications, meters, provided on its housing;

3 No. LED Phase indicating Lamps.

i) Multifunction meter with display of KWh, volt, Amp., power factor & C.T.s as indicated on the drawing/s with selector switch.

iii) 1 No. Indicating Lamps for the following;

a) Red for ACB ON.

Page 404: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 280 of 508

The air circuit breaker being used on out going feeder shall have the following accessories,

indications, meters, provided on its housing;

i) 1 No. ammeter of suitable range and C.T.s as indicated on the drawing/s with selector switch.

ii) 1 No. Indicating Lamps for the following;

a) Red for ACB ON.

The air circuit breaker being used as Bus Coupler shall have the following accessories,

indications, meters, provided on its housing;

i) 1 No. Indicating Lamps for the following;

a) Red for ACB ON.

All Air Circuit Breakers shall be with Micro-processor based release (for over current, Short

circuit and Earth fault protections).

COMBINATION FUSE SWITCH DISCONNECTORS and ON LOAD CHANGE OVER SWITCH FUSE

UNITS:

These Units should comply with IS:13947-(Series) 1993 amended upto date. These should be

suitable to accommodate high rupturing capacity cartridge fuse-links complying with

IS:13703(Series) amended upto date and having a certified rupturing capacity of not less than

50KA, at 415Volts. These shall be of four pole type.

10.8 CONSTRUCTION:

The unit housing shall be of robust construction designed to withstand the hardest conditions

met in industry. It should have double breaks per phase to ensure complete isolation of the fuse

links when the unit is in the `off' (isolation) position. The `on' and `off' positions of the handle

shall be clearly indicated and the action of the switch should be positive. The contacts of all

units should be silver-plated.

Interlocks must be provided to ensure that the enclosure cannot be opened until the switch is

in the `off' position. It should, however, be possible for a competent examiner to operate the

switch with the enclosure open by releasing a suitable interlock.

The switch should have an external earthing terminal to enable the enclosure to be earthed.

The arrangement and disposition of the parts in the unit should provide for straight through

connections thereby avoiding looping in of cables. The unit should be fitted with top and

bottom detachable end cover and provision should be made for fixing cable boxes to the flanges

of the unit in place of end covers.

Page 405: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 281 of 508

The unit should be capable of breaking the stalled current of the largest induction motor with

which it is likely to be associated. If necessary, the contractor should be prepared to produce

type test certificates set out in the appropriate Indian standards with which the unit complies.

It shall also have the following indications and metering;

a) CT operated ammeter of suitable rating complete with CT and selector switch. b) 1 No. indicating lamps for the followings

i) Red for SFU/COSFU ON

10.9 MOULDED CASE CIRCUIT BREAKERS:

The normal Moulded case circuit breakers shall have all live parts totally enclosed in a moulded

insulated housing. It shall have a quick make and quick break mechanism. The mechanism shall

be trip free so that the contacts can not be held closed against a fault. The bi-metallic

mechanism shall be provided for inverse time current trip characteristic, to prevent interruption

on normal inrush currents or temporary overloads. The instantaneous release shall be provided

to protect equipment against very high current or short circuits. There shall be a common trip

bar so that in case of fault on any of the phases, all the three phases trip together.

The arcing shall be totally contained within the housing so that the possibility of any damage to

any adjacent equipment or personnel due to accidental mishandling is avoided. Individual arc

chutes shall be provided on each phase to draw the arc away from the contact tips, thus,

quenching it rapidly.

The minimum breaking capacity of Moulded Case Circuit Breakers at 415 V AC and 0.3 PF shall

be Max. 35 KA for MCCBs of upto 200 A rating and for MCCB.s of over 200A rating it shall be

minimum 50 KA. Each Moulded Case Circuit Breakers shall have the following accessories;

a) Auxiliary switch.

b) Adjustable over-load relay.

10.10 BUSBAR SYSTEM:

10.10.1 HORIZONTAL BUSBAR:

The horizontal busbars shall be located at the top/ bottom/ center busbar compartment. The

busbars shall be of electrical grade, high conductivity, copper/aluminum (as specified in BOQ)

sections of required ratings.

10.10.2 VERTICAL BUSBAR:

The vertical busbar shall also be made from high conductivity electrical grade copper/aluminum

(as specified in BOQ) sections, the rating and size shall depend upon the total rating of all

feeders in the column considering the diversity factors O.9. The busbars shall be provided with

black heat shrinkable PVC sleeving/PVC taping with R.Y.B phase identification at regular

intervals.

Page 406: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 282 of 508

10.10.3 NEUTRAL BUS:

It shall run parallel to horizontal and vertical busbars. Standard neutral busbar size is half the

size of main busbar.

10.10.4 CONTROL BUSBAR:

Control bus if required and specified.

10.10.5 EARTH BUS:

50 x 6 mm. copper earth bus shall be provided in the bottom most compartment along the

entire length of the board for connection to project earth at either end.

10.10.6 BUS JOINTS:

Joining between busbars shall be by using rigid or flexible buslinks.

10.10.7 BUS BAR SUPPORTS :

Both horizontal and vertical busbars shall be supported at uniform intervals on high impact,

anti-tracking, non-hygroscopic, arc resistant, flame retardant, self extinguishing GRP (Glass

reinforced plastics), insulators. These insulators shall be type tested for short circuit withstand

capacity.

10.11 MODULES:

10.11.1 INCOMER:

ACB in single tier or in 2 tier shall be provided as incomer from transformer. Cable entry from

top shall be provided for each incomer breaker.

10.11.2 OUTGOING FEEDERS:

The outgoing feeders shall be as indicated in B.O.Q./ Drawing. Irrespective of the panel depths,

the panels shall be coupled front flush. Each outgoing feeder shall have the provision for

Cable/bus duct connection from the bottom/top.

10.12 CONTROL WIRING:

All control wiring shall be done as a standard, using 1.5 sq.mm. multistrand pvc insulated copper

wires. These shall be black in colour for AC and grey in colour for DC. The C.T. connections

shall be done using 2.5 sq.mm. multistrand PVC insulated copper wires of red colour.

The outgoing control wires shall be terminated from the equipment terminals to control

terminal block in cable chamber. Whenever required PVC channels shall be used for wire

routing. On either ends of these wires self locking yellow ferrules with black letters shall be

provided. Multistrand wire termination shall be provided with crimping type lugs.

Page 407: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 283 of 508

10.13 INTER-MODULE WIRING:

The control wiring between modules located in the same vertical section shall be connected at

the respective terminal blocks/terminals. These shall be routed through the cable duct in PVC

wire channels. Inter connections between adjacent cubicle in the same shipping sections shall

be done in a similar way.

10.14 CURRENT TRANSORMERS:

Current transformer meant for metering & protection shall be mounted on the bus links either

on the incoming side or outgoing side as the case may be. They shall be wired and terminated

suitably for external connection.

10.15 FUSES

All fuses shall be of the HRC cartridge type, conforming to IS:13703 mounted on plug-in type of

fuse bases having a prospective current rating of not less than 50 KA. Fuses shall be provided

with visible operation indicators to show that they have operated. Insulated fuse pulling handle

shall be supplied with each control panel.

10.16 INDICATING INSTRUMENTS & METERS

Electrical indicating instruments shall be flush mounted digital type having min. 96 mm square

dial.

10.17 CONTROL AND SELECTOR SWITCHES

Control and instrument switches shall be of the rotary type and shall be provided with properly

designated plate. Control switches shall have momentary contacts spring return to center with

pistol grip handle. Instrument and selector switches shall have stay put contacts.

10.18 PUSH BUTTONS

All push buttons shall be of push to actuate type having 2 `NO' and 2 `NC' self reset contacts.

They shall be provided with designation plates, engraved with their functions. push button

contacts shall be rated for 10 amps at 415V A.C. and 0.6 Amp. inductive breaking at 220V D.C.

10.19 INDICATING LAMPS

Indicating lamps shall be of the filament type having double contact bayanet caps and low watt

consumption. Lamps shall preferably be provided with series resistors to prevent short circuiting

of control supply of filament fusing. Colour of lens shall be as per enclosed drawing/data sheet.

Lamp grip shall be supplied along with the panel so that replacement of the bulb can easily be

done from the front of the panel.

The panel boards having power factor correction relay as one of the components, shall have

enough space to house the power factor correction capacitors banks also in the panel itself.

Page 408: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 284 of 508

10.20 DRAWINGS

The contractor shall provide the following drawings for approval to Consultants/Engineer in

Charge before commencement of supply/fabrication.

i) General layout-Plan, section, elevations

ii) Foundation

iii) Wiring-Power & Control

Page 409: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 285 of 508

CHAPTER – 11

STRUCTURED CABLING FOR TELEPHONE SYSTEM

11.1 STRUCTURED CABLING FOR TELEPHONE SYSTEM

This section contains the definitions of terms, acronyms and abbreviations that have

special technical meaning of that are unique to the technical content of the standard

special definitions that are appropriate to individual technical sections are included.

11.1.1 DEFINITIONS

ADAPTER : It will be a device that will enable different sizes or shape of plugs to mate with

one another or to fit into a telecommunications outlet or provide for the rearrangement of

leads that allow large cables with numerous wires to fan out into smaller groups of wires,

or make interconnections between cables.

CROSS CONNECT : A group of connection points, wall or rack mounted, tied to

mechanically terminate and administer building wiring.

PATCH CORD : A length of wire or optical fiber cable with connectors on each end used to

join communications circuits at a cross connect.

PATCH PANEL : A system of terminal blocks, patch cords, backboards that facilitate

administration of cross-connected fields for moves and rearrangements.

TELECOMMUNICATIONS OUTLET : A connecting device located in a work area on which

horizontal wiring system cable terminates and which will receive a mating connector.

11.1.2 BASIS OF DESIGN:

Depending upon the characteristics of the individual application, choice with respect to transmission media have been made. In making this choice factors which have been considered include.

Flexibility with respect to supported services;

Required useful life of backbone wiring;

Site size and user populations.

Since building occupants needs for telecommunications services vary over time and from occupant to occupant hence plans for the future use of the backbone wiring may range from highly predictable to very uncertain. Wherever possible, different service requirements have been determined.

Page 410: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 286 of 508

11.1.3 BACKBONE WIRING

11.1.3.1 General

The function of the backbone wiring shall be to provide interconnections between

telecommunications closets, equipment rooms and entrance facilities in the

telecommunications wiring system. The backbone wiring shall consist of the transmission

media, intermediate and main cross connects, and mechanical terminations for

interconnection of telecommunications closets, equipment rooms and entrance facilities.

The backbone wiring shall include transmission media in the building.

The backbone wiring shall use the star topology wherein each telecommunications closet

shall be wired to a main cross connect / patch panel or an intermediate cross connect then

to a main cross-connects / patch panel. There shall be no more than two hierarchical levels

of cross connects / patch panel in the backbone wiring. Interconnections between any two

telecommunications closet shall pass through three or fewer cross-connects / patch panel.

Bridged taps shall not be permitted as part of the backbone wiring.

Either of the following four types of cables shall be used for backbone wiring as defined in

schedule of quantities.

i. 100-ohm UTP multiplier backbone cable.

ii. 150-ohm STP cable

iii. 50-ohm coaxial cable.

The tenderer has to assure that cross talk coupling between individual, unshielded twisted-

pairs shall not affect the transmission performance of multi-pair cables.

11.1.4 HORIZONTAL WIRING

11.1.4.1 General

The horizontal wiring shall be the portion of the telecommunications wiring system that

will extend from the work area telecommunications outlet to the telecommunications

closet. The horizontal wiring shall include the telecommunications outlet in the work area,

mechanical termination for the horizontal cables, and cross-connections located in the

telecommunications closet.

Page 411: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 287 of 508

The horizontal wiring shall be capable of handling he following minimum services.

i. Voice telecommunications.

ii. Premises switching equipment.

iii. Local area network (LAN)

The horizontal wiring shall be a star topology with each work area telecommunications outlet connected to a telecommunications closet. Horizontal wiring shall preferably contain no more than one transition point between different forms of the same cable type.

Bridged taps shall not be permitted as part of the horizontal wiring.

The maximum horizontal distance shall be limited to 90 meters (295 ft) independent of media type i.e. the cable length from the mechanical terminating of the media in the telecommunications closet to the telecommunications outlet in the work area shall be limited to this distance. This horizontal distance includes cabling required from the telecommunications outlet to the work station. Horizontal cable shall be limited to one of the following four types of as listed out in the schedule of quantities.

i. Four-pair 100-ohm unshielded twisted pair (UTP) cables.

ii. Two-pair 150-ohm shielded twisted pair (STP) cable.

iii. 50-ohm coaxial cables.

iv. 62.5/125 um optical fiber cable.

11.1.4.2 Grounding Considerations

Grounding system shall be an integral part of the telecommunications wiring system. In addition to helping protect personnel and equipment from hazardous voltages, the grounding system shall reduce the effect of electromagnetic interference ((EMI) to and from the telecommunications wiring system.

Grounding shall meet the NEC requirements and practices or local authorities or codes whichever impose a more stringent requirement.

The following shall be considered for the grounding system:

Installation conforms with proper practices and requirements.

Each telecommunications closet shall have an appropriate grounding access.

Grounding shall be available for cross-connect frames, patch panel racks, telephone and data

equipment and equipment required for maintenance and testing.

Page 412: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 288 of 508

11.1.5 BACKBONE WIRING DISTANCES

Telecommunications Closet to Main Cross-Connect

The maximum backbone distance between the main cross-connect patch panel and the

mechanical termination in the telecommunications closet shall be as follows:

For 100 ohm UTP cable, maximum distance between telecommunication closet and main

cross connect / panel shall be 800 mts.

For 150 ohm STP cable, maximum distance between telecommunication closet and main

cross connect shall be 700 mts.

Telecommunications equipment which connect directly to main or intermediate cross-

connects / patch panel shall done via cables of 30 m or less.

11.1.6. WORK AREA

The work area shall be defined as those components which extend from the

telecommunications outlet end of the horizontal wiring to the station equipment. The

station equipment shall be any of the number of devices including but not limited to

telephones, data terminals and computers.

When adapters are needed at the work area, they shall be external to the

telecommunications outlet. Following adaptations at the work shall be followed:

A special cable or adapter when the equipment connector is different from the

telecommunication outlet connector.

A “Y” adapter when two services run on a single multiplier cable.

Passive adapters when the cable type in the horizontal wiring is different from the cable

type required by the equipment.

Active adapters when connecting devices use different signaling schemes.

Pair transposition wherever necessary for compatibility.

Termination resistors wherever required in the work area. These shall be external to the

telecommunications outlet.

Page 413: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 289 of 508

11.1.7 TELECOMMUNICATIONS CLOSET

A telecommunications closet shall be defined as an area within the building set aside for

the exclusive purpose of housing equipment associated with the telecommunications

wiring system. There shall be no upper limit on the number of telecommunications closets

which may be provided within the building. The telecommunication closet shall have

following three possible configurations.

11.1.7.1 Horizontal Backbone Connection

The telecommunications closet shall contain the mechanical terminations for a portion of

the horizontal wiring system and a portion for the backbone wiring system. In such a case

the telecom closet shall provide facilities (space, power, grounding etc.) for the passive

(cross-connect) / patch panel or active devices or both used to interconnect the two

system.

11.1.7.2 Backbone Wiring System Interconnection

The telecommunications closet may contain the intermediate cross-connect / patch panel

or main cross connect / patch panel for different portions of the backbone wiring system.

In this usage, the telecommunications closet shall provide facilities for the passive or active

devices or both used to interconnect two or more portions or the backbone wiring system.

11.1.7.3 Entrance Facilities

A telecommunications closet may be used to contain the demarcation point or an

interbuilding entrance facility. In this usage, the telecommunications closet shall provide

facilities for the active and / or passive devised required to interconnect the demarcation

point or interbuilding entrance facility or both to the telecommunication wiring system.

The design of the telecommunications closet shall be as per the requirements of EIA/TIA-

569.

11.1.8 EQUIPMENT ROOM

The equipment room shall be defined as an area within the building where

telecommunications systems shall be housed along with the mechanical termination of

one or more portions of the telecommunications wiring system. Equipment room shall be

considered to be distinct from telecommunications closets because of the nature or

complexity of the equipment they contain. Any or all of the functions of a

telecommunications closet shall be alternatively provided by an equipment room.

Page 414: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 290 of 508

11.1.9 CABLE SPECIFICATIONS

This section covers the detailed specifications of the cable for the horizontal and backbone

wiring sections.

All cables shall meet the requirement of the EIA 568 category 6 for voice whichever impose

a more stringent requirement.

11.1.9.1 100 Ohm Category 6 UTP Cable

The cable shall consist of 24 AWG solid copper conductors, insulated with HDPE. All

conductors shall be conferred with a low smoke halogen jacket. it shall be possible to

obtain transmission rate of 10 mbps upto 150 m. This cable shall meet the specifications

of EIA/ITA-568, IEEE 802.3,10 BASE-T, IEEE 802.5 % ICEA.

11.1.9.1.1 Pair Assembly

The cable shall be restricted to four pair size to support a broad range of

applications. The pair twists of any pair shall not be exactly the same as any other

pair. The pair twist lengths shall be selected be the manufacturer to ensure

compliance with the crosstalk requirements of this standard.

11.1.9.1.2 Color Codes

The color codes shall be as shown below:

Conductor Color Code Abbreviation

Identification

-----------------------------------------------------------------------------------------------------

Pair 1 White-Blue (W-BL)

Blue (BL)

Pair 2 White-Orange (W-O)

Orange (O)

Pair 3 White-Green (W-G)

Green (G)

Pair 4 White-Brown (W-BR)

Brown (BR)

11.1.9.1.3 Cable Diameter

The diameter of the jacketed cable shall be less than 5.6 mm.

Page 415: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 291 of 508

11.1.9.1.4 DC Resistance

The resistance of any conductor, measured in accordance with ASTM D 4566 shall

not exceed 28.6 ohms per 1000 ft.

11.1.9.1.5 DC Resistance Unbalance

The resistance unbalance between the two conductors of any pair shall not exceed

5% in accordance with ASTM D 4566.

11.1.9.1.6 Mutual Capacitance

The mutual capacitance of any pair at 1 Khz, measured in accordance with ASTM D

4566 shall not exceed 20 nF per 1000.

11.1.9.1.7 Capacitance Unbalance Pair to Ground

The capacitance unbalance to ground at 1 Khz of any pair, measured with ASTM D

4566 shall not exceed 1000 pF per 1000 ft.

11.1.9.1.8 Attenuation

The attenuation of any pair cat-6 cables shall take performance to 300 Mhz in

accordance with ASTM 4566.

Frequency (MHz) Maximum Attenuation (dB per 1000 ft)

1.0 6.3

4.0 13

8.0 18

10.0 20

11.1.9.1.9 Characteristic Impedance

The characteristic impedance shall meet the following requirements when

measured using the equipment test procedure given in the ASTMN D 4566.

11.1.9.1.10 Near and Crosstalk

The near-end cross talk coupling loss between any two pairs within a cable shall be

in accordance with ASTM D 4566

Page 416: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 292 of 508

11.1.9.2 Hook - UP Wire

The hookup wire shall be solid annealed copper conductors individually insulated with PVC

with insulation marked at regular intervals with an additional code for colors. The pair

sizes shall be 1,2,3 or 4 as specified in schedule of quantities.

The electrical specifications shall be as follows:

DC Resistance 52 ohm per 1000 ft.

Mutual capacitance 4.9 nF per 100 mt.

11.1.9.3 Riser Cable

This cable shall consist of solid copper conductors insulated with expanded polyethylene

covered by a PVC sheet. The core shall be covered with a layer of plastic tape and overlaid

with a corrugated PVC plastic. it shall be suitable to be used without conduit. The cable

shall meet. EIA/TIA -568, C S A T -529, IEEE 802.3 & 10 B A S E -T. The pair sizes shall be as

per the schedule of quantities. The cable shall meet the following specifications.

Maximum DC Resistance 26.5 ohm per 100 ft.

Maximum D C Unbalanced Resistance 17%

Mutual Capacitance at 1 Khz 16 nF per 1000 ft.

Page 417: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 293 of 508

CHAPTER – 12

DRAWINGS

The contractor shall submit six complete sets of drawings on white paper to the owner/consultants after

completion of the work.

These drawings must give the following information, in addition to the information asked for in various

other sections of the specifications:

a) Location of all equipments viz. transformers, H.T. Panels, L.T. Panels, earthing stations etc.

b) Cable routes clearly indicating the sizes & number of cables.

c) Earthing layout - indicating the type of earth station & size of earth conductor.

d) Wiring diagram of L.T. Panels.

e) Complete single line diagram for Normal and Emergency supplies.

f) Any other information the consultants-in-charge may deam fit.

No completion certificate will be issued until the drawings are submitted. The drawings will be prepared and submitted by the contractor without any extra charge.

*****

Page 418: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 294 of 508

CHAPTER – 13

FIRE ALARM & PUBLIC ALARM SYSTEM

GENERAL

1. Work under this contract shall be executed as shown on the drawing and given in the

specifications & required at site whether specifically shown or not.

2. SCOPE OF WORK

2.1 Work under this contract shall consist of furnishing all labour, materials, equipment and

appliances necessary and required to completely do all work relating to the fire sensing and

public address system as described herein after and shown on the drawings.

3. INTERPRETATION

3.1 Interpretation of the contract documents shall be done in the following order of decreasing

importance.

a) Technical Conditions / Tender drawings.

b) C P W D Specifications amended upto date.

c) Relevant Indian Standard code of Practice/UL Standards amended upto date.

4. SPECIFICATIONS

4.1 Work shall be carried out strictly in accordance with the specifications attached to these

tenders.

4.2 Works not covered in the specifications shall be carried out as per relevant Indian Standards

Code of Practice and specifications of materials.

5. EXECUTION OF WORK

5.1 The work shall be carried out in conformity with the contract drawings and within the

requirements of Architectural, other specialized services drawings.

The contractor shall cooperate with all trades and agencies working on the site. He shall make

provision for hangers, sleeves, structural, openings and other requirements well in advance to

prevent hold up or progress of the construction schedule.

6. DRAWINGS

6.1 Contract drawings are diagrammatic but shall be followed as closely as actual construction

permits. Any deviations made shall be in conformity with the architectural and other services

drawings.

Page 419: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 295 of 508

7. MATERIALS

7.1 All materials used on this work shall be new and conforming to the relevant specifications and

codes in practice. Latest equipment and devices will be used and all relevant catalogues of all

the equipment and devices will be submitted by the contractor along with the offer.

7.2 Any damage during cartage, execution, installation or before formally handing over to CPWD

shall be made good by the contractor at his own expense.

8. WORKS TO BE DONE BY OWNERS

8.1 A part of the following material will be got installed by CPWD from other contractor:

1. MS Conduits.

9. INSPECTION AND TESTING OF MATERIALS

9.1 Contractor shall be required to produce manufacturer's test certificates for the materials to be

used on work.

9.2 All equipment shall be tested for calibaration at any approved laboratory if required by the

Consultants at the cost of the contractor.

10. REFERENCE DRAWINGS

10.1 The contractor shall maintain one set of all drawings issued to him as reference drawings. These

will not be used at site.

10.2 All corrections, deviations, and changes made on the site shall be shown on these reference

drawings for final incorporation in the completion drawings. All changes so made shall be

initialed by the Consultants.

11. SHOP DRAWINGS

11.1 The contractor shall submit to the department four copies of the shop drawings.

11.2 Shop drawings shall be show:

a) Any changes in layout in the contract drawings.

b) Equipment layout and piping, wiring diagram.

c) Manufacturer's or contractor's fabrication drawings for materials or equipment.

11.3 The contractor shall submit four copies of catalogues, manufacturer's drawings, equipment

characteristics data or performance charts as required by Engineer in Charge.

Page 420: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 296 of 508

12. COMPLETION DRAWINGS

12.1 On completion of works, contractor shall submit one complete set of "AS BUILT" drawings on tracing cloth and three sets of blue prints. The information contained shall be:-

a) Run of all conduits, diameters, number of wires, on all floors and vertical stacks.

b) Location of control panels, hooters, manual call stations etc.

12.2 Contractor shall provide four sets of catalogues, performance data and list of spare parts together with the name and address of the manufacturers for all electrical and mechanical equipment provided by him.

12.3 Contractor shall stand Guarantee / Warrantee for a period of one year from the date of handing over.

13. TESTING AND COMMISSIONING

12.1 Testing and commissioning shall be performed in presence of the Engineer in Charge or his authorized representative.

12.2 All materials and equipment found defective shall be replaced and all the whole work tested to meet the requirements of the specifications, at the cost of the contractor.

12.3 Contractor shall perform all such tests as may be necessary and required by the local fire and other authorities to meet the Fire, Municipal or other bye law in force wherever necessary and required. The contractor will make arrangements at his own cost for performing the tests in the presence of any fire/municipal personnel if required by the authorities.

14. APPROVAL

14.1 Contractor shall obtain approval of all works executed by him from the local fire brigade and other relevant authorities and nothing extra shall be paid to him on this account.

15. APPLICABLE STANDARDS

The system conforms to the following codes and standards.

1. CPWD specifications part –VI for Fire Alarm System installation and code of practice.

2. IS 2189-1962 Code of practice for Automatic Fire alarm system.

3. IS 2195-1962 Specification for heat sensitive fire detectors.

4. IS 732-1973 Code of practice for electrical wiring installation

5. CPWD Specifications Part I and Part II for electrical installations.

6. UL 168 Underwriters Laboratory specification for smoke detector.

7. UL 38 Manually Actuated Signaling Boxes

8. UL217 Smoke Detectors, Single & Multiple Station

9. UL 268 Smoke Detectors for Fire Protective Signaling Systems

10. UL 268A Smoke Detectors for Duct Applications

11. UL 346 Waterflow Indicators for Fire Protective Signaling Systems

12. UL 464 Audible Signaling Appliances

13. UL 521 Heat Detectors for Fire Protective Signaling Systems

14. UL 864 Standard for Control Units for Fire Protective Signaling Systems

15. UL 1481 Power Supplies for Fire Protective Signaling Systems

16. UL 1638 Visual Signaling Appliances

17. UL 1971 Visual Signaling Appliances

Page 421: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 297 of 508

CHAPTER – 14

FIRE DETECTION SYSTEM

1.0 Basis of Design

An Intelligent Fire Alarm System herein after known as (IFAS) shall be provided to

effect total control over the life safety services required in the building. The IFAS shall

be of the digital, distributed processing, real time, multitasking, multi user and multi-

location type.

The system shall be provided with Addressable and Analog fire alarm initiating,

annunciating and control devices.

The addressable and intelligent system shall be such that smoke sensors, thermal sensors,

manual pull stations etc. can be identified with point address. The system shall be capable

of:

a. Setting smoke sensor sensitivity remotely to either high sensitivity manually or on a

pre-programmed sequence e.g. occupied / unoccupied period. The IFAS shall be able

to recognize normal and alarm values that reveal trouble condition, and above normal

values that indicate either a pre alarm condition or the need of maintenance.

b. Read-out or address at actual space temperature at thermal detector points. The

operator shall also be able to adjust alarm and pre alarm thresholds and other

parameters for the smoke sensors.

c. Provide a maintenance / pre-alert alarm capability at smoke sensors to prevent the

detectors from indicating a false alarm due to dust, dirt etc.

d. Provide alarm verification of individual smoke sensors. Alarm verification shall be

printed on the printer at the control station‟s printer to enhance system maintenance

and identify possible problem areas.

e. Provide local numeric point address and LED display of the device and current

condition of the point. Local annunciation shall not interfere with annunciation from

the Fire Control System.

f. Provide outputs that are addressable, i.e. outputs shall have point address. The

operator shall be able to command such points manually or assign the points to

logical point groups (Software Zones) for pre-programmed operation.

Page 422: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 298 of 508

In the event of fire alarm, but not in a fault condition, the following action shall be

performed automatically.

a. The System Alarm LED on the main fire alarm control panel shall flash

b. A local electric sounder shall be sounded.

c. The LCD display on the main fire alarm control panel shall indicate all information

associated with Fire Alarm condition including the type of alarm point and its

location within the premises.

d. Printing the information associated with the Fire Alarm Control Panel condition,

along with the time and date of occurrence.

e. Air handling units on the affected floors shall automatically be switched OFF and

simultaneously respective fire dampers shall also be closed.

f. Pressurization fans on the evacuation shafts i.e. Stairwells etc. will automatically be

switched ON.

g. All system output programs assigned via control-by-event programs that are to be

activated by a particular point in alarm shall be executed, and the associated system

output (alarm notification appliances and/or relays) shall be activated.

h. The audio portion of the system shall direct the proper signal (tone or voice) to the

appropriate speaker circuit.

i. Pre-recorded alarm messages shall be played on the public address system.

1. Fire Alarm Control Panel

2.1 The Fire Alarm Control Panels shall function both as an independent stand alone system

element as well as an interface between the control processing unit and the fire detectors,

their accessories and the controlled devices. The control panel shall be intelligent type

with its own microcomputer and memory. It shall be powered with high efficiency

SMPS.

2.2 The Fire Alarm Panels shall be microprocessor based and shall have necessary detector

interface units (for both addressable and non-addressable sensors) , alarm output modules

for external hooter & lamp control output modules for various control functions through

relay contacts and communication modules for interfacing with the outside world . The

processor shall interact with the other modules through a common bus. The system shall

store all basic system functionality and job specific data in non-volatile memory. All site

specific and operating data shall survive a complete power failure intact. Password shall

protect any changes to system operations.

Page 423: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 299 of 508

2.3 The Fire Alarm Panels shall have the facility to process the Input Signals and control the

output functions either directly or through I/O Interface Modules as per the requirements.

2.4 The Fire Alarm Panels shall continuously scan the various loops for conditions of Fire,

Fault (Open circuit as well as short circuit) and provide audio-visual Alarm and Messages

as the case may be. Each loop shall be capable for connecting minimum 120 addressable

units (detectors and devices) with minimum 10% spare capacity for detectors.

2.5 System circuits shall be configured as follows: Addressable analog loops class 'A';

initiating devices circuits class 'A'; Notification appliance circuits Class A; Network

communication A. Annunciates Communication „A‟. Any deviation in the style of wiring

shall be with prior permission of the consultant.

2.6 The Fire Alarm Panel shall be protected against any kind of short circuit, open circuit,

over voltage and under voltage. In case of any abnormality, the system shall display

appropriate message. The panel should have a CPU watch dog circuit to indicate trouble

should the CPU fail.

2.7 The system should perform Fire Pattern Recognition. For this purpose , it shall offer the

following features:

a) Smoke entering a detector for a short duration (e.g. cigarette smoke) shall not cause

any alarm.

b) A fast build up of smoke shall result in quick alarm generation.

c) A gradual build up of smoke shall be detected early by reducing the pre-warning limit

automatically (without disturbing the alarm level).

d) A slow build up of dirt in detectors shall be recognized and the alarm level shall be

suitably modified without generating any false alarms. For this purpose, the Fire

alarm Panels shall have necessary Hardware and Software filters, details of which

must be submitted by the tenderer in the technical bid.

e) The system shall have detector sensitivity test feature, which will be a function of the

smoke detectors and perform automatically every four hours.

2.8 The Fire Alarm Panels shall have the under mentioned additional features:

a) Logging an alarm, time and action text on printer.

b) Status check of disabled alarm addresses before they are restored.

c) Storing of alarms and the possibility of internal organization of alarms.

Page 424: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 300 of 508

2.9 Offered Fire Alarm Panel shall have high degree of flexibility with:

a) The possibility of expanding to a bigger system with several control panels, and

control and information units.

b) Programmable actuation of control output relays for tripping ventilators, closing of

fire doors, closing of fire dampers, etc. in case of fire. The system shall also provide a

manual over-riding facility to operate/de-activate the above.

c) Connection to addressable as well as non-addressable (Conventional) Detectors,

Manual call station, etc.

2.10 The panel shall offer an event log that records a minimum of 1000 events to be displayed

on touchscreen, LCD or panel programming software.

2.11 For reasons of reliability and preventing inadvertent changes, the software / database

shall be maintained in Non-volatile Memory. It shall be possible to reprogram the

software by authorized personnel only. Fire Alarm Panel shall provide Access Protection

via Password (multilevel). Hard-ware protection shall be via a security lock and key

arrangement.

2.12 Offered Fire Alarm Panels shall automatically scan the whole system and confirm the

user entered configuration. It shall also generate the appropriate messages.

2.13 System should check up all the detectors periodically (by scanning) for the sensitivity of

the detectors. Whenever any detector sensitivity goes down due to/ soiling or dust

accumulation it should provide the required biasing to bring the detector's sensitivity upto

the required level. In case any detector goes below the minimum sensitivity level, it

should issue a warning tone for cleaning the detector manually. Therefore each analog

detector shall be monitored for maintenance alert.

2.14 The system shall support distributed processor intelligent detectors with the following

operational attributes; integral multiple differential sensors , automatic device mapping,

environmental compensation, pre alarm, dirty detector identification , automatic

day/night sensitivity adjustment, normal / alarm LEDs, relay bases, sounder bases and

isolator bases.

2.15 The Fire Alarm Control Panels shall be of multiplex system using distributed memory,

processing and control configured in regenerative network using a Master network

controller and various field panels and remote controllers. These regenerative networks

shall be capable of generating critical system functions in the event of Master network

controller fails or data line is severed. The network upon failure of these shall sense the

missing remote controllers or field panels and regenerate itself into a system or system

dependent upon the remaining hardware. Each segment that has been regenerated shall be

a full operating system capable of passing individual device or zone information to or

from any remote field panel for operation of appropriate output devices and events. All

Fire alarm control panels will be peer to peer networked with each other.

Page 425: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 301 of 508

2.16 The Fire Control Panel shall be equipped with integrated fire fighters telephone system

which shall automatically dial one or more programmed fire fighter's telephone numbers

and convey pre-programmed messages in the event of fire in any of the zone. The fire

panel should have a Dialer Alarm Communicator Transmitter (DACT) module to

transmit alarm, supervisory and trouble signal to a Central Monitoring Station (CMS).

The DACT shall support dual telephone lines, 20 pps 4/2 communication and configured

for Dual Tone Multi-Frequency (DTMF) or pulse modes.

2.17 Indications as mentioned hereunder shall be available on the Fire Alarm Panels.

a) RED and AMBER high power LED to indicate any zone on fire and fault

respectively. Zone number and the area should be displayed on 3” user friendly touch

screen display / 640 characters LCD display on the control panel. Nature of fault shall

also be indicated on the LCD display. The main LCD panel and operator console

shall be in modular form and the same should be used as a repeater panel thus

enabling full featured remote operation of the fire alarm system.

b) Mains-on (Green). In case of mains failure, SYSTEM ON BATTERY LIGHT

(AMBER) should come up.

c) Battery under voltage should be indicated by flashing RED LED with 1 KHz. broken

audio signal.

d) Other indications as per system design.

e) It should have the facility of for the connection of printer.

2.18 Matrix type connected printer should provide real time recording of all the system

operations. In addition to the above, it should be able to provide Hard Copy of reports,

system serviceability and faults etc. on demand.

2.19 The system on demand shall provide analog detector sensitivity report. The system shall

also provide history report of verification cycles per detector and the system status

reports of detector analog reading both on computer and VDU as well as in the form of

hard copy through the printer.

2.20 The FACP shall be listed with UL / VDS / FM and the panel shall have the provision for

connecting to Repeater Panels to meet feature requirements.

2.21 Modular system design, with a layered application design concept including an

"operational layer" and a "human interface layer" to allow maximum flexibility of the

system with a minimum physical size requirement. The panel should be dust and vermin

proof.

Page 426: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 302 of 508

2.22 The panel should support 128 service groups within the system program to allow the

testing of the installed system based on the physical layout of the system, not on the

wiring of the field circuits connected to the FACP.

2.23 All the metal portions of the panel shall be powder coated and earthed properly. All the

loop cards and accessories specified will be housed in a single housing.

2.24 Digital Voice Command Center

1. The Digital Voice Command Center located with the FACP, shall contain all

equipment required for all audio control, emergency telephone system control,

signaling and supervisory functions. This shall include speaker zone indication and

control, telephone circuit indication and control, digital voice units, microphone and

main telephone handset.

2. Function: The Voice Command Center equipment shall perform the following

functions:

a. Operate as a supervised multi-channel emergency voice communication system.

b. Operate as a two-way emergency telephone system control center.

c. Audibly and visually annunciate the active or trouble condition of every speaker

circuit and emergency telephone circuit.

d. Audibly and visually annunciate any trouble condition for digital tone and voice

units required for normal operation of the system.

e. Provide all-call Emergency Paging activities through activation of a single control

switch.

f. As required, provide vectored paging control to specific audio zones via

dedicated control switches.

g. Provide a factory recorded “library” of voice messages and tones in standard

WAV. File format, which may be edited and saved on a PC running a current

Windows® operating system.

h. Provide a software utility capable of off-line programming for the VCC operation

and the audio message files. This utility shall support the creation of new

programs as well as editing and saving existing program files. Uploading or

downloading the VCC shall not inhibit the emergency operation of other nodes

on the fire alarm network.

Page 427: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 303 of 508

i. Support an optional mode of operation with four analog audio outputs capable

of being used with UL 864 fire-listed analog audio amplifiers and SCL controlled

switching.

j. The Digital Voice Command shall be modular in construction, and shall be

capable of being field programmable without requiring the return of any

components to the manufacturer and without requiring use of any external

computers or other programming equipment.

k. The Digital Voice Command and associated equipment shall be protected against

unusually high voltage surges or line transients.

2.25 Addressable Digital Audio Amplifiers

1. The Digital Audio Amplifiers will provide Audio Power for distribution to speaker

circuits.

2. Multiple audio amplifiers may be mounted in a single enclosure, either to supply

incremental audio power, or to function as an automatically switched backup

amplifier(s).

3. The audio amplifier shall include an integral power supply, and shall provide built-in

LED indicators for the following conditions:

4. The audio amplifier shall provide the following built-in controls:

- Amplifier Address Selection Switches

- Signal Silence of communication loss annunciation Reset

- Level adjustment for background music

- Enable/Disable for Earth Fault detection

- Switch for 2-wire/4-wire FFT riser

5. Adjustment of the correct audio level for the amplifier shall not require any special

tools or test equipment.

6. Includes audio input and amplified output supervision, back up input, and automatic

switch over function, (if primary amplifier should fail).

7. System shall be capable of backing up digital amplifiers.

Page 428: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 304 of 508

2.26 Audio Message Generator (Prerecorded Voice)/Speaker Control:

1. Each initiating zone or intelligent device shall interface with an emergency voice communication system capable of transmitting a prerecorded voice message to all speakers in the building.

2. Actuation of any alarm initiating device shall cause a prerecorded message to sound over the speakers. The message shall be repeated. Pre- and post-message tones shall be supported.

3. A built-in microphone shall be provided to allow paging through speaker circuits.

4. System paging from emergency telephone circuits shall be supported.

5. The audio message generator shall have the following indicators and controls to allow for proper operator understanding and control:

2.27 Fire Fighters' Telephone System:

The Fire Alarm system shall provide a fully integrated Fire Fighters' Emergency

Telephone and Communications System. A Master Telephone handset shall be provided

which will provide a totally independent 2-way communication between the Fire Alarm

Control Panel and any of the Fire Fighters' Telephone Stations located as indicated on the

plans for the building. The Fire Fighters' Telephone System shall include individual

LEDs and switches per telephone station. The user shall connect a call by pressing the

'connect' switch. To terminate a call, the operator shall press the 'disconnect' switch.

2.28 Programmable Electronic Sounders:

Electronic sounders shall operate on 24 VDC nominal.

Electronic sounders shall be field programmable without the use of special tools, at a

sound level of at least 90 dBA measured at 10 feet from the device.

Shall be flush or surface mounted as shown on plans

2. DETECTORS AND ADDRESSABLE DEVICES

2.1 General Features common to all detectors :

a. Detector shall have an integral microprocessor capable of storing fire parameters

information in the detector head. Distributed intelligence shall improve response time

by decreasing the data flow between detector and analog loop controller. Maximum

total analog loop response time for detectors changing state shall be 5 seconds. The

addressable detectors shall be designed to detect one or more characteristics of fire,

light smoke or heat. The prime function of an addressable detector shall be to detect a

fire in its early stages by one of its characteristic phenomena, both visual and

invisible and convert the same into an electrical signal for initiating the local and

remote alarm.

Page 429: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 305 of 508

b. The addressable detectors shall be suitable for column / ceiling mounting.

c. The detector shall be suitable for class A (ring main) preferable or Class B (Non ring

main) wiring.

d. The detectors shall be plug-in type and shall have common base.

e. An indicator LED shall be provided on the detector which illuminates when the

detector has reached a preset alarm level. The indicator shall be operated

independently of the detector from the central control panel.

f. Provision shall be made for an output from the detector suitable for operating a

remote indicator or other device with a current limitation of 4 milli-amps. The output

shall be operated independently of the smoke detector from the central control panel.

g. Separate mounting bases shall be required which enable ready removal of detectors

for maintenance. The bases shall be fitted with stainless steel terminal springs and

stainless steel terminal screws and saddles.

h. The construction of the detector and bases shall be in white self-extinguishing

polycarbonate plastic. Full circuitry must be protected against moisture and fungus.

Smoke entry points must be protected against dust and insect ingress by corrosion

resistant gauze. The detectors must be unobtrusive when installed.

i. Data transmissions to and from the fire control panel from the detector shall be via a

communications module which is factory fitted to a detector by the original detector

manufacturer and forms a complete and integral part of the detector .

j. The detector shall be supplied complete, fully tested and each should bear the serial

no. and seal of the approving laboratory/body.

k. The detector shall be capable of automatic electronic addressing/custom addressing

with/without the use of DIP or rotary switches.

l. There shall be facility on the mounting base for writing in indelible ink the address of

that base. The address code shall be obscured from sight when detector is fitted to the

base.

m. The build-up of dirt or similar contamination on the radio-active source will cause the

output signal from the detector to gradually change. The control panel shall be

capable of monitoring this slow change in signal and at a predetermined level indicate

that the detector is in need of servicing.

Page 430: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 306 of 508

2.2 Addressable Photoelectric(Optical) or Multi Sensor Smoke Detectors

A Addressable Photoelectric (Optical) Detectors

a. The photoelectric smoke detector shall respond predominantly to light white

smoke.

b. The photoelectric smoke detectors must exhibit uniform response behavior in

course of time.

c. The light source intensity shall automatically adjust to compensate for possible

effects of dirt and dust accumulation in the sensor/lens.

d. Smoke density in the chamber shall be measured by a symmetrical optical system.

e. The detectors shall have serial no. and seal of the approving laboratory/body.

f. The detection principle shall employ a multiple light pulse coincidence circuit in

order to prevent the false alarms.

g. All electronic circuits must be solid state devices and virtually hermetically sealed

to prevent their operations from being impaired by dust, dirt or humidity.

h. All circuitry must be protected against usual electrical transient and

electromagnetic interference.

i. Reversed polarity or faulty zone wiring shall not damage the detector.

j. The response sensitivity of each smoke detector shall be field adjustable to a

minimum of two pre-determined (factory calibrated) levels. It shall be possible to

test the sensitivity of a detector in the field.

k. The response (activation) of a detector shall be clearly visible from the outside by

a flashing light of sufficient brightness.

l. A built-in (optional) integrated circuit shall allow the suppression of brief

deceptive phenomenon.

m. The smoke entry windows of the detector shall be field adjustable to match local

air current patterns.

n. A built-in barrier shall prevent entry of insects into the sensor.

o. The detector shall be designed for fast and simple laboratory cleaning.

Page 431: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 307 of 508

p. The detector shall be inserted into or removed from the base by a simple push-

twist mechanism to facilitate exchange or cleaning and maintenance.

q. The detector shall be connected to the Fire Alarm Panel via fully supervised two-

wire circuits stub line (class "B" wiring) or a two wire circuit (Class "A" wiring)

as specified by the consultant.

B Addressable Multi Sensor Smoke Detectors

a. The mutisensor or multitech smoke detector which will have both photoelectric as

well as thermal detection elements shall have inbuilt microprocessor, not

microcontroller, and shall be capable of taking an independent alarm decision.

b. The detector shall be capable of being addressed electronically or manually by

dip, rotary or decade switches.

c. Each intelligent addressable smoke detector's sensitivity shall be capable of being

programmed electronically as: most sensitive, more sensitive, normal, less

sensitive or least sensitive.

d. The detector should continue to give TRUE alarms even if the loop controller on

the main panel fails.

e. Alarm condition shall be based upon the combined input from the photoelectric

and thermal detection elements.

f. Each detector shall be capable of transmitting prealarm and alarm signals in

addition to the normal, trouble and need cleaning information. It shall be possible

to program control panel activity to each level.

g. Each detector microprocessor shall contain an environmental compensation

algorithm that identifies and sets ambient "environmental thresholds

approximately six times an hour..

h. The microprocessor shall monitor the environmental compensation value and alert

the system operator when the detector approaches 75% and 100% of the allowable

environmental compensation value.

C Addressable Quad Technology detector

Detector shall be able to detect all four major elements of a fire and eliminate nuisance alarms.

Detector shall have Advanced algorithms interpret and respond to the multiple inputs

Page 432: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 308 of 508

Detector shall have Six levels of sensitivity

Detector shall have CO sensing for fastest response to slow developing, smoldering fires

Detector shall have Fully integrated infrared sensing to support the fire alarm decision

Detector shall have Automatic drift compensation of smoke sensor and CO cell

Detector shall have Superior EMI protection

Detector shall have Twin LED indicators providing 360° visibility

Detector shall have LEDs panel controlled to blink, latch on, latch off

Detector shall have Built in test switch

This plug-in fire detector shall combine four separate sensing Elements in one unit:

1. Electrochemical cell technology monitors carbon monoxide (CO) produced by

smoldering fires

2. Infrared (IR) sensing measures ambient light levels and flame signatures,

3. Photo-electric smoke detection, and

4. Thermal detection for temperature monitoring.

The integration of continual monitoring for all four major elements of a fire has

enabled FACP to create a detector that responds more quickly to an actual fire with

the highest immunity to nuisances. This advanced multi-criteria detector shall

operate at a high immunity level, changing to become very sensitive to identify

those that should be ignored, reducing false alarms. Its on-board intelligence shall

runs advanced algorithms that dynamically adjust detection parameters to respond

to the inputs from the sensors, enabling instant response as ambient conditions

change. The program changes sensor thresholds, sensor gain, time, delays,

combinations, sampling rates and averaging rates. If any sensor fails, the detector

shall automatically adjusts the sensitivity of the remaining sensors. It shall also

recognize a fault condition. Detection shall not be compromised when the CO cell

expires. The Algorithms automatically shall adjust to properly weight the inputs from

the photo-electric, heat, and IR sensors.

Page 433: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 309 of 508

D Intelligent Laser Photo Smoke Detector 1. The intelligent laser photo smoke detector shall be a spot type detector that

incorporates an extremely bright laser diode and an integral lens that focuses the

light beam to a very small volume near a receiving photo sensor. The scattering of

smoke particles shall activate the photo sensor.

2. The laser detector shall have conductive plastic so that dust accumulation is reduced

significantly.

3. The intelligent laser photo detector shall have nine sensitivity levels and be sensitive

to a minimum obscuration of 0.03 percent per foot.

4. The laser detector shall not require expensive conduit, special fittings or PVC pipe.

5. The intelligent laser photo detector shall support standard, relay, isolator and

sounder detector bases.

6. The laser photo detector shall not require other cleaning requirements than those listed in

NFPA 72. Replacement, refurbishment or specialized cleaning of the detector head shall not

be required.

7. The laser photo detector shall include two bicolor LEDs that flash green in normal

operation and turn on steady red in alarm.

2.3 Addressable Air Sampling Smoke Detector

Photoelectric type, with sampling tube of design and dimensions as recommended by the

manufacturer for the specific duct size and installation conditions where applied shall: -

a) The addressable duct smoke sensors shall be on the light scattering, photodiode

principle, and shall communicate actual smoke chamber values to the system control.

The sensors shall not have a self contained smoke sensitivity setting and shall

automatically communicate actual smoke chamber values to the system control unit.

The sensor‟s electronics shall be shielded to protect against nuisance alarms from

EMI and RFI. (EM Interference + R.F. Interference).

b) The duct housing shall provide an auxiliary alarm relay with one “Form C” contacts

rated at LA @ 28 VDC or 0.5 A @ 120V AC resistive. This auxiliary relay operates

when the sensor reaches its alarm threshold, or when the control unit via software

control, manually or automatically operated the relay in response to inputs from other

devices.

Page 434: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 310 of 508

2.4 Addressable Heat Detectors

a. Combined rate of rise/fixed temperature heat detectors shall consists of two

independent thermistors, designed to automatically compensate changes in ambient

conditions.

b. All electronic circuits must be solid state devices and virtually hermetically sealed to

prevent their operations from being impaired by dust, dirt or humidity.

c. All circuitry must be protected against usual electrical transients and electromagnetic

interference.

d. Reverse polarity or faulty zone wiring shall not damage the detectors.

e. The detector shall have serial no. and seal of approving laboratory/body.

f. The response (activation) of a detector shall be clearly visible from the outside by a

flashing light of sufficient brightness.

g. The detector shall be installed into the base by a simple push-twist mechanism to

facilitate exchange for cleaning and maintenance.

h. The detector shall connect to the Fire Alarm Panel via fully supervised two wire

(zone type) circuit stub line (class "B" wiring) or a four wire circuit (Class "A"

wiring) (loop type) as specified by the consultant.

i. It shall be possible to test the sensitivity of detector in the field.

2.5 Plug-in Bases

a. The detectors of all types shall fit into a common type of standard base.

b. Once a base has been installed, it shall be possible to insert, remove and exchange

different types of detectors by a simple push twist movement.

c. The standard base shall be equipped with screwless wiring terminals capable of

securing wire sizes upto 1 .5 sq .mm (SWG 15) and with built in strain limits to

prevent permanent terminals deformation and weakening of contact pressure.

d. The standard base shall be supplied with a sealing plate, preventing dirt, dust,

condensation or water from the conduit reaching the wire terminals or the detector

contact points.

e. All standard bases shall be supplied with a removable dust cover to protect the

contact area during installation and construction phase of the building. It must allow

the inspection and verification of the zone wiring before insertion of any detectors.

Page 435: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 311 of 508

f. The standard base shall feature a built-in mechanism, which allows mechanical

locking of any installed detector head, thus preventing unauthorized removal of

tampering while maintaining.

g. The detector contact points shall be designed to retain the detector safety and to

ensure uninterrupted contact also when exposed to continuous severe vibrations.

h. All electronic components of bases and modules must be solid state and virtually

hermetically sealed to prevent their operations from being impaired by dust, dirt or

humidity.

i. All circuitry must be protected against usual electrical transients and electromagnetic

interference.

j. The standard base shall allow Snap-On insertion of an (optional) electronic module to

drive remote visual alarm indicators.

k. Reversed polarity or faulty zone wiring shall not damage the detectors.

l. Bases shall be of the same make as that of the detector supplied.

2.6 Addressable Manual Call Station

a. Manual call stations shall be addressable and electrically compatible with standard

range of automatic detectors so that it can be connected directly into supervised loop

of the standard range of control units.

b. The manual call station shall be of pleasant, streamlined and flat appearance

permitting its use as flush and surface mounted unit as per site conditions.

c. The Manual call station shall consist of the base plate insert and cover with break

glass type.

d. The cover must be secured against unauthorized removal. Every removal of the cover

must release an alarm.

e. All inscriptions, texts and marks must be on the manual call station front plate.

f. The glass must be secured in the cover against falling out.

g. The manual call station shall be designed for fail safe operation.

h. The manual pull station may have a built in LED, lighting up automatically to

confirm its actuation.

Page 436: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 312 of 508

i. Specifications:

a) Type: Addressable with rotary switch or dip switch or electronic addressing.

b) Address device: Electronics.

c) Alarm device: Break Glass Type / Two Stage Pull Station.

d) Output signal: Red.

2.7 Addressable Control Modules

1. For monitored control of an AHU/extinguishing system activation of door control

units with the option to reset the activated control output from the control panel, with

monitoring for short-circuit and interruption. Housing is designed for surface

mounting of flush mounting.

2. With modules having multiple outputs the quantities of the modules can be considered

according to the no of outputs available.

2.8 Speaker

Fire alarm addressable speaker should operate from 24V D.C. and should have a facility

to be selected for steady tone and voice output. A moveable jumper provided should have

a choice for high (84 dbA) or low (70 dbA) outputs. Speaker cum hooter will be dual

transformer speaker capable of operating at 25 and 70.7 Vrms and will have a frequency

range of 400 to 4000 Hz. The synchronized speaker should be supplied with "FIRE"

(wall orientation) as the standard marking. It should be for indoor installation.

2.9 Fire Fighters Telephone Jack

The fire fighter‟s telephone jack would be a standard receptacle for hooking up the fire

fighter‟s telephone handset. The fire fighter‟s telephone jack will be complete with an

ABS plastic cover plate and would be suitable for flush / surface mounting.

2.10 Fault Isolator

a. The fault isolator device shall detect and isolate a short circuited segment of a fault

tolerant loop.

b. The devices shall automatically determine a return to normal condition of the loop

and restore the isolated segment.

c. Devices shall be placed every 20 detectors / modules / field devices to limit the

number lost in the event of short circuit.

Page 437: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 313 of 508

3.0 SYSTEM SOFTWARE The software at the core computer shall be based around the industry standard multi-

tasking, multi-user operating system, Microsoft Windows NT 4.0. Single user operating

systems such as those based on MS-DOS and Microsoft Windows 3.11 will not be

acceptable.

Standard services supported by the core system operating system will include the

following:

Multi-tasking Multi-user support

TCP/IP Network Support

Graphic Display Building Editor with functionality detailed in Section 5

Application software with functionality detailed in Section 5

Software at the Operator Station shall comprise of:

Windows 95 or Windows XP

Graphic Display Building Editor with functionality detailed in Section 5

Application software with functionality detailed in Section 5

TCP/IP Networking

If other software is proposed then suppliers must be able to demonstrate full

compliance with Section 5.

The networking software shall use the industry standard TCP/IP LAN protocol.

The core computer or an alternative network connected computer shall be capable of

acting as a File Server for displays and photo images. All LAN connected Operator

Stations shall be able to view custom displays and photo images from the core

computer.

All system peripherals including security and access panels and printers shall be capable

of being connected to the core computer via the LAN.

Page 438: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 314 of 508

3.1 INTERACE AND INTEGRATION

3.1.1 General

The core computer shall be capable of interfacing to the following panel types. The

electrical interface technique shall conform to EIA RS-422 and/or RS-232 and/or RS-485

standards:

[Fire Monitoring Controller]

It shall be possible for all serial connections to the core computer to be routed via a

terminal server and the LAN rather than directly to the host computer. The system shall

be capable of supporting up to 40 simultaneous network connected Operator Stations

It shall be possible to efficiently monitor dynamic, real time data from any of the above

panel types. It shall also be possible to configure hardware and software points from

the core computer for each of these panels using a consistent configuration data format

across all panel/controller types.

Given sufficient level of system privilege, it shall be possible to view, manipulate and

analyze data acquired from the various panels through a common operator interface at

any one of the Operator Stations.

Operator Stations shall be capable of connecting/disconnecting to a fixed set of system

core computers on a TCP/IP network.

It shall be possible to interface to different types of devices using an industry standard

interface such as MODBUS or Advance DDE from Rockwell Software. This shall allow

simple interfaces to proprietary devices to be developed using a standard protocol.

3.1.2 Sub-system Local Databases All controller subsystems shall have distributed intelligence. Normal Fire detection and

control decisions shall be made at the local panel without reference to the host.

The alarm limits (Night alarm, Night Pre alarm, Day Alarm and Day Pre alarm) for the

smoke detectors shall be resident in Fire Controller only but it shall be possible to

change it from the central station by an authorized operator.

Page 439: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 315 of 508

3.2 Application Software Functions

4.2. 1 Operator Interface

3.2.1 General

The operator interface shall be interactive and totally graphics and/or icon based.

Graphics shall be capable of supporting up to 65K colors at a minimum of 1024 x 768

pixel resolution.

The operator interface shall be Windows based and shall employ standard windowing

conventions so as to reduce required operator training.

The operator interface software shall be capable of running in an environment defined

by Windows (Latest Version). The operator interface shall appear identical in all

environments.

There shall be at least 1700 displays reserved for user customization. These user

configured displays shall be constructed using the integrated display building functions

available through the Operator Station.

3.2.2 Status Displays

System status displays shall be available on the main Operator Station. It shall display

the following information:

Total number points in a collection of a certain type in a particular state

Points in alarm condition pending ACKNOWLEDGE command

Points which remain in an alarm state but which have been acknowledged

Communication failures

Printer status

Operator Stations status

Communication channels status

Controller status

Dead man Timer status

Page 440: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 316 of 508

3.2.3 Administration Displays

The system shall provide the following full screen displays:

Master system menu

Report summary

Alarm summary

Event summary

Display summary

Operator Station configuration

Area assignment

Holiday assignment

History assignment

Pushbutton assignment

Operator assignment

Operator email message page

Point Detail for every configured Point

Controller specific database configuration information

3.2.4 Pointing and Input Devices

The operator interface shall be capable of being mouse driven and simultaneously

support keyboard data input. Both fixed menus and configurable function keys shall be

supported to aid novice and experienced operators respectively. The interface shall also

be capable of supporting a touch screen for pointing and command input.

The operator interface shall use a toolbar for common operator commands. The

operator shall be able to request display of commonly used displays from Drop-Down

menus Given sufficient level of system privilege, the operator shall be able to customize

the Drop Down menus to reference new displays created with the display building tool.

All operator interface input shall be possible using only the pointing device and QWERTY

section of the keyboard.

Page 441: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 317 of 508

3.2.5 Operator Functions

The following functions shall be performed through the operator interface:

Display and control of field equipment

Display of and point status

Acknowledge alarms on a priority basis

Initiate printing of reports

Archive and retrieve event logs

Online generation of database and color graphic displays

Monitoring of data communications channels

Configure system parameters

3.2.6 Multimode Window Sessions

The core computer display unit shall also be capable of supporting multiple concurrent

sessions. Each session shall allow an operator to choose between the following different

modes:

Master Operator Station Mode:

Normal operator access to the system

Engineering and Maintenance Mode:

System configuration or application programming

Graphics builder Mode:

Display construction using the Graphics Display Building package

It shall be possible for all modes to appear as separate Windows running simultaneously

on one screen.

3.2.7 Applications launcher

It shall be possible to launch any Windows application from within the Operator

Interface. For example, a button or menu item shall be able to be created in the FMS to

launch an application such as Microsoft Word.

Page 442: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 318 of 508

3.2.8 Operator interface as a web browser

It shall be possible to use the standard operator interface as a browser for viewing

information in HTML format. This allows the operator to view information on the

Internet or an Intranet without having to activate an external browser application. This

enables the operator to view information in HTML while still monitoring and responding

to alarms. The operator interface shall provide a mechanism to restrict access to all or

particular URL addresses in order to prevent the viewing of undesirable information. The

linking of operator displays to particular URL addresses shall be achieved using the

Graphical Display Building Tool.

3.2.9 Active Document support

It shall be possible to display Active Documents (such as Microsoft Word or Microsoft

Excel documents) through the operator interface by incorporating these documents

directly onto displays. The linking of displays to Active Documents shall be achieved

using the Graphical Display Building Tool.

3.2.10 POint Collection summary

There shall be an online display of selected points and their current states. It shall be

possible to group points together based on common states, areas, controllers or

channels and place them in a collection. The total number of all points in a collection

shall be displayed along with the number of points in each possible state. An overall

summary display shall be provided which shows this information about each point

collection.

3.3 Operatr Security 3.3.1 Security Levels

The system shall support at least 6 levels of operator security. The functions allowed

from each security level shall be as follows:

Level 1: View only.

Level 2: View only with Acknowledge - The operator shall be able to acknowledge

alarms as they occur.

Level 3: Permit all Level 1 and 2 functions and in addition the security guard or

building manager shall be permitted to control points such as

disable/enable, etc.

Page 443: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 319 of 508

Level 4: Permit all Level 1 through Level 3 functions in addition to accessing

master time schedules, system peripherals allocation, etc. This level shall

typically be reserved for the building engineer.

Level 5: Permit all Level 1 through Level 4 functions in addition to accessing the

engineering functions such as building and linking displays, allocating

keyboard push button assignments, etc. Reserved for the building

supervisor.

Level 6: This is the highest level of station security and shall allow the user

unlimited access to all station functions. Typically reserved for the

building manager and system administrator.

3.3.2 Sign-On/Sign-Off

The guard or operator shall be permitted to sign on to the system if the correct

Operator ID and the Operator Password have been entered providing they are

authorized for that particular Operator Station and time of day.

After a series of unsuccessful attempts to sign-on, the Operator Station interface shall

be locked for a configurable period of time.

It shall be possible to assign operators either single or multi-user passwords. Single user

passwords enable the operator to sign-on to only a single Operator Station thus

preventing simultaneous sign-on by the same operator. The multi-user password would

typically be used by operators with the highest sign-on security level who may require

simultaneous access to more than one Operator Station.

The operator may sign-off at any time by entering a sign-off command.

A time-out feature shall be provided such that the operator shall be automatically

signed off after a defined period of keyboard or mouse inactivity.

It shall also be possible to restrict operator sign-on to certain Operator Stations at

certain times of the day. This is to prevent operators being able to sign-on when they

are not currently on shift or at their normal terminal.

3.3.3 Duress

It shall be possible for an operator to indicate that they are signing on under duress. The

system shall recognize that the operator is signing on under duress and it shall then be

able to issue a control to alert appropriate assistance.

Page 444: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 320 of 508

3.3.4 Area Assignment

Each operator shall be assigned one or more specific areas of the building with the

appropriate monitoring and control responsibility. An area shall be defined in this

context as a logical entity comprising a set of points, reports, display and other system

elements in the system. This in turn may represent a physical space in the building. It

shall be possible to define individual tenant access by means of area assignment. An

operator can only view or control those points within the assigned areas.

Area assignment control shall be capable of being superimposed over security control as

defined in Section 5.2.1.

3.3.5 Command Partitioning

It shall be possible to assign to each operator a set of commands (equivalent to target

output states) for each assigned area. These commands can be mapped against the

output state of any given digital point in the respective area to determine whether a

control command is allowed for the particular operator.

3.3.6 Password Authentication

Each password shall be an alphanumeric character string made up of a minimum of 5

characters and a maximum of 6 characters. The system shall provide a facility to allow all

operators to change their own passwords at any time.

When a password is changed, the system shall not permit the new password to be the

same as any of a number of previous passwords used in the past three months. All

passwords in the system shall be encrypted both when stored and when transmitted.

3.4 Operator Email

It shall be possible for operators to email each other using the FMS. There shall be a

dedicated display in the FMS which list the new messages for the current operator.

From here, an operator shall be able to open, edit, delete and send and receive

messages. The operators will be able to send messages to other people also, providing

they have access to that email address.

Page 445: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 321 of 508

3.4.1 Time Schedules

One thousand time schedules shall be provided by the system.

The time schedule facility shall allow the scheduling of Point control on both a periodic

and one-off basis. All time schedules shall be configurable via the Operator Station.

The available time schedule type shall as a minimum be:

One shot - to be executed only once then deleted

Daily - to be executed every day

Workday - to be executed Monday to Friday

Weekend - to be executed on Saturday and Sunday

Holiday - to be executed on holidays

Individual days - to be executed on individual days (e.g. Monday)

3.4.2 Holiday Assignment

The system shall be capable of defining up to thirty (30) days of holidays up to one year

in advance. The holidays so defined shall be taken into account by other system

functions such as time schedules.

3.4.3 Event Initiated Programs

Physical and software outputs or groups of outputs, shall be assignable through

configurable algorithms to an input point. When an input changes state the outputs

assigned shall be activated as specified by their physical or configured output modes.

When alarm events of individual or groups of points are suppressed by event initiated

programs, any occurrence of such alarm events during the suppress mode shall not be

annunciated, reported or journalized.

3.5 Grouping of Points

The system shall provide a means by which a number of alarm inputs, outputs, doors,

etc. can be grouped together by the building manager so that monitoring or control can

be performed for a group.

Page 446: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 322 of 508

3.6 Event Management

3.6.1 Online Logging

It shall be possible to log an event such that it shall be journalized in the event file and

optionally printed on the event printer.

Events shall consist of alarms, changes of state in a monitored status point, card holder

movements, changes in system status and operator actions.

All journalized events shall be recorded as necessary to include event description,

condition, message, time of occurrence, operator responsible and any other information

or tags.

It shall be possible for these events to be retrieved online and shown on the screen or

printed on the printer by using the reporting system. If events are viewed on the screen,

it shall be possible to pause the real time view and prevent events from scrolling off the

screen as new events occur.

3.6.2 Events Archiving and Retrieval

It shall be possible to have an on-line event file as large as the disk capacity can

accommodate. Given the disk space, it shall be capable of storing more than 1,000,000

(one million) events on file, with 100,000 events being provided by the base system

defined in Section 2.1.

The event file shall store events in a current online buffer. When the buffer is full an

alarm will be raised advising the operator to save the file to an external media. The

current online buffer contents will then be transferred to an archive buffer to await

archiving to an external media. The current online buffer shall, without interruption,

continue to store current events.

Another file area shall be available to hold archived event files ready for playback. These

are event files previously archived to external media. Operators shall be able to restore

previously archived files via the operator interface and a dedicated display.

The events file system shall be fully integrated with the standard reporting system. The

system shall be able to reference the restored playback file if a report is requested

containing a time search window covered by the current playback file.

Page 447: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 323 of 508

3.7 Alarm Management

3.7.1 Alarm Types

Each monitored point in the system shall be able to assigned one of four alarm types to

individual states. The meaning of the priorities shall be as follows:

Priority Action

Journal

Changes of state shall be journalized to the Alarm/Event Log and optionally printed on

the Alarm/Event printer.

Low

Change of state will generate a Low priority alarm which will appear on the Alarm

Summary. Optionally, the alarm may be printed on the Alarm/Event printer or generate

an audible tone.

High

Change of state will generate a High priority alarm which will appear on the Alarm

Summary. Optionally, the alarm may be printed on the Alarm/Event printer or generate

an audible tone.

Urgent

This is the highest priority. Change of state will generate an Urgent priority alarm which

will appear on the Alarm Summary. Optionally, the alarm may be printed on the

Alarm/Event printer or generate an audible tone.

Within each of the four alarm types there shall be 15 sub-priorities available.

It shall be possible to configure a time such that if a low priority alarm is not

acknowledged within this time then the alarm’s priority is elevated to high priority and if

a high priority alarm is not acknowledged within a configured time, its priority is

elevated to urgent priority.

It shall be possible to associate additional messages to be logged into a message

summary in the event of an alarm condition.

Page 448: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 324 of 508

When an alarm is acknowledged, it shall be possible to automatically issue a reset to a

controller to indicate the alarm is acknowledged and to attempt to reset the alarm

point.

3.7.2 Alarm Annunciation

Alarms shall be annunciated by:

Most recent, highest priority alarm message appearing on dedicated alarm line on operator interface.

Alarm message appearing on alarm summary display.

Available Tone - based on a “*.wav” file for each alarm priority

Alarm message printed on the alarm printer

Alarm indicator flashing on the operator interface Alarms shall be annunciated at the station even if there is no operator currently signed-

on. This feature shall be available on network connected Operator Stations as long as

the computer running the Operator Station software remains logically connected to the

network. If the Operator Station is minimized in the Windows environment, then the

Operator Station icon will indicate an alarm. An audible tone shall be able to be

generated and this tone shall be specified by a “*.wav” file for each alarm priority.

Points shall be annunciated whilst in alarm. If a point is set to alarm inhibited the point

shall no longer cause annunciation. If a point goes into an alarm state whilst inhibited

and then is still in the alarm state when the point is set to alarm enabled, the point shall

immediately cause annunciation.

3.7.3 Dedicated Alarm Line and Alarm Indicator A dedicated alarm line shall appear on all displays showing either the most recent or

oldest (configurable), highest priority, unacknowledged alarm in the system. The line

shall be clear when there are no unacknowledged alarms for the operator to process.

On occurrence of an alarm, the graphic display shall output the point identification,

point type, and description on a dedicated line. If multiple alarm/change of state

conditions occur, subsequent messages shall overwrite the display if they are higher

priority. As subsequent alarms are displayed, the previous alarm information shall move

to an unacknowledged alarm list awaiting acknowledgement by the operator.

An alarm indicator shall also appear on all displays. This indicator will flash red when

there are any unacknowledged alarms pending in the system. This indicator will remain

solid red if there are alarms which have not returned to normal but which have all been

acknowledged. The indicator will be clear if there are no points in an alarm condition

awaiting acknowledgement in the system.

Page 449: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 325 of 508

3.7.4 Alarm Logging

As well as being logged on the printer, alarms shall be logged to an event file for future

retrieval in alarm reports or archived to removable media.

3.7.5 Alarm Response Function Keys

The following dedicated function keys shall be provided on the keyboard for alarm

action:

ACKNOWLEDGE: After moving the cursor to the point in alarm on the screen and

selecting the point the operator shall be able to acknowledge an alarm by pressing this

key. This action shall be logged in the event file and on the printer showing the operator

ID with the message.

ALARM SUMMARY: By pressing this key at any time the operator shall be able to view a

display showing all currently active alarms. The alarm messages shall be color coded

showing priorities. The operator shall be able to view the alarms according to priority.

It shall be possible to acknowledge alarms from this display and also go to the

associated display defined for the point.

ASSOCIATED DISPLAY: After moving the cursor to the point in alarm on the screen and

selecting the point the operator shall be able to bring up the display applicable to that

alarm by pressing this key. Just selecting the associated display key directly will bring up

the associated display for the point currently on the alarm line.

3.7.6 Advanced alarm management

The FMS shall be capable of advanced alarm management which includes set stages of

alarm handling.

The stages shall be:-

silence alarm condition

acknowledge and action alarm condition

respond to alarm condition by using pre-defined responses

optionally reset alarm All actions shall be recorded in the event file for retrieval and auditing purposes.

When an alarm is silenced, an instruction page for the alarm will be displayed. The alarm

may then be acknowledged from this page and actioned.

Page 450: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 326 of 508

Once the alarm is acknowledged and appropriate action has been taken, the operator

may move to the response page to select from up to 100 user defined responses to be

logged in the event file. At the same time the alarm is removed from the alarm file.

It shall be possible to enable/disable this feature on a point by point basis given the

appropriate system privilege level.

3.8 Report Management

The FMS shall be capable of providing selected data in an ODBC format for the purpose

of extracting data and creating custom reports. It shall be possible to access tables of

data from the FMS through an ODBC compliant tool such as Crystal Reports.

It shall also be possible to incorporate the activation of custom reports created through

the Crystal Reports tool through the standard FMS report subsystem. Example reports

shall be provided to illustrate how to access the ODBC data in the FMS.

Reports shall be produced periodically, on demand or initiated by an event. The report

detail display shall allow naming of reports, scheduling information and the destination

of the report. The report destination shall be a printer, operator interface or internal

file. The report output format shall be HTML (Hypertext Markup Language) or can be

saved in Microsoft Word or RTF format.

The following report types shall be provided:

3.8.1 Alarm/Event Report

A report shall be provided to produce a summary of all events of a specified type for

nominated points occurring in a time period. The time period may be specified as an

absolute start and end date and time, or as a period relative to the current time. This

report shall also be able to produce a summary of all changes made by a specific

operator.

3.8.2 Point Cross Reference Report

A report shall be provided to list information about a nominated point or group of

points such as what other reports this point may be referenced in, what displays this

point is included on and other related information.

Page 451: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 327 of 508

3.8.3 Point Attribute Report

A report shall be provided to list all points specified by one of the following attribute

criteria:

Out-of-service

Alarm suppressed

Abnormal input levels

In Manual mode

Nominated state

3.8.4 Point Change report

A report shall be provided which calculates the total number of changes of state

(including none) for specified points over a given time period. The time period may be

specified as an absolute start and end date and time, or as a period relative to the

current time.

3.8.5 Alarm Duration Report

A report shall be provided which calculates the total amount of time a nominated point

or group of points has been in an alarm condition over a given time period. The time

period may be specified as an absolute start and end date and time, or as a period

relative to the current time.

3.8.6 FIRE CONTROLLER REPORT

It shall be possible to take out reports (in HTML Format) on status of field devices

(smoke detectors, Modules etc.) connected to Fire Controller based on the following

criteria's (AND/OR ):

(1) Bus (2) Controller (3) Loop (4) Point Number (5) Point ID (6) States of field device (Normal, Pre alarm, Alarm, Lockout, Disabled, Typemis

match, Trouble, No Response.) (7) Analog Value of the smoke detector.

Page 452: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 328 of 508

For example:

(1) It shall be possible to take out a report of all the smoke detectors and modules

which are in trouble state in Loop 1 of Fire Controller 1.-- this report shall serve as

maintenance report for Maintenance dept.

(2) It shall also be possible to take out a report of the smoke detectors which have

analog value between 70 % to 80 % in all fire controller or for individual fire

controller or individual loops.

3.9 Historical Data Collection

The FMS may continuously collect and store analog and status point process variables

(PV) such as historical data. The basic FMS shall contain fast, standard and extended

history. Standard history consists of a value snapshot taken at a specified interval and

various averages of this snapshot representing the average value over longer periods of

time. Extended history is a series of snapshots.

Standard History

1 minute snapshots

6 minute averages

1 hour averages

8 hour averages

24 hour averages Extended History

1 hour snapshots

8 hour snapshots

24 hour snapshots Fast History

5 second snapshots. The historical data can be retrieved by trend sets, operating groups, user built

schematics, point detail trends, and point detail numeric history displays. Historical data

can also be used in reports, application programs, or archived to off-line media for long

term storage.

An operator may review history either in real-time or with an historical offset. Previous

history may be selected by scrolling forwards and backwards through the history file.

Page 453: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 329 of 508

Trend set displays shall be available to show historical data in the following formats:

Single Showing plotted historical values for one point

Dual Showing plotted historical values for up to 2 points

Triple Showing plotted historical values for up to 3 points

Multi Showing plotted historical values for up to 8 points

Numeric Showing numeric historical values for up to 8 points

X-Y Showing a graphical comparison between 2 points

For each trend set display it shall be possible for operators to configure the number of

historical samples and ranges displayed. Points configured in trend sets shall be

changeable online.

Operators shall be able to zoom in on information displayed on trend sets for closer

inspection. Scroll bars shall be available to move the Trend set backwards and forwards

across the historical records. The trend sets shall automatically access archived history

files without operator configuration.

4 FIRE Control System

4.1 General

It shall be possible to completely monitor and control fire devices for the Fire Control

System from the Operator Stations. Full color displays shall be provided allowing

operator to monitor the devices.

For each field device on the system the following information shall be displayed on a

device detail display:

State of the device ( for example for smoke detector : Normal , Pre alarm, Alarm, lockout, Trouble, No Response , Type Mismatch, Disabled)

Area code

Full name

Address

Alarm priority Unless stated, the information above shall be configurable by an operator with

appropriate security levels from the point detail display.

Page 454: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 330 of 508

4.2 GRAPHIC DISPLAY

The Graphic Display on the operator station shall consist of following:

(1) Smoke Detector's located on the layout

(2) Current Analog Values of the smoke detectors

(3) The dynamic state of the detector/modules represented by different Colours depending on the present state of the detector/module.

(4) Movement of Mouse over the detectors/module shall indicate the point ID of the

Detector/module in the message zone.

(5) Combo-box for activating hooters/sounders manually by the authorized operator. The software shall reconfirm before activating hooters/sounders from the operator by way of user configured popup message.

The minimum proposed configuration of the Operator work station will be as under:

a) Intel Pentium Core 2 Duo Processor

b) Processor 2.83 GHz or better

c) Serial ports (RS232) and USB ports.

d) 2 Gigabytes of RAM memory

e) 160 Gigabytes of hard disk space

f) DVD ROM

g) 19” TFT colour monitor SVGA with a minimum resolution of 1024 pixels Horizontal,

768 lines vertical minimum. 16 base colours.

h) Mouse with Mouse Pad.

i) Standard Key Board.

j) Latest Windows Operating System

k) Compatible Fire Alarm System Control Software

l) Laser Printer (A4 size).

5. Conductors

All cables used shall be as per makes in the tender documents. MS conduits shall be

painted red to differentiate from other electrical conduits.

Page 455: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 331 of 508

6. Wiring

The detectors in the vicinity will be looped by 2x1.5 sq.mm. twisted pair copper conductor cable,

low smoke zero halogen, high performance silicon rubber insulated, overall shielded, sheathed

fire survival cable as specified in Bill of Quantities. Each loop will be connected directly to the

Fire Alarm Control Panel.

Page 456: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 332 of 508

CHAPTER – 15

LIGHTING FIXTURES

All lighting fixtures shall be suitable for use on single Phase, 230 Volts, and 50 cycles AC supply system.

Fixtures shall be provided with heavy duty low loss open construction copper wound ballast, power

factor improvement capacitor, lamp and starter holders and connector block. The control gear shall be

rugged in construction and shall function without overheating over the entire length of its useful life.

The starter shall be suitable for repeated switching operations without premature failure.

All fixtures shall be duly wired with appropriate size of copper conductor, PVC insulated wire.

All wires, when passing near a heat source within the fixture, shall be provided with an additional

protective sleeve.

Suitable earthing terminal shall be provided.

The Fixture body made of Aluminium/ CRCA MS shall be duly precision fabricated, duly finished,

pretreated and powder coated / Stove enameled. The body shall be so designed to ensure sufficient

heat dissipation and avoid overheating of control gear.

All hardware shall be MS zinc Passivated and shall resist rusting. Locking nuts/ washers shall be provided

wherever required to prevent accidental loosening.

All aluminium reflectors wherever provided shall be electrochemically brightened and anodized.

The optical system shall be designed for optimum light distribution.

The fixtures shall be complete with all accessories and shall be ready for use.

Page 457: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 333 of 508

SECTION – 16

LIGHTNING PROTECTION SYSTEM

SCOPE

Provide a Type III lightning protection system that strictly conforms to the recommendations of IEC

62305 – Protection against Lightning series of standards.

The system shall comprise :

air termination network including designated lightning arrestor

bonding of exterior metalwork, including helipad, plant and balcony handrails

down conductor system utilizing steel reinforcement in structural columns / walls

earthing network using deep driven electrodes, building foundations and cable ring conductors

surge protection on incoming services – power, phone and data

testing, commissioning, drawings and reporting

STANDARDS

Reference documents:

IEC 62305-1 Part 1 : General principles

IEC 62305-2 Part 2 : Risk management

IEC 62305-3 Part 3 : Physical damage to structures and life hazard

NFC 17-102 French National Standards

AS 1768- 2003 Australian & New Zealand Lightning protection standards

IEC 62305-4 Part 4 : Electrical and electronic systems within buildings

IEC 62305-5 Part 5 : Services

IEC 61643-1 Surge protection devices connected to LV power distribution services - Part 1 : Performance requirements and testing methods

IEC 61643-12 Surge protection devices connected to LV power distribution services – Part 12 : Selection and application principles

AIR TERMINATIONS

The air termination system shall be designed using the 45m rolling sphere technique to provide

a Type LPLIII zone of protection enclosing all external sections of the building in accordance

with IEC 62305-3 Part 3 - Annex A Section A.2.

Page 458: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 334 of 508

The vertical air terminal ‘lightning arrestor’ shall be securely fixed to the building structure to

ensure an electrically effective and mechanically sound connection. The mounting arrangement

shall be designed to withstand maximum wind loading conditions.

Vertical air terminations :

Materials Early Streamer Emission Lightning Conductor Air Terminal

Type: Tercel Zeus Tz60 with ΔT of 60μs

Horizontal air terminations :

Materials High grade 316 stainless steel, grade 1200 aluminium

Refer Table 4.4 AS1768-2003

Dimensions Minimum 25x3mm

Type Tercel SS253, TA030

BONDING OF EXTERIOR METALWORK

Protruding or exposed sections of metalwork e.g. the Helipad, exposed plant screens, building

facade and metal balcony handrails at Level 15 and above shall be bonded to the building steel

reinforcing down conductor network.

These metal items may be utilised as part of the air termination provided the dimensions of the

metalwork ensures sufficient current carrying capacity – refer IEC 62305-3 Part 3 - Table 3 and

Table 6. Bonding conductors at these levels shall use suitable materials and dimensions to avoid

any galvanic action due to connection of dissimilar metals.

External sections of metalwork at upper levels, eg. plantrooms, flag poles, flues, ladders,

pipework, metal gutters, chimneys, antenna, handrails, balustrades etc., must be connected

directly to the air termination system or downconductor network to ensure equipotential

bonding.

Page 459: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 335 of 508

DOWNCONDUCTORS

The number of down conductors shall be one per 15m of building perimeter and shall be

distributed evenly around the perimeter walls. The recommendations of IEC 62305-3 Part 3 -

Table 4 and Annex F for details.

Down conductors:

Materials High grade 316 stainless steel strap, copper grade 110

Refer Table 4.4 AS1768-2003

Dimensions Minimum - strap 25x3mm, stranded cable 35mm sq.

Refer Table 4.6 AS1768-2003

Type Tercel SS253, TA030

The use of structural steel columns or in-situ steel reinforcing bar within concrete columns is

acceptable where electrical continuity can be guaranteed between the air termination system

and earthing system.

A weldrod cable assembly Tercel IB-35/10 shall provide an earth bonding point for connecting

the down conductor to the air termination and the earthing system at the base of the concrete

columns designated as down conductors.

Test links shall be installed at the base of down conductors to allow for equipotential bonding

to incoming metal based service pipes and cabling and other earthing systems.

EARTHING SYSTEM

A network of 10m deep driven copperbond 19mm diameter electrodes shall be installed at the

base of each downconductor to discharge lightning currents safely to ground.

Each earth electrode shall be connected by a buried 70mm sq. bare copper cable ring

conductor around the basement of the building. The ring conductor and downconductor

connections to the earth electrodes shall be housed in lockable earth pits, finished to

surrounding floor/carpark levels

The building concrete foundations shall also form part of the earthing system - preliminary

resistance testing shall be conducted at an early stage of construction to confirm their

suitability as earthing electrodes.

Page 460: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 336 of 508

The earthing system when complete shall have a maximum resistance to earth (when isolated

from all other earths) of 10 ohms or less.

All metal based incoming services to the building eg. water mains, fire, gas, power and

communications shall be equipotentially bonded by 35mm2 PVC cable to the nearest point of

the lightning protection system.

SURGE PROTECTION

A three phase surge divertor (Tercel IS100SD/3+E=N) shall be installed at the Main Switchboard

(MSB) / Distribution Board (DB) to provide primary level protection for all loads fed from the

MSB.

The divertor shall meet all the specification requirements :

Three phase surge diverter with block MOV with 100kA surge rating operating voltage to suit 220-240/380-415V AC, 50Hz system let through voltage of <800V for AS1768 Category B 3kA 8/20usec pulse let through voltage of <1000V for AS1768 Category C 20kA 8/20usec pulse LED indicators monitoring MOV integrity for each phase to provide pre-failure warning opto-isolated alarm terminals for connection to external alarm, indicating protection levels

remaining and power on/off conditions IP55 grade sheet steel enclosure screw terminals – maximum 16mm sq. cable

Ten pair, plug-in modules (Tercel AV-K10 BD/CD) shall be installed on incoming

telecommunications lines at the Building Distributor (BD) frame.

The protection modules shall meet all the specification requirements :

three stage protection consisting of gas arrestor / series impedance / (silicon avalanche components

module to have Beryllium Copper Spring earth clips on each end with clear perspex cover to allow inspection

protection for both transverse and common mode disturbances nominal DC breakdown 260V line to earth and 265V line to line for AV-K10 (BD/CD) surge rating 20kA a+b-e, 10kA a-b for 8/20u/s pulse let through voltage <80V for AS1768 Category B 3kA 8/20usec pulse AC discharge current a+b-e is 10A at 50Hz for 1s insulation resistance >5Meg ohms at 200VDC capacitance a-e, b-e <5pf, a-b <100pf loop resistance 16.4 ohms loop inductance 2uH

Page 461: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 337 of 508

insertion loss <0.5dB at 600 ohms, 100kHz and <3dB at 600 ohms, 20MHz dimensions 136mm long x 39mm from front of Krone* block when fully inserted x 20mm

high – weight 80gms temperature range 0-45degC, 10%-95% RH tested to ACA TS001-1997, ACA TS002-1997, ASNZ3260 or approved equivalent

TESTING

Preliminary soil resistivity testing and earth resistance testing on a sample of column

foundations shall be carried out in the very early stage of construction to confirm their

suitability for use as part of the earthing system.

After completion of the works, and at the end of the defects liability period, measure the

resistance to earth of the complete system.

MATERIALS AND WORKMANSHIP

The system shall be installed by an approved lightning protection contractor - Tercel

International (WA) Pty Ltd (ph 9387 6188).

Materials used throughout the system shall comply with IEC 62305-3 Part 3 – Table 3 and Table

5.

Dimensions shall be in accordance with IEC 62305-3 Part 3 - Table 6 and Table 7

DRAWINGS AND RECORDS

Provide shop drawings of the lightning protection system prior to commencing works including

details of the locations and types of air terminals, downconductors, earthing materials, joints,

test links, building penetrations.

At practical completion provide soft and hard copies of the ‘as built’ drawings and submit a

detailed written report on test results.

Page 462: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 338 of 508

CHAPTER – 17

TRANSFORMER

1. DISTRIBUTION TRANSFORMER

1.1 SCOPE:

This standard specification covers the general requirements for the design, engineering,

manufacture, testing, packing and supply of 2 Nos. 750 KVA 11/0.415 KV, 3 Phase,

50Hz, Indoor type copper wound, step down Dry Type (CRT) transformer for Indoor

installation (having general requirements listed in following paragraphs) complete with

fittings as detailed elsewhere. The Transformer Data sheet accompanies this

specification.

1.2 STANDARDS:

The design and manufacture of totally enclosed Cast Resin Dry type Transformer shall

comply with the applicable clauses of the latest editions of following standards. In case

of any conflict, the requirements of this standard specification shall prevail.

IS : 3639 Power Transformer fittings & Accessories.

IS : 2026 [ Part -I to Part- IV ] Power Transformers.

IS : 11171 Power Transformer accessories.

CBIP Specification Part – II Power and Distribution Transformers.

1.3 CONSTRUCTIONAL DETAILS:

(i) The Transformer shall be step down Dry Type (CRT) suitable for Indoor Installation. This shall be provided with welded sheet steel, freestanding enclosure with expanded metal screens of suitable size or louvers backed by wire-mesh. Transformer and upper body shall be suitably reinforced to prevent distortion during handling. Base channels shall be provided with skids and pulling eyes to facilitate handling.

(ii) All the fasteners and bolts shall be hot dip galvanized or Zinc passivated.

(iii) The Transformer shall be double wound core type with cold rolled grain oriented silicon steel laminations perfectly insulated and clamped to minimize vibrations and noise. Core fastening bolts shall be insulated to reduce losses and avoid hot spots. All parts of the magnetic circuit shall be effectively connected to earth system.

Page 463: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 339 of 508

(iv) The winding shall be copper and shall be designed for full load current to withstand the thermal and electromagnetic stresses arising due to maximum fault level. The current carrying winding joints shall be electrically brazed.

(v) The Transformer shall be designed with particular regards to suppression of harmonic voltages.

(vi) The contractor is to ensure that the transformer offered by him fits in the allocated space in the sub-station area of the building.

(vii) Thermister sensors shall be provided to measure the temperature of the low voltage winding inside the cast coils. Alarm contact shall be designed to operate at 145 deg C and trip contact at 165 deg C. The temperature protection equipment shall be suitable at 48 V. D.C. supply. The temperature rise of winding shall not exceed by 90 deg C by resistance on continuous full load above maximum ambient temperature of 50 deg C.

1.4 TERMINALS AND MARSHALLING BOX:

(i) Winding shall be brought out and terminated on outdoors bushings, cable boxes or bus duct chamber as specified on data sheet.

(ii) H.T. cable box shall be suitably dimensioned to accept terminations of XLPE cable from top entry as specified in data sheet.

(iii) Terminal chamber for bus duct termination shall have a gasket cover plate bolted to it. A separate cover plate shall be provided to facilitate the connection and inspection. Phase sequence of Bus bars in connection chamber shall be as specified in data sheet.

(iv) Marshalling box shall be weather-tight. All protective devices and neutral CTs shall be wired by means of PVC insulated armoured cables upto marshalling box.

1.5 TESTING :

The following Routine and Type Tests shall be performed on the transformers as per IS:

2026 in the presence of purchaser’s representative and certified test reports submitted.

Minimum two weeks’ notice shall be given to the purchaser to witness the tests at the

vendor’s works.

Page 464: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 340 of 508

1.6 Routine Tests:

The routine tests, including but not limited to the following shall be performed on each of

the Transformers, as per the relevant standards. (Note: Only NON DESTRUCTIVE test shall

be performed on the transformers and test certificates for other tests conducted on other

similar rated transformers shall be acceptable)

i) Measurement of winding resistance. ii) Measurement of voltage ratio and check of voltage vector relationship. iii) Measurement of Impedance voltage / short circuit impedance and load loss.

The power frequency test voltage for the secondary winding shall be 2.5 KV R.M.S.

1.7 Type Tests :

Type test certificates are to be given in triplicate along with transformers.

1.8 ACCESSORIES :

Accessories not limited to the ones specified in the attached data sheet shall be included in

the scope of supply. In addition Winding Temperature indicator, High Temperature Trip

Point, Lifting lugs, Earthing Terminals, Micro Switch for tripping the HT panel in case of

opening the door etc. shall also be provided within the quoted price.

The tapping and control gears shall be provided on the H.V. side. Tap changer shall be ON

load type with RTCC as specified in BOQ & the data sheet. The tap changing equipment shall

be suitable for carrying the fault current.

1.9 PAINTING :

All metal parts shall be thoroughly cleaned to remove rust, scale, grease etc. and painted

with two coats of approved colour shade over one coat of rust resisting primer. The paint

shall not scale-off, crinkle or removed due to normal handling.

All metal surfaces not accessible for painting shall be made of corrosion resistance material.

1.10 RATING PLATE DETAILS :

Each transformer shall be provided with a rating plate giving the details as per IS:2026 (Part-

I). The marking shall be indelible and the rating plate shall be located on the front side.

Exact value of transformer %ge Impedance, as determined by tests shall be marked on it

and also on the final submission of nameplate.

Page 465: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 341 of 508

1.11 GUARANTEE :

The transformer shall be guaranteed for trouble-free service for the period of 12 months

from the date of commissioning or 18 months from the date of receipt at site, whichever is

later. Any defects discovered during this period shall be rectified free of charge.

1.12 INSTALLATION:

Installation shall conform to Indian Standard Code of Practices IS: 1886-1967 and meet with

the approval of the Electrical Inspectorate and other statutory bodies.

Transformers shall be positioned with acceptable clearance all round.

Visual inspection shall be conducted for mechanical damage to any part or parts and

suitable steps shall be taken to rectify the defects immediately.

Before connecting the transformers to the supply, the housing must be earthed by two

separate and distinct connections through two separate copper leads of not less than

50mm X 6mm cross section each. All connections to the earthing system should be visible

for inspection.

The star point of L V winding shall be earthed by means of two separate and distinct earth

conductors of not less than 50mmx6mm copper strip.

1.13 COMMISSIONING:

The following pre-commissioning tests shall be conducted and test results recorded.

a) Continuity of the windings.

b) Insulation resistance between windings and also between windings and earth.

c) Earth resistance test.

In case the I R value are not found satisfactory, the transformers shall be dried out in

the manner described in IS : 1886-1967.

The transformer shall be energized only if the tests are satisfactory.

After energizing, transformer shall be kept on `No Load' for a period of 24 hours before

load is switched. Thereafter Transformers shall be brought up to the full load.

Page 466: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 342 of 508

SPECIFICATIONS OF STEP DOWN DRY TYPE (CRT) TRANSFORMER

Sl. No. Description Unit Data

1. Name of Manufacturer

2. Reference Standards IS: 11171-1985

3. Rated Power KVA 750

4. No Load Volts Ratio kV 11 / 0.415

5. No. of Phases Nos. 3

6. Frequency Hz. 50

7. Vector Group Dyn 11

With Neutral brought out.

8. Type of Cooling AN

9. Impulse withstand voltage / Power KVp/KVrms 75/28

Frequency withstand voltage

10. Impedance Voltage % 5% +/- IS Tolerance

11. Tapping,(OLTC) ON circuit, on HV % -15% to +5% in step of 1.25%

12. No Load Losses at rated Frequency KW As per IS

and 100 % rated voltage

13. Load Losses at Normal Ratio, Rated KW As per IS

Current and at 75C

14. Insulation Class F

15. Max. Temp. rise of winding by resistance C 90

method over an Ambient Temp. of 50C

16. Termination Arrangement

a) HV side (Cable box) 3 x 300 Sq.mm., 11 KV XLPE from top

b) LV side 1250 A Bus duct

17. Enclosure Protection Class IP – 23 or Higher

18. Wheels Plain, Bi-directional

Page 467: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 343 of 508

CHAPTER – 18

DIESEL GENERATING SET

1.0 SCOPE OF WORK

1.1 The offer shall cover complete supply installation, testing and commissioning of Direct radiator

cooled diesel engine alternator set. All minor civil works, electrical and other works associated

with the testing, installation and commissioning of the sets shall be carried out by the tenderer

as per specification and Bill of Quantities. The tender should quote for complete job to be

executed under this contract. The tenderers are advised to inspect the site to obtain first hand

information of all site conditions before tendering.

1.2 Fuel Oil System from day tank to engine.

1.3 Lube Oil System and speed governing system.

1.4 Alternator with excitation system and automatic voltage regulator (AVR) and necessary

protection and metering CT's in terminal box of alternator.

1.5 Water cooling with HE.

1.7 Acoustically Treated DG Set Enclosure.

1.8 Erection/testing and final checking up of the installation at site, commissioning.

2.0 EQUIPMENTS & SERVICES EXCLUDED FROM THE SCOPE OF THIS SPECIFICATION

All except minor civil works and foundation/ platform for DG set is excluded from the

Contractor's scope of work. However, the responsibility of co-ordinating with the civil/ other

contractors ensuring completion of contract rests with the contractor.

3.0 DESIGN

The design and workmanship shall be in accordance with the best engineering practices, to

ensure satisfactory performance and service life. The equipment offered by the contractor shall

be complete in all respect. Any material or accessories, which may not have been specifically

mentioned, but which are useful and necessary for the satisfactory and trouble free operation

and maintenance of the equipment, shall be provided without any extra cost to the purchaser.

4.0 CODES & STANDARDS

The design construction, manufacture, inspection, testing and performance shall comply with all

the currently applicable statues, safety codes, relevant Bureau of Indian Standards (BIS) British

Standards (BS), International Electro Technical Commission (IEC) Publication, NEMA, VDE and

DEMA Standards.

Some of the applicable Standards are listed below:-

IS 1601 : Performance and testing of 1C engines for General Purpose.

BS-649 : Performance and testing of diesel engines for General Purpose.

Page 468: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 344 of 508

IS-4722 : Rotating electrical machines.

IS-4889 : Method of determination of efficiency of Rotating Electrical

machinery.

IS-6491 : Degree of protection provided by enclosures for Rotating

electrical machinery.

IS-4729 : Measurement and evaluation of vibration of Rotating Electrical

machines.

AIEE-606 : Recommended specification for speed governing of internal

(1959) combustion engine generator units

IS-2705 : Current transformers.

IS-1248 : Electrical indicating instruments.

ISO-8528 : Reciprocating IC engine driven AC Gensets

Section (Part II)

5.0 GENERAL

5.1 The DG set shall be silent type, water cooled with radiator, manually and automatically

operated, designed for continuous operation at 100% load at 100% time duty operation except

the time required for periodic maintenance as per relevant IS/BS 5514. The DG set shall

comprise of diesel engine, coupled to four pole alternator on a single frame with integrated

microprocessor based genset monitoring and control system having self regulated,

brushless/static excitation system.

5.2 All equipment shall be of the class most suitable for working under the conditions specified and

shall withstand the atmospheric conditions without deterioration.

5.3 The contractor shall also indicate in his offer the time schedule for routine

maintenance/overhauling operations necessary for continuous satisfactory operation of DG set.

6.0 PERFORMANCE REQUIREMENT

6.1 The equipment shall be capable of delivering continuously at the generator terminals, 100%

output at 100% load at 100% time except for periodical maintenance when operating under the

site and ambient conditions described in this specification as per relevant IS/BS 5514. Genset

should have minimum 50% single step loading capacity and it should be able to take full load

within 25 seconds from start.

The design parameters of the generator and excitation system shall be so chosen, that the set is

stable while running at any load between no-load and full load. It should have isochronous

speed control with load sensing governing system and should be capable of paralleling between

sets at isochronous speed.

Page 469: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 345 of 508

6.2 Engine should be heavy duty four stroke, turbo charged after cooled, V construction Electrical

start. Engine should have minimum lub oil change period of 500 hrs..

6.3 The DG set should be capable of running at 100% load continuously for minimum 500 hours

before any change of lube oil or filters.

7.0 DIESEL ENGINE - CONSTRUCTION

7.1 Material of construction of major parts.

a) M.S. Base Frame

b) Crankcase - Aluminium alloys or as per manufacturer design.

c) Crank - Shaft, connecting rods - forged alloy steel

d) Piston - Al. Alloy casting

e) Piston rings - Alloy steel

f) Engine block - cast iron or as per manufacturers design.

g) Cylinder liner - cast iron

All other materials of construction for pipe/pipe fittings etc. shall be as per relevant standards.

7.2 One common base frame shall be provided for mounting the engine and alternator, complete

with electric suspension between generating set and foundation, leveling lines etc. as required.

7.3 All externally mounted hardware shall be high tensile steel only.

7.4 The normal speed of engine shall preferably be 1500 RPM and the direction of rotation shall be

clearly marked on the set.

7.5 The engine shall be fitted with an exhaust gas driven turbo charger complete with its own self

contained lubricating system. The turbo charger shall be positioned at the free end of the

engine. The turbo charger will be provided with a provision to check its lube oil level.

7.6 The engine shall be fitted with a charge air intercooler. Air from the turbocharger compressor

passes through the inter cooler and then to the engine manifold. The intercooler shall be of

tubular construction or as per manufacturer design with aluminium bronze tubes, mild sheet

steel and cast iron water heaters.

7.7 The engine shall be capable of starting and operating for a few minutes without supply of water

for cooling. Contractor shall indicate the maximum time for which the diesel engine can so

operate.

8.0 FUEL OIL SYSTEM

8.1 The manufacturer shall furnish a 3 mm thick mild steel day tank of 900 ltr. capacity. The day

tank shall be suitably located in the acoustic enclosure and shall be complete with gauge glasses,

filling, draining and vent connection with brass float valve and level switch for low and high level

alarm.

Page 470: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 346 of 508

8.2 The fuel oil system shall be provided with full flow simplex oil cartridge filter.

8.3 The fuel oil system shall be equipped with a crankshaft driven fuel oil transfer pump, which will

draw the fuel oil from the day tank via filters and shall be as per the engine manufacturer

design.

8.4 Direct injection system shall be designed, taking into account the type of fuel used, engine

speed, etc. so as to achieve safe knock free performance with low emission smoke exhaust.

Exhaust system pollution level shall be indicated and has to be got approved from concerned

authorities.

8.5 The interconnected piping from day storage tank to engine together with piping, fitting, relief

valves, return line of surplus oil from the injectors and other accessories shall be supplied &

erected by the contractor without any extra charge.

8.6 Engine will be supplied with fuel leakage module to detect the fuel leakage from the engine and

transfer it back to day tank for reuse.

9.0 LUBRICATING OIL SYSTEM

9.1 All lubricating parts of the engine shall be connected to pressurized lubricating oil distributing

piping system being continuously charged by gear type lube oil pump mounted at the free end

of the engine, and driven from the engine crank shaft. The pumps shall take suction from a

sump tank integral with the engine through a foot valve, suction filter through oil cooler, and

deliver oil to a main supply header. High pressure oil shall be supplied to the main and big end

bearings, crankshaft bearings, governor, auxiliary drive gear etc. Suitable lubricating

arrangement for engine cylinder valve gear, cams and pistons at the required level shall be

arranged. A pressure relief valve shall be mounted on the main supply header for safety against

too high pressure while starting with cold oil. A timer based auto running (auto priming pump)

shall be provided to keep engine lubricated all the time.

9.2 All necessary accessories such as pressure gauges temperature indicators, pressure relief valves,

bypass valves; pressure switches shall be furnished within the contract without any extra

charge.

10.0 COOLING SYSTEM

This section comprises of the supply, erection, testing and commissioning of the radiator and

axial flow fans/HE conforming to the specifications and in accordance with the requirements as

per equipment schedule.

11.0 ENGINE STARTING SYSTEM

The electric starting system shall comprise starter motor, starter batteries (minimum 2 No. of

180AH each) and battery charger and all the required instrument and accessories as required.

12.0 GOVERNING SYSTEM

12.1 The governor shall be electronic type.

Page 471: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 347 of 508

12.2 EXHAUST SYSTEM

Engine exhaust system shall be fitted with residential type silencer; ducting, bends, thermally

insulated aluminium clad exhaust piping etc. shall be provided along with structural support

with stays for the engine.

13.0 ENGINE MOUNTED INSTRUMENT PANEL

Engine will be supplied with engine mounted microprocessor based fully integrated generating

set monitoring, metering and control system which should be equipped with digital electronic

governor along with digital AVR to facilitate discreet control of speed and voltage. It should be

equipped with starting control including integrated fuel ramping to limit the black smoke

frequency overshoot with optimized cold weather starting. The indicating panel should have

communication network facility to facilitate remote hooking on a common network. Engine

instrument panel should be equipped with digital alarm and status mirage to monitor and

display the following parameters of engine and generator.

Engine Indicators

Digital tachometer

Running hours counter

Starting attempts counter

Lube Oil pressure low (for idle and for rated speed)

Lube Oil temperature high

Coolant temperature high

Exhaust gas temperature high

Over speed

Electrical Indicators

3 x current

3 x voltage

Frequency

Active power

Reactive power

Power factor

Frequency totalizer

Battery voltmeter

Page 472: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 348 of 508

Signal alarms

Control panel fault

24 Vdc fault

Failure to start

Fuel day tank level low

Battery low voltage

Controls and selectors

Operating mode selector switch (stop, manual, auto, test)

Start/stop pushbuttons

Manual control selector switch (idle, rated, synchro, loading)

Emergency stop pushbutton

Fault reset pushbutton

14.0 ALTERNATOR

14.1 The alternator shall be industrial type, SPDP, IP23, Class H insulation, self ventilated, air cooled,

rotating field, salient pole, brushless, machine with exciter and shall be rated continuous duty

with temperature rise class H. The alternator should comply to standard IEC, VDE, BS, ANSI.

14.2 The alternator shall have a continuous rating of not less than the value specified under specific

requirement in Annexure-I at 0.8 pf (lag) and the voltage specified.

14.3 The short circuit ratio (SCR) of the generator at rated KVA and rated voltage shall not be less

than 0.5.

14.4 The alternator shall withstand without mechanical damage an over speed of 20% for a period of

2 minutes.

14.5 The alternator shall be capable of withstanding without damage/injury for three times the line

current for 10 seconds.

14.6 The alternator shall be capable of withstanding for fifteen (15) seconds. A current of fifty (50)

percent in excess of its rated current, the voltage being maintained as near the rated value as

possible, consistent with max. capacity of the prime mover.

14.7 Six nos. embedded PT-100 of platinum to measure the winding temperature and 2 nos bearing

PT-100 to measure temperature shall be provided.

14.8 The leads of embedded WTDs shall be wired upto the terminal block in a separate terminal box.

Manufacturer shall indicate the setting values for each WTD/BTD for alarm and trip.

14.9 On line greasing facility with grease nipples and grease relief devices shall be provided.

14.10 All external nuts and bolts shall be of high tensile steel only.

Page 473: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 349 of 508

14.11 Alternator shall be provided with anti-condensation space heater of adequate rating suitable for

240V, 50 Hz, 1ph A.C. supply and shall be wired upto a separate terminal box.

14.12 Two independent earth terminals on the frame, complete with nuts, spring washer and plain

washer shall be provided.

14.13 Alternator shall be provided with suitable terminal box for terminating bus duct. Suitable

arrangement shall be provided in the terminal box for formation of star point for alternator

neutral earthing.

14.14 The alternator should be capable to sustain the unbalanced current between the phases upto

minimum 25% of rated current.

14.15 The radio interference should be within limit of the CISPR standard.

14.16 Alternator should be dynamically balanced complete with rotor and shaft.

14.17 The alternator should have double long life regreasible bearing. It should be flanged on engine,

connected with elastic coupling.

14.18 The Alternator shall be capable of handling atleast 50% non-linear load.

15.0 EXCITATION SYSTEM

15.1 The alternator shall be provided with a complete diode type brushless excitation system,

capable of supplying the excitation current of the generator under all conditions of output from

no load to full load and capable of maintaining voltage of the generator constant at one

particular value.

15.2 The exciter shall have class-H insulation.

15.3 The excitation system shall comprise a shaft driven AC exciter with rotating rectifiers. The

rectifiers shall have in-built protection for over-voltage.

15.4 The alternator should be complete with shunt and booster excitation. The exciter shall be fast

response type and shall be designed to have a low time constant to minimize voltage transients

under severe load changes. The excitation voltage response ratio shall be at least 0.8.

15.5 The rated current of the main exciter shall be at least 10% more than the alternator rated

exciter current and it shall have a 40% overload capability for 10 seconds.

15.6 No external supply shall be required during starting and normal running of the alternator.

16.0 AUTOMATIC VOLTAGE REGULATOR

16.1 An automatic high speed, dead band type voltage regulator shall be provided complete with all

accessories. The regulation system shall be provided with equipment for automatic and manual

control.

Page 474: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 350 of 508

16.2 The regulator shall regulate the output voltage from generator current and potential signals.

Series compounding transformer shall be provided to enable maintaining adequate terminal

voltage in the event of terminal faults. Alternatively excitation system shall be provided with

arrangement for field forcing. Contractor shall co-ordinate suitable of protection relays for

generator with the operational characteristics of automatic voltage regulator, specially under

short circuit conditions.

16.3 Voltage regulation and steady stage modulation shall be within + 1% of the line voltage with

manual voltage adjustment capability within + 5%.

16.4 Necessary equipment for field suppression and surge protection shall be provided.

16.5 The response time of the exciter and the generator shall be properly matched to avoid hunting.

16.6 AVR system shall be provided with equipment for automatic and remote operation/control as

required.

16.7 Necessary equipment shall be furnished for the following :-

a) To prevent automatic rise of field voltage incase of failure of potential supply.

b) To initiate transfer from automatic to manual control of excitation on fuse failure in the

generator potential signal. Circuit to assure correct division of reactive power for parallel

operation. The excitation and voltage regulation shall be designed to cause necessary de-

excitation in case of short circuit. Cross current compensation circuit shall be provided.

17.0 PAINTING

17.1 All steel surfaces, which are to be painted, shall be thoroughly cleaned, degreased and supplied

with primer prior to assembly and shall be applied with two coats of epoxy paint shade RAL

7032 as per IS5.

17.2 All castings shall be sand blasted, degreased and cleaned before painting.

18.0 TESTS as required

19.0 DIESEL GENERATOR SET

Following tests shall be carried out at the engine manufacturer's works in the presence of

employer if so desired.

DG set and the auxiliaries shall be assembled at the manufacturer's works and the following

tests shall be performed.

a) One (1) hour at full load with fuel consumption

b) One (1) hour at 3/4 load with fuel consumption

c) One (1) hour at 50% load with fuel consumption

d) Four (4) hours at full load followed by a 1 hour continuous load at 110% and with fuel consumption.

Before each test, the engine shall be brought to a steady state under the conditions of the test.

Page 475: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 351 of 508

19.2 The alternator shall be subjected to following routine tests As per IS :

a) Measurement of resistance of stator and rotor windings

b) Insulation resistance of stator and rotor windings

c) High voltage tests on stator and rotor windings

d) Open circuit and short circuit tests

e) Temperature rise test

f) Regulation test

19.3 VOLTAGE REGULATOR

a) Sensitivity test

b) Response time test

19.4 TEST AT SITE

a) The tests shall be performed after proper installation of the diesel generating unit at site to

prove the proper operation of interlock circuits and the capability of the engine to start

and pick-up load in the specified time, under supervision of the employer representative

responsible for supervision, testing and commissioning.

b) Guarantee tests to prove guaranteed performance of the DG set shall also be carried out

at site after proper installation. The load test with available load at site will be given for

about 8 hours.

19.5 TEST CERTIFICATE

a) Test certificate shall be submitted in six (4) copies.

b) The test certificate shall be furnished to the employer for prior approval before dispatch

of any equipment from works and the approval in writing from employer shall be essential

to effect dispatch of the equipment.

c) The test reports shall furnish complete identification of the data, including serial number

of each equipment.

20.0 SPECIAL TOOLS AND TACKLES:

No Special Tools and Tackles are needed along as a part of this contract.

Page 476: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 352 of 508

21.0 SPARE PARTS

No Spare parts are needed along as a part of this contract.

22.0 DRAWINGS, DATA AND MANUALS

Drawings and details as indicated elsewhere shall be furnished along with each of the bid.

23.0 DEVIATION

Should the contractor desire to deviate from this specification in any way, he shall draw specific

attention to such deviation.

Unless such deviations are recorded in the deviation sheets, as submitted with offer, it will be

taken for granted that the offer is made in conformity with the specifications.

24.0 GUARANTEED PERFORMANCE

The contractor shall furnish, along with the offer the technical particulars as called in the

Annexures. The performance figures quoted in the technical particulars sheet shall be

guaranteed with the tolerance permitted by relevant standards

25.0 PACKING FOR SHIPMENT

25.1 The equipment shall be suitable protected by respective packing for the shipment distance and

weather conditions involved.

25.2 For transportation, if totally enclosed boxes are not used, the equipment shall be mounted on

skids and enclosed in the open frame wooden crates. However, items like instruments and other

components not assembled with equipment number and part number for case of identification.

26.0 SYSTEM OPERATION:

Diesel - alternator sets function will as follows:-

26.1 Automatic Mode

While the normal mains supply is healthy the diesel alternator set will be at rest and the load

will be supplied by the mains.

The AMF system shall monitor the main supply voltage & when the main supply voltage drops

below a certain preset value, the system shall sense these conditions & shall give automatic

start command to the control systems.

After a time delay of 1.5 seconds from the main supply failure the diesel engine shall start.

Page 477: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 353 of 508

When the DG set attains its rated speed and voltage a closing signal shall be given to the ACB of

the DG set.

When the voltage in the mains gets restored, its quality is monitored for about one minute and

if proven satisfactory the main supply breaker shall close automatically for transfer of the load

from Diesel engine to the main supply at L.T. Panel.

The set shall stop after idle running of one minute after restoration of main supply.

The diesel alternator set reverts to its standby conditions & its ready to start should the mains

supply fail again.

This clause is applicable with BOQ item , if required.

*******

Page 478: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 354 of 508

ANNEXURE – I

TECHNICAL PARTICULARS OF DIESEL GENERATOR SETS

1. Quantity and rating : 1x1010 kVA + 1x 750 kva Diesel Generator unit

2. Mode of operation : Auto/ Manual start

3. Alternator

3.1 Output rating at 0.8 p.f. (lag) : 1010/750 kva (at site conditions) continues output

at 100% load and of 50°C at 100% time except at the

time of periodic maintenance.

3.1 Class of insulation for Stator : Class H & Rotor

3.2 Rated voltage & frequency : 415 V, 50 Hz

3.3 Maximum permissible time : Less than 20 seconds for Building up rated

voltage From stand still

3.4 Variation of voltage from No load to full load : ±5% of rated voltage

3.5 Frequency variation : ± 1%

3.6 Capacity of largest rating : To be furnished Motor starting

3.7.1 Dynamic voltage response & : Less than 15% of rated voltage under permissible voltage drop operating condition at 3.6 above.

during largest rating motor

starting

Page 479: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 355 of 508

3.8 Temperature detectors : 6 nos. RTD and 2 nos. BTD of type PT-100 for winding

temperature and bearing temperature measurements

3.9 Type of excitation system : Brushless, shunt and booster

3.10 Type of control for voltage : Automatic

regulator.

4.00 Type of fuel for engine : High speed diesel according to IS 1460

& as approved by Central Pollution Control Board.

4.01 Day oil tank capacity : Capacity of tank 990 lts.

4.02 Lube Oil : Viscosity SAE-40

4.03 Maximum permissible starting : Less than 20 Seconds

Starting time for attaining Full

speed

4.04 Engine starting : Electric starting system

4.05 Type of governor : Electronic class A1

(Electronic Isynchronics

Governor)

4.06 Lubricating system : Pressure fed type

4.07 Cooling system : Radiator cooling

4.08 Engine cranking system : To be included

Page 480: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 356 of 508

ANNEXURE-II

Minimum Bill of Material for the complete DG set

(a) Engine Specification:

- Engine governor and control box for coupled genset

- Speed control switch end of start and over speed

- Fuel and lube oil simplex cartridges filters

- Electric starting system

- Switches on lube oil pressure, water temperature, after cooler air temperature, exhaust gas

temperatures.

- Control panel

- Wiring box

- Electric pre-lubricating lube oil pump

(b) Generator 415 V

- According to the standard IEC, VDE, BS, ANSI

- Flanged on engine, connection with elastic coupling

- Single/Double long life re-greasable bearings

- Single and ventilated. Discharge at the drive end.

- Insulation class H, temperature rise class H

- Enclosure: IP23

- Excitation: Shunt and booster/PMG

- 6 stator and 2 bearing PT 100 sensors

- Preheating resistance

- Overload capacity : 110% for 1 hour every 12 hours at cos phi 0.8

- Unbalanced load : the unbalanced current between phases shall NOT

exceed the rated current by 25%

- Radio interference : Within limits of CISPR standard

- Regulation performances : The voltage is kept constant within ± 1%

- Manual voltage adjustment within ± 5%

- Dynamic balancing of the complete rotor and shaft

- Short circuit withstanding : 3 in during 10s

Page 481: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 357 of 508

(c) Generating Set

- Flywheel housing mounted between engine and generator

- Spring Type Auto Vibration Mounts/Elastic suspension between generating set and foundations

- Flexible connections on the interface of the circuits for lube oil, water, fuel oil and exhaust gases.

- Standard Yellow coating

- Maintenance manual

- Factory standard test

(d) Electrical Control Panel without circuit breaker

1 x Generator Control panel which should cover following functions.

- The system should be integrated into an electric panel

* Instrumentation

The instrumentation should consist of

* 1 numerical measure station controlling following parameters:

-Voltage on the 3 phases

-Current on the 3 phases

-1 battery voltmeter

-1 speed indicator including :

-1 stop, manual, auto switch

-1 set of push-buttons for engine start and stop

-1 set of push buttons for interlocking and release of the genset connection circuit breaker.

-1 push button for emergency stop with key

* Automation:

The automation of the genset control must be carried out by AMF based including starting and

stopping sequences of the genset according to the different operating modes as well as the

alarm management.

-Isochronus Governor should controls the engine to maintain the genset frequency at present

value.

-A battery charger should be installed inside the panel (associated to a battery supply for the

24V DC)

Page 482: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 358 of 508

* Auxiliaries supply:

The panel should incorporate the power outgoing for the following genset auxiliaries.

-Battery charger

-Ventilation and anti-condensing resistance for control panel

-Alternator preheating resistance

-Pre-lubricating pump

* The following on board protection should be provided:

-max. current

-excitation loss

-Unbalancing

-power return

-mini/max voltage

-mini/max frequency

-earth fault

-others as specified in the tender elsewhere

Page 483: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 359 of 508

ANNEXURE-III

TECHNICAL PARTICULARS OF D.G. SET

(TO BE FURNISHED BY CONTRACTOR)

Contractor shall furnish following technical particulars for engine, alternator, governor, heat exchangers,

together with tender documents.

1.0 ENGINE

1.1 Engine rating (standard) BHP

1.2 Engine rating (at site conditions) BHP

1.3 Maximum engine rating at site BHP

1.4 Time interval between successive starts Secs

1.5 Maximum time required to start the diesel Engine from Secs cold and to bring upto rated speed And in condition to take load

1.6 Operating speed 1500 RPM

1.7 No. of strokes/cycle

1.8 No. of cylinders

1.9 Direction & rotation when viewed from free end

1.10 Fuel system injector pressure

1.11 Lube oil pressure at pump discharge Kg/Cum2

1.12 Lube oil temperature at pump inlet Deg.cel.

1.13 Minimum acceptable lube oil temperature at Start up Deg.cel.

1.14 Maximum period for which the engine can Operate without cooling water Min.

1.15 Heat balance KW

Fuel input

Mechanical KW

Cooling water circuit KW

Cooling fuel circuit KW

Thermal exhaust KW

Engine radiation KW

Page 484: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 360 of 508

1.16 Specific fuel consumption Gm/KWH

4/4 load (on incidental power) Gm/KWH

3/4 load (on incidental power) Gm/KWH

1/2 Load (on incidental power) Gm/KWH

1.17 Emissions

As per latest Gazette notification of Central Pollution Control Board.

1.18 Cooling circuit

Engine water inlet degree degree C

Engine water outlet degree degree C

Water flow rate M3/h

1.19 Air Intake

Air intake flow Kg/hr

Exhaust gas flow Kg/hr

Exhaust gas temp. Kg/hr

Max. exhaust back pressure degree mm WG

1.20 Lube oil consumption ltr/hr

1.21 Camshaft Number Length mm

1.22 Crank Pin Diameter mm

1.23 Bearing Material of Construction

1.24 Supercharger Manufacturer/ (Turbo charger)

Type Number

Drive/Speed

Bearing Cooling

1.25 No. of inlet valves per cylinder head

1.26 No. of exhaust valves per cylinder head

Page 485: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 361 of 508

1.27 Radiator

1. Fluid circulated

2. Quantity of fluid

Circulated in Kg/hr

3. Temperature - inlet/ outlet

1.28 Crank case heater Type/Number Rating

1.29 Vibration limit

1.30 Noise level

2.0 ALTERNATOR DESIGN DATA

2.1 GENERAL

2.1.1 Manufacturer/Type

2.1.2 Rating - Design/Site

2.1.3 Maximum rating - Design/Site

2.1.4 Rated Voltage, current & PF

2.1.5 Rated speed & frequency

2.1.6 Insulation class - stator/Rotor

2.1.7 Temperature rise above 40°C - Stator/rotor/Core

2.1.8 Enclosure details.

2.1.9 Maximum rated KW of motor that can be started `Direct on line' when generator is

a) Unloaded

b) 50% loaded

c) 85% loaded

2.1.10 Excitation at MCR

a) Voltage

b) Current

2.1.11 Rise in voltage when load is thrown off

a) With AVR

b) Without AVR

Page 486: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 362 of 508

2.2 ALTERNATOR PARAMETERS:

Synchronous reactance - xd

Transient reactance - xd

Sub-transient reactance - xd

Zero sequence reactance - x0

Negative sequence reactance - x2

Short circuit ratio

Resistance of stator winding at operating temperature

Resistance of rotor winding at operation temperature

2.3 ALTERNATOR PERFORMANCE

GENERATOR LOSSES

a) Full load losses

b) Armature copper; loss

c) Rotor copper loss

d) Core loss

2.3.2 EFFICIENCY

a) Efficiency at full load

b) Efficiency at 3/4 load

c) Efficiency at 1/2 load

d) Efficiency at 1/4 load machine

2.3.3 Variation of terminal voltage and frequency %

2.3.4 Load power factor

2.3.5 Form factor of the % deviation of the wave shape from standard

2.3.6 Maximum continuous & momentary unbalanced load capacity

2.3.7 Symmetrical short circuit current withstand and duration

2.3.8 Machine Time Constant

a) Open Circuit Transient time constant

b) Short Circuit Transient time constant

c) Short Circuit Sub-Transient time constant

d) Short Circuit armature time constant

Page 487: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 363 of 508

2.3.9 Vibration limit

2.3.10 Noise level

2.4 ALTERNATOR AUXILIARIES & ACCESSORIES

2.4.1 Exciter

a) Type

b) Rated voltage/current

c) Voltage at rated speed but no load

d) Voltage at rated speed with full load

e) Response ratio

f) Class of insulation - Stator/Rotor

2.5 Automatic voltage regulator

a) Type

b) Dead band

c) Response time

d) Voltage of operation

e) Line drop compensator for maintaining bus voltage constant provided

f) Range of voltage adjustment

g) Catalogues & characteristics curves attached

2.6 GOVERNOR

a) Make/Type

b) Steady state speed regulation

c) Steady state governing speed plus or minus % of rated speed

d) Momentary over speed after full load rejection % of rated speed

e) Momentary under speed of rated speed after sudden increase of 25% rated load

f) Prescribed speed band + rated speed

Page 488: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 364 of 508

3.0 FUEL AND COOLING WATER REQUIREMENTS

3.1 Day oil tank for fuel:

a) Fuel consumption at full load Lts/hr

at 75% load lts/hr

at 50% load lts/hr

at 25% load lts/hr

b) Capacity of day oil tank Litres

c) Grade of fuel oil to be used

4.0 WEIGHT SCHEDULE

4.1 Weight of engine with flywheel including standard accessories Kgs.

Total shipping weight Kgs.

Weight of alternator Kgs.

Weight of exciter Kgs.

Heaviest piece to be handled in normal maintenance Kgs.

5.0 PIPING, FITTINGS & VALVES

5.1 Furnish valve schedule giving size, type of ends, manufacturer, material of construction, rating

etc.

5.2 Furnish piping schedule giving size of pipes, wall thickness, codes, material of construction,

rating etc.

5.3 Furnished all fittings, drains, vents, accessories, etc. as required.

6.0 CONTROLS AND INSTRUMENTS:

6.1 Pressure Indicator:

6.1.1 Make, type and range

6.1.2 Size of dial and accuracy

6.2 Flow indicator

6.2.1 Make, type and range

6.2.2 Accuracy

Page 489: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 365 of 508

6.3 Temperature Indicator

6.3.1 Make, type and range

6.3.2 Accuracy

6.4 Controller

6.4.1 Make and type

6.4.2 Details with loop

******

Page 490: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 366 of 508

CHAPTER – 19

SOUND ATTENUATED ACOUSTIC ENCLOSURE

A suitable “SOUND ATTENUATED” ACOUSTIC ENCLOSURE” to provide high level of “NOISE

REDUCTION” shall be provided to house the each D.G. Set.

ACOUSTIC ENCLOSURE

The acoustic enclosure housing for the diesel generating set shall be designed on the best

engineering practice. It should have aesthetical looks and brings down sound noise to 75 dB

when measured from a distance of 1 meters away from the DG Set as per noise pollution

norms.

Enclosure construction shall be fully bolted keeping in view the major service

requirements all doors shall be provided with specially designed hinges and lockable handles, Battery, Fuel tank and ACB shall be housed inside the enclosure.

The DG Set shall be supported on a base frame in CRCA Sheet enclosure with suitable ducting for air

inlet and outlet. The enclosure frame shall be of rectangular steel tubes. The doors & enclosure is

treated and painted with duco paint for longer life and weather proof. Requisite air circulation for heat

dissipation and combustion shall be s provided by axial fans. All oil & fuel connections shall be through

steel braided pipes for fuel safety reasons.

The acoustic enclosure consists of the following:-

ACOUSTIC INSULATION

High density resin bonded glass wool shall be provided on all five sides including doors and roof

to absorb noise.

Resin bonded Rockwool of high density (as per manufacturer’s standard) with minimum 100 mm

thickness with tissue paper (min 50 gm/sq.m) covered with perforated 1.6 mm painted MS sheet shall

be used as sound absorption material on all five sides including doors is provided. The air ducts shall also

be covered with mineral wool.

Acoustic hoods with noise splitters provided to block and reduce the sound leakage

Page 491: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 367 of 508

EXHAUST SYSTEM

The exhaust gas is taken out of enclosure through suitable size class C MS pipe (minimum 3.25m higher than the enclosure) and noise suppressor duly insulated with 50

mm rockwool insulation, 24 G Aluminium cladding.

AIR CIRCULATION AND VENTILATION SYSTEM

Proper care shall be taken for engine heat rejection to ensure safe working temperature inside

the enclosure. Requisite air circulation shall be provided by means of required nos. of axial flow

fans with GEC, NGEF, Crompton, ABB make motors of required capacity with downstream flow

silencer. The Air Circulation system shall ensure that the temperature rise inside the enclosure

is never more than 5 deg C above the ambient temperature.

A suitably designed residential type noise suppressor complete with acoustic and thermal

insulation shall be provided.

FUEL TANK AND BATTERY SYSTEM

The enclosure shall be provided with separate chambers for fuel storage tank and battery

storage for safety purpose.

ARRANGEMENTS The engine and alternator are coupled by means of a flexible coupling and both the units

including the radiator shall be mounted on rigid fabricated base frame to form a compact

arrangement of the equipment. Base frame shall be of MS steel and suitably machined to

ensure perfect alignment and alternator with rigid construction to ensure minimum vibrations.

The complete enclosure shall be detachable which can be dismantled in parts of its easy

installation anywhere.

PAINTING The acoustic enclosure shall be painted with good quality Duco Automotive paint with a prior

red oxide primer base and other protection for making it suitable for installation in open areas.

VIBRATION ISOLATION

To avoid transfer of vibration from genset to enclosure & surrounding specially designed Spring

Type vibration isolators shall be used.

Page 492: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 368 of 508

SAFETIES

The enclosure shall have the following safeties;

a) High Enclosure Temperature b) Emergency Stop Push button outside the enclosure.

The enclosure shall also be provide with space heater complete with thermostat and controlling ELCB

working on 220 V A.C. supply and chamber illumination lamp working on 24 V DC supply.

Page 493: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 369 of 508

APPENDIX - I

TERMINOLOGY

This appendix indicates some of the commonly used and important terms, relevant for the Internal EI

works.

1. Exposed conductive part - A conductive part of electrical equivalent, which can be touched

and which is not normally live, but which may become the earth potential.

2. Direct contact - Contact of persons or livestock with live parts which may result in electrical

shock.

3. Indirect Contact - Contact of persons or livestock with exposed conductive parts made live by a

fault and which may result in electric shock.

4. Live Part - A conductor or conductive part intended to be energized in normal use, including a

neutral conductor but, by convention, not a PEN conductor.

5. Touch Voltage - The potential difference between a grounded metallic structure and a point

on the earth surface separated by a distance equal to the normal maximum horizontal reach

of approximately 1 meter.

6. Danger - Danger to health or danger to life or limb from shock, burn or injury from

mechanical movement to persons (and livestock where present), or from fire attendant upon

the use of electrical energy.

7. Earth - The conductive mass of the earth, whose electric potential at any point is conventionally

taken as zero.

8. Earth electrode - A conductor or group of conductors in intimate contact with and

providing an electrical connection to earth.

9. Earth fault loop impedance- The impedance of the earth fault current loop (phase to earth

loop), starting and ending at the point of earth fault.

10. Earth leakage current - A current which flows to earth, or to extraneous conductive parts, in a

circuit which is electrically sound.

11. Earth conductor - A protective conductor connecting the main earth terminal to an earth

electrode.

12. Residual current - The algebraic sum of the instantaneous values of current flowing

through all the live conductors of a circuit at a point of the electrical installation.

13. Residual current device (RCD) - A mechanical switching device, intended to cause the opening

of the contacts when the residual current attains a given value under the specified conditions.

Page 494: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 370 of 508

14. Switchboard- An assembly of switchgear with or without instruments, but the term does not

apply to a group of local switches in a final circuit.

15. Switchgear - An assembly of main and auxiliary switching apparatus for operation, regulation,

protection or other control of electrical installations.

Page 495: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 371 of 508

APPENDIX-II

SAFETY PROCEDURE

1. The Indian Electricity Rules 1956, as amended upto date, are to be followed in their entirety.

Any installation or portion of installation which does not comply with these rules should be got

rectified immediately.

2. The detailed instructions on safety procedures given in B.I.S. Code No. 5216-1969-"Code of

Safety Procedures and Practices in Electrical Works" shall be strictly followed.

3. No inflammable materials shall be stored in places other than the rooms specially constructed

for this purpose in accordance with the provisions of Indian Explosives Act. If such storage is

unavoidable, it should be allowed only for a short period and in addition, special precautions,

such as cutting off the supply to such places at normal times, storing materials away from

wiring and switch boards, giving electric supply for a temporary period with the permission of

consultants shall be taken.

4. The electrical switchgears and distribution boards should be clearly marked to indicate the areas

being controlled by them.

5. Before energising on an installation after the work is completed, it should be ensured that

all tools have been removed and accounted, no person is present inside any enclosure of

the switch board etc. any earthing connection made for doing the work has been removed.

Page 496: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 372 of 508

APPENDIX-III

FORM OF COMPLETION CERTIFICATE

I/We certify that the installation detailed below has been installed by me/us and tested and that to the

best of my/our knowledge and belief it complies with Indian Electricity Rules, 1956, as well as the

C.P.W.D. General Specifications of Electrical Works 1992.

Electrical installation at _______________________________

Voltage and system of supply _____________________________

1. Particulars of work :

(a) Internal Electrical Installation

No. Total load: Type or system of wiring

i) Light point

ii) Fan point

iii) Plug point

a) 3 pin 5 Amp.

b) 3 pin 15 Amp.

(b) Others

Description HP/KW Type of starting

(a) Motors : (i)

(ii)

(iii)

(b) Other plants :

Page 497: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 373 of 508

II. Earthing

(i) Description of earthing electrode.

(ii) No. of earth electrodes.

(iii) Size of main earth lead.

III. Test results :

(a) Insulation resistance

(i) Insulation resistance of the whole system of conductors to earth Megaohms.

(ii) Insulation between the phase conductor and neutral.

Between Phase R and neutral . . . Megaohms

Between Phase Y and neutral . . . Megaohms

Between Phase B and neutral . . . Megaohms

iii) Insulation resistance between the phase conductors in case of polyphase supply.

Between Phase R and Phase Y . . . Megaohms

Between Phase Y and Phase B . . . Megaohms

Between Phase B and Phase R . . . Megaohms

(b) Polarity test

Polarity of non linked single pole branch switches.

(c) Earth continuity test

Maximum resistance between any point in the earth continuity conductor including metal

conduits and main earthing lead.......... Ohms.

(d) Earth electrode resistance

Resistance of each earth electrode

(i) . . . . Ohms.

(ii) . . . . Ohms.

(iii) . . . . Ohms.

(iv) . . . . Ohms.

Page 498: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 374 of 508

(e) Lightning protective system

Resistance of the whole of lightning protective system to earth before any bonding is effected

with earth electrode and metal in/on the structure ..... Ohms.

Signature and name of Signature and Name of the

PE Contractor

Page 499: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 375 of 508

APPENDIX-IV

TECHNICAL PARTICULARS OF THE TRANSFORMERS TO BE FURNISHED BY THE CONTRACTOR ALONG

WITH THE TENDER

1. Name of the manufacturer

2. Service

3. kVA rating:

a) HV winding kVA

b) LV winding kVA

4. Rated voltage :

a) HV winding kV

b) LV winding kV

5. Rated frequency Hz

6. Number of phases

7. Connections:

a) HV winding

b) LV winding

8. Connection symbol :

a) HV-LV

Page 500: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 376 of 508

9. Tappings :

a) Range

b) Number of steps

c) For high voltage variation/For

intermediate voltage variation/

For low voltage variation

10. Reference ambient temperatures:

a) Maximum ambient air temperature deg C

b) Maximum daily average ambient air

temperature deg C

c) Maxmimum yearly weighted average

ambient temperature deg C

d) Minimum ambient air temperature deg C

11. Type of cooling

12. Temperature-rise :

a) Windings deg C

13. Total loss at rated voltage at principal

tapping and rated frequency kW

14. Component losses:

Page 501: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 377 of 508

a) No load loss at rated voltage on

principal tapping & at rated frequency kW

b) Load loss at rated current at principal

tapping at 75 deg C kW

15. Impedance voltage at rated current for the

principal tapping :

a) HV-LV percent

16. Reactance at rated current and rated

frequency :

a) HV-LV percent

17. No load current at rated voltage and

rated frequency percent

18. Insulation level :

a) Seperate source power-frequency

voltage withstand :

i) HV winding kV rms

ii) LV winding kV rms

b) Induced overvoltage withstand:

i) HV winding kV rms

Page 502: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 378 of 508

ii) LV winding kV rms

c) Full wave lighting impulse withstand

voltage :

i) HV winding kV peak

ii) LV winding kV peak

d) Switching impulse withstand voltage :

i) HV winding kV peak

ii) LV winding kV peak

20. Efficiencies at 75 deg C at unity power

factor :

a) At full load percent

b) At 3/4 full load percent

c) At 1/2 full load percent

21. Regulation at full load at 75 deg C :

a) At unity power factor percent

b) At 0.8 power factor lagging percent

22. In case of OFF circuit voltage variation,

state (a) or (b) :

a) Off circuit tap switch

b) Off circuit links

Page 503: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 379 of 508

23. Terminal arrangement :

a) High voltage

b) Low voltage

c) Neutral

24. Approximate masses :

a) Core and windings kg

b) Tank, fittings & accessories kg

c) Total mass kg

25. Approximate overall dimensions :

a) Length mm

b) Breadth mm

c) Height mm

26. Despatch details :

a) Approximate mass of heaviest packdage kg

b) Approximate dimensions of largest

package:

i) Length mm

ii) Breadth mm

iii) Height mm

27. Reference standards

Page 504: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 380 of 508

APPENDIX-V

LIST OF APPROVED MAKES OF MATERIALS:-

INTERNAL ELECTRICAL WORKS

S. No. Description Makes

1. Moulded Case Circuit Breaker (MCCB) L&T / ABB / Siemens / Legrand /

Schneider

2. MCB Distribution Board & Isolator L&T / ABB / Siemens / Legrand /

Schneider

3. MCB L&T / ABB / Siemens / Legrand /

Schneider

4. FUSE SWITCH DISCONNECTOR Larsen & Toubro / Siemens

5. Copper Conductor PVC Insulated Wires (660 V

grade)

Finolex / Havells / Poly cab /

NICCO / WorldCab / Skytone / KEI

/ Bonton / Universal / CCI

6. M.S. / PVC Conduit B.E.C. / AKG / VPL India

7. Lugs Dowell’s

8. E.L.C.B. L&T / ABB / Siemens / Legrand /

Schneider

9. Luminaires Philips / Nova / Wipro / Bajaj / Thorn

/ Pierlite

Page 505: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 381 of 508

S. No. Description Makes

10. Copper Conductor Telephone Wires Finolex / Havells / Poly cab /

NICCO / WorldCab / Skytone / KEI

/ Bonton / Universal / CCI

11. Copper Conductor Co-axial T.V. Cable Finolex / Havells / Poly cab /

NICCO / WorldCab / Skytone / KEI

/ Bonton / Universal / CCI

12. Industrial Sockets & Plugs Siemens / Schneider / Crompton /

Legrand / Neptune

13. Telephone Tag Blocks Krone Type

14. Ceiling Fans Crompton Greaves / Alstom / Usha /

Khaitan

15. Exhaust Fan Crompton Greaves / Alstom / Usha /

Khaitan

16. Addressable Smoke Detectors Cooper / Notifier (Flashscan) / Bosch

/ Esser

17. Addressable Multisensor Detectors Cooper / Notifier (Flashscan) / Bosch

/ Esser

18. Addressable Heat Detectors Cooper / Notifier (Flashscan) / Bosch

/ Esser

19. Addressable Manual Call points Cooper / Notifier (Flashscan) / Bosch

/ Esser

20. Speaker cum Hooter Cooper / Notifier (Flashscan) / Bosch

Page 506: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 382 of 508

S. No. Description Makes

/ Esser

21. Response Indicators Cooper / Notifier (Flashscan) / Bosch

/ Esser

22. Main Control Panel Cooper / Notifier (Flashscan) / Bosch

/ Esser

23. Telephone Jack / Hand Set Cooper / Notifier (Flashscan) / Bosch

/ Esser

24. Fault Isolator Cooper / Notifier (Flashscan) / Bosch

/ Esser

25. Operator Work Station(Computer) Compaq / HP / IBM

26. Printer Epson / TVS / HP / Canon

27. PA System Same as fire alarm

28. Inverter Nagar / Logicstat / Microtek

29. Lightening Protection System Tercel / LPI / Indlec

30. Prepaid Energy Meter System Secure / liberty

NOTES: The Contractor shall get the samples of all the items not covered in this list, approved

from the Consultant/owner before commencing the supply.

Page 507: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 383 of 508

HIGH SIDE ELECTRICAL WORKS

S. No. Description Makes

1 Main LT Panel / Capacitor

Pane/Distribution Panel

Adlec / Amptech / RST Electrical / SUGEL / Vidhyut Control / Advance Panels / Spectrum Automation / AtoZ Systems / Neptune / Jakson / Surendra Electricals / SPC / ECS / MAX Aerotron P. Ltd. / Indiatec / Dynamic Technologies/ Sunhit Automation / Control Well Switchgear

2 Air Circuit Breaker (ACB) L&T / ABB / Siemens / Schneider / GE

3 Moulded Case Circuit Breaker

(MCCB)

L&T / ABB / Siemens / Schneider / GE

4 Miniature Circuit Breaker

(MPCB/MCB)

L&T/Legrand / ABB / Schneider Electric / Siemens

5 Residual Current Circuit Breaker

(RCBO’s)

L&T/Legrand / ABB / Schneider Electric / Siemens

6 Power/Aux. Contactor L&T/Schneider Electric / ABB / Siemens / GE Power Control

7 Current Transformer (Epoxy Cast

Resin)

Automatic / Pragati / Precise

8 Indicating Lamps LED type and

Push Button

Schneider Electric / Vaishno Electricals / Siemens

9 Electronic Digital Meters (A/ V/ PF/ Hz/ KW/ KWH) with LED Display

Conzerv System Pvt. Ltd. / Ducatti / Schneider Electric

10 Capacitors EPCOS / L & T / BCH/ SAIF / Neptune

11 APFC Panel / Relay L & T Mehar / Neptune / EPCOS / BCH/

Ducati

12 Transformer Kirloskar / Crompton / Voltamp / Areva /

Universal / ABB

Page 508: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 384 of 508

S. No. Description Makes

13 XLPE cables (HT/LT Cable) Finolex / Havells / Poly cab / Fort

Gloster /NICCO/ WorldCab/ skytone/

KEI/Bonton

14 Cable Glands Double Compression

with earthing links

Comet / Dowell/ HMI

15 Bimetallic Cable Lug Dowell’s (Biller India Pvt. Ltd.) / Cosmos / Comet

16 Diesel Engine Cummins / Wartsila / Caterpillar /

Kirloskar / Excel

17 Alternator K.E.C / Stamford / Leroy Somer

18 Anti vibration mountings

Dunlop / GERB / RESISTOFLEX / Easy Flex

NOTES: The Contractor shall get the samples of all the items not covered in this list,

approved from the Consultant/owner before commencing the supply.

Page 509: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 385 of 508

APPENDIX – VI

LIST OF INDIAN STANDARDS (IS)

IS : 374 - 1979 Ceiling fans and regulators (3rd revision)

IS : 694 - 1990

PVC insulated Electric cable for working voltage upto and including

1100 volts.

IS : 732 - 1989 Code of practice for electrical wiring and installation

IS : 1255 - 1983 Code of Practice for installation and maintenance of Power Cables

upto and including 33 KV rating (Second Revision)

IS : 1258 - 1987 Bayonet lamp holders(Third revision)

IS : 1293 - 198

Three pin plugs and sockets outlets rated voltage upto and

including 250 volts and rated current upto and including 160 amps.

IS : 1554 - 1988

( Part - I )

PVC insulated (Heavy Duty) electric cables for working voltages

upto and including 1100 volts.

IS : 1646 - 1982

Electrical installation fire safety of buildings (general) Code of

practice.

IS : 1651 & 1652 -

1991

Stationary cell and batteries, lead acid type

IS : 1885 - 1971 Glossary of items for electrical cables and conductors

IS : 1913 – 1978 General and safety requirements for fluorescent lamps luminaries

Tubular.

IS : 2026 – 1977 to

81 (Part-I to IV)

Power Transformer

IS : 2071 - 1974 - 76

Methods of high voltage testing

Page 510: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 386 of 508

IS : 2309 - 1989 Protection of building and allied structures against lightning

IS : 2551-1982 Danger notice plate.

IS : 3043 - 1987 Code of practice for earthing.

IS : 3480 - 1966 Flexible steel conduits for electrical wiring.

IS : 3837 - 1976 Accessories for rigid steel conduit for electrical wiring.

IS : 4146 - 1983 Application guide for voltage transformers

IS : 4615 - 1968 Switch socket outlets.

IS : 5133 - 1969

(Part -I)

Boxes for the enclosure of electrical accessories.

IS : 5216 - 1982

(Part-I)

Guide for safety procedures and practices in electrical work.

IS : 5424 - 1969 Rubber mats for electrical purposes.

IS : 5578 & 11353-

1985

Marking and arrangement of bus bars

IS : 7098 - 1985

(Part - II)

Cross linked polyethylene insulated PVC sheathed cables. For

working voltages from 3.3 KV upto and including 33 KV

IS : 8130 - 1984 Conductors for insulated electric cables and flexible cords

IS : 8623 -1977

(Part -I)

Factory built assemblies of switchgear and control gear for voltages

upto and including 1000 V AC and 1200 V D C.

IS : 8623 - 1980

(Part -II)

Bus Bar trunking system

IS : 8828 - 1996 Miniature Circuit Breakers

IS : 9537 - 1981 Rigid Steel Conduits for electrical wiring (Second Revisions)

Page 511: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 387 of 508

IS : 10810 - 1988 Methods of test for cables.

IS : 11171 – 1985 Specifications for dry type transformers

IS : 12640 - 1988 Earth Leakage Circuit Breakers

IS : 13947-1989 Moulded Case Circuit Breakers

IS : 13947 - 1993

Degree of protection provided by enclosures for LV switchgear and

control gear.

IS : 13947 - 1993

General requirement for switchgear and control gear for voltage

not exceeding 1000 Volts.

IS : 1651 & 1652 1991

Stationary cells and batteries lead acid type.

Page 512: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 388 of 508

APPENDIX – VII

ABBREVIATIONS

The following abbreviations have been used in the accompanying Specifications,

drawings and Schedule of Quantities.

CU stands for copper.

GI stands for Galvanized Iron (Mild Steel)

V stands for Volts

MV stands for Medium Voltage (110 V ,230 V ,415 V, 600 V)

LV stands for Low Voltage (32 V & Below)

LT stands for Low Tension

PVC stands for Polyvinyl Chloride

AMP stands for Amperes

KWH stands for Kilowatt Hours

KW stands for Kilo Watts

BIS stands for Bureau of Indian Standards

IS stands for Indian Standards

IEE stands for Institution of Electrical Engineers - London

NEC stands for National Electrical Code

VCB stands for Vacuum Circuit Breaker

ACB stands for Air Circuit Breaker

RCCB stands for Earth Leakage Circuit Breaker

MCB stands for Miniature Circuit Breaker

MCCB stands for Moulded Case Circuit Breaker

SP stands for Single Pole

Page 513: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 389 of 508

DP stands for Double Pole

TP stands for Triple Pole

TPN stands for Triple Pole and Neutral

4 Pole stands for 3 phase and neutral of same capacity (size)

MDB stands for Main Distribution Board

SDB stands for Sub Distribution Board

FDB stands for Final Distribution Board

MCC stands for Motor Control Centre

Page 514: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 390 of 508

APPENDIX VIII

SCHEDULE OF DEPARTURE FROM SPECIFICATIONS

---------------------------------------------------------------------------------------------------------------------

Section Ref. to clause of the Description of Reason for Remarks

Specification departure departure

---------------------------------------------------------------------------------------------------------------------

(1)

(2)

(3)

(4)

---------------------------------------------------------------------------------------------------------------------

Certified that except for the departures mentioned above, the tender is in accordance with

CPWD General Specifications for Electrical Works (Part VI Fire Alarm System) 1988 and in a

accordance with detailed requirements specified to the tender specifications.

Signature of the Tenderer.

Page 515: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 391 of 508

HVAC

TECHNICAL SPECIFICATIONS FOR PROVIDING, INSTALLING, TESTING & COMMISSIONING OF HVAC

WORKS FOR PROPOSED CSIR INNOVATION COMPLEX AT MUMBAI

SECTION – 1

SYSTEM DESIGN DATA AND GENERAL REQUIREMENTS

1. GENERAL

The system design, basis of design, estimated requirements and other relevant data are outlined

in this section. The detailed specifications and specific requirements are outlined in the

subsequent sections. The envisaged system / system components shall be compatible to and

integrated with building management system to be provided by other agencies.

2. LOCATION

2.1 The Proposed Project is located at Mumbai.

It is situated at Latitude- 18.54 °N

3. SCOPE OF WORK FOR THIS CONTRACT

(To be executed by HVAC contractor)

3.1 The supply at site of all main equipments and items associated with air-conditioning &

ventilation system detailed under these technical specifications.

3.2 To execute all incidental work at site including all material supply at site required in the

technical specifications. Nature of such works will be sheet metal duct/grille work, water piping

work for chilled water / hot water etc. All electrical work connected with HVAC such as cables,

control panel, electric panels etc., erection at site for all manufactured items at works and also

items fabricated at site.

3.3 Routine testing, pressure testing of fabricated components, commissioning of complete plant at

site.

3.4 Performance testing at works of various equipments manufactured at works.

3.5 Performance testing at the site of complete HVAC system as per various technical

requirements.

Page 516: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 392 of 508

4. SYSTEM DESIGN:

A. DESIGN PARAMETERS:

The following figures are assumed for various seasons for designing the HVAC system of the

Building:-

1. Outdoor Design Conditions : Source

Summer

Dry Bulb Temp. 34.3 ± 1 °C ( 93.74 ± 2 °F)

National Building

Code of India.

Wet Bulb Temp. 23.3 ± 1 °C ( 73.94 ± 2 °F)

Monsoon

Dry Bulb Temp. 31.3 ± 1 °C ( 88.34 ± 2 °F )

Wet Bulb Temp. 27.5 ± 1 °C ( 81.5 ± 2 °F )

2. Inside Design Conditions :

Summer & Monsoon (For office & Similar Areas)

Dry Bulb Temp. 23.3 ± 1 deg C (74 ± 2 deg F)

Relative Humidity (RH) 55 % (Design Value – No Control)

Summer & Monsoon (For R & D and Animal Holding Areas)

Dry Bulb Temp. 22 ± 1 deg C (71.6 ± 2 deg F)

Relative Humidity (RH) 50 ± 10 %

Winter

Dry Bulb Temp. 21 ± 1 deg C (70 ± 2 deg F)

Relative Humidity (RH) 50 % (Design Value – No Control)

Page 517: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 393 of 508

1. Outdoor Air Requirements

Area Description Outdoor Air Requirement

Scientist Rooms/Work stations 21 CFM/Person ‘or’ 1 Air Change Per Hour

Library/Corridor/Lift lobby 17 CFM/Person ‘or’ 1 Air Change Per Hour

Cafeteria/Meeting/ Discussion

Room 21 CFM/Person ‘or’ 1 Air Change Per Hour

R & D Spaces 5 Air Change Per Hour

Animal Holding area 15 Air Change Per Hour

Corridor (Animal Holding area) 2 Air Change Per Hour

2. Factors Considered: (As Per ECBC Norms)

i) Glass (Single glass) SHGF = 0.25

‘U’ Value = 0.58 BTU / Hr - Sft - oF

ii) Walls: ‘U’ Value = 0.20 BTU / Hr.-Sft - oF.

iii) Roof (Insulated) ‘U’ Value = 0.105 BTU / Hr. - Sft - oF

iv) Lighting/Equipment Load - As per the use of the area under consideration.

Since the proposed building also consists of animal holding areas, hence the air conditioning load

shall be design with taking care of heat (Sensible & Latent) generated by various types of animals.

Page 518: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 394 of 508

Heat Generations by various animals’ are as below:

Heat Generations, Btu/h per Animal

Animal Weight lb Sensible Latent Total

Mouse 0.046 1.11 0.54 1.65

Hamster 0.26 4.02 1.98 6.00

Rat 0.62 7.77 3.83 11.60

Guinea Pig 0.9 10.22 5.03 15.25

Rabbit 5.41 39.22 19.31 58.53

Cat 6.61 45.57 22.45 68.02

Primate 12 71.27 35.11 106.38

Dog 22.7 104.80 56.40 161.20

Dog 50 230.70 124.20 354.90

Goat 79.3 293.78 144.70 438.48

Sheep 99 346.96 170.89 517.85

Pig 150 371.00 292.00 663.00

Chicken 4 12.90 21.90 34.80

5. SYSTEM DESCRIPTION:

It is proposed to install a central chilled water system for air –conditioning the building. Main

plant would be located at the terrace of the building. Conditioned air from AHU’s to be supplied

by rectangular ducting to the areas to be air conditioned.

Page 519: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 395 of 508

6. Design Philosophy

The air-conditioning and ventilation system shall be designed, keeping in view the

following:

(i) Continuity and reliability. (ii) Flexibility of operation. (iii) Energy Conservation. (iv) Safety of personnel and equipments. (v) Ease of maintenance. (vi) Minimum fire risk. (vii) Low Cost Management.

AHU Design

Maximum face velocity across filters : 350 Ft./Min (100 M/Min.)

Maximum face velocity across cooling coils : 500 Ft./Min (150 M/Min.)

Maximum fan outlet velocity : 2000 Ft./Min (600 M/Min.)

Maximum fan speed : 1000 RPM

Maximum fan motor speed : 1450 RPM

Duct Design

Maximum flow velocity : 1500 Ft./Min

Maximum friction : 0.1 in WC/100 Ft.

RunMaximum velocity at supply air outlet : 500 Ft./Min.

Piping Design

Maximum velocity : 2.5m/sec

Maximum friction : 5 M/100 M Run

7. Applicable Codes and Guides

Associated Air Balancing Bureau (NEBB) Standards. American Society of Heating, Refrigeration and Air Conditioning Engineers, Inc.

(ASHRAE). Indian Society of Heating, Refrigeration and Air Conditioning Engineers, Inc.

Page 520: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 396 of 508

(ISHRAE). National Fire Protection Association (NFPA) Sheet Metal and Air Conditioning Contractors National Association (SMACNA) Bureau of Indian Standards (B.I.S) Energy Conservation Building Code, 2009 National Building Code of India 2005. Green Rating for Integrated Habitat Assessment (GRIHA)

8. VENTILATION SYSTEM

Fresh air shall be provided with following pairing number of air changes/hour for ventilation:

1. Toilets Exhaust– 10-12 air changes / hour

2. Lift Lobby & Lift Well Pressurization – Mechanically Pressurized

9. AUTOMATIC CONTROL SYSTEM CONSIDERATIONS

A fully functional Intelligent Building Management System will be installed to

control/monitor all equipment. Chillers, primary chilled water pumps, secondary chilled

water pumps, cooling tower have been controlled/modulated and monitored by IBMS.

All control valves for AHUs have been provided with modulating motors. Each AHU will

have a dedicated DDC controller preferably installed within AHU housing as built-in unit.

The Direct Digital Control [DDC] with a control supervision computer will be provided to

efficiently manage the energy and make the operations easier

10. ROOF INSULATION

All exposed roofs of the areas to be air-conditioned shall be thermally insulated. (To be done by

other agency)

11. ITEMS TO BE PROVIDED BY OTHER AGENCIES

The following items of works shall be provided by other agencies.

11.1 Provision of filtered and softened water up to the expansion tank.

11.2 Provision of main 3 Ph. 50 Hz, 415 VOLTS, 4 wire A.C. main electric supply cables along with

main earthing conductor of required size up to the A.C. Panels.

11.3 False ceiling to cover the ducts and drop ceiling if required.

11.4 Foundation for equipment like water pump sets, water chilling units, AHU’s, Ventilation Fans

etc. (Details to be provided by the HVAC contractor).

Page 521: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 397 of 508

11.5 Floor traps near air handling units and in the plant room, for drains.

11.6 Except for the works mentioned above which are in the scope of the other agency, rest of all

works directly or indirectly associated with completion of air-conditioning plant are within the

scope of air-conditioning contractor and shall be assumed to have been included by air-

conditioning contractor in his quotation on complete turnkey basis.

11.7 In view of the above, air-conditioning contractor will not be allowed to put forth any claims for

extra charges after award of the contract over and above the total value of the contract. This

aspect should be kept in mind by the tenderer while submitting their quotations.

11.8 After award of contract, air-conditioning contractor shall be solely responsible to provide all

items at site without any extra cost implication to the department, as required to complete the

erection and commissioning of air-conditioning plant on turnkey basis for safe, smooth and

trouble free operation and foolproof performance.

12. INCIDENTAL CIVIL ENGINEERING WORKS

Contractor's scope of work in respect of civil engineering works shall be as per following:

These works shall be done by the contractor within the quoted rates of the contractor for each

item and without any extra charge to the department.

Making opening in walls/floors/ceilings for taking out duct/cables / piping etc., and making them

good.

Making openings in walls/floors/ceilings for grouting supports for duct/cables/piping work and

grouting of supports.

Making necessary frames in walls/ceilings for fixing of grilles/diffusers etc.

Protection coating for the embedded pipes for corrosion control.

13. DRAWINGS

The drawings forming part of these specifications provide a feasible scheme for locating the

equipment. The contractor may re-arrange the equipment for improving the layout and meeting

the site conditions. All such changes shall however be subject to the Engineer In Charge

approval. These drawings are not meant to be working drawings, which shall be prepared by the

contractor as required.

14. TEST DATA

The plant as a whole system shall be tested as per specifications given elsewhere and complete

test data shall be furnished on prescribed data sheet.

15. TECHNICAL DATA

The contractor shall furnish complete "technical data" on the equipment offered by him as

required under the heading "technical data".

Page 522: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 398 of 508

16. PERFORMANCE GUARANTEE

16.1 The contractor shall guarantee that the air conditioning plant shall maintain the designed inside

Temperature within +2° F tolerance and shall not exceed the specified limit at any point in the

given area.

16.2 The contractor shall guarantee that the capacity of various components as well as the whole

system shall not be less than the specified capacity.

16.3 The contractor shall ensure, that the system shall be free of vibrations and disturbing sounds.

16.4 The contractor shall guarantee the consumption of power within the designed

Limits on hourly basis.

17. NOISE LEVEL

All refrigeration and air conditioning equipment and materials, (like motors, compressors,

pumps, etc.) shall be selected, designed and installed in such a manner that the inside noise

criterion for all conditioned spaces shall be in the range of NC-30 to NC-35. Thus the noise level

in conditioned occupied spaced due to all refrigeration and air conditioning equipment shall not

exceed 52 DB at 150 Hz when measured at any point in the occupied spaces less than 1.5 metre

from any supply air register or 60 cm from any return air grille.

The outdoor noise criterion for cooling towers, at a distance of 50 meters from the fan shall be

NC-45. Therefore, noise level in open areas 50 meters away from towers in any direction shall

not exceed 60 DB.

18. FOREIGN EXCHANGE

The contractor shall make his own arrangements to procure the necessary, specified controls

and other items for which no foreign exchange shall be made available.

19. SHOP DRAWINGS

19.1 The contractor will prepare and supply the following drawings (4 sets) to the

architect/consultant within 20 days from the date of award of work

Duct Layout for all floors

Piping layout for all floors

Plant Room Equipment Layout

Foundation drawing for all equipments in the plant room

Single Line diagram for chilled water circulation system

Single Line diagram for electrical distribution system

Fabrication Drawings for all electrical panels

Control wiring details

Page 523: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 399 of 508

19.2 The contractor shall re-submit 4 sets of all the drawings to the architect within 10 days from

date of receiving comments if any from the architect/consultant after incorporating the

comments.

20. INSPECTION AND TESTING

20.1 The authorized representative of client/architect/consultant shall have full power to inspect

drawings of any portion of the work, examine the materials and workmanship of the

contractor's works or at any other place from which the material or equipment is obtained.

Acceptance of any material or equipment shall in no way relieve the contractor of his

responsibility for meeting the requirement of the specifications, but shall have to be replaced at

its own cost by the contractor in case the equipment or work is found defective or of inferior

quality.

20.2 Routine type tests for the various items of equipment shall be performed at the contractor's

works and tests certificates furnished. The contractor shall permit the department’s authorized

representative to be present during any or all of these tests. After notification to the

department that the installation has been completed, the contractor shall make under the

direction of and in the presence of architect/consultant such tests and inspection as have been

specified or as the architect/consultant shall consider necessary to determine whether or not,

the full intent of requirements of the plans and specifications have been fulfilled. In case the

work does not meet the full intent of specifications, it shall be rectified by the contractor at no

extra cost and the contractor shall bear all expenses for any further tests considered necessary.

20.3 All tools, instruments, plants and labour/operating personnel for the test shall be provided by

the contractor at his own cost.

21. REJECTION OF DEFECTIVE PLANT/EQUIPMENT

If the complete work/equipment or any portion thereof before it is taken over is found defective

or fails to fulfill, the intent of the specifications, the contractor shall, on receipt of a written

notice from the client/architect forth with make good the defective work/equipment. The

contractor will be responsible to rectify the defective work/equipment within a stipulated time

mentioned in the written notice, or replace the equipment at no extra cost to the department.

The client shall have the right to operate all equipments in any operating condition, whether or

not such equipments have been accepted as complete and satisfactory. Repairs and alterations

shall be made at such times and as directed by the department.

22. CLEAN UP WORKS AT SITE

During erection the contractor shall at all times keep the working and storage areas free from

waste or rubbish. On completion of erection he shall remove all temporary structures, debris

and leave the premises clean to the full satisfaction of the department.

Page 524: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 400 of 508

23. RATES

Rates for each of the items of Schedule of Quantity shall be firm and consolidated for the

equipment delivered, installed, commissioned and tested at site including all taxes and levies.

Prices shall remain firm and free from variation due to rise and fall in the cost of material

equipments. Labour or any other reason whatsoever due to changes in statutory rules and

regulations so far as admissible under the conditions of the contract.

24. TERMS OF PAYMENT

The terms of payments shall be as indicated in General Conditions of Contract.

25. PAINTING WORK

The painting should be carried out as required and as per the instruction of the department. The

procedure and the standard colour codes are as follows:

1) Cleaning the surface

2) Apply a primer coat of red oxide

3) Applying two coats of enamel paint of APPROVED colour code after applying cement primer for plastered surface.

4) Standard colour code.

a) Compressor, condenser, belt-guards pump sets Battleship gray b) Motor Siemens Gray c) Chiller Dark Blue d) Air handling units Mulshell gray e) Chilled water line Inlet line (Hot) Dark blue Outlet line (Cold) Light blue f) All supports/stands Black g) Gas equalizer line Yellow h) Ducting Concealed Black rust proof Exposed to grilles insulated/ insulated duct Black Exposed Fiesta blue i) Electric panel's Steel gray

Page 525: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 401 of 508

SECTION – 2

AIR-COOLED SCREW CHILLERS

1. The specifications under this section covers the supply, installation, testing and commissioning of the Screw Air-cooled Chillers with Microprocessor based imported panel conforming to following parameters and in accordance with the requirements of the schedule of equipment.

2. SCREW CHILLERS: The Screw Water Chilling machine shall consist of Vertical/Horizontal Hermetic/Semi-

hermetic compressors, refrigerant cooled motor, oil separator, evaporator, air-cooled

condenser, factory mounted microprocessor based control panel, interconnecting

refrigerant piping, electronic expansion valve, controls and accessories to make it

compact & efficient unit. The capacity control shall be achieved by use of slide valve to

provide fully modulating control from 100% to 20% of the full load.

3. COMPRESSOR:

A. HERMETICALLY SEALED COMPRESSOR:

The Vertical/horizontal type helical screw compressor shall be direct driven at low speed

for higher reliability & efficiency. The compressors should have minimum rotating parts.

The rotors shall be mounted on antifriction bearings designed to reduce friction and

power input and suitable to handle radial & axial loads.

COMPRESSOR MOTOR

The compressor should be direct driven by refrigerant cooled, hermetically sealed

squirrel cage induction motor and should be suitable for 415 Volts ± 10%, 50 Hz ± 5% AC

supply.

The driving motor shall be protected against damages by means of built in protection

devices and suitable for 415 Volts ± 10%, 50 Hz ± 5%, AC supply.

4. EVAPORATOR: The shells shall be fabricated from carbon steel plate. Evaporator are to be designed, tested and

stamped in accordance with ASME code for refrigerant side working pressure of 300 Psig.

All tube sheets are carbon steel. Evaporator tubes are individually replaceable.

Standard tubes are externally finned, internally enhanced seamless copper with lands at

all tube sheets. Tubes are mechanically expanded into tube sheets.

Page 526: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 402 of 508

All water pass arrangements shall be available in either flat-faced flange or marine configuration

with grooved connections (300 psig waterside). All connections may be either right or left handed.

Water side is hydrostatically tested at one & half times design working pressure, but should not be

less than 225 psig. The insulation of evaporators shall be as per manufacturer’s standard and should

be factory insulated only.

5. AIR-COOLED CONDENSORS:

The air cooled condenser coils shall be fabricated out of copper tubes expanded into

epoxy coated aluminum fins. The direct drive discharge fans with fans guards driven by

totally enclosed motors having class F insulation with IP-55 protection of lower RPM

motors of 915 or less shall be preferred. The integral cooler & sub cooler circuits shall

form part of condenser, circuits. The leak tests shall be conducted at the factory at 21

bar & pressure rated for 35 bar pressure with factory epoxy coated condenser fins. The

system shall have at least two independent refrigerant circuits & each circuit shall have

removable core filter dryer, liquid line shut off valves, high pressure relief valves

electronic expansion valves minimizing superheat in the evaporator so as to allow chiller

to operate at reduced condensing temperatures.

6. REFRIGERANT:

The Screw Chiller shall be selected on 407c/134a refrigerant. The water chilling unit

should be fully factory charged with refrigerant and oil and spare refrigerant & oil must

be sent along with the machine for topping up of gas and oil as may be required.

7. REFRIGERANT CIRCUIT:

A multiple orifice control system consisting of an electronically controlled expansion valve and a

fixed orifice would maintain and control refrigerant flow into evaporator.

8. MICROPROCESSOR BASED CONTROL PANEL:

Factory mounted microprocessor based control panel must be provided with at least the

following features:

1. Automatic shutdown protection with manual reset for: a) Low evaporator refrigerant temperature and pressure, b) High condenser refrigerant pressure. c) Loss of condenser water flow d) High motor temperature e) Low Oil flow

Page 527: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 403 of 508

f) Electrical distribution faults such as Phase reversal, phase loss, phase imbalance, mo-current overload.

g) High compressor discharge temperature.

2. Critical sensor or detection of circuit fault in:

a) Starter transition failure. b) External or local emergency stop.

3. Automatic shutdown protection with automatic reset when condition is corrected for of chilled water flow, high compressor discharge temperature, under / over voltage momentary power loss.

The monitoring system should be provided for early detection and warning of refrigerant

loss. Microprocessor based chilled water reset based on return water is necessary and

must be provided.

The unit control panel should be capable of avoiding unit shut down due to transit

abnormal operating conditions associated with low evaporator refrigerant temperature,

hi-condensing temperature and motor current overload. If the abnormal operating

conditions persist and the protective limit is reached, the machine will be shut down. The

microprocessor based panel should be compatible to building management system.

9. CHILLER PERFORMANCE

The contractor shall furnish integrated part load input KW/ TR figure for the chiller, based on

constant leaving chilled water temperature of 44 0F and specified fouling factor.

The input KW/TR at full load (100%) should be maximum 1.2.

10. TESTING

Refrigeration capacity shall be computed from the measurements of water flow and entering

and leaving water temperatures. Flow measurements shall be by an accurately calibrated flow

meter/ balancing valves and temperatures by a mercury-in glass thermometer computed results

shall conform to the specified capacities and quoted ratings. Power consumption shall be

computed from measurements of incoming voltage and input current.

The Evaporator and condenser, after erection at site, shall be subjected to pressure testing for a

period of 24 hours.

Page 528: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 404 of 508

SECTION – 3

WATER CIRCULATING EQUIPMENTS

1. GENERAL

The various items of the water circulating system shall be complete in all respects and

comply with the specification given below. The total sound intensity with all fans in

operation shall not practically exceed 60 DB at a distance of 50 meters.

2. PUMP SETS

Various pumps shall be of type and capacity specified in the schedule of quantities.

2.1 SPLIT CASING TYPE CHILLED WATER PUMPS

2.1.1 The pump sets shall be vertical split casing with suction and discharge flanged

connections coupled with totally enclosed fan cooled squirrel cage induction motor and suitable starter as specified.

2.1.2 The pump casting shall be high density cast iron, volute type design and machined

to a narrow tolerance.

2.1.3 The impeller shall be gunmetal double entry shrouded design, properly balanced.

2.1.4 Water mechanical seals shall be provided to minimize water leakage and should be easily serviceable in the field.

2.1.5 Motor and starter shall conform to relevant specifications and of ratings given in "schedule of quantities".

2.1.6 All Pumps shall be of IS specification.

2.1.7 The maximum speed of the pump shall be 1450 RPM.

3. MISCELLANEOUS

The following shall be included: -

3.1 The chilled water circulating pumps shall be insulated with 80 kg/cum density resin bonded fiber glass duly cladded between aluminum sheets of 0.5mm thickness.

3.2 Water pressure gauge at inlet and outlet of each pump complete with isolation

cocks. Vibration isolation shall be cushy foots type for each pump. Stainless steel bellows type flexible connections shall be provided at pump inlet and outlet.

Page 529: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 405 of 508

4. INSTALLATION AND TESTS

4.1 The pump sets shall be mounted on cement concrete foundation including grouting nuts, bolts, channels etc. shall be provided by the contractor.

4.2 On installation the capacity of the pumps shall be checked by measuring water

flow, motor current and measuring pressure difference at inlet and outlet. The readings shall be recorded to compare actual performance with the specified data.

5. VARIABLE SPEED PUMPING SYSTEM FOR SECONDARY CHW PUMPS

Variable speed pump should provide stable and predictable flow rate over a wide

variation of head pressure including the following:-

The control system shall include as a minimum, the programmable logic pump controller, adjustable frequency drive(s) and remote sensor/ transmitters as

indicated on the drawings. Provide additional items as specified or as required to properly execute the sequence of operation.

The variable speed pump logic controller, adjustable frequency drives(s), AFD by pass and remote sensor/ transmitter(s) shall ship as individual components to the

job site.

Pump logic controller, adjustable frequency drives, sensor / transmitters and related equipment shall be installed by the HVAC contractor as shown on the

drawing.

Line voltage power wiring shall be installed by the HVAC contractor as shown on the field connection drawings and wiring diagrams supplied with the pumping

package.

Low voltage (24V DC and 110V AC) wiring shall be installed by the BMS contractor as shown on the field connection drawings and wiring diagrams supplied with the

pumping package.

COMPONENTS

Pump Logic Controller

5.1 The Technologic pump logic controller assembly shall be listed by and bear the label of underwriters Laboratory, Inc. (UL). The controller shall meet part 15 of FCC regulations pertaining to class - A computing devices. The controller shall be specifically designed for variable speed pumping application.

5.1.1 The controller shall function to a proven program that safeguards against

damaging hydraulic conditions including:

Motor overload Pump flow surges

Page 530: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 406 of 508

Hunting End of Curve

5.1.2 The pump logic controller shall be capable of receiving up to 7 remote process

variable signals. It will then select the analogue signal that has deviated the greatest amount from its set point. This selected signal will be used as the commend feedback input for a hydraulic stabilizing function to minimize hunting. Each input signal shall be capable of maintaining a different set point value. Controller shall be capable of controlling up to two pumps in parallel.

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

5.1.4 The hydraulic stabilizer program shall utilize a proportional-integral- derivation

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

5.1.5 The pump logic controller shall be self prompting. All messages shall be

displayed in plain English. The operator interface shall have the following features.

- Multi-fault memory and recall. - On screen help functions

- LED pilot lights and switches. - Soft-touch membrane keypad switches.

5.1.6 The readout shall be two lines of forty 0.25” backlit LCD super twist characters

capable of displaying the following values: - Differential pressure in PSIG - Pressure in PSIG - Flow in GPM - Temperature in degrees °F or °C - Differential temperature in degree °F or °C The following communication features shall be provided to the BAS: - Remote system start/stop - Failure of any system component - Process variable - AFD Speed - Equipments/ Controllers shall be compatible with existing BMS

5.2 ADJUSTABLE FREQUENCY DRIVE.

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

microprocessor controlled design.

5.2.2 The AFD including all factory installed options shall have CSA approval.

Page 531: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 407 of 508

5.2.3 Enclosure shall be NEMA 1 ventilated for installation as a wall mounted of free-

standing unit, depending on the amp-rating. A hand-off-auto switch and speed potentiometer shall be function via AFD key pad.

5.2.4 AFD shall utilize a diode bridge rectifier to convert three phase AC to a fixed DC

voltage. Power factor shall remain above 0.98 regardless of speed or load. AFDs employing power factor correction capacitors shall not be acceptable.

5.2.5 Insulated gate bipolar transistors shall be used in the inverter section to convert

the fixed DC voltage to a three phase, adjustable frequency, AC output. An internal line reactor shall be provided to lower harmonic distortion of the power

line to increase the fundamental power factor.

5.2.6 The following customer modifiable adjustments shall be provided:

- Accel time: 0.1 to 1800 seconds - Decel time : 0.1 to 1800 seconds

- Minimum frequency: 0 HZ - Analog input filter: 0.1 to 10 seconds

- Analog outputs: 10 to 1 gain

5.2.7 Speed reference signal shall be customer selectable for 0-10VDC or 4-20 mA.

5.2.8 The AFD shall be suitable for elevations to 3300 feet above sea level without de-rating .Maximum operating ambient temperature shall not be less than 104

degrees F. AFD shall be suitable for operation in environments up to 95% non-condensing humidity.

5.2.9 The AFD shall be capable of displaying the following information in plain English

via a 40 character alphanumeric display: - Frequency - Voltage - Current - Kilowatts per hour - Fault identification - Percent torque - Percent power - RPM

5.3 SENSOR/TRANSMITTERS:

Provide adequate Nos. field mounted differential pressure sensor transmitter (s) as required at site. Unit shall transmit an isolated 4-20A mA DC signal indicative of process variable to the pump logic controller via standard two wire 24 DC system. Unit shall have a corrosion resistant steel body with 1/8” NPT process connection. It shall have a NEMA 1electrical enclosure capable of withstanding 450 PSI static

pressure. Accuracy shall be within 0.5% of full span.

Page 532: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 408 of 508

5.4 SEQUENCE OF OPERATION

5.4.1 The system shall consist of a technologic pump logic controller, one duty

pump /AFD set, with duty standby pump selection, automatic alternation and automatic transfer to the standby pump.

5.4.2 The pumping system shall start upon the closure of customer’s contact when the

pump logic controller Mode of Operation selector switch is in the REMOTE position.

5.4.3 When the pump logic controller selector switch is in the LOCAL position, the

pumping system shall operate automatically. Sensor/transmitters shall be provided as indicated on the plans.

5.4.4 Each sensor/transmitter shall send a 4-20mA signal to the technologic pump logic

controller, indicative of process variable condition.

5.4.5 The Technologic pump logic controller shall compare each signal to the independent, engineer/user determined set points.

5.4.6 When all set points are satisfied by the process variable, the pump speed shall

remain constant at the optimum energy consumption level.

5.4.7 The technologic pump logic controller shall continuously scan and compare each process variable to its individual set point and control to the least satisfied zone.

5.4.8 As the worst-case zone deviates from set point, the pump logic controller shall

send the appropriate analog signal to the AFD to speed up or slow down the pump/motor.

5.4.9 The redundant variable speed system shall be started through the pump logic

controller.

5.4.10 In the event of a system differential pressure failure due to a pump or AFD fault, the pump logic controller automatically initiates a times sequence of operation to

start the redundant pump/AFD set in the variable speed mode.

5.4.11 In the event of the failure of a zone sensor/transmitter, its process variable signal shall be removed from the scan / compare program. Alternative zone sensor

/transmitters, if available, shall remain in the scan/compare program for control.

5.4.12 The zone number corresponding to the failed sensor/ transmitter shall be displayed on the operator interface of the pump logic controller.

5.4.13 In the event of failure to receive all zone process variable signals, the AFD shall

maintain 100% speed, reset shall be automatic upon correction of the zone failure.

Page 533: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 409 of 508

5.4.14 Pump or AFD fault shall be continuously scrolled through the display on the operator interface of the pump logic controller until the fault has been corrected

and the Controller has been manually reset.

5.4.15 Manual override arrangement for all control system to be provided.

6. PUMPS SUITABLE FOR VARIABLE SPEED.

Pumps shall be single stage, end suction design with a foot mounted volute to allow servicing of the impeller and bearing assembly without disturbing piping connections.

Pump volute shall be class 30 cast iron with integrally cast pedestal support feet. The

impeller shall be cast bronze enclosed type, dynamically balanced keyed to the shaft and secured by a locking cap screw.

The liquid cavity shall be sealed off at the pump shaft by an internally flushed

mechanical seal with ceramic seal seat and carbon seal ring, suitable for continuous operation at 225o F.A. replaceable bronze shaft sleeve shall completely cover the wetted

area under the seal.

Pump shall be rated for minimum of 175 psi working pressure. Volute shall have gauge tappings at the suction and discharge nozzles and vent and drain tappings at the top and

bottom.

Base plate shall be structural steel or fabricated steel channel with fully enclosed sides and ends, and securely welded cross members. Grouting area shall be fully opened. A flexible type, centre drop-put design coupler, capable of absorbing torsional vibration

shall be employed between the pump and motor. Coupler shall be shielded by a coupler guard securely fastened to the base.

Motor shall be energy efficient, totally enclosed fan cooled, class ‘F’ insulation and

suitable for operation on AFD (only for secondary side).

Motor shall be specially designed for quite operation and its speed shall not exceed 1450 RPM. The motor rating shall be such as to ensure non-overloading of the motor

throughout its capacity range. Motor shall be suitable for 415 ± 10% volts, 3 phase, 50 cycles AC power supply.

Page 534: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 410 of 508

SECTION – 4

AIR HANDLING UNITS (AHUs)

1. GENERAL

The scope of this section comprises the supply, erection, testing and commissioning of double

skin construction, air handling units, conforming to these specifications and in accordance with

requirements of drawings and of the Schedule of Quantities. Bidder shall provide excise duty

gate pass duly authorized for AHU’s and Coils at the time of delivery at site.

The air handling system shall be complete in all respects & shall be BMS Compatible.

2. AIR HANDLING UNITS

The air handling units shall be double skin construction, draw-thru type comprising of various

sections such as mixing box, (wherever the return air and fresh air are ducted), prefilter section,

coil section and fan section, microvee filters section, Hepa filter section (wherever required) as

shown on drawings and included in Schedule of Quantities. The air handling capacities,

maximum motor horsepower and static pressure shall be as shown in Schedule of Quantities.

3. CEILING SUSPENDED TYPE AIR HANDLING UNITS

3.1 CASING

Double skinned panels to be fabricated with anodized extruded aluminum section framework

bolted together with sandwich panel having 0.6 mm thick GI pre- plasticized outer skin and 0.6

mm thick plain GI inner skin. 25 mm thick PU foam insulation having density of 32 kg/ m3

material to be sandwiched between two skins.

The panels shall be sealed to the framework by heavy duty `O' ring gaskets held captive in the

framed extrusion. All panels shall be detachable or hinged. Hinges shall be made of die cast

aluminum / engg. nylon plastic with stainless steel pivots, handles shall be made of hard nylon

and be operational from both inside and outside of the unit. Units supplied with various

sections shall be suitable for onsite assembly with continuous foam gasket. All fixing and

gaskets shall be concealed.

Units shall have hinged quick opening access doors in the fan and filter section. Access doors

shall also be double skin type.

Condensate drain pan shall be fabricated from 18 gauge stainless steel sheet. It shall be isolated

from bottom floor panel through PU foam insulation.

Page 535: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 411 of 508

3.2 MOTOR AND DRIVE

Fan motors shall be highly efficient and shall be 415±10% volts, 50 cycles, three phase, totally

enclosed fan-cooled class F, with IP-55 protection. Motors shall be especially designed for quiet

operation and motor speed shall not exceed 1440 rpm. Drive to fan shall be provided through

‘V’ belt-drive arrangement. Belts shall be of the oil-resistant type.

3.3 FAN

Fans shall be DIDW centrifugal, forward inclined blades. Fan casing shall be made of galvanized

steel sheet. Fan wheels shall be made of galvanized steel. Fan shaft shall be grounded C40

carbon steel and supported in self-aligning Plummer block operating at less than 75% of first

critical speed, grease lubricated bearings. Fan wheels and pulleys shall be individually tested

and precision balanced dynamically.

Motors shall be mounted inside the AHU casing on slide rails for easy belt tensioning, and be

totally enclosed, fan cooled, to be class `F' insulation. Motors shall drive heavy duty V-belt,

constant pitch, drive selected at 110% of motor horsepower.

Both fan and motors assemblies shall be mounted on a deep section aluminum alloy base frame.

Isolation shall be provided from the unit casing by combination spring and rubber anti-vibration

mounts and flame retardant, waterproof neoprene impregnated flexible connection on the fan

discharge.

3.4 COOLING COIL

Chilled water coils shall have 12.5 to 15 mm outer tube diameters and 0.5 mm tube wall

thickness with sine wave aluminum fins min. 0.18mm thick firmly bonded to copper tubes

assembled in zinc coated steel frame. Face and surface areas shall be such as to ensure rated

capacity from each unit and such that the air velocity across the cooling/ heating coil shall not

exceed 170 meters per minute. The coil shall be pitched in the unit casing for proper drainage.

Each coil shall be factory-tested at 21 kg per sq.m air pressure under water. Tube shall be

hydraulically/ mechanically expanded for minimum thermal contact resistance with fins. Fin

spacing shall be 4 - 5 fins per cm.

Coils shall be sealed in polythene bags and packed in crates properly. Coils with damaged fins

shall not be accepted.

3.5 FILTERS

Each unit shall be provided with a factory assembled 50 mm thick washable synthetic type Pre

filters with an efficiency of 90% down to 10 micron provided with anodized aluminum frame.

Filter banks shall be easily accessible and designed for easy withdrawal and renewal of filter

cells. The media shall be supported with HDPE mesh on one side and aluminum mesh on other

side Filter framework shall be fully sealed and constructed from aluminum alloy. Filter banks

face velocities shall not exceed 170 mtr/ minute.

Page 536: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 412 of 508

4. FLOOR MOUNTED AIR HANDLING UNITS (AHUs )

4.1 CASING

Double skinned panels to be fabricated with anodized extruded aluminum section framework bolted together with sandwich panel having 0.8 mm thick GI plasticized outer skin and 0.8 mm thick plain Aluminum inner skin. 43 mm thick PU foam insulation having density of 32/38 (as specified) kg/ m3 material to be sandwiched between two skins.

The entire frame shall be mounted on a sheet steel channel base of 100 mm height. The panels shall be sealed to the framework by heavy duty `O' ring gaskets held captive in the framed extrusion. All panels shall be detachable or hinged. Hinges shall be made of die cast aluminum / engg. nylon plastic with stainless steel pivots, handles shall be made of hard nylon and be operational from both inside and outside of the unit. Units supplied with various sections shall be suitable for onsite assembly with continuous foam gasket. All fixing and gaskets shall be concealed.

Units shall have hinged quick opening access doors in the fan and filter section. Access doors shall also be double skin type.

Condensate drain pan shall be fabricated from 18 gauge stainless steel sheet. It shall be isolated from bottom floor panel through PU foam insulation.

4.2 MOTOR AND DRIVE

Fan motors shall be highly efficient and shall be 415±10% volts, 50 cycles, three phase, totally enclosed fan-cooled class F, with IP-55 protection. Motors shall be especially designed for quiet operation and motor speed shall not exceed 1440 rpm. The motor should be suitable for VFD operation (wherever specified). Drive to fan shall be provided through ‘V’ belt-drive arrangement. Belts shall be of the oil-resistant type.

4.3 FAN

Fans shall be DIDW centrifugal, forward/backward inclined blades (as mentioned in BOQ). Fan casing shall be made of galvanized steel sheet. Fan wheels shall be made of galvanized steel. Fan shaft shall be grounded C40 carbon steel and supported in self-aligning Plummer block operating at less than 75% of first critical speed, grease lubricated bearings. Fan wheels and pulleys shall be individually tested and precision balanced dynamically.

Motors shall be mounted inside the AHU casing on slide rails for easy belt tensioning, and be

totally enclosed, fan cooled, to be class `F' insulation. Motors shall drive heavy duty V-belt,

constant pitch, drive selected at 110% of motor horsepower.

Both fan and motors assemblies shall be mounted on a deep section aluminum alloy base frame.

Isolation shall be provided from the unit casing by combination spring and rubber anti-vibration

mounts and flame retardant, waterproof neoprene impregnated flexible connection on the fan

discharge.

Page 537: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 413 of 508

4.4 COOLING COILS

Chilled water coils shall have 12.5 to 15 mm outer tube diameters and 0.5 mm tube wall

thickness with sine wave aluminum fins min. 0.18mm thick firmly bonded to copper tubes

assembled in zinc coated steel frame. Face and surface areas shall be such as to ensure rated

capacity from each unit and such that the air velocity across the cooling/ heating coil shall not

exceed 170 meters per minute. The coil shall be pitched in the unit casing for proper drainage.

Each coil shall be factory-tested at 21 kg per sq.m air pressure under water. Tube shall be

hydraulically/ mechanically expanded for minimum thermal contact resistance with fins. Fin

spacing shall be 4 - 5 fins per cm.

Coils shall be sealed in polythene bags and packed in crates properly. Coils with damaged fins

shall not be accepted.

4.5 FILTERS

Each unit shall be provided with a factory assembled 50 mm thick washable synthetic type Pre

filters with an efficiency of 90% down to 10 micron provided with anodized aluminum frame.

Filter banks shall be easily accessible and designed for easy withdrawal and renewal of filter

cells. The units shall be provided with factory assembled non-woven synthetic type fine filter

section (wherever specified) having efficiency of 99% down to 5 micron provided with anodized

aluminum frame. The media shall be supported with HDPE mesh on one side and aluminum

mesh on other side Filter framework shall be fully sealed and constructed from aluminum alloy.

Filter banks face velocities shall not exceed 170 mtr/ minute.

5. HEAT RECOVERY SECTION (Wherever specified)

The Heat Recovery section shall include enthalpy wheels and shall have minimum

recovery of 75% of total heat, i.e. both sensible and latent (each being 75%). The

recovery of sensible and latent shall be equal Necessary computerized selection of the

wheel should be provided along with the bid to justify the same. The wheel shall be

made of pure aluminum foil coated with molecular sieve desiccant. 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 538: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 414 of 508

Heat Recovery Wheel specifications:

The substrate: The substrate or wheel matrix should be only of pure aluminum foil so

as to fallow.

a) quick and efficient uptake of thermal energy. b) sufficient mass for optimum heat transfer. c) 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 like synthetic fibrous media.

The wheel has to be certified as per DIN EN ISO 846 with 0% fungal and bacterial growth

at 95% Relative humidity and above.

Fire rating:

NFPA - 90A certification with 0% for Flame spread classification should be confirmed by manufacturer.

Pressure drop:

The presure drop across the rotary heat exchanger shall not exceed 0.1 inch for every

100 FPM face velocity, or part thereof, for the minimum stated / required latent

recoveries / efficiencies

NECESSARY SOFTWARE SELECTION OF THE WHEEL HAS TO BE ENCLOSED TO JUSTIFY

THE PRESSURE DROP AND EFFICIENCY CALCULATIONS.

The Desiccant: The desiccant should be water molecule selective and non-migratory.

The desiccant should be molecular sieve 3Å, 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 which should not be less than 5 kg per 1000 cfm of air, should be coated with non masking porous binder adhesive on the aluminum substrate so as to allow quick and easy uptake and release of water vapour. A confirmation has to be provided by manufacturer of wheel to this effect. 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.

Page 539: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 415 of 508

The weight of desiccant coating and the mass of aluminum 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 results

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 aluminum foil, the rotor should 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.

The rotor honeycomb matrix foil should 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 2800 mm shall have spokes to reinforce the matrix.

From 2000 mm diameter upwards, the option of a special wing structure, to prevent the

rotors from wobbling or deforming due to the successive pressure differentials, will be

available.

Sectioned wheels, with pie segments, capable of being assembled in the field, shall be

available as an option, above 2000 mm in diameter.

The surface of the wheel/rotor should be highly polished to ensure that the vertical run

out does not exceed + 1 mm for every 1 metre 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 + 1 mm for every 1 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 air flow 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.

Page 540: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 416 of 508

The rotor shall be a non clogging aluminum media, having a multitude of narrow

aluminum 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 / sheet metal

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 airflow minimizing the carryover of bacteria, dust and other pollutants,

from the exhaust air to the supply air. It shall be possible, with proper 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 / brush seal

for effective sealing between the two air streams, and also for a minimum wear and tear

ensuring long life of seals.

6. LIMITATIONS

The air velocity across the cooling/ heating coil shall not exceed 170mtr/minute.

The fan outlet velocity shall not exceed 600 mtr / minute.

7. CONTROLS (Priced Separately)

Each AHU shall be provided with pressure independent cum balancing cum two way control

valve for cooling circuit with modulating motor (both items are separately itemized in the

schedule of quantity) for maintaining inside dry bulb temperature and RH within design limits.

Modulating motor shall be compatible with Building Management System.

8. ACCESSORIES

Each air handling unit shall be provided with manual air vent at high point in the cooling coil and

drain plug in the bottom of the coil.

In addition, the following accessories shall be required at air handling units, their detailed

specifications are given in individual sections, and quantities separately identified in Schedule of

Quantities.

a) Insulated butterfly valves, `Y' strainer, union and condensate drain piping upto sump or

floor drain in air handling unit room, as described in section "Piping" ( Priced

separately).

Page 541: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 417 of 508

b) Thermometers in the thermometer wells and pressure gauge (with cocks) within gauge

ports in chilled water supply and return lines (wherever specified).

9. ISOLATORS

Vibration isolators shall be provided with all air handling units. Vibration isolators shall be

ribbed rubber pads.

10. PAINTING

Shop coats of paint that have become marred during shipment or erection shall be cleaned off

with mineral spirits, wire brushed and spot primed over the affected areas, then coated with

paint to match the finish over the adjoining shop painted surface.

11. PERFORMANCE DATA

Air handling unit shall be selected for the lowest operating noise level of the equipment. Fan

performance rating and power consumption data, with operating points clearly indicated shall

be submitted and verified at the time of testing and commissioning of the installation.

12. TESTING

The air-handling unit shall be tested to measure air quantity and coil performance by measuring

temperature difference, water pressure drop across coil and then calculating the capacity by

using the above measurements.

Before painting the air-handling units, these shall be inspected by the authorized

representative/s of department.

Page 542: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 418 of 508

SECTION – 5

HEAT RECOVERY VENTILATION UNIT

1. GENERAL

The scope of this section comprises the supply, erection, testing and commissioning of double

skin construction heat recovery ventilation units, conforming to these specifications and in

accordance with requirements of drawings and of the Schedule of Quantities.

2. The units shall be double skin construction, draw-thru type comprising of various sections such

as prefilter section, coil section and fan section as shown on drawings and included in Schedule

of Quantities.

2.1 CAPACITY

The capacities, maximum motor horsepower and static pressure shall be as shown in Schedule

of Quantities.

2.2 CASING

Double skinned panels to be fabricated with anodized extruded aluminum section framework

bolted together with sandwich panel having 0.8 mm thick pre –plasticized GI sheet outside & 0.8

mm thick plane GI inner skin with 43 mm thick PU foam insulation having density of 38 ± 2 kg/

m3 to be sandwiched between two skins with thermal-break profile and suitable for outdoor

installation.

The entire frame shall be mounted on a sheet steel channel base of 100 mm height. The panels

shall be sealed to the framework by heavy duty ‘O’ ring gaskets held captive in the framed

extrusion. All panels shall be detachable or hinged. Hinges shall be made of die cast aluminum /

engg. nylon plastic with stainless steel pivots, handles shall be made of hard nylon and be

operational from both inside and outside of the unit. Units supplied with various sections shall

be suitable for onsite assembly with continuous foam gasket. All fixing and gaskets shall be

concealed.

Units shall have hinged quick opening access doors for fan and filter section. Access doors shall

also be double skin type.

2.3 MOTOR AND DRIVE

Fan motors shall be highly efficient (suitable for VFD applications wherever specified) and shall

be 415 ± 10% volts, 50 cycles, three phase, totally enclosed fan-cooled class F, with IP-55

protection. Motors shall be especially designed for quiet operation and motor speed shall not

exceed 1440 rpm. Drive to fan shall be provided through ‘V’ belt-drive arrangement. Belts shall

be of the oil-resistant type.

Page 543: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 419 of 508

2.4 FAN

Both Fans (supply & exhaust) shall be DIDW centrifugal, backward inclined blades. Fan casing

shall be made of galvanized steel sheet. Fan wheels shall be made of galvanized steel. Fan shaft

shall be grounded C40 carbon steel and supported in self-aligning Plummer block operating at

less than 75% of first critical speed, grease lubricated bearings. Fan wheels and pulleys shall be

individually tested and precision balanced dynamically.

Motors shall be mounted inside the casing on slide rails for easy belt tensioning, and be totally

enclosed, fan cooled, to be class `F' insulation. Motors shall drive heavy duty V-belt, constant

pitch, drive selected at 110% of motor horsepower.

Both fan and motors assemblies shall be mounted on a deep section aluminum alloy base frame.

Isolation shall be provided from the unit casing by combination spring and rubber anti-vibration

mounts and flame retardant, waterproof neoprene impregnated flexible connection on the fan

discharge.

2.5. HEAT RECOVERY SECTION

The Heat Recovery section shall include enthalpy wheels and shall have minimum

recovery of 75% of total heat, i.e. both sensible and latent (each being 75%). The

recovery of sensible and latent shall be equal, necessary computerized selection of the

wheel should be provided along with the bid to justify the same. The wheel shall be

made of pure aluminum foil coated with molecular sieve desiccant. 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.

2.6. Heat Recovery Wheel specifications:

The substrate: The substrate or wheel matrix should be only of pure aluminum foil so as

to fallow.

d) Quick and efficient uptake of thermal energy. e) Sufficient mass for optimum heat transfer. f) 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 fiber media, will

therefore, not be acceptable.

Page 544: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 420 of 508

The substrate shall not be made from any material which is combustible or supports

combustion like synthetic fibrous media.

The wheel has to be certified as per DIN EN ISO 846 with 0% fungal and bacterial growth

at 95% Relative humidity and above.

Fire rating:

NFPA - 90A certification with 0% for Flame spread classification should be confirmed by

manufacturer.

Pressure drop:

The pressure drop across the rotary heat exchanger shall not exceed 0.1 inch for every

100 FPM face velocity, or part thereof, for the minimum stated / required latent

recoveries / efficiencies

Necessary software selection of the wheel has to be enclosed to justify the pressure

drop and efficiency calculations.

The Desiccant: The desiccant should be water molecule selective and non-migratory.

The desiccant should be molecular sieve 3Å, 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 which should not be less than 5 kg per 1000 cfm of air,

should be coated with non-masking porous binder adhesive on the aluminum substrate

so as to allow quick and easy uptake and release of water vapour. A confirmation has to

be provided by manufacturer of wheel to this effect. A matrix with desiccants

impregnated in non metallic substrates, such as synthetic fiber, glass fiber, 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 aluminum 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 fiber matrix which results

in insufficient sensible recovery, high rotation speed, and unequal recovery, will not be

accepted.

Page 545: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 421 of 508

Rotor : With optimum heat and mass through matrix formed by desiccant, of sufficient

mass, coated on an aluminum foil, the rotor should 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.

The rotor honeycomb matrix foil should 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 2800 mm shall have spokes to reinforce the matrix.

From 2000 mm diameter upwards, the option of a special wing structure, to prevent the

rotors from wobbling or deforming due to the successive pressure differentials, will be

available.

Sectioned wheels, with pie segments, capable of being assembled in the field, shall be

available as an option, above 2000 mm in diameter.

The surface of the wheel/rotor should be highly polished to ensure that the vertical run

out does not exceed + 1 mm for every 1 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 + 1 mm for every 1 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 air flow 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 aluminum media, having a multitude of narrow

aluminum 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.

Page 546: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 422 of 508

The Cassette / casing

The recovery wheel cassette/casing shall be manufactured from tubular / sheet metal 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 airflow minimizing the carryover of bacteria, dust and other pollutants, from the exhaust air to the supply air. It shall be possible, with proper 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 / brush seal for effective sealing between the two air streams, and also for a minimum wear and tear ensuring long life of seals.

2.7 FILTERS

Each unit shall be provided with a factory assembled filter section containing washable synthetic type air filters having anodized aluminum frame. The media shall be supported with HDP mesh on one side and aluminum mesh on other side. Filter banks shall be easily accessible and designed for easy withdrawal and renewal of filter cells. Filter framework shall be fully sealed and constructed from aluminum alloy. Filter banks face velocities shall not exceed 170 mtr/ minute.

2.8 ISOLATORS

Vibration isolators shall be provided with all units. Vibration isolators shall be ribbed rubber pads.

2.9 PAINTING

Shop coats of paint that have become marred during shipment or erection shall be cleaned off with mineral spirits, wire brushed and spot primed over the affected areas, then coated with paint to match the finish over the adjoining shop painted surface.

2.10 PERFORMANCE DATA

The unit shall be selected for the lowest operating noise level of the equipment. Fan performance rating and power consumption data, with operating points clearly indicated shall be submitted and verified at the time of testing and commissioning of the installation.

3. TESTING

The unit shall be tested to measure air quantity and heat recovery wheel performance by measuring temperature difference and then calculating the capacity by using the above measurements.

Before painting the units, these shall be inspected by the authorized representative/s of department.

4. LIMITATIONS

The fan outlet velocity shall not exceed 600 mtr / minute.

Page 547: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 423 of 508

SECTION – 6

FAN COIL UNITS

1. General

The fan coil units shall be complete in all respects and shall generally comply with the

specifications as given hereunder.

2. Fan Coil Units

2.1 The fan coil units shall be ceiling mounting type complete with finned coil, fan section with motor, drain pans, air filters, filter box, fan speed regulator and other controls.

2.2 Cooling Coil

The coil shall be of seamless copper tubes not less than 9mm O.D. of suitable thickness. The coil

has continuous aluminum plate fins. The fins shall be spaced by collars forming integral part of

the fins. The tubes shall be staggered in the direction of air flow. The coil circuit should be sized

for adequate water velocity but not exceeding 1.8 M/s. (6 F.P.S.). The fins shall be uniformly

bounded to the tubes by hydraulic expansion of the tubes.

2.3 Fan Section

2.3.1 This shall consist of light weight aluminum impellers of forward curved type, both statically and dynamically balanced, along with properly designed G.I. Sheet casings.

2.3.2 The impellers shall be directly mounted on to a double shaft, single phase, and multiple winding motor capable of running at (3) three speeds.

2.3.3 A G.I. Plenum shall connect the fan outlets to the coil.

2.4 Drain Pans

2.4.1 The drain pan shall be of double skin construction made of 0.8mm SS at inner side and 0.8 mm thick GI Sheet at outer side, covering the whole of coil section and extended on one side for accommodating coil connection, valve etc. and complete with a 25mm drain connection. The drain pan shall be insulated with 13mm thick closed cell nitrile rubber placed between the two Sheets and sealing all joints.

2.5 Air Filter

The filter shall be cleanable type 12mm thick of foam to be mounted behind the coil section in a

factory fabricated filter box covering the fan section.

Page 548: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 424 of 508

3. Speed Control A sturdy switch shall be provided with the unit complete with wiring, for off and with minimum

(3) three speed control, of the fan.

4. Painting

The fan coil units would powder coated in suitable colour, after proper anti-rust treatment.

5. Automatic Controls :

5.1 Each unit shall have a room type thermostat and PID valve. The valve shall be fixed at a convenient location. The thermostat shall be mounted along with the speed control switch on a common plate. The plate shall clearly indicate the fan position. The controls should be as per specifications under ‘controls’ (Price included).

5.2 The water valves on inlet line shall be of gun metal ball type with integral water strainers, having BSP (FPT) inlet and flare type MPT outlet connection.. The valve on return line shall be as above, but without the water strainer.

6. Water Connections

The water lines shall be finally connected to the coil of the fan coil unit, by at least 300mm long,

type seamless solid drawn copper tubing with flare fittings and connections.

Page 549: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 425 of 508

SECTION – 7

HYDRONIC CHILLED WATER CASSETTE UNITS

1.1. SCOPE

1.1.1 The scope of this section comprises the supply, erection testing and commissioning of

Hydronic Chilled water cassette units in accordance with requirements of Drawings and

of the Schedule of Quantities.

1.2. TYPE

1.2.1 The Cassette units shall be ceiling hung type. Ceiling hung units shall have 4 way

directional air discharge. All units shall be complete with chilled water coil, fins

centrifugal fans and motor, cleanable fabric filters, condensate drain pan& grill.

1.3. CABINETS

1.3.1 Cabinets for Ceiling mounted cassette units shall be constructed of galvanized sheet

steel, bonderized and insulated externally. The cabinets shall be of sufficient size to

enclose centrifugal turbine fan with direct drive, cooling coil in all 4 directions, with

insulated drain pan with condensate pump.

1.4. DRAIN PAN

1.4.1 Primary drain pan shall be fabricated from 20 gauge stainless steel with insulation.

1.5. COOLING COIL

1.5.1 All cooling coils shall be standard three-row staggered seamless copper tube with

aluminium fins. The coil shall be fitted with for connection with MS pipes. Tubes shall be

minimum 10 mm OD. Fin spacing shall be between 4 to 5 fins per cm. All bends and

joints shall be enclosed within insulated end sections of the base unit for protection

against sweating. Tubes shall be mechanically/hydraulically expanded for minimum

thermal contact resistance with fins. The cooling coil shall be easily removable without

disturbing the other Installations.

1.6. FANS

1.6.1 Fans shall be forward curved centrifugal type. There shall be one number fan only. The

Fan should statically and dynamically balance to give the required air flow.

Page 550: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 426 of 508

1.7. MOTOR

1.7.1 Motor shall be 220±5% volts, 50 cycles single phase, energy efficient, six pole, speed not

exceeding 1000 rpm at maximum airflow. Motors shall have two speed windings and

shall be factory wired to a terminal block mounted within the fan section.

1.8. INSTALLATION

1.8.1 Ceiling suspended units and units mounted within the ceiling mounting shall be hung

through rubber-in-shear vibration isolator suspenders.

1.9. ACCESSORIES

1.9.1 All Cassette coil units shall be equipped with copper piping connections. In addition, the following accessories are required at coil units;

1.9.2 LCD Wireless Controller

1.9.3 Auto Restart

1.10. NOISE LEVELS

1.10.1 Maximum Noise level at low speed shall not exceed 38 DBA and 44 DBA at high speed

respectively.

Page 551: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 427 of 508

SECTION – 8

VARIABLE FREQUENCY DRIVES

1. GENERAL REQUIREMENTS

1.1 This specification covers complete variable frequency drives (VFDs) designated on the drawing schedules to be variable speed. All standard and optional features shall be included within the VFD.

1.2 The frequency converter shall not be a general purpose product, but a dedicated HVAC engineered design.

1.3 The VFD and its options shall be factory mounted and tested as a single unit under full load before dispatch.

1.4 The VFD shall be tested to UL 508C. The appropriate UL label shall be applied. VFD shall be manufactured in ISO 9000, 2000 certified facilities.

1.5 The VFD shall be CE marked and conform to the European Union Electro Magnetic Compatibility directive.

1.6 The VFD shall be UL listed for a short circuit current rating of 100 kA and labeled with this rating.

1.7 The frequency converter shall be supported locally by the manufacturer who will provide full technical support, spares holding and troubleshooting capability from their own local facility. A training course shall be provided by the manufacturer to the Engineer-in-charge / contractor / maintenance engineers.

2. TECHNICAL REQUIREMENTS

2.1 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.

Page 552: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 428 of 508

2.2 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.

2.3 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.

2.4 The VFD shall include an input full-wave bridge rectifier and maintain a fundamental (displacement) power factor near unity regardless of speed or load.

2.5 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.

2.6 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.

2.7 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.

2.8 All VFDs upto 90 KW 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.

2.9 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.

Page 553: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 429 of 508

2.10 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.

2.11 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.

2.12 The VFD must be able to produce full torque at low speed to operate direct driven fans.

2.13 Output power circuit switching shall be able to be accomplished without interlocks or damage to the VFD.

2.14 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.

2.15 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.

2.16 VFD shall minimize the audible motor noise through the use 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.

2.17 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.

Page 554: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 430 of 508

3. PROTECTIVE FEATURES

3.1 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.

3.2 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.

3.3 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.

3.4 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.

3.5 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.

3.6 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 possible to program the VFD so that it reduces its output current limit value if the VFD’s temperature becomes too high.

3.7 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.

Page 555: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 431 of 508

3.8 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.

3.9 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.

3.10 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.

4 INTERFACE FEATURES

4.1 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 passwords protect them from undesired operation.

4.2 There shall be an “Info” key on the keypad. The Info key shall include “on-line” context sensitive assistance for programming and troubleshooting.

4.3 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.

4.4 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.

4.5 All VFDs shall have the same customer interface. The keypad and display shall be identical and interchangeable for all sizes of VFDs.

4.6 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 556: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 432 of 508

4.7 Display shall be programmable to communicate in multiple languages including English.

4.8 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.

4.9 A quick setup menu with factory preset typical HVAC parameters shall be provided on the VFD.

4.10 A three-feedback PID controller to control the speed of the VFD shall be standard.

4.10.1 This controller shall accept up to three feedback signals. It shall be programmable to compare the feedback signals to a common setpoint or to individual setpoints 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.

4.11 The VFD shall be able to apply individual scaling to each feedback signal.

4.12 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.

4.13 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.

4.14 The VFD shall have three additional PID controllers which can be used to control damper and valve positioners in the system and to provide set point reset.

4.15 Floating point control interface shall be provided to increase/decrease speed in response to contact closures.

Page 557: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 433 of 508

4.16 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.

4.17 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.

4.18 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.

4.19 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, CO2 concentration in ppm, pressure in bar, differential pressure in PSI etc.

4.20 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.

4.21 Standard Control and Monitoring Inputs and Outputs

4.21.1 Four dedicated, programmable digital inputs shall be provided for interfacing with the systems control and safety interlock circuitry.

Page 558: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 434 of 508

4.21.2 Two terminals shall be programmable to act as either as digital outputs or additional digital inputs.

4.21.3 Two programmable relay outputs, Form C 240 V AC, 2 A, shall be provided for remote indication of VFD status.

4.21.3.1 Each relay shall have an adjustable on delay / off delay time.

4.21.4 Two programmable analog inputs shall be provided that can be either direct-or-reverse acting.

4.21.4.1 Each shall be independently selectable to be used with either an analog voltage or current signal.

4.21.4.2 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.

4.21.4.3 A programmable low-pass filter for either or both of the analog inputs must be included to compensate for noise.

4.21.5 The VFD shall provide front panel meter displays programmable to show the value of each analog input signal for system set-up and troubleshooting,

4.21.6 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 VFD output frequency, current and power. It shall be possible to scale the minimum and maximum values of this output.

4.21.7 It shall be possible to read the status of all analog and digital inputs of the VFD through serial bus communications.

4.21.8 It shall be possible to command all digital and analog output through the serial communication bus.

Page 559: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 435 of 508

4.22 Optional Control and Monitoring Inputs and Outputs

4.22.1 It shall be possible to add optional modules to the VFD in the field to expand its analog and digital inputs and outputs.

4.22.2 These modules shall use rigid connectors to plug into the VFD’s control card.

4.22.3 The VFD shall automatically recognize the option module after it is powered up. There shall be no need to manually configure the module.

4.22.4 Modules may include such items as:

4.22.4.1 Additional digital outputs, including relay outputs

4.22.4.2 Additional digital inputs

4.22.4.3 Additional analog outputs

4.22.4.4 Additional analog inputs, including Ni or Pt temperature sensor inputs

4.22.5 It shall be possible through serial bus communications to control the status of all optional analog and digital outputs of the VFD.

4.23 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.

4.24 A real-time clock shall be an integral part of the VFD.

4.24.1 It shall be possible to use this to display the current date and time on the VFD’s display.

Page 560: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 436 of 508

4.24.2 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 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.

4.24.3 All VFD faults shall be time stamped to aid troubleshooting.

4.24.4 It shall be possible to program maintenance reminders based on date and time, VFD running hours, or VFD operating hours.

4.24.5 The real-time clock shall be able to time and date stamp all faults recorded in the VFD fault log.

4.25 The VFD shall be able to store load profile data to assist in analyzing the system demand and energy consumption over time.

4.26 The VFD shall include a sequential logic controller to provide advanced control interface capabilities. This shall include:

4.26.1 Comparators for comparing VFD analog values to programmed trigger values

4.26.2 Logic operators to combine up to three logic expressions using Boolean algebra

4.26.3 Delay timers

4.26.4 A 20-step programmable structure

4.27 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.

Page 561: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 437 of 508

5. SERIAL COMMUNICATIONS

5.1 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:

5.1.1 Metasys N2

5.1.2 Modbus RTU

5.2 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.

5.3 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.

6. ADJUSTMENTS

6.1 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.

6.2 Four independent setups shall be provided.

6.3 Four preset speeds per setup shall be provided for a total of 16.

6.4 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.

Page 562: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 438 of 508

6.5 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.

6.6 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.

6.7 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.

6.8 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.

6.9 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.

7. OPTIONAL FEATURES

7.1 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. SERVICE CONDITIONS

8.1 Ambient temperature at full speed, full load operation with continuous drive rated output current:

8.1.1 -10°C to 45°C for ratings upto 90 kW without derating

Page 563: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 439 of 508

8.1.2 -10°C to 40°C for ratings 110 kW and higher without derating

8.2 Relative Humidity: 0 to 95%, non-condensing.

8.3 Elevation: Up to 3,300 feet without derating.

8.4 AC line voltage variation: + 10% of nominal with full output.

8.5 VFDs upto 90 KW rating Enclosure protection: IP 54, integral, with Mains Disconnect with no additional cabinets.

8.6 Side Clearances: No side clearance shall be required for cooling.

8.7 All power and control wiring shall be done from the bottom.

8.8 All VFDs shall be plenum rated.

9. QUALITY ASSURANCE

9.1 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.

9.2 All optional features shall be functionally tested at the factory for proper operation.

Page 564: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 440 of 508

SECTION – 9

CONTROLS VALVE AND ACCESSORIES

1. Dynamic Balancing Cum Flow Control Valves

1.1 Pressure Independent Dynamic Control Valve

1.1.1 Valve shall be electronic, dynamic, modulating, 2 way/3 way, control device. Maximum flow setting shall be adjustable to 51 different setting within the range of the valve size. It shall be BMS compatible.

1.2 Valve Actuator

1.2.1 Valve actuator housing shall be rated to IP44. Actuator shall be driven by 24 VDC motor and shall accept 2010 VDC, 4-20mA, 3-point floating or pulse width modulation electric signal and shall include resistor to facilitate any of these signals. Actuator shall be capable of providing 4-20mA or 2-10VDC feedback signal to control system. Optional fail safe system to power valve to either open of closed position from any position in case of power failure shall be available.

Extended LED read – out of current valve position and maximum valve position setting shall be standard.

1.3 Valve Housing

1.3.1 Housing shall be ductile iron, ASTM A536-65T, class 60-45-18 rated 4000 kPa static pressure/forged brass ASTM B584 rated 2500kPa static pressure and 120°C.

2. Temperature Gauge (Thermometer)

Shall be stem type with centigrade & Fahrenheit scales Temperature gauge shall be of the separate able socket type and shall have extended brass stem, where required, for insulated pipes. Temperature gauge shall be installed at water supply and return at air handling units, chillers

& condensers as shown on the Drawings. Range of scales shall be 30-120 F (0-50 C) for air conditioning applications.

3. Pressure Gauges

Shall be installed on suction and discharge of pumps, supply & return at air handling units, inlet and outlet at chillers, and condensers and cooling towers and included in Schedules of Quantities. Suction side gauges at pumps shall be compound gauges with 100mm dia of the range 0-75 cm (0-30 inches) mercury vacuum and 0-4 kg. Per sq.cm (0-60 ps) pressure discharge side gauges at pumps and at all other locations shall be 100 mm dia. Of the range 0.5 kg. Per sq.cm. (0-60 psi) pressure, gauges shall be connected to the pipes by GI nipple, elbow, ball valve etc. as required for gauge protection during testing. Range of scale shall be (0-200 psi). Gauges shall be connected to the pipes by GI nipple, ball valve, elbow etc.

Page 565: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 441 of 508

4. Flow Switches

Sockets or necessary arrangements to be made by HVAC Contractor for bellow type flow

switches shall be provided in condensing water outlet and chilled water outlet at the water

chilling machines, and at the water cooled condensing units for refrigeration load. The flow

switch shall prevent the compressor from starting unless the water flow is established in

condensing water lines, and chilled water flow is established chilled water lines.

5. Thermostats (AHU)

Shall be electric snap-acting fixed differential type as specified herein, with sensing element

located in the return air stream. The profile, mounting arrangement and exact location of

the thermostats shall be as included in schedule of quantities and as approved by the

Engineer-in-Charge. All thermostats shall be supplied with the standard mounting boxes, as

recommended by the manufacturer.

6. Motorized Butterfly Valves with actuator

6.1 Butterfly Valves

6.1.1 The butterfly valve shall consist of cast iron body preferably in two piece construction.

6.1.2 The disc shall consist of disc pivot and driving stem shall be in one piece centrally

located.

6.1.3 The valve seat shall be synthetic material suitable for water duty. It shall line the whole

body.

6.1.4 The disc should move in slide bearings on both ends with ‘o’ ring to prevent leakage.

6.1.5 The handle should have arrangement for locking in any set position.

6.16 The valve should be suitable for 12 Kg/cm2 working pressure.

6.1.7 The actuators of motorized butterfly valve shall be BMS compatible.

7. ON/OFF Motorized butterfly valve with actuator

7.1 Motorized valve for chillers, Chilled water piping shall be 2 positions ON/OFF type Butterfly

valve with standard train. The valve shall be controlled by an electric actuator mounted directly

on the valve. The actuator shall have a reversible synchronous motor and generate the desired

stoke by gear train. It shall be suitable for hook up to any major BMS.

Page 566: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 442 of 508

7.2 Actuator

7.2.1 Each actuator shall have current limiting circuitry incorporated in its design to prevent

damage to the actuator.

7.2.2 Actuators shall provide the minimum torque required for proper valve close-off against

the system pressure for the required flow.

7.2.3 Two-position or open/closed actuators shall accept 24 or 120 VAC power supply and be

UL listed. Butterfly isolation and other valves, as specified in the sequence of operations,

shall be furnished with adjustable end switches to indicate open/closed position or be

hard wired to start/stop the associated pump or chiller.

Page 567: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 443 of 508

SECTION – 10 – VENTILATION SYSTEM

1. General

The ventilation fans, blowers and air washer shall be complete in all respects and shall

generally comply with the specifications given below:

Fans performance rating data shall be tested accordance with AMCA Standard 210-85

(Air Moving and Conditioning Association), ANSI/ASHRAE Standard 51-1985 “Laboratory

Methods of Testing Fans for Rating”. Sound ratings shall conform to AMCA Standard

300-85, “Reverberant Room Method for Sound Testing of Fans”

All fans shall be dynamically trim-balanced to ISO1940 and AMCA 204/3 - G2.5 quality

grade after assembly. A computer printout with the vibration spectrum analysis shall be

attached to the fans

2. Axial flow fans

2.1 The Axial Fan Blades shall be of Cast Aluminum of aerofoil design for high efficiency and

high static pressure. The blades shall be joined together on cast aluminum hub. The

casing shall be of 220 GSM zinc powder coated MS construction.

2.2 The mounting ring shall be of CRCA/sheet steel with steel brackets to connect the

frame, with the Fan/Motor assembly. Rubber mounts shall be provided between the

mounting frame and the mounting brackets. In case of fire the exhaust fans & motor

shall be suitable for operation at minimum 250 deg C for 2 hours. These exhaust fans &

motors should be UL listed.

Running clearance between blade tips and casing shall not exceed 1% of the impeller diameter

and 2% for smoke spill high temperature fan where mechanical expansion coefficient is different

from normal ambient temperature. Fan manufacturer shall provide the fan assembled with the

dame clearance between blade tips and casing of the tested prototype. Note that the air

performance and pressure loss are greatly affected by this clearance.

2.3 The fan assembly shall be statically and dynamically balanced. 2.4 The fan motor shall be totally enclosed Fan cooled type.

2.5 It shall have painted G.I. wire mesh on both sides.

2.6 Fan Speed shall not exceed 1400 RPM.

2.7 Fans shall be licensed to bear the AMCA Air and Sound Certified Ratings Seal.

2.8 Fan motor shall be totally enclosed and external terminal box of at least IP54 shall be provided.

Page 568: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 444 of 508

3. CABINET FAN SECTION

The ventilation unit shall be of double skin construction housing comprising of various

sections such as filter section etc. fabricated of 18G pre-coated or powder coated

galvanized steel sheet from outside. All corner supporting frames shall be of extruded

Aluminum section. It shall have suitable size of inlet & outlet.

The centrifugal forward curve fan (DIDW) & motor shall be mounted on the common

base of Aluminum, inside the housing including anti-vibration.

The fan outlet shall be connected to the casing with the help of fire retardant flexible

canvass.

The fan shall be complete with motor, belt pulley with all accessories.

Fan motors shall be 415 10% volts, 50 cycles, 3 phase, squirrel – cage, totally enclosed

fan cooled with IP – 54 protection. Motor shall be especially designed for quiet

operation and motor speed shall not exceed 1440 RPM. Drive to fan shall be provided.

Each unit shall be provided with a factory assembled filter section with 50 mm thick

washable synthetic type air filters having efficiency 90% down to 10 micron with

extruded aluminum frame.

The opening for access doors and gaps between sections shall be provided with the

neoprene rubber T gasket fixed in the extruded sections.

In case of exhaust, the fan outlet shall have Louvers with bird screen.

4. Blower drive assembly

Drive assembly for each blower shall consist of blower pulley, motor pulley, a set of ‘V’

belts, belt guards, and belt tension adjusting device.

Pulleys shall be selected to provide the required speed. They shall be multi-groove type,

with section and grooves selected to transmit 33% more load than the required power

and shall be statically balanced.

The belt guards shall be of M.S. Sheet with angle iron reinforcements and expanded

metal screen.

Page 569: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 445 of 508

4. Motors and starters The motor for each blower shall be squirrel cage high efficiency (efficiency -1) induction

type and conform to specifications as given under section on control panel, motors and

switchgear. The motor H.P. Shall be atleast 20% more than the limit load of fan and of

minimum rating as given under ‘Schedule of Equipments’. The Motors shall be as per IS-

325-1996 (Revised to date) with F-Class of Insulation.

5 Accessories

All necessary accessories shall be provided for proper operation and shall also include

(As part of Unit Price).

o Dunlop cushy foot vibration isolators for the blowers. o Double canvass connections at the outlet of each fan. o Nuts, bolts, shims etc. as required for the grouting of the equipment. o Slide rails for mounting the motor and belt adjustments. o Bird Screens in the Inlet. o Louvers for Fresh Air and exhaust openings. o Detachable and washable fresh air filters at the inlet.

6. Limitation

The air velocity limits shall be as per Schedule of Equipment and/or BOQ but in no case

exceed.

Velocity at blower outlet shall not exceed 10.16 M/s (2000 FPM)

Inlet Velocity shall be limited to 8 M/S (1000 FPM)

7. Propeller Fans

7.1 The propeller Fan blades shall be pressed steel of aerofoil design for high fan efficiency

and static pressure. The blades shall be rivetted to a central steel hub.

7.2 The motor and blade assembly shall be mounted in a cast iron/sheet steel frame with

steel brackets. Rubber mounts shall be provided between the mounting frames and

brackets.

7.3 The fan motor shall be totally enclosed type.

Page 570: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 446 of 508

8 INLINE FANS

8.1 SCOPE

The scope of work comprises of supply, erection, testing and commissioning of inline fans conforming to these specifications and in accordance with the Schedule of Quantities and drawings , as per relevant IS Codes ,as per approval of Consultant and/or Engineer-In-charge .

8.2 TYPE

Fans shall be Single Inlet single width (SISW) type. Fan shall have directly driven forward curved centrifugal impeller, running in a metal scroll balanced to give quite and vibration free operation. Fan motor assembly shall be statically and dynamically balanced.

The fan shall be assembled in such a manner that the motor and impeller can be easily removed and reinstalled after servicing. The noise level of the fan should not exceed 40 DB in the factory area.

The air handling capacities, maximum motor H.P., Static pressure shall be as shown on Drawing and in Schedule of Quantities.

8.3 MATERIAL

Fans casing shall be manufactured from galvanized steel sheets 2.0 mm thick and painted with two coats of rust proof primer and two coats of synthetic enamel paint.

All other metal parts shall be hot dip galvanized.

8.4 MOTOR

The fan motor shall be equipped with motor with speed regulator giving volume control from 0 to 100% of output including remote and cabling for remote control.

Motors shall be with class ‘F’ insulation wired to an externally mounted weather proofed terminal box.

Motor name plate horsepower shall exceed brake horsepower by minimum of 10%. Motor shall be designed especially for quiet operation and motor speed shall not exceed 1450 RPM.

Motor should be painted with two coats of rust proof primer and two coats of synthetic enamel paint.

8.5 INSTALLATION

Fan shall have rigid supports and fitted to both ends of the casing.

Wherever the fans are to be suspended from ceiling or mounted on the wall, the contractor shall include supply and fixing of all the material that may be required to complete the installation in all respect.

Fan inlet and outlet connections shall be by means of flexible canvas connections having flexibility and slackness as per relevant IS Codes.

8.6 TESTING

Fan after installation shall be tested for capacities, power consumption, noise level and vibration and results shall confirm to the approved data furnished by the contractor.

Page 571: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 447 of 508

SECTION – 11

DUCT WORK (FACTORY FABRICATED)

1. General

1.1 The work under this part shall consist of furnishing labour materials, equipment and

appliances as specified necessary and required to install all sheet metal and other allied

work to make the air conditioning supply, ventilating, and exhaust system ready for

operation as per drawings.

1.2 Except as otherwise specified all duct work and related items shall be in accordance with

these specifications.

1.3 Ductwork shall mean all ducts, joints, stiffeners and hangers.

2. Duct Materials

2.1 The ducts shall be fabricated from galvanized steel sheets class VIII conforming to ISS:

277-2003 (revised).

2.2 All duct work, sheet metal thickness and fabrication unless otherwise directed, shall

strictly meet requirements, as described in IS: 655-2006 with amendment-I (1971 edition)

The thickness of the GI sheet shall be as follows:-

Rectangular ducts upto750 24 gauges

Rectangular ducts 751mm to 1500mm 22 gauge

Rectangular ducts 1501mm to 2200mm 20 gauge

Rectangular ducts greater than 2201mm 18 gauge

3. Raw Material

3.1 Ducting

3.1.1 All ducting shall be fabricated of LFQ (Lock Forming Quality) grade prime G.I. raw material furnished with accompanying Mill test Certificates.

3.1.2 Galvanizing shall be of 120gms/sq.m. (Total coating on both sides).

Page 572: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 448 of 508

3.1.3 In addition, if deemed necessary, samples of raw material, selected at random by owner’s site representative shall be subject to approval and tested for thickness and zinc coating at contractor’s expense.

3.1.4 The G.I. raw material should be used in coil-form (instead of sheets) so as to limit the longitudinal joints at the edges only irrespective of cross-section dimensions.

3.2 Duct Connectors and Accessories

3.2.1 All transverse duct connectors (flanges/cleats) and accessories/related hardware are such as support system shall be zinc-coated (galvanized).

4. Fabrication Standards

4.1 All ductwork including straight sections, tapers, elbows, branches, show pieces, collars, terminal

boxes and other transformation pieces must be factory-fabricated. Equivalency will require

fabrication by utilizing the following machines and processes to provide the requisite quality of

ducts and speed of supply.

4.2 Coil lines to ensure location of longitudinal seams at comes/folded edges only to obtain the required duct rigidity and low leakage characteristics. No longitudinal seams permitted along any face side of the duct.

4.3 All ducts, transformation pieces and fittings to be made on CNC profile cutlers for required accuracy of dimensions, location and dimensions of notches at the folding lines.

4.4 All edges to be machine treated using lock formers, flanges and roller for fuming up edges.

4.5 Sealant dispensing equipment for applying built-in sealant in Pittsburgh lock where sealing of longitudinal joints are specified.

5. Selection of G.I. Gauge and Transverse Connectors

5.1 All transverse connectors shall be the 4-bolt slip-on flange system with built-in sealant if any to avoid any leakage additional sealant to be used.

5.2 The specific class of transverse connector and duct gauge for a given duct dimensions will be 1” (250 Pa) pressure class.

5.3 Non-toxic, AC-applications grade P.E. or PVC Casketing is required between all mating flanged joints. Gasket sizes should conform to flange manufacturer’s specification.

Page 573: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 449 of 508

6. Duct Construction

6.1 The fabricated duct dimensions should be as per approved drawings and all connecting sections are dimensionally matched to avoid any gaps.

6.2 Dimensional Tolerances: All fabricated dimensions will be within ± 1.0 mm of specified dimension. To obtain required perpendicularity, permissible diagonal tolerances shall be ± 1.0 mm per meter.

6.3 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.

6.4 Ducts shall be straight and smooth on the inside Longitudinal seams shall be airtight and at corners only, which shall be either Pittsburgh or Snap Button Punch to ensure air tightness.

6.5 Changes in dimensions and shape of ducts shall be gradual (between 1:4 and 1:7). Turning vanes or air splitters shall be installed in all bends and duct collars designed to permit the air to make the tum without appreciable turbulence.

6.6 Plenums shall be shop/factory fabricated panel type and assembled at site.

6.7 The gauges, joints and bracings for sheet metal duct work shall further conform to the

provisions as shown on the drawings.

6.8 Changes in section of ductwork shall be affected by tapering the ducts with as long a

taper as possible but not less than 600mm. All branches shall be taken off at not more

than 450. Branch shoe shall be provided in each branch section. Angle from the axis of

the main duct unless otherwise approved by the Engineer-In-Charge.

6.9 All ducts shall be supported from the ceiling/slab by means of M.S. Rods of 10 mm

(3/8") DIA with M.S. Angle at the bottom. The rods shall be anchored to R.C. Slab using

metallic expansion fasteners.

Page 574: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 450 of 508

7. Installations

7.1 During the installation, the contractor shall temporarily close duct openings with sheet

metal covers to prevent debris entering ducts and to maintain opening straight and

square, as per direction of Engineer-In-Charge.

7.2 Great care shall be taken to ensure that the duct work does not extend outside and

beyond height limits as noted on the drawings.

7.3 All duct work shall be of high quality approved galvanized sheet steel with atleast 120

GSM coating of galvanization and guaranteed not to crack or peel on bending or

fabrication of ducts. All joints shall be air tight and shall be made in the direction of

air flow.

The ducts shall be re-inforced with structured members where necessary, and must be

secured in place so as to avoid vibration of the duct on its support.

7.4 All air turns of 45 degrees or more shall include curved metal blades or vanes arranged so as to permit the air to make the abrupt turns without an appreciable turbulence. Turning vanes shall be securely fastened to prevent noise or vibration.

7.5 The duct work shall be varied in shape and position to fit actual conditions at building site. All changes shall be subjected to the approval of the Engineer-In-Charge. The contractor shall verify all measurements at site and shall notify the Engineer-In-Charge of any difficulty in carrying out his work before fabrication.

7.6 Sponge rubber or approved equal gaskets of 6 mm maximum thickness shall be installed

between duct flanges as well as between all connections of sheet metal ducts to walls,

floor columns, heater casings and filter casings. Sheet metal connections shall be made

to walls and floors by means of wooden member anchored to the building structure

with anchor bolts and with the sheet screwed to them.

7.7 Flanges bracings and supports are to be factory make.

7.8 Joints, seams, sleeves, splitters, branches, takeoffs and supports are to be as per duct

details as specified, or as decided by Engineer-In-Charge.

7.9 Joints requiring bolting or riveting may be fixed by Hexagon nuts and bolts, stove bolts

or buck bolts, rivets or closed centre top rivets or spot welding. Self tapping screws

must not be used. All jointing material must have a finish such as cadmium plating or

Galvanized as appropriate.

Page 575: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 451 of 508

7.10 Fire retarding flexible joints are to be fitted to the suction and delivery of all fans. The

material is to be normally double heavy canvass or as directed by Engineer-In-Charge.

On all circular spigots the flexible materials are to be screwed or clip band with

adjustable screws or toggle fitting. For rectangular ducts the material is to be flanged

and bolted with a backing flat or bolted to mating flange with backing flat.

7.11 The flexible joints are to be not less than 75 mm and not more than 200 mm between

faces.

7.12 The duct work should be carried out in a manner and at such time as not to hinder or delay the work of the other agencies especially the boxing or false ceiling contractors.

7.13 Duct passing through brick or masonry, wooden frame work shall be provided within the

opening. Crossing duct shall have heavy flanges, collars on each side of wooden frame to

make the duct leak proof.

8. Documentation to Measurements

8.1 For each drawing, all supply of ductwork must be accompanied by computer-generated detailed bill of material indicating all relevant duct sizes, dimensions and quantities. In addition, summary sheets are also to be provided showing duct areas by gauge and duct size range as applicable.

8.2 Measurement sheet covering each fabricated duct piece showing dimensions and external surface area along with summary of external surface area of duct gauge-wise.

8.3 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.

9. Testing

9.1 After duct installation, a part of duct section (approximately 5% of total ductwork) may be selected at random and tested for leakage. The procedure for leak testing should be followed - “HVAC Air Duct Leakage Test Manual: (First Edition).

Page 576: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 452 of 508

10 MISCELLANEOUS

10.1 All ducts above 450mm are to be cross broken to provide rigidity to the ducts.

10.2 All duct work joints are to be true right angle or approaching with all sharp edges removed.

10.3 Sponge rubber gaskets also to be provided behind the flange of all grilles.

10.4 Each shoot from the duct, leading to a grille, shall be provided with an air deflector to divert the

air into the grills through the shoot.

10.5 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.

10.6 Diverting vanes must be provided at the bends exceeding 600mm and at branches connected

into the main duct without a neck.

10.7 Proper hangers and supports should be provided to hold the duct rigidly, to keep them straight

and to avoid vibrations. Additional supports are to be provided where required for rigidity or as

directed by Engineer in Charge.

10.8 The ducts should be routed directly with a minimum of directional change.

10.9 The duct work shall be provided with additional supports/hangers, wherever required or as

directed by the Engineer in Charge, at no extra cost.

10.10 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.

10.11 All angle iron flanges to be welded electrically and holes to be drilled.

10.12 All the angle iron flanges to be connected to the G.S.S. ducts by rivets at 100mm centers.

10.13 All the flanged joints, to have a 4mm thick felt packing stack to the flanges with shellac varnish.

The holes in the felt packing are to be burnt through.

10.14 The G.S.S. ducts should be lapped 6mm across the flanges.

10.15 Sheet metal connection pieces, partitions and plenums required, shall be constructed of 1.25

(18 gauge) sheet thoroughly stiffened with 40mm x 40mm x 6mm angle iron braces and fitted

with access doors.

11. ELBOW VANES ETC.

Simple elbows, transformation sections, shall be formed with Pittsburgh corner seams.

Complicated fittings shall be constructed with double corners. Elbows, bends and offset pieces

shall have a center line radius of not less than 1.5 times the radial width of the duct. Turning

vanes should be provided in elbows, at required spacing such that the aspect ratio of each

individual elbow formed by the vanes shall not be more than three.

Page 577: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 453 of 508

12 TRANSFORMATION

Duct transformation shall be made with a side slope of 10mm to 70mm. However, if the duct

Cross section area need to be reduced, a maximum reduction of 20% of the original area shall be

allowable.

13 TAKE-OFF

All branch take-off and collars shall be provided with turning vanes. Straightening vanes shall be

provided in the collars.

14 DAMPERS & SPLITTERS

Dampers shall be provided in the duct work for proper control and balancing of air distribution.

Dampers shall of louver type of robust connection. Dampers shall have easily accessible

operating mechanism. The operating mechanism shall consist of links, levers and quadrants as

required for proper control and setting in a desired position. The position of the handle of

damper operating mechanism shall be clearly visible and it shall indicate the position of the

damper in the duct. Dampers, splitters and their operating mechanism shall be fabricated of GS

sheets of two gauges heavier then duct piece having these fittings and shall be easily accessible

through suitable access doors in the ducts.

Dampers shall be installed in duct at all required locations such as chutes, branches etc.

Page 578: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 454 of 508

SECTION – 12

AIR DISTRIBUTION

1. DAMPER

1.1 At the junction of each branch duct with main duct and split of main duct, volume dampers must be provided.

1.2 Dampers shall be two gauges heavier than gauge of the large duct, and shall be rigid in construction to the passage of air.

1.3 The 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.

1.4 The dampers shall be of splitter, butterfly or louver type. The damper blade shall not be less than 1.25mm (18 gauge), reinforced with 25mm angles 3mm thick along any unsupported side longer than 250mm. Angles shall not interfere with the operation of dampers, nor cause any turbulence.

1.5 Automatic and manual volume opposed blade dampers shall be complete with frames and bronze bearings as per drawings, dampers and frames shall be constructed of 1.5mm steel and blades shall not be over 225mm wide. The dampers for fresh air inlet shall additionally be provided with fly mesh screen, on the outside, of 0.8mm thickness with fine mesh spacing.

1.6 Wherever required for system balancing, provide a volume balancing opposed blade damper with quadrant and thumb screw lock. Provide damper rod and damper block with upset screws.

1.7 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.

2 FIRE CUM SMOKE DAMPER (the assembly should be UL listed)

2.1 The fire dampers shall be made from heavy gauge galvanized steel in multi plate construction. The

damper shall be provided with Jam seal (compression type) on sites to prevent spread of smoke

and fire. The motorized damper shall activate on a signal or either an electronic thermal sensor

(74°C UL stamped) mounted in the air stream or from the smoke detector system. The fire

dampers and smoke detectors are to be installed in supply air duct & return air duct.

Page 579: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 455 of 508

The dampers shall be equipped with a well-designed control panel, using high components

which consume less power. It shall operate at 24 volts obtained through a step down

transformer. The panel is protected against surge currents or short circuits through a Fuse

connected on the PCB. The panel shall have an optional power supply of 24 V AC. The control

panel shall be well protected against wrong switching. All fire cum smoke damper must be

qualified under UL standard 555-1995 of approved 90 min. fire rating.

3. ACCESS PANEL

3.1 A hinged and gasket 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.

4. GRILLES

4.1 The supply and return air grilles shall be fabricated from aluminum/ MS extruded sections (As

per Schedule of Quantity). The supply air grilles shall have double louvers. The front horizontal

louvers shall be of extruded section, fixed type. The rear vertical louvers shall be adjustable

type. The return air grille shall have single horizontal extended section fixed louvers.

4.2 The aluminum grilles shall have opposed blade dampers of black anodized extruded aluminum

sections, which shall be key operated from the grille face wherever required.

4.3 The damper blades shall be of black anodized extruded aluminum sections and shaped to form

air tight joints. Grills longer than 450mm shall have intermediate supports for the horizontal

louvers.

5. DIFFUSERS

5.1 The ceiling type round or square diffusers shall be of extruded aluminum sections with flush or

step down face, as specified with fixed pattern and round neck.

5.2 The diffusers shall be die formed for proper air diffusion.

5.3 All supply diffusers shall be provided with black anodized extruded aluminum dampers, with

knurled knobs for adjustment from the bottom.

6. LINEAR DIFFUSERS /GRILLES

6.1 The linear diffusers/grilles shall be fabricated from the extruded aluminum sections.

6.2 The diffusion blades shall be die formed, flush mounted type with single or double direction air

flow.

6.3 The frame also of extruded aluminum sections shall hold the louvers tightly in fixed position.

6.4 The dampers as described under grilles shall be provided wherever specified.

Page 580: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 456 of 508

7. FIRE CUM SMOKE DAMPER

7.1 The fire dampers shall be made from heavy gauge galvanized steel in multi plate construction.

The damper shall be provided with Jam seal (compression type) on sites to prevent spread of

smoke and fire. The motorized damper shall activate on a signal or either an electronic thermal

sensor (74°C UL stamped) mounted in the air stream or from the smoke detector system. The

fire dampers and smoke detectors are to be installed in supply air duct & return air duct.

The dampers shall be equipped with a well designed control panel, using high components

which consume less power. It shall operate at 24 volts obtained through a step down

transformer. The panel is protected against surge currents or short circuits through a Fuse

connected on the PCB. The panel shall have an optional power supply of 24 V AC. The control

panel shall be well protected against wrong switching. All fire cum smoke damper must be

qualified under UL standard 555-1995 of approved 90 min. fire rating.

8. VENTILATION AIR INTAKE LOUVERS

Ventilation air intake louvers 50 mm deep wherever required as per shop drawing will be made

of GI construction. The blades are inclined at 45 °on a 40 mm blade pitch to minimize water

ingress. The lowest blade of the assembly shall extend out slightly to facilitate disposal of rain

water without falling in door/wall on which it is mounted.

9. STORM PROOF EXHAUST AIR LOUVERS

Ventilation Exhaust air louvers 80mm deep wherever required as per shop drawing will be made

of GI construction. The blades are inclined at 45 degree on 75 mm blade pitch to minimize water

ingress. The lowest blade of the assembly shall extend out slightly to facilitate disposal of rain

water without falling in door / wall on which it is mounted.

Page 581: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 457 of 508

SECTION – 13

PIPE WORK

1. GENERAL

All piping work shall conform to quality standards & shall be carried out as per specifications and

details given hereunder: -

2. PIPES

2.1 All pipes up to 150 mm diameter shall be M.S. E.R.W. tube (black steel) heavy class as per I.S.

1239-79, part I with upto date amendments. Pipes above 150 mm dia shall be M.S. E.R.W. tube

(black steel) heavy class as per I.S. 3589 upto date amendments.

3. FITTINGS

3.1 The dimensions of the fittings shall conform to I.S. 1239/79 part-II unless otherwise indicated, in

the specifications.

3.2 All bends in sizes upto and including 150mm dia, shall be ready made of heavy duty, wrought

steel of appropriate class.

3.3 All bends in sizes 200mm and larger dia, shall be fabricated from pipes of the same dia and

thickness, with a minimum of 4 sections, and having a minimum center line radius of 1.5

diameter of pipes.

3.4 All fittings such as branches reducers etc. in all sizes shall be fabricated from pipes of the same

dia and thickness, and its length should be at least twice the dia of the pipe.

3.5 The branches shall be welded straight to the main line, without making a separate fitting.

3.6 Blank ends are to be formed with flanged joints and 6mm thick blank between flange pair for

150mm and over in case where, a future extension is to be made, otherwise blank end discs of

6mm thickness are to be welded on, with additional cross stiffeners from 50mm x 50mm M.S.

heavy angles, for sizes upto 350mm, all ends larger than 400mm dia shall have dished ends.

4. FLANGES

4.1 All flanges shall be of mild steel as per I.S. 6392/71 and shall be steel slip-on-type, welded to the

pipes, flanges thickness shall be to suit class-II, pressures.

4.2 Flanges may be tack welded into position, but all final welding shall be done with joints

dismounted, 3mm thick gaskets shall be used with all flanged joints. The gaskets shall be fiber

reinforced rubber as approved by the department. Special adhesive compound shall be used

between flanges of steam, air and gas lines.

Page 582: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 458 of 508

4.3 Flanges shall be used as follows :-

4.3.1 Counter flanges for equipment having flanged connections.

4.3.2 Flanged pairs shall be used on all such equipment, which may require to be isolated or removed

for service e.g. pumps, refrigeration machines, air handling units etc.

4.3.3 All threaded valves shall be provided with nipples and flanged pairs on both sides to permit

flange connections, for removal of valves from main lines for repair/replacement.

5. VALVES

5.1 BUTTERFLY VALVE

5.1.1 The butterfly valve shall consist of cast iron body preferably in two piece construction.

5.1.2 The disc shall consist of disc pivot and driving stem shall be in one piece centrally located.

5.1.3 The valve seat shall be of synthetic material suitable for water duty. It should be field

replaceable.

5.1.4 The disc should move in slide bearings on both ends with `O' ring to prevent leakage.

5.1.5 The handle should have arrangement for locking in any set position. Valves 200 mm dia size and

above shall be worm gear operated.

5.1.6 Material Specification -

Body Type - Wafer type

Body Material - CI

Seat material - EPDM

Shaft -SS 410

Pressure Rating - PN 16

5.2 BALANCING VALVES

5.2.1 The balancing valves up to 80 mm dia shall be of gunmetal screwed type conforming to B.S.

5154 or equivalent specifications.

5.2.2 Valves of 100 mm dia and above shall be flanged type and of cast iron body and EN-3 disc

conforming to B.S. 5154 or equivalent specifications.

5.2.3 The port opening shall permit precise regulation of flow rate, by accurately measuring the

pressure drop across the port.

Page 583: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 459 of 508

5.2.4 The valve shall be complete with two ports for connections to a mercury manometer, to

measure the pressure drop. Drain ports shall be provided up to 80 mm dia.

5.2.5 The spindle shall have a shielded screw to set the flow at the desired level.

5.2.6 Seat shall be erosion resistant stainless steel, with EPDM seal, tight shut off suitable for site

replace ability.

5.2.7 Material Specification -

Hand Wheel - CI -220

Body - CI /gunmetal (As specified)

Body/Bonet gasket - C.A.F

Body/Bonet Bolts - A307, GR. B

Gland Packing – Graphite Asbestos

Stem Seal - EPDM

Upper/Lower Disc - SS 410

Lock Screw/Counter Nut - Mild steel

Pressure Rating - PN 16

5.3 GATE VALVE, NON RETURN VALVE AND GLOBE VALVE

5.3.1 All gate valves and non return valves upto & including 65mm dia shall be of gunmetal screwed

type, conforming to Class 2 of I.S. 778 with upto date amendments and shall be with I.S.I.

marking and certification.

5.3.2 All gate valves of 80 mm dia and above shall be of cast iron flanged type designed for working

pressure of 12 kg/sq.cm and as per I.S. 780/69 with upto date amendments (for sizes upto

350mm) and of I.S. 2906/69 with upto date amendments (for sizes 350mm and above). All such

valves shall be with I.S.I. marking and certification. All check Valves of 80 mm dia and above shall

be of cast iron dual plate wafer type conforming to API standard and designed for working

pressure of 12 kg/sq.cm.

5.3.3 All globe valves upto and including 100mm dia shall be of gunmetal and tested upto a pressure

of 21 kg/sq.cm.

5.3.4 All gauge cocks shall be of gunmetal plug type, complete with siphon (brass chrome plated).

5.3.5 All drain valves shall be of gunmetal with a hose union connection on one hand.

Page 584: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 460 of 508

5.3.6 All valves on the supply of fan coil units shall be of gunmetal ball type with integral water

strainers, having (BSP) FPT inlet and flare type MPT outlet connection.

5.3.7 All valves on the return line of fan coil units shall be same but without integral water strainer.

5.3.8 Material Specification -

Body Material - CI/ Gunmetal (As Specified)

Seat material - EPDM

Standard - API 594/API 16D

Pressure Rating - PN 16

5.4. STRAINERS

5.4.1 The strainers shall either be Pot type or Y type as per BOQ with cast iron body, tested upto

pressure applicable for the butterfly valves as shown on the drawings.

5.4.2 The strainers shall have a perforated stainless steel sheet screen with 3 mm perforation and

with a permanent magnet, to catch iron fillings.

5.4.3 Pot strainers shall be provided with flanged connections and `Y' strainers shall be provided with

flanged ends.

5.4.4 The strainers shall be designed to facilitate in easy removal of filter screen for cleaning, without

disconnection of pipe line.

5.4.5 Material Specification -

Body Material - CI

End Connections - Flanged Ended

Pressure Rating - PN 16

6. JOINTING

6.1 All pipe lines shall be welded type.

6.2 Square cut plain ends will be welded for pipes upto and including 100mm dia.

6.3 All pipes 125mm dia or larger will be bevelled by 35 deg for welding.

Page 585: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 461 of 508

7. MISCELLANEOUS

7.1 Providing all piping, required to make the apparatus connected, complete and ready for regular

and safe operation, unless otherwise noted, connect all apparatus and equipment in accordance

with manufacturer's standard details, as approved by Engineer in Charge.

Consult drawings and specifications to determine number and requirements of all items of

equipment, requiring piping, such as bend, drain, relief etc., wherever equipment is provided

with connections for such piping.

7.2 Unless otherwise specified, pitch the lines of piping as follows :-

All condensation drainage, including air handling unit and fan coil unit shall be pitched in the

direction of flow to ensure adequate drainage, with an adequate trap seal to prevent leakage of

air due to static pressure developed by air conditioning units. Pitch, 20mm per metre wherever

possible, but not less than 10mm/ metre. Drains from other equipment shall be pitched similarly

without trap seal.

7.3 Provide valves and capped connections for all low points in piping system, necessary or required

for draining systems. Provide for all risers isolating valves and drain valves to permit repairs

without interfering with the rest of the system.

7.4 During construction, temporarily close, open ends of pipes with sheet metal caps, where

necessary, or required to prevent debris from entering piping system.

7.5 Support piping independently of all equipment so that the equipment is not stressed by the

piping weight or expansion.

7.6 To facilitate the maintenance, repair and replacement;

7.6.1 Unions, if used, shall be flanged, as required, where indicated and in connections to all

equipments, apparatus and specialties requiring disconnection for repairs or replacement.

Locate unions between shut-off valves and equipment as directed by Engineer in charge.

7.6.2 Provide shut-off valves where indicated and for individual equipment, units at inlet and outlet,

to permit unit removal for repairs, without interfering with the remainder of the system.

Additional shut-off valves shall be provided as required to enable all systems to be fully

sectionalized. By-pass and stop valves shall be provided for all automatic control valves as

specified.

7.6.3 Arrange piping for maximum accessibility for maintenance and repair. Locate valves for easy

access and operation. No valves shall be installed with handles pointing down, unless

unavoidable.

7.6.4 Cut the pipes accurately according to measurements, established at building and work into place

without springing or forging.

Page 586: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 462 of 508

7.6.5 Pipe supports shall be adjustable for height and primer coated with rust preventive paint and

finish coated with gray paint, both as approved by department spacing of pipe supports shall not

be more than that of specified below :-

NOMINAL PIPE SIZE SPACING

(MM) (METERS)

15 1.25

20 & 25 2.00

32, 30, 50 & 65 2.50

80, 100 & 125 2.50

150 & above 3.00

7.6.6 Extra supports shall be provided at the bends and at heavy fittings like valves to avoid undue

stresses on the pipes. Pipe hangers shall be fixed on walls and ceiling by means of metallic

approved dash fasteners.

7.6.7 Insulated piping shall be supported in such a manner as to not to put undue pressure on the

insulation.

7.6.8 Where pipes are to be buried under ground, they should be coated with one coat of bituminous

paint without any extra charge. The top of the pipes shall not be less than 75 cms. from the

ground level. Where this is not practical permission of department shall be obtained for burying

the pipes at lesser depth. The pipes shall be surrounded on all sides by sand cushions of not less

than 15 cms. After the pipes have been laid and top sand cushions provided, the trench shall be

refilled with the excavated soil. Excess soil shall be removed from the site of work by the

contractor.

8. HANGERS & SUPPORTS

8.1 Hangers and supports shall be provided and installed for all piping and tubing wherever

indicated, required or otherwise specified. Wherever necessary, additional hangers and

supports shall be provided to prevent vibration or excessive deflection of piping and tubing.

8.2 All hangers and supports shall be made of steel and painted as required. Wood, wire or

perforated strap iron shall not be used as permanent hangers or supports.

8.3 Hangers shall be supported from structural steel, concrete inserts and pipe racks, specifically

approved.

8.4 No hangers shall be secured to underside of light weight roof decking and light weight floor

glass.

8.5 Mechanical equipment shall be suspended midway between steel joists and panel points.

8.6 Drilling or punching of holes in steel joist members will not be permitted.

Page 587: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 463 of 508

9. SLEEVES

9.1 Where pipes pass through floors, provide galvanized steel pipe sleeves 50mm larger than

outside diameter of pipe. Where pipes are insulated, sleeves shall be large enough to provide

ample clearance for insulation.

9.2 Where pipes pass through outside walls or foundations, the space between pipe and sleeve shall

be caulked with lead wool and oakum.

9.3 The centre pipes shall be in the centre of sleeves, and sleeves shall be flush with the finished

surface.

9.4 Floor sleeves shall project 50mm above finished floor level.

10. EXPANSION OR CONTRACTION

10.1 The contractor shall provide for expansion and contraction of all piping installed by the use of

expansion loops.

11. ARRANGEMENT AND ALIGNMENT OF PIPING

11.1 All piping shall be arranged and aligned in accordance with the drawings as specified. Where

special conditions are encountered in the field, the arrangement and alignment of piping shall

be as directed by the Engineer in Charge.

11.2 The piping shall be installed in a uniform manner, parallel to or perpendicular to walls or

ceilings, and all changes in directions shall be made with fittings. The horizontal piping shall be

run at right angles and shall not run diagonally across rooms or other piping. Wherever possible

all piping shall be arranged to provide maximum head room.

11.3 All piping shall be installed as directly as possible between connecting points in so far as the

work of other trades permits. Where interference occurs with another trade whose work is

more difficult to route, this contractor shall reroute his pipes as required to avoid interference,

at the discretion of the Engineer in Charge.

11.4 All piping shall be carefully installed to provide for proper alignment, slope and expansion.

11.5 The stresses in pipe lines shall be guided and pipes shall be supported in such a manner that

pipe lines shall not creep, sag or buckle.

11.6 Anchors and supports shall be provided wherever necessary to prevent any misalignment of

piping.

1.7 Small tubing gauges, controls or other equipment installed on any apparatus, shall not be coiled

nor excessive in length, but shall be installed neatly, carefully bent at all changes in direction,

secured in place and properly fastened to equipment at intervals to prevent sagging.

11.8 The piping shall be grouped wherever practical and shall be installed uniformly in straight

parallel lines in either vertical or horizontal positions.

Page 588: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 464 of 508

12. TESTING

12.1 In general, tests shall be applied to piping before connection of equipment and appliances. In no

case shall piping equipment or appliances be subjected to pressures exceeding their test ratings.

12.2 The tests shall be completed and approved before any insulation is applied. Testing of segments

of pipe work will be permitted, provided all open ends are first closed, by blank-offs or flanges.

12.3 After tests have been completed the system shall be drained and flushed 3 to 4 times and

cleaned of all dust and foreign matter. All strainers, valves and fittings shall be cleaned of all dirt,

fillings and debris.

12.4 All piping shall be tested to hydraulic test pressure of at least one and half times the maximum

operating pressure but not less than 10 kg/sq.cm. for a period of not less than 24 hours. All leaks

and defects in the joints revealed during the testing shall be rectified to the satisfaction of the

Engineer-in-charge without any extra cost.

12.5 All the piping systems shall be tested in the presence of the department or his authorized

representative. Advance notice of test dates shall be given and all equipments, labour, materials

required for inspection, and repairs during the test shall be provided by the contractor. A test

shall be repeated till the entire systems are found satisfactory by the above authority. The tests

shall be carried out for a part of work if required by department in order to avoid hindrance in

the work of the insulation contractor.

12.6 The contractor shall make sure that proper noiseless circulation is achieved through all piping

systems. If due to poor air bond, proper circulation is not achieved, the contractor shall bear all

expenses for carrying out the rectification work including finishing of floors, walls and ceiling

damaged in the process of rectifications.

12.7 The contractor shall provide all labours and materials to make provision for removing water and

throwing it at the proper place during the testing or/and after the testing to avoid damages to

employer or other contractors properties. Any damages caused by the contractor to the

employer or other contractors properties, shall be borne by the contractor.

13. COPPER PIPING (Wherever required)

13.1 Heavy gauge soft copper tubing, type M shall be used to make connections to equipment,

wherever required or specified by Engineer in Charge.

13.2 Flare fittings e.g. flare nuts, tees, elbows, reducers etc. shall all be of brass.

14. DRAIN PIPING

14.1 The drain piping shall be medium class galvanized steel as per IS 1239/1979 with upto date

amendments.

14.2 The fittings shall be of `R' brand forged with screwed connections.

14.3 The gate valves shall be of gun metal as described earlier.

Page 589: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 465 of 508

14.4 Pipe crosses shall be provided at bends, to permit easy cleaning of drain line.

14.5 The drain line shall be provided upto the nearest drain trap and pitched towards the trap.

14.6 Drain lines shall be provided at all the lowest points in the system, as well as at equipments,

where leakage of water is likely to occur or to remove condensate and water from pump glands.

15. PAINTING

15.1 All pipes supports, hangers, etc., shall be given two coats of red oxide primer.

15.2 All pipes, which are not to be insulated, shall then be given two coats of finish paint, of a type

and colour, as approved by the Engineer in Charge.

Page 590: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 466 of 508

SECTION –14

INSULATION

1. General

The Insulation of water piping, air handling units, ducting, chillers etc., shall be carried

out as per specifications given below:

2. Materials

The materials to be used for insulation shall be as follows, unless some other material is

specifically mentioned elsewhere. The detailed specifications of the materials are listed

under respective sub heads.

2.1 Chw Pipe Insulation : Resin Bonded glasswool

2.2 Drain Pipe Insulation : Closed Cell CrossLinked

Polyethylene (XLPE)

2.3 Acoustic Treatment : Resin Bonded glasswool

2.3 Duct thermal Insulation : Resin Bonded glasswool

2.4 Equipment Insulation : Closed Cell CrossLinked

Polyethylene (XLPE)/ Resin Bonded glasswool

3 Equipment Insulation

3.1 The complete shell of the chiller as well as its two heads shall be factory insulated.

3.2 The insulation on chilled water pumps, expansion tank & reserve tank shall be 50 mm thick of resin bonded fiber glass insulation having 80 kg/cu mtr density & claded with aluminium sheets of 0.5 mm thick

3.3 The Expansion tank shall be insulated with 50mm thick T.F quality expended polystyrene

of 24 kg/cum density & covered with a layer of 120 gm/sqm polythene sheet (vapor

barrier) and finally cement plastered over chicken wire netting of 24 gauge.

Page 591: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 467 of 508

4. Acoustic Treatments of AHU Rooms

The AHU rooms wall & ceiling shall be acoustically treated with 50 mm thick resin bonded fiber

glass wool of density 32 kg/m³ & finally covered with fiber glass tissue & finished with 0.8 mm

perforated aluminum sheet.

5. Duct Insulation

5.1 The materials for duct insulation shall be of 50/25 mm ( as per BOQ) thick Resin Bonded

Glass wool of 24Kg/cum.The insulation shell adhere with CR adhesive grade R-242 and

Finished Entire insulation with insulation Protective canvas coating confirming to UL 723

or ASTM E48 as Per Supplier Technical Data

6. Duct Acoustic Lining

6.1 The material for acoustic lining of ducts shall be 25/50 mm (as per BOQ) thick resin

bonded glass wool conforming to I.S. 8183 of 1976. The density of glass wool shall be 32

kg/cub.m and the material shall be in the form of rolls of uniform density. The ‘k’ value

at 10oC shall not be less than 0.03 W/mK. Facing shall be provided with plastic tissue

paper & perforated aluminum sheet held with cadmium nut bolts and washers.

7. PIPING INSULATION:

7.1 Chilled water shall be insulated with rigid Glass wool preformed pipe section. The

insulation material shall be confirmed these specifications.

The Fiberglass wool insulating material shall be applied for Chilled Water pipes as under.

Rigid pre-formed molded sections of fiberglass wool having a uniform density of 80 Kg/m3.

and thermal conductivity shall not be more than 0.030 W/mK at 25º C mean

temperature. The material for piping insulation . entire insulation shall adhere with CR

based adhesive 22-24% solid grade ENIFIX BA60 and protected with insulation protective

canvas coating, confirming to UL 723 or ASTM E-84. The coating method shall strictly

followed according to supplier's TDS etc. The thickness of insulation material shall be

selected with diameter of pipe as below.

Page 592: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 468 of 508

Pipe Dia Thickness

(NB) (MM)

20 -80 25

100-125 40

150-250 50

300 -450 65

450 & above 75

3. METHOD OF INSULATION APPLICATION:

1. Pipes shall be thoroughly cleaned with wire brush and rendered free from all foreign matter and grease and primer coated as in item piping.

2. The pipe should be inspected and all joints should be sealed against leakages.

3. Two coats of rubber based adhesive CPRX compound manufactured by M/s. Shalimar Tar products shall be applied on the cleaned pipe surface.

4. Fiberglass wool rigid sections shall be fixed tightly to the surface. All joints to be sealed properly. Fixing and sealing compound shall be CPRX. All joints of Aluminum foil shall be sealed properly by means of 75 mm wide self adhesive aluminium tape of approved make.

5. Entire insulation shall adhere with CR based adhesive 22-24% solid grade ENIFIX BA60 and protected with insulation protective canvas coating, confirming to UL 723 or ASTM E-84. The coating method shall strictly followed according to supplier's TDS etc.

Page 593: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 469 of 508

8. DRAIN PIPING INSULATION

Cross linked closed cell preformed sections of polyethylene insulation of 13 mm (as per

details indicated above) having a low stable k value of 0.027 – 0.029 k.cal/hr.m.oC (at

0oC - 23oC) with minimum density of 32kg/cum, Fire-Retardant and of Fire Rating Class-1

in self-extinguishing and non-dripping having good ozone resistance and non-fiber

erosion and should be CFC free.

8. MEASUREMENT OF INSULATION

Unless otherwise specified measurement for duct and pipe insulation for the project shall

be as per ARCHITECT specification for HVAC Work.

9 INSTALLATION

9.1 The duct surface shall first be cleaned from inside.

9.2 The insulation boards shall be wrapped in RP tissue paper.

9.3 The insulation shall then be covered with 0.5mm perforated aluminum sheets.

9.3 The sheet and the insulation shall be secured to the duct by means of cadmium-plated bolts, nuts and washers. The ends should be completely sealed off, so that no insulation material is expose

Page 594: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 470 of 508

SECTION – 15

MOTORS AND SWITCHGEARS

1. GENERAL

The motors and switchgears required for various items shall generally be as per specifications

given below. All electric motors shall be suitable for 3 phase, 50 cycles 415 ± 10% volts A.C.

supply. The starters shall ensure the starting current of motor including compressor motor to

1.5 times full load currents.

2. SQUIRREL CAGE MOTORS

2.1 The squirrel cage motors shall be either screen protected or totally enclosed fan cooled,

depending on the application and as stated in "schedule of equipment". All motors shall

conform to IS 325/1978.

2.2 The body shall be of rugged cast iron construction. The rotor shall be of die cast aluminum. The

rotor and cooling fan (if any) shall both be jointly balanced statically and dynamically at the

factory of the manufacturer.

2.3 The stator winding shall be with class `B' insulation for motors.

2.4 The starting torque shall be sufficient to match the requirement of driven machine.

2.5 The shaft and bearings shall be of generous size and be easy to lubricate.

NOTE : All motors exposed to atmosphere shall be I.P 55.

3. STARTERS

3.1 The starters to be provided for the different type and rating of the motors shall be as follows :-

3.1.1 Squirrel cage motors - Upto 10 H.P - Direct on line

3.1.2 Squirrel cage motors - Above 10 H.P - Automatic star delta Starter.

3.1.3 All starters shall have auxiliary contacts for interlocking different machines, connecting

indicating lights, controls, alarms, etc.

3.1.4 Starters for all the motors shall be provided with ammeters of suitable range of 96mm X 96mm

size.

3.1.5 All starters shall be provided with separate single phasing preventers and adjustable over load

relays.

Page 595: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 471 of 508

3.2 STATOR ROTOR STARTER

i) These starters shall have an air operated stator switch and oil immersed rotor resistance

switch.

ii) The stator switch shall be complete with trip free mechanism. The rotor starter handle

shall not reset on tripping unless returned to off position. The resistance winding of the

motor switch shall be of non corrosive material with low thermal co-efficiency and

matching the resistance of the motor winding.

3.3 AUTOMATIC STAR DELTA STARTERS

3.3.1 These starters shall have heavy duty air break contractors of suitable ratings alongwith an

adjustable timer to automatically switch the motor connections from star to delta connections.

3.3.2 Each starter shall be complete with adjustable overload relays on all three phases, and under

voltage release. The starters should be "hand resets" type.

3.3.3 The "no volt coil" shall be 220 volts rating, wherever any controls of safety device are connected

in the starter circuit, otherwise standard 415 volts coils may be used. There shall be on-off push

button for each starter unless remote operation of the starter is required.

3.4 DIRECT-ON-LINE STARTERS

3.4.1 These starters shall have a heavy duty air break contactors of suitable ratings.

3.4.2 Each starter shall be complete with adjustable overload relays on all three phases, single phase

preventing device and under voltage release. The starters should be "hand reset" type.

3.4.3 The "no volt coil" of the starters shall be 220 volts whenever any controls or safety devices are

connected in the starter circuits. Otherwise standard 415 volts coils may be used. There shall be

on-off push buttons for each starter along with provision for remote operation of the starter.

4. SWITCH PANEL BOARD

4.1 The panel board shall be of paneled cubical type, having in it all switches, starters and

accessories and completely factory prewired. It shall be suitable for voltage systems upto 500

volts, 3 phase, 50 HZ, 4 wire supply capable of functioning satisfactorily in temperatures upto 45

deg C and rupturing capacity, not below 50 KA.

4.2 The boards shall be fabricated from not less than 2.0mm thick, cold rolled M.S. sheets. The front

opening door panels shall be from 1.6mm thick, cold rolled MS sheets. Suitable stiffeners shall

be used in fabricating the housing. A clear space of 300mm shall be left at the bottom. All steel

members shall first be degreased, then de-scaled using dilute sulfuric acid and a suitable

phosphating process. Then the boards shall be given 2 coats of red oxide primer and finished

with stove enamel finish. The switch board shall be free standing types.

Page 596: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 472 of 508

4.3 The main incoming ACB and bus coupler circuit breakers shall be draw out type, of rating as

shown on the drawings. The air circuit breaker shall be complete with all accessories and

tripping devices.

4.4 All outgoing feeders shall be protected with the moulded case circuit breakers having a

rupturing capacity of not less than 50 KA.

4.5 No switching starter or accessories shall be provided in the bottom 450mm of the panel.

4.6 The bus bars shall be of aluminum strips of minimum specified ratings with PVC sleeves of

appropriate colour. There shall be adequate clearance between phase to phase and phase to

neutral strips. The neutral bar shall have at least 60% of the phase ratings.

4.7 Items such as ammeters, switches etc. shall be located close to the corresponding switch gear,

and otherwise all items shall be arranged in a neat symmetrical pattern.

4.8 Every starter/ammeter etc., shall be controlled by a MCCB of adequate rating as listed above.

4.9 A voltmeter shall be provided to indicate incoming voltage alongwith a rotary phase selection

switch.

4.10 Each MCCB/MCB, ammeter etc., shall be provided with a name plate to indicate controlled

items.

5. SUBSIDIARY PANELS

5.1 In the air handling unit rooms the starters shall be directly connected to the MCCB unless

heaters are to be provided. The phase to operate the controls shall be taken from the auxiliary

contact of the starters.

5.2 All starters, for air handling units, shall be remote controlled from the main air conditioning

plant room in addition to having local push buttons and Auto/Manual selector switch.

6. CONTROL CONSOLE

6.1 A floor mounting control and indicating console shall be provided, in the main control room, as

shown on the plans.

Page 597: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 473 of 508

7. EQUIPMENT PUSH BOTTONS LAMPS

ON OFF GREEN RED

7.1 WATER COOLED CHILLING UNITS

7.1.1 Compressor X X X X

7.1.2 Antifreeze Switch - - - X

7.1.3 High pressure switch - - - X

7.2 Primary Chilled water pumps X X X X

7.3 Secondary Chilled water pumps X X X X

7.4 Air handling units X X X X

7.5 Cooling Towers X X X X

7.6 Condenser Water Pumps X X X X

X -> Required -> not required

7.8 The console shall contain on/off push buttons and indication lamps for all the items as listed in

schedule of equipment".

7.9 Indicating light for strip heaters, if any shall be provided on the switch board, in the respective

unit room.

7.10 The actual number of switches and lights shall correspond to the number of units being

installed. All controls and alarms shall be suitable for 230 volts on the panel.

Page 598: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 474 of 508

7.11 The alarms shall be with reset buttons.

7.12 All controls circuits shall be functionally tested.

7.13 The red indicating lamps should switch on only in case of fault in the controlled items and not

during normal automatic shut off. Thus e.g. in case of starters the red light should come on in

case of tripping of starter on overload or single phasing.

7.14 A common alarm shall be connected to all red indicating lamps through individual relays.

7.15 Lamp testing arrangements shall be provided in console.

7.16 Digital temperature indicators along with necessary sensors shall be provided on the main

control console to indicate the chilled water IN & OUT temperatures (for each water chilling

machine) and Condenser water IN & OUT temperatures.

7.17 A suitable alarm through Hooter and indicator shall be provided for Low chilled water

temperature. A suitable alarm through Hooter and indicator shall also be provided for high

Condenser water temperature.

Page 599: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 475 of 508

SECTION – 16

ELECTRICAL INSTALLATIONS

1. GENERAL

1.1 Work shall be carried out in accordance with the specifications, local rules, Indian Electricity act

1910 as amended upto date, and rules issued there under, regulations of the Fire Insurance

Company and Indian Standard Code of practice No. 732-1963 (revised). For items of work not

covered by any of the above regulations, wiring rules in the 13th edition of the Institution of

Electrical Engineers (London) shall apply. Definition of terms shall be as per the rules of the

Institution of Electrical Engineers,

1.2 The following exclusion from this contract may be provided by department. Through other

agencies, as per special conditions of contract:

1.2.1 3-1/2 core PVC insulated PVC sheathed Aluminum conductor Armoured cable along with two

independent earth connection upto the incoming breakers in the Air conditioning plant room

main panel only.

2. SCOPE

2.1 The scope of work covered under this section shall be inclusive but not limited to followings, and

everything necessary to complete the work shall be provided by the contractor within the rates

quoted by him for the electrical package on turnkey basis.

2.1.1 All electrical panels including the main panel, local electrical panel boards (EPB) and distribution

boards whether indicated in the drawings or not/ as required for proper functioning of the

system.

2.1.2 All aluminum conductor armoured power distribution cables starting from main electrical panel

in the plant room upto the final outlet.

2.1.3 All copper conductor armoured control cables from the final outlets upto the main control

console.

2.1.4 A centralized control console to indicate the condition of various drives/equipments and also to

control various feeders/drives/equipments.

3. WIRING SYSTEM

3.1 All power wiring shall be carried out with 650/1100 volts grade PVC insulated, armoured,

overall, PVC sheathed aluminum conductor cables. Cables shall be sized for starting current and

by applying proper de-rating factor. All control wiring shall be carried out by using 650/1100

volts FR insulated copper conductor wires in wire trays or in conduit. Minimum size of control

wiring shall be 1.5 sq.mm. FR insulated copper conductor wires. Minimum size of conductor for

power wiring shall be 4 sq.mm. 650/1100 volts grade PVC insulated aluminum conductor wires

in conduit.

Page 600: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 476 of 508

4. MAIN PANEL

4.1 The Non-draw out type L.T. Panel shall be with Aluminium bus bars, indoor type, free standing,

floor mounting type, extendable on either side.

4.2 SITE CONDITIONS

Max. peak room temperature in shade: 40°C.

4.3 STANDARDS

The design, manufacture & testing of the various items are covered by the following standards:

IS 8623 – 1977 : Factory built assemblies.

IS 4237 – 1967 : General requirement for Switchgear and Control gear for

voltages not exceeding 1000V.

IS 2147 - 1962 : Degree of protection provided by enclosure for low voltage

switchgear and Control gear.

IS 3619 - 1966) : Phosphate treatment. IS 6005 - 1970)

IS 5 – 1978 : Colour for ready mixed paints & enamels.

IS 5082 – 1969 : Wrought aluminum for electrical purpose.

BS – 162 : Clearance & creepage for bus systems.

IS 375 – 1963 : Marking arrangement for bus bar/cable.

IS 4237 – 1967 : Clearances & creepages for Part I & I devices.

IS 6875 : Push buttons & related control switches including

Part II - 1973. control contactors.

IS 9224 Part I & : HRC Fuses.

II - 1979.

IS 2516 Part I & : Alternating current circuit breakers (ACB).

II Sec. I – 1977 : Voltage not exceeding 1000V AC or 1200V DC.

IS 3231 – 1965 : Protective relays.

IS 3156 – 1965 : Voltage transformers.

IS 2705 – 1981 : Current transformers.

IS 1248 – 1968 : Elect. indicating instruments.

Page 601: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 477 of 508

4.4 SPECIFICATIONS

Rated System : 415V. 50Hz. TPN.

Rated insulation level : 660V rms.

HV withstand level : 2.5 KV rms for power circuit. (for 1 min).

: 1.5KV rms for control circuit

Horizontal busbar : As indicated in S.O.Q. rating. / Drawings.

Rated short time : Upto 50kA rms for 1 sec. 110kA rating

of H.Bus &peak (36MVA). V.Bus.

Protection of enclosure. : As per schedule of quantity or application.

4.5 CONSTRUCTION

The standard L.T. Panel shall contain a basic frame assembly reinforced with formed sheet steel profiles and cross members. Sheet steel partitions shall be bolted to this frame to form the full structure. Basic structure is made out of minimum 14 S.W.G (2 mm. thick) sheet steel. The load bearing members are made out of 14 S.W.G. and non-load member items are out of 16 S.W.G. (1.6 mm.) sheet steel. All sheet steel shall be cold rolled.

The pretreatment process shall involve de-greasing, rinsing, de-scaling, rinsing, de-rusting,

rinsing, phosphating, rinsing & passivation. After this, it shall be spray finished with a primer,

oven dried and spray painted with finish paint, 2 coats wet on wet. Then it shall be baked in

oven to achieve a uniform, smooth and tough film. The standard shade offered shall be light

gray shade 631 semigloss as per IS: 5. The painting shall be with synthetic enamel stoving grade

to a final overall dry film thickness of 30/40 microns stoving grade to a final overall dry film.

The Panel design shall be of single front cubicle with horizontal busbars mounted at top, extendabale on either side. The breaker, instruments and aux. equipments shall be accessible from front. The cable terminations shall be accessible either from front top or from the rear side. The panel may also be of double front arrangement.

Vertical busbars shall be provided at one side. The width and depth of the section shall depend upon the current rating of the ACBs and busbars incorporated.

Each section shall be divided into various compartments, enclosing either Air Circuit Breakers or On Load Change over Switch fuse Units or Switch Fuse/Fuse Switch Units or Auxiliary equipments. Max. of 2 tier ACB compartments shall be provided in one section.

A standard transportable shipping section shall contain max. three sections with length not exceeding 3 m and weight not exceeding 2.5 tonnes.

The incoming terminals of the breakers shall be connected to the busbar by suitable links. The outgoing terminals shall be extended in the cable chamber for direct cable connections. These shall be identified by coloured PVC tape/paint, wherever required link extension to form busduct entry from top shall also be provided.

Adequate shrouding and caution notice plate shall be provided to prevent the accidental contact

to live terminals.

Page 602: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 478 of 508

The ACBs shall be mounted on the channel frame and shall be partitioned at the top by

insulated barrier on the other side by sheet metal barrier with necessary cutout for power

linking for control wiring. The control equipment, fuses, timers, contactors, etc., shall be laid out

in standard fashion on a painted base plate and fixed with screws to the frame at appropriate

location.

Each ACB module compartment shall be provided with front access door made out of 14SWG (2

mm.) sheet steel. All closing and opening operation of ACB (mechanically or electrically) of draw

out ACB upto test position shall be performed from the front without opening the door. The

breaker can be left in TEST position with the door fully closed.

Basic instrument such as ammeter, voltmeter with selector switch and lamps shall be provided

on the ACB module door itself. Meters such as KW, Hz, PF may be provided in a separate module

for a single tier ACB or on the vertical bus door for a 2 tier ACB panel. Protective relays shall be

located in the bottom most compartment or on the vertical bus chambers. Meters/relays shall

be identified with feeder identification name plates when they are located away from feeder

module.

Suitable inscription plates shall be provided to identify the feeders, function of the doors

mounted devices and caution plate shall be provided at appropriate locations.

Suitable M.S. removable, undrilled gland plates shall be provided. For single core cables non

magnetic gland plates shall be provided.

4.6 SAFETY INTERLOCKS

The following safety interlock shall be provided for each module:

i) ACB is ON door cannot be opened - (Defeat interlock to be provided.)

ii) Padlocking in OFF position (locks to be provided.)

iii) Castle interlocks for feeder co-ordination as per standard requirements.

4.7 AIR CIRUIT BREAKERS

The Air Circuit Breakers shall be draw out type.

The air circuit breakers shall comply with IS - 2516 - 1977.

The air circuit breakers shall have 100% certified rating when mounted in the panel. (All de-

rating factors shall be clearly indicated by the contractor in his offer).

Page 603: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 479 of 508

The incoming and the outgoing breakers shall be provided either with static trip release

integrally mounted on the breakers/or other suitable relays. This release/relays should have the

following adjustments:

a) Over current pick-up.

b) Inverse tripping time at 6 times the current setting.

c) Short time delay pick-up at various current settings.

d) Short time delay - instantaneous.

e) Earth fault pick-up at various current settings.

f) Earth fault delay - instantaneous.

All Air Circuit Breakers shall be computer compatible.

The incoming breaker shall also have an under-voltage release, the voltage of which shall be

calibrated for pick-up and drop off in accordance with IS 2516 - 1977.

The air circuit breaker being used as incomer shall have the following accessories, indications,

meters, provided on its housing;

i) 1 No. power factor meter (+) 0.5-1-(-) 0.5 range.

ii) 1 No. 0-500 V range voltmeter with selector switch.

iii) 1 No. ammeter of suitable range and C.T.s as indicated on the drawing/s with selector

switch.

iv) 1 No. Indicating Lamp for the following;

a) Red for ACB ON.

v) 3 No. Phase indicating Lamps.

4.8 MOULDED CASE CIRCUIT BREAKERS (MCCB)

The normal Moulded case circuit breakers shall have all live parts totally enclosed in a moulded

insulated housing. It shall have a quick make and quick break mechanism. The mechanism shall

be trip free so that the contacts cannot be held closed against a fault. The bi-metallic

mechanism shall be provided for inverse time current trip characteristic, to prevent interruption

on normal inrush currents or temporary overloads. The instantaneous release shall be provided

to protect equipment against very high current or short circuits. There shall be a common trip

bar so that in case of fault on any of the phases, all the three phases trip together.

The arcing shall be totally contained within the housing so that the possibility of any damage to

any adjacent equipment or personnel due to accidental mishandling is avoided. Individual arc

chutes shall be provided on each phase to draw the arc away from the contact tips, thus,

quenching it rapidly.

Page 604: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 480 of 508

The minimum breaking capacity of Moulded Case Circuit Breakers at 415 V AC and 0.8 PF shall

be 35 KA. Each Moulded Case Circuit Breakers shall have the following accessories :

a) Auxiliary switch.

b) Remote trip facility.

It shall also have the following indications and metering;

a) CT operated ammeter of suitable rating as indicated on the drawing/s complete with CT

and selector switch.

b) 1 Nos. indicating lamps for the followings

i) Red for MCCB ON

4.9 CONSTRUCTION OF MCCB

4.9.1 The unit housing shall be of robust construction designed to withstand the hardest conditions

met in industry. It should have double breaks per phase to ensure complete isolation of the fuse

links when the unit is in the `off' (isolation) position. The ‘on’ and ‘off’ positions of the handle

shall be clearly indicated and the action of the switch should be positive. The contacts of all

units should be silver-plated.

Interlocks must be provided to ensure that the enclosure cannot be opened until the switch is in

the `off' position. It should, however, be possible for a competent examiner to operate the

switch with the enclosure open by releasing a suitable interlock.

The switch should have an external earthing terminal to enable the enclosure to be earthed.

The arrangement and disposition of the parts in the unit should provide for straight through

connections thereby avoiding looping in of cables. The unit should be fitted with top and

bottom detachable end cover and provision should be made for fixing cable boxes to the flanges

of the unit in place of end covers.

The unit should be capable of breaking the stalled current of the largest induction motor with

which it is likely to be associated. If necessary, the contractor should be prepared to produce

type test certificates set out in the appropriate Indian standards with which the unit complies.

4.10 BUSBAR SYSTEM

4.10.1 HORIZONTAL BUSBAR

The horizontal busbars shall be located at the top/ bottom/ center busbar compartment. The

busbars shall be of electrical grade, high conductivity, aluminium sections of required ratings.

4.10.2 VERTICAL BUSBAR

The vertical busbar shall also be made from high conductivity electrical grade Aluminum

sections, the rating and size shall depend upon the total rating of all feeders in the column

considering the diversity factors O.9. The busbars shall be provided with black heat shrinkable

PVC sleeving/PVC taping with R.Y.B phase identification at regular intervals.

Page 605: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 481 of 508

4.10.3 NEUTRAL BUS

It shall run parallel to horizontal and vertical busbars. Standard neutral busbar size is half the

size of main busbar.

4.10.4 CONTROL BUSBAR

Control bus of 60A and 415V shall be provided at top in the front portion. These shall be

supported with insulator at required interval.

4.10.5 EARTH BUS

50 x 6.3 mm. Cu earth bus shall be provided in the bottom most compartment along the entire

length of the board for connection to project earth at either end.

4.10.6 BUS JOINTS

Joining between busbars shall be by using rigid or flexible bus links.

4.10.7 BUS BAR SUPPORTS

Both horizontal and vertical busbars shall be supported at uniform intervals on high impact,

anti-tracking, non-hygroscopic, arc resistant, flame retardant, self extinguishing GRP (Glass

reinforced plastics), insulators. These insulators shall be type tested for short circuit withstands

capacity.

4.11 MODULES

4.11.1 INCOMER

Two number ACBs in single tier or in 2 tier shall be provided as incomer. Cable entry from

bottom shall be provided for each incomer breaker.

4.11.2 OUTGOING FEEDERS

The outgoing feeders shall be as indicated in Drawing. Irrespective of the panel depths, the

panels shall be coupled front flush. Each outgoing feeder shall have the provision for Cable/bus

duct connection from the bottom/top as per site requirement.

4.12 CONTROL WIRING

All control wiring shall be done as a standard, using 1.5 sq.mm. multi-strand FR insulated copper

wires. These shall be black in colour for AC and grey in colour for DC. The C.T. connections

shall be done using 2.5 sq.mm. multi-strand PVC insulated copper wires of red colour.

The outgoing control wires shall be terminated from the equipment terminals to control

terminal block in cable chamber. Whenever required PVC channels shall be used for wire

routing. On either ends of these wires self locking yellow ferrules with black letters shall be

provided. Multistrand wire termination shall be provided with crimping type lugs.

Page 606: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 482 of 508

4.13 INTER-MODULE WIRING

The control wiring between modules located in the same vertical section shall be connected at

the respective terminal blocks/terminals. These shall be routed through the cable duct in PVC

wire channels. Inter connections between adjacent cubicle in the same shipping sections shall

be done in a similar way.

4.14 CURRENT TRANSFORMERS

Current transformer meant for metering & protection shall be mounted on the bus links either

on the incoming side or outgoing side as the case may be. They shall be wired and terminated

suitably for external connection.

4.15 FUSES

All fuses shall be of the HRC cartridge type, conforming to IS: 2208 mounted on plug-in type of

fuse bases having a prospective current rating of not less than 46 KA. Fuses shall be provided

with visible operation indicators to show that they have operated. Insulated fuse pulling handle

shall be supplied with each control panel.

4.16 INDICATING INSTRUMENTS & METERS

Electrical indicating instruments shall be flush mounted analogue type having min. 96 mm

square dial. Wherever possible, amp. meters measuring upto 10 amps. shall be directly

connected, while those measuring above 10 amps. shall be connected through suitable CTs.

4.17 CONTROL AND SELECTOR SWITCHES

Control and instrument switches shall be of the rotary type and shall be provided with properly

designated plate. Control switches shall have momentary contacts spring return to center with

pistol grip handle. Instrument and selector switches shall have stay put contacts. The number of

contacts and operation of each switch shall be as per the requirements of the connected circuit

enclosed data sheet/enclosed drawing.

4.18 PUSH BUTTONS

All push buttons shall be of push to actuate type have 2 `NO' and 2 `NC' self reset contacts. They

shall be provided with designation plates, engraved with their functions. Push button contacts

shall be rated for 10 amps at 415V A.C. and 0.6 Amp. inductive breaking at 220V D.C.

4.19 INDICATING LAMPS

Indicating lamps shall be of the filament type having double contact bayonet caps and low watt

consumption. Lamps shall preferably be provided with series resistors to prevent short circuiting

of control supply of filament fusing. Colour of lens shall be as per enclosed drawing/data sheet.

Lamp grip shall be supplied along with the panel so that replacement of the bulb can easily be

done from the front of the panel.

Page 607: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 483 of 508

4.20 DRAWINGS

The contractor shall provide the following drawings for approval to the department before

commencement of supply/ fabrication.

i) General layout-Plan, section, elevations

ii) Foundation

iii) Wiring-Power & Control

5. ROTARY SWITCHES

Switches upto 60amps shall be rotary type with compact and robust construction, build up from

one or more stacks with contacts and a positioning mechanism with stop as required. The

terminals shall be shrouded with insulation to prevent accidental contact with live parts. Rotary

switches shall be backed up with moulded type HRC fuse fittings of appropriate rating.

6. SELECTOR SWITCH

When called for, selector switches of rated capacity shall be provided in control panel, to give

the choice of operating equipment in selective mode.

7. STARTERS

Each motor shall be provided with a starter of suitable rating. Starters shall be in accordance

with IS: 1822-1967.

Direct on line starters shall be provided for motors upto 7.5 HP. Star Delta type starters shall be

provided for motors of 10.0 HP and above capacity.

Starters contactors shall have 3 main and 3 auxiliary contacts and shall be air break type suitable

for making and breaking contact at minimum power factor of 0.38. `For design consideration of

contactors, the starting current of connected motor shall be assumed to be 6 times the full load

current of the motor in case of direct-on-line starters, and 3 times the full load current of the

motor in case of star delta/Reduced Voltage Starters.

Main and auxiliary contacts shall be silver or silver alloy. The insulation for contactor coils shall

be of class "B". Operating coils of contactors shall be suitable for 220/415 + 10% volts AC, 50

cycles supply system. The contactors shall drop out when voltage drops to 80% of the rated

voltage. The housing of the contactors shall be heat resistant and having high impact strength.

Each starter shall have thermal overload protection on all three phases and also single phasing

preventing relay.

Page 608: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 484 of 508

8. OVER LOAD RELAYS

Contactors shall be provided with a three element, positive acting ambient temperature

compensated time lagged hand reset type thermal over load relay with adjustable setting.

Hand-reset button shall be flush with the front door for resetting with starter compartment

door closed; Relays shall be directly connected for motors upto 150 HP capacity. C.T. operated

relays shall be provided for motors above 150 HP capacity. Heater circuit contactors shall also

be provided with overload relays.

9. SINGLE PHASE PREVENTERS

Single phase preventers shall be provided on all the three phase motor starters and shall be in

conformity with relevant ISI standards. Single phase preventers shall act when the supply

voltage drops down to 90% of the rated voltage or on failure of one or more phases.

10. TIME DELAY RELAYS

Time delay relays shall be adjustable type with time delay adjustment from 0-180 seconds and

shall have one set of auxiliary contacts for indicating lamp connection.

11. TOGGLE SWITCH

Toggle switches, where called for, shall be in conformity with IS 3854-1969 and shall be of 5

amps rating.

12. PUSH BUTTON STATIONS

Push button stations shall be provided for manual starting and stopping of motors/equipment as

called for, `RED' and `GREEN' colour push buttons shall be provided for `starting' and `stopping'

operations. `Start' or stop indicating flaps shall be provided for push buttons. Push buttons

shall be suitable for panel mounting and accessible from front without opening door, dock lever

shall be provided for `Stop' push button. One set of normally open and one set of normally

closed contacts shall be provided in push button stations. The push buttons contacts shall be

suitable for 15 amps current capacity.

13. CONDUITS

Conduit work shall be done for wiring as per CPWD specifications part - I as amended upto date.

14. CABLES

14.1 M.V. cables shall be PVC insulated aluminum conductor and armoured cables conforming to

IS:1554 (part-I) -1988. M.V. cables shall be armoured and suitable for laying in trenches, duct

and on cable trays as required. M.V. cables shall be termite resistant. Control cables, and

indicating panel cables shall be multi core PVC insulated copper conductor and armoured cables.

Digging and back filling of trenches, sand & bricks, saddles clamps etc. shall be included in the

package and nothing extra shall be paid to the contractor on this account.

14.2 WIRES

650/1100 volts grade FR insulated aluminum conductor wires in conduit shall be used.

Page 609: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 485 of 508

14.3 Cable Laying

Cable shall be laid generally in accordance with Indian standard code of practice. Cables shall be

laid on 14 gauge perforated M.S. sheet cable trays as approved by the Supervisor. Easy access to

all cables shall be provided to allow cable withdrawal/replacement in the future. Where more

than one cable is running, proper spacing shall be provided to minimize the loss in current

carrying capacity.

Cables shall be suitably supported with wooden cleats when run on wall/floor ducts. When

buried, they shall be covered with a layer of soft sifted sand and protected with cement

concrete tiles. Special care shall be taken to ensure that the cable are not damaged at bends.

The radius of bend of the cables when installed shall not be less than 12 times the diameter of

cable.

14.4 Cable Sizes

Power Wiring shall be of the following sizes of cables or of sizes indicated on Electrical single line

diagram (which ever is higher);

a) Upto 5 HP motors/2KW heaters. 3x6 sq.mm Aluminum conductor cables.

b) For 9 KW Heaters – 4 x10 sq.mm Aluminum conductor cables.

c) From 12.5 HP to 15 HP motors 2 Nos 3x6 sq.mm Aluminum conductor

armoured cables.

d) From 20 HP to 25 HP motors 2 Nos. 3x10 sq.mm Aluminum conductor

armoured cables

e) From 30 HP to 35 HP motors 2 Nos. 3x25 sq.mm Aluminum conductor

armoured cables

f) From 40 HP to 50 HP motors 2 Nos. 3x35 sq.mm Aluminum conductor

armoured cables.

g) From 60 HP to 75 HP motors 2 Nos. 3x50 sq.mm Aluminum conductor

armoured cables.

h) 100 HP motor 2 Nos. 3x70 sq.mm Aluminum conductor

armoured cables

i) 150 HP motor 2 Nos. 3x120 sq.mm Aluminum conductor

armoured cables

j) 200 HP motor 2 Nos. 3x150 sq.mm Aluminum conductor

armoured cables.

Page 610: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 486 of 508

15. All the switches, contactors, push button stations, indicating lamps shall be distinctly marked

with a small description of the service installed. Circuit wiring diagram of control panel shall be

fixed to the cover of control panel for verification. The following capacity contactors and

overload relays shall be provided for different capacity motors:

Motor rating Type of Contactor current Overload relay

Starter rating range

a. 5 HP motors D O L 16 amps 6-12 amps

b. 7.5 HP motors D O L 16 amps 6-12 amps

c. 10 HP motors D O L 16 amps 6-12 amps

d. 12.5 HP motors Star Delta 32 amps 6-12 amps

e. 15 HP motors Star Delta 32 amps 10-16 amps

f. 20 HP motors Star Delta 63 amps 14-20 amps

g. 25 HP motors Star Delta 63 amps 18-24 amps

h. 30 HP motors Star Delta 63 amps 17-25 amps

i. 35 HP motors Star Delta 63 amps 22-32 amps

j. 40 HP motors Star Delta 63 amps 22-32 amps

k. 45 HP motors Star Delta 125 amps 25-40 amps

l. 50 HP motors Star Delta 125 amps 25-40 amps

Page 611: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 487 of 508

m. 60 HP motors Star Delta 125 amps 38-63 amps

n. 65 HP motors - do - 125 amps 38-63 amps

o. 70 HP motors - do - 125 amps 38-63 amps

p. 75 HP motors - do - 125 amps 38-63 amps

q. 100 HP motors - do - 160 amps 50-90 amps

r. 125 HP motors - do - 200 amps 70-110 amps

s. 150 HP motors - do - 200 amps 70-110 amps

t. 200 HP motors -do- 300 amps C.T. operated relay

16. DRAWINGS

Shop drawings for control panels and wiring of equipment showing the route of conduit/cable

shall be submitted by the contractor for approval of purchasers before starting the fabrication of

panel and starting the work. On completion, four sets of completion/"As-installed" drawings

incorporating all details like, conduit routes, number of wires in conduit, location of panels,

switches, junction/pull and cable route etc. shall be furnished by the Contractor.

17. PAINTING

All sheet steel work shall undergo a process of degressing, thorough cleaning, and painting with

a high corrosion resistant primer. All panels shall then be backed in an oven. The finishing

treatment shall be by application of synthetic enamel paint of approved shade.

18. TESTING

Before commissioning of the equipment, the entire electrical installation shall be tested in

accordance with code of Practice IS:732-1963 (Revised) and test report furnished by a qualified

and authorized person.

All tests shall be carried out in the presence of Engineer-in- Charge .

Page 612: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 488 of 508

19. MISCELLANEOUS

19.1 The final connections to the equipment shall be through flexible connections in case of conduit

wiring and also where the equipment is likely to be moved back and forth, such as on slide rails.

19.2 An isolator switch shall be provided at any motor which is separated from the main switch panel

by a wall or partition or other barrier or is more than 15 meters away from the main panel.

19.3 Two separate and distinct earthing conductors shall be connected from the equipment upto the

main switch board panel.

19.4 The branch lines from the main panel to each equipment shall be separated and should not

cross other lines.

19.5 The entire installation shall be tested as per electricity rules and IS:732-1963 with amendments

1,2 & 3 prior to the commissioning of the plant and a suitable test report furnished by a

competent and authorized person. The test report will be obtained by contractor himself at his

own expenses.

19.6 All exposed switch board panels, conduits, hangers etc. shall be given 2 coats of suitable paint of

approved colour, when all work has been completed.

Page 613: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 489 of 508

SECTION – 17

TESTS AT SITE & FACTORY

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 purchasers/ Engineer-in-

charge in accordance with the provisions of the applicable ASHRAE / SMACNA / ARI standards

or approved equal and as per load requirements.

2. EVAPORATORS/ PUMPS ETC.

2.1 Identification of materials in accordance with test certificates.

2.2 Inspection of various laboratory test certificates for physical properties and technical

composition conducted on test samples of materials to be used for fabrication, forging etc. for

all important components of various equipment.

2.3 Hydraulic test for various components and assembled equipments at 1.5 times design pressure

or double the operating pressure whichever is higher.

2.4 Pneumatic leak test after assemblies at design pressure.

2.5 Inspection of assemblies and dis-assemblies of various parts of equipments and complete

equipments themselves as desired by Engineer-in-charge .

2.6 Mechanical running test on test bed at factory for various equipments in presence of Engineer-

in-charge for at least 8 hours for each equipment.

2.7 Testing of oil passages in compressor at 1.5 times pump discharge pressure.

2.8 Vibration test for various rotating/reciprocating equipments.

2.9 Noise level test for various rotating/reciprocating equipments.

2.10 Pressure drop test for condenser and evaporator.

3. AIR HANDLING UNITS

3.1 BLOWERS

3.1.1 Identification of materials in accordance with test certificates.

3.2 COILS

3.2.1 Identification of materials in accordance with test certificates. 3.2.2 Pneumatic test.

Page 614: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 490 of 508

3.3 FILTERS

3.3.1 Manufacturer's test certificates are to be produced for the assembled A.H.U. final dimensional

check will be done. Inspection will be done during assembly of components for quality of

workmanship, painting etc.

3.4 PIPING : Materials check for specifications and size.

3.5 VALVES

Hyd./pneumatic test certificates.

3.6 MOTORS

Manufacturer's test certificate as per motor data sheet.

3.7 INSTRUMENTS AND CONTROLS

Visual examination.

4. FOR ASSOCIATES WORKS AT SITE

4.1 All electrical items will be subjected to inspection at any stage during manufacturing activity.

Routine electrical test as per relevant codes. Inspection of manufacturer's test certification.

4.2 Inspection of raw materials to be used for fabrication and assembly and inspection of

manufacturer's certificates.

4.3 Pressure testing of pipe fittings used for the refrigerant and water services.

4.4 Pressure testing, leak testing of complete piping network for chilled water. Condenser water and

refrigerant/services.

4.5 Checking of electrical circuits (power & controls) and checking functioning of controls of

refrigerant systems and other circuits of air conditioning plant.

4.6 Checking of assemblies for electrical control panel, instruments panels, local panels

(dimensional and functional) annunciator panels etc.

4.7 Inspection of complete electrical installation at site.

4.8 Performance testing of complete A.C. plant as per specifications.

5. The above inspection procedure is given for general guidance and information of vendors and

inspection of purchaser is strictly not limited to these and inspection engineer of purchaser will

have full right to have detailed inspection at any stage right from placement of order to

completion of project as desired by inspection engineer, co-ordination of inspection agency of

purchaser with his factory/sub-contractor's factory/ erection site will be the sole responsibility

of successful contractor after placement of order for complete air conditioning plant covered

under these technical specifications.

Page 615: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 491 of 508

6. PIPING SYSTEM

6.1 In general pressure tests shall be applied to piping only before connection of equipment and

appliances. In no case shall piping, equipment or appliances be subjected to pressures exceeding

their test ratings.

6.2 Tests shall be completed and approved before any insulation is applied.

6.3 After tests have been completed, the system shall be drained and cleaned of all dust and foreign

matter. All strainers, valves and fittings shall be cleaned of all dirt, fittings, and debris.

6.4 WATER PIPING

All water piping shall be tested and proven tight under hydrostatic pressure of 1 1/2 times the

design pressure unless stated otherwise in the specifications. Prescribed pressure shall be

maintained for four hours.

7. DUCT WORK

7.1 All branches and outlets shall be tested for air quantity, and the total of the air quantities shall

be within plus five percent (5%) of fan capacity.

7.2 Fire dampers, volume dampers and splitter dampers shall be tested for proper operation.

8. BALANCING AND ADJUSTMENT

All air handling ventilation equipment, duct work and outlets shall be adjusted and balanced to

deliver the specified air quantities indicated, at each inlet and outlet, on the drawings. If these

air quantities cannot be delivered without exceeding the speed range available horse power,

the department shall be notified before proceeding with the balancing of air distribution

system.

9. ELECTRICAL EQUIPMENT

9.1 All electrical equipment shall be cleaned and adjusted on site before application of power.

9.2 The following tests shall be carried out :

9.2.1 Wire and cable continuity tests.

9.3 Insulation resistance tests, phase to phase and phase to earth, on all circuits and equipment,

using a 500 volt meggar. The meggar reading shall be not less than one meg. ohm.

9.4 Earth resistance between conduit system and earth must not exceed half (1/2) Ohm.

9.5 Phasing out and phase rotation tests.

9.6 Operating tests on all protective relays to prove their correct operation before engineering the

main equipment.

9.7 Operating tests on all starters, circuit breakers, etc.

Page 616: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 492 of 508

10. PERFORMANCE TESTS

10.1 The installation as a whole shall be balanced and tested upon completion, and all relevant

information, including the following shall be submitted to the purchasers.

10.1.1 Air volume passing through each unit, duct, grilles, aperures.

10.1.2 Differential pressure readings across each filter, fan and coil, and through each pump.

10.1.3 Electrical current readings, in amperes of full and average load running, and starting, together

with name plate current of each electrical motor.

10.1.4 Continuous recording over a specified period, of ambient wet and dry bulb temperatures under

varying degrees of internal heat loads and use and occupation, in each zone of each part of the

building.

10.1.5 Daily records for a period of seven should be maintained of hourly readings, taken under varying

degrees of internal heat load and use and occupation, of wet and dry bulb temperatures,

upstream "on-coil" of each cooling coil. Also suction temperatures and pressures for each

refrigerating unit. The current and voltage drawn by each machine.

10.1.6 Any other readings shall be taken which may subsequently be specified by the client.

11. MISCELLANEOUS

11.1 The above tests are mentioned herein for general guidance and information only but not by way

of limitation to the provisions of conditions of contract and specification.

11.2 The date of commencement of all tests listed above shall be subject to the approval of the

purchaser, and in accordance with the requirements of this specification.

11.3 The contractor shall supply the skilled staff and all necessary instruments and carry out any test

of any kind on a piece of equipment, apparatus, part of system or on a complete system if the

purchaser requests such a test for determining specified or guaranteed data as given in the

specification or on the drawings.

11.4 Any damage resulting from the tests shall be repaired and/or damaged material replaced, to the

entire satisfaction of the department.

11.5 In the event of any repair or any adjustment having to be made, other than normal running

adjustment, the tests shall be void and shall be recommended after the adjustment or repairs

have been completed.

11.6 The contractor must inform the department when such tests are to be made, giving sufficient

notice, in order that the purchaser or his nominated representative may be present.

11.7 Complete records of all tests must be kept and 3 copies of these and location drawings must be

furnished to the department.

Page 617: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 493 of 508

11.8 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 purchaser, sufficient and suitable indication of the

effect and performance of the installation as a whole or of any part, as required.

11.9 In case of equipments being supplied by the contractor from a place outside India for which

department may or may not be able to send its representative, the manufacturers test

certificates (for all acceptance test) for inspection of material and witnessing the various tests at

the factory as carried out by the manufacturer have to be submitted alongwith the supply of

equipments. This must be witnessed by a representative of the contractor.

NOTES :

A. TEST INSTRUMENTS

1. All instruments for testing shall be provided by the air conditioning contractor.

2. Thermometer used for measurement of temperature of water/refrigerant shall have

graduations of 0.1oC and shall be got calibrated from N.P.L. or any recognized test house before

hand.

3. Thermometers used in the psychrometers shall have graduations of 0.2° C and shall be

calibrated as at (2) above.

4. Pressure gauges shall also be got calibrated before hand from a recognized test houses.

5. Where ever the flow rate vs. pressure drop curves for the heat exchangers of the same mode, as

installed, certified by department on the basis of tests conducted at manufacturer's works are

produced, flow meters for measuring water flow rate through these may not be provided.

Actual water flow shall in such a case, be computed with reference to these curves and the

actual pressure drop measured at site.

6. Integrating type flow meters may be used for measuring water flow through the individual air

handling units.

7. Air flow rates shall measured in the supply duct using pilot tube.

B. CAPACITY COMPUTATIONS

1. AIR-HANDLING UNITS

The capacity shall be computed from the water temperature and water flow measurements. A

tolerance of ± 5% from the A/T value shall be acceptable in the capacity to computed. Air

quantity shall be measured in the supply duct and checked with the quantity specified in the

A/T. A tolerance of ±10% in the air quantity shall be acceptable. The enthalpy difference of air

entering and leaving the coil shall be computed from air temperature. The capacity of TFA/HR

Units shall be computed 75% both sensible and latent.

Page 618: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 494 of 508

SECTION – 18

MODE OF MEASUREMENTS

1. UNIT PRICES IN THE SCHEDULE OF QUANTITIES

1.1 The item description in the schedule of quantities is in the form of a condensed resume. The

unit price shall be held to include everything necessary to complete the work covered by this

item in accordance with the specifications and drawings. The sum total of all the individual item

prices shall represent the total price of the installation ready to be handed over.

1.2 The unit price of the various items shall include the following :

1.2.1 All equipment, machinery, apparatus and materials required as well as the cost of any tests

which EIC may request in addition to the tests generally required to prove quality and

performance of equipment.

1.2.2 All the labour required to supply and install the complete installation in accordance with the

specifications/drawings .

1.2.3 Use of any tools, equipment, machinery, lifting tackle, scaffolding, ladders etc. required by the

contractor to carry out his work.

1.2.4 All the necessary measures to prevent the transmission of vibration.

1.2.5 The necessary material to isolate equipment foundations from the building structure, wherever

necessary.

1.2.6 Storage and insurance of all equipment apparatus and materials.

1.3 The contractor's unit price shall include all equipment, apparatus, material and labour indicated

in the drawings and/or specifications in conjunction with the item in question, as well as all

additional equipment, apparatus, material and labour usual and necessary to make in question

on its own (and within the system as a whole) complete even though not specifically shown,

described or otherwise referred to.

1.3.1 The contractor's unit price shall also include all taxes, duties, octrois, works contract tax etc as

applicable.

2. MEASUREMENTS OF SHEET METAL DUCTS, GRILLES/ DIFFUSERS ETC.

2.1 SHEET METAL DUCTS

2.1.1 All duct measurements shall be taken as per actual outer duct surface area including bends,

tees, reducers, collars, vanes & other fittings. Gaskets, nuts, bolts, vibration reducing pads are

included in the basic duct items of the SOQ./ or as per IS code.

2.1.2 The unit of measurements shall be the finished sheet metal surfaces area in meters squares. No

extra shall be allowed for laps and wastage.

Page 619: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 495 of 508

2.1.3 All the guide vanes, deflectors in duct elbows, branches, grille collars quadrant dampers etc.

shall be measured for actual sheet metal surface and paid for at the same rate as duct of same

thickness.

2.1.4 The unit duct price shall include all the duct hangers and supports, exposing of concrete

reinforcement for supports and making good of the same as well as any materials and labour

required to complete the duct frame.

2.2 GRILLES/DIFFUSERS

All grilles/diffusers as per tender requirements shall be measured as follows.

2.2.1 All measurements of grilles/diffusers shall be the actual outlet size excluding the outer flanges.

2.2.2 The square or rectangular grills/diffusers shall be measured in sq.m.

2.2.3 All round diffusers shall be measured by their diameters in cm.

2.2.4 All linear diffusers shall be measured as per actual length in metres.

3. MEASUREMENTS OF PIPING, FITTINGS, VALVES, FABRICATED ITEMS

3.1 PIPE

3.1.1 All pipes shall be measured in linear meter (to the nearest cm) along the axis of the pipes and

rates shall be inclusive of all fittings e.g. tees, bends, reducers, elbows etc. Deduction shall be

made for valves in the line.

3.1.2 The rate quoted shall be inclusive of cutting holes, exposing reinforcement in wall and ceiling

and floors and making good the same and inclusive of all items as specified in specification and

schedule of quantities.

3.1.3 Rates quoted shall be inclusive of providing and fixing vibration pads and wooden pieces,

wherever specified or required by the Engineer in charge.

3.1.4 Flexible connections, wherever required or specified shall be measured as part of straight length

of same diameter, with no additional allowance being made for providing the same.

3.1.5 The length of the pipe for the purpose of payment will be taken through the centerline of the

pipe and all fittings (e.g. tees, bends, reducers, elbows, etc.) as through the fittings are also

resumed to be pipe lengths. Nothing extra whatsoever will be paid for over and above for the

fittings. For valves and flanges, section 3.2 below app lies.

3.2 VALVES AND FLANGES

3.2.1 All the extra CI & CM flanged valves shall be measured according to the nominal size in mm and

shall be measured by number. Such valves shall not be counted as part of pipe length hence

deduction in pipe length will be made wherever valves occur.

Page 620: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 496 of 508

3.2.2 All gun metal (gate & globe) valves shall include two Nos. of flanges and two numbers 150mm long MS nipples, with one side threaded matching one of the valves, and other welded to the M.S. slip-on-flange. Rate shall also include the necessary number of bolts, nuts and washers, 3 mm thick insertion gasket of required temp. grade and all items specified in the specifications.

3.2.3 The rates quoted shall be inclusive of making connections to the equipment, tanks, pumps etc. and the connection made with an installed pipe line shall be included in the rates as per the B.O.Q.

3.3 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 schedule of quantities or as required at site by Engineer in Charge.

3.4 COPPER CONNECTIONS FOR FAN COIL UNITS (Wherever required)

3.4.1 Copper connection assembly for making connections to the fan coil units shall be measured, as part of the fan coil unit price and shall include brass flare nuts, brass straight connector, brass tees, brass reducing fittings, fixing of automatic 3 way valve, making connection and leak testing, complete assembly as per specifications and drawings, nothing extra shall be payable on account of any variation in the length of copper pipe.

4. INSULATION

4.1 The measurement for vessels, piping insulation shall be made over the bare

Un-insulated surface area of the metal.

4.2 PIPES, DUCTS & VESSELS

4.2.1 PIPES

The measurements for insulation of piping shall be made in linear metres through all valves, flanges, and fittings. Pipes/bends shall be measured along the centerline radius between tangent points. If the outer radius is R1 and the inner radius is R2. The center line radius shall be measure as (R1+R2)/2. Measurement of all valves, flanges and fittings shall be measure with the running metre of pipe line as if they are also pipe lengths. Nothing extra over the above shall be payable for insulation over valves, flanges and fittings in pipe line/routings. Fittings that connect two or more different sizes of pipe shall be measured as part of the larger size.

4.2.2 DUCTS

The measurements for insulation of ducts shall be made in actual square metres of bare uninsulated duct surface through all dampers, flanges and fittings. In case of bends the area shall be worked out by taking an average of inner and outer lengths of the bends. Measurements for the dampers, flanges, fittings shall be for the surface dimension for the connecting duct, nothing extra over the above shall be payable for insulation over dampers, flanges and fittings in duct routing.

Page 621: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 497 of 508

4.2.3 VESSELS

The area of standard dished and flat ends of vessels shall be the square of the diameter of the

uninsulated body of the shell. Areas for other shapes shall be the actual calculated area. There

shall be no deduction or additions for nozzles, handles ribs, dampers, expansion joints etc. All

projections on vessels or tanks shall be measured separately as pipe/duct.

4.3 ACCESSORIES INSULATION

4.3.1 The unit of measurement for accessories such as expansion tank, pumps, chiller heads etc. shall

be uninsulated area in square meters.

4.3.2 In case of curved or irregular surfaces, measurements shall be taken along the curves.

4.3.3 The unit insulation price shall include all necessary adhesives, vapour proofing and finishing

materials as well as additional labour and material required for fixing the insulation.

4.4 ACOUSTIC DUCT LINING

4.4.1 In case of acoustic lining of air ducts, measurements of the bare inside duct surface in square

meters, shall be final for billing purposes.

4.4.2 The insulation/acoustic panels shall include cost of battens, supports, adhesives, vapour

proofing, finished tiles/boards sheets as well as additional labour and material required for

completing the work.

Page 622: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 498 of 508

APPENDIX – I

SUBMITTALS TO THE MADE BY THE CONTRACTOR DURING THE EXECUTION OF WORK

1. Daily Progress report stating number of men employed under each trading,

Equipment at site etc.

2. Weekly/fortnightly progressing report showing progress against programme.

3. Programme of work for the forthcoming week.

4. Labour and Equipment Deployed at site - Programmed Requirement vs actual deployed - weekly

5. Updated approved monthly PER CHART along with monthly progress chart -

Weekly.

6. Construction materials by Contractor : Status and mobilization programme - Fortnightly.

7. Progress Photographs - Fortnightly.

8. Value of work anticipated to be done in the forth-coming including value of any

materials and equipment of large value - monthly

Page 623: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 499 of 508

APPENDIX – II

DETAILS OF TESTS TO BE CARRIED OUT AT SITE

A. AIR COOLED CHILLER

1. CONDITIONS UNIT TEST RESULTS

1.1 Ambient conditions

- Date/Day/Time

- Temp. DB/WB °C

- RH %

2 COMPRESSOR

2.1 Compressor Make/Model Name/No.

2.2 Speed RPM

2.3 Refrigerant suction pressure Kg/Sq.cm

2.4 Refrigerant discharge pressure KG/Sq.cm

2.5 Refrigerant discharge temp. °C

2.6 Oil pressure Kg/Sq.cm.

2.7 Capacity specified TR.

2.8 apacity stipulated at various loading steps TR.

3. COMPRESSOR MOTOR

3.1 Motor make/Model Name/No.

3.2 Speed RPM

3.3 Voltage Volts

3.4 Motor rating KW

3.5 Current at 100% load Amps

3.6 Current down at various loading steps. Amps

Page 624: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 500 of 508

4. CONDENSER

4.1 Condenser Make/Model Name/No.

4.2 Refrigerant condensing pressure Kg/Sq.cm.

4.3 Refrigerant condensing temp. °C

4.4 Air entring temperature °C

4.5 No. of condenser fan Nos

4.6 Motor Make/Model Name/No.

4.7 Motor rating KW

4.8 Current Amps.

4.9 Capacity specified TR.

4.10 Capacity stipulated at 100% TR.

load on the compressor

5. CHILLER

5.1 Chiller Make/Model Name/No.

5.2 Water flow rate LPM

5.3 Water temp. entering °C

5.4 Water temp. leaving °C

5.5 Water pressure entering mm HG

5.6 Water pressure leaving mm HG

5.7 Refrigerant Suction Temp. °C

5.8 Refrigerant Suction Pressure mm HG

5.9 Capacity specified Kcal/hr.

5.10 Capacity stipulated at 100% Kcal/hr.

load on the compressor

Page 625: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 501 of 508

6. ROOM CONDITIONS 6.1 Date 6.2 Day 6.3 Time 6.4 Room Temperature AM/PM - Dry Bulb °C

- Wet Bulb °C

6.5 Ambient Temperature

- Dry Bulb °C

- Wet Bulb °C

B. PUMPS

(Pressure to be tested of existing pumps after installation of gauges for performance)

1.1 Pumps Make/Model Name/No.

1.2 Impeller diameter mm

1.3 Speed RPM

1.4 Water pressure entering Kg/Sq.cm.

1.5 Water pressure leaving Kg/Sq.cm.

1.6 Motor rating KW

1.7 Motor current at full load Amps

1.8 Motor voltage at full load Volts

1.9 Water flow rate (specified) LPM

1.10 Water flow rate (computed) LPM

C. VENTILATION FANS

2.1 FAN Make/Model/Type Name/No.

2.2 Fan speed RPM

2.3 Fan Motor rating (specified) KW

2.4 Fan Motor current drawn Amps

2.5 Line voltage Volt

2.6 Fan capacity (specified Air qty.) CFM

2.7 Fan capacity (computed Air qty.) CFM

Page 626: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 502 of 508

D. AIR HANDLING UNITS

(To be tested after changing of filters and capacity of AHU to evaluate whether they are

sufficient to give required tonnage).

3.1 AHU Make/Model Name/No.

3.2 Fan speed RPM

3.3 Fan Motor rating (specified) KW

3.4 Fan Motor current drawn Amps

3.5 Line voltage Volt

3.6 Fan capacity (specified Air qty.) CFM

3.7 Fan capacity (computed Air qty.) CFM

3.8 Coil face area Sq.m.

3.9 Air temp. entering

- Dry bulb °C

- Wet bulb °C

- Wet bulb °C

3.10 Water temp. entering °C

3.11 Water temp. leaving °C

3.12 Water pressure entering Kg/Sq.cm.

3.13 Water pressure leaving Kg/Sq.cm.

3.14 Water flow rate LPM

3.15 Motor rating KW

3.16 Motor current at full load Amps

3.17 Total cooling capacity (specified) TR.

3.18 Cooling capacity (Computed) TR.

Page 627: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 503 of 508

E. FAN COIL UNITS/ CHW CASSETTE UNITS

4.1 FCU Make/Model Name/No.

4.2 Fan speed RPM

4.3 Fan Motor rating (specified) KW

4.4 Fan Motor current drawn Amps

4.5 Line voltage Volt

4.6 Fan capacity (specified Air qty.) CFM

4.7 Fan capacity (computed Air qty.) CFM

4.8 Coil face area Sq.m.

4.9 Air temp. entering

- Dry bulb °C

- Wet bulb °C

- Wet bulb °C

4.10 Water temp. entering °C

4.11 Water temp. leaving °C

4.12 Water pressure entering Kg/Sq.cm.

4.13 Water pressure leaving Kg/Sq.cm.

4.14 Water flow rate LPM

4.15 Motor rating KW

4.16 Motor current at full load Amps

4.17 Total cooling capacity (specified) TR.

4.18 Total cooling capacity (Computed) TR.

Page 628: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 504 of 508

APPENDIX – III

LIST OF APPROVE MAKE FOR HVAC WORK

S. NO. ITEMS OFFERED MAKES

1. Air Cooled Screw Trane / Carrier / York / Daikin

Chilling Machine

2. Pumps Grundfoss / Armstrong

3. Air Handling Unit Zeco Aircon / Flaktwood / Carrier Aircon /

System Air / Edgetech

4. Cooling /Heating coils Coil Company / Flaktwood / Edgetech /

Zeco / System Air

5. Centrifugal Fans for AHU Nicotra/ Comefri / Kruger / Flaktwood /

Greenheck

6. Fan Coil Units/ CHW Cassette Zeco / Edgetech/ Carrier Aircon / System Air

7. Heat Recovery Units Desiccant Rotors/Flaktwood

8. Filters Mechmark / Thermadyne / Anfilco

9. Variable Frequency Drives Danfoss/ Siemens / ABB / Vacon

10. PHE CELL RGF/ SPC / Zeco-Pureair

11. Axial Flow fan Nicotra/ Comefri / Kruger / Flaktwood/

System Air / Eflow / Greenheck

Page 629: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 505 of 508

12. Inline Fan Caryaire / Kanalflakt / Kruger / Flaktwood/

Sarla / Eflow / Humidin / Spheervent

13. Propeller Fan Marathon / Crompton/ Flaktwood

14. Fan Section Units Zeco Aircon / Flaktwood/ System Air / Edgetech

15. Oil Type Duct Heater Rapid cool/ Anergy

16. Pipes

16.1 G.I. Tata/Jindal – Hissar / SAIL

16.2 M.S upto 150mm Tata/Jindal – Hissar / SAIL

16.3 M.S. above 150mm Advance Steel / SAIL / Tata

17. Valves

17.1 Motorized/ manual- Butterfly valve SKS/ Honeywell / Castle / Danfoss /

Siemens / Belimo/Valtree

17.2 Ball Valves SKS/ Honeywell / Castle / Danfoss /

Siemens / Belimo/Valtree

17.3 Balancing valve SKS/ Honeywell / Castle / Danfoss /

Siemens / Belimo/Valtree

17.4 Non Return Valve SKS/ Honeywell / Castle / Danfoss /

Siemens / Belimo/Valtree

17.5 Pot/Y- Strainer Emerald/ Rapidcool/Valtree

17.6 Control Valve (PID) with Danfoss / Honeywell / Johnsons Control /

Page 630: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 506 of 508

Proportional thermostat Belimo

17.7 Actuators & modulating motors Danfoss / Honeywell / Johnsons Control /

Belimo

17.8 P. Gauge /Thermometer H. Guru/ Emerald/ Anergy

17.9 Flow switch Emerald/ Anergy / Honeywell / Siemens

17.10 Air Vent Valve SKS/ Honeywell / Castle / Danfoss /

Siemens / Belimo

17.11 Air Vent Valve SKS/ Honeywell / Castle / Danfoss /

Siemens / Belimo

17.12 Flexible Connection Resistoflex / Emerald / Kanwal

18. Air Distribution

18.1 G.I. sheets/ MS Sheet Tata / Nippon / SAIL

18.2 Aluminium sheets Hindalco/Indalco/Nalco

18.3 Factory fabricated Ducts Zeco/ Tecno aircon/ Rolastar

18.4 Grilles/Diffusers / VCD/ Louvers Caryaire / Mapro / Air Master / Trox/

Conair

18.5 Fire Dampers/Back draught dampers Caryaire / Mapro / Air Master / Trox/

Conair / Greenhech / Ruskin

18.6 Air flow sensor/ Switch/ Temp & Honeywell/ Siemens

RH sensor

18.7 Actuators for Fire dampers Belimo/ Siemens / Honeywell

Page 631: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 507 of 508

18.8 Thermostats Danfoss / Belimo / Siemens / Honeywell

18.9 Fasteners Hilti/ Fisher

19. Insulation

19.1 Glass Wool/ Flexible Ducts UP Twiga / Owns Conning

19.2 PUF Pipe supports Malanpur / Lloyd

19.3 Closed Cell (Polyethylene Insulation) Paramount / Armacell / Supreme

20. Electric Motors for

20.1 All pumps Marathon/ Grundfos / ITT / Armstrong /

ABB / Siemens

20.2 AHU / Fan Marathon / ABB/ Kirloskar / Siemens

21. Electrical Items

21.1 Switchgear Schneider Electric / ABB / Siemens /

Larsen & Turbro

21.2. Control Cables Finolex / Skytone / Bonton / Lapp Cable /

KEI / RR Kabel / Bonton / World cab /

Batra Henley / ESC

21.3 Power Cables Finolex / Skytone / Bonton / Lapp Cable /

KEI / RR Kabel / Bonton / World cab / Batra Henley / ESC

21.5 Push Buttons Siemens / Cutler Hammer/ Larsen &

Turbro

21.6 Auxiliary Relays/Contactors Siemens / Larsen & Turbro / BCH / GE

Page 632: CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI …uprnn.co.in/tender/tender_document_27052014.pdf ·  · 2014-05-27DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL

CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Page 508 of 508

21.7 Line Type Fuse G.E. / Larsen & Turbro / Siemens

21.8 Timer Siemens / Larsen & Turbro / Cutler

Hammer / GE

21.9 Indicating Lamps Siemens / Larsen & Turbro / Vaishno

21.10 Selector Switches Siemens / Larsen & Turbro / Kaycee

21.11 Cable Glands Commet/ Gripwel, Dowell

21.12 Starter GE/ Larsen & Turbro / Compton

21.13 Cable Trays MK/ Legrand/ OBO

21.14 Electrical Panels Adlec / Amptech / RST Electrical /

SUGEL / Adlec / Amptech / RST Electrical / SUGEL / Vidhyut Control / Advance Panels / Spectrum Automation / AtoZ Systems / Neptune / Jakson / Surendra Electricals / SPC / ECS / MAX Aerotron P. Ltd. / Indiatec / Dynamic Technologies/ Sunhit Automation / Control Well Switchgear

Note: For any item not covered in the above list, the contractor shall get the samples approved from the authorized representative of owner before the supply is made.