Part C - Elect-1
Part C - Elect-1
PART-C
E & M WORKS
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
150
SCHEDULE- A
SCHEDULE -B
1. 2 3. 4 5.
.
NIL
SCHEDULE -C
SCHEDULE -D
Extra schedule for specific requirements/documents for the work, if any. NIL
SCHEDULE -E
Schedule of component of cement, steel, other Materials, Labour etc. for price escalation.
As per Schedule F of Part ‘A‘
SCHEDULE -F
Reference to General Conditions of contract: Please refer to Schedule F of Part ‘A‘
Name of Work: - Construction of New Academic Complex-III (NAC-III) (Basement + G+ 6 Floors) for
IIT Madras, Chennai. SH 1: Building Portion including Water Supply, Sanitary Installation, Drainage,
Structural Steel Work, Dismantling of Existing Building Structure and Development Works. SH 2:
Internal Electrical Installations, Fire Fighting, Fire Alarm System, Lifts, Substation Equipment's, DG
Sets, UPS HVAC, Solar Power, CCTV, IBMS, LAN, Street Lighting, Emergency Light & Illuminated
Signage, Water Softener Plant, RO Plant and Water Pumping System.
Definitions:
2(v) Engineer-in-Charge EE & Senior Manager (E&M) / IITMPED/CPWD
Chennai.
2(viii) Accepting Authority SE cum Project Director, IITMPC,
CPWD, Chennai.
2(x) Percentage on cost of materials and
labour to cover all overheads and profits. 15%
2(xi) Standard Schedule of Rates Schedule of Rates 2022 & 2025 (Electrical &
Mechanical) with correction slip upto date.
2(xii) Department Central Public Works Department
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
152
Name of Work: Construction Of New Building (Basement + G+ 6 Floors) for IIT Madras, Chennai.
SH 1: Building Portion including Water Supply, Sanitary Installation, Drainage, Structural Steel Work,
Dismantling of Existing Building Structure and Development Works. SH 2: Internal Electrical Installations,
Fire Fighting, Fire Alarm System, Lifts, Substation Equipment's, DG Sets, UPS HVAC, Solar Power, CCTV,
IBMS, LAN, Street Lighting, Emergency Light & Illuminated Signage, Water Softener Plant, RO Plant and
Water Pumping System.
As per Schedule - A to F As per Schedule F of Civil works. However the minor component EE &SM (E)
shall withhold amount for his component of work if milestone is not achieved.
Authority to give fair and reasonable extension of As per Schedule F of Civil works
time for completion of work.
Clause 6,6A Clause 6A
Clause 7
Gross work to be done together with net payment Rs.1 Crore or once in two months
/ adjustment of advances for material collected, if
any, since the last such payment for being
eligible to interim payment.
Clause 10 A As per site requirement
List of testing equipments to be provided by the
contractor at site lab
Clause 10 B(ii) As per Schedule F of Civil works
Whether Clause 10 B(ii) shall be applicable
Clause 10C As per Schedule F of Civil works
Component of labour expressed as percent of
value of work
Clause 10CC As per Schedule F of Civil works
Clause 10CC to be applicable in contracts with
stipulated period of completion exceeding the
period shown in next column.
Clause 11 CPWD General Specifications for Electrical
Specifications to be followed for execution of Works
work Part I -Internal and External-2023
Part IV-Substation-2013
Part-VI Fire Detection and Alarm System-
2018
Wet Riser and
Sprinkler System -
2019 DG Sets-2014
HVAC-2019
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
153
Clause 12
Deviation Limit beyond which Clause 12.2 & 100% (Hundred Percentage)
12.3 shall apply for Works in foundation upto
plinth and above plinth level to all levels.
12.5 Not Applicable
Deviation limit beyond which clause 12.2 & 12.3
shall apply for foundation work.(except earth
work) – 30%
Deviation limit for items in earth work subhead Not Applicable
of DSR or related items – 100%
Clause 16 SE cum Project Director, IITM Project,
Competent Authority for deciding reduced rates CPWD, Chennai
Clause 18 T& P and machinery required as per site
List of mandatory machinery, tools & plants to be condition & as directed by the Engineer in
deployed by the contractor at site. charge
Clause 19 C: EE &Senior Manager(E&M)/IITMPESD/
Authority to decide penalty for each default CPWD, Chennai
or his successor there of
Clause 19 D: EE &Senior Manager(E&M)/IITMPESD/
Authority to decide penalty for each default: CPWD, Chennai
or his successor there of
Clause 19 G: EE &Senior Manager(E&M)/IITMPESD/
Authority to decide penalty for each default: CPWD, Chennai
or his successor there of
Clause 19 K: EE &Senior Manager(E&M)/IITMPESD/
Authority to decide penalty for each default CPWD, Chennai
or his successor there of
Clause 25: As per Schedule F of Civil works
Constitution of Dispute Redressed Committee
(DRC):
Clause32: Requirement of Technical Representative (S) and recovery Rate for works more than 50 less than
100 crore.
S.No Minimum Discipline Designation Minimum Number Rate at which recovery
Qualification of Elect. (Principal Experience shall be made from the
Technical Technical / contractor in the event
Representative Technical of not fulfilling
Representative provision of clause
36(i)
Figures Words
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
154
Clause 38
i) a Schedule/statement for determining theoretical Delhi Schedule of Rates 2022 &2025 printed
quantity of cement & bitumen on the basis of by C.P.W.D. with up to date Corrections)
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
155
1. The applicant should either himself meet the eligibility conditions for the respective E&M
components or otherwise he will have to associate with agencies, fulfilling the eligibility
requirements and hence consent letter from Associate Agency of the respective components of E&M
work shall also be submitted as per attached Proforma after award of work to L1 bidder.
In case the main contractor is himself eligible (as per eligibility criteria) for executing any specific
minor component and intends doing the job himself, he may not be required to associate with another
agency for that minor component of work. In such cases the main contractor also has to submit the
documents as per eligibility criteria mentioned for associated agency of individual E&M component.
2. The main tenderer have to submit the following documents for association of electrical contractor
within one month of award of work or 15 days before start of work whichever is earlier.
(i) In support of the eligibility conditions of the proposed associated electrical contractor, copy of
their registration documents, Electrical Contractor‘s License if any, PAN Card, duly attested
by the applicants (Main Contractor) shall be submitted to the Executive Engineer (Electrical),
IITMPED for deciding the eligibility. Each such electrical contractor will certify that they are
not debarred as on the day of application for sale of tender. Proposal for associating agency for
minor components of work shall be submitted in Form- F of this tender document from each
associate independently for all electrical and mechanical components.
(ii) The main contractor will submit MOU signed with himself/themselves, eligible registered/
enlisted contractor of CPWD or experienced contractor. The MOU in the enclosed
form( FORM “J”) shall be signed by both the parties i.e. main contractor as 1st party and
associated electrical contractor as per eligibility criteria as 2nd party (independently for all
E&M components).
3. In the event of the concerned E&M agency not performing satisfactorily or failure of associate
contractor to complete the E&M work, the main contractor on written directions of the department,
shall remove the Associate contractor deployed on the work and shall submit name of new associate
who fulfill the conditions mentioned in NIT to execute the left over work without any loss of time or
variation in cost to the department. Such associates shall also give an undertaking along with the
main tenderer that both of them shall stand guarantee for the equipments already supplied for which
payment has been released by the Dept. in part. If any equipment supplied for the work, during the
currency of the earlier Associate contractor and paid partly by the Dept., becomes redundant /not in a
position to be installed and commissioned and put to beneficial use due to change in agency for
execution of E&M work, the main contractor shall be liable for replacement of the equipment(s) at no
cost to Department. No change of Electrical Contractor will be allowed without prior approval of the
Engineer-in-charge of the work.
4. The materials shall be procured only from the original equipment manufacturers/ authorized dealers
of OEM. The contractor shall submit all documentary details in fulfillment of this conditions
regarding procurement of materials including relevant test certificates.
5. Executive Engineer (E) shall be the Engineer-in-charge as far as electrical works are concerned.
Separate tender schedule abbreviated CPWD-8 and Special Conditions for Electrical Work are
appended with this tender. It will be obligatory on the part of the contractor/tenderer to sign the tender
documents for all the component parts.
6. The main contractor shall be responsible and liable for proper and complete execution of the
Electrical work and ensure coordination and completion of both civil and electrical work.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
156
7. The main contractor has to enter into MOU with contractor associated by him for execution of minor
component and department.
8. The associate contractor shall attend the inspection of the work by the Engineer-in-Charge of
E&M works as and when required.
9. The defect liability period for the entire work is one year, except for LED fittings. The warranty for
LED fittings including driver is 5 (Five) years. Before finalization of the work, the main
contractor has to obtain Security Deposit of 5% of the price quoted by him for SITC of LED
fittings for the 5 years warranty period in acceptable form i.e. FDR/ Bank guarantee and
submit the same to the concerned Executive Engineer (E). In case the firm fails to do so an
amount of 5% of the price quoted by him for SITC of LED fittings will be deducted from the
final bill. The LED Security Deposit will be released after completion of warranty period of 5
years to the main contractor, who have submitted the LED Security Deposit.
Component of
Estimated
No E& M Eligibility
cost in Rs.
works
main Contractor if himself / themselves is/are do not
have electrical license, has to associate with
Internal Electrical
registered CPWD contractor having valid electrical
Installation 9,87,90,084/-
license for execution of this sub head of work.
Substation 83,86,828/- similar completed works each of value not less than Rs.
50.32 Lakh
sets 74,08,003/- similar completed works each of value not less than Rs.
44.4 Lakh
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
157
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
158
10. The applicant should either himself meet the eligibility conditions for the respective E&M
packages or otherwise, he will have to associate an agency meeting the eligibility requirements as
given in this tender document and submit the details as per Form ―I given in Part C of this tender
document within 30 days of award of work OR 15 days before start of minor component of work
whichever is earlier.
The applicant/ main contractor has to submit consent letters as per Form- G, given in Part C of
this tender document, from at least one eligible associate agency of the respective component of
E& M work for each of the component of E& M works by clearly indicating the component of
work within 30 days of award of work OR 15 days before start of minor component of work
whichever is earlier.
The main contractor will execute MOU (FORM “J” attached) with Specialized agency for
executing E&M works. The MOU in the enclosed form shall be signed by both the parties‘ i.e.
main contractor 1st party and associated electrical contractor as per eligibility criteria as 2nd party
(independently for all E&M components).
11. If the main contractor fails to associate agency for execution of minor components of work within
30 days of award of work OR 15 days before start of minor component of work whichever is
earlier or furnishes incomplete details or furnishes details of ineligible agencies even after the
tenderer is given due opportunity, the entire scope of such component of work shall be withdrawn
from the tender and the same shall be got executed by the Engineer-in – Charge at the risk and
cost of the main contractor.
12. Verifiable completion certificates of the work, registration/approval documents as the case may
be, duly attested by the applicant shall be submitted within 30 days of award of work OR 15 days
before start of minor component of work whichever is earlier. Valid Electrical Contractor's
license, as the case may be, duly attested by the applicant shall also be submitted within 30 days
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
159
of award of work OR 15 days before start of minor component of work whichever is earlier.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
160
Form -F
Name of work: Construction Of New Building (Basement + G+ 6 Floors) by demolishing the existing TDCE
& R&AC Building for IITM, Chennai. SH 1: Building Portion including Water Supply, Sanitary Installation,
Drainage, Structural Steel Work, Dismantling of Existing Building Structure and Development Works. SH 2:
Internal Electrical Installations, Fire Fighting, Fire Alarm System, Lifts, Substation Equipment's, DG Sets,
UPS HVAC, Solar Power, CCTV, IBMS, LAN, Street Lighting, Emergency Light & Illuminated Signage,
Water Softener Plant, RO Plant and Water Pumping System.
I / We will execute the work as per specifications and conditions of the agreement and as per directions of
the Engineer –in-Charge for the corresponding minor work till the completion of the work.
I / We will be responsible for necessary action to handover the installations and for rectification of defects
and repair during the maintenance / warranty period.
Also I / We will employ full time technically qualified Engineer / supervisor for the minor component of
the work as required for the work. I / We will attend inspection of officers of the department as and when
required.
Date:
Signature with date of Major component Signature with date of Associate/ Minor
Component
Contractor Contractor
Address Address
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
161
FORM –I
I/we hereby propose the following agencies as per mentioned against each for executing
corresponding minor components of work. Their consent letter are also attached
Substation
1
2
3
1
2
3
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
162
1
2
3
CCTV
1
2
3
Access Control System
1
2
3
Lifts
1
2
3
HVAC
1
2
3
Note: Self Attested photocopies of enlistment order, valid electrical contractor license, annual pre-
qualification order, work experience certificates of each agency for each component of E&M work
shall be submitted.
Signature of contractor
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
163
Form- “J”
Memorandum of Understanding (MOU)
(to be executed for each and every E&M component if the main contractor associates an agency)
1. M/s. (Name of the firm with full address) 2.M/s. (Name of the firm with full
address) Enlistment Status Enlistment Status
Valid Upto: Valid Upto:
(Henceforth called the main Contractor) (Henceforth called Associated Electrical
Contractor or Electrical Contractor)
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
164
1 GENERAL
1.1 The work shall be generally carried out in accordance with tender/bid specifications and the
following specifications / rules.
a) CPWD General Specifications for Electrical work Part I Internal – 2023, as amended upto
date
b) CPWD General Specifications for Electrical work Part II External - 2023, as amended upto
date
c) General Specifications for Electrical Works (Part-III-LITS & Escalators) - 2003, as amended
upto date.
d) CPWD General Specifications for Electrical work Part IV Substation -2013, as amended upto
date
e) CPWD General Specifications for Electrical Works Part VII D.G. Sets - 2024, as amended
upto date.
f) General Specifications for Heating, Ventilation & Air-Conditioning (HVAC) - 2019.
g) General Specifications for Electrical Works (Part-V-Wet riser & Sprinkler System) - 2019, as
amended upto date.
h) CPWD General Specifications for Electrical Works Part VI Fire Detection and Alarm System –
2018 as amended upto date..
i) Commercial and Additional conditions for this work.
j) The Indian Electricity Act, 2003, as amended upto date
k) Indian Electricity Rules 1956 amended upto date
Should there be any difference or discrepancy between the description of items as given in the
Schedule of Quantities, technical specifications for individual items of work (including additional
and commercial conditions) and IS Codes etc., the following order of preference shall be followed:
a) Schedule of quantities
b) Commercial and Additional conditions for this work
c) General Conditions of Contract for CPWD Works
d) Drawings
e) CPWD General Specifications
f) Relevant IS or any other International code in case IS code is not available.
These Commercial and Additional conditions are to be read in conjunction with above and in case
of variations, specifications given in these additional conditions shall apply. However, nothing
extra shall be paid on account of these additional specifications and conditions, as the same are to
be read along with schedule of quantities for the work.
1.3 This specification covers manufacture, testing as may be necessary before dispatch, delivery at site,
all preparatory work, assembly and installation, commissioning putting into operation of equipment
of all E&M components of the tender.
1.4 The tenderer should in his own interest visit the site and get familiarize with the site conditions
before tendering.
1.5 No T &P shall be issued by the Department and nothing extra shall be paid on account of this.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
165
2 COMMERCIAL CONDITIONS
2.1 Type of Contract: The work to be awarded by this tender shall be treated as indivisible works
contract.
3 Income tax, GST for works contract , labour cess & other statutory deductions etc. shall be made at
source as per the prevalent laws. The deductions of Security Deposit, Income-Tax, GST for works
contract etc. shall be done after calculation of the due payments and net payment shall be reduced
accordingly.
4 RATES
4.1 The rates quoted by the tenderer, shall be firm and inclusive of all taxes (including GST-works
contract which is 18% as on date, & labour cess 1% and Income Tax as applicable), duties, levies,
octroi etc and all charges for packing forwarding, insurance, freight and delivery, installation,
testing, commissioning etc.at site including temporary construction of storage, risks,Over head
charges, general liabilities/obligations and clearance from CEA/ Lift Inspectorate/ Fire department
etc as required. However, the fee for the inspections by these departments shall be reimbursed/ borne
by the department.
4.3 The contractor has to carry out maintenance as per manufacturer's standards for a period of
12 months from the date of handing over. Nothing extra shall be paid on this account.
5 COMPLETENESS OF TENDER
All sundry equipment, fittings, unit assemblies, accessories, hardware items, foundation bolts, termination
lugs for electrical connections, and all other items which are useful and necessary for efficient
assembly and installation of equipment and components of the work shall be deemed to have been
included in the tender irrespective of the fact whether such items are specifically mentioned in the
tender documents or not.
The space, if available, may be used for storage of sundry materials and erection equipments or else the
agency has to make his own arrangements. No separate storage accommodation shall be provided
by the department. Watch and ward of the stores and their safe custody shall be the responsibility
of the contractor till the final taking over of the installation by the department.
Care shall be taken by the contractor while handling and installing the various equipments and components
of the work to avoid damage to the building. 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 the installation from the site of work.
8 COMPLETION PERIOD
The completion period indicated in the tender documents is for the entire work of planning, designing,
approval of drawings etc., arrangement of materials & equipments, delivery at site including
transportation, installation, testing, commissioning and handing over of the entire system to the
satisfaction of the Engineer-in-charge.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
166
9 GUARANTEE
9.1 All equipments shall be guaranteed for a period of 12 months, from the date of taking over the
installation by the department, against unsatisfactory performance and/or break down due to
defective design, workmanship or material. The equipments or components, or any part thereof, so
found defective during guarantee period shall be forthwith repaired or replaced free of cost, to the
satisfaction of the Engineer-in Charge. In case it is felt by the department that undue delay is being
caused by the contractor in doing this, the same will be got done by the department at the risk and
cost of the contractor. The decision of the Engineer-in-charge in this regard shall be final &
building on the contractor.
9.2 The tender shall guarantee among other things, the following:
a. Quality, strength and performance of the materials used as per manufacturers
standards.
b. Safe mechanical and electrical stress on all parts under all specified conditions of operation.
c. Satisfactory operation during the maintenance period.
10 POWER SUPPLY:
The contractor has to make its own arrangement for power supply required for execution of the work.
11 WATER SUPPLY:
The contractor has to make its own arrangement for water supply required for execution of the work.
The successful tenderer would be required to submit the following drawings after award of work for
approval before commencement of installation.
14 The successful tenderer should furnish well in advance three copies of detailed instructions and
manuals of manufacturers for all items of equipments regarding installation, adjustments
operation and maintenance including preventive maintenance & trouble shooting together with
all the relevant data sheets, spare parts catalogue etc. all in triplicate.
15 EXTENT OF WORK
15.1 The work shall comprise of entire labour including supervision and all materials necessary to
make a complete installation and such tests and adjustments and commissioning, as may be
required by the department. The term complete installation shall not only mean major items of the
plant and equipments covered by specifications but all incidental sundry components necessary
for complete execution and satisfactory performance of installation with all layout charts whether
or not those have been mentioned in details in the tender document in connection with this
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
167
15.2 The cables and other items shall be brought at site after taking correct measurements.
15.3 In addition to supply, installation, testing and commissioning, of all E&M equipment, following
works shall be deemed to be included within the scope of work to be executed by the tenderer as
this is a turnkey job.
a) Minor building works necessary for installation of equipments, foundation, making of opening in
walls or in floors and restoring them to their original condition finish and necessary grouting etc. as
required.
b) All necessary supports.
c) Testing of PTs/CTs for metering & protection purpose & relay calibration & setting.
d) Getting CEA inspection done & obtaining approval for energizing the installation. However,
necessary fees for inspection shall be borne by the Department.
17.1 All major equipments shall be offered for initial inspection at manufacturer‘s works. The contractor
will intimate the date of testing of equipments at the manufacturer's works before dispatch. The
successful tenderer shall give advance notice of minimum two weeks regarding the dates proposed
for such tests to the department's representative to facilitate his presence during testing.
The Engineer-in-charge or his representative may witness such testing. The cost of the Engineer's visit to
the factory will be borne by the Department. Equipments will be inspected at the manufacturer/
Authorized Dealers premises, before dispatch to the site by the contractor if so desired by the
Engineer-in-charge. Engineer-in-charge at his discretion may waive of inspection at factory /at the
manufacturer's works before dispatch.
17.2 Copies of all documents of routine and type test certificates of the equipment, carried out at the
Manufacturer‘s premises shall be furnished to the Engineer-in-charge and consignee.
17.3 After completion of the work in all respects the contractor shall offer the installation for testing
and operation.
18.1 All works shall be carried out in accordance with relevant regulation, both statutory and those
specified by the Indian Standards related to the works covered by this specification. In particular,
the equipment and installation will comply with the following:
i) Factories Act.
ii) Indian Electricity Rules.
iii) B.I.S. & other standards as applicable.
iv) Workmen's compensation Act.
v) Statutory norms prescribed by local bodies like CEA, Power Supply Co., etc.
18.2 After completion of the installation, the same shall be offered for inspection by the representatives
of the Central Electricity Authority. The contractor will extend all help including test facilities to
the representatives of CEA. The observations of CEA will be attended by the contractor. The
installation will be commissioned only after getting clearance from CEA.
18.3 Nothing in this specification shall be construed to relieve the successful tenderer of his
responsibility for the design, manufacture and installation of the equipment with all accessories in
accordance with currently applicable statutory regulations and safety codes.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
168
19 INDEMNITY:
The successful tenderer shall at all times indemnify the department, consequent on this works contract. The
successful tenderer shall be liable, in accordance with the Indian Law and Regulations for any
accident occurring due to any cause and the contractor shall be responsible for any accident or
damage incurred or claims arising there from during the period of erection, construction and putting
into operation the equipments and ancillary equipment under the supervision of the successful
tenderer in so far as the latter is responsible. The successful tenderer shall also provide all
insurance including third party insurance as may be necessary to cover the risk. No extra payment
would be made to the successful tenderer on account of the above.
20 ERECTION TOOLS:
No tools and tackles either for unloading or for shifting the equipments for erection purposes would be
made available by the department. The successful tenderer shall make his own arrangement for all
these facilities.
The successful tenderer shall co-ordinate with other contractors and agencies engaged in the construction of
buildings, if any, and exchange freely all technical information so as to make the execution of this
work/contract smooth. No remuneration should be claimed from the department for such technical
cooperation. If any unreasonable hindrance is caused to other agencies and any completed portion
of the work has to be dismantled and re-done for want of cooperation and coordination by the
tenderer during the course of work, such expenditure incurred will be recovered from the successful
tenderer if the restoration work to the original condition or specification of the dismantled portion
of the work was not undertaken by the tenderer himself.
22 The work will be carried out with least disturbance during shifting & shut down taken in
consultation with the client department.
All consignments are to be duly insured upto the destination from warehouse at the cost of the contractor.
The insurance covers shall be valid till the equipment is handed over duly installed, tested and
commissioned.
The contractor shall have to produce all the relevant records to certify that the genuine equipments from the
manufacturers has been supplied and erected.
25 PAINTING:
This shall include cost of painting of the entire installation. The major equipments like, L T panel,
Transformers, DG set, lifts, HVAC equipments, axial fans, pumps, cable trays etc. shall be factory
final finish painted. The agency shall be required to do only touching to the damages caused to the
painting during transportation, handling & installation at site, if there is no major damage to the
painting. However hangers, supports etc. of cable tray etc. shall be painted with required shade
including painting with two coats of anticorrosive primer paint at site.
26. TRAINING:
The scope of works includes the on job technical training of two persons of Department at site. Nothing
extra shall be payable on this account.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
169
27. MAINTENANCE:
27.1 Sufficient trained and experienced staff shall be made available to meet any exigency of work
during the guarantee period of one year from the handing over of the installation.
The maintenance, routine as well as preventive, for one year from the date of taking over the
installation as per manufacturer‘s recommendation shall be carried out as per OEM standards.
28 Approval of drawings, makes and models of equipment/materials for all E&M components:
28.1 The agency shall submit drawings and details such as makes and models of the
equipments/materials offered by him along with specifications for all E&M components to the
Engineer-in-charge of the work, before ordering the equipment/materials for approval of the
department.
28.2 The Engineer-in-charge shall scrutinize the proposal and approve the makes and models which are
acceptable as per the schedule, specifications, conditions of the agreement and inform the agency
for procurement. The approving authority shall be technical sanctioning authority of E&M
component.
28.3 After approval of the equipment/materials by the department the agency shall procure the
equipment/materials from the OEM/authorized distributor/dealer as the case may be:
29 Adequate care that only tested and genuine materials of proper quality are used in work shall be
ensured by firm. The firm shall also ensure that:
Material will be ordered & delivered at site only with the prior approval of the department to
ensure timely delivery.
As and when the order is placed for the fittings/ fixtures, cables, switchgears, poles, other
main items etc, its copy shall be endorsed to the CPWD Engineer-in-charge.
The contractor will submit makes & brands of electrical fittings wires & cables, conduits and
switchgears, rising mains, poles , outdoor fittings etc. of preferred make list as per tender
documents for approval of Engineer-In-Charge whose decision will be final in the matter.
The firm will be required to procure material directly from the manufacturer/ authorized
dealers to ensure genuineness & quality and as per the approved makes only. Proof in this
regard shall be submitted by the contractor if required by the department.
Inspection at factory or at godown, as required, shall be arranged by the firm for a mutually
agreed date.
Delivery of material shall be taken up only with the consent of department, after clearance of
the material.
Department shall reserve the right to waive inspection in lieu of suitable test certificate, at its
discretion.
All the materials to be supplied by the contractor shall be procured & brought to site as per
requirement at site of work in consultation with department so that these materials are not
damaged & their manufacturer‘s warrantee is not lost.
Nothing in this specification shall be construed to relieve the successful tenderer of his
responsibility for the design, manufacture and installation of the equipment with all
accessories in accordance with currently applicable statutory regulations and safety codes.
Successful tenderer shall arrange for compliance with statutory provisions of safety
regulations and departmental requirements of safety codes in respect of labour employed on
the work by the tenderer. Failure to provide such safety requirement would make the
tenderer liable for penalty of Rs.1000/- for each default. In addition, the department will be
at liberty to make arrangement for the safety requirements at the cost of tenderer and recover
the cost thereof from him.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
170
In respect of all labour employed directly or indirectly on the work for the
performance of the of work, the contractor at his own expense, will arrange for the safety
provisions as per the statutory provision, B.I.S. recommendations, factory act, workman’s
compensation act, CPWD code and instructions issued from time to time. Failure to
provide such safety requirements would make the tenderer liable for penalty. In addition,
the Engineer-in-charge shall be at liberty to make arrangements and provide facilities as
aforesaid and recover the cost incurred thereon form the contractor.
The contractor shall provide necessary barriers, signals and other safety measures
while executing the works wherever necessary so as to avoid accident. He shall also
indemnify CPWD against claims for compensation arising out of negligence in this respect.
Contractor shall be liable, in accordance with the Indian law and Regulations for any
accident occurring due to any cause. The department shall not be responsible for any
accident occurred or damage incurred or claims arising there from during the execution of
work. The contractor shall cover the risk. No extra payment would be made to the
contractor due this.
31 Location
32 Site Information
(i) The equipments will be installed at the building being constructed as New Academic
Complex III. The tenderer should, in his own interest, visit the site and himself with the
site conditions before tendering.
(ii) The IIT Madras campus where works are going to be executed, being operational
campus, restriction may be imposed during construction work. Due to security area,
there may be some times some restrictions on working hours/ days for which the
contractor shall be intimated then & there & no claim shall
be entertained for idle labour if any. No claim what so ever will be entertained by the
department on account of any other restrictions imposed by the security agencies,
occupants & the client department. If the site or part of it is not made available for any
reasons, the program of execution of work shall be modified accordingly and the
contractor shall have no claim for any compensation on this account.
(iii) The loss of time on this account shall have to be made up by generating
additional resources without any extra claim on the department on this account.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
171
e) The labourers/staff should not be changed too frequently once the verification of the
character and antecedents in done.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
172
f) As and when there will be security requirements, certain additional restrictions can be
proposed as per the requirement of the situation.
h) Due to security constraints, all the working personal may not be allowed to carry the
mobile phone or any other electronic gadgets. The instruction of security personal in
this regard shall be followed religiously.
33. Terminology
The equipments supplied shall be suitable for satisfactory performance on its rated capacity at
all weather conditions i.e. summer, monsoon and winter of Indian Institute of Technology
Madras, Adyar, Chennai, Tamilnadu.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
173
1. General:
1.1 The Department shall not issue any T & P and nothing extra shall be paid on account
of this.
All the equipments shall be guaranteed for a period of 12 months from the date of taking over the
installation by the department against unsatisfactory performance and / or break down due to
defective design, workmanship of material. The equipments or components, or any part thereof, so
found defective during guarantee period shall be forthwith repaired or replaced free of cost, to the
satisfaction of the Engineer-in-Charge. In case it is felt by the department that undue delay is being
caused by the contractor in doing this, the same will be got done by the department at the risk and
cost of the contractor. The decision of the Engineer-in-Charge in this regard shall be final.
The tenderer shall guarantee among other things, the following vis-à-vis specifications:-
The guaranty for LED fittings is to be got submitted from the contractor. He should give
undertaking that in case discontinuation of model and non-availability of spares, he will
replace the fittings with equivalent/ high end model in case of manufacturing defect during
the warranty period of 5 years in Annexure – X.
The Contractor shall prepare the programme chart for the execution of the work showing clearly all
activities from the start of work to the completion required for the completion of the work within
the stipulated period and submit the same to the Engineer-in-Charge within fifteen days after the
issue of letter for commencement of the work. The Contractor shall also submit monthly
programme and progress reports and update / re-schedule the same every month. These shall be
submitted by the contractor in soft copy also besides forwarding hard copy of the same.
4 Order of Preference:
Should there be any difference or discrepancy between the description of items as given in the
Schedule of Quantities, technical specifications for individual items of work (including additional
and commercial conditions) and IS Codes etc., the following order of preference shall be
followed:-
5 The main contractor shall also enter into agreement with the approved associated contractor on
Non-Judicial Stamp Paper as per the enclosed proforma and execute this agreement (duly signed
by him and the associated Contractor) before commencement of work, if he himself is not
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
174
6 Executive Engineer (Elect.) shall be the Engineer-in-Charge as far as electrical works are
concerned. Separate tender form for electrical component is appended with this tender. It will be
obligatory on part of the main contractor to sign the tender documents for all the components.
7 The main agency shall be responsible for all acts of omissions and submissions of the electrical
contractor or sub-contractor engaged by him.
8 Approval of the Engineer-in-charge shall be taken well in advance for all the materials to be
supplied and used in all the works by the contractor.
9 The contractor has to make his own arrangements for stores and watch and ward and no extra
claim for this will be entertained.
10 Payments terms:
Running payment for Electrical/Mechanical components shall be made by the EE (E) directly to
the main Contractor as stipulated in agreement.
On account payments for part work (after stipulated and statutory deductions) as assessed by the
Engineer – in-charge for the applicable items in the Contract shall be payable at part rates not
exceeding the percentage indicated against the stages of work.
A] Items connected with point wiring, circuit wiring, sub-main wiring, power point wiring and
light plug wiring.
S.N Stage of work Percentage of quoted Rate
a On laying of conduits with accessories, switch 40%
boxes, etc.
b On drawing of wires i/c terminations, switches, 45%
sockets, cover plates etc.
c On completion of item and after testing and 10%
commissioning.
d At the time of payment of final bill 5%
11 The main contractor shall be responsible for coordinating the activities of all works and will ensure
progress of works as per laid down programme.
12 The main contractor and / or his Associated electrical Contractor or his representative is bound to
sign the site order book as and when required by the Engineer-in-charge and will comply with the
remarks therein.
13 The contractor shall make his own arrangement at his own cost for electrical / General Tools and
plants required for the work.
14 The connections, inter-connections, earthing and loop earthing shall be done by the contractor
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
175
wher ever required to be done for energisation of the installation and nothing extra shall be paid on
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
176
this account.
15 The contractor must be able to work on concrete slabs / walls as and when required and in
complete coordination with the civil works. Cutting of chases in the plastered wall shall in no case
be allowed. The contractor shall fix conduits and boxes in the walls soon after the brick work is
completed and finish the chase to rough surface with proper cement sand mixture. Only in
exceptional cases e.g. where cutting of plastered surface cannot be avoided it will be contractor‘s
responsibility to ensure that plastering is done to match the original finish at no extra cost.
16 The contractor shall remove all the debris due to the electrical works from the site as soon as the
work is completed.
17 The wiring and conduit route shall be marked by the contractor in the drawing first, and shall be
got approved from the Engineer-in-charge.
18 Some light points in lobby / corridors/ stair case/ lift shaft etc are group controlled which will be
measured as per Items mentioned under schedule of quantities.
19 The rupturing capacity of the MCB‘s shall be 10 KA. The MCB‘s shall have ISI mark.
Quantities of MCBs of different rating of 6 amps to 32 amps shall be brought in consultation with
the Engineer-in-Charge or his representative. Make of MCB/MCCB shall be the same as the make of
MCB DB.
21 The copper wire to be used on this work shall be FRLS type and ISI marked.
22 The make of switch boxes shall be the same as that of switches. Only the required knockouts of the
switch boxes are to be removed for terminating the conduit pipes with PVC glands.
23 All the switch boxes, MCBDBs are to be covered with plastic sheet / petroleum gelly when
installed in brick work till the plastering / painting is done to avoid sticking of cement plaster/
splashes of the paint. Cement plaster / paint are to be cleaned immediately after plaster to avoid
rusting of switch boxes and MCB DBs. The plastic sheet is to be removed at the time of handing
over.
24 The Electrical works shall be carried out by the contractor, side by side with the progress of the
civil works.
25 The Contractor shall furnish documentary proof like delivery challans of purchasing Wires,
Modular switches & accessories, MCBs, MCBDB, Fittings, accessories and other items from the
manufacturers or their authorized dealers to the satisfaction of the Engineer-in-charge.
26 All PVC conduits accessories shall be of the same make as conduits. The Conduits shall be
terminated at switch boxes/metallic junction boxes neatly.
27 Cutting of brick walls shall be with chase cutting machine only. All repairs and patch works shall
be neatly carried out to match the original finish and to the entire satisfaction of the Engineer in
Charge.
28 All the sub main and circuit wiring includes loose wire for connections inside switch boxes and
MCB DBs. No payment for these loose wires shall be made. However wires within the cubicle
panel will be measured and paid under relevant item of work. All the circuits / sub-main
wiring are to be suitably numbered with stickers / marker pen at LT panel, MCBDBs, switch
boards (on backside of cover plate) for ease of maintenance. Nothing shall be paid extra on this
account.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
177
29 The contractor shall submit the completion plan in triplicate as per Clause-8 of the contract within
30 days of the completion of work. In case, the contractor fails to submit the plan, he shall be liable
to pay a sum equivalent to 2.5% of the value of the work subject to a ceiling of Rs.25000.00
30 While laying conduit, suitable size junction boxes shall be provided for pulling the wire as per the
decision of the E-in-C.To facilitate drawing of wires, 18 SWG GI fish wire shall be provided along
with laying of recessed conduit for which no extra payment shall be made. Conduits laid for
other services, like fire alarm, PA etc., where wiring is not done along with IEI works, fish wire
shall be invariably drawn. Any conduit which is not be wired by the contractor shall be provided
with GI fish wire for wiring by some other agency subsequently. Nothing extra shall be paid for the
same.
31 The connection between incoming switch / isolator and bus bar shall be made with suitable size of
thimble and cable at no extra cost. All sub-main wiring shall be terminated in the main board with
suitable copper lugs and thimbles for which nothing extra will be paid on this account.
32 Copper conductor of insulated cables of size 1.5 Sq.mm and above shall be of multi strands and
terminals provided with crimped lugs.
33 All MS junction box cover should be of phenolic laminated / good quality plastic sheet of thickness
not less than 3mm and for which nothing extra shall be paid on this account.
34 All hardware items such as screws, thimbles, GI wire etc. which are essentially required for
completing an item as per specifications will be deemed to be included in the item even when the
same have not been specifically mentioned. All hardware items such as nuts/ bolts/ screws/
washers etc. to be used in work shall be zinc/ cadmium plated iron.
35 Materials to be used in work are to be ISI marked. The make of the materials have been indicated
in the list of acceptable makes. No other makes will be acceptable. The materials to be used in the
work shall be got approved by the Engineer in Charge / his representative before its use at site. The
E-in-C shall reserve the right to instruct the contractor to remove the material which, in his opinion,
is not acceptable.
36 Where switches/ sockets/ regulator/ telephone/ TV / outlets are to be provided, the same shall be of
only one make. Data outlets however shall be of make as stipulated.
37 While laying conduits for fire alarm system, sufficient junction outlets are to be provided as per the
direction of the Engineer-in-Charge for detectors as required, for which no extra payment shall be
made.
38 Wherever light fittings are proposed to be provided on the false ceiling, the respective light/fan
point wiring will have to be brought upto the terminal of the light fittings / fans by the contractor.
Flexible metal conduits shall be used for drawing wires from PVC conduits on ceiling to fittings on
false ceiling.
39 G.I. pipes shall be medium class as per ISI specification and shall be of single piece without any
joints.
40 All the light and fans points should be properly earthed with 1.5 sq mm, FRLS PVC insulated
copper wire.
41 All metallic parts must be properly bonded to the earth. Earthing lugs shall be provided to all
copper earth wires.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
178
42 Sub Work-UPS
GENERAL
This specification covers the requirements of three-phase, UPS System units as per
configuration defined in the Schedule of Quantities.
DESIGN PREREQUISITE
The neutral for the UPS output shall be created at the UPS and shall not be
interconnected or carried forward from the mains neutral.
The equipment/ system shall conform to the latest version of following Standards and Codes:-
The UPS shall be suitable for the following operational modes:- Normal
Operation
The rectifier/ inverter combination shall operate to continuously regulate and supply
power to the critical load. The Inverter/battery charger shal derive power from the AC Input
source and supply DC Power to float-charge the battery
Upon failure of the AC Input source, the critica load shall continue to be supplied by the
Inverter and battery without any switching. The Inverter battery shall obtain its power from the
battery. There shall be no interruption in power to the critica load upon failure or restoration of
the AC Input source.
Upon restoration of the AC input source, the inverter/ batter charger shall
simultaneously recharge the battery and regulate and supply power to the critical load.
In the event of partial load, energy management software shall switch off the required
number of module to maintain the efficiency of complete system at more than 75%. When load
increases upto full demand required number of modules shall be switched ON automatically
without affecting the operation.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
179
Parallel Operation
UPS modules shall be capable of of running in parallel operation for increased capacity or for
redundant operation. The parallel board shall ensure proper control of parallel units and proper
load sharing. One parallel board shall be provided for each unit connected in parallel and each
load should have dual data cable to avoid single point of failure.
Technical Parameters
The UPS Systems shall operate in conjunction with the building electrical system to provide
power conditioning, back-up power protection, and power distribution for the critical loads.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
180
Criteria Specification
Luminaire configuration/ technical requirement per the description mentioned in BOQ
Harmonics 10%
Lumen Maintenance @ 85°C on LED life Minimum 70% upto 50000 hrs (Indoor application) and
expectancy 50,000 hrs for LED
expectancy of Driver Minimum 30,000 Hrs
Surge Voltage Up-to 2 kV L, N for Indoor Lighting
Body Luminaire Temperature upto 70 Deg C (with +/-5 Deg ) at 30 Deg C
ambient Temperature
Standard Warranty years
Harmonics 10%
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
181
ANNEXURE – X
We hereby agree that all the LED fittings supplied by us are guaranteed for five years including drivers
from the date of handing over. In case of discontinuation of model and non-availability of spares, we will
replace the fittings with equivalent/ high end model in case of manufacturing defect during the warranty
period of 5 years. Before finalization of bill after completion of work, we agree to submit security deposit
of 5% of the price quoted by the main contractor for SITC of LED fittings for the 5 years warranty period
in acceptable form i.e. FDR/ Bank guarantee.
For M/S...............................,
………………………….
(Authorised signatory of Associated Contractor)
Counter Signature,
Major contractor
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
182
1 Wires ( PVC Insulated copper conductor cable FRLS – Havells/ Finolex/ RR Kabel/ KEI/
ISI marked) Anchor/Hello/Asmon
2 PVC Conduits (ISI marked) Avon Plast/ Precision/ Modi/ AKG/ BEC/
Polycab
18 600mm x 600 mm Recess mounted Full panel Philips / Wipro/ Lauritz Knudsen(Formerly
LED Luminaire L&T)/Crompton /Havells /Eveready
26 In screed floor raceways and junction boxes Legrand/ MK/ OBO Bettermann
28 1.1 KV/ 11 KV grade conductor, XLPE CCI/ Unistar/ Gloster/ Polycab/ Havells/
insulated armored UG Cables KEI/ KEC
TERMS OF PAYMENT:
The following percentage of contract rates for the various items included in the contract shall be
payable against the stage of work shown herein.
RATES:
The rates quoted by the Bidder, shall be firm and inclusive of all taxes (including GST),
duties and levies and all charges for packing forwarding, insurance, freight and delivery,
installation, testing, commissioning etc. at site i/c temporary constructional storage, risks, over
head charges general liabilities/ obligations and clearance / inspection from CEA/local
authorities. However, the fee for these inspections shall be borne by the Department.
The contractor has to carry out routine & preventive maintenance for 12 months from the
date of completion of work. Nothing extra shall be paid.
Some restrictions may be imposed by the security staff etc. on the working and/or
movement of labour, materials etc. The contractor shall be bound to follow all such
restrictions/instructions and nothing extra shall be payable on this account. No claim for idle
labour shall be entertained.
For item/ equipment requiring initial inspection at manufacture’s works’ the contractor
will intimate the date of testing of equipments at the manufacturer’s works before dispatch. The
department also reserves the right to inspect the fabrication job at factory and the successful
tender has to make the arrangement for the same. The successful bidder shall give sufficient
advance notice regarding the dates proposed for such tests/ inspection to the department’s
representative(s) to facilities his presence during testing/ fabrication. The Engineer-in-charge at
his discretion may witness such testing/ fabrication. The cost of the Engineer’s visit to the factory
will be borne by the Department. Also equipment may be inspected at the manufacturer’s
premises, before dispatch to the site by the contractor.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
186
The Contractor should make his own arrangement for storage of materials and erection of
equipments and no separate storage accommodation shall be provided by the department. Watch
and ward of the stores and their safe custody shall be the responsibility of the contractor till the
final taking over of the installation by the department.
PERFORMANCE GUARANTEE:
GUARANTEE
All equipments shall be guaranteed for a period of 12 months from the date of taking over
of the installation by the department against unsatisfactory performance and /or break down due
to defective design, workmanship of material. The equipments or components, or any part
thereof, so found defective during guarantee period shall be forthwith repaired or replaced free of
cost, to the satisfaction of the Engineer-in-Charge. In case it is felt by the department that undue
delay is being caused by the contractor in doing this, the same will be got done by the department
at the risk and cost of the contractor. The decision of the Engineer-in-charge in this regard shall
be final.
POWER SUPPLY
The contractor shall make his own arrangements for electrical power supply for the
construction activities during the agreement period. No extra payment for the same will be
made. However power supply for testing and commissioning of the equipments shall be provided
by the department free of cost.
WATER SUPPLY
Water supply shall not be made available by the department.
(b) Details of foundations for the equipment, load data, location etc. of various assembled
equipment as may be needed generally by other agencies for purpose of their work.
(c) Complete layout dimensions for every unit/ group of units with dimensions required for
erection purposes.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
187
(d) Any other drawing/ information not specifically mentioned above but deemed to be
necessary for the job by the contractor.
On completion of works "As Built" drawings for completed installation shall be prepared by
the Contractor and three (3) copies of the same should be supplied to the Engineer-in-Charge. In
addition, all Operation Manuals, Technical Literature for the various components of equipment,
Controls and Accessories installed, recommended spares and services Manuals shall also be
supplied by the Contractor to the Engineer-in-charge.
A sum of equal to 2.5% of the value of the work done subject to the ceiling of
Rs.1,00,000/- (Rupees one lac only) shall be recovered from the contractor in case of non-
submission of completion plan and test certificates as mentioned above.
.
EXTENT OF WORK
The work shall comprise of entire labour including supervision and all materials
necessary to make a complete installation and such tests and adjustments and commissioning as
may be required by the department. The term complete installation shall not only mean major
items of the plant and equipments covered by specifications but all incidental sundry components
necessary for complete execution and satisfactory performance of installation with all layout
charts whether or not those have been mentioned in details in the tender document in connection
with this contract.
Maintenance (Routine & preventive) for one year from data of completion and handing over.
Copies of all documents of routine and type test certificates of the equipment, carried out
at the manufacturers premises shall be furnished to the Engineer-in-charge and consignee.
After completion of the work in all respect the contractor shall offer the installation for
inspection by CEA before testing and Commissioning.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
188
After completion of the installation, the same shall be offered for inspection by the
representatives of the Central Electricity Authority (CEA). The contractor shall prepare and
submit necessary drawings, test certificates, other documents etc. for submission to the Electrical
Inspector for obtaining approval for commissioning the Substation and other equipment’s. It shall
be the responsibility of the Contractor to liaison with / coordinate with such inspecting authority
for obtaining the approval for the installation.
The contractor should extend all help including test facilities to the representatives of Electrical Inspector.
The observations of the Electrical Inspector should be attended by the contractor. Nothing extra
shall be payable to the Contractor on this account. However any fees paid to the Inspecting
authority on this account shall be reimbursed by the Department. The Substation will be
commissioned only after getting clearance from Electrical Inspector of CEA.
Nothing in this specification shall be construed to relieve the successful bidder of his
responsibility for the design, manufacture and installation of the equipment with all accessories in
accordance with currently applicable statutory regulations and safety codes.
Successful Bidder shall arrange for compliance with statutory provisions of safety
regulations and departmental requirements of safety codes in respect of labour employed on the
work by the Bidder. Failure to provide such safety requirement would make the Bidder liable for
penalty as per prevailing rules. In addition, the department will be at liberty to make arrangement
for the safety requirements at the cost of bidder and recover the cost there of from him.
INDEMNITY:
The successful Bidder shall at all times indemnify the department, consequent on this
works contract. The successful Bidder shall be liable, in accordance with the Indian Law and
Regulations for any accident occurring due to any cause and the department shall not be
responsible for any accident or damage incurred or claims arising there from during the period of
erection, construction and putting into operation the equipments and ancillary equipment under
the supervision of the successful bidder in so far as the latter is responsible. The successful
Bidder shall also provide all insurance including third party insurance as may be necessary to
cover the risk. No extra payment would be made to the successful Bidder due to the above.
ERECTION TOOLS:
No tools and tackles either for unloading or for shifting the equipments for erection
purposes would be made available by the department. The successful Bidder shall make his own
arrangement for all these facilities.
All consignments are to be duly insured upto the destination from warehouse to
warehouse at the cost of the supplier. The insurance covers shall be valid till the equipment is
handed over duly installed, tested and commissioned.
The contractor shall have to produce all the relevant records to certify that the genuine
equipment form the manufactures has been supplied and erected.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
189
PAINTING:
This shall include cost of painting of entire exposed iron work complete in the
installation. All equipment’s works shall be painted at the works before dispatch to the site.
TRAINING:
The scope of works includes on job technical training of two persons at site. Nothing
extra shall be payable on this account.
MAINTENANCE:
Sufficient trained and experienced staff shall be made available to meet any exigency of
work during the guarantee period of one year from the handing over of the installation.
The maintenance, routine as well as preventive for one year from the date of taking over
the installation as per manufacturer’s recommendation shall be carried out and the record of the
same shall have to be maintained.
INTERPRETING SPECIFICATIONS :
SCHEME CONCEPT: The sub-station will be with 2 Nos 1000 KVA outdoor oil transformers
located in the open yard near substation building. 5 Panel indoor ring main type HT VCB panel
will be installed inside the substation building. HT RMG Panel is proposed to be connected to the
existing internal HT ring main system of IITM. Necessary 3x300 sq mm HT UG cable from
existing HT Ring main system to the Substation building is to be laid.
MV panels are proposed to be installed inside the substation building and also academic complex
along with interconnecting cables/ bus trunking.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
190
1.1.1 The work shall be carried out as per CPWD General Specifications for Electrical works Part IV
Sub-station- 2013 as amended up to date and CPWD General Specifications for Electrical works
Part-I Internal-2013, as amended up to date, relevant IE rules and as per the directions of the
Engineer-in-charge. The single line diagram of the substation is appended with this document and
the same shall be followed for execution of the work. The contractor shall carry out the work as
per the attached single line diagram of the substation in consultation with the Engineer-in-Charge.
Any discrepancy between the single line diagram drawings and bill of quantities shall be brought
to the notice of the Engineer-in-charge.
1.1.2 For the following items, factory inspection by representative of Engineer-in-Charge will be
necessary before their dispatch to site. Contractor will make necessary coordination with
Engineer-in-Charge for their inspection:-
a) H.T Panels
b) Transformers
c) All MV Panels
d) Raising mains, bus trunking and accessories
However, Engineer-in-Charge may exercise discretion for waiving factory inspection in lieu of
proper test certificates.
a) The work shall conform to General Specifications for Electrical Part-IV (Sub-station) –
2013 & IS codes as amended to date.
b) The transformer shall be suitable for mounting on floor/ ground adjacent to substation
building as per IS 1180 standards. The transformer shall be commissioned after all
required site tests prescribed by IS:2026, for which contractor shall make necessary
arrangement at their cost.
c) The manufacturer shall have temperature rise type test certificate of 2000 KVA
transformer from the accredited lab and a copy of the same shall be furnished.
e) All routine and other test prescribed by IS shall be carried out at the manufacturer’s
works before dispatch and a copy of the same shall be furnished.
f) The transformer should have on load Circuit tap changer on HV side as per IS 1180
specifications.
g) The transformer should have winding temperature indicator / controller relay with alarm
and trip contacts.
h) The transformer should have cable boxes suitable for termination on HT and bus trunking
on LT side.
i) The maximum power loss in each oil filled transformer shall be as mentioned in the
schedule of work.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
191
j) The Transformer shall be of robust construction with its tanks, radiators etc. suitable for
Road / Rail transport and to withstand vibration and also to withstand Electrical &
Mechanical stresses as per IS. Radiator tubes shall be Electrical resistance welded type,
round or elliptical or rectangular. They may be of detachable banks connected through
intermediate leak proof valves. They shall have headers with flange connections with
drain and vent fittings . The Tank shall be provided with lifting lugs and jacking lugs.
Inspection hole with cover should also be provided for large transformers. Oil
conservators shall be mounted on brackets attached to the top cover on tank. Dimensions
of the Conservator shall be such as to allow change in volume of oil due to change in
temperature from 10 degree centigrade to 95 degree centigrade .
k) Tanks shall be thoroughly cleaned, degreased and sand blasted inside and outside. A coat
of rust resisting primer shall immediately be given on outside surface. Inside surface shall
be painted with oil resistance enamel paint. Tank and radiators shall be hydraulically
pressure tested.
a) The work shall conform to General Specifications for Electrical Part-IV (Sub-station) –
2013 & IS codes as amended to date.
b) All routine and other test prescribed by IS shall be carried out at the manufacturer’s
works before dispatch and furnish a copy of the same.
c) The sheet steel for Panel enclosure shall be of minimum thickness of 2.00 mm.
The detailed technical requirements of the Main 45Panel HT panel board (Item No. 1 of Substation
component of work) are as below:
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
192
Panel No.1&5 Control of incoming supply from source 1 & source2 of the
internal Ring main system of IIT Madras
Rating Each of 800 Amp rating
Label reading Panel 1 : MAIN INCOMER-1, 11kV
Panel 5 : MAIN INCOMER-2, 11kV
Protection Microprocessor based numerical relay with over load and
earth fault protections
Relays Numerical type relays for over current and earth fault
protection
Anti pumping relay
Master Trip relay
Hand reset auxiliary relay for trip indication
1No - 96mm x 96 mm digital Voltmeter, 0-15 KV
with Voltmeter selector switch.
1NO - 96mm x 96 mm digital dual scale Ammeter,
Instruments
0-400 Amps in incoming panels & 0-75Amps in
outgoing panels with Ammeter selector switch
1NO- Digital Multi function Meter
The incomer cable is 11 kV(E), 3 core x 300 Sq.mm
Aluminum conductor XLPE insulated - for Incomer. The
cable entry will be from Bottom/ top as per site
Cable Particulars
requirement.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
193
Relays Numerical type relays for over current and earth fault
protection
Anti pumping relay
Master Trip relay
Cable Particulars The outgoing cable is 11 kV(E) type, 3 core x 300 Sq.mm,
XLPE insulated aluminum conductor. The cable entry will
be from bottom/top as per site requirement.
Additional equipment for the switchboard:
Accessories Space Heater with Thermostat
The specifications given below pertain to the design, manufacture, supplying, testing and
commissioning of the various MV panel boards in the schedule of quantities.
The Panel Boards are to be installed in the substation/ academic complex. All mountings in
flooring / wall etc should be using anchor fasteners and G.I. hardware.
4.1.1 GENERAL
4.1.1.2 No equipment needing manual operation shall be located less than 250 mm above floor level.
Operating levers, handles etc of highest unit shall not be higher than 1700mm.
4.1.1.3 The Main LT panels shall be provided with rear cable chamber. Cable alleys shall be
provided at the back with suitably hinged doors/cover. It shall be possible to safely carry out
maintenance work in any one circuit with the bus bar and adjacent circuits live. Adequate
number of slotted cable support arms shall be provided for cleating the cables.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
195
4.1.1.4 Metallic partitions shall be provided between adjacent cubicles, between feeder
compartments, between bus bar chambers and other compartments. Cubicles shall be bolted
together to give appearance of a single switchboard.
4.1.1.5 Switch Board shall be divided into suitable sections for convenience during shipment.
4.1.1.6 All doors shall be folded type. All covers and doors to be provided with neoprene gaskets.
Hinged doors shall be provided on both sides. They shall have a quarter turn mechanism.
Door locks shall be operated by a common key. Metal door locks shall be provided.
4.1.1.7 Provision shall be made for shrouding the outgoing terminals for protection against accidental
touch. All exposed live parts shall be totally covered by shrouds.
4.1.1.8 Wherever more than one cable has to be terminated on any incoming / outgoing feeder the
respective incoming / outgoing terminals has to be designed in such way as to receive the
required number of cables.
4.1.1.9 Base Channel / Base frame shall be provided in case of free floor standing panels.
4.1.2.1 The panel board shall be fabricated using suitable mild steel structural sections or pressed and
shaped cold rolled sheet steel of thickness not less than 2 mm. Stiffeners shall be provided
wherever necessary.
4.1.2.2 All panel edges and door edges shall be reinforced against distortion by rolling, bending or by
the addition of welded reinforced members. Cut-outs shall be true in shape and devoid of
sharp edges. The complete structure shall be rigid, self-supporting and free from vibration,
twists and bends.
4.1.3 PAINTING
4.1.3.1 All sheet steel work shall be phosphate with applicable standards. All metal works shall be
chemically treated with 7 tank process for degreasing, derusting, phosphating and applied
with two coats of Epoxy powder coating.
4.1.3.2 The panel board shall be painted with epoxy powder coated, approved shade and colour on
interior and exterior side.
4.1.3.3 BUSBARS
4.1.3.4 The panel shall be provided with three phase and Neutral Busbar. Busbar shall be of
uniform cross section throughout their length of the bus bar section.
4.1.3.5 All bus bar and bus-taps shall be insulated with colour coded heat shrinkable PVC insulation
sleeves.
4.1.3.6 Busbar shall be adequately supported and braced to withstand the stresses due to the specified
short circuit currents. Busbar supports shall be made of fiber reinforced moulded plastic
material, or cast resin.
4.1.3.7 Separate supports shall be provided for each phase of the busbars. If a common support is
provided for all three phases, anti tracking barriers shall be incorporated.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
196
4.1.3.8 Busbar joints shall be complete with high tensile steel bolts and washers and nuts. Busbars
shall be thoroughly cleaned at the joint locations and a suitable contact grease shall be
applied just before making a joint.
4.1.3.9 The bus bars shall be with maximum current density of 1.6 Amp / sq mm. for copper and 1.3
Amp / sq mm. for aluminium. The Branch bus bars shall have 75% of aggregate capacity of
feeder connected subject to the maximum of the capacity of the incomer ACB/MCCB of the
particular section.
4.2.4 The ACB’s shall also be provided with the following electrical / mechanical features:
a) Provided with mechanically operated targets to show `Open', Closed', Service' and `Test'
positions of the circuit breaker.
b) Provided with mechanically operated, red `trip' push button, shrouded to prevent
accidental operation.
c) Provided with locking facilities in the `Service', `Test', and Isolated', positions. In test
position the breaker will be tested without energizing the power circuits. The breaker
shall remain fully housed inside the compartment in the test position.
d) Provided with 4 NO and 4NC potential free auxiliary contacts, rated 10A at 240V A.C.
and 1A (inductive breaking) at 220 V D.C.
e) Provided with `red', `green' and `amber' indicating lamps to show closed', `open' and
`Auto-trip' conditions of the circuit breaker when breaker operation is controlled by a control
switch.
f) Circuit breaker closing and trip coils shall be rated for satisfactory operation on a control
supply system.
g) Closing and trip coil shall operate satisfactorily under the following conditions of supply
voltage variation:
h) Closing coils-85% to 110% of rated voltage
i) Trip coils - 50% to 110% of rated voltage
j) Conforming to IEC 947 1 & 2.
k) Circuit breakers shall be provided with the following interlocks.
4.3.1 The MCCBs shall comprise single units of triple pole / four pole construction as specified,
shall be rated for 415 V AC and shall be provided with Rotary operating handle mechanism,
wherever specified.
4.3.2 All live parts shall be totally enclosed and shrouded with a heat resistant moulded insulating
material housing. Operating mechanism shall be quick make, quick break and trip free type.
4.3.3 The rated service breaking capacity (Ics) shall not be less than the ultimate short circuit
breaking capacity (I cs = I cu)
4.3.4 Variable Thermal setting shall be provided in MCCBs with Thermal Magnetic Release.
4.4.1 Wiring inside the panel shall be carried out with 660/1100 V grade, single core, PVC insulated,
stranded copper conductor wires. Minimum size of conductor for power circuits is 2.5 sq. mm.
Not more than two connections shall be made on any one terminal. All internal wiring shall be
properly ferruled at the both termination. All control cables shall be terminated with crimping
types lugs with colored PVC shrouds and shall have identification labels.
4.5.1 Outgoing terminals of all feeders of panels having rear cable alley shall be extended up to the
cable alley preferably by solid connection strips. Terminal blocks, wherever provided, shall be of
heavy duty and comprising of finely threaded pairs of brass studs of at least 6 mm diameter, links
between each pair of studs, washers, nuts and locknuts. The studs shall be securely locked within
the mounting base to prevent their turning. Insulated barriers shall be provided between adjacent
terminals.
4.5.2 Terminals shall be shrouded. Terminal blocks shall be adequately rated to carry the current of the
associated circuit.
4.6 LABELS
4.6.1 Labels shall be provided for Feeder designation, feeder equipment no, Compartment
designation, panel designation main label. All labels shall comprise white letters on a black
background and shall be made of non-rusting metal or 3-ply lamicoid or engraved PVC. MV
Danger Notice Boards shall also be provided.
4.7 EARTHING
4.7.1 Panel shall be provided with a earth Busbar running along the entire length of the board. At
either end of the earth bus, one clamp type terminal with nuts, bolts and washers shall be
provided for bolting the Earthing conductor.
4.7.2 Earth bus bars shall be supported at suitable intervals. Positive connection between all the metal
frames of equipment mounted in the switchboard and earth Busbar shall be provided.
4.7.3 All instrument cases shall be connected to the earth using 660 V grade, single core 2.5 sq.mm
stranded copper conductor.
All non current carrying metal and hinged doors shall be earthed.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
198
4.8 TESTS
5.0 CABLES
5.1.1 The design, manufacture and performance of the cable should conform to the latest applicable
standards of Bureau of Indian Standards.
5.1.2 The HT and LT cables shall be supplied with necessary test certificates from the manufacturer.
The General intent of this specification is to mention the relevant tests to be done and
furnished to the Engineer-in-Charge by the Contractor. These are guidelines. However the
Contractor shall carry out all such tests and complete all formalities as per relevant Indian
Standard Specifications, Fire Insurance Requirements and/or Electricity Rules and
Regulations as per Government Gazette and Publications.
All equipment before installing on the site work shall be tested and all such results
produced to the Engineer-in-Charge. Nothing shall absolve the Contractor from re-performing
any tests that the Contractor may be called upon specifically by the Engineer-in-Charge or
supply company or electrical inspector. All equipment shall be tested jointly with the Engineer-
in-Charge as required by various sections of the specifications and test data shall be furnished as
required.
On completion of erection the contractor shall clean all the equipment thoroughly and
inspect the entire installation for correctness and shall furnish a report of completion to the
Engineer-in-Charge. Pre-commissioning tests shall commence only on approval of this report by
the Engineer-in-Charge.
All tests and the certification thereof shall only be carried out by those authorized,
skilled, experienced and certified permit holders of the Supervisor Category of Electrical
Inspectorate / Department.
No unauthorized personnel shall ever carry out any such tests as stated herein under.
iii) All Panels to be tested for interlocks, control tripping and breakers to be tested
for sequential tripping.
iv) Continuity tests shall be done for noting any short circuits and/ or earthing of
phases.
v) Earthing tests for continuity of Earth by earth megger, on L.V. side. The earth
resistance values shall not exceed 5 ohm.
vi) Insulation resistance test with High Voltage megger on HT side and 500 V
megger on LT side.
vii) Testing of relays / trip circuit of HT panel using primary / secondary injection
method.
viii) High voltage test (hi-pot test) shall be carried out on all HT equipments and HT
cables.
The quantities given in the schedule are subject to change to suit site conditions.
i) The size of bus bar, its layout, its support etc shall be exactly same as that in the
type test report of C.P.R.I or other testing agency for the fault level current specified
for respective bus trunking & rising mains. In any case current density shall not
exceed 130 Amp per sq.cm. To meet the same tenderer may offer the higher rated
bus trunking/rising mains, for which nothing extra shall be paid.
ii) Even if integral earthing is provided in the bus trunking and rising mains,
external earthing strips as mentioned in the item nomenclature of the bus trunking and
rising mains in the schedule of work shall be invariably provided.
iii) The tap off unit shall be designed considering internal earthing of rising mains.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
200
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
201
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
202
1.0 GENERAL
1.1 This specification covers manufacture, testing as may be necessary before dispatch, delivery at
site, all preparatory work, assembly and installation, commissioning putting into operation of DG
Sets.
1.2 The Bidder should in his own interest visit the sites and familiarize himself with the site
conditions before tendering.
1.3 No T&P shall be issued by the department and nothing extra shall be paid on account of this.
The work to be awarded by this tender shall be treated as indivisible work contract.
4.0 RATES:
4.1 The rates quoted by the Bidder, shall be firm and inclusive of all taxes (including GST on works
contract, presently 18%), duties and levies and all charges for packing forwarding, insurance,
freight and delivery, installation, testing, commissioning etc. at site i/c temporary constructional
storage, risks, over head charges general liabilities/ obligations and clearance / inspection from
CEA/local authorities. However, the fee for these inspections shall be borne by the Department.
4.2 The contractor has to carry out routine & preventive maintenance for 12 months from the date of
handing over. Nothing extra shall be paid.
4.3 All Statutory deductions like Labour welfare Cess and other recovery etc at applicable rates will
be made from the Contractors bill.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
203
All sundry equipment, fittings, unit assemblies, accessories, hardware items, foundation
bolts, termination lugs for electrical connections, and all other items which are useful and
necessary for efficient assembly and installation of equipment and components of the work shall
be deemed to have been included in the tender irrespectively of the fact whether such items are
specifically mentioned in the tender documents or not.
6.0 Since the capacity of the DG set is more than 200KVA, factory inspection and testing is
mandatory.
The Contractor should make his own arrangement for storage of materials and erection
equipments and no separate storage accommodation shall be provided by the department. Watch
and ward of the stores and their safe custody shall be the responsibility of the contractor till the
final taking over of the installation by the department.
Care shall be taken by the contractor while handling and installing the various
equipments and components of the work to avoid damage to the building. 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 the installation form the site of
work.
The Contractor shall carry out the work in such a manner so as not to interfere or affect or
disturb other works being executed by other agencies if any. No claim in the matter shall be
entertained.
The contractor shall prepare & submit three sets of following drawings and get them
approved from the Engineer-in-Charge before start of the work. The approval drawings, however,
does not absolve the contractor not to supply the equipments/materials as per agreement, if there
is any contradiction between the approved drawings and agreement.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
204
e) Drawings showing details of supports for pipes, chimney, cable trays, ducts etc.
12.2 In addition to the above the contractor has to submit the following valid certificates along with
the drawings for approval of Engineer-In-charge.
a) Valid Emission certificate for the Diesel Engine models offered by the contractor.
b) Valid Noise Limits certificate for the DG set models offered by the contractor.
c) OEM undertaking as per clause 16 of the commercial & additional conditions.
(Annexure L)
12.3.1 Three sets of the following drawings shall be submitted by the contractor while handing over the
installation to the Department. In addition, drawings will be given on Compact Disc (CD):
(a) DG Set installation drawings giving complete details of all the equipments including their
foundations.
(c) Control wiring drawings with all control components and sequence of operations to explain the
operation of control circuits.
12.3.3 A sum of equal to 2.5% of the value of the work done subject to the ceiling of Rs.50,000/-
(Rupees Fifty thousand) shall be recovered from the contractor in case of non-submission of
completion plan and test certificates as mentioned above.
13.1 The following works shall be done by the contractor and therefore, their cost shall be deemed to
be included in their tendered cost – whether specifically indicated in the schedule of work or not:
(i) Necessary vibration isolation spring / pads for equipments.
(ii) Making good all damaged caused to the structure during installation and restoring the
same to their original finish.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
205
13.2 Approval / clearance of complete installation shall be obtained by the contractor from CPCB /
State Pollution Control Board / Local Bodies / other licensing authorities, wherever required.
However, application shall be made by Department and any statutory fee, as applicable, shall be
paid by Department directly to the Govt. authorities concerned.
13.3 After completion of the installation, if required the same shall be offered for inspection by the
representatives of the Central Electricity Authority. The contractor shall prepare and submit
necessary drawings, test certificates; other documents etc. for submission to the Central
Electricity Authority or any other Electrical Inspector for obtaining approval for commissioning
the installation. It shall be the responsibility of the Contractor to liaison with / coordinate with
such inspecting authority for obtaining the approval for the installation. The contractor will
extend all help including test facilities to the representatives of CEA. The observations of CEA
will be attended by the contractor. Nothing extra shall be payable to the Contractor on this
account. However any fees paid to the Inspecting authority on this account shall be reimbursed by
the Department. The installation will be commissioned only after getting clearance from CEA /
local electrical inspectorate.
13.4 P.O.L i.e HSD oil and lubricant oil for diesel engine for testing and commissioning shall have to
be arranged by the Bidder along with electrical load for testing of DG Set for 12 Hours i/c 10%
over load for 1 hour as required at factory.
13.5 The successful bidder has to test & commission the DG Set in presence of company service
engineer.
over.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
207
15.0 GUARANTEE:
16.0 UNDERTAKING FROM OEM / OEA FOR PROMPT DELIVERY, COMMISSIONING AND
AFTER SALES – SERVICE:
The contractor shall adhere to the delivery schedule / commissioning date stipulated and
ensure adequate and prompt after sales service in the form of maintenance personnel and spares
as and when required with a view to minimise the break down period.
For ensuring the above aspects the contractor shall submit the following along with the
drawings to the department for approval.
a. Written commitment from OEM / OEA to supply the DG set to the Contractor as
per the delivery schedule and requirements of the department.
b. Written commitment from OEM / OEA or authorised service provider of engine
manufacturer to issue Certificate for satisfactory installation and commissioning of
the DG set after completion of the work.
c. Written commitment to provide required Guarantee of DG Set from OEM / OEA in
favour of Engineer-in-Charge to cover defect liabilities.
d. Undertaking from OEM / OEA or authorised service provider of engine
manufacturer that the mandatory free service shall be carried out during the
guarantee period by the authorised service provider of the engine manufacturer.
e. Undertaking from OEM / OEA or authorised service provider of engine
manufacturer that authorised service centre for the Diesel Engine is located within
200 K.M of site of work.
The material brought at site shall be approved by the Engineer-in-Charge before use in
the work. In case during execution any material being used in the work is found not as per
agreement specifications, Engineer-in-Charge may issue instruction to the contractor to remove
the materials from site and the contractor will be found to do so.
17.1 The nature of work involves Electrical components also. In case the DG set contractor is not in
possession of valid Electrical Contractor License (issued by Electrical Licensing Authority), he
should engage an associate Electrical Contractor having Valid Electrical Contractor License for
carrying out the Electrical component
17.2 The work is turn-key project. Any item required for completion of project but left inadvertently
shall be executed with-in the quoted rates.
18.1 Copies of all documents of routine and type test certificates of the equipment, carried out at the
manufacturers premises shall be furnished to the Engineer-in-charge and consignee
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
208
18.2 After completion of the work in all respect the contractor shall offer the installation for testing
and operation.
19.3 Successful Bidder shall arrange for compliance with statutory provisions of safety regulations and
departmental requirements of safety codes in respect of labour employed on the work by the
Bidder. Failure to provide such safety requirement would make the Bidder liable for penalty as
per prevailing rules. In addition, the department will be at liberty to make arrangement for the
safety requirements at the cost of bidder and recover the cost there of from him.
20.0 INDEMNITY:
The successful Bidder shall at all times indemnify the department, consequent on this
works contract. The successful Bidder shall be liable, in accordance with the Indian Law and
Regulations for any accident occurring due to any cause and the department shall not be
responsible for any accident or damage incurred or claims arising there from during the period of
erection, construction and putting into operation the equipments and ancillary equipment under
the supervision of the successful bidder in so far as the latter is responsible. The successful
Bidder shall also provide all insurance including third party insurance as may be necessary to
cover the risk. No extra payment would be made to the successful Bidder due to the above.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
209
All consignments are to be duly insured upto the destination from warehouse to
warehouse at the cost of the supplier. The insurance covers shall be valid till the equipment is
handed over duly installed, tested and commissioned.
The contractor shall have to produce all the relevant records to certify that the genuine
equipment form the manufactures has been supplied and erected.
26.0 PAINTING:
This shall include cost of painting of entire exposed iron work complete in the
installation. All equipments works shall be painted at the works before dispatch to the site.
27.0 TRAINING:
The scope of works includes on job technical training of two persons at site. Nothing
extra shall be payable on this account.
28.0 MAINTENANCE:
28.1 Sufficient trained and experienced staff shall be made available to meet any exigency of work
during the guarantee period of one year from the handing over of the installation.
28.2 The maintenance, routine as well as preventive for one year from the date of taking over the
installation as per manufacturer’s recommendation shall be carried out and the record of the same
shall have to be maintained.
In interpreting the specifications, the following order of decreasing importance shall be followed
in case of contradictions:
(a) Schedule of quantities
(b) Technical Specifications
(c) Drawing (if any)
(d) General Specifications of CPWD for Electrical works (Part VII DG Set-2006, Part I
Internal-2013 & Part IV Sustation-2013)
(e) Relevant IS or other international code in case IS code is not available.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
210
Annexure L
We hereby certify that we are the OEM / OEA for DG sets with...............................................make Diesel
Engines (strike out whichever not applicable). We hereby undertake and confirm that :
1. We will supply the 500 KVA DG set to M/s...........................................(Name of Contractor) for the
work of: “Construction Of New Building (Basement + G+ 6 Floors) by demolishing the existing
TDCE & R&AC Building for IITM, Chennai. SH 1: Building Portion including Water
Supply, Sanitary Installation, Drainage, Structural Steel Work, Dismantling of Existing
Building Structure and Development Works. SH 2: Internal Electrical Installations, Fire
Fighting, Fire Alarm System, Lifts, Substation Equipment's, DG Sets, UPS HVAC, Solar
Power, CCTV, IBMS, LAN, Street Lighting, Emergency Light & Illuminated Signage,
Water Softener Plant, RO Plant and Water Pumping System.”.
2. We will provide Certificate for satisfactory installation and commissioning of the DG set after
completion of the work.
3. We will provide required Guarantee for DG Set in favour of Engineer-in-Charge to cover defect
liabilities.
4. The mandatory free service shall be carried out during the guarantee period by the authorised service
provider of the engine manufacturer.
5. The Authorised Service Centre for the -------------------- Make Diesel Engine is located within 200
K.M. of site of work. The address of the service centre is ------------------------
Date:
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
211
TECHNICAL SPECIFICATIONS
1.1 a) The acoustic enclosure (Canopy) shall be manufactured by respective engine OEM and should
be CPCB norms compliant. Only model Numbers having Type Approval and valid conformity
of production certificate for noise level & emission standards as per CPCB norms shall be
accepted.
c) The AMF panel shall be suitable for outdoor application (suitable IP) as stipulated in the NIT.
d) The number and size of the MS pipe for exhaust piping shall be as per the recommendation of
the engine manufacturer. Wherever 2 numbers exhaust pipes are recommended by the engine
manufacturer, the number of silencer shall also be 2 numbers. Nothing extra will be paid on
account of extra silencer.
e) The fuel tank shall be inbuilt along with Engine inside the canopy and shall be of suitable
capacity as per the OEM / Manufacturer standard.
f) The acoustic enclosure should be provided with adequate ventilation to meet the total air
requirements and heat dissipation as per CPCB norms.
g) The firm is allowed to supply only that make of DG set for which OEM undertaking, Valid
copies of COP for Noise Limits for the DG Set model and CPCB type approval or COP for
emission limits for the Diesel Engine Model are given.
1.2 The Bidder shall submit detailed schematic diagram for the approval of the Engineer-in-charge. He
will make sure that the equipment offered shall fulfill the design conditions. All the equipments and
their installation shall be suitable for the environmental conditions encountered at the location as
indicated in specifications. If any deviations from the Tender specification are contemplated, these
shall be clearly brought out in the prebid meeting along with the reasons for the same. If the bidder
fails to bring out specific deviations, it will be presumed that the work shall be carried out as per
tender specifications.
2.0 Conformity to Statutory Acts, Rules, Regulations, Standards and safety Codes.
The entire work shall be carried out as per following CPWD General Specifications for Electrical works
wherever applicable and as amended up-to-date.
a) CPWD General Specification for Electrical works (Part-VII) DG Set 2024
b) CPWD General Specification for Electrical works (Part-I) Internal – 2023
c) CPWD General Specification for Electrical works, (Part-IV) Substation -2013
The tender specifications wherever they differ from these specifications as indicated above, shall
have overriding value and shall be followed for this work.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
212
All electrical works in connection with installation shall be carried out in accordance with the
provision of Indian Electricity Act 2003 and Indian Electricity Rules 1956, both amended up-to
date.
All the components shall confirm to relevant Indian Standard specifications, wherever existing,
amended to date.
The installation shall be carried out in conformity with the local Fire Regulations and Rules there
under wherever they are in force and the provisions in local bye-laws, if any.
(i) In respect of all labour employed directly or indirectly on the work for the performance of
contractor’s part of work, the contractor at his own expense, will arrange for the safety
provisions as per the statutory provisions, B.I.S. recommendations, factory act, workman’s
compensation act, CPWD Code and instructions issued from time to time. Failure to
provide such safety requirements would make the bidder liable for penalty for Rs. 200/- for
each violation. In addition the Engineer-in-Charge, shall be at liberty to make arrangements
and provide facilities as aforesaid and recover the cost from the contractor.
(ii) The contractor shall provide necessary barriers, warning signals and other safety measures
while executing the work of DG set installation, cables etc. or wherever necessary so as to
avoid accident. He shall also indemnify CPWD against claims for compensation arising out
of negligence in this respect. Contractor shall be liable, in accordance with the Indian Law
and Regulations for any accident occurring due to any cause. The department shall not be
responsible for any accident occurred or damage incurred or claims arising there from
during the execution of work. The contractor shall also provide all insurance including third
party insurance as may be necessary to cover the risk. No extra payment would be made to
the contractor due to the above provisions thereof.
The DG Sets shall meet the requirements of environmental (protection) rules 1986 as laid down
by Ministry of Environment & Forests read with GSR 371 (E) dated 17-02-02 and GSR 520 (E)
dated 01-07-03 in respect of emission norms of the engine for supplies made on or after 01-01-04
and in respect of noise level for the DG sets supplies made on or after 01-07-04.
The firm need to furnish the certificate of Type approval and certificate of conformity of production
issued by the Central Pollution Control Board (CPCB) or any authorized agency as prescribed in
the above law.
2.7 The norms laid by the State Electricity Board for such installations shall also be followed.
a) 2 Nos diesel Generating Sets each 500 kVA capacity at 0.8 power factor developing 415 volts
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
213
3 phase 4 wire output with the engine and alternator mounted on common bed plate complete
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
214
and all accessories required. The DG Sets shall be capable of delivering desired kVA at 0.8
P.F. for the external load after meeting its own requirement for auxiliaries etc. and after
accounting for de-rating due to various factors.
b) Necessary acoustic enclosure.
c) Necessary piping required for Fuel, Lubricating oil system, and exhaust piping.
d) Necessary Heavy duty batteries for starting including cable work.
e) Necessary Engine control Panel and AMF panel as per detailed specification.
f) Necessary set of suitable vibration isolation mountings.
g) Minor building work including cutting and making good of openings in wall and floors,
grouting etc. as required.
h) All clamps support etc. for all components of the installation as required.
i) Necessary earthing sets for system neutral and body earthing and earth leads for connections
etc. to be paid separately as per relevant items of BOQ.
j) Control wiring from D.G. Set up to AMF control panel, to be paid as per BOQ
k) Bus Duct from 500 kVA D.G. Set to its AMF panel, to be paid separately as per relevant item
of BOQ.
The successful bidder should submit the details of technical particulars of the DG set before
procuring.
Approved makes of materials to be used in the work have been appended separately.
The engine shall be multi cylinders, vertical, 4 stroke cycles, water cooled, diesel engine
developing suitable BHP for giving a prime power output of 500 kVA at 0.8 P.F. at the load
terminals of the respective alternators (exclusive of the power requirements of auxiliaries driving
power from the engine) (as per ISO 8528 part- I).
The engines shall be capable for delivering specified prime power rating at variable loads
for PF of 0.8 lag with 10% overload available in excess of specified output for one hour in
every 12 hours. The average load factor of the engine over a period of 24 hours shall be 0.85
(85%) for prime power output.
The engines shall conform to BS 5514/ BS 649/ IS10000/ ISO: 3046 amended up to date. The
engines shall be fitted with following accessories.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
216
vi) Integrated daily fuel service tank of suitable capacity as per OEM should be provided
with inlet arrangement for direct filling, outlet connections, air vent, drain plug and level
indicator (gauge). M.S fuel piping from tank to engine with valves, unions, reducers,
flexible hose connection etc. The location of the tank shall be within the acoustic enclosure
as per standard manufacturers design.
vii) Hospital/Residential exhaust silencers with flanges as per OEM.
viii) Self starter 12 / 24 V D.C.
ix) Battery Charger unit and voltage regulator, required number of 12 Volts heavy duty lead
acid type batteries of Ampere hour rating as recommended by the manufacturer, insulated
battery racks with interconnecting leads and terminals. The connection between battery
charger and batteries shall be provided with suitable copper leads with lugs etc.
x) Necessary pumps for lubricating oil, priming of engine fuel system etc. as required.
xi) Exhaust gas turbo charger with after cooler.
xii) Lubricating oil cooler.
xiii) Lubrication oil filters with replaceable elements.
xiv) Fuel injector.
xv) Fuel control solenoid.
xvi) Fuel pump with engine speed adjustment.
xvii) Engine Control Panel fitted and having digital display for following:
(a) Start / stop key switch.
(b) Lube oil pressure indication.
(c) Water temperature indication.
(d) RPM indication.
(e) Engine Hours indications.
(f) Battery charging indication.
(g) Low lube oil trip indication.
(h) High water temperature indication.
(i) Over speed indication
xviii) Safety controls against low lube oil pressure, high lube oil temperature, high cooling water
temperature and fail to start.
xix) Base frame as per manufacturer’s specification including required nos. of anti vibration
cushy foot mountings.
xx) Necessary over-speed trip on the engine.
xxi) Exhaust piping wrapped with mineral wool / rock wool complete with aluminium cladding
(to be paid separately as per item in BOQ).
xxii) Heavy Duty Radiator, radiator fan and mounting.
xxiii) One no barrel pump with suitable and length oil resistive pipe for filling the daily service
fuel tank.
xxiv) Set of standard tools.
All moving parts of the engine shall be mechanically guarded in such manner that a human finger
cannot touch any moving part.
6.1.1 Necessary certificate indicating the compliance of the above capacity requirement for
the engine model so selected along with compliance of Noise and Emission norms as per
latest CPCB guidelines for DG set capacity up-to 1000 kVA, should be furnished from
the manufacturers along with the drawings at the time of approval of DG set drawings,
to the Engineer- In- Charge.
6.2 Governor
The Governor shall be Electronic type confirming to class A1 and shall be a self contained unit
capable of monitoring speed. This should confirm to ISO 3046 / BS 5514 with actuator as per
standard design of manufacturer.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
217
The pipe work shall be inclusive of all fittings and accessories required such as bends, reducers,
elbows, flanges, flexible connections, necessary hardware’s etc. The installation shall cover
clamps, supports, hangers etc. as are necessary for completing the work.
mineral wool/ glass wool/ rock wool of 50 mm thick & aluminium cladding (0.80 mm thick) for the
complete portion. The exhaust pipe work includes necessary flexible vibration damper etc. to avoid
any load & stress on turbo charges / exhaust manifold. The exhaust pipe support structure shall be
got approved by engineer –in-charge before execution.
6.9.2 Optimum Silencer Location: Location of the silencer in exhaust system has very definite
influence on both reduction of noise and back pressure imposed on the system.
6.9.3 Care should be taken to ensure that no carbon particle emitted due to exhaust leaking enters and
deposits on alternator windings and on open connections.
6.9.4 Support to exhaust piping: Exhaust piping should be supported in such manner that load of
exhaust piping is not exerted to turbo charger/exhaust manifold.
PF 0: .8 (lag)
voltage 4: 15 Volts
frequency 5: 0 Hz
of phases :
Enclosure S: PDP
Degree of protection : 23
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
219
9.2 Excitation: The alternator shall be brushless type and shall be self excited self regulated having
static excitation facility. The exciter unit should be mounted on the control panel or on the
alternator assembly. The rectifier shall be suitable operation at high ambient temperature at site.
9.3 Automatic Voltage regulators (AVR): In order to maintain output terminal voltage constant
within the regulation limits i.e +/- 1%, Automatic voltage regulator unit shall be provided as per
standard practice of manufacturer.
9.4 Fault Tripping: In the event of any fault e.g over voltage / high bearing temperature high
winding temperature or an external fault, the AVR shall remove the excitation voltage to the
alternator. An emergency trip shall also be provided.
9.5 Standards: The alternator shall be in accordance with the following standards as are applicable.
(i) IS: 4722/BS: 2613 / 1970 for the performance of rotating electrical machine.
(ii) IS: 4889/ BS: 269 rules for method of declaring efficiency of electrical machine.
9.6 Performance: Voltage dip shall not exceed 20% of the rated voltage for any step load or transient
load as per ISO:8528 (part I). The winding shall not develop hot spots exceeding safe limits due to
imbalance of 20% between any two phases from no load to full load.
The generator shall preferably capable of withstanding a current equal 1.5 times the rated
current for a period of not more than 15 second as required vide clause 14.1.1 of IS 4722: 1992
(b) (i) 10% overload : One hour in every 12 hrs of continuous use.
(ii) 50% overload : 15 sec
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
220
9.8 Earth terminals: 2 nos. earth terminals on opposite side with vibration proof connections,
non-ferrous hardware etc. with galvanized plate and passivated washer of minimum size 12mm dia
hole shall be provided.
10.2 Terminal blocks and wiring: terminal blocks of robust type and generally not less than 15 Amps
capacity, 250/500 Volts grade for DC upto 100 volts and 660/1100 Volts for AC and rest of the
junction shall be employed in such a manner so that they are freely accessible for maintenance.
All control and small wiring from unit to unit inside the panel shall also be done with not less
than 2.5 sq. mm. copper conductor PVC insulated and 660 / 1100 Volts grade. Suitable colour
coding can be adopted. Wiring system shall be neatly formed and run preferably, function wise
and as far as feasible segregated voltage wise. All ends shall be identified with ferrules at the
ends.
10.3 Labeling: All internal components shall be provided with suitable identification labels suitably
engraved. Labels shall be fixed on buttons, indication lamps etc.
10.4 Equipment requirements: The AMF control cubical shall incorporate in to assembly the general
equipment and systems as under:
(a) Control system equipments and components such as relays, contactors, timers etc both for
automatic operation on main failure and as well as for manual operation.
(b) Equipment and components necessary for testing generating sets’ healthiness with test mode
and with load on mains.
(c) Necessary instruments and accessories such as combined meters for voltage, current, power
factor, frequency, KW, KVA etc as stipulated in the BOQ and KWH meter with selector
switch/ buttons for to obtain the reading of desired parameters.
(d) Necessary indication lamps, fuses, terminal blocks, push buttons, control switches etc. as
required.
(e) Necessary engine/ generating set shut-down devices due to faults/ abnormalities.
(f) Necessary Visual Audio alarm indication and annunciation facility, as specified.
(i) Bus trunking arrangement for connecting the DG supply to the AMF panel.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
221
11.0 System Operations: The above mentioned facilities provided shall afford the following
operational requirements
b) A three attempt starting facility shall be provided 6 seconds ON, 5 seconds OFF, 6 seconds ON, 5
seconds OFF, 6 seconds ON. If at the end of the third attempt, the engine does not start, it shall be
locked out of start and a master timer shall be provided for this function. Suitable adjustment
timers are to be incorporated which will make it feasible to vary independently ON-OFF setting
periods from 1-10 seconds. If alternator does not build up voltage after the first or second start as
may be, further starting attempt will not be made until the starting facility is reset.
c) Once the alternator has built up voltage, the alternator circuit breaker shall close connecting the
load to the alternator. The load is now supplied by the alternator.
d) When the main supply is restored and is healthy as sensed by the line voltage monitor setting,
both for under voltage and unbalance, the system shall be monitored by a suitable timer which
can be set between 1 minute to 10 minutes for the load to be transferred automatically to main
supply and the DG set is shut down after the preset duration of idle run.
e) The diesel alternator set reverts to standby for next operation as per (a), (b) and (c) above.
a) It should be feasible to start-up the generator set by the operator on pressing the start push
button.
b) Three attempts starting facilities shall be operative for the start up function.
c) Alternator circuit breakers closing and trip operation shall also be through the operator
only by pressing the appropriate button on the panel and closure shall be feasible only
after alternator has built up full voltage. If load is already on ‘mains’, pressure on ‘close’
button shall be ineffective.
d) Engine shut down, otherwise due to faults, shall be manual by pressing a stop button.
a) When under ‘test’ mode, pressing of ‘test’ button shall complete the start up sequence
simulation and start the engine. The simulation will be that of mains failure. Sequence
11.1 (a) and (b) shall be completed.
b) Engine shall build up voltage but the set shall not take load by closing of alternator circuit
breaker. When the load is on the mains, monitoring of performance for voltage/frequency
etc. shall be feasible without supply to load.
c) If during test mode, the power supply has failed, the load shall automatically get
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
222
transferred to alternator.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
223
d) Bringing the mode selector to auto position shall shut down the set as per sequence 11.1
(d) provided main supply is ON. If the mains supply is not available at that time, the alternator
shall take load as in (c) above.
Following shut down and protection system shall be integrated in the control Panel.
a) Engine
i) Low lubricating oil pressure shut down. This shall be inoperative during start-up and
acceleration period.
ii) High coolant (Water) temperature shut down.
iii) Engine over speed shut down.
b) Alternator protection
i) Overload
ii) Short circuit
iii) Earth fault
iv) Over voltage
a) Necessary instruments for visual monitoring of mains, alternator and load voltage,
current, frequency, power factor, KW, KVA, KWH, etc.
b) A set of visual monitoring lamp indication for:
i) Load on set
ii) Load on mains
iii) Set on Test (Alternator on operation duty, Alternator on stand-by duty)
iv) Set of lamp for engine shut down for over-speed, low lube oil pressure and high
coolant water temp, overload trip of alternator, earth fault trip of alternator,
engine lock out and failure to start etc. All these indication shall have an audio
and visual alarm. When operator accepts the alarm, the hooter will be silenced
and the fault indication will become steady until reset by operating a reset button.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
224
12.1 Battery
12.1.1 Batteries supplied with Genset are generally dry and uncharged. First charging of uncharged
batteries should be done from authorized battery charging centre.
12.1.2 Batteries should be placed on insulated stands and relatively at cool place.
12.1.3 The battery capacity should be as per the recommendations of the manufacturer with 12/24 Volts
electrical system and the size of copper conductor battery cable should be of 70 sq.mm.
12.2 Cabling
12.2.1 Power connection between alternator to the AMF panel and to the load should be done with bus
trunking.
12.2.2 Multi core copper cable should be used for inter connecting the engine controls with the switch
gear and other equipments.
12.2.3 It is recommended to support output cables on separate structure on ground so that weights of
cables should not fall on alternator / base rail.
13.0 Foundation
The PCC foundation (1:2:4) for the placement of the acoustic enclosure shall be constructed as
per the relevant item of BOQ. Genset should be mounted on AVM’s inside the acoustic enclosure.
14.1 The enclosure shall be made of such suppliers, who are approved / certified by CPCB. The
canopy will enclose the following items inside: -
a) Diesel Engine
b) Alternator
c) Starting Battery
d) Daily service fuel tank.
e) Other accessories so that the DG set with all items and accessories are suitable to withstand all
weather conditions.
14.2 The acoustic enclosure shall be designed and manufactured confirming to relevant standards
suitable for outdoor installation exposed to weather conditions, and to limit overall noise level to
75 dB (A) at a distance of 1 mtr. from the enclosure as per CPCB norms under free field
conditions. The successful bidder has to submit copy of the certificate for type test done on same
capacity of DG Set by Govt. authorised lab for noise level.
14.3 The construction should be such that it prevents entry of rain water splashing into the enclosure
and allows free & quick flow of rain water to the ground in the event of heavy rain. The detailed
construction shall confirm to the details as under:
14.4 The acoustic enclosure will be made on the basis of modular construction i.e made in parts and
can be assembled or disassembled at site. All members will have proper gaskets and bolted
together. The structure should be weather proof.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
225
14.5 The enclosure will be totally enclosed type made of high quality CRCA sheet of thickness at least
1.6 mm on the outside cover with inside cover having not less than 0.60 mm thick perforated powder
coated CRCA sheet /0.50 mm thick perforated GI sheet.
14.6 The sheet metal components shall be hot dip seven tanks pre-treated before powder coating. The
enclosure shall be powder coated (inside as well outside) with a special pure polyester based
powder. All nut and bolts / external / hardware shall be made of Stainless Steel.
14.7 The enclosure shall be provided with suitable size and number of hinged type doors along the
length of the enclosure on each side for easy access inside the acoustic enclosure for inspection,
operation and maintenance purpose. Sufficient space will be provided inside the enclosure on all
sides of the DG set for inspection, easy maintenance and repairs.
14.8 The doors shall be with high quality gaskets to prevent leakage of sound and the door handles
shall be lockable type.
14.9 There shall be a provision for filling fuel from outside the enclosure with locking arrangement.
Fuel tank should have provision for cleaning.
14.10 The provision of external drain plug shall be kept for draining lub oil and diesel.
14.11 Especially designed attenuators shall be provided to control sound at air entry / exit point.
14.12 Especially designed residential silencer shall be provided to reduce exhaust noise.
14.13 Adequate ventilation shall be provided to meet total air requirement. If necessary suitable
numbers of axial flow fan and exhaust fan of suitable dia meter shall be provided as per
manufacturers design.
14.14 Temperature Control Relay which continuously indicates the inside temperature of the canopy
with variable setting for tripping the generator.
14.15 There shall be a provision of emergency shut down from out side the enclosure.
14.16 Acoustic enclosure will be provided with flexible exhaust pipe connection with adequate and
suitable arrangement of mounting of the silencer mounted on the top and concealed in the body of
the enclosure. The exhaust pipe inside the enclosure must be lagged (except bellow).
14.17 The DG set will be provided with special spring mounted vibration damper to eliminate the
vibration when DG set is working on full load.
14.18 The front panel should include engine RPM meter electrically operated.
14.19 The Fuel gauge shall be electrically operated – fuel gauge shall have to be provided inside the
enclosure. The fuel gauge should be able to show the level of the fuel even when the DG Set is
not running.
14.20 There should have a provision of DC Emergency light operated automatically with door opening.
14.21 The inside of the enclosure shall be illuminated by the fluorescent tube with the help of PVC
insulated copper conductor wiring in recess conduit suitable for single phase AC supply.
14.22 To avoid re-circulation of hot air, durable sealing between radiator and canopy is must.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
226
15.1 Inspection and Testing of DG set and AMF Panel shall necessarily be carried out at factory /
manufacturer premises in presence of representative of the department.
15.2.1 The successful bidder will make all arrangements for conducting the tests as prescribed in the
relevant CPWD specification under the relevant section at the factory at his cost.
15.3 DG set will be tested on load of unity power factor for the rated KW rating. During testing, the
DG set covered under scope of the work, shall be operated for a period of 12 hours on the rated
KW at DG set’s KW rating i/c 1 hour of 10% over load. During testing all controls / operations
safeties will be checked and proper record will be maintained. Any defect / abnormality noticed
during testing shall be rectified. The testing will be declared successful only when no abnormality
/ failure is noticed during the testing. The DG set will be accepted by department only when the testing is
declared successful by authorised representative / Engineer-in-charge.
16.1 Necessary earth sets and earth strip connections for system neutral earthing and body earthing
shall be done by the contractor.
16.2 The naked portion of the earth lead for neutral earthing of the alternator inside the enclosure shall
be provided with PVC sleeve covering at no extra cost by the contractor.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
227
ACCEPTABLE MAKES
Item Makes
Executive Engineer(E&M)
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
228
(i) The work shall be executed as per CPWD‘s general specification for Electrical Works Part-I
(Internal – 2023), Part-II (External), Part IV -Substation, Part-V (Wet Riser and Sprinkler System
for Fire fighting installation) 2020 upto date amendment, IE Rules, Indian Standards as amended
upto date and as per direction of Engineer-in-Charge. The additional specifications are to be read
with above and in case of any variations, specifications given along with the tender shall apply.
(ii) All components shall conform to relevant Indian Standard Specifications. Wherever existing, those
materials with ISI certification mark shall only be used.
(iii) All the materials to be used in the work shall be got approved by the Engineer-in-charge before
their actual use in work.
(v) All the debris due to the electrical work shall be cleared every now and then. Site shall be kept
clean by the contractor at all times.
(vi) The Contractor or his authorised representative will have to sign the site order book and comply
with the remarks therein.
(vii) The Contractor has to make his own arrangements for the watch and ward of the materials and
other installations till the installation work is completely handed over to the department. No extra
claim will be entertained on account of this. Any damage caused to the materials during or under
storage will be to the contractor's account.
(viii) The Contractor shall make his own arrangement for all general and special T&P required for the
work and no T&P shall be supplied by the department.
(ix) The Contractor should clearly indicate the make of the various components offered and suitable
catalogues should also be uploaded along with this tender in technical bid section.
(x) Contractor should submit completion plan (soft copy in auto cad format & printed copies ) and
certificate along with final bill, failing which 2.5% of value of work, subject to a ceiling of
Rs.25,000/- will be deducted from the bills or the final bill shall not be paid. Decision of Engineer-
in-charge shall be final and binding in this regard. .
(xi) For connecting the cables to the switch gears on LT panel boards etc the contractor has to make
jointing arrangement with crimping tools duly applying grease and required lugs. No extra payment
will be made on this account.
(xii) Samples of materials to be used on the work shall be got approved by the Engineer-in-charge
before actual use. If any materials are rejected they shall be removed from the site forthwith.
(xiii) The successful tenderer shall have to get the entire layout drawing including pipeline and
equipments, valves, accessories got approved by the Engineer-in-Charge before execution of the
work.
(xiv) RATES
The rates shall be inclusive of all taxes, levies, packing, transportation, handling etc. Nothing extra
shall be paid.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
229
(xv) STORAGE
Watch & ward of equipment till handing over to the department will be contractor‘s responsibility.
The acceptable make of various equipment are indicated in the list attached. Alternative or
equivalent make will not be accepted.
The entire work shall be completed within time period as per major component.
The material brought at site shall be approved by the Engineer – in – Charge before use in the work.
In case during execution any material being used in the work is found not as per agreement
specifications, Engineer – in – Charge may issue instruction to the contractor to remove the material
from site and the contractor will be bound to do so.
In interpreting the specifications, the following order of decreasing importance shall be followed in
case of contradictions:
The following percentage of contract rates for the various items included in the contract shall be
payable against the stage of work shown herein.
80% after initial inspection and delivery at site in good condition on pro-rata basis.
10% after completion of installation in all respects.
5% will be paid after testing, commissioning.
Balance 5% will be paid on handing over to the department.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
230
TECHNICAL SPECIFICATIONS
The work shall be carried out as per CPWD General Specifications for Electrical Works (Part-V-WET-
RISER AND SPRINKLER SYSTEM FOR FIRE FIGHTING INSTALLATION ) 2020 as amended upto
date and CPWD General Specifications for Electrical Works Part-I & II, as amended upto date, relevant
Executive Engineer(E&M)
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
231
Executive Engineer(E&M)
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
232
GENERAL
1.1 The work shall be executed as per CPWD General Specifications for Electrical Works Part-I
(Int.) 2023, Part-II (Ext.) 2023, Part-VI Fire Detection & alarm system 2018, relevant I.E Rules,
BIS/IEC and as per directions of Engineer-in-Charge. These additional specifications/ conditions
are to be read in conjunction with above. In case of variations, Specifications given in these
additional conditions shall apply. However, nothing extra shall be paid on account of these
additional specifications and conditions, as the same are to be read along with schedule of
quantities for the work.
1.2 Location: The equipment will be installed at New Academic Complex III building
at IITM,Chennai-36.
1.3 The tenderer should in his own interest visit the site and get familiarize with the
site conditions before tendering.
1.4 1.4 No T&P shall be issued by the Department and nothing extra shall be paid on account of
this.
Commercial Conditions:
1.5 Type of contract: The work to be awarded by this tender shall be treated as indivisible works
contract.
Rates
1.6 1.6 The rates quoted by the tenderer, shall be firm and inclusive of all taxes (including GST on
works contract, labour cess), duties, levies, octrori etc., and all charges for packing forwarding,
insurance, freight and delivery, installation, testing, commissioning etc. at site including
temporary construction of storage, risks over head charges, general liabilities/obligations and fire
clearance from local authorities. However, the fee if any, for the CFO inspections shall be borne
by the Department.
1.8 The Contractor has to carry out maintenance as per manufacturer‘s standards for a period of 12
months from the date of handing over. Nothing extra shall be paid on this account.
Completeness of tender
1.9 All sundry equipment, fittings, unit assemblies, accessories, hardware items, foundation bolts,
termination lugs for electrical connections, and all other items which are useful and necessary for
efficient assembly and installation of equipment and components of the work shall be deemed to
have been included in the tender irrespective of the fact whether such items are specially
mentioned in the tender documents or not.
1.10 The agency has to make his own arrangements for storage. No separate storage
accommodation shall be provided by the department. Watch and ward of the stores and their safe
custody shall be the responsibility of the contractor till the find taking over of the installation by
the department.
1.11 Care shall be taken by the contractor while handling and installing the various equipment and
components of the work to avoid damage to the building. 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 material arising out of the installation from the site of work
Completion Period
1.12 The completion period indicated in the tender documents is for the entire work of planning,
designing, approval of drawing etc., arrangement of materials & equipments, delivery at site
including transportation, installation, testing, commissioning and handing over of the entire
system to the satisfaction of the Engineer-in-Charge.
1.13 All equipments shall be guaranteed for a period of 12 months, from the date of taking over the
installation by the department, against unsatisfactory performance and/or break down due to
defective design, workmanship or material. The equipments or components, or any part thereof,
so found defective during guarantee period shall be forthwith repaired or replaced free of cost, to
the satisfaction of the Engineer-in-Charge. In case it is felt by the department that undue delay is
being caused by the contractor in doing this, the same will be got done by department at the risk
and cost of contractor. The decision of the Engineer-in-Charge in this regard shall be final &
binding on the contractor.
1.14 The tender shall guarantee among other things, the following:
(i) Quality, strength and performance of the materials used as per manufacturer‘s standards
(ii) Safe mechanical and electrical stress on all part under all specified conditions of operation.
1.15 The acceptable makes of various equipments / components/ accessories have been indicated in
the list attached. The tenderer shall work out the cost of the offer on this basis. Alternate
makes are not acceptable.
1.16 The successful tenderer would be required to submit the following drawings within 15 days of
award of work for approval before commencement of installation.
General arrangement drawing of the equipments like manual call points, hooters, panel etc. in
the building with complete dimensions.
1.17 The successful tenderer should furnish well an advance three copies of detailed instructions
and manuals of manufacturers for all items of equipments regarding installation, adjustments
operation and maintenance including preventive maintenance & trouble shooting together with
all the relevant data sheets, spare parts catalogue etc. all in triplicate.
EXTENT OF WORK
1.18 The work shall comprise of entire labour including supervision and all materials necessary to
make a complete installation and such tests and adjustments and commissioning as may be
required by the department. The term complete installation shall not only mean major items of
the plant and equipments covered by specifications but all incidental sundry components
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
234
necessary for complete execution and satisfactory performance of installation with all layout charts
whether or not those have been mentioned in details in the tender document in connection with
this contract as this is a turnkey job.
1.19 In addition to supply, installation, testing and commissioning of FAS following works shall be
deemed to be included within the scope of to be executed by the tenderer as this is a turnkey
job.
ii) All supports for cables and MS Channels for erection as are necessary.
iii) Getting local fire authorities inspection done & obtaining approval for energizing the
installation. However, necessary fees for inspection shall be borne by the Department.
1.20 Copies of all documents of panels, detectors and other components shall be furnished to the
Engineer-in-Change and consignee.
1.21 All works shall be carried out in accordance with relevant regulation both statutory and those
specified by the Indian Standards related to the works covered by this specification. In
particular, the equipment and installation will comply with the following:
1.22 After completion of the installation the same as all be offered for inspection by the
representatives of the local Fire authorities. The contractor will extend all help including test
facilities to the representatives of local Fire Authorities. The observations of local Fire
Authority will be attended by the contractor. The installation will be commissioned only after
getting clearance from Fire Authority.
1.23 Nothing in this specification shall be construed to relieve the successful tenderer of his
responsibility for the design, manufacture and installation of the equipment with all
accessories in accordance with currently applicable statutory regulations and safety codes.
1.24 Successful tenderer shall arrange for compliance with statutory provisions of safety regulations
and departmental requirements of safety codes in respect of labour employed on the work by
the tenderer. Failure to provide such safety requirements would make the tenderer liable for
penalty of Rs. 2000/- for each default. In addition, the department will be at liberty to make
arrangement for safety requirements at the cost of tenderer and recover the cost thereof from
him.
INDEMNITY:
1.25 The successful tenderer shall at all times indemnify the department, consequent on this works
contract. The successful tenderer shall be liable in accordance with the Indian Law and
Regulations for any accident occurring due to any cause and the contractor shall be
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
235
responsible for any accident or damage incurred or claims arising there from during the period of
erection, construction and putting into operation the equipments and ancillary equipments
under the supervision of the successful tenderer in so far as the latter is responsible. The
successful tenderer shall also provide all insurance including third party insurance as may be
necessary to cover the risk. No extra payment would be made to the successful tenderer on
account of the above.
ERECTION TOOLS:
1.26 No tools and tackles either for unloading or for shifting the equipments for erection purposes
would be made available by the department. The successful tenderer shall make his own
arrangement for all these facilities.
MOBILIZATION ADVANCE:
1.28 All consignments are to be duly insured upto the destination from warehouse at the cost of the
contractor. The insurance covers shall be valid till the equipment is handed over duly installed,
tested and commissioned.
1.29 The contractor shall have to produce all the relevant records to certify that the genuine
equipments from the manufacturers has been supplied and erected.
PAINTING:
1.30 All hangers, supports etc. shall be painted with required shade including painting with two
coats of anticorrosive primer paint at site.
TRAINING:
1.31 The scope of the works includes the on job technical training of two persons of Department at
site. Nothing extra shall be payable on this account.
MAINTENANCE:
1.32 Sufficient trained and experienced staff shall be made available to meet any exigency of work
during the guarantee period of one year from the handing over of the installation. The
maintenance, routine as well as preventive for one year from the date of taking over the
installation as per manufacturers recommendation shall be carried out.
INTERPRETING SPECIFICATION:
1.33 In interpreting the specifications, the following order of decreasing importance shall be
followed in case of contradictions:
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
236
TECHNICAL SPECIFICATIONS
The technical specification, installation, testing and commissioning of Fire Detection, Alarm And Control
System shall confirm to CPWD General Specifications for Electrical Works Part VI Fire Detection and
Alarm System –2018 and Selection, Installation and Maintenance of Automatic Fire Detection and Alarm
Executive Engineer(E&M)
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
237
The successful contractor shall prepare a list of equipment and materials selected from the approved
list, proposed to be used by him for execution of the contract. Before placing orders on suppliers or
delivering the equipment and materials to site, the Contractor shall obtain approval from Engineer-in-
charge, whose decision shall be final and binding on the Contractor.
Any equipment of material not specified under here but required for execution of the work shall be as
per Technical Specification, of best quality, preferably with ISI approval and from a reputed
manufacturer for which the prior approval of the Engineer-in-Charge is required.
All the components of the entire FA system shall be preferably from a single manufacturer only.
Sl.
Item Description Manufacturer
No.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
238
1.5/3/6W metal box wall/ceiling Compatible with above Fire Alarm System
16 mounted speakers and as recommended by OEM
All component of fire alarm system from sl. No 1 to 8 shall be UL listed without fail. If any product above
is not having UL listing, the same shall not be used.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
239
GENERAL
TENDERING.
2. No T &P shall be issued by the Department and nothing extra shall be paid on
account of this.
TERMS OF PAYMENTS
3. The following percentage of contract rates for the various items included in the
contract shall be payable against the stage of work shown herein.
i. 50% after initial inspection and delivery at site of guide rails, car doors, lift
car, all machines and all other equipment/ materials etc. except ARD,
controller and electronic components in good condition on pro-rata basis.
ii. 25% after initial inspection and delivery at site of ARD, controller in good
condition on pro-rata basis.
Balance 10% will be paid after testing, commissioning & handing over to the
department for beneficial use.
RATES
4. The rates quoted by the tenderer, shall be firm and inclusive of all taxes (including
GST @ 18% for Works Contract), duties, levies, octroi etc. and all charges for
packaging, forwarding, insurance, freight and delivery, installation, testing,
commissioning etc. at site including temporary construction of storage, risks, over
head charges, general liabilities/obligations. The department will not issue Octroi
exemption certificate.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
240
5. The contractor has to carry out maintenance as per manufacturer's standards for a
period of 12 months from the date of handing over. Nothing extra shall be paid on
this account.
COMPLETENESS OF TENDER
9. Care shall be taken by the contractor while handling and installing the various
equipments and components of the work to avoid damage to the building. He shall be
responsible for repairing all damages and restoring the same to their original finish at
his cost failing which the same shall be got rectified/made good at the risk and cost of
the contractor by the department and will be recovered in the bill. He shall also
remove every day at his cost all unwanted and waste materials arising out time to time
of the installation from the site of work.
COMPLETION PERIOD :
GUARANTEE
11. All equipments shall be guaranteed for a period of 12 months, from the date of taking
over the installation by the department, against unsatisfactory performance and/or
break down due to defective design, workmanship or material. The equipments or
components, or any part thereof, so found defective during guarantee period shall be
forthwith repaired or replaced free of cost, to the satisfaction of the Engineer-in-
charge. In case it is felt by the department that undue delay is being caused by the
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
241
contractor in doing this, the same will be got done by the department at the risk and cost of
the contractor. The decision of the Engineer-in-charge in this regard shall be final &
binding on the contractor. The completion date shall be determined as per 8
(b) above.
12. The tender shall guarantee among other things, the following:
13. The successful tenderer would be required to submit the following drawings within
60 days of award of work for approval before commencement of installation.
a. General arrangement drawing of the equipments like lift car, rail, controls, doors,
Supporting arrangements
b. Details of fixing arrangements for the equipments and the weights of assembled
equipments.
c. Cable/ layout between each equipments etc.
d. Any other drawings necessary for the job.
14. The successful tenderer should furnish well in advance three copies of detailed
instructions and manuals of manufacturers for all items of equipments regarding
installation, adjustments operation and maintenance including preventive
maintenance & trouble shooting together with all the relevant data sheets, spare parts
catalogue etc. all in triplicate.
EXTENT OF WORK
15. The work shall comprise of entire labour including supervision and all materials
necessary to make a complete installation and such tests and adjustments and
commissioning, as may be required by the department. The term complete installation
shall not only mean major items of the plant and equipments covered by
specifications but all incidental sundry components necessary for complete execution
and satisfactory performance of installation with all layout charts whether or not those
have been mentioned in details in the tender document in connection with this
contract as this is a turnkey job.
16. In addition to supply, installation, testing and commissioning of lifts, following works
be deemed to be included within the scope of work to be executed by the tenderer as
this is a turnkey job.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
242
18. Copies of all documents of routine type test certificates of the equipment, carried out
at the manufacturers premises shall be furnished to the Engineer-in-charge and
consignee.
19. After completion of the work in all respects the contractor shall offer the lift for
testing and commissioning.
20. All works shall be carried out in accordance with relevant regulation, both statutory
and those specified by the Indian Standards related to the works covered by this
specification. In particular, the equipment and installation will comply with the
following:
1 Factories Act.
2 Indian Electricity Rules.
3 B.I.S. & other standards as applicable.
4 Workmen‘s Compensation Act
5 Statutory norms prescribed by local bodies like CEA, Power Supply Co., etc.
21. After completion of the installation, the same shall be offered for inspection to the
Engineer in charge of his authorised representative. The contractor will extend all
help including test facilities to the representatives. The observations of theirs if any
will be attended by the contractor. The installation will be commissioned only after
getting clearance from clients that the system is perfectly working.
22. Nothing in this specification shall be construed to relieve the successful tenderer of
his responsibility for the design, manufacture and installation of the equipment with
all accessories in accordance with currently applicable statutory regulations and
safety codes.
23. Successful tenderer shall arrange for compliance with statutory provisions of safety
regulations and departmental requirements of safety codes in respect of labour
employed on the work by the tenderer. Failure to provide such safety requirement
would make the tenderer liable for penalty of Rs.1000/- for each default. In addition,
the department will be at liberty to make arrangement for the safety requirements at
the cost of tenderer and recover the cost thereof from him.
INDEMNITY:
24. The successful tenderer shall at all times indemnify the department, consequent on
this works contract. The successful tenderer shall be liable, in accordance with the
Indian Law and Regulations for any accident occurring due to any cause and the
contractor shall be responsible for any accident or damage incurred or claims arising
there from during the period of erection, construction and putting into operation the
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
243
equipments and ancillary equipment under the supervision of the successful tenderer in so far
as the latter is responsible. The successful tenderer shall also provide all insurance
including third party insurance as may be necessary to cover the risk. No extra
payment would be made to the successful tenderer on account of the above.
ERECTION TOOLS:
25. No tools and tackles either for unloading or for shifting/erection of the equipments
and for execution purposes would be made available by the department. The
successful tenderer shall make his own arrangement for all these facilities. No T&P
shall be issued by the Department and nothing extra shall be paid.
26. The successful tenderer shall co-ordinate with other contractors and agencies engaged
in the construction of buildings, if any, and exchange freely all technical information
so as to make the execution of this work/contract smooth. No remuneration should be
claimed from the department for such technical cooperation. If any unreasonable
hindrance is caused to other agencies and any completed portion of the work has to be
dismantled and re-done for want of cooperation and coordination by the tenderer
during the course of work, such expenditure incurred will be recovered from the
successful tenderer if the restoration work to the original condition or specification of
the dismantled portion of the work was not undertaken by the tenderer himself.
27. All consignments are to be duly insured upto the destination from warehouse at the
cost of the contractor. The insurance covers shall be valid till the equipment is handed
over duly installed, tested and commissioned.
28. The contractor shall have to produce all the relevant records to certify that the
genuine equipments from the manufacturers has been supplied and erected.
PAINTING:
29. This shall include cost of painting of the entire installation where ever required. The
car body, doors, panels etc shall be factory final finish painted. The agency shall be
required to do only touching to the damages caused to the painting during
transportation, handling & installation at site, if there is no major damage to the
painting. However hangers, supports etc. shall be painted with required shade
including painting with two coats of anticorrosive primer paint at site.
TRAINING:
30. The scope of works includes the on job technical training of two persons of
Department at site. Nothing extra shall be payable on this account.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
244
MAINTENANCE:
31. Sufficient trained and experienced staff shall be made available to meet any exigency
of work during the guarantee period of one year from the handing over of the
installation.
32. The maintenance, routine as well as preventive, for one year from the date of taking
over the installation as per manufacturer‘s recommendation shall be carried out on
quarterly basis.
INTERPRETING SPECIFICATIONS:
33. In interpreting the specifications, the following order of precedence shall be followed
in case of contradictions:
1 Schedule of quantities
2 Technical specifications
3 Drawing (if any)
4 General specifications.
5 Relevant BIS or other international code in case BIS code is not available.
Power Supply:-
35. Supplementary agreement will be drawn by CPWD or user department with the
manufacturer, for comparative maintenance each year, after completion of one year
warranty period. Performance Guarantee and Security Deposit will be released only
after making supplementary agreement at the rate specified in this tender.
37. The manufacturer shall be required to maintain the availability of all the spare
parts required for maintenance of the lifts quoted in this offer for a period of 20
years, which is considered as the life of the lift. An undertaking to this effect in
format given in Annexure - K shall be furnished by the lift manufacturer.
38. The firm has to quote the rate for 5 years Comprehensive Maintenance after defect
liability period of one year. The tenders will be evaluated by considering the rates
quoted for Comprehensive Maintenance in B.II(b).
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
245
2 All other items not covered above As per approval of the Engineer-in-charge
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
246
ANNEXURE – K
UNDERTAKING FOR CMC
1. We will provide all the required spares and materials for smooth comprehensive
maintenance of lifts till their useful life of 20 years from the date of successful handing
over of the installation to the department. No extra charges shall be claimed on account of
up gradation/ obsoleteness of spares during the life time of the lifts.
2. We also agree for carrying out AMC for 5 years after defect liability period at the rates
quoted in the price bid.
(Signature of Tenderer)
Name:
Designation:
Company Name and address:
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
247
1 The preventive service of lifts should be done once in a month and breakdown calls are to
be attended promptly. Breakdown calls shall not be counted against normal services.
2 The agency shall offer their C.M.C rates for all the five years as per price bid. The tender
will be evaluated considering the rates quoted for all five years put together. The
Performance Guarantee of the main work shall be released only after execution of
supplementary agreement for maintenance for the first year. The agency has to render
comprehensive maintenance services, at the agreed rates as per schedule of work. The
supplementary agreement will be drawn with IITM, Chennai.
3 Performance Guarantee and S.D. conditions will be same as main agreement conditions
for supplementary agreements to be executed every year.
4 No storage space will be made available to the contractor during the contract period.
5 Payment will be made quarterly after satisfactory completion of servicing and
maintenance of the lift for the quarter.
6 In case of minor nature of breakdown they shall be attended immediately within 24 hours,
and in case of major breakdown, such as rewinding of motors, replacement of ropes, gears
etc. they shall however be attended within 5(Five) calendar days, otherwise the payment
for subsequent period will not be made. The Engineer-in-Charge’s decision is final to
decide the period that can be allowed for such major breakdown and to decide whether a
breakdown is major or minor. Break down calls normally be responded to within a
reasonable period. If any breakdown call remains unattended for a period exceeding 24
hours, pro-rata recovery at double the quoted rates shall be recovered from the bills
payable to the firm for the number of days the lift remain un-attended. Recovery shall be
made from the AMC charges payable to the firm for the number of days the lift remained
unattended.
7 Lubricants, grease, cotton waste and any other consumable items will not be supplied
departmentally and it is the responsibility of the contractor to provide all these items.
8 The scope of comprehensive maintenance work includes cleaning, greasing of all parts,
adjustment of contacts, lubrication of gears, motor, guide rails, suspension rope inspection
and attending to the electrical and mechanical defects, replacement of all worn out parts,
except motors ( However the rewinding of the motor / repairing of gear wheels is within
the scope of contract). Indication bulbs, alarm bell/ buzzer, cabin fans, replacement of
electrical wiring, intercom connected to lift etc. are included as per the firms normal
comprehensive contract norms.
9 No advance payment will be made.
10 All the safety devices should be examined periodically and rectified immediately if the
same are found defective which includes ARD and its batteries etc.
11 Annual safety test shall be carried out during the last quarter of AMC year without any
extra cost Rs. 10,000/- per lift will be recovered from the AMC charges if the annual
safety test is not conducted.
12 Proportionate recovery will be made for the months for which monthly service is not
carried out.
13 The Agency shall keep sufficient stock of spares required for comprehensive maintenance
of the lifts for a period of one year. The agency shall also maintain all the spare parts
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
248
including the spares supplied by their vendors for the lift for the entire life period of the
lifts i.e., 20 years from the date of successful handing over.
14 The firm should work as per the conditions existing, restrictions in movement / working
hours, Security aspects, conditions of the equipment to be maintained. Complaints of loss
of labour, items of work not included, in the scope of work, variation etc., will not be
entertained at a later date.
15 Any other items of job necessary for the smooth and effective functioning of the
installation but not mentioned here is deemed to have been included within the scope of
this contract.
16 In case of any accident during the maintenance equipments and /or loss of life, the
contractor shall be fully responsible for settling all claims and indemnify the department
against any claims arising out of such accidents, consequential damages to other systems
shall however be not recovered from the contractor.
17 The contractor and / or his representative, labour should not remove/ disturb / dislocate the
existing installations and its parts from its locations until and unless it is authorised by the
Engineer-in-charge or his representative i.e. Assistant Engineer. The entire installations
should be intact at any time of inspection as handed over to him at the time of initial
taking over of its maintenance. Care should be taken not to damage by improper handling
etc. The contractor shall be responsible for any damage or theft and shall have to make
good to its original shape and description as and when damage / theft etc., takes place or it
is noticed.
18 The agency shall clearly state the details of the routine maintenance proposed to be carried
out by him and shall execute the same in the presence of the authorised representative of
the Engineer-in-charge and his certificate should be obtained and the same to be submitted
for claiming the payment otherwise the payment will not be paid. In case the
representative is not available, the same should be brought to the notice of next officer
who is available at site and maintenance work carried out shall be recorded in the log book
of particular lift machine.
19 The agency shall perform the maintenance services with trained and appropriately
supervised personnel.
20 In case of replacement or repairs to any part of the lifts not covered by the comprehensive
maintenance is warranted, prior approval of the Engineer-in-charge shall be taken with due
notice.
21 The maintenance activities shall be carried out according to equipment specific
maintenance plan for each main component of the equipment.
22 Call out service is designed to solve unexpected equipment failure, equipment stoppage or
erratic operation requiring immediate attention of a Technician.
23 In performing the services described, agency will replace (Identical or equipment item) or
rectify at its option any component of the elevator rendered defective due to normal wear
and tear and arising out the ordinary and reasonable use of the elevator. The disassembled
or dismantled parts shall become agency's property.
24 All Parts and components fitted by agency will be original parts or components. If
original parts or components are not available, the parts or components fitted will be of
equal in quality and functionality. Agency's liability to the the customer for any defects in
design, materials or workmanship relating to parts and components shall be limited to the
replacement of spare parts or components as below.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
249
25 Refinishing, repair or replacement of following components are outside the scope of the
maintenance contract.
I Elevator Car enclosure
ii Elevator car and landing door panels / gates.
iii Incoming Electrical wiring up to main switches in the machine room.
iv Main switches in the machine room.
v Items including mirror, hand rails, fans, lights and ARD batteries.
26 Additional visits are also included within the scope of CMC as and when the complaint
calls are brought to the notice of the agency by the representative of the department.
27 The scope of ‘Comprehensive maintenance contract covers complete lift installations
except mentioned under 25 (i) to (v) above.
30 GST, Labour Cess, Income Tax and any other statutory deductions as applicable shall be
deducted at source from the contractor's bills and remitted to the concerned authorities
31 The agency's authorized representative shall be available on the mobile phone on a 24 Hrs
x 7 days basis for registering a complaint.
The following preventive and routine maintenance activities shall be within the scope of work during
the maintenance period, which shall be applicable during Guarantee period and during yearly
Comprehensive Maintenance contract period. This is not exhaustive, but indicative only and shall
include any other changes from time to time as per the directions of the Engineer-in-charge as per the
site requirements.
A. General.
1. It is the firm’s responsibility to observe the on-going condition of the equipment with
regard to safe and correct operation. The Contractor shall bring to the attention of the
Engineer-in- charge any specific areas where periodic checking lubrications and
adjustment exceeds normal provisions for equipment installed.
2. Any replacements or repairs shall be of a standard equal to the original installation.
3. The servicing shall be done as per the approval of the Engineer-in-charge. The materials
replacement shall be carried out with the prior approval of the Engineer-in-charge or his
authorised representative.
4. Annual safety test shall be carried out without any extra cost.
5. The firm’s representative shall sign the lift logbook maintained by the department after
attending preventive/ breakdown maintenance.
6. Penal recovery will be made, at double the quoted rates, for the months for which monthly
service is not carried out.
7. Breakdown calls normally be responded to within reasonable period. All minor
breakdown call remains un attended exceeding 24 hrs, pro rata recovery at double the
quoted rates shall be recovered from the bills payable to the firm for the number of days
the lift remain un- attended.
8. Any major breakdown shall be attended within reasonable time upto a maximum of 5
(Five) days. The Engineer-in-Charge’s decision is final to decide the period that can be
allowed for such major breakdown and to decide whether a breakdown is major or minor.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
250
9. Routine maintenance to be carried out during every visit and service report shall be
submitted to the engineer-in-charge. If any breakdown call falls within 5 (Five) days prior
to routine maintenance, the breakdown call and service call can be combined.
Maintenance programme.
Periodicity of Check IN CAR IN CAR TOP MACHINE ROOM PIT
7Landing 7 machine.
indicator.
8 and land 8 Room light and fan.
10 calls. 10
Sheave shaft.
11 comfort. 11
Motor shaft.
12 emergency 12
Governor pulley.
13 red 13
Sleeve bearings.
curtain.
14 in car. 14
Check on simplex /
duplex operation.
15
Cleaning the car 15
Grease bearings.
landing sills.
16 guard. 16
Check Rope and Rope
switch.
17
Levelling. 17
Check on starting and
running current.
18
Emergency 18
Check on incoming
voltage.
QUARTERLY 1 Inspection box 1 switch unit
2Guide rail 2 oil clear level
lubrication
3Landing door 3Tacho and Tacho belt
collar
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
251
4 Landing door
gate lock
5 Landing door
operation
6 Guide shoes
car /
counter
weight
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
252
3 The contractor shall have to obtain prior approval from Engineer -in -charge before placing the order
for any specific materials. The Engineer -in -Charge may approve any of the makes /Brands out of the
list of accepted makes (enclosed). All the materials to be used in the work shall be got approved by the
Engineer -in- charge prior to their actual in the work.
4 Bad workmanship shall be rejected in toto.
5 All repairs and patch works shall be neatly carried out to match with the original finish by the
contractor to the entire satisfaction of the Engineer -in-Charge.
6 All the debris due to the electrical works shall be cleared every now and then and site shall be kept
clean by the contractor at all times.
7 The contractor is fully responsible to make his own arrangements for the watch and ward of
materials at site as well as the installations provided by him till such time the installation / work is
completed and handed over to the department in satisfactory working condition for which no extra
claim will be entertained on account of damage, theft, pilferage etc., for the materials and
installations.
8 The contractor shall make his own arrangement for all General and Special T & P required for the
work. No T & P items shall be supplied by the department.
9 The material to be used in the work shall be procured only from authorised source / dealers
/distributors and documentary evidence to this effect shall be submitted as and when desired to the
Engineer -in-Charge or his representative failing which the Engineer -in -charge reserves the right to
reject the materials in toto.
10 Price quoted shall be inclusive of all taxes, duties and GST for works contract (present rate is
18%). Nothing on this account will be reimbursable.
11 The quantities given in schedule of work for all the items are tentative. The work shall be carried out
as
per actual requirement and as approved by the Engineer -in - Charge.
12 Labour Cess, Income Tax and any other statutory deductions as applicable shall be deducted at
source from the contractor's bills.
14 Guarantee for a period of 1 (One) year shall be given for the complete materials and work done.
15 The contactor shall visit the site before quoting
16 All statutory / Mandatory recoveries in force and as notified by competent authority from time to time
shall be recovered from the bills of the agency.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
254
cameras.
(iii) The switch shall have 2 fixed Gigabit Ethernet SFP ports and 2nos 10/100/1000 RJ-45
autosensing PoE ports
(iv) The switch shall have suitable processor and rack mounted type.
7. 64 channel NVR
(i) The Network Video recorder shall be suitable for 64 channel audio/video record.
(ii) The storage capacity shall not be less than 64TB..
(iii) The NVR shall be suitable to record at1080p.
(iv) H265 video compression shall be possible.
(v) Remote operation including configuration, live and recorded video monitoring shall be
possible through client desktop interface.
(vi) The NVR shall have dual power supply, one as standby, which will will take over if
other fails, without shutting down the NVR.
(vii) Hot swap technology shall be feasible for HDD replacement without shutting down the
NVR.
8. Workstation
The workstation shall be able to integrate 3nos NVR with 4nos Industrial monitors for selection of
154noscameras for display in the monitor , all of which are mentioned in BOQ. All cabling
and accessories, software shall be deemed to be included in the offer and nothing etc shall be
payable on account of this.
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
255
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
256
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
257
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
258
Addition: NIL Correction: NIL Overwriting: NIL Deletion: NIL AE(E) EE&SM(E&M)
259
1.1 This specification covers manufacture, testing as may be necessary before dispatch,
delivery at site, all preparatory work, assembly and installation, commissioning putting
into operation of all Air Conditioning equipments.
1.2 LOCATION: Construction site of Academic Complex III for IIT Madras, Chennai
and will be required to operate under the climatic conditions prevailing at Chennai.
1.3 The work shall be executed as per CPWD General Specifications for HVAC Works
2024, Electrical Works Part I (Internal)-2023, Part IV (Substations) -2023 as per
relevant IS/IEC and as per directions of Engineer-in-charge. These additional
specifications are to be read in conjunction with above and in case of variations,
specifications given in these Additional conditions shall apply. However, nothing extra
shall be paid on account of these additional specifications & conditions as the same are
to be read along with schedule of quantities for the work.
1.4 The Bidder should in his own interest visit the site and familiarise himself with the site
conditions before tendering.
1.5 No T&P shall be issued by the department and nothing extra shall be paid on account of
this.
The work to be awarded by this tender shall be treated as indivisible work contract.
The following percentage of contract rates for the various items included in the contract
shall be payable against the stage of work shown herein.
A sum @ 2.5% of gross amount of the bill shall be deducted from each running bill till
the sum amounts to Security Deposit @ 2.5% of the tendered amount of work. The
security deposit shall be released on the expiry of guarantee period stipulated in the
contract.
4.0 RATES:
4.1 The rates quoted by the Bidder, shall be firm and inclusive of all taxes (including GST on
works contract), duties and levies and all charges for packing forwarding, insurance,
freight and delivery, lifting the machineries to roof of substation, installation, testing,
commissioning etc. at site i/c temporary constructional storage, risks, over head charges
general liabilities/ obligations and clearance / inspection etc.
4.2 The contractor has to carry out routine & preventive maintenance for 12 months from the
date of handing over. Nothing extra shall be paid.
4.4 All Statutory deductions like GST on Work Contract ( presently @18%-TDS @2%),
Labour Welfare Cess (presently @1%) recovery etc at applicable rates will be made from
the Contractors bill.
4.5 Some restrictions may be imposed by the security staff etc. on the working and/or
movement of labour, materials etc. The contractor shall be bound to follow all such
restrictions/instructions and nothing extra shall be payable on this account. No claim for
idle labour shall be entertained.
5.1 All sundry equipment, fittings, unit assemblies, accessories, hardware items, foundation
bolts, termination lugs for electrical connections, and all other items which are useful and
necessary for efficient assembly and installation of equipment and components of the
work shall be deemed to have been included in the tender irrespectively of the fact
whether such items are specifically mentioned in the tender documents or not.
6.0 For item/ equipment requiring initial inspection at manufacture’s works’ the contractor
will intimate the date of testing of equipments at the manufacturer’s works before
dispatch. The department also reserves the right to inspect the fabrication job at factory
and the successful tender has to make the arrangement for the same.
The successful bidder shall give sufficient advance notice regarding the dates proposed
for such tests/ inspection to the department’s representative(s) to facilities his presence
during testing/ fabrication. The Engineer-in-charge at his discretion may witness such
testing/ fabrication. The cost of the Engineer’s visit to the factory will be borne by the
Department. Also equipment may be inspected at the manufacturer’s premises, before
dispatch to the site by the contractor.
The Contractor should make his own arrangement for storage of materials and erection
equipments and no separate storage accommodation shall be provided by the
department. Watch and ward of the stores and their safe custody shall be the
responsibility of the contractor till the final taking over of the installation by the
department.
Care shall be taken by the contractor while handling and installing the various
equipments and components of the work to avoid damage to the building. 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 the installation form the site of work.
The Contractor shall carry out the work in such a manner so as not to interfere or affect
or disturb other works being executed by other agencies if any. No claim in the matter
shall be entertained.
10.1 The tender shall guarantee among other things, the following
(a) Quality, strength and performance of the materials used.
(b) Safe mechanical and electrical stress on all parts under all specified conditions
of operation.
(c) Satisfactory operation during the maintenance period.
11.0 GUARANTEE
11.1 All equipments shall be guaranteed for a period of 12 months from the date of taking
over the installation by the department against unsatisfactory performance and /or break
down due to defective design, workmanship of material. The equipments or
components, or any part thereof, so found defective during guarantee period shall be
forthwith repaired or replaced free of cost, to the satisfaction of the Engineer-in-
Charge. In case it is felt by the department that undue delay is being caused by the
contractor in doing this, the same will be got done by the department at the risk and
cost of the contractor. The decision of the Engineer-in-charge in this regard shall be
final.
(a) All general layout drawings of equipments to be installed in plant room, AHU
rooms, cooling towers, ventilation & Exhaust fans and other equipments.
(b) Details of foundations for the equipment, load data, location etc. of various
assembled equipments.
(c) Plumbing drawings for chilled/ condenser/ condensate piping including valves
and insulation, Ducting drawing showing the dimension of ducts, insulation,
location of VAV boxes, dampers, grills and diffusers etc, details of supports for
ducts, pipes and cable trays and electrical panel drawings including control
wiring etc.
(d) Any other drawing/ information not specifically mentioned above but deemed to
be necessary for the job by the contractor.
15.0 On completion of works "As Built" drawings for completed installation shall be
prepared by the Contractor and three (3) copies of the same should be supplied to the
Engineer-in-Charge. In addition, all Operation Manuals, Technical Literature for the
various components of equipment, Controls and Accessories installed, recommended
spares and services Manuals shall also be supplied by the Contractor to the Engineer-in-
charge.
15.1 A sum of equal to 2.5% of the value of the work done subject to the ceiling of
Rs.1,00,000/- (Rupees one Lakh only) shall be recovered from the contractor in case of
non- submission of completion plan and test certificates as mentioned above.
.
16.0 EXTENT OF WORK
16.1 The work shall comprise of entire labour including supervision and all materials
necessary to make a complete installation and such tests and adjustments and
commissioning as may be required by the department. The term complete installation
shall not only mean major items of the plant and equipments covered by specifications
but all incidental sundry components necessary for complete execution and satisfactory
performance of installation with all layout charts whether or not those have been
mentioned in details in the tender document in connection with this contract.
16.2 Minor building works necessary for installation of equipment, foundation, making of
opening in walls for pipe line/ducts or in floors for pipe lines and restoring to their
original condition, finish and necessary grouting etc. as required.
16.3 Maintenance (Routine & preventive) for one year from data of completion and handing
over.
16.4 The work is turn-key project. Any item required for completion of project but left
inadvertently shall be executed with-in the quoted rates.
17.1 Copies of all documents of routine and type test certificates of the equipment, carried
out at the manufacturers premises shall be furnished to the Engineer-in-charge and
consignee
17.2 After completion of the work in all respect the contractor shall offer the installation for
inspection before testing and Commissioning.
18.0 VALIDITY:
19.2 Nothing in this specification shall be construed to relieve the successful bidder of his
responsibility for the design, manufacture and installation of the equipment with all
accessories in accordance with currently applicable statutory regulations and safety
codes.
19.3 Successful Bidder shall arrange for compliance with statutory provisions of safety
regulations and departmental requirements of safety codes in respect of labour employed
on the work by the Bidder. Failure to provide such safety requirement would make the
Bidder liable for penalty as per prevailing rules. In addition, the department will be at
liberty to make arrangement for the safety requirements at the cost of bidder and recover
the cost there of from him.
20.0 INDEMNITY:
The successful Bidder shall at all times indemnify the department, consequent on this works
contract. The successful Bidder shall be liable, in accordance with the Indian Law and
Regulations for any accident occurring due to any cause and the department shall not be
responsible for any accident or damage incurred or claims arising there from during the
period of erection, construction and putting into operation the equipments and ancillary
equipment under the supervision of the successful bidder in so far as the latter is
responsible. The successful Bidder shall also provide all insurance including third party
insurance as may be necessary to cover the risk. No extra payment would be made to the
successful Bidder due to the above.
All consignments are to be duly insured up to the destination from warehouse to warehouse at
the cost of the supplier. The insurance covers shall be valid till the equipment is handed
over duly installed, tested and commissioned.
26.0 PAINTING:
This shall include cost of painting of entire exposed iron work complete in the
installation. All equipments works shall be painted at the works before dispatch to the
site. Painting of all air conditioning equipments shall be done as mentioned in the
technical specification.
27.0 TRAINING:
The scope of works includes on job technical training of two persons at site. Nothing extra shall
be payable on this account.
28.0 MAINTENANCE:
28.1 Sufficient trained and experienced staff shall be made available to meet any exigency of
work during the guarantee period of one year from the handing over of the installation.
28.2 The maintenance, routine as well as preventive for one year from the date of taking over
the installation as per manufacturer’s recommendation shall be carried out and the record
of the same shall have to be maintained.
LOCATION : The work shall be carried out at the premises of New Academic Complex
III building in IIT Madras, Chennai
ADDRESSES : The address of the Officers of the CPWD connected with this work is given
below:-
System Description:
A central air conditioning system shall be designed to provide year round thermal environmental control
for entire building consisting of Class rooms, labs, and faculty rooms in New Academic
Complex III, IITM, Chennai. Air conditioning shall be provided by a central variable flow
chilled water recirculation system for maximum energy conservation.
The central air conditioning system shall consist of water chilling units, multiple primary chilled
water pumps, secondary chilled water pumps with variable frequency inverters, condensing
water pumps, FRP induced draft cooling towers, air handling units, chilled and condensing
water piping, VAV air distribution system, insulation, electrical panels, cabling, wiring,
control wiring and earthing etc .
The building Cooling loads shall be simulated on suitable software by the successful bidder at no
additional cost. The cooling load calculation works out to 600TR for entire building. It is
proposed 3nos x 200TR water cooled screw chilling machines.
System shall provide sufficient capacity to meet peak cooling loads but must be capable of operating
efficiently at part-load conditions without excessive amounts of spare capacity. Chilling units,
cooling towers and Pumps shall be installed in Ist floor/ terrace floor of Substation building
proposed near main building.
All Chilled and condenser water pipes shall be supported properly to avoid transmission of vibration to
ceiling slab and occupied floors etc. Also to take care of expansion / contraction in hydronic
circuit, pressurized expansion tank along with air separator shall be provided in the plant room.
Cooling towers for air conditioning system shall be selected for minimum drift losses and minimum
noise, and shall be installed on terrace of the substation building. These shall be FRP
construction induced draft type. Cooling tower motors shall be provided with Variable
Frequency Drive (VFD) to conserve energy during periods of low ambient wet bulb temperature as
cooling towers shall operate round the clock (365 days a year). Operating the motor through
VFD shall save energy by operating the cooling tower fan at 30-100% speed, thus conserving
motor BHP. The speed shall vary in response to ambient wet bulb temperature and cooling
tower leaving water temperature.
All mechanical equipment such as chilling units, pumps, AHU’s and larger ventilation fans shall be
provided with energy efficient motors in order to attain energy savings, since all these
equipment shall operate for extended periods of time.
Central air conditioning shall be provided by a Central Variable flow chilled water system for maximum
energy conservation. Chilled water distribution shall be designed to achieve maximum energy
conservation. Water flow in load circuit shall be varied but the same through chiller shall
remain constant. To achieve this, two separate circuits i.e. primary and secondary, coupled with
automatic bypass line shall be used. Each chiller shall have its own dedicated primary chilled
water and condensing water pumps connected in a common header pipe line. Secondary chilled
water pumps with variable frequency inverter shall be used for load (Building) circuit. By
monitoring the pressure differential between chilled water supply and return header, the speed of
secondary chilled water pump shall be automatically varied, thus conserving pump brake horse
power.
Double skin air handling unit, consisting of centrifugal fan, cooling coil, and filter section shall be
provided. VAV boxes will be provided to control the inlet air to the conditioned area. All Air
handling units (AHU’s) shall be provided with VFD system for maintaining constant indoor
temperature conditions during varying occupancy levels.
All AHUs shall comprise of multiple rows deep cooling coils for maximum dehumidification. 42 Nos
AHUs shall be installed in the AHU rooms located in floor. All AHUs shall be provided with
proportionate modulating two way valves in chilled water pipework. Depending upon the
temperature setting, a sensor through building automation system shall activate the valve
proportionately to allow required flow of water through coil, depending upon the indoor demand
for cooling.
Smoke / Fire dampers shall be provided in accordance with ASHRAE (American Society of Heating,
Refrigerating and Air-Conditioning Engineers) / NFPA (National Fire Protection Association)
within supply air ducts and return air ducts at AHU room wall crossings, at fire rated wall
crossings, and at walls between adjoining fire zones. Smoke detectors shall be provided in return
air duct to the AHUs and shall shut down the AHUs upon smoke detection.
Balancing / volume control dampers shall be provided at all branch connections for air flow adjustments.
Duct shall be acoustically insulated for the length of 5m from the mouth of AHU, in order to maintain
desired NC (Noise Criterion) levels.
In accordance with National Building Code of India (NBC) all space in basement shall be provided with
Smoke Evacuation System @ 30 ACPH(air changes per hour). Accordingly, necessary provision
in the design shall be made.
One number 13 passenger fire lift in the building shall be provided with pressurization fan for lift shaft
which shall get activated upon sensing of smoke in the building.
As defined in the National Building Code of India, mechanical ventilation for car parking shall be
designed to permit 8 ACPH for normal ventilation and 30 ACPH in case of fire or distress call.
The mechanical ventilation system shall comprise of exhaust air fans and ducts. Fresh air shall be taken
through wall opening in perimeter of the building. During normal ventilation, the normal mode
fans are designed to operate for 8 ACPH and the speed of fan shall be modulated as per the CO
level in the basement. Normal mode fan shall run at lower speed if the CO is less than 20ppm
and shall run at higher speed if the CO level exceeds 35ppm. . 12 Nos CO sensors shall be
provided in the basement.
As defined in the National Building Code of India, mechanical ventilation for toilet shall be designed to
permit 10 ACPH. The mechanical ventilation system shall comprise of exhaust fans, ducts, and
grilles and fresh air shall be through louvers provided in the external wall by architect and toilets
shall be maintained at a negative pressure.
Performance rating of the water chilling machine shall be based on the following design parameters:
7.2 Design parameter for selection of Air Handling Unit and its components shall be:
Maximum face velocity across pre filter : 2.5 m/sec (500 fpm)
media
Maximum flow velocity in ducts for air : 7.62 m / sec (1500 fpm)
conditioning
Maximum flow velocity in ducts for ventilation : 7.62m/sec – 12.7 m /
in pump room, Basement, substation room,
toilet exhaust & Kitchen exhaust. Sec (1500 – 2500 FPM)
7.6 Filtration:
Recirculated air (mixed fresh & return air) at filters having 90% efficiency down to 10
air handling units, fan coil units and microns
ventilation units- (MERV 8)
Washable synthetic type air
264
It is necessary for the AC Contractor to give performance test on Design condition of the
Chiller machine at the factory on the AHRI Certified test bed in India/abroad, before
dispatch of the Water Chilling unit to site of work. The Project manager/ Engineer in
charge of CPWD shall be intimated in advance of the date of the tests, which they will
witness the tests along with IITM Engineers, only if in India.
The AHRI Certified Rotary Screw Water chilling machine shall consist of Twin/multi
Horizontal/Vertical, Semi -hermetic / Direct driven low speed helical rotary compressors,
Soft Starter, refrigerant cooled motor, oil separator, evaporator, condenser, factory
mounted microprocessor based panel, interconnecting refrigerant piping, electronic
expansion valve, controls and accessories to make it compact & efficient unit. The step
less capacity control shall be achieved by use of slide vane valve to provide fully
modulating control (step less continuous) from 100 % to 20 % of the full load.
9.1 COMPRESSOR
The horizontal/vertical helical rotary twin screw compressor shall be direct drive at low
speed for higher reliability & efficiency. The compressor should have minimum rotating
parts.
The compressor should be driven by refrigerant cooled, semi hermetically sealed, two
pole squirrel cage induction motor & should be suitable for 415 Volts ±10%, 50Hz ± 5%,
AC supply.
The shells shall be fabricated from carbon steel plate. Evaporator and condenser are to be
designed, tested and stamped in accordance with ASME code for refrigerant side working
pressure of 300 Psig (pounds per square inch, gauge)
All tube sheets should be made of carbon steel. Evaporator and condenser tubes are to be
individually replaceable. Standard tubes are externally finned, internally enhanced
seamless copper with lands at all tube sheets. Tubes are to be mechanically expanded into
Addition:Nil Correction:Nil Overwriting :Nil Deletion:Nil AE(E) EE&SM(E&M)
273
264
tube sheets. Condenser tubes are to be mechanically fastened to tube supports. In
condenser baffle plates are to be provided to prevent direct impingement of compressor
discharge gas upon tubes. All water pass arrangements will be either flat-faced flanged
(150 or 300 psig waterside) or marine configuration with grooved connections (300 psig
waterside). All connections may be either right or left handed. Water side will be
hydrostatically tested at one & half times design working pressure or at 225 psig
whichever is more & also water passes arrangement should be 2 passes only. The
9.3 REFRIGERANT
The Rotary Screw Chiller shall be selected on R-134A HFC refrigerant only. The
refrigerant for Scroll compressor shall be R-134a or R-407c HFC refrigerant. The water
chilling unit should be fully factory charged with refrigerant, oil & spare refrigerant and
oil must be sent along with the machine for topping up of gas & oil as may be required at
the time of commissioning.
264
a) Starter transition failure.
Display Panel should display chilled water Temp In & Out, Condenser Water Temp In &
Out & also current/voltage plus fault annunciation.
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 & must
be provided.
The unit control panel should be capable of avoiding unit shutdown due to transient
abnormal operating conditions associated with low evaporator refrigerant temperature,
high condensing temperature and motor current overload. If the abnormal operating
condition persists and the protective limit is reached, the machine will be shut down. The
microprocessor based panel should be compatible to building management system.
Interface card & other hardware / software required shall be supplied with the panel of
Chilling Machine.
The Water chilling unit should be selected for the duty as specified in Schedule of
Equipment. The water chilling unit should be selected for power consumption of not
more than 0.62 IKW / TR at 100 % load at operating conditions.The Rotary Screw Water
Chilling Machine shall work Part load with step less capacity of 100% to 20%.
9.6 INSTALLATION
The water cooled Rotary Screw chiller and air cooled Scroll/screw chiller shall be
installed in first floor of the Substation building of Academic complex II over a suitable
cement concrete platform and shall be adequately isolated as per manufacturers
recommendations against transmission of vibration to the building structure.
9.7 PAINTING
The Rotary Screw Chilling machine and air cooled Scroll chiller shall be finished with
durable enamel paint. The shop coats of paint that may become marred during shipment or
erection, shall be cleared with mineral spirit, wire bushed and spot primed over the affected
areas & then be coated with enamel paint.
10.1 This section deals with supply, erection, testing and commissioning of water pump sets
conforming to general specification and suitable for the duty selected as indicated in
Schedule of Equipment. The type, capacity and size of pumps shall suit the parameters
given under Schedule of Equipment. The Pumps selected should have high efficiency and
IE3 rated which should be supported by selection charts and curves.
End Suction Centrifugal Pump of back pull out design as per ISO 2858 or DIN 24255 shall
be selected for condenser water / chilled water re-circulation duty. Pump shall be furnished
complete with Rubber Expansion flexible coupling with MS flange fittings (spacer type).
The pump casing shall have heavily ribbed construction, suction and discharge branches
with raised face, drilled to BS 4504 PN-16 or equivalent. The impeller made of bronze
shall be double shrouded, single entry, radial flow type. It shall be hydraulically balanced
Addition:Nil Correction:Nil Overwriting :Nil Deletion:Nil AE(E) EE&SM(E&M)
276
to minimize axial thrust. The stuffing box shall be factory fitted with mechanical seal.
10.3 The construction of End suction Split Casing Pumps shall be as follows and as per
IS 1520.
Duty : Condenser water / chilled water
Impeller : Bronze
Base Plate : MS
10.4 The capacity of motor shall be at least 15% in excess of BHP requirement of pump &
shall be as per Standard Specifications.
The installation of pumps shall be carried out by the contractor as per manufacturer
recommendations. The pumps shall be mounted on concrete foundations with vibration
isolators sand witched between foundation and terrace floor. As far as possible, the pump
sets shall be factory aligned and if necessary site alignments shall be done by experienced
and trained person. The pumps shall be installed in a manner that would allow maintenance
without causing damage to the installation.
After completion of installation and testing, the pumps shall be painted as per
specification.
11.1 This section deals with supply, erection, testing and commissioning of variable speed
pumping system confirming to general specification and suitable for the duty selected as
indicated in Schedule of Equipments. The type, capacity and size of pumps shall be as
selections given under this section only. The Pumps selected should have a very high
efficiency and supported by selection charts and curves. The pumps shall be used for air-
conditioning applications.
11.2.1 GENERAL
1. Individual Components
4. Sensor Transmitters
5. Sequence of Operation.
11.3 The following references have been broadly considered while designing variable
pumping system.
A. Hydraulic Institute
11.4 The following shall be submitted but not limited to the list given below by the HVAC
CONTRACTOR for approval.
2. Sequence of operation.
3. Shop drawing indicating dimensions, required clearances and location and size
Addition:Nil Correction:Nil Overwriting :Nil Deletion:Nil AE(E) EE&SM(E&M)
279
5. System profile analysis including variable speed pump curves and system
curve. The analysis shall also include staging points.
The submittals must be specific to this project only & general submittals will not be
acceptable.
A. The pumping package supplier shall assume “Unit Responsibility” for the complete
pumping package. Unit responsibility shall be defined as responsibility for interface
and successful operation of all system components supplied by the pumping system
supplier.
B. All function of the variable speed pump controller shall be tested at the factory prior
to shipment and it shall test all inputs, outputs and program execution specific to this
application.
11.6 COMPONENTS
a) The pump logic controller assembly shall be listed by and bear the label of Under
writer’s Laboratory, Inc. 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 applications.
b) The controller shall function to a proven program that safeguards against damaging
hydraulic conditions including :
i) Motor overload
iii) Hunting
c) The pump logic controller shall be capable of accepting 4 discrete analog inputs from
zone sensor / transmitters. The analog input resolution shall be 12 bit minimum, and
the controller shall scan each analog input a minimum of once every 500
milliseconds. The use of a multiplexer for multiple sensor inputs is not acceptable.
Addition:Nil Correction:Nil Overwriting :Nil Deletion:Nil AE(E) EE&SM(E&M)
280
All sensor / transmitter inputs shall be individually wired to the pump logic
controller for continuous scan and comparison feature.
d) The pump logic controller shall select the analog input signal which has deviated the
greatest amount from the set point. The selected signal will be used as the command
g) The pump logic controller shall be self prompting & all messages shall be displayed
in plain English. The following features shall also be provided.
h) The variable speed pumping system shall be provided with a user friendly operator
interface complete with membrane switches and numeric keypad. Display shall be no
less than four lines with each line capable of displaying up to twenty characters. The
human interface panel shall display the following values:
c) Pump % Speed
d) Temperature in degree F or C
i) The pump controller shall communicate to the Building Automation System (BAS)
by both hard-wired and serial communications.
6. AFD speed.
j) The pump logic controller shall be supplied by the pump supplier and the enclosure
shall be conforming to NEMA (National Electrical Manufacturers Association) 1.
B. ADJUSTABLE VARIABLE FREQUENCY DRIVE.
i) The Adjustable frequency drive (s) shall be pulse width modulation (PWM) type,
microprocessor controlled design.
ii) The AFD, including all factory installed options, shall have CSA Group approval.
iii) Power factor shall remain above 0.95 regardless of speed or load. AFDs employing
power factor correction capacitors shall not be acceptable.
iv)Insulated gate bipolar transistors shall be used in the inverter section to convert the
fixed DC voltage, phase adjustable frequency AC output. A DC line reactor shall be
provided to minimize harmonic and current distortion of the input power line.
v) The following customer modifiable adjustments shall be provided:
vi) Speed reference signal shall be customer selectable for 1-10 VDC or 4- 20 MA.
vii) The AFD shall be capable of displaying the following information in plain English
via a 40 character alphanumeric display:
a. Frequency
b. Voltage
c. Current
e. Fault identification
f. Percent torque
g. Percent power
h. RPM
C. SENSOR / TRANSMITTER
Field mounted differential pressure sensor transmitter(s) shall be provided. Unit shall transmit
an isolated 4–20 mA signal indicative of process variable to the pump logic controller
via standard two wire 24 DC system. Unit shall have stainless steel wetted parts with
0.25” male NPT process connections. It shall be protected against ratio frequency
interference and shall have a water tight, NEMA 4 electrical enclosure capable of
withstanding 200 PSI static pressure with a 0.5” NPT conduit connection. Accuracy
shall be within 025% of full span.
i) The system shall consist of a pump logic controller, multiple pump / VFD sets with
manual and automatic alternation and pump staging.
ii) 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
Addition:Nil Correction:Nil Overwriting :Nil Deletion:Nil AE(E) EE&SM(E&M)
284
position.
iii)When the pump logic controller selector switch is in the LOCAL position, the
pumping system shall operate automatically.
v) Each sensor / transmitters shall send a 4-20mA signal to the pump logic controller,
indicative of process variable condition.
vi)The pump logic controller shall compare each signal to the independent, engineer /
user determined set points.
vii) When all set points are satisfied by the process variable, the pump speed shall
remain constant at the optimum energy consumption level.
viii) The pump logic controller shall continuously scan compare each process variable
to its individual set point and control to the least satisfied zone.
ix) If the set point cannot be satisfied by the designed lead pump, the pump logic
controller shall initiate a timed sequence of operation to stage a lag pump.
x) The lag pump shall accelerate resulting in the lead pump (s) decelerating until they
equalize in speed.
xi) Further change in process variable shall cause the pumps to change speed
together.
xii) When the set point criteria can be safely satisfied with fewer pumps, the pump
logic controller shall initiate a timed destage sequence and continue variable speed
operation.
xiii) As the worst case zone deviates from set point, the pump logic controller shall send
the appropriate analog signed to the AFD to speed up or slow down the pump motor.
xiv) In the event of a system differential pressure failure due to a pump of AFD fault,
the pump logic controller shall automatically start the next variable speed pump /
AFD set in sequence and continue variable speed operation.
xv) In the event of the failure of a zone sensor / transmitter, its process variable signed
shall be removed from the scan / compare program. Alternative zone sensor /
transmitters, if available, shall remain in the scan / compare program for control.
xvi) The zone number corresponding to the failed sensor / transmitter shall be
displayed on the operator interface of the pump logic controller.
xvii) In the event of failure to receive all zone process variable signals, all AFDs shall
maintain 100% speed, reset shall be automatic upon correction of the zone failure.
xviii) PUMP or AFD fault shall be continuously scrolled through the display on the
Addition:Nil Correction:Nil Overwriting :Nil Deletion:Nil AE(E) EE&SM(E&M)
285
operator interface of pump logic controller until the fault has been corrected and the
This section deals with supply, erection, testing and commissioning of cooling towers,
conforming to general specifications and suitable for the load parameters indicated in
Schedule of Equipment.
The function of efficient cooling tower is to cool adequate quantity of water through a range
of 5.55 °C efficiently with reference to ambient Wet Bulb Temperature approach of
3.9°C.
TYPE: The cooling tower selected shall be induced draft, counter / cross flow type conforming
to specification as under. The cooling tower should be installed in open terrace of
substation building where free flow of air is available. The cooling towers shall be
constructed conforming to relevant ASME( The American Society of Mechanical
Engineers) standards.
The Fiber Glass reinforced plastic Cooling Tower shall be suitable for outdoor installation. The
Cooling Tower shall be vertical, induced draft, counter/cross flow in fiber-glass
reinforcement plastic construction, complete with fan, motor, surface and spray section,
eliminators, steel supports etc.
a) CAPACITY:
b) SIDE CASING:
Side casing shall be made out of FRP with smooth surface for minimum resistance to air flow. It
shall have sufficient structural strength to withstand high wind velocities and vibration.
The casing shall be installed in the fiber glass reinforced basin. The tower supporting
structure shall be made out of hot dipped galvanized frame. The tower shall have FRP
panels reinforced with embedded steel frame.
The Cold Water Basin shall be deep fiber glass reinforced sump on which cooling tower
structure shall be supported.
Basin fittings shall include the following:
i) Bottom Outlet.
ii) Screened suction assembly fixed to the basin.
iii) Drain at under side of suction, suction side sheet.
iv) Overflow fixed to inside of casing side sheet.
v) Ball type automatic make-up water valve.
vi) Equalizing connection where required.
vii) Quick Fill arrangements.
Addition:Nil Correction:Nil Overwriting :Nil Deletion:Nil AE(E) EE&SM(E&M)
286
DISTRIBUTION SYSTEM
Warm water distribution system shall comprise of header and branch arms system.
d) FILLINGS:
The Fillings shall be made of corrosion proof and rigid film in cross fluted design and arranged
in square / rectangular form and shall be elevated from the floor of the cold water basin to
facilitate cleaning and easy replacement. They shall be arranged in such a manner to
ensure negligible resistance to air flow and to eliminate back water spots and prevent
fouling trough scales that may form. In order to reduce carry-over losses through
entrapment of water droplets in air stream, PVC drift eliminators shall be installed.
Thickness of PVC fill shall not be less than 0.02 mm.
e) MECHANICAL EQUIPMENT:
The Fan shall be propeller type, light-weight rotor fitted with multiple Aerofoil blades. The
entire fan assembly shall be statically balanced. The fan shall be direct / gear driven by
TEFC motor suitable for 415 volts ±10%, 3 phase, 50 Hz ± 5%, AC supply conforming to
IP 65/66. The fan shall be protected by fan guard and shall be easily accessible for
inspection and maintenance. The mechanical equipment assembly shall be adequately
supported on a rugged steel base welded to tubular support assuring vibration- free
support. Fan guard shall be provided to prevent birds from nesting during idling periods.
All fans shall be direct driven with low RPM suitable for low noise application.
The induced draft counter/cross flow FRP cooling tower should be complete with corrosion
proof construction and all steel components including assembly hardware are hot dip
galvanized construction with FRP cold & hot basin. The induced draft propeller fan of
the cooling tower shall be direct / gear driven by TEFC squirrel cage motor located
outside the moist air stream. The corrosion proof PVC fill should be vacuum formed to
provide maximum heat transfer surface. The design should also include cellular drift
eliminators and honeycomb air inlet louvers right on the fill sheet. The maintenance on
the mechanical equipment should be provided from outside the tower & access to the
tower interior should be available through the opening in the centre of cold basin.
The warm water flows through external piping into a chamber at the top of the tower. The splash
box prevents the incoming water from spilling out of the basin and helps in providing
uniform water distribution & the water should flow by gravity from the fiber glass basin
through nozzles to the fill.
The fill sheet includes both louvers and drift eliminators & the louvers should prevent water
from escaping the fill sheets to assure proper & efficient heat transfer throughout wide
variations in the airflow. The hot-dip galvanized steel structural tubes shall support &
stabilize the fill in position & shall also hold the fill sheets in position above the cold
water basin to facilitate the cleaning of the basin. Suitable screens between the side of the
Addition:Nil Correction:Nil Overwriting :Nil Deletion:Nil AE(E) EE&SM(E&M)
287
cold water basin & the base of the fill should be provided to prevent foreign materials in
the circulating water flow & should be easily removable.
COLD WATER BASIN:
The specification for cold water basin shall be same as given for counter flow cooling tower.
12.3 PAINTING:
The cooling tower shall be procured of the color, strictly in accordance with written
approval of the Engineer in Charge and should have a striking finish.
The complete performance ratings and power consumption at varying outdoor wet bulb
temperatures, shall be submitted and verified at the time of testing and commissioning of
the installation. The Capacity of the cooling tower shall be computed as indicated in the
testing procedures for air - conditioning equipments.
12.5 ACCESSORIES:
Each cold water basin shall be provided with a deep leak proof sump complete with a suitable
suction strainer having duplicate screen. The strainer shall have handles for its removal.
The cooling tower basin shall be provided with automatic float valve with a stop valve for
continuous make up water flow, quick fill arrangement with stop valve, over-flow and
drain connections with stop valves.
A hot water bleed connection to the drain line through a stop valve shall be provided. It shall be
connected to the drain line below the drain stop valve.
Steel ladders shall be provided in such a manner and location as necessary to give safe and
complete access to all parts of tower requiring inspection. Each ladder shall be made of
iron sides and 16 mm straps and shall be bolted to the tower on the top and grouted in
masonry at the bottom end.All pipe connections shall be hot dip galvanized and double
flanged.
12.6 TESTING:
The testing of cooling towers shall be conducted as per ASME codes and results should be
within ± 5% of the specified capacity.
13.1 SCOPE
The scope of this section comprises the supply, erection, testing and
commissioning of centrifugal, in-line and propeller type fans and roof mounted units
conforming to these Specifications and in accordance with the requirement of Drawings
and Schedule of Quantities.
13.2 TYPE
Centrifugal, in-line propeller fans and roof mounted units shall be of the type as indicated in
Schedule of Quantities.
Addition:Nil Correction:Nil Overwriting :Nil Deletion:Nil AE(E) EE&SM(E&M)
288
13.3 CAPACITY
The air-moving capacity of fans shall be as shown on Drawings and in Schedule of
Quantities.
Centrifugal fan shall be DWDI (double width double inlet) / SWSI (single width single inlet),
Class I construction, arrangement 3 (i.e. bearings on both the sides) complete with access
door, squirrel-cage induction motor, V-belt drive, belt guard and vibration isolators,
direction of discharge / rotation, and motor position shall be as per the Approved-for-
Construction shop drawings.
b. Fan Wheel: shall be backward-curved non-over loading type. Fan wheel and
housing shall be statically and dynamically balanced. For fans upto 450 mm dia, fan outlet
velocity shall not exceed 9.15 meter/sec and maximum fan speed shall not exceed 1450
rpm. For fans above 450 mm dia, the outlet velocity shall be within 12.2 meter/sec and
maximum fan speed shall not exceed 1000 RPM. High static pressure fan speed shall be as
per manufacturer.
d. Bearings: They shall be of the sleeve / ball-bearing type mounted directly on the
fan housing. Bearings shall be designed especially for quiet operation and shall be of the
self-aligning, oil / grease pack pillow block type.
e. Motor : Fan motor shall be energy efficient and suitable for 415±10% volts, 50
cycles, 3 phase AC power supply, squirrel-cage, totally enclosed, fan-cooled motor,
provided with class F insulation, and of approved make. Motor actual horsepower
shall exceed brake horsepower by a minimum of 10%. Motor shall be designed specially
for quiet operation and motor speed shall not exceed 1450 rpm. The fan and motor
combination selected for the particular required performance shall be of the most
efficient (smallest horse power), so that sound level is lowest. The motor here should be
IE3 rated and compatible to run with VFD
f. Drive: The fan and motor should be direct coupled without any misalignment.
g. Vibration Isolation : MS base shall be provided for both fan and motor, built as
an integral part, and shall be mounted on a concrete foundation through resistoflex
vibration isolators. The concrete foundation shall be atleast 15 cm above the finished floor
level.
h) Static Pressure shall be as specified in the BOQ. However it is the responsibility of the
bidder to verify the adequateness of the pressure by calculating pressure drop across
Addition:Nil Correction:Nil Overwriting :Nil Deletion:Nil AE(E) EE&SM(E&M)
289
individual system components. Succesful bidder shall submit calculations for the internal
pressure of each fan based on the pressure drops in filter, fan & duct etc.
Fan shall be complete with motor, motor mount, belt driven (or direct driven) and
vibration isolation type, suspension arrangement.
a. Casing: It shall be constructed of heavy guage sheet steel. Fan casing, motor mount
and straightening vane shall be of welded steel construction. Motor mounting plate
shall be minimum 5 mm thick and machined to receive motor flange. An inspection
door with handle and neoprene gasket shall be provided. Casing shall have flanged
connection on both ends for ducted applications. Support brackets for ceiling
suspension shall be welded to the casing for connection to hanger bolts.
Straightening vanes shall be aerodynamically designed for maximum efficiency by
converting velocity pressure to static pressure potential and minimizing
turbulence. Casing shall be bonderized, primed and finish coated with enamel paint.
b. Rotor: Hub and blades shall be cast aluminium or cast steel construction.
Blades shall be die-formed aerofoil shaped for maximum efficiency and shall vary in
twist and width from hub to tip to effect equal air distribution along the blade length.
Fan blades mounting on the hub shall be statically and dynamically balanced.
Extended grease leads for external lubrication shall be provided. The fan pitch
control may be manually readjusted at site upon installation, for obtaining actual air
flow values, as specified and quoted.
d. Drive: The fan and motor should be direct coupled without any misalignment.
e. Vibration Isolation: The assembly of fan and motor shall be suspended from the slab
by vibration isolation suspension of heavy duty spring isolators type.
f. Accessories : The following accessories shall be provided with all fans :
i. Outlet cone for static pressure regain.
ii. Inlet cone.
Addition:Nil Correction:Nil Overwriting :Nil Deletion:Nil AE(E) EE&SM(E&M)
290
Fan silencers may be provided where specifically called for in Schedule of Quantities. Fans
shall be factory assembled and shipped with all accessories factory-mounted.
Static Pressure shall be as specified in the BOQ. However it is the responsibility of the
bidder to verify the adequateness of the pressure by calculating pressure drop across
individual system components. Bidder shall submit calculations for the internal pressure
of each fan based on the pressure drops in filter, fan & duct etc.
Roof mounted fan shall be propeller type or centrifugal fans, direct driven or belt driven as indicated in
Schedule of Quantities, complete with motor drive, and housing with weather-proof cowl.
a. Housing: It shall be constructed of 16 gage steel sheet. The housing shall have an
adjustable flange to facilitate installation and shall be especially adapted to receive
fan, motor, and drive. The housing shall have a low silhouette. For belt driven units,
motor shall be installed in ventilated water proof housing outside the air stream. The
discharge cowl shall be hinged along one edge for easy access to motor and drive, for
inspection and maintenance. The entire assembly shall be weather proof and
raised from the roof terrace sufficiently to prevent down flow of rain
water accumulated on the terrace. 18 gauge galvanized steel mesh bird screen shall be
provided on all discharge cowls around the outlet area.
c. Motor: They shall be shaded pole, of split capacitor type with lubricated sleeve or
ball bearings, designed for quiet operation. Bearings shall be designed for vertical
mounting. Motor name-plate horse-power shall be such that the motor shall not be
overloaded in the entire range of rated speed. Motor and fan assembly shall be
easily removable. Motor power supply characteristic and maximum speed shall be
as specified for propeller fans and as indicated in the Schedule of Quantities. The
motor here should be IE3 rated and compatible to run with VFD.
d. Fan Bearings: They shall be heavy duty, self aligning sleeve/ball bearings
designed for thrust load and sealed for grease retention.
f. Vibration Isolation: The motor and fan assembly shall be isolated from the base
Addition:Nil Correction:Nil Overwriting :Nil Deletion:Nil AE(E) EE&SM(E&M)
291
14.1 GENERAL
The scope of this section comprises the scope, design, supply, materials, installation, testing and
commissioning of the Air Handling Floor mounted (AHU) in the HVAC systems
conforming to these specifications and in accordance with the requirements of mentioned
in Schedule of Quantities.
14.2 SCOPE
The scope of the contractor not limited to but inclusive of selection, supply of AHUs, Fan,
Motors, Drive set, Cooling, Filters, Mounting frame, Gaskets, Weather proof flexible
connections, Dampers, lifting, installation, testing, commissioning of the system as per
the Indian & International standards etc. All the units should be provided with
manufacturer test certificates.
The design, materials, manufacture, inspection, testing and performance of the AHU’s shall
comply with all currently applicable statutes, regulations, codes and standards in the
locality where the equipment is to be installed. Nothing in this specification shall be
construed to relieve the CONTRACTOR of this responsibility. In particular, the AHU’s
shall confirm to the latest edition of the following standards:
ARI 410 Forced circulation air –air cooling and air heating
coils.ARI 430 Central-station air handling units.
All fans shall be rated, tested, and certified in accordance with AMCA standards.
All coils shall be rated, tested, and certified in accordance with ARI standards.
Filters shall be tested and certified in accordance with AHSRAE Standard 52.
All instrumentation and controls shall be of commercial quality.
AHU panel shall be selected as per the location & connection required as per the
drawing and project requirements.
(a) The equipment shall be of factory fabricated only and shall be selected for the given
air flow and static pressure at the lowest operating noise level. Efficiency, Capacity
ratings, power consumption, shall be verified at the time of testing and
commissioning of the installation.
(b) The fan outlet velocity shall be within 9m/sec.(1800 fpm)
(c) The noise level at 1.5m distance from the equipment shall not exceed 65dba.
(d) The fan static efficiency shall not be less than 75%.
(e) The face velocity across the pre-filter and filter shall not be exceeding 2.5m/sec
(500fpm).
(f) The face velocity across cooling coil shall not be exceeding 2.5m/sec (500fpm).
(g) The cooling coil should be selected for the actual capacity mentioned in the BOQ
only, based on the actual mixing air quantity and chilled water inlet & outlet
temperature.
14.6 CAPACITY
The air handling unit capacities, maximum motor H.P, static pressure, cooling coil
area, pre-filters etc. shall be according to Bill of Quantities. Static Pressure shall be as
specified in the BOQ. However it is the responsibility of the bidder to verify the
adequateness of the pressure by calculating pressure drop across individual system
components. Succesful Bidder shall submit calculations for the internal pressure of
each AHU based on the pressure drops in cooling coil, filter, fan, damper, duct and
VAV boxes etc.
The cabinet shall be constructed suitable to accommodate the fan section, drive
motor, cooing coils, filters, mixing box, dampers etc as required. The casing shall be
self supporting type, factory fabricated & assembled made of extruded anodized
aluminum hollow sections to make a rigid frame structure. The frame shall be
assembled using pressure die cast aluminum joints. The self supporting unit shall
consist of sandwiched panel made out of 0.8mm thick pre-plasticide / pre-coated GI
Addition:Nil Correction:Nil Overwriting :Nil Deletion:Nil AE(E) EE&SM(E&M)
294
sheet outside & 0.8mm GI sheet inside duly factory fabricated. All the panels shall be
of thickness 40mm as required. The insulation shall be sandwiched between the inner
& outer skin with pressure injected with CFC free Polyurethane Foam (PUF) of
density not less than 42kg/m³ and thermal conductivity K value not exceeding
0.020w/m0K at 00C as per ASTM-C518.
The AHU panels shall be of modular construction. The insulated panels shall be
bolted to main frame with neoprene rubber gaskets held captive in the framed
extrusion to make it leak proof. The AHU shall be provided with double skin quick
opening air tight access doors / panels with pressure die cast aluminum hinges & hard
nylon handles and locks shall be provided for access to various sections for
maintenance. The door should be provided with view port and limit switches The
AHU should be provided with marine lamp suitable for wet room application for easy
visibility at the time of service. The AHU panels to be provided with opening for the
drain pipe and electrical cable entry.
The Entire housing shall be mounted on Extruded Aluminum channel frame work
having pressure die cast aluminum jointers or the frame work shall be joined together
with corner plates The lifting lugs of minimum 4Nos. to be provided on the base
channels. Condensate drain Pan shall be constructed of 18 gauge polished stainless
steel sheet SS-304 with all corners welded with uniform slope from all sides leading
to drain pan ensuring no stagnation of condensate water.
The fan & motor to be mounted on the high grade aluminum extruded slide rail base
frame. It should be isolated from the main casing using high quality vibration
isolators.
The fan outlet shall be connected to the main casing, using high quality fire and moisture
resistant flexible connection to avoid vibration transmittance. The AHU to be provided
with high grade extruded opposed aerofoil blade leak proof outlet damper suitable for the
manual or motorized operation as required.
performance curves for the fan considering the as installed condition of the fan at site.
All fans shall be of factory fabricated only and shall be selected for the lowest operating
noise level. High efficiency, Capacity ratings , Low power consumption, with operating
points clearly indicated, shall be submitted and verified at the time of testing and
commissioning of the installation.
The fan shall be of Double Inlet Double width (DIDW) type with Backward curved type
blades. The Static efficiency of the fan shall not be less than 75%.
The fan casing, impeller and the blades shall be constructed with heavy gauge galvanized
sheet and rigidly reinforced and supported with galvanized angles.
The fan impeller shall be mounted on a solid shaft supported to housing with angle iron
frame and heavy-duty ball bearings. Bearings shall be self-aligning. The bearing housing
selected for an average life of 200,000 hours at design operating conditions and shall be
provided with grease line extending to outside of the AHU Casing. The impeller & blades
shall be selected / designed for quiet - running. The fan assembly shall be statically &
dynamically balanced. A single impeller for the entire flow rate specified for the unit is
preferred.
The motors should be of TEFC squirrel gage induction class F insulated motor with
minimum IP 55 protection and suitable for 3phase, 415volts, 50hz power operation. The
motor should be of high efficiency and should have efficiency of not less than 75%. The
motor should be suitable for the Variable frequency drive (VFD) operation. The motor
rpm shall not exceed 1450 RPM. The motor here should be IE3 rated and compatible to
run with VFD. The fan and motor should be direct coupled.
The Cooling Coil shall be suitable for chilled water flow. The number of rows of cooling
coil shall be as per BOQ or as per the manufacturer selection whichever is greater. The
Cooling coil section shall have 10mm to 15 mm dia inner grooved copper tubes of wall
thickness not less than 0.50mm with minimum of 0.15mm thick hydrophobic coated sine
wave aluminum fins firmly bonded to copper tubes assembled in zinc coated steel frame.
The fins spacing shall be of 10 to 13 fins per inch. Face and surface area shall be such as to
ensure rated capacity from each unit and such that air velocity across each coil shall not
exceed 2.5 m/sec (500 fpm). An appropriate panel of the Coil Section shall incorporate
factory made openings for coil inlet & outlet connections.Tube shall be hydraulically
expanded for minimum thermal contact resistance with fins. The Coil shall be mounted on
castors to facilitate removal for cleaning. Flanges of resilient isolation material shall be
provided both at the inlet and outlet connections of all cooling coils with necessary bushes
of similar material to minimize transmission of vibration to connected piping. Coil shall
have automatic air vents, the vent outlets beings piped to the drain pan with a copper pipe.
Addition:Nil Correction:Nil Overwriting :Nil Deletion:Nil AE(E) EE&SM(E&M)
296
Coil performance shall be rated in accordance with ARI Standard 410. Each coil shall be
factory tested under water. Each coil shall be leak tested at 17 bars. The Header in the coil
section should be of copper only. For the chilled water application the coil header shall be
provided with necessary arrangement for the connecting copper pipe to the MS pipe.
The coils shall be mounted over an adequately sized condensate drain pan. Particular, care
shall be taken to ensure that condensate is drained totally without leaving any stagnant
pools anywhere in the unit. The drain pan shall be of stainless steel of thickness not less
than 18G and of grade not less than SS 304 of minimum 100mm high and shall be
insulated for thermal protection with of not less than 19mm thick Nitrile rubber or
equivalent insulation to avoid any surface condensation.
The filtration are classified as per the standards of ASHRAE 52.2, DIN 24185, EN779,
EN1822 based on the efficiency of filtration as a function of specific particle sizes. (For
more details regarding the filtration kindly see the details under the main heading AIR
FILTERS)
The AHUs shall be provided with Pre filter as mentioned in the BOQ and requirements.
These filters should be fixed on the modular type mounting frames made of heavy gauge
Powder coated GI or anodized aluminum. The filters shall be with Neoprene / felt gasket
to be used for airtight fixing of the filters. These filters should be provided with handles for
easy removable. The Pre filters shall be provided at the suction side of the fan section
before the coil sections.
Pre filter:-
The pre filters shall be of quality not less than MERV-8 or equivalent of ASHRAE
standards. The Pre filters are with high quality high graded density synthetic fiber media
supported by HDPE and aluminum mesh. These filters should offer a lesser initial pressure
drop with high dust holding capacity. These filters should provide longer life. It should
have temperature resistance of 100⁰C and Flame retarding as per DIN 53438 shall be of
Class-F1. The filter should be selected with the face velocity not exceeding 2.5m/sec
(500fpm) and initial pressure drop not exceeding 40pascals and final pressure drop under
clogged condition shall be within 100 pascal. These filters should be air cleanable and
washable with water.
FACTORY TESTS.
The Contractor / manufacturer shall describe the tests that will be conducted at their
works on the Air Handling Units. They shall furnish a test certificate / certificates to the
effect that such tests have been duly performed on the AHUs.
Tests shall be conducted on all AHU’s at the factory for measurement of fan delivery vs.
static Pressure, total pressure, BKW, efficiency & noise level at 100%, 80% 60%, 50% &
40% speeds. The cooling/heating coil performance shall be tested at the factory for
100%, 80% 60%, 50%, 40% & 20% water flow for water side pressure loss, air
temperature after the coil etc., The Project manager/ Engineer in charge of CPWD shall
be intimated in advance of the date of the tests, which they will witness the tests along
with client at their option.
INSTALLATION.
A manufacturer’s representative for the fans shall be provided as necessary to assist the
Subcontractor during installation, and to provide written certification that the equipment
has been installed complete as specified and in accordance with the manufacturer’s
directions as approved.
All the AHUs to be installed over a civil / structural elevated pedestal / platform of height
not less than 100mm and shall be provided with ripped neoprene rubber gasket or
additional cushy mounts to avoid any vibration transmittance from AHUs.
All fan equipment shall be verified by field vibration tests that factory balance has been
maintained during shipment and erection. Field rebalances should be done if required
without any additional cost.
The floor below the AHU and the AHU room shall be finished by CPWD through
respective agencies with gentle slope towards the drain point to avoid any water stagnation
below the AHU / AHU room. The AHU room door shall be of air tight, panel type,
acoustically insulated Double / Single door type of width suitable to shift the AHU & fan
to the room. The AHU room shall be provided with 100mm high threshold at the door
point by the respective agencies. The AHU room shall be provided with one normal water
point for easy cleaning of the AHU room and the filters etc.,
Cooling capacity of various air handling unit models shall be computed from the
measurements of airflow and dry & wet bulb temperature instruments. The Volume
control damper shall be used for air adjustments and the water side valve shall do the water
flow adjustments. The Contractor is responsible in all the respects to balance the whole
system. Computed results shall confirm to the specified capacities and quoted ratings.
Power consumption shall be computed from measurement of incoming voltage and input
current.
The VFD shall be of HVAC drive series suitable for AHU operation. The VFD shall be of
solid state Pulse Width Modulation (PWM) type with necessary Integrated Bi-Polar
Transistor (IGBT).
The Variable Frequency Drive (VFD) shall be with necessary outer covers, internal circuits,
Wide Alpha, Numerical, Graphical display screen, Selector buttons, indicating lamps,
Power input & output connectors, Necessary Analog & Digital Input & Output, DC/AC
choke Harmonic controller & RFI filters, PID controller, Protocol for BMS connectivity
etc, suitable for the project requirements.
The VFD is to be installed at site as per the manufacturer instruction and confirmation. The
VFD supplier should provide proper testing and training for the operating and maintenance
engineers.
The VFD drive shall be manufactured & installed as per the latest International & Indian
DESIGN CRITERIA: -
The Variable Frequency Drive (VFD) shall be suitable for the motor of the equipment
connected and shall be able to provide the full required output power to the motor at full
rated speed and full load without any de-ration of motor.
Whenever the VFD drives located inside an Electrical panel metal enclosure; Necessary
clearance and air flow circulation to be considered for the panel design as per manufacturer
requirement by not required to de-rating the VFD drive. Necessary air intake louvers, Hot
air Exhaust fan system to be considered in the panel.
The switching frequency of the VFD shall be adjustable to reduce the acoustic noise
generated from the motor. While adjusting the switching frequency no de-rating shall be
applicable to the VFD. The drive acoustic noise shall not exceed 65 dBA. The VFD shall be
provided with at least 4 by-pass frequencies with adjustable band width in order to eliminate
resonance in duct work and pipe lines occurring within the motor’s operating frequency
range.
The VFD shall incorporate automatic motor tuning function to adapt itself to the actual
motor parameters. The tuning shall be based on measurements of the motors inductance and
resistance.
Power Failure: - In case of Power failure once the power is available the VFD shall be
capable of restarting automatically after a programmable time delay.
Addition:Nil Correction:Nil Overwriting :Nil Deletion:Nil AE(E) EE&SM(E&M)
299
BMS Communication: - The VFD shall be provided necessary Hardware & Software,
communication port RS485, open protocol like Modbus-RTU/ BACnet-IP for the third party
BMS communication.
Radio Frequency Interference: - The VFD shall comply with Electro Magnetic
Compatibility (EMC) document EN 55011 for Radio Frequency Interference (RFI) control
as an integral part of its design by incorporating RFI filters to meet both Class A1 (150
meters) and class B(50 meters) and for both conducted and radiated emission of RFI. The
RFI filters shall be supplied by the manufacturer of the VFD itself and should be of their
standard design to meet the above criteria.
Total Harmonic Control (THD): - The VFD shall contain as a standard built-in DC
reactors with both inductive and capacitive elements to control the mains harmonics. The
harmonic current distortion produced by the controllers shall comply with IEC 1000-3-2 and
IEC 100-3-4 respectively according to the current ratings.
VFDs that do not include built-in DC reactors for harmonic control shall be supplied with
external Harmonic AC reactors filters on the mains side; which shall reduce the Total
Harmonic current distortion (THD). These AC reactor filters shall be of the same make of
the VFD and shall be supplied as an integral part of the VFD by the manufacturer itself.
Load Torque Requirement (THD): - The controllers shall be specifically designed for
HVAC operation. The output waveform shall ensure that maximum total efficiency is
obtained from the motor and controller at all loads and speeds. The output voltage and
frequency shall be formed to control the quadratic load torques produced by pumps and fans
at maximum efficiency. However the controller shall still be capable of providing 160%
torque for 0.5 sec and 110% torque for 1 min at starting.
Relay Output: - The VFD shall be with 2nos freely programmable relay output suitable for
240V, 2Amps.
Digital Output:- The VFD shall be provided with two freely programmable digital outputs
to show actual status or warning.
The VFD shall be with local control panel shall have wide multi line alpha, numerical,
graphical display screen with necessary selection keys.
The VFD shall provide for “Hand/off/Auto” switch to allow for local control by hand or
remote Auto control by the BMS. This function shall be selectable via the Local Control
Panel or via digital I/O.
The VFD shall display the following minimum faults in clear English text and not by codes.
Mains phase loss
Over voltage
Under voltage
Inverter Overload
Motor Thermal Overload
Over current
Earth fault
Indication Lights: -
The following indicating lights shall be provided on the local display panel of the VFD:
Time clock: -
The VFD shall have inbuilt time clock, and provision shall be available to set the VFD
functioning requirement schedule.
The VFD shall have fire over ride mode facility, where ever the VFD is connected to the fire
mode time operating equipment like stair case pressurization system etc. The fire mode over
ride facility shall prevent the drive to stop due to self-protecting reason and it shall continue
vital fan operation regardless of control signals, warnings or alarms to ensure the
functioning of the system at fire mode.
The VFD shall be with IP-54 panel enclosure and having a bypass mode. The VFD should
be having input chokes for harmonic suppression on current (THAD) less than 30% to 35%
only, and voltage input harmonic (THVD) less than 5%. The VFD drive should be able to
monitor VAV boxes installed in the ducts and should communicate with these VAV boxes
through standard MODBUS- RS-485 protocol. VFD should also be able to monitor the
parameters like air temperature, chill water temperature, carbon dioxide, humidity, filter
chock status, water flow measurement, power consumption of AHU motor, etc and
eventually communicates all the information to the Air conditioning management system via
Ethernet over Modbus protocol. VFD then should further control the AHU motor speed
based on the information given by these sensors and all the VAV boxes. It should also
control and throttle the actuator installed in chill water pipe. The total heat load consumed
( BTU meter ), should also be intenerated to this VFD drive.
GENERAL
The scope of this section comprises the supply, installation, testing and commissioning of
Variable Air Volume units (VAV) to these specifications and in accordance with the
SCOPE
The scope of the contractor not limited to but inclusive of Supply of VAV units, with all
necessary accessories, DDC controller, Damper Actuator, Velocity Sensor, Power supply
terminals, necessary step down transformers, Thermostat / Temperature sensor /, internal
control cabling, necessary installation of tools & tackles, mounting brackets, suspended
hangers, installation, adjusting the system / settings as per the field requirement, necessary
Supervisory controller, Hardware & Software for the remote BMS operation & monitoring,
testing, balancing & commissioning of the equipment etc.
EQUIPMENT
The Variable Air Volume (VAV) Units shall be of pressure independent type and are
fabricated out of heavy gauge steel, mechanically sealed with gasket & leak resistance
construction. Both supply & discharge shall be suitable for duct connections. Boxes shall be
of variable air volume at the inlet and variable air volume at the outlet and shall be fitted
Addition:Nil Correction:Nil Overwriting :Nil Deletion:Nil AE(E) EE&SM(E&M)
303
The VAV units shall be supplied with following quality & accessories:-.
(a) The VAV casing shall be constructed with heavy gauge GI sheet and fitted with a
completely sealed, easily removable means of access to all internal parts. GI sheet
thickness shall be of not less than 1mm thick for all size of VAV boxes. Access to all
boxes must be from the underside only. And air leakage at operating condition shall
not exceed of 2% at the inlet pressure of 750pascal. The casing shall be able to handle
a pressure of 1500pascal without any deformation.
(b) Maximum allowable air flow static pressure loss by the boxes for its satisfactory
operation shall not exceed 25pascals.
(c) The capacity of the VAV boxes shall be such that it is able to provide airflow to the
space between the ranges of 10% to 110% of design capacity.
(d) The VAV boxes shall be supplied with all internal acoustical attenuation treatment.
The Internal acoustical insulation liner shall be of class ‘O’ material and shall be
suitably covered to avoid any carryover of the same with moving air.
(e) The VAV sound levels shall be less than NC35 at maximum inlet pressure of 125 to
375pascal and at 110% of the designed air flow quantity and also the requirement of
NFPA 90A, 90B.
(f) The flow control damper shall be single of multi flap type of heavy gauge GI
construction of not less than 1.0mm and shall be suitable to handle the maximum
pressure of 1500 pascal without any deformation. Under shut-off conditions, all boxes
shall not have air leakage more than 5% of the maximum air quantity.
(g) The VAV shall be initially factory set at minimum & maximum air flow quantity of
10% to 110% of design air flow requirement. A suitable device shall be provided with
facility for the field adjustment of minimum & maximum air flow of within the range
of VAV unit can handle without changing orifices or other parts. Actual maximum &
minimum setting shall be done at site based on the actual requirement by the
authorized representative of the manufacturer.
(h) Velocity Controller: - Shall control the supply air volume through the inbuilt multi
point averaging inlet duct velocity sensor. At any given settings, the controller shall
maintain constant air flow regardless of changes in inlet static pressure. This mode of
operation is called “Pressure Independent”.
shall has holes facing the air flow to sense the total pressure. The other pick up
element has hole facing away from the air flow to sense the static pressure. The
difference between total pressure and static pressure is velocity pressure. From the
velocity pressure the controller shall calculates the air flow through the box.
(j) Damper Actuator: Should able to work on 24V AC. and should be with sufficient
torque to operate the VAV damper at the maximum air flow volume and the pressure
the unit can able to function. It should able to proportionately control the damper as
per the signal from the various sensor signal like temperature, velocity, pressure,
BMS etc., Necessary control transformer to be provided to convert 230V. AC. To
24V. AC. Power supply. The Actuator operating noise level shall be less than 35dBA.
The actuator shall be capable of positioning the air flow controller anywhere between
0º to 90º to maintain the desired flow requirement. The Actuator shall be suitable for
the remote control BMS operation & also shall be suitable for direct Thermostat
operation at stand alone mode whenever failure in communication.
(k) Temperature Sensor: - The temperature sensor shall be Proportional plus Integral
type (PI) action type and shall be with high quality thermistor or platinum sensing
element. It should be possible to mount the sensor at the bottom surface of the false
ceiling. For the independent cabin it should be provided with adjustable knob to
manually set the room temperature. It should be in rectangular in shape with attractive
housing with necessary arrangement for fixing on the wall / ceiling. The sensing
range shall be 0⁰ to 50⁰C. The accuracy should be ±0.2⁰C. The housing material
should be of fire retardant and with minimum IP 30 class of protection and shall be
suitable for the ambient temperature range of 0 to 50ºC and Relative Humidity (RH)
range of 0 to 95%. The sensor should able to communicate to the BMS through DDC
controller by the open protocol like BACnet-IP / Modbus-RTU etc., and whenever
failure in communication it should be able to communicate to VAV at stand alone
mode. The sample of the temperature sensor should be approved by the Architect &
Client. The HVAC contractor shall supply cooling / Heating / Cooling & Heating
type thermostat as per project requirement and as per BOQ.
(l) The VAV box should be with necessary Direct Digital Controller (DDC) which shall
scan all the inputs and performs complex calculations and command output as
required. The analog input circuitry of the controller shall convert the signal from the
space temperature sensor, differential pressure sensor and remote set point into a
digital format. The output signal applied to position the VAV box damper with a
controller shall have accuracy of ±5% and fully pressure independent. The DDC
controller shall be suitable for remote control BMS operation by the open protocol
like BACnet / Modbus etc. Whenever there is a failure in communication the DDC
controller, VAV unit, Temperature sensor shall able to perform on standalone mode.
(m)VAV should have air temperature sensor and air pressure sensor. The VAV should
operate and control the air flow to individual locations based on the information given
Addition:Nil Correction:Nil Overwriting :Nil Deletion:Nil AE(E) EE&SM(E&M)
305
by these 3 sensors. Push button option should also be provided as a secondary option
to set temperatures and turn ON/OFF VAV boxes. These VAVs should have option
to connect with each other on RS 485 using Modbus protocol. Eventually all the
information from these VAVs should be communicated to the VFD, which in turn
will do the speed control of the AHU motor.
(n) Protective metal shroud for control mounting and disconnection switch etc.
(o) Necessary hardware & software to transfer the following four points from each VAV
to the third party BMS system like. Position of the damper actuator, Zone
temperature, Air flow, Air Velocity.
(p) Any other items required for fully functioning of the VAV & the system.
INSTALLATION PROCEDURE.
(a) Ensure sufficient space for access to the controller while installation.
(b) The VAV should be independently supported from the building structure using
necessary fasteners, GI threaded rods & supports.
(c) The inlet & outlet of the VAV boxes should be secured tightly with the GI duct with
flexible or rigid connection.
(d) VAV boxes should be installed as per the arrow marking provided by the supplier for
the direction of air flow as well as vertical position.
(e) The thermostat / Sensor should be located in the zone served by the VAV; but not on
any hiding location or on the direct supply air path.
(f) Required as per supplier specific cables & terminals at the both ends is used to
connect the thermostat to the VAV box.
(g) The temperature required is set on the thermostat. This set temperature along with the
sensed zone temperature is send to the DDC controller of the VAV box, to regulate
the desired amount of air to be delivered in to the zone.
AMS should be standard Ethernet protocol defined and should have an option to monitor
and control the parameters of VFDs and VAVs integrated with it. All information from
VAVs and VFDs should be displayed clearly on the screen through this AMS. GUI
(graphical user interface) bench should be able to generate daily/weekly/monthly
consumption reports/ graphs with necessary control parameters on board.
The VAV boxes, the VFD for the AHUs, the AHU motors, the sensors and the control
algorithm shall be selected to achieve the best possible energy saving in the operation. This
should be achieved without compromising the ventilation requirement as per standards.
Calculations to show the possible energy saving using simulation software must be
submitted by the successful bidder.
Bidders are requested to use the combination of equipments that will offer the best energy
saving potential.
15.1 This section deals with supply, installation and testing, commissioning of necessary
controls (automatic) and instruments conforming to these specifications and shall be in
accordance with Bill of Quantities. The various controls listed below shall be electrically
operated and in case of low voltage controls the necessary step down transformer shall be
provided with each control. All automatic controls shall be as detailed in specifications
below, however, if the automatic control is not already installed on the machines, it may
be installed by the contractor as per Bill of Quantities.
The Pressure independent balancing cum two way modulating valves shall be provided in
chilled water line to the cooling coil of Air-handlers which is actuated by a
proportionating thermostat. The valve shall be selected for valve authority value in the
range of 30 % to 60 %. These valves shall made of dezincification resistant brass and the
seals of EPDM (ethylene propylene diene terpolymeror) PTFE (Polytetrafluoroethylene)
and valve stem is made of stainless with linear flow characteristics. Modulating motor
shall be suitable for operation with a signal of 0-10 volt DC from the IBMS System. The
pressure differences between inlet and outlet maintained by pressure actuating the
diaphragm unit at a constant level. The pressure drop across valve for air-handler unit
shall not exceed 5.0 PSI. The valve linkages shall be of the same make as of valves &
modulating motor.
15.3 THERMOSTATS
These shall be electrically operated fixed differential type with the sensing elements
located in the return air passage. The exact mounting arrangement, profile etc. shall be
Addition:Nil Correction:Nil Overwriting :Nil Deletion:Nil AE(E) EE&SM(E&M)
307
For Air-handlers, two way mixing valves shall be proportionately operated based on
return air temperature & is suitable to operate in the range of 14 to 30 °C.
15.4 INSTRUMENTS
Common Pressure gauges: The pressure gauges shall be dial type of 150 mm dia to be
installed at inlet / outlet of chillers, condensers, suction and discharge ends of pump-sets.
The Floor mounted air-handlers shall have common pressure gauge across inlet & outlet.
The pressure gauges shall be connected to the pipes by common diameter copper pipe
with shut off cocks required for gauges protection during testing.
16.1 This section deals with supply and fixing of thermal / acoustic insulation of ducts, pipes
etc. as per the specification given in this section.
The insulation material of the following kind shall be used for cold insulation of Chilled
water pipe line and supply & return air ducts.
Conditioned space
The chilled water pipes shall be insulated with closed cell Elastomeric nitrile rubber
foam. The thickness shall be 38 mm up to 65 mm dia pipe, 44mm from 80mm dia to
150mm dia pipe and 50mm above 150mm dia pipe.
The application of insulation on pipes should be carried out in workman like manner
as mentioned below:
The Condensate drain pipes shall be insulated with closed cell Elastomeric nitrile
rubber foam. The thickness shall be 19 mm up to 65 mm dia pipe. The application of
insulation on pipes should be carried out in workman like manner as mentioned below:
The insulation material for the ducts, chilled water pipes and under-deck insulation shall
be Closed Cell Elastomeric nitrile rubber foam. The thermal conductivity of the material
shall be 0.037 W/mK at an average temperature of 20 deg C. The density of the material
shall be 45 kg/m3. The material shall be rated as Class ‘O’ as per BS 476 PART 7.
Thermal conductivity of the material shall not be affected by ageing. The material must
be in a single layer up to 32mm thickness and not formed by laminating several layers.
For providing UV protection the insulation for chilled water pipes shall be cladded with
minimum 350μm in thickness with a total weight ≥500 g/sqm made from a 3-layer
composite film of metallic silver appearance with aluminium intermediate layer and
having a permanent curl to be applied with 40-50mm overlap using plastic rivets and
manufacturer's recommended 50mm PSA Tapes (Pressure Sensitive Adhesive tapes)
complete as required. All bends, T-sections and end caps shall be cladded with
thermoformed fittings of the same composite covering system. The minimum thickness
will be as per BOQ specs.
The duct surfaces will be thoroughly cleaned prior to applying the insulation. Adhesive of
suitable grade shall be uniformly applied on the insulation and cured, before sticking to
the duct. The insulation can be wrapped around the duct as one piece, where size does not
permit the same be cut to exact width/height of duct.
The duct insulation joints will be overlapped with a self adhesive tape of the same
material. The tape shall be minimum 2.5mm thick and 50mm wide. A self adhesive strip
of same material, of suitable thickness (height), to cover the complete height of the flange
will be provided around the flanges and the flange joint neatly covered with insulation, so
as to reduce heat loss through flanges, in addition to covering the flange connection/joint.
Addition:Nil Correction:Nil Overwriting :Nil Deletion:Nil AE(E) EE&SM(E&M)
309
The material to be used for duct acoustic lining shall be 15 mm thick open cell
elastomeric insulation of 140-180 Kg/cu mtr density and with K value not exceeding
0.047 W/mK with class 1 fire classification. The lining of initial length of the duct shall
be done as shown in the tender layout drawings or as per CPWD specification & shall be
carried out as follows:-
a) Clean the duct piece thoroughly,
b) Fix the acoustic lining inside the ducts using manufacturer's
recommended Rubber based Adhesive in a blend of solvents.
c) Secure the insulation lining suitably as recommended by the manufacturer.
d) Finally seal the ends completely, so that no lining material is exposed.
The walls of AHU Room shall be provided with acoustic lining with 25 mm thick open
cell elastomeric insulation of 140-180 Kg/cu mtr density and with K value of 0.047
W/mK with class 1 fire classification and installation shall be carried out as per following
specifications & as specified in the Bill of Quantities:
The Chilled water/ condensate pipes shall be provided with thermal insulation with
closed cell elastomeric insulation of 45 Kg/cu mtr density and with K value of 0.037
W/mK or better at 20 deg C mean temperature with class ‘ O’ fire classification and
cladded with material as specified in BOQ for UV Protection. The insulation shall be
carried out as per following specifications & as specified in the Bill of Quantities:
a) The pipe to be insulated should be cleaned thoroughly with steel brush for
removing dirt, rust and grease.
b) Apply a coat of Zinc chromate primer and two coats of cold setting adhesive
CPRX compound/ manufacturer recommended adhesive on pipes.
c) Fix insulation of specified thickness tightly and seal all joints with adhesive
compound.
d) Join the two ends of the insulation to a tight butt joint.
permanent curl to be applied with 40-50mm overlap using plastic rivets and applying
recommended 50mm PSA (Pressure Sensitive Adhesive) tapes at the joints.
h) Insulation for the chilled water pipe upto 80mm dia the first layer shall be of
tubing section.
16.11 INSULATION OF VALVES AND FITTINGS IN CHILLED WATER LINE
All valves, fittings, flanges, strainers etc. in the chilled water line shall be insulated in the
same manner as described above for chilled water pipes. Care should be taken to ensure
that no damage would be caused to the insulation when valves or strainers are operated.
All chilled water pumps and accessories shall be insulated in the same manner as
described above for chilled water pipes.
Expansion tank shall be insulated with 50mm thick thermal insulation with closed cell
elastomeric insulation of 45 Kg/cu mtr density and with K value of 0.037 W/mK or
better at 20 deg C mean temperature with class ‘ O’ fire classification and the final finish
shall be done with 0.5mm(26Gauge) thick aluminium sheet cladding. The method of
application of insulation shall be same as described for insulation of piping.
17.1 This section deals with supply, erection, testing & balancing of GI sheet metal duct work
and air registers conforming to specifications as given below as per CPWD Specification
for HVAC Work. The successful bidder should submit the shop drawing for duct layout
for approval from the engineer incharge before taking up the fabrication.
The duct shall be fabricated out of galvanised sheet, class VIII (Zinc coating 120
gm/m²)as per the parameters given below which are conforming to IS 655- 1963.
In addition to above the following points should be also taken into account while fabrication
of ducts:-
These dampers shall be provided in the ducting work for proper control and balancing of
air distribution. All dampers shall be louver type robust construction. These dampers
shall be fitted with easily accessible operating mechanism, complete with links, levers,
quadrant for proper control and setting in a desired position. The position of the handle of
the damper operating mechanism shall be clearly visible and shall indicate the position of
the damper in the duct. All dampers, splitters shall be fabricated out of G.S. sheet of two
gauges higher than the duct piece having these fittings. Dampers shall be installed in duct
at all required locations.
NOTE: In case angle iron supports are not feasible to be installed for supporting the
ducts due to height constraint then the contractor shall support the ducts with M.S flats of
17.3 A) THE SUPPLY AND RETURN AIR GRILLS AND CEILING DIFFUSERS
The supply and return air grills and ceiling diffusers shall be made of powder coated
extruded aluminum sections. The supply air grills / diffusers shall be provided with screw
operated opposed blade volume control device made of extruded aluminum in black
anodised finish.
All grills / diffusers shall have soft continuous rubber / foam gasket between the
periphery of the grills / diffusers and surface on which it has to be mounted. The colour
of grills / diffuser shall be as per the approval of the Engineer in Charge.
The linear continuous supply / return air grills shall be made of powder coated extruded
aluminum construction with fixed horizontal bars. The thickness of fixed bar louvers
shall be 5mm in front and the flange shall be 20mm wide with round edges. The register
shall be suitable for concealed fixing and horizontal bars of the grills shall mechanically
crimped from the back to hold them.
The colour of grills shall be as per the approval of the Engineer in Charge. The volume
control device made of extruded aluminum construction in black anodised finish shall be
provided in supply air duct collars only.
The square / rectangular ceiling diffusers shall be made of powder coated extruded
aluminum construction with flush fixed pattern. The diffusers shall have Anti-Smudge
ring and spring loaded removable central core in various pattern for air flow direction.
The diffusers shall be mounted by concealed screw fixing arrangement.The volume
control device of extruded aluminium construction in black anodised finish shall be
provided in supply air diffusers. The colour of diffuser shall be as per the approval of the
Engineer in Charge.
The opposed blade volume control device (Damper) shall be made of Powder Coated
extruded aluminum construction in black anodised finish. Opposed blades shall be
pivoted to extruded aluminum frame with Nylon bushes. Specially designed blade shall
have an overlapping lip which shall ensure a tight closure.
The fresh air intake louvers at least 50mm deep will be made of powder coated extruded
aluminum construction. Bird / insect screen will be provided with the intake louvers. The
blades shall be inclined at 45 degree on a 40mm blade pitch to minimize water ingress.
The lowest blade of the assembly shall be extended out slightly to facilitate disposal of
314
The intake louvers shall be provided with factory fitted aluminium construction volume
control dampers in black anodised finish.
17.4 PAINTING
All ducts collar / shoot behind the grills / diffuser shall be given at least two coats oil
black enamel paints.
17.5 TESTING
The complete duct system shall be tested for air leakage & complete air distribution
system shall be balanced.
18.1 This section deals with supply, installation, testing and commissioning of all types of
motors used for pumps, air-handlers, compressors, cooling towers etc. The motor
installation, wiring & its control shall be carried out in accordance with the specifications
as detailed below.
18.2 MOTORS
MAKE OF MOTORS
The make of motors shall be as specified in List of Approved Make.
a) The motor shall be of the following design and should run at all loads without
any appreciable noise or hum.
i) Totally enclosed fan cooled Squirrel Cage.
ii) Screen protected drip proof wound Squirrel Cage motor.
Enclosure and type of motor shall depend upon duty and usage unless otherwise
specified.
b) The winding of motors shall be class ‘F’ or ‘H’ insulation as indicated in BOQ and
suitable for local conditions. The insulation of motors shall confirm to IS:
325/1978.
c) All motors shall comply with IS:325, IEC-34.1 or BS – 2313, IEC-72.1 for foot
mounted motors.
d) The rating of the motor shall be as indicated in the Schedule of Equipment & Bill
of Quantities. The motors shall be selected on the basis of ambient temperatures
and allowable maximum temperature rise.
f) All motors shall be rated for continuous duty as per IS:325. Motor shall be suitable
for operation on 415 volts ± 10% volts, 50 ± 5% Hz AC supply(or 230 ± 10%
volts,50 ± 5% Hz for single phase AC supply).
h) Motors above 0.25 HP shall be provided with overload protection. Motors above
100 HP shall be provided with thermal protection and thermistor detector in the
starter winding.
i) The starter current and the type of starter to be used shall be as follows (unless
otherwise specified)
Type of motor Starting Current Starting method
a) Squirrel Cage motor up to 7.5 HP 600% of full load current D.O.L
b) Above 7.5 HP up to 60 HP 250% of full load current Star / Delta
c) 75 HP & above 200% of full load current Closed transition Star /Delta
a) All starter shall confirm to IS: 13947. The starter shall be enclosed in sheet
metal enclosure, which would be dust vermin proof.
b) All starter should have suitable range of voltage and frequency.
c) All starter shall have integral stop/start push button of international colour code.
d) In event of power failure, the starter should automatically disconnect.
e) All starters shall be provided with thermal over load relay.
f) All star delta starters shall have adjustable timers.
g) Terminal blocks with integral insulating barrier shall be provided for each starter.
h) All starters shall be provided as specified in Bill of Quantities. All starter shall
be compatible to the drive and driven equipment.
i) Extra contact for interlocking purpose shall be provided in the starter.
a) The motor and drive machine shall be fixed on slide rails to facilitate belt and
other adjustments.
b) Vibration isolation arrangement shall be provided.
c) The installation of motor shall be carried out as per IS: 900.
d) The motor with driving equipment shall be mounted on foundation and connected
to each other with flexible coupling with guard in condenser & chilled water
pumps.
e) All motor shall be wired as per specifications. Earthing of motor frame shall be
done with GI strips as specified in ‘Bill of Quantities’.
f) All motors shall be tested at manufacturer’s works as per I.S. standard and test
certificates shall be furnished.
g) All motors after installation shall be tested at site for vibrations, heating and
electrical insulation resistance by AC contractor.
316
The specifications given below pertain to the design, manufacture, supplying, testing and
commissioning of the various MV panel boards in the schedule of quantities.
GENERAL
No equipment needing manual operation shall be located less than 250 mm above floor
level. Operating levers, handles etc of highest unit shall not be higher than 1700mm.
The Non-essential LT panel shall be provided with rear cable chamber. Cable alleys
shall be provided at the back with suitably hinged doors/cover. It shall be possible to
safely carry out maintenance work in any one circuit with the bus bar and adjacent
circuits live. Adequate number of slotted cable support arms shall be provided for
cleating the cables.
Switch Board shall be divided into suitable sections for convenience during shipment.
All doors shall be folded type. All covers and doors to be provided with neoprene
gaskets. Hinged doors shall be provided on both sides. They shall have a quarter turn
mechanism. Door locks shall be operated by a common key. Metal door locks shall be
provided.
Provision shall be made for shrouding the outgoing terminals for protection against
317
accidental touch. All exposed live parts shall be totally covered by shrouds.
Wherever more than one cable has to be terminated on any incoming / outgoing feeder
the respective incoming / outgoing terminals has to be designed in such way as to receive
the required number of cables.
Base Channel / Base frame shall be provided in case of free floor standing panels.
The panel board shall be fabricated using suitable mild steel structural sections or pressed
and shaped cold rolled sheet steel of thickness not less than 2 mm. Stiffeners shall be
provided wherever necessary.
All panel edges and door edges shall be reinforced against distortion by rolling, bending
or by the addition of welded reinforced members. Cut-outs shall be true in shape and
devoid of sharp edges. The complete structure shall be rigid, self-supporting and free
from vibration, twists and bends.
19.3 PAINTING
All sheet steel work shall be phosphated with applicable standards. All metal works shall
be chemically treated with 7 tank process for degreasing, derusting, phosphating and
applied with two coats of Epoxy powder coating. The panel board shall be painted with
epoxy powder coated, approved shade and colour on interior and exterior side.
19.4 BUSBARS
The panel shall be provided with three phase and neutral busbar. Busbar shall be of
uniform cross section throughout their length of the bus bar section.
All bus bar and bus-taps shall be insulated with color coded heat shrinkable PVC
insulation sleeves.
Busbar shall be adequately supported and braced to withstand the stresses due to the
specified short circuit currents. Busbar supports shall be made of fiber reinforced
moulded plastic material, or cast resin.
Separate supports shall be provided for each phase of the busbars. If a common support
is provided for all three phases, anti tracking barriers shall be incorporated. Busbar joints
shall be complete with high tensile steel bolts and washers and nuts. Busbars shall be
thoroughly cleaned at the joint locations and a suitable contact grease shall be applied just
before making a joint. The bus bars shall be with maximum current density of 1.6 Amp /
sq mm. for copper and 1.3 Amp / sq mm. for aluminium. The Branch bus bars shall have
75% of aggregate capacity of feeder connected subject to the maximum of the capacity of
the incomer ACB/MCCB of the particular section.
19.5 AIR CIRCUIT BREAKERS (A.C.B.)
318
The ACBs shall comprise single units of four pole construction, having a rupturing
capacity of 50 kA at 415 V AC for 1 second and shall be provided with door interlock.
Operating mechanism shall be quick make, quick break, mechanical and electrical trip free
mechanism arranged to give break in all poles simultaneously.
The ACB’s shall be provided with the following features in Microprocessor releases:
The ACB’s shall also be provided with the following electrical / mechanical
features:
The MCCBs shall comprise single units of triple pole / four pole construction as specified, shall
be rated for 415 V AC and shall be provided with Rotary operating handle mechanism,
wherever specified.
All live parts shall be totally enclosed and shrouded with a heat resistant moulded insulating
material housing. Operating mechanism shall be quick make, quick break and trip free
type.
The rated service breaking capacity (Ics) shall not be less than the ultimate short circuit
breaking capacity (I cs = I cu)
Variable Thermal setting shall be provided in MCCBs with thermal Magnetic Release.
Wiring inside the panel shall be carried out with 660/1100 V grade, single core, PVC insulated,
stranded copper conductor wires. Minimum size of conductor for power circuits is 2.5 sq.
mm. Not more than two connections shall be made on any one terminal. All internal
wiring shall be properly ferruled at the both termination. All control cables shall be
terminated with crimping types lugs with colored PVC shrouds and shall have
identification labels.
Outgoing terminals of all feeders of panels having rear cable alley shall be extended up to the
cable alley preferably by solid connection strips. Terminal blocks, wherever provided,
shall be of heavy duty and comprising of finely threaded pairs of brass studs of at least 6
mm diameter, links between each pair of studs, washers, nuts and locknuts. The studs
shall be securely locked within the mounting base to prevent their turning. Insulated
barriers shall be provided between adjacent terminals.Terminals shall be shrouded.
Terminal blocks shall be adequately rated to carry the current of the associated circuit.
19.9 LABELS
Labels shall be provided for Feeder designation, feeder equipment no, Compartment
designation, panel designation main label. All labels shall comprise white letters on a
black background and shall be made of non-rusting metal or 3-ply lamicoid or engraved
PVC. MV Danger Notice Boards shall also be provided.
19.10 EARTHING
Panel shall be provided with a earth busbar running along the entire length of the board. At either
end of the earth bus, one clamp type terminal with nuts, bolts and washers shall be
Addition:Nil Correction:Nil Overwriting :Nil Deletion:Nil AE(E) EE&SM(E&M)
321
Earth bus bars shall be supported at suitable intervals. Positive connection between all
the metal frames of equipment mounted in the switchboard and earth busbar shall be
provided.
All instrument cases shall be connected to the earth using 660 V grade, single core 2.5
sq.mm stranded copper conductor. All non current carrying metal and hinged doors shall
be earthed.
19.11 TESTS
19.12 LT CABLES
The design, manufacture and performance of the cable should conform to the latest
applicable standards of Bureau of Indian Standards. The LT cables shall be supplied with
necessary test certificates from the manufacturer.
The General intent of this specification is to mention the relevant tests to be done and
furnished to the Engineer-in-Charge by the Contractor. These are guidelines. However
the Contractor shall carry out all such tests and complete all formalities as per relevant
Indian Standard Specifications, Fire Insurance Requirements and/or Electricity Rules
and Regulations as per Government Gazette and Publications.
Testing of Equipment:
All equipment before installing on the site work shall be tested and all such results
produced to the Engineer-in-Charge. Nothing shall absolve the Contractor from re-
performing any tests that the Contractor may be called upon specifically by the
Engineer-in-Charge or supply company or electrical inspector. All equipment shall be
tested jointly with the Engineer-in-Charge as required by various sections of the
specifications and test data shall be furnished as required.
Pre-commissioning Tests:
On completion of erection the contractor shall clean all the equipment thoroughly and
inspect the entire installation for correctness and shall furnish a report of completion to
the Engineer-in-Charge. Pre-commissioning tests shall commence only on approval of
this report by the Engineer-in-Charge.
All tests and the certification thereof shall only be carried out by those authorized,
skilled, experienced and certified permit holders of the Supervisor Category of Electrical
Inspectorate / Department. No unauthorized personnel shall ever carry out any such
tests as stated herein under:-
The AC contractor shall provide fire shunt relay contact in his panel wherever necessary
either it is specified in the Schedule of Quantities or not free of cost along with auto /
manual mode selector switch in the outgoing feeder for AHU Fan to take fire input
signal (Potential Free Contact).
20.1 This section deals with supply, installation, testing & commissioning of chilled water /
condenser water / drain water pipes, pipe fittings and valves etc. as detailed below in
specifications. All pipes, fittings and valves etc. shall conform to relevant Indian
standards.
20.2 WATER PIPING
i) The pipes, fittings and valves shall be of approved make given in the NIT.
ii) Chilled water / Condenser water pipes shall be "C" Class M.S. E.R.W Black
pipes & shall conform to IS:1239 (Part 1) - 1991 & IS:3589 - 1991 with
latest amendments.
Addition:Nil Correction:Nil Overwriting :Nil Deletion:Nil AE(E) EE&SM(E&M)
324
iii) Drain water / make up water pipes shall be "B" Class GI Pipe & shall
conform to IS: 4736.
iv) The pipes shall be sized for individual liquid flow & shall ensure smooth
noiseless balanced circulation of fluid.
v) All piping and their steel supports shall be thoroughly cleaned and primer
coated before installation.
The pipe fittings for screwed piping shall be malleable iron and for piping with welded joints
shall of weld able quality. Also the fittings shall be suitable for same pressure ratings as
for the piping system.
All bends up to sizes 150 mm dia shall be ready made of heavy duty wrought steel of appropriate
class.
All bends in sizes 200 mm and above shall be fabricated from the same dia and thickness of pipe
in at least four sections and having a center in radius of at least 1.5times diameter of
pipes. Fittings such as tees, reducers etc. shall be fabricated from the same pipe and its
length shall be at least twice the diameter of the pipe.
The dead ends shall be formed with flanged joints & shall have 6 mm thick blank between flange
pair for 150 mm and over.
20.4 FLANGES
All flanges shall be of mild steel as per IS: 6392 / 71 (with latest amendments) & shall be slip on
type welded to the pipes. Flanged thickness shall be to suit Class II pressure. 3 mm thick
gasket shall be used in between the flanges.
Flanged pair shall be used on all such equipments which are required to be isolated or removed
for service for example condenser / chilled water pumps, chilling m/c, AHU etc.
Butterfly valves shall be of minimum PN 16 rating as per IS 13095 preferably with fixed linear
design to suit duty and flanges as per IS 6392 Table "E". Valves of sizes 32 mm and
above diameter shall be made of cast iron close end body, cast iron epoxy coated disc,
Nitrile Seat and SS 410 Stem with tefflon bush. Valves up to 150mm NB shall be with
detachable hand lever operation whereas valves above 150 mm NB shall have warm gear
operation. Butterfly valves complete with companion flanges, nuts, bolts, gaskets etc. as
required. These valves shall conform to BS: 5155, MSS SP 67 & API 609 and shall be
designed to fit without gaskets between mating flanges. The valves shall be suitable for
flow in either direction and seal in both directions.
The valves shall be of integral moulded design. These valves shall be installed in condenser /
chilled water lines, make up / drain water piping lines. All valves shall be supplied with
factory test reports and the manufacturer must have test facilities at their works.
Addition:Nil Correction:Nil Overwriting :Nil Deletion:Nil AE(E) EE&SM(E&M)
326
The dual plate check valves shall be used for horizontal / vertical run of pipes & shall
conform to minimum PN 10 rating. The valve design shall confirm to API 594 and tested
as per ANSI SERIES.
The valves shall have cast iron body, and SS 410 plates, SS 410 Shaft & Nitrile Seat. All
valves shall be supplied with factory test reports and the manufacturer must have test
facilities at their works.
The Y-strainer shall be fabricated out of MS ‘C’ class pipe two size higher than that of
strainer pipe size. Flanges as per BS 10 shall be provided at inlet & outlet of connections.
The body shall be pressure tested at 10 Kg/Sq.cm and shall be hot dip galvanized.
Permanent magnet shall be provided in the body of the strainer to arrest MS particles.
Filter element shall be of nonmagnetic 20 gauge SS sheet with 3 mm perforation. Strainer
shall be provided at inlet of each AHU & chilled water pumps, Pot Strainer body shall be
fabricated out of MS plate IS 226. Thickness of sheet shall be as per size of the strainer
chamfered pipes with flanges shall be provided at inlet / outlet connections of the
strainer. The tangential entry of water shall create a centrifugal action and due to velocity
shall separate sediments and deposit on the inner surface of filter element and at bottom
of the Strainer. Butterfly valves shall be provided at inlet/ outlet connections as shown in
drawing and included in BOQ. The strainer body shall have two separate chambers
properly sealed to avoid mixing of filtered and unfiltered water. A powerful magnet shall
be provided in the body to arrest MS particles. Filter element of Pot Strainer shall be of
non magnetic 18 gauge SS sheet properly reinforced to avoid damage of the element. A
cone with sufficiently large drain pipe with butterfly valve shall be provided at the
bottom chamber to flush-out foreign particles. This arrangement shall avoid frequent
opening of Pot Strainer for cleaning of filter element. Gauge connection shall be provided
at inlet and out let connection.
A set of MS flanges with tongue and groove arrangement and neoprene rubber gasket
shall be provided on the top cover and Pot Strainer flange with sufficient bolts and nuts to
make the joint water tight. Bearing loaded lope cover lifting and swinging arrangement
shall be provided. The pot strainer body shall be properly de-rusted and epoxy coated
from inside and outside. Manufacturers Test Certificate shall be provided with each Pot
Strainer.
The Y-Strainer & Pot Strainer confirming to SSPL 107 & SSPL 106 shall have cast iron
body and factory tested at works at 10 Kg/sq. cm pressure. The screen shall be made out
of 3 mm perforated stainless steel sheet. It should be easily removable when required to
be cleaned. Isolating butterfly valves at either end of the pot strainer shall be provided.
The balancing control and shut off valves with built in pressure drop measuring facility
shall be provided in return water lines for air-handling units, chillers, condensers.
The valves of sizes 32 mm to 65mm dia. shall be of gun metal / cast iron construction
with screwed ends angular design digital hand wheel with locking facility. Whereas
valves of sizes 75mm and above shall be of cast iron construction with internal parts of
SS 410 and EPDM / nitrile seat with flanged ends. The test cocks should be long enough
to protrude out of valve insulation.
The valves shall be designed for minimum PN 16 and tested for the seat at 1.1 times the
design pressure and 1.5 times the design pressure for the shell. All valves shall be
supplied with test certificates and the manufacturer must have test facilities at their
works.
20.9 SUPPORTS FOR PIPES
In plant room pipe shall not be supported from ceiling and shall have steel supports of
adequate strength firmly fixed to the floor only.
The sizes and layout given in the drawings / bill of quantities are for guidance purpose
only. The A/C Contractor shall prepare and submit detailed drawings after the award of
contract to the Engineer in Charge for his approval. No work at site shall be started
before final approval of drawings. The drawings shall indicate sizes of pipes, quantity of
water flow in each length of pipe. All details of fittings, location of all valves, air vents,
pipe supports etc. shall be clearly indicated in the drawings.
a) All pipes shall be securely supported or suspended on stands, hangers, clamps etc.
as required. The Air-conditioning contractor shall design all brackets, saddles, anchors,
clamps etc. & shall be responsible for structural adequacy.
b) All pipe supports shall be of steel, coated with two coats of anti-corrosive paint
and finally finished with paint.
c) The pipe support spacing shall be as follows:
d) The vertical rises shall run parallel to walls and should be straight to wall duly
checked with plumb line.
e) In case pipes with/ without insulation while passing through the wall / slab, shall be
provided with sleeve 50mm higher in size than the pipe with / without insulation.
f) Wherever insulated pipes are running, it should be supported in such a way that no
undue pressure is exerted on the insulated pipe.
g) The expansion-joints or expansion-loops shall be provided to take care of the
expansion and contraction in pipes due to temperature rises.
20.13 AIR-VENTS
Air vents for purging of air trapped in piping system shall be provided at the highest
point. Globe valves of the size as indicated below shall be provided:-
Common Pressure gauges of 150mm dia. & of suitable range shall be provided at the
following locations:
a) Chiller / Condenser / Cooling coils of AHU - Across between Inlets and outlets.
b) All pumps - Across between Suction and discharge
The water pressure gauge shall be made of stainless steel grade SS-304. All parts shall be
made of copper alloy & stainless steel to prevent from corrosion. The dial plate shall be
of white colour & numbers in black & in red colour for better visibility. Pressure gauge
shall have a stainless steel “U” Tube of 15 mm dia & 400 mm in length both side
threaded with stainless steel nut & a ball valve shall also be provided at one end of tube
Addition:Nil Correction:Nil Overwriting :Nil Deletion:Nil AE(E) EE&SM(E&M)
330
21.1 This section deals with supply, erection and commissioning of fire dampers and box type
dampers, conforming to general specification and suitable for duty selected, indicated in
Schedule of Equipment & Bill of Quantities.
a) All supply air Ducts in AHU room crossing shall be provided with approved
make fire and smoke dampers of at least 90 minutes fire rating certified by CBRI,
Roorkee as per UL 555:1995.
b) The fire damper blades & outer frame shall be formed of 1.6 mm galvanised steel
sheet. The damper blade shall be pivoted on both ends using chrome plated spindles in
self lubricating bushes. Stop seals shall be provided on top & bottom of the damper
housing made of 16G Galvanised steel sheet. For preventing smoke leakage side seals
will be provided. In normal operating conditions damper blade shall be held in open
position with the help of a 24 V operated electric actuators thereby providing maximum
air passage without creating any noise or chatter.
c) The damper shall be actuated through electric actuator. The actuator shall be
energised with the help of a signal from smoke detector installed in AHU Room / R.A.
Duct. The fire damper shall close due to temp. rise in S.A. Ducts through the electric
temp. sensor which is factory set at 165°F .
d) Each motorized smoke cum fire damper shall have its own panel which will
incorporate necessary circuit required to step down voltage available from UPS or
emergency power supply to show status of the damper (open or close), to allow remote
testing of damper, indication in event of damper closure due to signal from smoke sensor
/ temp. sensor & reset button. Additional terminal will be provided to have audio cum
video signal in Central Control Room.
e) Damper actuator shall be such that it should close the damper in the event of
power failure automatically and open in the same in case of Power being restored.
f) The fire Damper shall be mounted in fire rated wall with a duct sleeve 600 MM
long. The sleeve shall be factory fitted on fire damper. The joints at sleeve end shall be
slip on type. Minimum thickness of GI Sheet shall be 18G.
g) The damper shall be installed in accordance with the installation method
recommended by the manufacturer.
h) Hinged access doors of suitable size complete with air tight gaskets shall be
provided in all fire dampers & plenums.
22.2 Standards
The testing of all noise control equipment and the methods used in measuring the noise
rating of air conditioning plant and equipment shall be in accordance with the relevant
sections of the British Standards, unless otherwise stated:
22.3 General
The air conditioning contractor must take all necessary precautions to have minimum
noise generation and its transmission generated by moving plant and equipment to
achieve acceptable limits for occupied areas. In addition to the noise level criteria
particular attention must be given to the following details at time of ordering plant and
equipment and their installation :-
The isolation of moving plant, machinery and apparatus including lines equipment from
the building structure.
Where duct work and pipe work services pass through walls, floors and ceilings, or
wherever supported shall be surrounded with a resilient acoustic absorbing material to
prevent contact with the structure and minimise the outbreak of noise from plant rooms.
The reduction of noise breakout from plant rooms and the selection of externally
mounted equipment and plant to meet ambient noise level requirements of the
Specifications.
Electrical conduits and connections to all moving plant and equipment shall be carried
out in flexible conduit and cables to prevent the transmission of vibration to the structure
and nullify the provisions of anti-vibration mountings.
All duct connections to fans shall incorporate flexible connections, except in cases where
these are fitted integral within air handling units.
All resilient acoustic absorbing materials shall be non flammable, vermin and rot proof
and shall not tend to break up or compress sufficiently to transmit vibration or noise from
the equipment to the structure.
Where practicable, attenuators shall be built into walls and floors to prevent the flanking
of noise the duct work systems and their penetrations sealed in the manner previously
described. Where this is not feasible, the exposed surface of the duct work between the
attenuators and the wall subjected to noise infiltration shall be acoustically clad as
specified.
Ambient noise from cooling tower also shall be assessed to determine the suitable
attenuators that can reduce the noise so as not affecting the adjoining public area.
Attenuators shall be provided in ducts in accordance with acceptable noise level criteria
& if specified in BOQ. Attenuators shall be constructed from high quality pre-galvanised
steel sheet casings with lock formed joints along the casing length. Angle iron cross
jointing flanges shall be fitted to silencer casings, drilled as required and finished with
red oxide primer paint. Acoustic splitters shall be formed by chancel section pre-
galvanised sheet steel framework retaining acoustic fill of a density to attain the required
performance. Splitters shall have round Nos.,e ends to give smooth entry and exit
conditions to minimise air pressure drops. The acoustic fill shall be protected from the air
flow by 22 swg minimum perforated galvanized sheet steel. All attenuators shall be
selected against a maximum allowable air pressure drop of 100 Pa.
It will be the responsibility of the AC Contractor at the time of placing orders for fan
equipment to obtain from the manufacturers, certified sound power levels to enable the
selected duct silencers to be checked against the original design information, prior to
orders being placed.
All items of rotating and reciprocating plant and equipment shall be isolated from the
structure by the use of anti-vibration materials, mountings or spring loaded supports fixed
to either concrete bases, inertia blocks or support steels.
Centrifugal fans and motors within air handling units shall be isolated from the frame of
the air handling unit by suitable anti-vibration mountings. Fan discharge air connections
shall be fitted with approved flexible connections.
Axial flow fans shall be mounted on steel legs as diaphragm plates supported on
neoprene in shear anti-vibration mountings, or suspended using spring loaded hangers to
suite the application.
Pipe work connections to circulating pumps, chillers, cooler coils and other heat
exchanger equipment shall be made with flexible connections as per piping
Specifications.
The construction of the anti-vibration mountings shall generally comply with the
following: -
Enclosed Spring Mounting (Caged or Restrained Springs)
Each mounting shall consist of cast or fabricated telescopic top and bottom housing
enclosing one or more helical steel springs as the principle isolation elements, and shall
Addition:Nil Correction:Nil Overwriting :Nil Deletion:Nil AE(E) EE&SM(E&M)
335
The springs shall have an outside diameter of not less than 75% of the operating height,
and be selected to have at least 50% overload capacity before becoming coil bound.
The bottom plate of each mounting shall have bonded to it a neoprene pad designed to
attenuate any high frequency energy transmitted by the springs.
The inertia base shall be sufficiently large to provide support for all parts of the
equipment, including any component, which overhands the equipment base, such as
suction, and discharge elbows on centrifugal pumps.
The frame shall include pre-located equipment anchor bolts fixed into position and
housed in a steel sleeve allowing minor bolt location adjustment.
Isolator support brackets shall be welded into the corners of the base and suitably re-
enforced for the load of the equipment and base.
Additional reinforcing roads shall be provided at 200 mm. centres to ensure the concrete
and frame is adequately stiffened against distortion.
Addition:Nil Correction:Nil Overwriting :Nil Deletion:Nil AE(E) EE&SM(E&M)
336
a) Application: The original colour of all equipments like water chilling machines,
air-handling units etc. which if get damaged during transportation or during
installation shall be painted in original shade with the two coat of paint to give a
final finish.
b) All chilled water pipes shall be painted as per standard code of practice and
arrows shall be marked to indicate direction of flow of water.
NOTE: All makes shall confirm to standard specifications of each items as enclosed with
the tender documents.
IBMS (Integrated Building Management System) shall be based on open, interoperable and
integrated architecture.
1. ARCHITECTURE
1.1. The intent of this specification is to provide a peer-to-peer networked, stand-alone, distributed
control system with the capability to integrate both the ANSI/ASHRAE Standard 135-1995
BACnet,/Modbus/LonWorks technology communication protocols in an interoperable system.
1.2. The supplied computer software shall employ object-oriented technology (OOT) for representation
of all data and control devices within the system. In addition, adherence to industry standards
including ANSI / ASHRAE™ Standard 135-1995, BACnet, TCP to assure interoperability between
all system components is required. For each BACnet device, the device supplier must provide a
PICS document showing the installed devices’ compliance level. Minimum compliance is Level 3;
with the ability to support data read and write functionality. Physical connection of BACnet devices
shall be via Ethernet at all levels.
1.3. All components and controllers supplied under this contract shall be true “peer-to- peer”
communicating devices.
1.4. Structured Query Language (SQL) or Java Database Connectivity (JDBC) or ORACLE
compliant server database is required for all system database parameter storage. This data shall
reside on a server for all database access.
1.5. Two (2) level hierarchical topology is required to assure fast system response times and to manage
the flow and sharing of data.
The system shall be capable of supporting an unlimited number of users using a standard Web
browser such as Internet Explorer™ or Netscape Navigator™ or such. The Web browser software
shall run on any operating system and system configuration that is supported by the Web browser.
The Web browser shall provide the same view of the system, in terms of graphics, schedules,
calendars, logs, etc., and provide the same interface methodology as is provided by the Graphical
User Interface.
The web browser client shall support at minimum the following functions:
User log-on identification and password shall be required. If an unauthorized user attempts access,
a blank web page shall be displayed. Security using Java authentication and encryption techniques
to prevent unauthorized access shall be implemented.
Graphical screens developed for the GUI shall be the same screens used for the Web browser
client.
HTML programming shall not be required to display system graphics or data on a Web page.
HTML editing of the Web page shall be allowed if the user desires a specific look or format.
Storage of the graphical screens (Static) shall be stored in DDC directly and should not
depend on any other hardware.
The Web page shall get automatically refreshed without any user intervention.
Users shall have administrator-defined access privileges. Depending on the access privileges
assigned, the user shall be able to perform the following:
Modify common application objects, such as schedules, calendars, and set points in a
graphical manner. Schedule times will be adjusted using a graphical slider, without requiring any
341
The proposed system shall be a Direct Distributed Digital Control (DDC) system. It shall be a
PC based system and shall combine latest state of the art technology with simple operating
techniques. The entire Monitoring of Building Management System (BMS) shall be comprise of a
network of interoperable, stand-alone digital controllers communicating on an open protocol
communication network to a host computer within the facility and communicating via the Internet
to a host computer in a remote location. The BMS shall communicate to third party systems such as
Chillers, VAVs, Energy meters, Transformers, UPS, DG, Lifts, VFDs & HT/LT circuit breakers,
access control systems, fire-life safety systems and other building management related devices with
open, interoperable communication capabilities.
The BMS framework shall utilize built-in Internet connectivity to a broad range of distribution
partners in the building automation, energy services, power/utility, and industrial sectors. The
Framework shall bring together the ongoing computerization of control applications under single
integrated system architecture.
The features shall be distributed both physically and functionally over the field controllers.
Microprocessor based Direct Digital Distributed Controllers (DDC) shall interface with sensors,
actuators and environmental control systems (i.e. HVAC units, chillers, pumps, fans, lighting etc.) and
carry out followings functions:
error diagnosis.
j. Report generation.
342
These Controllers shall be capable of functioning on a stand-alone mode i.e. in case of loss of
communication with the central control station / Server, these shall function independently. DDC
shall have microprocessors built-in as standard, which control the respective operation centers
based on the required logic and also offer fast communication of data via the network communication
system. The local access to these shall be either through an in-built display with keypad for each
outstation or through a portable operator’s terminal. The controllers shall be capable of executing
advanced control algorithms like Optimum Start stop, PID control, auto PID tuning and schedule
management. They shall also execute logic functions based on time and/or event. Totalisation and
averaging functions shall be an inherent feature of the controller.
Each stand-alone intelligent DDC Controller shall have a Dual 32 bit processor, on board
Ethernet connectivity. These shall also control any other operations on the floor and shall be sized to
suit the operation centers or system requirement.
There shall be one BMS control station located in Control Room. The Operator
Station should use a simple Web Browser in conjunction with the BMS Server software. The
Computer shall be sized to cover the graphic display memory, planning information, software & data
storage requirement. The display shall be in the form of dynamic color graphics and text format with
menu driven pop-up windows and help facility.
The following software packages shall be loaded into the system as minimum standard:
a. Complete system operational software
b. Site specific data manipulation software
c. Graphics software
d. Alarm indication software
e. Internet Enabled Remote Monitoring
Package.
A. A central server, located at Control Room, shall be provided. The server shall support
all DDCs connected to the customer’s network whether local or remote.
B. Local connections shall be via an Ethernet LAN. Remote connections can be via
ISDN, PSTN or dial-up connection.
rd party
C. It shall be possible to provide access to all DDC & 3 integration units via a single
connection to the server. In this configuration, each DDC can be accessed from the Graphical User
Interface (GUI) or from a standard Web browser (WBI) by connecting to the Local Area network.
- Complete control and monitoring of IBMS system from colour graphics pages on the
machine, or from a remote web browser.
- Full client-server operation.
- SQL / JDBC / ORACLE Database.
Addition:Nil Correction:Nil Overwriting :Nil Deletion:Nil AE(E) EE&SM(E&M)
344
The BMS software shall be simple, flexible and convenient to use such that an operator
with minimal programming knowledge can use it to perform control / monitoring and to build
programs for control applications, graphics to generate management information systems (MIS)
reports. As well, on higher end it shall be possible to create customized programs to suite the site
requirement by a software programmer. All necessary documents required to make customization
possible should be available along with the software without any additional charge.
The operating system shall be the Microsoft Windows XP / Windows 7 / Windows
2008 Server / Enterprise /Professional 32 / 64 bit multitasking environment or any other suitable. The
networking software shall use the TCP / IP LAN protocol.
5.2.1. M o n i t o r i n g
The system shall support data acquisition using periodic scanning, exception reporting or on operator request.
The system shall support a range of scan intervals, ranging from less than 5 second up to several
minutes as desired / required. The system shall allow certain selected points to be scanned more
often / faster than other points.
The communication techniques shall be optimized to minimize network traffic while providing
good system response and reliability. The system shall also provide utilities to compile aggregate
statistics on communication link usage.
5.2.2. Control
Control transactions issued by the operator shall be communicated to control devices using a
write followed by read to ensure the integrity of the transaction. If the read following the write to the
device indicates that the control action has failed, the operator shall be informed by means of a
control failure alarm. The priority of the control failure alarm shall be configurable by the user.
5.2.3. System Database
The system shall provide a real-time database incorporating data from analogue, logical or
pulse inputs. The database shall be configurable by the end user without the need for any
programming and shall be able to modify on-line without interrupting operation of the system. In
addition to point-based information, the database shall also provide historization capabilities for
analogue, digital, pulse; event-based information and calculated values. This information shall be
accessible by all facilities of the system such as custom displays, reports, trends, user written
application, etc.
The real-time database shall use suitable data structures to collect and store the following
categories of data, as minimum.
- Access points
- Analogue points
- Status points
- Accumulator points
- Historical data
- Event data
The facility shall also exist to accommodate user defined data structures.
Each of the point database structures shall be comprised as a composite point with a number of
associated parameters that may be referenced relative to a single tag name. Specifically, each of these
parameters shall be accessible by various sub-systems such as the graphical operator interface, report
generation system and application program interface in a simple format without the need to know any
internal storage mechanism.
The system shall maintain portions of the data base requiring frequent high-speed access as
memory resident information and other less frequently accessed data as disk resident data.
Database backup shall be possible with the system on-line including backup of historical based
data. The database backup shall be part of GUI software & shall be possible to configure automatic
backup at regular interval without any user interference / attention. All other backup such as
graphic pages / drawing etc can be windows based where simple copy & paste should be enough for
taking backup other than database. Long term storage of this data shall be possible using the zip
drive. The system shall have the provisions for importing this data at later date for analysis and long
terms MIS reports.
Point data shall be stored in a composite point database structure that provides a wide range of
configurable information including but not limited to:
- Point name and description
- Multiple locations for data storage and device scanning addresses.
- Scan period
- Multiple dead-band or hysteresis settings
- Monitoring and control access restriction information.
- Location of operator alarm handling instructions
- Location of ancillary information associated with the point.
Collection of historical point data shall be configurable as part of the point definition. Once configured, this
data shall be collected automatically. Historical data collection shall be provided for both snapshots
and averages.
The system shall provide the necessary means to easily locate the particular value of interest for any of the
historical points. The graphical operator interface, trend, report generation and application interfaces
shall be able to access historical data.
5.2.5. Trending
The system shall provide flexible trending allowing real-time, historical or achieved data to be trended in a
variety of formats. In addition, trend data types shall be able to combine to allow for comparisons
between data e.g. current real-time data versus archived data. The system shall provide trending
capability with following functions.
- Real time trending
- Historical trending
- Archived history trending
- Trend scrolling
- Trend zoom
- Export option / copying of currently displayed trend data to the clipboard for pasting into
spreadsheet or document.
The system shall allow the trending of a minimum of 5 points in a single trend display set. 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 on-line.
Operators shall be able to zoom in on information displayed on trend sets for closer inspection
by dragging out an area of interest with the mouse or other pointing devices. From such a
selection, it shall be possible to copy the underlying data to the windows clipboard for subsequent
The software shall include a well-organized alarm management facility to enable the operator to
react quickly and efficiently to alarm conditions. The alarm types supported shall include:
- Very high value alarm
- Very low value alarm
- Large deviation alarm
- Rate of change alarm
- Unreasonable value alarm
- Delay to avoid nuisance alarm / short time change in value
The system shall permit any of these alarm types to be applied to the analog and
accumulated points.
The software shall permit at least 90 levels of alarm priorities to be assigned to each alarm
ranging from the lowest to the highest. These levels shall be easily distinguished by the manner
in which they are presented such as the color of the alarm message, blinking of the alarm message,
varying audible alarms, etc., All alarm shall be logged in the event / alarm file and / or on the alarm
printer. On acknowledgement of an alarm, it shall be possible to automatically issue a reset
command to the controller so as to attempt to reset the alarm point.
5.2.7. Reporting
The system shall support a flexible reporting package to allow easy generation of report data. The
reports provided shall include pre-configured standard reports for common requirements such as
alarm / event reports and custom report generation facilities that are configurable by the user. The
following pre-formatted reports shall be available on the system:
- Alarm / event report
- Operator trail report
- Point trail report
- Alarm duration report
- All point report
- Point attribute report
- Lockout summary
- Over-ride summary
Configuration of these reports shall only require entry of the schedule information, and other
parameters such as point name or wildcard, filter information, time interval for search and destination
printer to fully configure the report. No programming shall be required.
The requirement of the above mentioned reports shall be as follows:
5.2.7.1. Alarm/Event Report
This report shall be 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 to the current time.
5.2.7.2. Operator trail report
This report shall be a summary of all operator actions relating to a specific operator in a
specified period.
or group of points has been in an alarm condition over a given time period.
A report shall be provided for summaries of the points selected as per the following criteria:
Out of service
Alarm suppressed
Abnormal input levels
In manual mode.
This report shall be used to provide the summary of all points / commands that have been
over-ridden by the operator.
The system shall include the facility for time scheduling activities on both a periodic and one-off
basis. All time schedules shall be configurable via the Operator workstation. Each time schedule
entry shall consist of:
- Date
- Time
- Point name
- Point Parameter
- Target Value
- Type of scheduling
- The available time schedule type shall include:
Daily – to be executed everyday
Workday – to be executed on the week days
Holidays – to be executed on holidays
Individual days – to be executed on a particular day
The system shall also have the provision for programming temporary schedules that over-ride
the normal schedule.
Energy Monitoring & Analysis should be integral part of GUI. It shall support minimum of 50
Energy points for analysis purpose. The software shall provide the following feature but are not
limited to,
a) It shall be possible to generate & view detailed Daily, Weekly & monthly graphs of the energy
meter / point identified.
Addition:Nil Correction:Nil Overwriting :Nil Deletion:Nil AE(E) EE&SM(E&M)
349
b) It shall be possible to see and analyse the total energy usage in a building and also shall be
possible to identify by which system is major user of the energy.
c) It shall be possible to compare the energy points week against week, day against day in a
month, identify Maximum, Minimum & average daily values & Energy usage for different
periods of time of the day.
d) It shall be possible to make cost and consumption analysis or CO2 reports on consumption.
e) Based on the energy consumed it shall be possible to rank the systems or building
(in case of multi-location buildings)
f) Software shall allow the user to compare the predicted / forecasted energy or based on
historic performance with current performance.
g) It shall be possible to create energy signature with respect to ambient / outside temperature
of the day
h) Software shall allow the user to identify the exceptions happened in the system due to which
energy consumption was increased.
i) It shall be possible to compare the energy consumption after introducing an energy saving
strategy for further fine tuning or to visualize the savings achieved.
The operator interface provided by the system shall through an intuitive graphical user interface and
shall allow for efficient communication of operational data and abnormal conditions. It shall
provide a consistent frame work for viewing of information. Critical areas (such as alarm icons) shall
be visible all the times. A predefined area on the screen shall provide operator messaging, and this
area shall also be visible at all times.
The operator interface shall be interactive and based on graphics and / or icons. Standard tool bar
icons and drop-down menus shall be available on all standard and custom display to allow easy access
to common functions.
The system shall provide an operator interface with the following minimum capabilities:
Each operator shall be assigned one or more specific areas / functions of the facility with the
appropriate monitoring and control responsibility. An area shall be defined in this context as a logical
entity comprising of a set of points in the system. This is turn may represent a physical space in the
facility or a particular utility or a particular equipment.
The system shall provide the facility to create area profiles, which combine areas and time periods,
and which can be assigned to operators with the same area access requirements. By using area
profiles in this way, area access can be specified to apply during certain time periods, allowing
different areas of access at different times of the day or week.
It shall be possible to assign to each operator a set of allowed commands / operating for each
assigned area. With this feature, it shall for example be possible to configure an operator to set a
digital point to On, but to disallow the same operator from setting the same digital point to OFF.
Software shall be provided to facilitate programming and storage of the system operation
manuals in the hard-disk. The operation manual shall be retrieved by On Line Help mode so as to
enable the operator to self-learn the system operation, command, or function as and when needed.
Addition:Nil Correction:Nil Overwriting :Nil Deletion:Nil AE(E) EE&SM(E&M)
351
This ‘help’ facility shall be made available to the operator by use of a dedicated key or a single
key click on the mouse. A minimum help shall be available for every menu item and dialogue box.
The facility shall contain both text and graphics to provide information about the selected function
directly.
The information provided shall be in simple clear language and shall be possible to search the
help based on typical word included in the process.
The Operator workstations shall be capable of displaying a list of all points in alarm for the
building in a single summary. The software shall also provide details of particular alarm occurred on
a point.
rd party
A. The 3 Integration unit shall provide the interface between Ethernet LAN and the 3rd party
field control devices such as DDC or PLC (programmable logic controller) or any other devices
which need to be integrated. These shall also provide supervisory capability of functions over
the devices connected to it.
B. The Unit must provide the following hardware features as a minimum:
a. One no. on board RS-232 port
b. One No. on board RS-485 port
c. Provision to include / add additional communication card
d. Battery Backup
e. Minimum RAM of 128 MB & Flash of 64MB
C. The Unit must communicate over TCP/IP with communication speed of 10/100MBPS.
D. The Integration unit shall have built in drivers for open protocol such as
a. Bacnet over MSTP
b. Bacnet over IP
c. Modbus over MSTP
d. Modbus over IP
e. Lon FTT
f. Lon IP
g. Mbus over TCP
h. Mbus Serial
i. SNMP
E. The Integration unit shall provide flexibility of adding communication ports (RS485) by adding
communication cards, minimum one slot, when required rather than adding additional unit itself.
F. The Integration unit shall have inbuilt JAVA engine and it shall be possible to configure the
rd
IO, if required, of the 3 party devices.
G. The Integration unit should be capable of handling multiple protocol simultaneously and should not
be restricted to single protocol.
H. The Integration unit should have inbuilt memory for program storage.
I. The Integration unit should automatically backup its database for the user defined interval.
J. User authentication should be integral part of the unit.
Addition:Nil Correction:Nil Overwriting :Nil Deletion:Nil AE(E) EE&SM(E&M)
352
L. All units shall have LEDs for fault / status identification such as
a. LAN active (one per port in case of multiport units)
b. LED to display proper functionality / Status of the unit.
c. LED to display healthiness of CPU of the unit.
a) DDC controllers shall be capable of fully “stand- alone” operation i.e., in the event of loss of
communication with other DDCs or Control Station, they shall be able to function on their own.
b) The controllers shall consist of Dual 32bit microprocessors for reliable throughput,
with EEPROM based operating system on BACNET
c) The memory available to the controller board should serve as working space and there should not be
any limitation of using particular function block other than the memory.
e) The controller shall have support programs built in RAM for minimum of 120 hours in the event of a
power failure and it shall be possible to fit any battery thus expanding the time limit to 5 years. An
alarm shall be generated on low battery voltage. The battery shall not be required to supply power
to actuators, valves, dampers etc.
f) DDC shall have embedded TCP/IP connectivity so that it can be hooked into the
Local Area
g) Network (LAN) provided by the client / can be on dedicated network created by the vendor. Each
DDC can be accessed from the Graphical User Interface (GUI) or from a standard Web browser
(WBI) by connecting to the server.
h) Controller shall have capability to communicate with other controllers for any interlock or data
i) Each controller shall have RS232 port built on to it so that any trouble shooting required at
field level can be carried out without removing the controller from the network (LAN).
j) All controllers shall accept 230V, 50Hz Uninterrupted power supply, provided by end user, directly
so that the in between hardware such as transformers and SMPS are avoided.
k) Controller shall support DHCP addressing over Local Area Network (LAN) so that the static IP
requirements are reduced however a single static IP shall be provided for system so that it can be
hosted on to internet in consultation with end user / consultant.
l) All controllers shall have capability to provide 24V DC auxiliary power supply for the sensor which
requires power, however the same shall not be required to high power consuming devices / equipment
such as actuators, dampers etc.
m) The Controllers shall have proportional control, Proportional + Integral (PI) Control, Proportional
plus Integral plus Derivative (PID) Control, Two Position Control and Time Proportioning
Control and algorithms etc, all in its memory and all available for use by the user, i.e. all the
control modes shall be software selectable at any time and in any combination. The analog output
of Proportional Control, PI Control, and PID Control shall continuously be updated and output
by the program shall be provided. Between cycles the analog output shall retain its last value.
Automatic loop tuning facility should be available to tune the loop at regular interval and adjust the
gain or the integral / derivative time.
o) The controllers shall have a resident real time clock for providing time of day, day of week, date,
month and year. These shall be capable of being synchronized with system/ time master clocks in the
network. Upon power restoration all clocks shall be automatically synchronized to the time master
controller which will be set during the commissioning phase.
p) The microprocessor based DDCs shall be provided with power supply, A/D and D/A converters,
memory and capacity to accommodate a maximum of 192 input/output (I/O) hardware points
(with or without an expansion board).
q) If the controllers provided by the contractor have the configurable plug in function cards, then the
following minimum specifications shall have to be met:
(i) The cards shall provide for analog or digital, input or output, hardwired connections to
the installed plant.
(ii) The quantity and combination of these cards shall be determined by the
requirements of the plant in that location with the concurrence of the Engineer-in- charge, as per
the schedule of quantities specified.
r) The DDCs shall have 15% spare capacity for each type of point
(digital/analog i n p u t /output) to give flexibility for future expansion.
s) All DDC controllers shall have 10 / 12-bit A/D resolution and be capable of handling voltage, milli-
ampere, resistance or open and closed contacts inputs in any mix, if required.
v) Digital input/output types to be supported shall be, but not limited to the following:
1. Normally-open contacts.
2. Normally-closed contacts.
3. Pulse inputs
Modulating outputs shall be true proportional outputs and not floating control type.
u) It shall be possible to change the analog inputs to accept any of the above depending upon the site
condition or system requirement using a jumper.
v) Controller’s packaging shall be such that, complete installation and check out of field wiring can be
done prior to the installation of electronic boards.
w) All board terminations shall be made via plug-in connectors to facilitate trouble- shooting,
repair and replacement. Soldering of connections shall not be permitted.
x) Controllers shall preferably be equipped with diagnostic LED indicators with at least indication for
Power up Test OK, Watch dog and Bus Error. All LEDs shall be visible without opening the DDC
cover.
y) It shall be possible for the controllers to accept regulated uninterrupted power supply to maintain
full operation of the controller functions (control, logging, monitoring and communications) in the
event of a localized mains failure.
z) Controllers requiring fan cooling are not acceptable.
aa) There shall be the facility for accessing controller data information locally, via a portable plug-
in color LCD display which will be common to all controllers and normally removed to
Addition:Nil Correction:Nil Overwriting :Nil Deletion:Nil AE(E) EE&SM(E&M)
354
prevent unauthorized tampering. In either case, access to the system thus provided shall be
restricted by passwords in the same way as at the main operator terminal.
bb) In case the Portable operator Terminals (POT) are required to programme the controllers,
sockets shall be provided for same. Attachment of POT shall not interrupt or disable normal panel
operation or bus connection in any way.
cc) The controllers shall be housed in vandal proof boxes to protect them from tampering by
any unauthorized personnel. All DDC controllers used in plant room spaces and external application
shall be housed IP66/IP54 rating enclosures.
dd) It shall be possible to add new controllers to the system without taking any part of the system off-
line.
ee) All DDC should have XML web service option which can be enabled in later stage for any higher
interface with IT infrastructure or any other service.
ff) Individual DDC should be BTL (BACnet Testing Lab) tested.
1) The Controllers shall have a self-analysis feature and shall transmit any malfunction messages to the
Control Station. For any failed chip the diagnostic tests, printout shall include identification of each
and every chip on the board with the chip number/location and whether the chip “Passed” or “Failed”
the diagnostic test. This is a desired requirement as it would facilitate trouble-shooting and ensure
the shortest possible down time of any failed controller. Controllers without such safety feature shall
be provided with custom software diagnostic resident in the EEPROM. The tenderer shall confirm in
writing that all controllers are provided with this diagnostic requirement.
2) Operating system (O.S.) software for controllers shall be EPROM resident.
3) Controllers shall have resident in its memory and available to the programs, a relevant library of
algorithms, intrinsic control operators, arithmetic, logic and relational operators for
implementation of control sequences.
4) In the event of failure of communication between the controllers and/or Control Station terminal,
alarms, reports and logs shall be stored at the controllers and transmitted to the terminal on restoration
of communication.
5) In the event of memory loss of a Controller or the expiration of back-up power, on start- up of the unit
the necessary data-base shall be downloaded manually so that the logic built are verified by the user.
However, controllers requiring a manual intervention for the re-boot of software are not desired.
6) Where information is required to be transmitted between controllers for the sharing of data such as
outside air temperature, it shall be possible for global points to be allocated such that information may
be transmitted either on change of incremental value or at specific time intervals.
7) Controllers must be able to perform the following energy management functions as a minimum,
8) The DDC Controllers shall have Adaptive Control capability whereby the control software measures
response time and adjusts control parameters accordingly to provide optimum control. The
software shall allow self-tuning of the variable control loops (all or any of P, P+I, P+I+D) of the
AHU‟s and chiller system so as to provide the most efficient and optimized controls at different
load conditions. The energy management programs shall update their parameters based on past
experience & current operating conditions.
9) Alarm Lockout shall be provided to prevent nuisance alarms. On the initial start-up of air handler
and other mechanical equipment a “timed lockout” period shall be assigned to analog points to
allow them to reach a stable condition before activating an alarm comparison logic.
10) Run time shall be accumulated based on the status of a digital input point. It shall be possible to
total either ON time or OFF time. Run time counts shall be resident in non- volatile memory.
11) It shall be possible to accommodate Holiday and other planned exceptions to the normal time
Addition:Nil Correction:Nil Overwriting :Nil Deletion:Nil AE(E) EE&SM(E&M)
357
12) All DDC shall have trend / log storing capacity in built into it. It shall be possible to have stored
the data for at least 40 days @ 1 hour sampling time for all the points of the DDC (used or unused).
13) Minimum communication should be 10MBPS for each of the controller.
14) DDC should be forward compatible type so that any expansion or upgrade of the system required in the
future is easily taken care off without scrapping / removing / disturbing the existing working system.
15) DDC Should allow user to include graphics, if required, however it shall be of static in nature.
16) All DDC Should be capable of sending email to specific user in the event of alarm, identified by
end user / consultants.
The communication between controllers shall be via a dedicated or customer provided Ethernet
c o mmu n i c a t i o n n e t wo r k a s p e r s t a n d ard s . Controller’s microprocessor failures
shall not cause loss of communication of the remainder of any network. All networks shall support
global application programs, without the presence of a host PC.
Each controller shall have equal rights for data transfer. There shall be no separate device
designated as the communication’s master. Those systems using dependent controllers shall be
pointed out by the contractor and a dual Hot redundant transmission media with automatic
switching and reporting in the event of line faults will have to be provided.
1) Every DDC must be capable of communicating with all DDs on its own.
2) Network connected devices shall be capable of sending message after successive retries shall
constitute a communication or device failure.
3) Each controller is to be provided with a communication watchdog to assure that the
failure is reported to central station.
4) Error recovery and communication initialization routines are to be resident in each
network connected device.
5) The communication protocol shall incorporate CRC (Cyclic Redundancy
Check) to detect transmission errors.
Single or multiple standalone controller failures shall not cause loss of communication between
active DDCs connected on the communication network. Full communication shall be sustained as
long as there are at least two operational standalone control panels active on the communication
network.
All the System Integration Units shall be linked together on a Local Area Network.
The communication network shall include provision for automatically reconfiguring itself to allow all
operational equipment to perform as efficiently as possible in the event of single or multiple failures.
6. FIELD DEVICES
All controls shall be capable of operating in ambient conditions varying between 0-55 deg. C and 90% R.H.
non-condensing.
All Control devices shall have a 20 mm conduit knockout. Alternatively, they shall be supplied with adaptors
for 20 mm conduit.
Temperature sensors for space, pipes and ducts, shall be of the Resistance Temperature detector (RTD)
type or thermistor. These shall be two wire type and shall conform to the following specifications:
1) Immersion sensors shall be high accuracy type with a high resistance versus temperature
change. The accuracy shall be at least ± 1.33 deg C.
2) Immersion sensors shall be provided with separate Brass thermo well. These shall be
2
manufactured from bar stock with hydrostatic pressure rating of at least 10 kgf/cm .
3) The connection to the pipe shall be screwed type. An aluminum sleeve shall be provided to
ensure proper heat transfer from the well to the sensor. Terminations to be provided on the
head. Flying leads shall not be acceptable.
4) The sensor housing shall plug into the base so that the same can be easily removed without
disturbing the wiring connections.
5) Duct temperature sensors shall be with rigid stem and of averaging type. These shall be
suitable for duct installation.
6) The sensors shall not be mounted near any heat source such as windows, electrical appliances etc.
Space and duct humidity sensors shall be of capacitance type with an effective sensing range of 10%
to 90% RH. Accuracy shall be + 3% or better. Duct mounted humidity sensors shall be provided
with a sampling chamber. Wall mounted sensors shall be provided with a housing. The sensor
housing shall plug into the base so that the same can be easily removed without disturbing the
wiring connections. The sensors shall not be mounted near any heat source such as windows,
electrical appliances etc.
Pressure transmitters shall be piezo-electric type or diaphragm type. (Bourdon Tube type shall
not be acceptable). Output shall be 4-20mA or 0-10V DC and the range as specified in the data sheet
depending on the line pressure. Power supply shall be either 24 V AC, 24 V DC or 230 V AC.
Connection shall be as per manufacturer’s standards. The pressure detector shall be capable of
withstanding a hydraulic test pressure of twice the working pressure. The set point shall fall within
40%-70% of the sensing range and detector shall have sensitivity such that change of 1.5% from the
stabilized condition shall cause modulation of the corrective element. The sensor must be
pressure compensated for a medium temperature of -10 o C to 60o C with ambient ranging between
0o C to 55o C.
These shall be used to measure pressure differential across suction and discharge of pumps. The
range shall be as specified in the data sheet. Switch shall be ON with increase in differential. Housing
for these shall be weather proof with IP 55 protection. The pressure switch shall be capable of
withstanding a hydraulic test pressure of 1.5 times the working pressure. The set point shall fall in 40-
70% of the scale range and shall have differentials adjustable over 10%-30% of the scale range. The
switches shall be provided with site adjustable scale and with 1 NO/NC contacts.
These shall be diaphragm operated. Switches shall be supplied with air connections permitting
their use as static or differential pressure switches.
The switch shall be of differential pressure type complete with connecting tube and metal bends
for connections to the duct. The housing shall be IP 54 rated. The pressure switches shall be available
in minimum of 3 ranges suitable for applications like Air flow proving, dirty filter, etc. The set point
shall be concealed type. The contact shall be SPDT type with 230 VAC, 1A rating.
The switch shall be supplied suitable for wall mounting on ducts. It should be mounted in such
a way that the condensation flow out of the sensing tips. Proper adaptor shall be provided for the
cables.
The set point shall fall within 40%-70% of the scale range and l has differentials adjustable over
10%-30% of the scale range. The switches shall be provided with site adjustable scale and with 1
NO/NC contacts.
Air flow switches shall be selected for the correct air velocity, duct size and mounting attitude.
If any special atmospheric conditions are detailed in the Schedule of Quantity the parts of
the switches shall be suitably coated or made to withstand such conditions. These shall be
suitable for mounting in any plane. Output shall be 1 NO/NC potential free. Site adjustable scale
shall also be provided.
These shall be paddle type and suitable for the type of liquid flowing in the line. Output
shall be 1NO/1NC potential free.
CO2 Sensor shall be wall / Surface mounted type on the field. These shall work on 24V
AC/DC supply with the output being standard type i.e. 4-20 mA / 0- 10 Volts etc. The sensing range
required shall be 0-2000 PPM with good resolution.
The preferred type of sensing element / method is NDIR type with accuracy of +/- 30PPM or
+/-5% of measured value. Warm up time of sensor shall be <2 minutes & response time is better
than 150 seconds. Sensor shall be suitable to fix & operate at 1500 to 1750mm above the finished
floor level.
All the controllers shall be housed in Lockable Vandal proof boxes which shall either be floor
mounted or wall mounted. These shall be free standing, totally enclosed, dust and vermin proof and
suitable for tropical climatic conditions.
9. BMS DELIVERABLES-
The deliverables expected from the BMS is broadly defined here under. However, it is the successful
bidder shall submit the I/O summary as per the schedule of quantities and suitably design it.
9.1. Ventilation
1. Timed scheduled operation of ventilation fans.
2. Facility to bring into any of the additional fans into operation in the event of
maintenance on any of the main in-line fans.
3. Status of fans
4. Status of Generator room, STP room, and toilet ventilation fans
5. Status of staircase pressurization and kitchen exhaust fans
6. Run Time Reports for above equipment
7. Trending of CO concentration levels.
9.2. Chillers:
The chiller supplier shall provide software interface by providing linking of all Chiller
Microprocessor p anel f o r co mmunica t io n b e twe e n p a ne l s . Additionally, s i n g l e
point gateway for high level integration with read/write capability to the BMS system shall be
provided.
9.3. Pumps:
Primary and secondary pumps:
1. Control and Status
2. Time totalizing- led/lag for standby operation.
3. Data logging
4. Pump status
5. Run Time of the pumps
1) Data Points to be monitored & trended for MDMs: kW, kWh, kVAr, pf, V, A, Power outages
2) Data Points to be monitored & trended for KWH Meters: kW, kWh
**************