Sei sulla pagina 1di 1044

Name of work:- Construction of Art and cultural complex building at sector 53 gurgram,Haryana.

(SH:-C/o RCC framed structure Building including water supply, sanitary, Electrical installation
and E&M Services.)
INDEX
S.№. Description Page №.
1. INDEX 1-2
2. PART- A 3
3. COMPOSITE NOTICE INVITING TENDER 4
4. CHECK LIST FOR CONTRACTORS FOR SUBMISSION OF BIDS 5
5. PRESS NOTICE 6
6. INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR E-TENDERING 7-10
GUIDELINES/ PROCEDURE TO BE FOLLOWED IN INTRODUCTION OF ‘e’-
7. 11
PROCUREMENT SOLUTION
8. FORM MCG 6 12-17
9. FORM MCG-7 18-20
10 SCHEDULE A TO F FOR MAJOR COMPONENT 21-32
11. SALIENT HIGHLIGHTS OF THE TENDER 33-34
11 BRIEF PARTICULARS OF THE WORK 35
12. LETTER OF TRANSMITTAL 36
13. INFORMATION AND INSTRUCTIONS FOR BIDDERS 37-40
14. FORM ‘A’ : FINANCIAL INFORMATION 41
15. FORM‘B’: FORM OF BANKERS’ SOLVENCY CERTIFICATE FROM A SCHEDULED BANK 42
FORM‘C’: DETAILS OF ALL WORKS OF SIMILAR NATURE OF WORKS COMPLETED
16. DURING THE LAST SEVEN YEARS ENDING PREVIOUS DAY OF LAST DATE OF 43
SUBMISSION OF TENDER.
17. FORM‘D’: PERFORMANCE REPORT OF WORKS TO BE CONSIDERED FOR ELIGIBILITY 44
18. FORM‘E’: STRUCTURE &ORGANIZATION 45
19. INTEGRITY PACT 46-52
20. BANK GUARANTEE BOND 53-55
21. RECEIPT OF DEPOSITION OF ORIGINAL EMD 56
PART- B :
22. (GENERAL, ADDITIONAL, SPECIAL CONDITIONS AND PARTICULAR SPECIFICATION 57
FOR CIVIL WORK)
23. GENERAL CONDITIONS 58-63
24. ADDITIONAL CONDITIONS 64-73
25. SPECIAL CONDITIONS FOR PROCUREMENT OF CEMENT 74
26. SPECIAL CONDITION FOR PROCUREMENT OF STEEL 75-76
27. PARTICULAR SPECIFICATIONS 77-110
LIST OF APPROVED MANUFACTURERS FOR DIFFERENT MATERIALS TO BE USED IN
28. 111-113
THIS PROJECT FOR CIVIL WORKS / SANITARY AND WATERSUPPLY WORKS
29. GUARANTEE BONDS 114-117

Contractor 1 Engineer-in-Charge
PART – C :
31 118
(ADDITIONAL CONDITIONS & PARTICULAR SPECIFICATIONS FOR ELECTRICAL)
32. SCHEDULE A TO F FOR MINOR COMPONENT 119-124
33. CONDITION OF SUPPLEMENTARY AGREEMENT 125
34. SPECIAL CONDITION FOR ELECTRICAL WORKS FOR COMPOSITE TENDER 126
35. CONDITIONS OF CONTRACT (FOR INTERNAL ELECTRICAL WORK) 127-131
36. COMMERCIAL AND ADDITIONAL CONDITIONS FOR SUB STATION 132-143
37. ADDITIONAL TERMS AND CONDITIONS FOR LIFT AND ESCALATOR 144—165
38. COMMERCIAL AND ADDITIONAL CONDITIONS FOR D.G. SET 166-176
ADDITIONAL TERMS AND CONDITIONS FIRE FIGHTING, FIRE ALARM SYSTEM AND 177-212
39. PUBLIC ADDRESS SYSTEM & WATER SUPPLY PUMPS
40. TERMS & CONDITIONS FOR UPS WORK 213-220
41. COMMERCIAL AND ADDITIONAL CONDITIONS FOR HVAC WORKS 221-318
42. COMMERCIAL AND ADDITIONAL CONDITIONS FOR BMS WORK 319-325
43. COMMERCIAL AND ADDITIONAL CONDITIONS FOR STP WORK 326-333
44. PART – D : 334
45. SCHEDULE OF QUANTITY 335-556
46. ANNEXURE-‘A’ 557-560

47. ARCHITECTURE DRAWINGS 561-589

48. STRUCTURE DRAWINGS 590-606

49. PLUMBING DRAWINGS 607-621

50. SPECIAL CONDITIONS OF NATIONAL GREEN TRIBUNAL 622-623

Contractor 2 Engineer-in-Charge
PART – A

Contractor 3 Engineer-in-Charge
COMPOSITE NOTICE INVITING TENDER

N.I.T. No. :-__________________________________________________________________


Name of work:- Construction of Art and cultural complex building at sector 53 gurgram,Haryana.
(SH:-C/o RCC framed structure Building including water supply, sanitary, Electrical installation
and E&M Services.)

For Civil Component: Rs. 1,27,52,71,658/-


Composite Estimated Cost
For Elect. Component: Rs. 56,38,29,612/-
Total : Rs. 1,83,91,01,270/-
Earnest Money Rs. 36782025/-

Performance Guarantee 5% of tendered value.


2.5 % of tendered value plus 50% of PG for maintenance of the
Security Deposit
building and services.
Time Allowed 30 Months

Certified that this composite DNIT contains Page 1 to Page 621Only.

Assistant Engineer (C)Muncipal Executive Engineer (C) Superintending Engineer (C)


Corporation Muncipal Corporation Muncipal Corporation
Gurugram Gurugram Gurugram

Assistant Engineer (E) Executive Engineer (E) Superintending Engineer (E)


Muncipal Corporation Muncipal Corporation Muncipal Corporation
Gurugram Gurugram Gurugram

This NIT is approved for Rs. 1,83,91,01,270/-(Rupees One Hundred Eighty Three CroresNinety one Lakhs One
Thousand Two Hundred SeventyOnly.)

Chief Engineer
Muncipal Corporation
Gurugram

Contractor 4 Engineer-in-Charge
CHECK LIST FOR CONTRACTORS FOR SUBMISSION OF BIDS

1. The tenderers should read all the instructions, terms & Conditions, contract clauses, nomenclature of
items, specifications etc. contained in the tender documents very carefully, before quoting the rates.
The tenderer should also read the General Conditions of Contract for Pwd works.

2. Any person who submits a tender shall fill up the usual printed form, stating at what rate he is willing to
undertake each item of the work. Tenders, with any alteration in the work specified in the said form of
invitation to tenders, or in the time allowed for carrying out the work, or which contain any other
condition of any sort including conditional rebates, will be summarily rejected.
3. The agency shall quote the percentage (%) above/below the estimated cost put to tender both in
words and figures separately each for Civil & Electrical works.

4. The contractor shall quote his rates keeping in mind the salient highlights, specifications, terms &
Conditions, additional Conditions and special Conditions etc. and nothing shall be payable extra
whatsoever unless otherwise specified.
5. The contractor shall also furnish Performance Guarantee of 5% of the tendered amount (50% of
Performance Guarantee shall be retained as security deposit and will be refunded after over
maintenance period) in addition to the other deposits mentioned elsewhere in the contract for proper
performance of the agreement. The Performance Guarantee shall be in the shape or FDR or Bank
guarantee as per Performa given in Annexure enclosed.

6. In the event of the tender being submitted by a firm, it must be signed separately by each partner
thereof or in the event of the absence of any partner, it must be signed on his behalf by a person
holding a power of attorney authorizing him to do so. Such power of attorney should be produced with
the tender and it must be disclosed that the firm is duly registered under the Indian partnership act,
1952.

7. GST, Labour Cess etc. as applicable shall be paid by the contractor himself. The department shall deduct
from the R/A bills, the TDS as applicable. The contractor shall quote his rates considering all such Taxes.
However regarding the Service Tax the department on proof of production of payment if payable and if
actually paid by the contractor shall reimburse GST.

8. Letter of recommendation for exemption of Octroi shall be issued by the department on demand.
However, the department is not liable to reimburse the Octroi duty in case such exemption certificates
are not honoured by the concerned authorities.

9. The agencies shall get registered with works contract cell of GST Departmentsubmit valid registration
certificate from works contract cell of GST Department preferably at the time of tendering.

10. The tender, which is not duly signed by authorized signatory or is conditional shall be treated as non-
responsive and shall be summarily rejected.

11. Online bid documents submitted by intending bidders shall be opened only of those bidders, whose
EMD deposited with any division office of MCG and other documents scanned and uploaded are found
in order.

Contractor 5 Engineer-in-Charge
PRESS NOTICE
PUBLIC WORKS DEPARTMENT
NOTICE INVITING e-TENDER

Executive Engineer, Muncipal Corporation, C-1, Info. City, Sector-34 ,Gurugram,Haryana invites on behalf of
Commissioner Muncipal coroporation gurgugram online percentage rate bids from eligible contractors and from
firm/contractor of repute in two bids system for the following work:-
NIT No:-_____________________________________________________________________
Name of work:- Construction of Art and cultural complex building at sector 53
Gurugram, Haryana.
(SH: - C/o RCC framed structure Building including water supply, sanitary, Electrical installation and E&M
Services.)

Estimated Cost:-Rs. 1,83,91,01,270/- Rs. 1,27,52,71,658/- for Civil work &


Rs. 56,38,29,612/- for E&M work.

Earnest Money:- Rs. 3,67,82,025/-


Period of Completion: 30 Months,
Last time and date of submission of bid 16.01.2019 up to 13:00 Hrs.

The bid forms and the other details can be obtained from the web site:
https://haryanaeprocurement.gov.in.

EXECUTIVEENGINEER
Muncipal Corporation
Plot No. C-1, Info City, Sector-34,
Gurugram, Haryana.

Contractor 6 Engineer-in-Charge
INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING.

Executive Engineer, Muncipal Corporation Gurugram, C-1, Info. City, Sector-34, Haryanaon behalf of
Commissioner Muncipal coroporation gurgugram invites online Percentage rate bids from All contractor of
appropriate class in composite category and firms/contractors of repute in two bid system for the following
work:-
NIT No.
Name of work & location “Construction of Art and cultural complex building
at sector 53, Gurgram, Haryana.(SH:- C/o RCC
framed structure Building including water supply,
sanitary, Electrical installation and E&M Services.)”
Estimated cost put to bid Composite: Rs. 1,83,91,01,270/-
Civil Component: Rs. 1,27,52,71,658/-
E&M Component: Rs. 56,38,29,612/-
Earnest Money Rs. 3,67,82,025/-
Period of Completion 30 Months
Last date and time of submission of bid, From 19.12.2018 20:00 Hrs up to 16.01.2019
original EMD, copy of receipt for deposition 13:00 Hrs
of original EMD, and other documents as
specified in the press notice.
Pre Bid conference At 03.01.2019 in office of the Chief Engineer
Muncipal Corporation Gurugram, C-1, Info. City,
Sector-34, Haryana.
Time & date of opening of technical bid 17.01.2019
Opening of Financial Bids of Technically Shall be intimated later on
qualified bidders

1. Contractors who fulfill the following requirements shall be eligible to apply. Joint ventures are not
accepted

1.1 Bidders:
Should have satisfactorily completed the similar works as mentioned below during the last Seven years
ending previous day of last date of submission of bids:-

Three similar works each costing not less than 40% of estimated cost
OR
Two similar works each costing not less 50% of estimated cost
OR
One similar work costing not less than 80% of estimated cost.
Similar work shall mean RCC framed structure building having 5 (five) storey or more including internal
electric installation and HVAC system. At least one similar work should have one basement or more.
(Note: Mumty / lift machine room/ basement will not be counted as storey for above purpose)”.

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

a) Should have had average annual financial turnover of at least Rs 55 crores or 30% of the estimated coston
civil/E&M construction works during the immediate last three consecutive financial years, ending 31st
Marchof the previous financial year. Year in which no turnover is shown would also be considered for
working out the average. (Scanned copy of certificate from CA to be uploaded). Further details if required
may be asked from the contractor after opening of technical bids.
b) Should not have incurred any loss (profit after tax should be positive) in more than two years during the

Contractor 7 Engineer-in-Charge
last five years ending 31stMarch of the previous financial year.
c) Should have a solvency of Rs 75 crores or 40% of the estimated cost, certified by his banker. (Scanned copy
of original solvency to be uploaded)
d) The bidder should have sufficient number of Technical and Administrative employees for the proper
execution of the contract. The bidder shall have to submit a list of these employees stating clearly how
these would be involved in this work within 15 days of award of work.
e) The intending bidder must read the terms and conditions of Pwd carefully. He should only submit his bid if
he considers himself eligible and he is in possession of all the documents required.

f) Information and Instructions for bidders posted on website shall form part of bid document.

g) The bid document consisting of plans, specifications, the schedule of quantities of various types of items to
be executed and the set of terms and conditions of the contract to be complied with and other necessary
documents can be seen and downloaded from web site https://haryanaeprocurement.gov.in. Free of cost.
Bidders are advised to keep visiting the above mentioned web-sites from time to time (till the deadline
for bid submission) for any updates in respect of the tender documents, if any. Failure to do so shall not
absolve the applicant of his liabilities to submit the applications complete in all respect including updates
thereof, if any. An incomplete application may be liable for rejection.

h) But the bid can only be submitted after deposition of original EMD either in the office of Executive Engineer
inviting bids or division office of Executive Engineer, MCG within the period of bid submission and uploading
the mandatory scanned documents such as Demand Draft or Pay order or Banker’s Cheque or Deposit at call
Receipt or Fixed Deposit Receipts and Bank Guarantee of any Schedule Bank towards EMD in favour of
Commisoner of municipal corporation of gurugram as mentioned in DNIT, receipt for deposition of original
EMD to division office of Executive Engineer (including DNIT issuing EE/AE), MCG and other documents as
specified.

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

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

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

l) On opening date, the contractor can login and see the bid opening process. After opening of bids he will
receive the competitor bid sheets
2. Contractor can upload documents in the form of JPG format and PDF format.

a. Certificate of Financial Turnover: At the time of submission of bid contractor may upload Affidavit/
Certificate from CA mentioning Financial Turnover of last 3 years or for the period as specified in the bid
document and further details if required may be asked from the contractor after opening of technical bids.
There is no need to upload entire voluminous balance sheet.
b. Contractor must ensure to quote rate of each item. The column meant for quoting rate in figures appears in
pink colour and the moment rate is entered, it turns sky blue.
In addition to this, while selecting any of the cells a warning appears that if any cell is left blank the same
shall be treated as “0”. Therefore, if any cell is left blank and no rate is quoted by the bidder, rate of such
item shall be treated as “0” (ZERO).

Contractor 8 Engineer-in-Charge
However, if a tenderer quotes nil rates against each item in item rate tender or does not quote any
percentage above/below on the total amount of the tender or any section/ Sub head in percentage rate
tender, the tender shall be treated as invalid and will not be considered as lowest tenderer

c. The Technical bid shall be opened first on due date and time as mentioned above. The time and date of
opening of financial bid of contractors qualifying the technical bid shall be communicated to them at a later
date.
d. Pre Bid conference shall be held in the chamber of Chief Engineer Muncipal Corporation Gurugram, C-1,
and Info. City, Sector-34, Haryana at 25.12.2018 on 14:00 to clear the doubt of intending bidders, if any.
As a result of pre-bid conference, modifications, if any, may be uploaded on the website, if felt necessary by
the Department.

e. The department reserves the right to reject any prospective application without assigning any reason and to
restrict the list of qualified contractors to any number deemed suitable by it, if too many bids are received
satisfying the laid down criterion.

f. If any information furnished by the applicant is found incorrect at a later stage, he shall be liable to be
debarred from tendering/taking up of works in MCG. The department reserves the right to verify the
particulars furnished by the applicant independently.

3. List of Documents to be scanned and uploaded within the period of bid submission:

a. Treasury Challan /Demand Draft/Pay order or Banker`s Cheque /Deposit at Call Receipt/ Bank Guarantee of
any Scheduled Bank against EMD.
b. Scanned copy of valid registration certificate of any government bodyappropriate composite category.
c. Certificates of Work Experience (Form ‘C’ & ’D’). In case the works were executed in private sector,
completion certificate should be accompanied with TDS certificates.

d. Certificate of Financial Turnover from CA (Form ‘A’).


e. Bank Solvency Certificate (Form ‘B’).

f. Under taking that “I/We Undertake and confirmed that eligible similar work (s) has /have not been got
executed through another contractor on back to back basis. Further that if such a violation comes to the
notice of department, then I/We shall be debarred for tendering in MCG in future for a work. Also if such
a violation comes to the notice of department before date of start of work, the Engineer-in Charge shall
be free to forfeit the entire amount of Earnest Money deposit/performance Guarantee.”

g. Certificate of Registration for GST and acknowledgement of up to date filed return.


h. Certificate of registration for GST
i. Copy of receipt for deposition of original EMD to division office of Executive Engineer (including DNIT
issuing EE/AE), MCG.
j. Scanned copy of PAN Card issued by Income Tax Department.

EXECUTIVE ENGINEER
Muncipal Corporation
Plot No. C-1, Info City, Sector-34,
Gurugram,
Haryana.

Contractor 9 Engineer-in-Charge
Guidelines / Procedure to be followed in introduction of ‘e’-procurement Solution

1) Payment of cost of Tender documents:-The collection of cost of Tender documents is dispensed away
with, as there is no physical supply of tender documents and also to have absolute anonymity of the
bidders participating in e-procurement solution. The bidders can view / download the tender documents,
from the www.haryanaeprocurement.gov.in.

2) Submission of Bids: The bidders who are desirous of participating in ‘e’ procurement shall submit their price
bids in the standard formats prescribed in the Tender documents, displayed at
www.haryanaeprocurement.gov.in. The bidder should upload the scanned copies of all the relevant
certificates, documents etc., in the www.haryanaeprocurement.gov.in. in support of their price bids. The
bidder shall sign on all the statements, documents, certificates, uploaded by him, owning responsibility for
their correctness / authenticity.

3) Payment of Bid Security (Earnest Money Deposit):- The EMD shall be in the form of the Treasury Challan or
Demand Draft or Pay Order or Banker’s Cheque or Deposit at Call receipt or Fixed Deposit Receipt in favour
of Executive Engineer, Muncipal Corporation Gurugram, C-1, Info. City, Sector-34 ,Haryana.The original
EMD should be deposited either in the office of Executive Engineer inviting bids or division office of
Executive Engineer (including DNIT issuing EE/AE), MCG within the period of bid submission. The EMD
receiving Executive Engineer shall issue a receipt of deposition of ‘earnest money’ to the bidder in a
prescribed format (enclosed) uploaded by tender inviting EE in the DNIT. This receipt shall also be
uploaded to the e-tendering website by the intending bidder upto the specified bid submission date and
time, the tender inviting Executive Engineer will call for original EMD of the L-1 tenderer from EMD
receiving Executive Engineer immediately.

4) Processing of Tenders:- The concerned officers/Hired 3rd Partys will evaluate and process the tenders as
done in the conventional tenders and will communicates the decision to the bidder online.
5) Price Bid opening:-The Price bid will be opened online by the concerned officer/Officers at the specified
date and time and the result will be displayed on the website www.haryanaeprocurement.gov.in.which
can be seen by all the bidders who participated in the tender.
6) Payment of performance Guarantee:-The bidder shall submit irrevocable performance guarantee of 5%
(Five percent) of the tendered amount (50% of Performance Guarantee shall be retained as security deposit
and will be refunded aftermainatnce/defectliability period) in addition to other deposits mentioned
elsewhere in the contract for his proper performance of the contract. This guarantee shall be in the form of
DD / Banker Cheque / pay order / FDR / guarantee bonds of any scheduled bank in favour of
CommissionerMuncipal Corporation Gurugram, C-1, Info. City, Sector-34, Haryana.

7) Participation of Bidders at the time of opening of bids : Bidders have two options to participate in
tendering process at the time of opening of Bids :
a. Bidders can come at the place of opening of bids (electronically) as done in the conventional tender
process.
b. Bidders can visualize processing online.

8) Participation Financial Rules for e–procurement:- The e-procure system would be applicable for purchase
of goods, outsourcing of services and execution of work as prescribed in GFRs / PWD manual.
9) Signing of agreement:-After the award of the contract, an agreement may be signed as done in
Conventional Tenders.

EXECUTIVE ENGINEER
Muncipal Corporation
Plot No. C-1, Info City, Sector-34,
Gurugram, Haryana.

Contractor 10 Engineer-in-Charge
MCG-6, for e-Tendering
GOVERNMENT OF HARYANA
MUNCIPAL CORPORATION DEPARTMENT
NOTICE INVITING TENDER

1. The Executive Engineer, Muncipal Corporation Gurugram, C-1, Info. City, Sector-34, Haryana on behalf
ofcommissioner of municipal corporation gurugram invites online Percentage rate bids for HSR( Haryana
Schedule of Rates) items and item rate for Non schedule items from all contractor of appropriate class in
composite category and firms/contractors of repute in two bid system for the following work:-
“Construction of Art and cultural complex building at sector 53, Gurgram, Haryana. (SH:- C/o RCC framed
structure Building including water supply, sanitary, Electrical installation and E&M Services.)”
1.1 The work is estimated to total cost of Rs.1,83,91,01,270/-(Civil component: Rs. 1,27,52,71,658/-& E&M
component: Rs. 56,38,29,612/- ).
This estimate, however, is given merely as a rough guide.
1.1.1 The authority competent to approve DNIT for the combined cost and belonging to the major discipline will
consolidate DNITs for calling the bids. He will also nominate Division which will deal with all matters
relating to the invitation of bids.

For composite bid, besides indicating the combined estimated cost put to bid, should clearly indicate the
estimated cost of each component separately. The eligibility of bidders will correspond to the combined
estimated cost of different components put to bid

1.2 Intending bidders is eligible to submit the bid provided he has definite proof from the appropriate
authority,(Performance report of works issued by the officer not below the rank of Executive Engineer
for Govt. works and Project Manager for other than Govt. works indicating the value of gross value of
work done and date of completion and quality of works) which shall be to the satisfaction of the
competent authority, of having satisfactorily completed similar works of magnitude specified below:-

Criteria of eligibility for submission of bid documents


Contractors who fulfil the following requirements shall be eligible to apply. Joint ventures are not
accepted.
1.2.1 For all bidder Agencies:-
Should have satisfactorily completed the similar works as mentioned below during the last Seven years
ending previous day of last date of submission of bids:-
Three similar works each cost not less than 40% of estimated costor Two similar works each costing not
less than 50% of estimated costor One similar work costing not less than 80% of estimated cost.

Similar work shall mean RCC framed structure building having 7 (SEVEN) storey or more including
internal electric installation and HVAC system. At least one similar work should have one basement or
more.
(Note: Mumty / lift machine room/ basement will not be counted as storey for above purpose.)
The value of executed works shall be brought to current costing level by enhancing the actual value of
work at simple rate of 7% per annum; calculated from the date of completion to previous day oflast date
of submission of bid.

To become eligible for issue of bid, the bidders shall have to furnish an affidavit as under:-

Contractor 11 Engineer-in-Charge
I / we undertake and confirm that eligible similar works (s) has/have not been got executed through
another contractor on back to back basis. Further that, if such a violation comes to the notice of
Department, then I /we shall be debarred for tendering in MCG in future forever. Also, if such a violation
comes to the notice of department before date of start of work, the Engineer-in-charge shall be free to
forfeit the entire amount of Earnest money deposit/performance guarantee. (Scanned copy to be
uploaded at the time of submission of bid)

a) Should have had average annual financial turnover of at least Rs 55 crores or 30% of the estimated
coston civil/E&M construction works during the immediate last three consecutive financial years
ending 31st Marchof the previous financial year. Year in which no turnover is shown would also be
considered for working out the average. Scanned copy of certificate from CA to be uploaded. Further
details if required may asked from the contractor after opening of technical bids.

b) Should not have incurred any loss (profit after tax should be positive) in more than two years during
the immediate last five consecutive years ending 31stMarchof the previous financial year. Scanned
copy of certificate from CA to be uploaded. Further details if required may asked from the contractor
after opening of technical bids.

c) Should have a solvency of Rs 75 crores or 40% of the estimated costcertified by his banker. (Scanned
copy of original solvency to be uploaded)

d) The bidder should have sufficient number of Technical and Administrative employees for the proper
execution of the contract. The bidder shall have to submit a list of these employees stating clearly how
these would be involved in this work within 15 days of award of work.

2. Agreement shall be drawn with the successful tenderer on prescribed Form No. -------Which is
available as a Govt. of India Publication and also available on www.haryanaeprocurement.gov.in.
Bidders shall quote his rates as per various terms and conditions of the said form which will form part
of the agreement.

3. The time allowed for carrying out the work will be 30 months from the date of start as defined in
schedule ‘F’ or from the first date of handing over of the site, whichever is later, in accordance with
the phasing, if any, indicated in the tender documents.

4. The site for the work is made available in parts.

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

5. The bid document consisting of plans, specifications, the schedule of quantities of various types of
items to be executed and the set of terms and conditions of the contract to be complied with and
other necessary documents except Standard General Conditions of Contract Form can be seen from
website www.haryanaeprocurement.gov.in. Free of cost.

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

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

Contractor 12 Engineer-in-Charge
8. Earnest money of Rs. 3,67,82,025/-in the form of Treasury Challan or Demand Draft or Pay order or
Banker’s Cheque or Deposit at call Receipt or Fixed Deposit Receipts (drawn in favour of
Commissioner Muncipal Corporation Gurugram, C-1, Info. City, Sector-34, Haryana. Shall be scanned
& uploaded to the e-tendering website within the period of bid submission.

The original EMD should be deposited either in the office of Executive Engineer inviting bids or
division office of any Executive Engineer, MCG within the period of bid submission. The EMD
receiving Executive Engineer (including DNIT issuing EE/AE) shall issue a receipt of deposition of
earnest money deposit to the bidder in a prescribed format (enclosed) uploaded by tender inviting
EE in the DNIT.

This receipt shall also be uploaded to the e-tendering website by the intending bidder upto the
specified bid submission date and time.
Copy of enlistment order and certificate of work experience and other documents as specified in the
tender documents for eligibility shall be scanned and uploaded to the e-tendering website within the
period of bid submission. However, certified copy of all the scanned and uploaded document as
specified in tender documents shall have to be submitted by the lowest bidder only within a week
physically in the office tender opening authority.
Online bid documents submitted by intending bidders shall be opened only of those bidders, whose
EMD deposited with division office of MCG and other documents scanned and uploaded are found in
order.
The bid submitted shall be opened as per above schedule

9. The bid submitted shall become invalid and e-Tender processing fee shall not be refunded if:

(i) The bidder is found ineligible

(ii) The bidder does not deposit original EMD with division office of any Executive Engineer, MCG.

(iii) The bidder does not upload all the documents (including GST registration) as stipulated in the bid
document including the copy of receipt for deposition of original EMD.

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

(v) If a tenderer quotes nil rates against each item in item rate tender or does not quote any percentage
above/below on the total amount of the tender or any section head in percentage rate tender, the
tender shall be treated as invalid and will not considered as lowest tenderer.

(vi) Scanned copies of documents are illegible (not readable).

10. The contractor, whose bid is accepted, will be required to furnish Performance Guarantee of 5% (Five
Percent) of the bid amount within the period specified in Schedule F. This guarantee shall be in the
form of bank guarantee of nationalized bank in favor of Commissioner, Muncipal coroporation
Gurugram.In case the contractor fails to deposit the said performance guarantee within the period as
indicated in Schedule ‘F’ including the extended period if any, the Earnest Money deposited by the
contractor shall be forfeited automatically without any notice to the contractor. The earnest money
deposited with tender shall be returned after receiving the aforesaid Performance guarantee.
The contractor whose bid is accepted will also be required to furnish either copy of applicable

Contractor 13 Engineer-in-Charge
license/ registration or proof for applying for obtaining labour license, registration with EPFO, ESIC
and BOCW Welfare Board and Programme Chart (Time and Progress) within the period specified in
Schedule ‘F’.

11. The description of work is as following:- “Construction of Art and cultural complex building at sector
53, Gurgram, Haryana.(SH:- C/o RCC framed structure Building including water supply, sanitary,
Electrical installation and E&M Services)”
Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their bids as to the nature of the ground and sub-soil (so far as is
practicable), the form and nature of the site, the means of access to the site, the accommodation they
may require and in general shall themselves obtain all necessary information as to risks, contingencies
and other circumstances which may influence or affect their bid. A bidders shall be deemed to have
full knowledge of the site whether he inspects it or not and no extra charge consequent on any
misunderstanding or otherwise shall be allowed. The bidders shall be responsible for arranging and
maintaining at hisown cost all materials, tools &plants, water, electricity access, facilities for workers
and all other services required for executing the work unless otherwise specifically provided for in the
contract documents. Submission of a bid by a bidders implies that he has read this notice and all other
contract documents and has made himself aware of the scope and specifications of the work to be
done and of conditions and rates at which stores, tools and plant, etc. will be issued to him by the
Government and local conditions and other factors having a bearing on the execution of the work.

12. The competent authority on behalf of the Commissioner, Muncipal coroporation Gurugram does not
bind itself to accept the lowest or any other bid and reserves to itself the authority to reject any or all
the bids received without the assignment of any reason. All bids in which any of the prescribed
condition is not fulfilled or any condition including that of conditional rebate is put forth by the
bidders shall be summarily rejected.
13. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the bids
submitted by the contractors who resort to canvassing will be liable for rejection.
14. The competent authority on behalf of the Commissioner, Muncipal coroporation Gurugram reserves
to himself the right of accepting the whole or any part of the bid and the bidders shall be bound to
perform the same at the rate quoted.

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

16. No Engineer of Gazetted Rank or other Gazetted Officer employed in Engineering or Administrative
duties in an Engineering Department of the Government of India is allowed to work as a contractor for
a period of one year after his retirement from Government service, without the prior permission of
the Government of India in writing. This contract is liable to be cancelled if either the contractor or any
of his employees is found any time to be such a person who had not obtained the permission of the
Government of India as aforesaid before submission of the bid or engagement in the contractor’s
service.

Contractor 14 Engineer-in-Charge
17. The bid for the works shall remain open for acceptance for a period of sixty (90) days from the date of
opening of technical bids. If any bidders withdraws his bid before the said period or issue of letter of
acceptance, whichever is earlier, or makes any modifications in the terms and conditions of the bid
which are not acceptable to the department, then the Government shall, without prejudice to any
other right or remedy, be at liberty to forfeit 100% of the said earnest money as aforesaid.Further the
bidders shall not be allowed to participate in there-tendering process of the work.

18. This notice inviting Bid shall form a part of the contract document. The successful bidder/contractor,
on acceptance of his bid by the Accepting Authority shall within 15 days from the stipulated date of
start of the work, sign the contract consisting of:-

a) The Notice Inviting Bid, all the documents including additional conditions, special conditions, particular
specification, and drawings, if any, forming part of the bid as uploaded at the time of invitation of bid
and the rates quoted online at the time of submission of bid and acceptance thereof together with any
correspondence leading thereto.
b) Standard PWD Form 7amendment upto last date of submission of bid.

19. For Composite Tenders


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

The bid document will include following three components:-


Part A:- MCG-6, MCG-7 including schedule A to F for the major component of the work, Standard General
Conditions of Contract for PWD as amended/modified up to last date of submissionof bid.
Part B:- General / specific conditions, specifications and schedule of quantities applicable to major component
of the work.
Part C:- Schedule A to F for minor component of the work. (SE/EE in charge of work shall also be competent
authority under clause 2 and clause 5 as mentioned in schedule A to F for major components)
General/specific conditions, specifications and schedule of quantities applicable to minor
component(s) of the work.

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

iii. The eligible bidders shall quote rates for all items of major component as well as for all items of minor
components of work.

iv. After acceptance of the bid by competent authority, the EE in charge of the work shall issue letter of
award on behalf of the Commissioner, Muncipal coroporation Gurugram. After the work is awarded,
the contractor will have to enter into one agreement with EE in charge of work and has also to sign
two or more copies of agreement.

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

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

Contractor 15 Engineer-in-Charge
vii. In case the contractor intends to change any of the above agency/agencies during the operation of the
contract, he shall obtain prior approval of Engineer-in-charge of work. The new agency/agencies shall
also have to satisfy the laid down eligibility criteria. In case Engineer-in-charge is not satisfied with the
performance of any agency, he can direct the contractor to change the agency executing such items of
work and this shall be binding on the contractor.

viii. The contractor has to enter into agreement with contractor(s) associated by him for execution of
minor component(s). Copy of such agreement shall be submitted to EE in charge of work. In case of
change of associate contractor, the contractor has to enter into agreement with the new contractor
associated by him.

ix. Running payment for the work shall be made by EE of work discipline to the contractor..

19.1.12A. The Composite work shall be treated as complete when all the components of the work are complete.
The completion certificate of the composite work shall be recorded by Engineer- in-Charge of work
after record of completion certificate of all other components.

19.1.12B. Final bill of whole work shall be finalized and paid by the EE of work.

20. In the tender documents the word ‘MCG’ shall include ‘MCG’ wherever exists.

Executive Engineer
Muncipal coroporation,
Gurugram,
Haryana.

Contractor 16 Engineer-in-Charge
MCG-7
GOVERNMENT OF HARYANA
MUNCIPAL CORPORATION OF GURUGRAM DEPARTMENT
Percentage Rate Tender& Contract for Works

Tender for the work of: Construction of Art and cultural complex building at sector 53, Gurgram,
Haryana.. (SH:- C/o RCC framed structure Building including water supply,
sanitary, Electrical installation and E&M Services)

(i) To be submitted/uploaded online by upto 16.01.2019 -to Executive Engineer,Muncipal Coroporation of


Gurugram,Haryana/upload at www.haryanaeprocurement.gov.in.

(ii) To be opened in presence of tenderers who may be present at -hours on in the office of Executive
Engineer, Muncipal Coroporation of Gurugram, Haryana.

Contractor 17 Engineer-in-Charge
TENDER

I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F Specifications applicable,
Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses of contract, Special
conditions, Schedule of Rate & other documents and Rules referred to in the conditions of contract and all other
contents in the tender document for the work.
I/We hereby tender for the execution of the work specified for the commissioner, Municiple corportation
Gurugramwithin the time specified in Schedule ‘F’ viz., schedule of quantities and in accordance in all respect
with the specifications, designs, drawing and instructions in writing referred to in Rule-1 of General Rules and
Directions and in Clause 11 of the Conditions of contract and with such materials as are provided for, by, and in
respect of accordance with, such conditions so far as applicable.
We agree to keep the tender open for Sixty (90) days from the date of opening of technical bid and not to make
any modification in its terms and conditions.
A sum of Rs. 3,67,82,025/-is hereby forwarded in cash/receipt treasury Challan/deposit at call receipt of a
scheduled bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled bank/bank guarantee
issued by a scheduled bank as earnest money./A copy of earnest money in receipt treasury 18hallan/deposit at
call receipt of a schedule bank/fixed deposit receipt of scheduled bank/demand draft of scheduled bank/fixed
deposit receipt of scheduled bank/demand draft of a schedule bank/bank guarantee issued by a scheduled bank
is scanned and uploaded (strike out as the case may be). If I/We, fail to furnish the prescribed performance
guarantee within prescribed period. I/We agree that the said Commissioner, Municiple corportation Gurgaon or
his successors, in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said
earnest money absolutely. Further, if I/We fail to commence work as specified, I/We agree that commissioner ,
Municiple corportation Gurgaon or the successors in office shall without prejudice to any other right or remedy
available in law, be at liberty to forfeit the performance guarantee absolutely. The said performance guarantee
shall be a guarantee to execute all the works referred to in the tender documents upon terms and conditions
contained or referred to those in excess of that limit at the rates to be determined in accordance with the
provision contained in Clause 12.2 and 12.3 of the tender form.
Further, I/We agree that in case of forfeiture of Earnest Money or Performance Guarantee as aforesaid. I/We
shall be debarred for participation in the re-tendering process of the work.

Contractor 18 Engineer-in-Charge
I/We undertake and confirm that eligible similar work(s) has/have not been got executed through another
contractor on back to back basis. Further that, if such a violation comes to the notice of Department, then
I/we shall be debarred for tendering in MCG in future forever. Also, if such a violation comes to the notice of
Department before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of
Earnest Money Deposit/Performance Guarantee.
I/We hereby declare that I/We shall treat the tender documents drawings and other records connected with the
work as secret/confidential documents and shall not communicate information/derived there from to any
person other than a person to whom I/We am/are authorized to communicate the same or use the information
in any manner prejudicial to the safety of the State.

Dated: Signature of Contractor

Witness: Postal Address

Address:

Occupation:

Contractor 19 Engineer-in-Charge
ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for

and on behalf of the commissioner, Municiple corportation Gurgaon for a sum of

Rs.……………………………..……..(Rupees…………………………………………………………………).

The letters referred to below shall form part of this contract agreement:-

(a)

(b)

(c)

For & on behalf of Commissioner


Municiple corportation Gurgaon

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

Contractor 20 Engineer-in-Charge
PROFORMA OF SCHEDULES (A to F)
(For Civil Component)

SCHEDULE ‘A’
Schedule of quantities for Civil Works as attached
SCHEDULE 'B'
Schedule of materials to be issued to the contractor
S.No. Description of item Quantity Rates in figures & words Place of issue
at which the material
will be charged to the
contractor

1 2 3 4 5
----------------------NIL---------------------

SCHEDULE 'C'
Tools and plants to be hired to the contractor
S.No. Description Hire charges per day Place of Issue

1 2 3 4
-------------------------NIL------------------------
SCHEDULE ‘D’
Extra schedule for specific Nil.
requirement/document for the work, if any.
SCHEDULE ‘E’
Reference to General Conditions of : General Conditions of Contract for pwd works4 read
contract alongwith correction slips/amendments issued upto
last date of submission of Tender i/c extension if any
issued from the office of MCG and can be
downloadedfrom www.haryanaeprocurement.gov.in.

Name of Work : Construction Art and cultural complex building at


sector 53, Gurgram, Haryana. (SH:- C/o RCC framed
structure Building including water supply, sanitary,
Electrical installation and E&M Services)

Estimated cost of work : : Rs. 1,83,91,01,270/-( Composite)


Rs. 1,27,52,71,658/- ( Civil)
Rs. 56,38,29,612/- (Electrical)
Earnest Money : : Rs. 3,67,82,025/-(To be returned after receiving
performance guarantee)

Performance Guarantee : 5 % of tendered Value

Security deposit : 5 % of tendered value. The security deposite shall be


released on completion of the works against bank
guarantee of equal amount which shall be valid till
completion of Defect Liability

Contractor 21 Engineer-in-Charge
SCHEDULE 'F' (For Civil and Electrical works)

GENERAL RULES & DIRECTIONS:


Officer inviting tender : Executive Engineer, Muncipal Corporation
Gurugram, C-1, Info. City, Sector-34, Haryana.
Maximum percentage for quantity of : As per clause 12
items of work to be executed beyond
which rates are to be determined in
accordance with Clauses 12.2 & 12.3

Definitions:
2(i) Engineer-in-Charge : Executive Engineer, Muncipal Corporation
For work Gurugram, C-1, Info. City, Sector-34, Haryana.
2(ii) Accepting Authority : Commissioner, Muncipal Corporation of Gurugram,
C-1, Info. City, Sector-34, Haryana
2(iii) Percentage on cost of materials : 10%
and Labour to cover all
overheads and profits:
2(iv) Standard Schedule of Rates: : HSR + present day ceiling premium with upto date
For Civil Work correction & market rate

2(v) Department: : Muncipal Corporation Gurugram

2(vi) Standard Pwd contract form : Pwd form 7read alongwith correction slip/
amendments issued upto last date of submission of
Tender.
Clause 1
(i) Time allowed for submission of : 10 days
Performance Guarantee,
Programme Chart (Time and
Progress) and applicable labour
licenses, registration with EPFO,
ESIC and BOCW Welfare Board or
proof of applying thereof from the
date of issue of letter of
acceptance in days
(ii) Maximum allowable extension : 5 days
with late fee @ 0.1 % per day of
Performance Guarantee amount
beyond the period provided in (i)
above, up to maximum of 10%
beyond which the tender shall be
cancelled.
Clause 2
Authority for fixing compensation under : Superintending Engineer (MCG) or his successor
clause 2:

Clause 2A
Whether Clause 2A shall be applicable: : Applicable

Clause 5
Number of days from the date of issue of letter of acceptance for reckoning date of start : 15 days

Contractor 22 Engineer-in-Charge
TABLE OF MILE STONE (S)

S. Description of Mile Stone (Physical) Financial Time % Amount of


No. Mile allowed tendered cost
Stone in to be with-
Months held in case of
(from non
date of achievement
start) of milestone
(i) Block-A, (Art Gallery Block ) (B+S+5)
S. Item Progress
No.
(a) Earth Retaining Structure, Diaphragm wall, 100%
Anchor piles and De-Watering System.
(b) Excavation work 100%
(c) PCC & Horizontal waterproofing work 100%
(d) RCC in Raft 100% 1/8 of the
1 (e) Submission of shop drawings&approval of 100% tendered 7 months 1%
specifications of HVAC, Lifts, Fire Fighting, amount
BM System, STP equipments
(ii) Block-B, (Auditorium Block) (B+S+4)
(a) Earth Retaining Structure, Diaphragm wall, 100%
Anchor piles and De-Watering System.
(b) Excavation work 100%
(c) Shop drawings & specifications of HVAC, 100%
Lifts, Fire Fighting, BM System, STP
(i) Block-A, (Art Gallery Block ) (1B+S+5)
(a) RCC work upto GF (including roof of all 100%
basements)
(b) Vertical waterproofing of 3 basements 90%
(c) Masonry work of 3 basements 50%
(d) Inspection call for all major electrical and 100%
mechanical equipments 3/8 of the 15
2 (ii) Block-B, (Auditorium Block) (B+S+4) tendered 1%
months
amount
(a) PCC & Horizontal waterproofing work 100%
(b) RCC in Raft 100%
(c) RCC work upto GF (including roof of 100%
basement)
(d) Inspection call for all major electrical and 100%
mechanical equipments
(i) Block-A, (Art Gallery Block ) (1B+S+5)
(a) RCC work upto L-5 (including roof of L-4) 100%
(b) Masonry work upto L-3 90%
(c) Submission of shop drawings of structural 100%
glazing and dry stone cladding 3/4 of the 22
3 (d) Supply and installation of HVAC ducts and 50% tendered 1%
Months
fire fighting pipes amount
(e) Supply of DG set, Sub-Station equipments, 100%
UPS, Pumps
(ii) Block-B, (Auditorium Block) (B+S+4)
(a) RCC work 100%

Contractor 23 Engineer-in-Charge
(b) Masonry work upto L-3 90%
(c) Submission of shop drawings of structural 100%
glazing and dry stone cladding
(d) Supply of, HVAC ducts and fire fighting pipes 100%
(e) Supply of DG set, Sub-Station equipments, 100%
UPS, Pumps
(f) Supply of lifts, HVAC, STP & other 100%
equipments
(i) Block-A, (Art Gallery Block ) (1B+S+5)
(a) RCC work 100%
(b) Masonry work 90%
(c) Plastering upto L-6 100%
(d) Flooring upto L-6 90%
(e) Water & sanitary lines upto L-6 90%
(f) HVAC ducting & Fire fighting pipes upto L-6 100%
(g) Supply of lifts, HVAC, STP and other 100%
equipments 24
4 (iiBlock-B, (Auditorium Block) (B+S+4) 0.5%
months
(a) Masonry work 100%
(b) Plastering 100%
(c) Flooring 100%
(d) Plumbing and sanitary line 100%
(e) Structural glazing and stone cladding 80%
(f) HVAC ducting & Fire fighting 100%
(g) Installation of lifts, AHU, STP & other E&M 100%
equipments
(i) Block-A, (Art Gallery Block ) (1B+S+5)
(a) Masonry work 100%
(b) Plastering 100%
(c) Flooring 100%
(d) False ceiling upto L-6 100%
(e) Doors and windows upto L-6 100%
(f) Internal wiring and electrical appliances upto 100%
L-6 26
5 (g) Structural glazing and stone cladding 100% 0.5%
Months
(h) HVAC ducting & Fire fighting piping 100%
(i) Installation of lifts, AHU units, STP & other 100%
E&M equipments
(ii) Block-B, (Auditorium Block) (B+S+4)
(a) All civil & electrical works except painting 100%
(b) Testing & commissioning of all E&M services 100%
(iii) External development 50%
(i) Block-A, (Art Gallery Block ) (1B+S+5)
(a) False ceiling 100%
(b) Doors and windows 100%
(c) Internal wiring and electrical appliances 100% 28
6 (d) Structural glazing & dry stone cladding 100% 0.5%
months
(e) Testing & commissioning of all E&M services 100%
(ii) Block-B, (Auditorium Block) (B+S+4)
(a) Complete left out work including painting etc 100%

Contractor 24 Engineer-in-Charge
(iii) External development 90%
(i) Block-A, (Art Gallery Block ) (1B+S+5)
(a) Complete Left out works, touch up work, 100%
Final coat of finishing etc.
(b) Testing and commissioning of all E&M 100%
services
(c) Overall completion as per scope of the work 100%
and handing over building to client
department in complete shape.
(d) To supply data to Engineer-in-charge of 100%
major/minor component for obtaining
completion and Occupancy Certificates from
Local body authorities along with built-up
drawing and completion drawings.
7 30
(ii) Block-B, (Auditorium Block) (B+S+4)
0.5%
months
(a) Complete Left out works, touch up work, 100%
Final coat of finishing etc.
(b) Testing and commissioning of electrical 100%
installation,
(c) Overall completion as per scope of the work 100%
and handing over building to client
department in complete shape.
(d) To supply data to Engineer-in-charge of 100%
major/minor component for obtaining
completion and Occupancy Certificates from
Local body authorities along with built-up
drawing and completion drawings.
(iii) External development 100%
Note :
1. Either physical or financial mile stone as mentioned above is to be achieved for S. No. 1 to 3. The physical
mile stone is to be achieved for S. No. 4 to 7. In case of achievement of any mile stone the amount withhold
for non-achieving of previous milestones will be released.
2. The contractor will ensure that E&M components of the work are executed in time without giving any
chance for slippage of milestone an account of delay in execution of associated E&M works by him.
However, in case milestones are not achieved by the contractor for the work, the amount shown against
milestone shall be withheld by the Engineer-in-charge of the work.
3. Internal electrical installation conduiting work should also be completed alongwith civil work indicated
above.

Time allowed for execution of work : 30 Months


Authority to decide:

(i) Extension of time : Chief Engineer (MCG) or his successor

(ii) Rescheduling of mile stones : Chief Engineer (MCG) or his successor


(iii) Shifting of Date of start in case of delay in : Chief Engineer (MCG) or his successor
handing over of site
Clause 6, 6A
Clause applicable : Clause 6A

Contractor 25 Engineer-in-Charge
Clause 7
Gross work to be done together with net payment : Civil work – Rs. 4.00 Crore (Rs. Four Crore)
/adjustment of advances for material collected, if any,
since the last such payment for being eligible to
interim/running payment:
Clause -7A Applicable
( No Running Account Bill shall be paid
for the work till the applicable labour
licenses, registration with EPFO, ESIC
and BOCW Welfare Board, whatever
applicable are submitted by the
contractor to the Engineer-in-Charge.)

Clause 10A
List of testing equipment to be provided by the : (As per Annexure-I Attached)
contractor at site lab

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

Clause 10C Not applicable

Clause 10CA Applicable

Nearest Materials (other than


cement, reinforcement bars
Materials covered under this Base Price of all the materials covered
and structural steel) for which
clause : under clause 10CA*
All India Wholesale Price Index
to be followed
1. Cement OPC 1 Rs. 5400/- Per MT. for OPC
2.Reinforcement Bars 2.Rs. 34070/- Per MT. for Steel
(Primary Manufacturer ) ----------------Nil---------------------

* Includes cement component used in RMC brought at site from outside approved RMC plant if any.

Clause 10CC YES


Clause 10 CC to be applicable in contracts with stipulated period
of completion exceeding the period shown in next column 12 months

Schedule of component of other Materials, Labour, POL etc. for price escalation.
Component of civil (except materials covered under clause 10CA) Xm-40 %
/ construction Materials expressed as percent of total value of
Civil work. -
Component of Labour – Y-25 %
Expressed as percent of total value of Civil work.
Component of P.O.L. - Z-NIL
Expressed as percent of total value of Civil work.

Contractor 26 Engineer-in-Charge
Clause 11
Specifications to be followed for execution of work : Pwd specifications 2009 Vol I and Vol II,
corrected upto the last date of bid
submission/uploading of tender and
Manufacturer’s Specifications
Clause 12
Type of work : Project & original Work
12.2&12.3 Deviation Limit beyond which clauses : 30%
12.2 & 12.3 shall apply for building
work
12.5 (I) Deviation Limit beyond which clauses : 30%
12.2 & 12.3 shall apply for foundation
work (Except items mentioned in
earthwork subhead of DSR and related
items))
12.5 (II) Deviation Limit for Items in earth : 100%
work subhead of DSR and related
items

Clause 16
Competent Authority for deciding reduced rates : (i) Chief Engineer (MCG)
(ii) Chief Engineer (MCG)

Clause 18
List of mandatory machinery, tools & plants to be : (As per Annexure- II Attached)
deployed by the contractor at site
Clause 25: Dispute Redressal Committee (DRC) :- If any dipute arises, the commissioner shall be the final
authority for deciding upon the matter.

Clause 36 (i)
Requirement of Technical Staff(s) & Recovery Rate
Rate at which
recovery shall be
Discipline

Qualification Number Minimum made from the


S. №. Experience Designation Contractor in the
(Years) event of not
fulfilling provision
of clause 36(i)
1 Graduate Engineer 1 20 (and having Project Manager Rs. 60,000/- per
experience of one with degree in month
similar nature of major discipline
work) of Engineering
…………….Civil…………….

2 Graduate Engineer 2 12 (and having Deputy Project Rs. 40,000/- per


experience of one Manager Month per person
similar nature of
work)
3 Graduate Engineer 4 5Or10 Project/Site Rs. 25,000/- per
or Respectively Engineer month per person
Diploma Engineer
4 Graduate Engineer 1 8 Quality Engineer Rs. 25,000/- per
month per person

Contractor 27 Engineer-in-Charge
5 Diploma Engineer 1 8 Surveyor Rs. 15000/- per
month per person
6 Graduate Engineer 1 6 Project Rs. 20,000/- per
Planning/billing month per person
Engineer
7 Graduate Engineer 1 12 (and having Deputy Project Rs. 40,000/- per
experience of one Manager Month per person
similar nature of
work)

……….Electrical……….
8 Graduate Engineer 2 5 Project/Site Rs. 25,000/- per
or Or Engineer month per person
Diploma Engineer 10
Respectively
9 Graduate Engineer 1 8 Quality Engineer Rs. 25,000/- per
month per person
10 Graduate Engineer 1 6 Project Rs. 20,000/- per
Planning/billing month per person
Engineer

Clause 42
(i) (a) Schedule/statement for determining theoretical quantity of cement & bitumen on the basis of
HSR.

(ii) Variations permissible on theoretical quantities:


(a) Cement
For works with estimated cost putto tender not : As per Pwd Specifications.
more than Rs. 5 lakh.
For works with estimated cost put to tender more : As per Pwd Specifications.
than Rs.5 lakh.
(b) Bitumen All Works : As per Pwd Specifications.

(c) Steel Reinforcement and structural steel sections : As per Pwd Specifications.
for each diameter, section and category
(d) All other materials. : Nil
RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION
S. №. Description of Item Rates in figures and words at which recovery shall be made
from the Contractor
Excess beyond permissible Less use beyond permissible
variation variation
1. Cement*(OPC) Not allowed as work is liable
Nil
to be rejected.

2. Reinforcement Steel
Nil

Executive Engineer
Muncipal coroporation,
Gurugram,
Haryana.

Contractor 28 Engineer-in-Charge
(Annexure-I)
Equipments for Testing of Materials & Concrete at Site Laboratory

All necessary equipment for conducting all necessary tests shall be provided at the site in the well-furnished
site laboratory of minimum size 25 feet X 15 feet by the contractor at his own cost. The following minimum
laboratory equipments shall be set up at site office laboratory:-

Sl. Equipment Numbers


No. (Minimum)
1. 100MT compression testing machine, electrical-cum-manually operated) 2
2. Slump cone, steel plate, tamping rod, steel scale, scoop 3
3. Pumps and pressure gauges for hydraulic testing of pipes 2
4. Weighing scale platform type 100 Kg capacity 1
5. Graduated glass measuring cylinder As per requirement
6. Sets of sieves of 450mm internal dia for coarse aggregate [100mm, 80mm, 40mm; 2
20mm; 12.5mm,10mm; 4.75mm complete with lid and pan]
7. Sets of sieves of 200mm internal dia for fine aggregate [4.75mm; 2.36mm; 1.18mm; 2
600 microns; 300 microns & 150 micron , with lid and pan]
8. Sieve Brushes and sieve shaker capable of 200mm and 450 mm dia sieves ,manually 1
operated with timing switch assembly
9. Cube moulds size 70mmx70mmx70mm 12
10. Cube moulds size 150mmx150mmx150mm 72
11. Hot air oven temp. Range 50oc to 300oc- sensivity 1 degree 1
12. Electronic balance 600gx0.1g., 10kg and 50 kg 1

13. Physical balance weight upto 5 kg 1


14. Air Content of concrete testing machine 1
15. Measuring jars 100ml, 200ml, 500ml 3 nos. each size
16. Spatula 100mm & 200mm with long blade wooden handle 2
17. Vernier calipers 12” & 6” size 3 each
18. Digital PH meter least count 0.01mm 1each
19. Digital Micrometer least count. 0.01mm 1 each
20. Digital paint thickness meter for steel 500 micronRange 2
21. GI tray 600x450x50mm, 450x300x40mm,300x250x40mm 2 nos. each
22. Electric Motor mixer 0.25 cum capacity 1
23. Digital rebound hammer 2
24. Screw gauge 0.1mm-10mm, least count 0.05 mm 4
25. Water testing kit 2
26. Motorized sieve shaker 1
27. Extra Bottom plates for 15 cm cube mould 10
28. Standard Vibration Table for gauging the cubes 1
29. Concrete temperature measuring thermometer with Brass protection sheath 0- 100 2
degree centigrade
30. Dial type spring balance preferable with zero correction knob capacity 100 2
kgs.reading to ½ kg.
31. Counter scale capacity 1 kg and 10 kg 1
32. Iron Weight of 5 kg, 2 kg, 1 kg, 500 gm, 200 gm, 100 gm 1
33. Brass Weight of 50 gm, 20 gm, 10 gm, 5 gm, 2 gm, 1 gm 1
34. Measuring cylinder TPX or Poly propylene capacity 100 ml, 500 ml, 250 ml 1 each
35. Set of box spanner ratchet 2
36. Hammer 1lb& 2lb 2

Contractor 29 Engineer-in-Charge
37. Hacksaw with 6 blades 3
38. Measuring tape 3 meter, 5 meter, 10 meter, 30 meter 2 each
39. Shovels& Spade 2
40. Steel plates 5 mm thick 75x75 cm 2
41. Plastic or G.I. Buckets 15 ltr, 10 ltr, 5 ltr 5
42. Any other equipment for site tests as outlined in BIS codes and as directed by the As per actual
Engineer-in-charge. requirement.

Contractor 30 Engineer-in-Charge
(Annexure-II)
Table - 2
PLANT AND EQUIPMENT REQUIRED TO BE OWNED / TAKEN ON LEASE BY THE CONTRACTOR

Sl. No. Equipment Numbers (Minimum)

1. Building Hoist 4
2. Tower Crane with 45 m jib length capacity 1.20 ton 2
3. Mobile tower crane (wheel mounted) as per 1
requirement at site
4. Portable Mini batching plant with adequate 30 cum / 1
hour capacity.
5. Transit Mixer of capacity 7cum. 2
6. Needle Vibrators. 10
7. Plate Vibrators. 5
8. Reinforcement cutting machine. 4
9. Reinforcement bending machine 4
10. Concrete Pumps 2
11. DG set ( min Capacity 62.5 Kva) 2
12. Total Station 2
13. Power driven earth rammer (Soil compactor). 1
14. Tractor with trolley. As per requirement
15. Welding machine 400 Ampere As per requirement
16. Screener for coarse sand and fine sand 5
17. Centrifugal mono block water pump As per requirement
18. Double steel Scaffolding and staging material 6000 sqm
19. Centring /shuttering with necessary props 18000 sqm
20. Wire binding machine 10
21. Any other machinery required for completion of the As per Actual requirement
work as per decision of Engineer-in-charge.
22. Submersible pump (required capacity) 10 Nos
23. JCB 3 Nos

Contractor 31 Engineer-in-Charge
SALIENT HIGHLIGHTS OF THE TENDER
NAME OF WORK: - Constructionof Art and cultural complex building at sector 53, Gurgram,
Haryana.(SH: - C/o RCC framed structure Building including water supply,
Sanitary, Electrical installation and E&M Services.)

1. The contractor (s) shall make his own arrangement for electricity and water required for the execution
of work and nothing extra shall be paid for the same. However, the Engineer-in-Charge shall
recommend the application to the DHBVN for electric connection, if desired. Necessary payment shall
be made by the contractor directly to the department concerned. Incase DHBVN fails to sanction the
electric connection or delays the sanction for electric connection; the contractor shall make his own
arrangement by providing diesel generators of adequate capacity at his own cost.

2. For water supply, contractor shall make his own arrangements including boring of tube well, if
necessary and nothing extra shall be paid by the Department for arrangement of water or on its
treatment as per IS : 456/2000, para 5.4 or Pwd specifications.
3. All the materials including cement and steel (T.M.T Bars) will be arrangement by the contractor himself
and nothing extra shall be paid for cartage of material to site of work.
4. Contractor has to arrange ready mix / batch mix concrete for all leads and lifts and nothing extra shall
be paid on this account.
5. The contractor shall pump the concrete wherever necessary to expedite the progress of work. Nothing
extra shall be paid on this account.
6. For lifting of concrete or other construction materials to various levels, tower cranes/ mechanical hoist
of appropriate size/ capacity shall be deployed by the contractor. Nothing extra shall be paid on this
account.
7. Quality Assurance
7.1 The contractor shall ensure quality control measures on different aspects of construction including
materials, workmanship and correct construction methodologies to be adopted. He shall have to submit
quality assurance programme within two weeks of the award of work. The quality assurance
programme should include method statement for various items of work to be executed along with
check lists to enforce quality control.
7.2 The contractor shall get the source of various raw materials namely aggregate, cement, sand, steel,
water etc. to be used on the work, approved from the Engineer-in-Charge and trial mixes for controlled
concrete shall be done using the approved materials. The contractor shall stick to the approved source
unless it is absolutely unavoidable. Any change shall be done with the prior approval of the Engineer-in-
Charge for which tests etc. shall be done by the contractor at his own cost.
7.3 Similarly, the contractor shall submit brand/ make of various materials to be used for the approval of
the Engineer-in-Charge along with samples and once approved, he shall stick to it. Any change will have
to be got approved from Engineer-in-Charge in advance.
7.4 The contractor shall submit shop drawings of staging and shuttering arrangement, Stone cladding,
aluminium work and other works including mock work as desired by Engineer-in-Charge for his before
execution. The contractor shall also submit bar-bending schedule for approval of Engineer-in-Charge
before execution.
7.5 The contractor shall depute quality manager exclusively for enforcement of quality control. Such quality
manager should be a qualified engineer with minimum 10 years of similar experience for other staff to
be deployed for quality assurance the contractor may refer to clause 36 (i) under schedule F attached.
8 Safety Precautions
Contractor shall within two weeks of award of work, submit to the Engineer-in-Charge for his approval,
list of measures for maintaining safety of manpower deployed for construction and avoidance of

Contractor 32 Engineer-in-Charge
accidents.
9 Scaffolding
For facia work, double steel scaffolding having two sets of vertical supports with steel staircase for
inspection of works by Engineer-in-Charge shall be used. The supports shall be sound and strong, tied
together with horizontal piece over which scaffolding planks shall be fixed.

10 Sub- letting
Un- authorized sub- letting of work shall not be permitted.

Contractor 33 Engineer-in-Charge
BRIEF PARTICULARS OF THE WORK

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

Sr. Period of
Name of Work Estimated Cost
No. completion
1. “Construction of Art and cultural complex Rs. 1,83,65,11,787/-
building at sector 53, Gurgram, Haryana.(SH:- (Civil component:
30 Months
C/o RCC framed structure Building including Rs. 1,27,52,71,658/-&
water supply, sanitary, Electrical installation Electrical component:
and E&M Services.)” Rs. 56,38,29,612/- )

2. The work is situated at Gurugram, Hryana.

3. General features and major components of the work are as under:

(i) Dewatering, earth retaining structures


(ii) Block-A, (Art Gallery Block ) (RCC structure) consisting of One Basements& Stilt + 5 storey
(iii) Block-B, (Auditorium Block) (RCC structure) consisting of one Basement &Stilt + 4 storey
(iv) Finishing, water supply, Electrical installations
(v) E&M services etc.

4. Work shall be executed according to General Conditions of Contract for Central Pwd. Works available
separately at printer’s outlets. Thebidder may obtain the address of the outlets from the Executive
Engineer, Muncipal Corporation Gurugram, C-1, Info. City, Sector-34, Haryana.

Contractor 34 Engineer-in-Charge
LETTER OF TRANSMITTAL
From:-
To:
Executive Engineer,
Muncipal coroporation,
C-1, Info. City, Sector-34,
Gurugram, Haryana,

Sub: Construction of Art and cultural complex building at sector 53, Gurgram, Haryana.(SH:- C/o RCC
framed structure Building including water supply, sanitary, Electrical installation and E&M Services.)
Sir,
Having examined the details given in press notice and bid document for the above work, I/We, hereby
submit the relevant information.

1. I / We, hereby certify that all the statements made and information supplied in the enclosed form “A”
to “E” and accompanying statements are true and correct.

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

3. I / We submit the requisite certified solvency certificate and authorize the Executive Engineer, Civil
Muncipal Corporation Gurugram, C-1, Info. City, Sector-34, Haryana, to approach the Bank issuing the
solvency certificate to confirm the correctness thereof. I/We, also authorize Executive Engineer, Civil
Muncipal Corporation Gurugram, C-1, Info. City, Sector-34, Haryana, to approach individuals,
employers, firms and corporation to verify our competence and general reputation.

4. I / We, submit the following certificates as per form ‘E’ in support of our suitability, technical knowledge
and capability for having successfully completed the following eligible similar works: -
5.
S.N. Name of work Amount Certificate issued by
1.
2.
3.

Certificate:
It is certified that the information given in the enclosed eligibility bid are correct. It is also certified
that I/we shall be liable to be debarred, disqualified/cancelation of enlistment in case any
information furnished by me/us found to be incorrect.

Enclosures:

Seal of Bidder
Date of Submission SIGNATURE (S) OF BIDDER(S)

Contractor 35 Engineer-in-Charge
INFORMATION AND INSTRUCTIONS FOR BIDDERS
1.0 GENERAL:
1.1 Letter of transmittal and forms for deciding eligibility are given in Section – III.

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

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

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

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

2.0 DEFINITIONS:
2.1 In this document the following words and expressions have the meaning hereby assigned to them.
2.2 EMPLOYER: Means the Commissioner Muncipal coroporation Gurugram, acting through the Executive
Engineer, Muncipal Corporation Gurugram, C-1, Info.City, Sector-34, Haryana or successor thereof.

2.3 BIDDER: Means the individual proprietary firm, firm in partnership, limited company private or public or
corporation.
2.4 “Year” means “Financial Year” unless stated otherwise
3.0 METHOD OF APPLICATION:
3.1 If the bidder is an individual, the application shall be signed by him above his full type-written name
with current address.

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

3.3 If the bidder is a firm in partnership, the application shall be signed by all the partners of the firm above
their full type-written names and current addresses or alternatively by a partner holding power of
attorney for the firm. In the latter case, a certified copy of the power of attorney should accompany the

Contractor 36 Engineer-in-Charge
application. In both cases a certified copy of the partnership deed and current address of all the
partners of the firm should accompany the application.

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

4.0 FINAL DECISION MAKING AUTHORITY:-


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

5.0 PARTICULARS PROVISIONAL:-


The particulars of the work given in Section-I are provisional. They are liable to change and must be
considered only as advance information to assist the bidder.

6.0 SITE VISIT:-


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

7.0 INITIAL CRITERIA FOR ELGIBILITY:-


7.1 Contractors who fulfill the following requirements shall be eligible to apply. Joint ventures are not
accepted

7.1.1 ForAll Agencies:-


Should have satisfactorily completed the works as mentioned below during the last Seven years
ending.Previous day of last date of submission of bids:-
Three similar works each cost not less than 40% of estimated costor Two similar works each cost not
less than 50% of estimated costor One similar works costing not less than 80% of estimated cost.

Similar work shall mean “Construction of RCC framed structure building having 6 (Six) storey or more
including internal electric installation and HVAC system. At least one similar work should have one
basement or more.
(Note: Mumty / lift machine room/ basement will not be counted as storey for above purpose)”.
The value of executed works shall be brought to current costing level by enhancing the actual value of
work at simple rate of 7% per annum; calculated from the date of completion to previous day oflast
date of submission of bid.

7.2 Should have had average annual financial turnover (gross) of Rs 55 crores or 30% of the estimated
costof Civil/E&M construction works during the last three consecutive financial years ending 31st
Marchof the previous financial year. Scanned copy of certificate duly certified and audited by CA to be
uploaded.Year in which no turnover is shown would also be considered for working out the average.

7.3 Should not have incurred any loss (profit after tax should be positive) in more than two years during
available last five consecutive years ending 31st Marchof the previous financial year. Scanned copy of
certificate duly certified and audited from CA to be uploaded. Further details if required may asked

Contractor 37 Engineer-in-Charge
from the contractor after opening of technical bids.

7.4 Should have a solvency of Rs 75 crores or 40% of the estimated costcertified by his banker. (Scanned
copy of original solvency to be uploaded)

7.5 The bidder should have sufficient number of Technical and Administrative employees for the proper
execution of the contract. The bidder shall have to submit a list of these employees stating clearly how
these would be involved in this work within 15 days of award of work.

8. EVALUATION CRITERIA FOR ELIGIBILITY (TECHNICAL BID):

8.1 The details submitted by the bidders will be evaluated in the following manner:-

8.1.1 The initial criteria prescribed in Para 7.0 above in respect of experience of eligible similar class of works
completed, loss and solvency and financial turn over etc. will first be scrutinized and the bidder’s
eligibility for the work will be determined.

8.1.2 The bidders qualifying the initial criteria, as set out in Para 7.0 above will be evaluated for following
criteria by scoring method on the basis of details furnished by them.
(a) Financial strength (Form “A”& B) Maximum 20 Marks
A Turnover 16
B Solvency 4
(b) Experience in eligible similar nature of work during last Seven Maximum 20 Marks
years (Form “C”)
(c) Performance on work (Form “D”)- Time over run Maximum 20 Marks
(d) Performance on work (Form “D”)- Quality Maximum 40 Marks
Total 100 Marks
To become eligible for short listing the bidder must secure at least 50% in each (section a, b, c and d)
and 60% marks in aggregate.
The department, however, reserves the right to restrict the list of such qualified contractors to any
number, as deemed suitable by it.
Note: The average value of performance of works for time overrun and quality shall be taken on the
basis of performance report of the eligible similar works.
9.0 FINANCIAL INFORMATION:
Bidders should furnish the following financial information:
Annual financial statement for the last five years in (Form “A”) and solvency certificate in (Form “B”)
10.0 EXPERIENCE IN WORKS HIGHLIGHTING EXPERIENCE IN SIMILAR WORKS:
10.1 Bidder should furnish the following:
a) List of all eligible similar nature of works successfully completed during the last seven years in (Form
“C”).

11.0 ORGANISATION INFORMATION:


Bidder is required to submit the information in respect of his organization in Form “E”.

Contractor 38 Engineer-in-Charge
12.0 LETTER OF TRANSMITTAL:
The bidder should submit the letter of transmittal attached with documents.
13.0 OPENING OF PRICE BID:
After evaluation of application, a list of short listed agencies will be prepared. Thereafter, the financial
bids of only the qualified and technically acceptable bidders shall be opened at the notified time, date
and place in the presence of qualified bidders or their representatives. The bids shall remain valid for 90
days from the date of opening of eligibility bids.
14.0 AWARD CRITERIA:
14.1 The employer reserves the right, without being liable for any damages or obligation to inform the
bidder, to:
(a) Amend the scope and value of contract to the bidder.
(b) Reject any or all the bids without assigning any reason.

14.2 Any effort on the part of the bidder or his agent to exercise influence or to pressurize the employer
would result in rejection of his bid. Canvassing of any kind is prohibited.

Contractor 39 Engineer-in-Charge
CRITERIA FOR EVALUATION OF THE PERFORMANCE OF CONTRACTORS FOR
PRE-ELIGIBILITY
Attributes Evaluation
(a) Financial strength (20 Marks) (i) 60% marks for minimum eligibility
(i) Average annual 16 marks criteria
turnover (ii) 100% marks for twice the minimum
(ii) Solvency 4 marks eligibility criteria or more
certificate In between (i) & (ii)- on pro-rata basis
(b) Experience in similar (20 marks) (i) 60% marks for minimum eligibility
Class of works criteria
(ii) 100% marks for twice the minimum
eligibility criteria or more
In between (i) & (ii)- on pro-rata basis
(c) Performance on works (20 marks)
(time over run)
Parameter calculation for points Score Max. Marks
If TOR = 1.00 2.00 3.00 > 3.50 20
(i) without levy of compensation 20 15 10 10
(ii) with levy of compensation 20 5 0 -5
(iii) Levy of compensation not decided 20 10 0 0
TOR = AT/ST, where AT = Actual Time; ST = Stipulated Time.
Note: Marks for value in between the stages indicated above is to be determined by straight line
variation basis.
(d) Performance of Works (Quality) (40 marks)
(i) Outstanding 40
(ii) Very Good 30
(iii) Good 20
(iv) Poor 0

Contractor 40 Engineer-in-Charge
FORM-A
FINANCIAL INFORMATION

1. Financial Analysis - Details to be furnished duly supported by figures in balance sheet / Profit and Loss
account for the last five years duly certified by the Chartered Accountant as submitted by the Applicant
to the Income - Tax Department (Copies to be attached).

Fig in lakhs Rs.

Sl. No. Particulars Financial Year

2013- 2014- 2015- 2016- 2017201

2014 2015 2016 2017 8

1 Gross Annual Turnover

2 Turn-Over on Construction

Works

3 Profit/loss

2. Financial arrangements for carrying out the proposed work.

3. Solvency Certificate from Bankers of bidder in the prescribed form “B”.

SIGNATURE (S) OF BIDDER (S)

Signature of Chartered Accountant with Seal

Contractor 41 Engineer-in-Charge
FORM “B”

FORM OF BANKER’S SOLVENCY CERTIFICATE FROM A SCHEDULED BANK

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

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

(Signature)

For the bank.

NOTE:

1. Banker’s certificate should be on letter head of the bank, addressed to tendering authority
2. (Executive Engineer, Muncipal Corporation Gurugram, C-1, Info. City, Sector-34, Haryana. Sealed in
cover. Sealed in cover.
3. In case of partnership firm, certificate should include names of all partners as recorded with the bank.
4. The certificate should not be more than 6 months old.

Contractor 42 Engineer-in-Charge
FORM “C”
DETAILS OF ELIGIBLE SIMILAR NATURE OF WORKS COMPLETED DURING THE LAST SEVEN YEARS ENDING
PREVIOUS DAY OF LAST DATE OF SUBMISSION OF TENDER…….

Name of Owner or Cost of Date of Stipulated Actual Litigation Name and Whether
work/project sponsoring work commencement date of date of / address the work
and Location Organization (in as per contract completion completion arbitration (Postal was done
Crores) pending / &email)/ on back
in telephone to back
progress no of officer basis.
with to whom Yes/No
details* reference
may be
made
2 3 4 5 6 7 8 9 10

*Indicate gross Amount Claimed and Amount Awarded by the Arbitrator.

SIGNATURE (S) OF BIDDER (S)


(WITH STAMP)

Contractor 43 Engineer-in-Charge
FORM-D

PERFORMANCE REPORT OF WORKS REFERED TO IN FORM “C”

1. Name of Work / Project and Location:

2. Agreement No.

3. Estimated Cost:

4. Tendered Cost:

5. Actual value of work done:

6. Date of start:

7. Date of completion:

(a) Stipulated date of completion:

(b) Actual date of completion:

8. (a) Whether case of levy of compensation for delay has been decided or not Yes/No

(b) If decided, amount of compensation levied for delayed completion, if any

9. Performance Report:-

(i) Quality of Work : Outstanding/Very Good/Good/Poor

(ii) Financial Soundness : Outstanding/Very Good/Good/Poor

(iii) Technical Proficiency : Outstanding/Very Good/Good/Poor

(iv) Resourcefulness : Outstanding/Very Good/Good/Poor

(v) General Behaviour : Outstanding/Very Good/Good/Poor

Dated:

Employer / HOD of the engineering wing

With stamp

Contractor 44 Engineer-in-Charge
FORM ‘E’
STURCTURE & ORGANISATION

1. Name and address of the bidder


2. Telephone No./Telex No./Fax No.
3. Legal status of the bidder (Attach copies of original document defining the legal status)
(a) An individual
(b) A proprietary Firm
(c) A firm in Partnership
(d) A limited company or Corporation
4. Particulars of registration with various Government bodies (Attach Attested Photocopy)
Organization/Place of RegistrationRegistration No.
1.
2.
3.
5. Names and Titles of Directors and Officers with designation to be concerned with this work.
6. Designation of individuals authorized to act for the organization.
7. Has the bidder or any constituent partner in case of partnership firm Limited Company/Joint Venture
ever been convicted by the court of law? If so, give details.
8. In which field of Civil Engineering Construction the bidder has specialization and interest?
9. Any other information considered necessary but not included above.

SIGNATURE (S) OF BIDDER(S)


WITH STAMP

Contractor 45 Engineer-in-Charge
INTEGRITY PACT

To,
……………**…………..,
……………**…………..,
……………**…………..

Sub: NIT No. ……………**…….….for the work “Construction Art and cultural complex building at sector 53,
Gurgram, Haryana.(SH:- C/o RCC framed structure Building including water supply, sanitary, Electrical
installation and E&M Services.)”

Dear Sir,

It is here by declared that MCG is committed to follow the principle of transparency, equity and
Competitiveness in public procurement.

The subject Notice Inviting Tender (DNIT) is an invitation to offer made on the condition that the Bidder
Will sign the integrity Agreement, which is an integral part of tender/bid documents, failing which
the tenderer/bidder will stand disqualified from the tendering process and the bid of the bidder would be
summarily rejected.
This declaration shall form part and parcel of the Integrity Agreement and signing of the same shall be
Deemed as acceptance and signing of the Integrity Agreement on behalf of the MCG.

Yours faithfully

Executive Engineer
** to be filled by EE.

Contractor 46 Engineer-in-Charge
To,
Executive Engineer,
Muncipal coroporation,
C-1,Info. City, Sector-34,
Gurugram,Haryana,

Sub:- Submission of Tender for the work of “Construction of Art and cultural Complex buildingat sector 53,
Gurgram, Haryana.. (SH:- C/o RCC framed structure Building including water supply, sanitary,
Electrical installation and E&MServices.)”

Dear Sir,
I/We acknowledge that MCG is committed to follow the principles thereof as enumerated in the
Integrity Agreement enclosed with the tender/bid document.
I/We agree that the Notice Inviting Tender (DNIT) is an invitation to offer made on the condition that
I/We will sign the enclosed integrity Agreement, which is an integral part of tender documents, failing which
I/We will stand disqualified from the tendering process. I/We acknowledge that THE MAKING OF THE BID SHALL
BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the DNIT.
I/We confirm acceptance and compliance with the Integrity Agreement in letter and spirit and further
agree that execution of the said Integrity Agreement shall be separate and distinct from the main contract,
which will come into existence when tender/bid is finally accepted by MCG. I/We acknowledge and accept the
duration of the Integrity Agreement, which shall be in the line with Article 1 of the enclosed Integrity
Agreement.
I/We acknowledge that in the event of my/our failure to sign and accept the Integrity Agreement, while
submitting the tender/bid, MCG shall have unqualified, absolute and unfettered right to disqualify the
tenderer/bidder and reject the tender/bid is accordance with terms and conditions of the tender/bid.
Yours faithfully

(Duly authorized signatory of the Bidder)

Contractor 47 Engineer-in-Charge
To be signed by the bidder and same signatory competent / authorised to
sign the relevant contract on behalf of MCG.
INTEGRITY AGREEMENT

This Integrity Agreement is made at ........**....... on this ....**....... day of ....**.......2018.


BETWEEN
Commissioner, Municipal Corporation, Gurgram represented through The Executive EngineerMuncipal
Corporation Gurugram, C-1, Info. City, Sector-34, Haryana. (Hereinafter referred as the ‘Principal/Owner’,
which expression shall unless repugnant to the meaning or context hereof include its successors and permitted
assigns)

AND

.......................................................**......................................................
(Name and Address of the Individual/firm/Company)
Through ...........................................**......................... (Hereinafter referred to as the
(Details of duly authorized signatory)
“Bidder/Bidder” and which expression shall unless repugnant to the meaning or context hereof include its
successors and permitted assigns)
Preamble
WHEREAS the Principal / Owner has floated the Tender (NIT No_____________________) (hereinafter referred
to as “Tender/Bid”) and intends to award, under laid down organizational procedure, contract for
“Construction Art and cultural Complex building at sector 53, Gurgram, Haryana.
(SH:- C/o RCC framed structure Building including water supply, sanitary, Electrical installation
and E&M Services.)”
Hereinafter referred to as the “Contract”.
AND WHEREAS the Principal/ Owner values full compliance with all relevant laws of the land, rules, regulations,
economic use of resources and offairness/transparency in its relation with its Bidder(s) and Bidder(s). AND
WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this Integrity Agreement
(hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditions of which shall also be read as
integral part and parcel of the Tender/Bid documents and Contract between the parties.

NOW, THEREFORE, in consideration of mutual covenants contained in thisPact, the parties hereby agree as
follows and this Pact witnesses as under:

** To be filled by EE

Contractor 48 Engineer-in-Charge
Article 1:Commitment of the Principal/Owner
1) The Principal/Owner commits itself to take all measures necessary to prevent
corruption and to observe the following principles:
(a) No employee of the Principal/Owner, personally or through any of his/her family members, will in
connection with the Tender, or the execution of the Contract, demand, take a promise for or
accept, for self or third person, any material or immaterial benefit which the person is not legally
entitled to.
(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity and reason. The
Principal/Owner will, in particular, before and during the Tender process, provide to all Bidder(s)
the same information and will not provide to any Bidder(s) confidential / additional information
through which the Bidder(s) could obtain an advantage in relation to the Tender process or the
Contract execution.
(c) The Principal/Owner shall endeavour to exclude from the Tender process any person, whose
conduct in the past has been of biased nature.
2) If the Principal/Owner obtains information on the conduct of any of its employees which is a criminal
offence under the Indian Penal code (IPC)/Prevention of Corruption Act, 1988 (PC Act) or is in violation
of the principles herein mentioned or if there be a substantive suspicion in this regard, the
Principal/Owner will inform the Chief Vigilance Officer and in addition can also initiate disciplinary
actions as per its internal laid down policies and procedures.
Article 2:Commitment of the Bidder(s)/Bidder(s)
1) It is required that each Bidder/Bidder (including their respective officers, employees and agents) adhere
to the highest ethical standards, and report to the Government / Department all suspected acts of fraud
or corruption or Coercion or Collusion of which it has knowledge or becomes aware, during the
tendering process and throughout the negotiation or award of a contract.

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

a) The Bidder(s)/Bidder(s) will not, directly or through any other person or firm, offer, promise or give
to any of the Principal/Owner’s employees involved in the Tender process or execution of the
Contract or to any third person any material or other benefit which he/she is not legally entitled to,
in order to obtain in exchange any advantage of any kind whatsoever during the Tender process or
during the execution of the Contract.
b) The Bidder(s)/Bidder(s) will not enter with other Bidder(s) into any undisclosed agreement or
understanding, whether formal or informal. This applies in particular to prices, specifications,
certifications, subsidiary contracts, submission or non-submission of bids or any other actions to
restrict competitiveness or to cartelize in the bidding process.
c) The Bidder(s)/Bidder(s) will not commit any offence under the relevant IPC/PC Act. Further the
Bidder(s)/Contract(s) will not use improperly, (for the purpose of competition or personal gain), or
pass on to others, any information or documents provided by the Principal/Owner as part of the
business relationship, regarding plans, technical proposals and business details, including
information contained or transmitted electronically.
d) The Bidder(s)/Bidder(s) of foreign origin shall disclose the names and addresses of
agents/representatives in India, if any. Similarly Bidder(s)/Bidder(s) of Indian Nationality shall
disclose names and addresses of foreign agents/representatives, if any. Either the Indian agent on
behalf of the foreign principal or the foreign principal directly could bid in a tender but not both.

Contractor 49 Engineer-in-Charge
Further, in cases where an agent participate in a tender on behalf of one manufacturer, he shall not
be allowed to quote on behalf of another manufacturer along with the first manufacturer in a
subsequent/parallel tender for the same item.

d) The Bidder(s)/Bidder(s) will, when presenting his bid, disclose any and all payments he has made, is
committed to or intends to make to agents, brokers or any other intermediaries in connection with
the award of the Contract.
3) The Bidder(s)/Bidder(s) will not instigate third persons to commit offences outlined above or be an
accessory to such offences.
4) The Bidder(s)/Bidder(s) will not, directly or through any other person or firm indulge in fraudulent
practice means a wilful misrepresentation or omission of facts or submission of fake/forged documents
in order to induce public official to act in reliance thereof, with the purpose of obtaining unjust
advantage by or causing damage to justified interest of others and/or to influence the procurement
process to the detriment of the Government interests.

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

Article 3: Consequences of Breach


Without prejudice to any rights that may be available to the Principal/Owner under law or the Contract
or its established policies and laid down procedures, the Principal/Owner shall have the following rights
in case of breach of this Integrity Pact by the Bidder(s)/Bidder(s) and the Bidder/ Bidder accepts and
undertakes to respect and uphold the Principal/Owner’s absolute right:
1) If the Bidder(s)/Bidder(s), either before award or during execution of Contract has committed a
transgression through a violation of Article 2 above or in any other form, such as to put his reliability or
credibility in question, the Principal/Owner after giving 14 days notice to the bidder shall have powers
to disqualify the Bidder(s)/Bidder(s) from the Tender process or terminate/determine the Contract, if
already executed or exclude the Bidder/Bidder from future contract award processes. The imposition
and duration of the exclusion will be determined by the severity of transgression and determined by the
Principal/Owner. Such exclusion may be forever or for a limited period as decided by the
Principal/Owner.

2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Principal/Owner has disqualified


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

3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder or Bidder, or of an


employee or a representative or an associate of a Bidder or Bidder which constitutes corruption within
the meaning of IPC Act, or if the Principal/Owner has substantive suspicion in this regard, the
Principal/Owner will inform the same to law enforcing agencies for further investigation.

Article 4: Previous Transgression


1) The Bidder declares that no previous transgressions occurred in the last 5 years with any other
Company in any country confirming to the anticorruption approach or with Central Government or

Contractor 50 Engineer-in-Charge
State Government or any other Central/State Public Sector Enterprises in India that could justify his
exclusion from the Tender process.

2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the Tender process
or action can be taken for banning of business dealings/ holiday listing of the Bidder/Bidder as deemed
fit by the Principal/ Owner.
3) If the Bidder/Bidder can prove that he has resorted / recouped the damage caused by him and has
installed a suitable corruption prevention system, the Principal/Owner may, at its own discretion,
revoke the exclusion prematurely.
Article 5: Equal Treatment of all Bidders/Bidders/Sub bidders

1) The Bidder(s)/Bidder(s) undertake(s) to demand from all sub bidders a commitment in conformity with
this Integrity Pact. The Bidder/Bidder shall be responsible for any violation(s) of the principles laid down
in this agreement/Pact by any of its Sub bidders/ sub-vendors.

2) The Principal/Owner will enter into Pacts on identical terms as this one with all Bidders and Bidders.

3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact between the
Principal/Owner and the bidder, along with the Tender or violate its provisions at any stage of the
Tender process, from the Tender process.

Article 6- Duration of the Pact


This Pact begins when both the parties have legally signed it. It expires for the Bidder/Vendor 12
months after the completion of work under the contract or till the continuation of defect liability
period, whichever is more and for all other bidders, till the Contract has been awarded. If any claim is
made/lodged during the time, the same shall be binding and continue to be valid despite the lapse of
this Pacts as specified above, unless it is discharged/determined by the Competent Authority, MCG.

Article 7- Other Provisions


1) This Pact is subject to Indian Law, place of performance and jurisdiction is the Head quarters of the
Division of the Principal/Owner, who has floated the Tender.
2) Changes and supplements need to be made in writing. Side agreements have not been made.
3) If the Bidder is a partnership or a consortium, this Pact must be signed by all the partners or by one or
more partner holding power of attorney signed by all partners and consortium members. In case of a
Company, the Pact must be signed by a representative duly authorized by board resolution.
4) Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact remains
valid. In this case, the parties will strive to come to an agreement to their original intensions.
5) It is agreed term and condition that any dispute or difference arising between the parties with regard to
the terms of this Integrity Agreement / Pact, any action taken by the Owner/Principal in accordance
with this Integrity Agreement/ Pact.

Article 8- LEGAL AND PRIOR RIGHTS


All rights and remedies of the parties hereto shall be in addition to all the other legal rights and
remedies belonging to such parties under the Contract and/or law and the same shall be deemed to be
cumulative and not alternative to such legal rights and remedies aforesaid. For the sake of brevity, both
the Parties agree that this Integrity Pact will have precedence over the Tender/Contact documents with
regard any of the provisions covered under this Integrity Pact.

Contractor 51 Engineer-in-Charge
IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place and date
first above mentioned in the presence of following witnesses:

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

....................................................**.......................................
(For and on behalf of Bidder/Bidder)

WITNESSES:-
1. ................................................**......................................
(signature, name and address)

2. ...............................................**.......................................
(signature, name and address)
Place:
Dated: ** To be filled by EE

Contractor 52 Engineer-in-Charge
Bank Guarantee Bond
In consideration of the Commissioner Muncipal coroporation Gurugram (hereinafter called “the Government”)
having agreed under the terms and conditions of agreement No. _______________________ dated -
______________ made between _____________ and __________________ (hereinafter called “the
contractor(s)”) ____________ for the work
____________________________________________________ (hereinafter called “the said agreement”)
having agreed to production of a irrevocable Bank Guarantee for ` ___________ (Rupees ___
______________________________________________ only) as a security/guarantee from the
contractor(s) for compliance of his obligations in accordance with the terms and conditions in the said
agreement, we
(hereinafter referred to as “the Bank”) hereby undertake to pay
to the
(Indicate the name of the Bank)

Government an amount not exceeding ` __________ ( )


________________________________only) on demand by the Government.

2. We do hereby undertake to pay the amounts due and payable


(Indicate the name of the
Bank)
Under this guarantee without any demure, merely on a demand from the Government stating that the amount
claimed is required to meet the recoveries due or likely to be due from the said contractor(s). Any such demand
made on the bank shall be conclusive as regards the amount due and payable by the bank under this guarantee.
However, our liability under this guarantee shall be restricted to an amount not exceeding ` _________
(Rupees__________________________________ only).
3. We, the said bank further undertake to pay to the government any money so demanded notwithstanding any
dispute or disputes raised by the contractor(s) in any suit or proceeding pending before any court or tribunal
Relating thereto, our liability under this present being absolute and unequivocal.
The payment so made by us under this bond shall be a valid discharge of our liability forpaymentthere under
and the contractor(s) shall have no claim against us for making such payment.

4. We further agree that the guarantee herein contained


shall
(Indicate the name of the
Bank)
remain in full force and effect during the period that would be taken for performance of the said agreement and
that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said
agreement have been fully paid and its claims satisfied or discharged or till Engineer-in-charge on behalf of the
government certified that the terms and conditions of the said agreement have been fully and properly carried
out by the said contractor(s) and accordingly discharges this guarantee.

Contractor 53 Engineer-in-Charge
5. We further agree with the Government that the
Government
(Indicate the name of the
Bank)
shall have the fullest liberty without our consent and without effecting in any manner our obligations
hereunder to vary any of the terms and conditions of the said agreement or to extend time of
performance by the said contractor(s) from time to time or to postpone for any time or from time to
time any of the powers exercisable by the government against the said contractor(s) and to forebear or
enforce any of the terms and conditions relating to the said agreement and we shall not be relieved
from our liability by reason of any such variation, or extension being granted to the said contractor(s) or
for any forbearance, act of omission on the part of the government or any indulgence by the
Government to the said contractor(s) or by any such matter or thing whatsoever which under the law
relating to sureties would, but for this provision, have effect of so relieving us.

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

7. We lastly undertake not to revoke this guarantee except with

(Indicate the name of the Bank)


The previous consent of the Government in writing.

8. This guarantee shall be valid up to _____________, unless extended on demand by Government.


Notwithstanding anything mentioned above, our liability against this guarantee is restricted to `
_________ (` _______________________________only) and unless a claim in writing is lodged with us
within six months of the date of expiry or the extended date of expiry of this guarantee all our
liabilitiesunder this guarantee shall stand discharged.

Dated the___________________________dayof________________________________________

For
(Indicate the name of the Bank)

Contractor 54 Engineer-in-Charge
FORM FOR EARNEST MONEY (BANK GUARANTEE)

WHEREAS, bidder...........**....... (Name of bidder) (Hereinafter called “the bidder”) has submitted his tender
dated .......**...... (Date) for the construction of .......................**....................... (Name of work) (Hereinafter
called “the Tender”) KNOW ALL PEOPLE by these presents that we ..................**....................... (Name of bank)
having our registered office at ................**................... (Hereinafter called “the Bank”) are bound
untoCommissionerMuncipal Corporation Gurugram, C-1, Info. City, Sector-34, Haryana.in the sum of Rs.
.............**............ (Rs. In words ......................**...........................) for which payment well and truly to be made
to the said Commissioner Muncipal Corporation Gurugramthe Bank binds itself, his successors and assigns by
these presents.

SEALED with the Common Seal of the said Bank this .......**.......... day of ......**........... 2018

THE CONDITIONS of this obligation are:

(1) If after tender opening the Bidder withdraws, his tender during the period of validity of tender (including
extended validity of tender) specified in the Form of Tender;
(2) If the bidder having been notified of the acceptance of his tender by the Engineer-in Charge:
(a) Fails or refuses to execute the Form of Agreement in accordance with the Instructions to bidder, if
required; OR
(b) Fails or refuses to furnish the Performance Guarantee, in accordance with the provisions of tender
document and Instructions to bidder,
OR
(c) Fails or refuses to start the work, in accordance with the provisions of the contract and Instructions to
bidder, OR

(e) Fails or refuses to submit fresh Bank Guarantee of an equal amount of this Bank Guarantee, against
Security Deposit after award of contract.

We undertake to pay to the Commissioner Muncipal coroporation Gurugram up to the above amount upon
receipt of his first written demand, without the Engineer-in-Charge having to substantiates his demand,
provided that in his demand the Engineer-in-Charge will note that the amount claimed by him is due to him
owing to the occurrence of one or any of the above conditions, specifying the occurred condition or conditions.
This Guarantee will remain in force up to and including the date ................... after the deadline for submission
of tender as such deadline is stated in the Instructions to bidder or as it may be extended by the Engineer-in-
Charge, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this Guarantee
should reach the Bank not later than the above date.

DATE ......**....... SIGNATURE OF THE BANK


WITNESS ........**.......... SEAL

(SIGNATURE, NAME AND ADDRESS)

*Date to be worked out on the basis of validity period of 6 months from last date of receipt of tender.

** to be filled by EE.

Contractor 55 Engineer-in-Charge
Receipt
Information and Instruction for Executive Engineer for e-tendering

1. The Executive Engineer of MCGshould receive the original EMD for tender.
2. The DNIT approving authority / EE at the time of issue of DNIT shall also fill and upload the following
prescribed format of receipt of deposition of original EMD alongwith DNIT:-

Receipt of deposition of original EMD


(Receipt No………………..………………………………………….……………... / date..…..………….………..)
Name of work:-Construction of Art and cultural complex building at sector 53 Gurugram, Haryana. (SH:-
C/o RCC framed structure Building including water supply, sanitary, Electrical installation
and E&M Services.).

1. DNIT No.:-
2. Estimated Cost:-Rs. -----------------------------/-
3. Amount of Earnest Money Deposit:- Rs. --------------------/-
4. Last date of submission of bid****
(****To be filled by DNIT approving authority/EE at the time of issue of DNIT and uploaded alongwith DNIT)

1. Name of Contractor………………………………………………………….#
2. Form of EMD……………………………………………………………………#
3. Amount of Earnest Money Deposit……………………………………..#
4. Date of submission of EMD………………………………………………...#

Signature, name and Designation of EMD


Receiving officer (EE/AE(P)/AE/AAO)
alongwith Office stamp
(#To be filled by EMD receiving EE or DNIT issuing EE/AE as the case may be)

3. The Executive Engineer receiving EMD in original form shall examine the EMD deposited by the bidder
and shall issue a receipt of deposition of earnest money to the agency in a given format uploaded by
tender inviting EE. The receipt may be issued by the AE (P)/AE/AAO.

4. The Executive Engineer receiving original EMD shall also intimate tender inviting Executive Engineer
about deposition of EMD by the agency by e-mail/fax/telephonically.

5. The original EMD receiving Executive Engineer shall release the EMD after verification from the e-
tendering portal website (www.haryanaeprocurement.gov.in.) that the particular contractor is not L1
tenderer and work is awarded.

6. The tender inviting Executive Engineer will call for original EMD of the L-1 tenderer from EMD receiving
Executive Engineer immediately.

Contractor 56 Engineer-in-Charge
PART B

GENERAL, ADDITIONAL,SPECIAL CONDITIONS AND


PARTICULAR SPECIFICATION
FOR CIVIL WORK

Contractor 57 Engineer-in-Charge
GENERAL CONDITIONS

1. Except for the items, for which particular specifications are given or where it is specifically mentioned
otherwise in the description of the items in the schedule of quantities, the work shall generally be
carried out in accordance with the “Pwd Specifications with upto date corrections slips for Civil
Workand instructions of Engineer-in-Charge. Wherever Pwd Specifications are silent, the latest IS Codes
/ Specifications shall be followed.

2. The order of preference in case of any discrepancy as indicated in condition No. 8.1 under “Conditions
of Contract” given in the standard Pwd Contract form may be read as the following:-
i) Description of items as given in schedule of quantities.
ii) Particular Specification, Additional Conditions and Special Condition, if any.
iii) Drawings.
iv) Pwd Specifications with upto date correction slips.
v) General Conditions of Contract for MCG work including correction slips issued up to last date of
submission of bid.
vi) Indian Standard Specifications of B.I.S.
vii) ASTM, BS, or other foreign origin code mentioned in tender document.
viii) Manufacturers specifications.
ix) Sound Engineering Practice.
3. A reference made to any Indian Standard Specifications in these documents, shall imply to the latest
version of that standard, including such revisions / amendments as issued by the bureau of Indian
Standards upto last date of receipt of tenders. The Contractor shall keep at his own cost all such
publications of relevant Indian Standard applicable to the work at site.

4. The proposed work is a prestigious work and quality of work is of paramount importance. Contractor
shall have to engage well experienced skilled labour and deploy modern T&P and other equipment to
execute the work. Many items like stone cladding, other specialized work, flooring work, Polysulphide
sealant & other chemical treatment will specially require engagement of skilled workers having
experience particularly in execution of such items.
5. Samples including brand / quality of materials and fittings to be used in the work shall be got approved
from the Engineer-in-Charge, well in advance of actual execution and shall be preserved till the
completion of the work.
6. Unless otherwise specified in the schedule of quantities, the rates tendered by the contractor shall be
all inclusive and shall apply to all lifts & all heights, floors including terrace, leads and depths and
nothing extra shall be payable on this account.
7. The rates for all items of work shall, unless clearly specified otherwise, include cost of all labour,
material, tools and plants and other inputs involved in the execution of the item.

8. The contractor(s) shall quote all inclusive rates against the items in the schedule of quantities and
nothing extra shall be payable for any of the conditions and specifications mentioned in the tender
documents unless specifically specified otherwise.

9. Unless otherwise specified in the schedule of quantities the rates for all items shall be considered as
inclusive of pumping / bailing out water, if necessary for which no extra payment shall be made.

Contractor 58 Engineer-in-Charge
10. The rate for all items, in which the use of cement is involved, is inclusive of charges for curing.

11. The foundation trenches shall be kept free from water while works below ground level are in progress.

12. SAMPLES FOR TESTING:-


12.1 Samples of materials required for testing shall be provided free of charge by the contractor. The cost of
tests shall be borne by the contractor / department in the manner indicated below:-

a) By the contractor, if the results show that the material does not conform to relevant specifications.
b) By the department, if the results show that the material conforms to relevant specifications.
All other expenditure required to be incurred for taking samples; conveyance, packing etc. shall be
borne by the contractor himself.

12.2 However, if any load testing or special testing is to be done for concrete whose strength is doubtful, the
cost of the same shall be borne by the contractor.

12.3 In case there is any discrepancy in frequency of testing as given in list of mandatory tests and that in
individual sub-heads of work as per Pwd Specifications higher of the two frequencies of testing shall be
followed and nothing extra shall be payable on this account.
12.4 The contractor has to establish field laboratory at site including all necessary equipment for field tests
at his own cost.

13. The work shall be executed and measured as per metric dimensions given in the schedule of quantities,
drawings etc. (FPS units wherever indicated are for guidelines only)

14. Payment for items of “RCC work”, brick work and concrete work above different floor shall be made at
the rates provided for these items. For operation of these rates, the floor level shall be considered as
top of the main structural slab in that floor viz Top of RCC slab in main room and not top of any sunk or
depressed floor for toilet slabs.

15. The rate of items of flooring is inclusive of providing sunk flooring in bath-rooms, kitchen, etc. and
nothing extra on this account shall be payable.

16. Any legal or financial implications resulting out of disposal of earth shall be sole responsibility of the
contractor. Nothing extra shall be paid on this account.
17 The work should be planned in a systematic manner so that chase cuttings in the walls, ceilings and
floors are minimized. Wherever absolutely essential, the chase shall be cut using chase cutting
machines. Chases will not be allowed to be cut using hammer / chisel. The electrical boxes should be
fixed in walls simultaneously while raising the brick work. The contractor shall ensure proper co-
ordination of various disciplines viz. sanitary & water supply, electrical, fire-fighting and any other
services.
18. All the hidden items such as water supply lines, drainage pipes, conduits, sewers etc. are to be properly
tested as per the specifications/conditions before covering

19. Before commencement of the work, the contractor shall correlate nomenclature of the item with all the
relevant architectural and structural drawings to satisfy himself that the information available there
from is complete and unambiguous. The figures and written dimensions of the drawing shall super seed
the measurement by scale. The contractor submits for approval of Engineer-in-Charge his workshop
drawings and samples of the work to be performed under the specified items of work before actually

Contractor 59 Engineer-in-Charge
commencing the mass execution of the work under the item. Nothing extra shall be payable on this
account.

20. The discrepancy in the drawing issued, if any, shall be brought to the notice of the Engineer-in-Charge
for immediate decision before execution of the work. The contractor, alone shall be responsible for any
loss or damage occurring by the commencement of work on the basis of any enormous and incomplete
information and no claim, whatsoever, shall be entrained on this account.

21. The contractor shall make his own arrangement for electricity and water required for the execution of
the work and nothing extra shall be paid for the same. However Engineer-in-Charge shall recommend
the application to concerned authority for electric connection. The contractor shall make necessary
payment direct to the department concerned.
22. The contractor shall protect and indemnify the Department MCG and its officials & employees against
any claim and /or liability arising out of violations of any such laws, ordinances, orders, decrees, by
himself or by his employees or his authorized representatives. Nothing extra shall be payable on these
accounts.

23. The Contractor shall assume all liability, financial or otherwise in connection with this contract and shall
protect and indemnify the Department from any and all damages and claims that may arise on any
account. The Contractor shall indemnify the Department against all claims in respect of patent rights,
royalties, design, trademarks of name or other protected rights, damages to adjacent buildings, roads or
members of public, in course of execution of work or any other reasons whatsoever, and shall himself
defend all actions arising from such claims and shall indemnify the Department in all respect from such
actions, costs and expenses. Nothing extra shall be payable on this account.

24. The Contractor shall take all precautions to abide by the environmental related restrictions imposed by
any statutory body having jurisdiction in the Haryana as well as prevent any pollution of streams,
ravines, river bed and waterways. All waste or superfluous materials shall be transported by the
Contractor, and disposed off at designated places only. No claim on account of site constraints
mentioned above or any other site constraints such as lack of public transport, inadequate availability of
skilled, semi-skilled or unskilled workers in the near vicinity, non-availability of construction machinery
spare parts etc. or any other constraints not specifically stated here shall be entertained from the
Contractor. Therefore, the tenderers are advised to visit site and get first-hand information of site
constraints. Accordingly, they should quote their tenders. Nothing extra shall be payable on this
account. Any hindrances claimed by the contractor on this account shall not be considered while giving
extension of time under clause 5 of General condition of contract amended upto date till last date or
extended last date of submission of tender.

25. HVAC agency will also simultaneously install ducting work and the contractor shall adjust work schedule
of false ceiling accordingly and afford necessary facilities for the same. Claims of the contractor for
damage to false ceiling by HVAC agency will not be entertained under any circumstances and he should
resolve dispute, if any, amicably.

26. The Contractor(s) shall take all precautions to avoid accidents by exhibiting necessary caution boards
day and night. The contractor shall ensure entire necessary precaution during the entire period of work
and site related activities to ensure full safety to workers and avoid any kind of accident. In case of any
accident of labours/ contractual staffs or any other human being the entire responsibility will rest on
the part of the contractor both legally and financially and any compensation under such circumstances,
if becomes payable, shall be entirely borne by the contractor.

Contractor 60 Engineer-in-Charge
27. The rates quoted by the Contractor are deemed to be inclusive of site clearance, setting out work,
profile, establishment of reference bench mark(s), taking spot levels, construction of all safety and
protection devices, barriers, preparatory works, working during monsoon, working at all depths, height,
lead, lift and location etc. unless clearly specified otherwise in the description of item in schedule of
quantities of work and any other incidental works required to complete this work. Total station survey
instruments only shall be used for layout, fixing boundaries, and centre lines, etc. Nothing extra shall be
payable on this account.
28. For works below ground level the contractor shall keep that area free from water. If dewatering or
bailing out of water is required the contractor shall do it and payment shall be governed as provided in
the item of schedule of quantities. Nothing extra beyond schedule item shall be payable on this account
of dewatering/bailing out of water.
29. Theworks to be governed by this contract shall cover delivery and transportation up to destination, safe
custody at site, insurance, erection, testing and commissioning of the entire works.

The works to be undertaken by the contractor shall inter-alia include the following:

a) Preparation of detailed SHOP drawings and AS BUILT drawings wherever applicable.

b) Obtaining of Statutory permissions where-ever applicable and required.


c) Pre-commissioning tests as per relevant standard specifications, code of practice, Acts and Rules
wherever required.

d) Warranty obligation for the equipments and / or fittings/fixtures supplied by the contractor. Contractor
shall provide all the shop drawings or layout drawings for all the co-ordinated services before starting
any work or placing any order of any of the services etc. These shop drawings/layout drawings shall be
got approved from Engineer-in-charge before implementation and this shall be binding on the
contractor. The contractor shall submit material submittals along with material sample for approval of
Engineer-in-Charge prior to delivery of material at site.Nothing extra shall be payable on this account.

30. Facilities for the Department for project monitering [Not payable separately]
(a) The Contractor shall provide 4 Nos. laptop-cum-tablet (window 10), with 4G enabled internet
connection [Approximate cost Rs. 50,000/-]. Nothing extra shall be payable on this account.

(b) The contractor shall make arrangement for Helmets and leather shoes (meant for construction work at
sites) for all field staff of the department during the entire period of construction for safety reasons.
Nothing extra shall be payable on this account.

31. Maintenance of Register of Tests

(i) All the registers of tests carried out at construction site or in outside laboratories shall be maintained by
the contractor which shall be issued to the contractor by Engineer-in-Charge in the same manner as
being issued to MCG field staff.
(ii) All samples of materials including cement concrete cubes shall be taken jointly with contractor by JE
and out of this at least 50% samples shall be taken in presence of AE in charge. If there is no JE, all
samples of materials including cement concrete cubes shall be taken by AE jointly with contractor. All
the necessary assistance shall be provided by the contractor. Cost of samples materials is to be borne
by the contractor and he shall be responsible for safe custody of samples to be tested at site.

Contractor 61 Engineer-in-Charge
(iii) All the tests if field lab setup at construction site shall be carried out by the Engineering staff deployed
by the contractor which shall be 100% witnessed by JE and 50% of tests shall be witnessed by AE –in-
Charge. At least 10% of the tests are to be witnessed by the Executive Engineer.
(iv) All the entries in the registers will be made by the designated Engineering Staff of the contractor and
same should be regularly reviewed by JE/AE/EE.

(v) Contractor shall be responsible for safe custody of all the test registers.
(vi) Submission of copy of all test registers, Material at site register and hindrance register along with each
alternate Running Account Bill and Final Bill shall be mandatory. These registers should be duly checked
by AE (P) in division office and receipts of registers should also be acknowledged by Accounts Officer /
officer deputed by Engineer in – charge by signing the copies and register to confirm receipt in Division
office.
31. Maintenance of Material at Site (MAS) Register-
(i) All the MAS Registers including cement and Steel Registers shall be maintained by Contractor which
shall be issued to the contractor by Engineer-in-Charge in the same manner as being issued to MCG field
staff.
(ii) Each of the entry of receipt of material at site shall be 100% test checked by JE or by AE if there is no JE.
(iii) Each MAS register shall be checked by JE at least twice a week and at least once a week by AE. If there is
no JE then MAS registers will be checked by AE at least twice a week.

(iii) Cement Register shall be reviewed by EE at least once in a month.

32. Recording of Hindrance & Maintenance of Hindrance Register –


i) Whenever any hindrance whether on part of department or on part of contractor, comes to the notice
of the Assistant Engineer, he should at once make a note of such hindrance in the register kept at site,
and immediately make a report to the Executive Engineer within a week.

ii) The following points should be kept in mind while entering the hindrances in the Hindrance Register:

a) The entry of date of start of hindrance and date of removal of hindrance should be made on the same
day as the hindrance takes place or the cause of the hindrance is removed, respectively.

b) The Executive Engineer should work out the over lapping period, net hindrance and weightage of each
hindrance within 15 days of removal of the cause of hindrance. For work outside headquarters, this
should be done as and when he visits the site.

c) The items of work affected due to any hindrance should be clearly mentioned in the Hindrance Register
by the Assistant Engineer, and the weightage should be allowed on this basis.

d) Each hindrance should be entered in the hindrance Register, which should be authenticated by the
Executive Engineer and Contractor.
e) The hindrance on part of contractor is also to be entered in the Hindrance Register.

f) The hindrance should be recorded carefully in the Hindrance Register after considering its effect on
completion of work.
g) Review of hindrance register shall be compulsory in division office by EE and AAO at the time of
payment of each Running Account Bill and final bill and certificate shall be recorded that all up to date
hindrances on part of department and contractor have been recorded in the hindrance register.

Contractor 62 Engineer-in-Charge
h) The net delay on part of department or contractor shall be worked out after considering all the
hindrances recorded in the hindrance register.

i) The Superintending Engineer Should reviews the hindrance Register whenever he visits site of work.

33. RATES:-
i) The rates quoted by the Contractor are deemed to be inclusive of site clearance, setting out work,
profile, setting lay out on ground, establishment of reference bench mark(s), installing various signage,
taking spot levels, survey with total station, construction of all safety and protection devices,
compulsory use of helmet and safety shoes, and other appropriate safety gadgets by workers,
imparting continuous training for all the workers, barriers, preparatory works, construction of clean,
hygienic and well ventilated workers housings in sufficient numbers as per drawing supplied by
Engineer in charge, working during monsoon or odd season, working beyond normal hours, working at
all depths, height, lead, lift, levels and location, implementation of green building norms to achieve
desired GRIHA Rating etc. and any other unforeseen but essential incidental works required to
complete this work. Nothing extra shall be payable on this account and no extension of time for
completion of work shall be granted on these accounts.

ii) The rates quoted by the tenderer, shall be firm and inclusive of all taxes and levies (including
works contract tax but excluding service tax).
iii) No foreign exchange shall be made available by the Department for importing (purchase) of
equipment, plants, machinery, materials of any kind or any other items required to be carried out
during execution of the work. No delay and no claim of any kind shall be entertained from the
Contractor, on account of variation in the foreign exchange rate.

iv) Ancillary and incidental facilities required for execution of work like labour accommodations, stores,
fabrication yard, offices for Contractor, watch and ward, temporary ramp required to be made for
working at the basement level, temporary structure for plants and machineries, water storage tanks,
installation and consumption charges of temporary electricity, telephone, water etc. required for
execution of the work, liaison and pursuing for obtaining various No Objection Certificates, completion
certificates from local bodies etc., protection works, testing facilities / laboratory at site of work,
facilities for all field tests and for taking samples etc. during execution or any other activity which is
necessary (for execution of work and as directed by Engineer-in-Charge), shall be deemed to be
included in rates quoted by the Contractor, for various items in the schedule of quantities. Nothing
extra shall be payable on these accounts. Before start of the work, the Contractor shall submit to the
Engineer-in-Charge, a site / construction yard layout, specifying areas for construction, site office,
positioning of machinery, material yard, cement and other storage, steel fabrication yard, site
laboratory, water tank, etc.

v) For completing the work in time, the Contractor might be required to work in two or more shifts
(including night shifts). No claim whatsoever shall be entertained on this account, not with-standing
the fact that the Contractor may have to pay extra amounts for any reason, to the labourers and other
staff engaged directly or indirectly on the work according to the provisions of the labour and other
statutory bodies regulations and the agreement entered upon by the Contractor with them.

Contractor 63 Engineer-in-Charge
ADDITIONAL CONDITIONS

1. The contractors are advised to get acquainted with the proposed work and its site, approach roads,
working space, restrictions and also study the Soil Report, the Preliminary Architectural / Structural
Drawings, Specifications and Special Conditions etc. (available in the office of MCG,Gurugram,Haryan)
carefully before tendering. No claim of any sort shall be entertained on account of any site conditions
and ignorance of specifications and special conditions.

2. The tenderer shall see the approaches to the site. In case any approach from main road is required at
site or existing approach is to be improved and maintained for cartage of materials by the contractor,
the same shall be provided, improved and maintained by the contractor at his own cost. No payment
shall be made on this account.

3. The work shall be carried out as per Pwdspecificationswith up to date correction slips unless otherwise
specified in the nomenclature of individual item or in the particular specifications and special
conditions, where specifications are silent, the decision of Engineer-in-Charge shall be final and binding.

4. The rates quoted by the contractor shall be taken as net and nothing extra shall be paid on any account
i.e. royalty, cartage, sales tax and stacking of materials at required places etc.

5. The rates for different items of work shall apply for all heights and depths, leads and lifts unless
otherwise specified in the agreement or specifications applicable to the agreement.
6. Any damage done by the contractor to any existing work during the course of execution of the work
shall be made good by him at his own cost.

7. Articles manufactured by the reputed firms and approved by Engineer-in-Charge shall only be used.
Only articles classified, as ‘first quality’ by the manufacturer shall be used unless otherwise specified. In
case articles bearing ISI certification are not available in the market, quality of samples brought by the
contractor shall be judged by standards laid down in the relevant pwd specifications. For the items not
covered by pwd specifications, relevant BIS standards shall apply. The sample of materials to be brought
to site for use in work shall be got approved from the Engineer-in-Charge before actual execution of
work.
8. Samples of materials required for testing shall be provided free of cost by the contractor. Testing
charges, if any, shall be borne by the department in case the test results are satisfactory accept where-
ever specifically mentioned otherwise in the DNIT. All other expenditure to be incurred for taking
samples, conveyance, packing etc. shall be borne by the contractor. If material fails in testing, the
testing charges will be borne by the contractor.
The contractor shall get the water tested with regard to its suitability and conforming to the relevant IS
Code. The contractor shall obtain written approval from the Engineer-in-Charge before he proceeds by
using the same for execution of work. The water testing charges shall be borne by the contractor.

9. The contractor shall submit a detailed program of work in PRIMA VERA within 15 days of the date of
issue of award letter. Detailed program should include all the mile stone, cash flow, material
procurement, manpower deployment. Program must show clearly the critical path to complete the
project in time. The Engineer-in-Charge can modify the program and the contractor shall have to work
accordingly. The contractor shall employ a skilled computer operator well versed in MS project/
Primavera. During review of work progress, Engineer in Charge can ask to modify the program.
Contractor shall resubmit the modified program within 7 (seven) days.

Contractor 64 Engineer-in-Charge
10. The quantities of each item shall not be exceeded beyond the agreement quantities without prior
permission of Engineer-in-Charge.
11. Statutory deductions on account of GST etc. as applicable shall be made from the gross amount of the
bill.
12. The contractor shall make his own arrangements for obtaining electric connection, if required and make
necessary payments directly to the department concerned.
13. All types of mortars to be used in the work shall be mixed in the mechanical mixer and hand mixing shall
not be permitted.
14. The contractor shall make his own arrangement for getting the permission to ply the trucks, machinery
etc. from the traffic police.
15. No payment shall be made to the contractor for any damage caused by rain, snow fall, floods or any
other natural causes whatsoever during the execution of work. The damage caused to work shall have
to be made good by the contractor at his own cost and no claim on this account shall be entertained.
16. Other agencies may also simultaneously be executing the work of electrification, substation,
firefighting, HVAC, Horticulture or external services and other building works for the same building
alongwith this work. The contractor shall afford necessary facilities for the same and no claim in the
matter shall be entertained. The contractor shall especially co-ordinate with the other agencies
carrying out their work.
17. Some restrictions may be imposed by the security staff etc. on the working and or movement of labour
and materials, etc., the contractor shall be bound to follow all such restrictions / instructions and
nothing shall be payable on this account.
18. The contractor shall take all precautions to avoid accidents by exhibiting necessary caution boards, red
lights and all other such measures. He shall be responsible for all damages and accidents caused due to
negligence on his part. No hindrance shall be caused to traffic during the execution of the work by
storing materials on the road.
19. The contractor shall be fully responsible for the safe custody of the material issued or brought by him to
site for doing the work.
20. The contractor shall make his own arrangement of water for construction and drinking purpose as well
for electricity and its distribution at his own cost. The department will render only assistance to the
contractor for making application to PHED/ authorized water supply agency, if required. All the fees and
charges including consumption charges shall be borne by the contractor. The water should be as per
pwd specifications, & relevant codes.
21 The contractor will not have any claim in case of any delay by the Engineer-in-Charge in removal of trees
or shifting, removing of telegraph, telephone or electric lines (overhead or underground), water and
sewer lines and other structure etc., if any which may come in the way of the work. However, suitable
extension of time can be granted to cover such delay.
22 The malba /garbage (construction waste material) generated at site due to construction activities shall
be removed from the site immediately & shall be disposed off by the contractor to the approved
dumping site at his own cost.
23. The contractor shall clean the site thoroughly of scaffolding materials, rubbish, equipment left out of his
work and dress the site around the building to the complete satisfaction of the Engineer-in-charge
before the work is treated as completed.

24. The Labour Welfare Cess @ 1% of gross work done shall be deducted.
25 Barricading
i. The site is already barricaded with galvalume profile sheet. However proper temporary barricading by
fencing with G.I. sheets, shall be carried out by the Contractor at the start of work to physically define

Contractor 65 Engineer-in-Charge
the boundaries of the plot for restricted entry to only those involved in the work and also to prevent
any accidents, at the same time without causing any inconvenience to the traffic and the users of the
buildings in the adjacent plots. It shall be done by providing, erecting, maintaining temporary protective
barricading of minimum 3.0 meters in height, made in panels, with each panel having MS frames / MS
scaffolding pipes of suitable size and stiffness, with 24 gauge thick GI corrugated sheet or suitably
stiffened plain GI sheet fixed on frames. Such panels shall be suitably connected to each other for
stability with nuts and bolts, hooks, clamps etc. and fixed firmly to the ground at about 2 meters
spacing, for the entire duration till completion of the work. He shall also provide and erect temporary
protective barricades within the plot, if required, to prevent any accident. Temporary protective roofing
near the Entrance to the building, under construction, shall be made to protect the visiting officials from
getting hurt by falling debris etc. Also, one or more coat of enamel paint of shade as approved and
directed by the Engineer-in-Charge shall be applied on the panels and "MCG" shall be painted over that
in suitable sizes, shapes and numbers as directed by the Engineer-in-Charge. It shall be dismantled and
taken away by the Contractor after the completion of work at his own cost with the approval of the
Engineer-in- Charge. Nothing extra shall be payable on this account.

ii. Access gate of adequate sized opening in barricading should be provided to allow smooth flow of
construction machinery, trucks, trailers etc.
iii. The contractor shall maintain the site barricading during the complete period of execution and realign it
if required, for execution of works.Nothing extra shall be payable on this account.

26. The work shall be carried out in accordance with the Architectural drawings and structural drawings, to
be issued from time to time, by the Engineer-in-Charge. Before commencement of any item of work,
the contractor shall correlate all the relevant architectural and structural drawings issued for the work
and satisfy himself that the information available there from is complete and unambiguous. The
discrepancy, if any, shall be brought to notice of Engineer-in-Charge before execution of the work. The
contractor alone shall be responsible for any loss or damage occurring by the commencement of work
on the basis of any erroneous and or incomplete information.

27. The contractor shall give due notices / request letter to Municipality, Police, Labour Department and /or
other authorities that may be required under the law/ rules under force in the area and obtain all
requisite licenses for temporary obstructions/ enclosures and pay all fee, taxes and charges which may
be leviable on account of these operations in executing the work under the agreement. Nothing extra
shall be payable on this account. The contractor shall ensure that there is no damage to adjoining
property. If any such untoward happens he shall be entirely responsible for any consequences besides
making good any damages to the adjoining property whether public or private. He shall supply and
maintain lights either for illumination or for cautioning the public at night.

28. The contractor shall leave such recesses, holes, openings etc. as may be required for the electric, air-
conditioning and other related works at the time of casting of concrete, stone work & brick work, if
required, and nothing extra shall be payable on this account.

29. Before start of work, the Contractor keeping in view that the space available is limited shall furnish a
construction yard layout, specifying areas for constructions, positioning of machinery, material yard,
cement and other storage, steel fabrication yard, site laboratory, water tank, conveyer belt etc. and
seek formal approval of the Engineer-in-Charge. The contractor shall not stack building material/ malba
on the road or on the land owned by any other authority, as the case may be. In case, the Contractor is
found stacking the building material/ malba as stated above, he shall be liable to pay the stacking
charges as may be levied by any other local body or authority and also to face penal action as per the

Contractor 66 Engineer-in-Charge
rules, regulations and bye-laws of the said body or authority. The Engineer-in-Charge shall be at liberty
to recover the sums due but not paid to the concerned authorities on the above counts from any sums
due to the contractor including amount of the Security Deposit or Retention Money in respect of this
contract or any other contract.

30. The contractor shall arrange carrying out of all tests required under the agreement through the
laboratory as approved by the Engineer-in-Charge and shall bear all charges in connection therewith
including fee for testing. However, no testing charges will be payable by the contractor for the tests
conducted in laboratories at site of work. In all cases, cost of samples and to and fro carriage shall be
borne by the contractor. Contractor shall establish a laboratory at site of work at his own cost. The
laboratory shall be equipped, inter alia, with the equipment as details and in tender document (list is
indicative but not exhausting) Allowing establishing the laboratory at site shall not absolve the
contractor from fulfilling the criteria of getting the test done in independent Lab. /MCG Lab. The
decision of the Engineer-in-charge of allowing any test in the site laboratory or any other laboratory
shall be final.
32. SETTING OUT:
31.1 The contractor shall establish, maintain and assume responsibility for grades, lines, levels and bench
marks. He shall report any errors or inconsistencies regarding grades, lines, levels, dimensions to the
Engineer-in-charge before commencing work. Commencement of work shall be regarded as the
contractor’s acceptance of such grades, lines, levels and dimensions and no claim shall be entertained
at a later date for any errors found. If at any time, any error in this respect shall appear during the
progress of the work, the contractor shall, at his own expense rectify such error if so required to the
satisfaction of the Engineer-in-charge. Nothing extra shall be payable on this account for any errors
found at a later date.The Contractor shall protect and maintain temporary/ permanent benchmarks at
the site of work throughout the execution of work. These benchmarks shall be got checked by the
Engineer-in-Charge or his authorized representatives. The work at different stages shall be checked with
reference to bench marks maintained for the said purpose. Nothing extra shall be payable on this
account.

31.2 The approval by the Engineer-in-charge of the setting out by the contractor shall notrelieve the
contractor of any of his responsibilities.
31.3 The contractor shall be entirely and exclusively responsible for the horizontal, vertical and other
alignment, the level and correctness of every part of the work and shall rectify effectively and errors or
imperfections therein. Such rectifications shall be carried out by the contractor at his own cost to the
instructions and satisfaction of the Engineer-in-charge.

31.4 The rates quoted by the Contractor are deemed to be inclusive of site clearance, setting out work,
profile, establishment of reference bench mark, spot levels, construction of all safety and protection
devices, barriers, earth embankments, preparatory works, all testing of materials, working during
monsoon, working at all depths, heights and locations etc.

32.0 INTEGRATED PROGRAMME CHART:


The Contractor shall prepare an integrated program chart within fifteen days of issue of award letter
including civil as well as E & M activities for the execution of work, showing clearly all activities from the
start of work to completion, with details of manpower, equipment and machinery required for the
fulfillment of the program within the stipulated period and submit the same for approval of the
Engineer-In-Charge within fifteen days of the award of the work. The integrated program chart so

Contractor 67 Engineer-in-Charge
submitted should not have any discrepancy with the physical milestones attached in the contract
agreement. The program chart should include the following: -

(i) Descriptive note explaining sequence of various activities.

(ii) Construction Program prepared on PRIMAVERA Software, which will indicate resources in financial
terms, manpower and specialized equipment for every important stage.

(iii) Program for procurement of materials by the contractor.

(iv) Program for arranging and deployment of manpower both skilled and unskilled so as to achieve
targeted progress.
(v) Program of procurement of machinery/equipment having adequate capacity, commensurate with the
quantum of work to be done within the stipulated period, by the contractor.
(vi) Program for achieving fortnightly micro milestones and periodic milestones.
(vii) In case of non-compliance/delay in compliance in this, a penalty @ Rs. 2000/- per day will be imposed
which will be recovered from the immediate next R/A Bill of the Contractor.
(ix) If at any time, it appears to the Engineer-In-Charge that the actual progress of work does not conform to
the approved program referred above, the contractor shall produce a revised program showing the
modifications to the approved program by additional inputs to ensure completion of the work within
7(seven) days.
(x) The submission for approval by the Engineer-In-Charge of such program or the furnishing of such
particulars shall not relieve the contractor of any of his duties or responsibilities under the contract. This
is without prejudice to the right of Engineer-In-Charge to take action against the contractor as per terms
and conditions of the agreement.
(xi) Apart from the above integrated program chart, the contractor shall be required to submit monthly
progress report of the work in computerized form on 1st of every month. These Monthly progress
reports shall be accompanied with photographs (at least ten nos.) of the work done at all the parts of
construction site in a computerized form besides forwarding hard copies of the same before to Engineer
in Charge. The contractor shall submit the 5 minute compiled video in soft copy of execution of different
items of work along with the monthly progress report. Nothing extra shall be payable on this account.
(a) Construction schedule of the various components of the work through a bar chart for the
Next two fortnights (or as may be specified), showing the micro- milestone/milestones, targeted tasks
(including material and labour requirement) and up to date progress. At least 10 digital photographs
showing all the parts of construction site along with at least 5 minutes video of executions of different
items in soft copy has to be submitted in every fortnightly progress report.
(b) Progress chart of the various components of the work that are planned and achieved, for the
fortnight as well as cumulative up to the fortnight under reckoning, with reason for deviations, if
any in a tabular format.
(c) Plant and machinery statement, indicating those deployed in the work.
(d) Man-power statement indicating:
• Individually the names of all the staff deployed on the work, along with their designations.
• No. of skilled workers (trade wise) and total no. of unskilled workers deployed on the work and their
location of deployment i.e. blocks.
(e) Financial statement, indicating the broad details of all the running account payment received up
to date, such as gross value of work done, advances taken, recoveries effected, amount withheld, net
payments details of cheque payment received, extra/substituted/deviation items if any, etc.

Contractor 68 Engineer-in-Charge
(i) In case of non compliance / delay in compliance in submission of fortnightly, a penalty @ Rs. 5000/-
per fortnightly report will be imposed which will be recovered from the immediate next R/A Bill of the
Contractor.

(ii) For completing the work in time, the Contractor might be required to work in two or more shifts
(including night shifts). No claim whatsoever shall be entertained on this account, not with-standing
the fact that the Contractor may have to pay extra amounts for any reason, to the labour and other
staff engaged directly or indirectly on the work according to the provisions of the labour and other
statutory bodies regulations and the agreement entered upon by the Contractor with them.

(xii) The work should be planned in a systematic manner so as to ensure proper co-ordination of various
disciplines viz. sanitary & water supply, electrical, firefighting and any other services.
(xiii) Other agencies will also simultaneously execute and install the works of sub-station / generating sets,
air-conditioning, lifts, etc. for the work and the contractor shall afford necessary facilities for the same.

(xiv) The Contractor shall do proper sequencing of the various activities by suitably staggering the activities
within various pockets in the plot so as to achieve early completion. The agency may deploy adequate
equipment, machinery and labour as required for the completion of the entire work within the
stipulated period specified. Also ancillary facilities shall be provided commensurate with requirement to
complete the entire work within the stipulated period. Nothing extra shall be payable on this account.
Adequate number/sets of equipment in working condition, along with adequate stand-by
arrangements, shall be deployed during entire construction period. It shall be ensured by the
Contractor that all the equipment, Tools & Plants, machineries etc. provided by him are maintained in
proper working conditions at all times during the progress of the work and till the completion of the
work. Further, all the constructional tools, plants, equipment and machineries provided by the
Contractor, on site of work or his work shop for this work, shall be exclusively intended for use in the
construction of this work and they shall not be shifted / removed from site without the permission of
the Engineer-in-Charge. Delay caused due to repairing or maintenance of Equipment, tools and other
machineries shall be entirely attributed to the contractor. Extension of time shall not be given on this
account to the contractor.

(xv) To avoid delay, contractor should submit samples well in advance so as to give timely orders for
procurement.

(xvi) All material shall only be brought at site as per program finalized with the Engineer-in-Charge. Any pre-
delivery of the material not required for immediate consumption shall not be accepted and thus not
paid for (in terms of secured advance or advance payment etc.).
33.0 EXISTING SERVICES:
33.1 Existing drains, pipes, cables, overhead wires, sewer lines, water lines and similar services encountered
in the course of the execution of the work shall be protected against the damage by the contractor at
his own expense. The contractor shall not store materials or otherwise occupy any part of the site in a
manner likely to hinder the operation of such services.
33.2 The contractor shall be responsible for the watch and ward of the building, safety of all fittings and
fixtures including sanitary and water supply fittings and fixtures provided by him against pilferage and
breakage during the period of installation and thereafter till the work is physically handed over to the
department.

Contractor 69 Engineer-in-Charge
34.0 STORAGE AND ISSUE OF MATERIALS:
34.1 Materials required for the work whether procured by the contractor or supplied by the department
shall be stored by the contractor only at approved places, in standard profiles and in the manner as
approved by the Engineer-in-charges. Storage and safe custody of all materials shall be the sole
responsibility of the contractor.

342 Special care shall be taken by the contractor at his expense to store H.T. steel wires/strands/bars under
suitable sheds as approved by the Engineer-in-charge. The Engineer-in-charge or his authorized
representatives shall always have an easy access to the store for inspection the H.T. steel and satisfy
themselves regarding the condition thereof. Any modifications in storage arrangement suggested by
them shall be strictly followed by the contractor. Suitable and effective protection of the H.T. steel
against corrosion shall be fully ensured. The H.T. steel shall also be invariably wrapped in gunny clothes,
tar papers or with other suitable materials as approved by the Engineer-in-charge at the cost of
contractor.

34.3 Stock piling of the H.T. steel on the work site will not be allowed any time and specially before and
during the monsoon. During monsoon days the H.T. steel shall necessarily be kept in air tight stores.
Nothing extra shall be paid to the contractor on these accounts.

34.4 Steel reinforcement shall be stored in such a way as to avoid distortions and to prevent deterioration by
corrosion.

34.5 The contractor shall construct suitable godowns as per specifications of work for storing the materials
safe against damage due to sun, rain dampness, fire, theft etc. He shall also employ necessary watch
and ward establishment for the purpose.

34.6 The days to day receipt and issue accounts of different grade/brand of cement shall be maintained
separately in the Standard Performa by the Junior Engineer in charge of work and which shall be duly
signed by the contractor or his authorized representative.

35.0 PREVENTION OF NUISANCE:


35.1 The contractor shall take all necessary precautions to prevent any nuisance or inconvenience to the
owners, tenants or occupiers of adjacent properties and to the public in general and to prevent any
damage to such building and any pollution of smoke, streams and water-ways. He shall make good at
his cost and to the satisfaction of the Engineer-in-Charge, any damage to roads, paths, cross drainage
works or public or private property whatsoever caused by the execution of the work or by traffic
brought thereon by the contractor. All waste or superfluous materials shall be carried away by the
contractor without any reservation entirely to the satisfaction of the Engineer-in-Charge.
36.0 SECURITY & TRAFFIC ARRANGEMENTS:
36.1 Wherever the construction is taken up, the contractor shall provide at his own cost an all-weather
motorable track/parking place if considered necessary by the Engineer-in-charge entirely to his
satisfaction to facilitate the movement and parking of inspection vehicles.

36.2 No inflammable materials including P.O.L. shall generally be allowed to be stored at site. However,
reasonable quantity may be permitted for storage subject to the compliance of all rules / instructions
issued by the competent authorities and as per the direction of Engineer-in-Charge.

36.3 In the event of any restrictions (including temporary suspension of work) being imposed by the Security
agency, MCG, Traffic or any other authority having jurisdiction in the area on the working or movement
of labour /material, the contractor shall strictly follow such restrictions and nothing extra shall be

Contractor 70 Engineer-in-Charge
payable to the contractor on this account. The loss of time on this account, if any, shall have to be
made up by generating additional resources etc. General Security restrictions are given as under:

(i) The movement of trucks and vehicles shall be regulated in accordance with rules and regulations as
approved by competent authority.
(ii) The contractor shall inform, in advance, the truck registration numbers, ownerships of the trucks,
names and addresses of the drivers for necessary action by the Security agency.
(iii) Due to the site restrictions, there is no possibility for labour huts to be erected at site. However, a few
huts may be allowed as per the discretion of the Engineer-in-charge.
(iv) Names and addresses of labourers/ staff etc. working at site shall be furnished for security verification.
(v) The labourers / staff should not be changed too frequently once the verification of the character and
antecedents is done.
(vi) After verification of antecedents of workers, identification badges will be issued to them by the
contractor under the seal of the Engineer-in-Charge or his representative. The cost of badges would be
borne by the contractor.
(vii) As and when there will be security requirements, certain additional restriction (s) can be imposed as per
the requirement of the situation.
(viii) No claim whatsoever will be entertained by the department on account of any restriction (including
temporary suspension of work) imposed by the security agencies in execution of work.

36.4 The contractor shall place a private security agency on the site of work to regulate movement of
materials, personnel, vehicles and machinery. This agency shall follow the guidelines given by the
Security of High Court, Delhi. Nothing extra shall be paid on this account.

37.0 Submission and Documentation:-

The Contractor shall render all help and assistance in documenting the total sequences of this project by
way of photography, slides, audio / video recording etc. Nothing extra shall be payable to Contractor on
this account. The original films shall be the property of the Department. No copy shall be prepared
without the prior approval of the Engineer- in – Charge.
(i) The Contractor shall display all permissions, licenses, registration certificates, bar charts, other
statements etc under various labour laws and other regulations applicable to the works, at his site
office. He should also keep at site at least one set of BIS Codes and other relevant codes at site and
produce the same if asked for by Engineer-In-Charge. In case of non compliance, these codes will be
purchased from the Market and actual cost of purchase will be recovered from the next RA Bill of the
Contractor.
(ii) The Contractor shall make available four (04) portfolios (300 mm x 450 mm) sets each containing
completed Building Drawings, “As Built Drawings” along with literatures, manuals, warranty certificates
etc. of various installed fittings, fixtures and equipment for the completed projects. This shall be the
prerequisite for payment of final bill.

(iii) The Contractor shall make available three (04) sets of all drawings of internal and external services i.e.
Water Supply, Sanitary line and Drainage lines. This shall be the prerequisite for payment of final bill.
These drawings shall have the following information:

(a) Run off for all piping and their diameters including soil, waste pipes and vertical stacks.
(b) Ground and invert level of all drainage pipes together with locations of all manholes and
connections, up to outfall.

Contractor 71 Engineer-in-Charge
(c) Run off for all water supply lines with diameters location of control valves, access panels etc.
(iv) The contractor shall make available four ( 04 ) sets of computerized Standard Measurement Books
(SMBs) having measurement of all the permanent standing in a building.

(v) The Performance Guarantee shall not be released to the contractor until the aforesaid
drawings/documents are submitted to the Engineer-in-Charge.

(vi) The contractor will submit computerized measurement sheet for the work carried out by him for
making payment as per Clause – 6A of the PwdGeneral Conditions of Contract . For casting of RCC
members and other hidden items the corrected and duly test checked measurement sheets of
reinforcement or that of other hidden items shall be deposited with Engineer in charge or his
authorized representative, before casting of RCC or other hidden items. The delay in submission of
corrected and duly checked measurement sheet may, therefore, delay casting of RCC or execution of
hidden item for which no hindrance shall be recorded.

38. R.C.C./C.C Work (CONDITION FOR READY MIX CONCRETE)


(1) The contractor shall procure Ready Mix Concrete (RMC) /Batch Mix Concrete (plant capacity not less
than 30.0 cum per hour) from the RMC producing plants. (As per approved list attached)

(2) The contractor shall be fully responsible for quality of concrete including input control, transportation
and placement etc.

(3) In case the contractor shall provide concrete through Batch Mix Plant of adequate capacity but not less
than 30.0 cum per hour by installing Batch Mix Plant at site of work after due prior approval of
Engineer-in-charge, the payment shall be made under item of RMC at his quoted rate only and
necessary cost adjustment on account of transportation charges of concrete during execution of item
shall be made.

(4) The Engineer-in-Charge reserves the right to inspect at any stage and reject the concrete if he is not
satisfied about quality of product at the user’s end.

(5) The Engineer-in-Charge reserves the right to excise control over the :

(a) Ingredients, water and admixtures purchased, stored and to be used in the concrete including
conducting of test for checking of materials, recording of test results and declaring the materials fit or
unfit for use in production of mix.
(b) Calibration check of the RMC Plant / BMC Plant.

(c) Weight and quantity check on the ingredients, water and admixtures added for batch mixing.

(d) Time of mixing of concrete.


(e) Testing of fresh concrete, recording of result and declaring the mix fit or unfit for use. This wills
including continues control on the workability during production and taking corrective action, if
required.

(f) For exercising such control, the Engineer-in-Charge shall periodically depute his authorized
representative at the RMC plant. It shall be responsibility of the contractor to ensure that all necessary
equipment, manpower & facilities are made available to Engineer-in-Charge and / or his authorized
representative at RMC plant.

Contractor 72 Engineer-in-Charge
(6) The contractor should therefore draw MOU/Agreement with RMC producer very carefully keeping view
all terms and conditions / specifications forming part of this tender document.

(7) All required relevant records of RMC shall be made available to the Engineer-in-Charge or his authorized
representative. Engineer-in-Charge shall, as required, specify guidelines and additional procedures for
quality control and other parameters in respect of materials, production and transportation of concrete
mix which shall be binding on the contractor and the RMC plant. Only concrete as approved in design
mix by Engineer-in-Charge shall be produced in RMC plant and transport to the site.
(8) OPC (Conforming to IS: 8112) of brand / make / source as approved by Engineer-in-Charge shall only be
used for production of concrete.

(9) Quality control of Ready-Mixed Concrete.


It shall be the responsible of the contractor to ensure that RMC producer provides all necessary testing
equipments and take all necessary measures to ensure quality control of ready mixed concrete. In
general the required measures shall be :-
(a) Control of purchased materials quality.
RMC producer shall ensure that the materials purchased and used in the production of concrete
conform to the stipulation of the relevant agreed standard and the requirements of the concrete mix
design and quality control procedure. This shall be accomplished by visual checks, sampling and testing,
certification from materials supplier and information / data from materials supplier. Necessary
equipment for the testing of all material shall be provided and maintained in calibration condition at the
plant by the RMC producer.
(b) Control of material storage.
Adequate and effective storage arrangement shall be provided by RMC producer at RMC plant for
reliable transfer and feed system, drainage of aggregates, prevention of freezing or excessive solar
heating of aggregate, prevention of contamination etc.

(c) Record of Mix design and mix design modification.


RMC producer shall ensure that record of mix design and modifications is ready available in his
computer at RMC plant for inspection of Engineer-in-Charge or his authorized representative at any
time. Any modifications in mix design shall be done only after the approval of Engineer-in-Charge.

(d) Transfer and weighing equipment.


RMC producer shall ensure that a documented calibration procedure is in place. Proper calibration
records shall be made available indicating date of next calibration due and corrective action taken. RMC
producer shall ensure additional calibration checks whenever required by Engineer-in-Charge in writing
to contractor. RMC producer shall also maintain a daily production record including details of customers
to whom RMC was supplied including details of mixes supplied. Record shall also be maintained of what
materials were used for each day’s production including water and admixtures.The accuracy of
measuring equipment shall be within ± 2% of quantity of cement and ± 3% of quantity of aggregate,
admixture and water being measured.

(e) Maintenance of Plant, Truck Mixture and Pumps :-


Plant, Truck Mixtures and Pumps should be well maintained so as to not hamper any operation of
production, transportation and placement of concrete.

(f) Production of concrete at RMC producing plant.

Contractor 73 Engineer-in-Charge
(i) Weighing (correct reading of batch accurate weighing) :- For each load, written, printed or graphical
records shall be made of the weights of the materials batched, the estimate slumps, the total amount of
water added to the load, the delivery tickets number for that lead and the time of loading the concrete
into the truck.

(ii) Visual observation of concrete production and delivery or during sampling and testing of fresh concrete
(assessment of uniformity cohesion, workability, adjustments to water content) :- The workability of the
concrete shall be controlled on a continuous basis during production. The batch mix found unfit shall
not be loaded into the truck for transportation. Necessary corrective action shall be taken in the
production of mix as required for further batches.

(iii) Adequate testing equipments at the plant including equipment for measuring surface moisture content
of aggregates shall be provided by the RMC producer.

(iv) Making corresponding adjustment at the plant automatically or manually to batched quantities to allow
for observed, measured or reported changes in materials or concrete qualities.
(v) Sampling of concrete, testing, monitoring of results.

(vi) Diagnosis and correction of faults identified from observations/complaints.

(vii) Control of designed and prescribed mixes:- A quality control system shall be operated to control the
strength of designed mixes the required levels. The system shall include continuous analysis of results
from cube tests.

39. MODE OF MEASUREMENTS


(1) The measurements shall be recorded and entered in computerized format in the first instance by the
contractor, and a hard copy shall be submitted to the Department. All entries shall bemade exactly as
per the existing procedure.

(2) These measurements shall then be 100% checked by the Junior Engineer. If Junior Engineer is
Not available, the Assistant Engineer shall perform 100% check of the measurements. The contractor
shall incorporate all such changes or corrections, as may be done during these checks, to his draft
computerized measurement, and submit to the department the corrected computerized measurement
Books now in use, and with its pages machine numbered.

(3) The Assistant Engineer and the Executive Engineer shall test check these computerized measurement as
per the existing instructions. This book shall be treated as a Computerized Measurement Book.

(4) The Junior Engineer, Assistant Engineer and the Executive Engineer shall record the necessary
certificates for their checks and test checks as per the existing procedure in this Computerized
Measurement Book

(5) The Computerized Measurement Book shall be allotted a serial number as per the Register of
Computerized Measurement Books.

Contractor 74 Engineer-in-Charge
SPECIAL CONDITIONS FOR PROCUREMENT OF CEMENT

1. The contractor shall procure cement 43 grade (conforming to IS: 8112) Ordinary Portland Cement as
required in work from reputed manufacturers of cement having a production capacity not less than one
million tones per annum, such as ACC, Ultra Tech, Vikram, Shree Cement, Ambuja, Jaypee, Century, JK
etc., or from any other reputed cement manufacturer having a production capacity not less than one
million tonnes per annum as approved by ADG for that sub region. The tenderers may also submit a list
of names of cement manufacturers which they propose to use in the work. The tender accepting
authority reserves rights to accept or reject name (s) of cement manufacturer(s) which the tenderer
proposes to use in the work. No change in the tendered rates will be accepted if the tender accepting
authority does not accept the list of cement manufacturers, given by the tenderer fully or partially.

The supply of cement shall be taken in 50 kg. Bags bearing manufacturer’s name and ISI marking.
Samples of cement arrange by the contractors shall be taken by the Engineer-in-Charge and got tested
in accordance with provisions of relevant BIS codes. In case of test results indicate that the cement
arrange by the contractor does not conform to the relevant BIS Codes, the same shall stand rejected,
and it shall be removed from the site by the contractor at his own cost within a week’s time of written
order from the Engineer-in-Charge to do so.

2. The cement shall be brought at site in bulk supply of approximately 25 tones or as decided by the
Engineer-in-charge.

The cement godown of the capacity to store a minimum of 500 bags of cement shall be constructed by
the contractor at site of work for which no extra payment shall be made.

3. Double lock provision shall be made to the door of cement godown. The keys of one lock shall remain
with MCG Engineer-in-charge or his authorized representative and the keys of the other lock shall
remain with the contractor. The contractors shall be responsible for the watch and ward and safety of
the cement godown. The contractor shall facilitate the inspection of the cement godown by the
Engineer-in-Charge at any time.

4. The cement shall be got tested by the Engineer-in-Charge and shall be used on the work only after
satisfactory test results have been received. The contractor shall supply free of charge the cement
required for testing including its transportation cost to testing laborites. The cost of tests shall be borne
by the contractor / department in the manner indicated below:

(a) By the contractor, if the result shows that the cement does not conform to relevant BIS code.

(b) By the department, if the result shows that the cement conforms to relevant BIS codes.

5. The actual issue and consumption of cement on work shall be regulated and proper accounts
maintained as provided in clause 10 of the contract. The theoretical consumption of cement shall be
worked out as per procedure prescribed in clause 42 of the contract and shall be governed by
conditions laid therein. In case of cement consumption is less than theoretical consumption including
permissible variation; the work will not be accepted.

6. Cement brought to site and cement remaining unused after completion of work shall not be removed
form site without written permission of Engineer-in-Charge.

7. The damaged cement shall be removed from the site immediately by the contactor on receipt of a
notice in writing form the Engineer-in-Charge. If he does not do so within three days of receipt of such
notice, the Engineer-in-Charge shall get it removed at the cost of the contractor.

Contractor 75 Engineer-in-Charge
SPECIAL CONDITION FOR PROCUREMENT OF STEEL

1. The contractor shall procure TMT bars of Fe500-D grade from primary producers such as SAIL, Tata
Steel Ltd., RINL, Jindal Steel & Power Ltd and JSW Steel Ltd or any other producer as approved by MCG
who are using iron ore as the basic raw material / input and having crude steel capacity of 2.0 million
tonnes per annum and above.

2. The contractor shall have to obtain and furnish test certificates from the manufacturer to the Engineer-
in-charge in respect of all supplies of steel brought by him to the site of work.

3. Sample shall also be taken and got tested by the Engineer-in-Charge as per the provisions in this regard
in relevant BIS codes. In case the test results indicate that the steel arranged by the contractor does not
conform to the specifications as defined under para (1) (d) & (1) (e) above, the same shall stand
rejected, and it shall be removed from the site of work by the contractor at his cost within a week time
or written orders from the Engineer-in-Charge to do so.

4. The steel reinforcement bars shall be brought to the site in bulk supply of 10.0 tonnes or more, or as
decided by the Engineer-in-Charge.

5. The steel reinforcement bars shall be stored by the contractor at site of work in such a way as to
prevent their distortion and corrosion, and nothing extra shall be paid on this account. Bars of different
sizes and lengths shall be stored separately to facilitate easy counting and checking.

6. For checking nominal mass tensile strength bend test, re-bend test etc. specimen of sufficient length
shall be cut from each size of the bar at random, and at frequency not less than that specified below.

Size of bar For consignment below 100 For consignment over 100 Tones
Tones
Under 10mm dia One sample for each 25 One sample for each 40 Tones or part
bars. Tones or part thereof. thereof.
10mm to 16mm One sample for each 35 One sample for each 45 Tones or part
dia bars. Tones or part thereof. thereof.
Over 16mm dia One sample for each 45 One sample for each 50 Tones or part
bars. Tones or part thereof. thereof.

7. The contractor shall supply free of charge the steel required for testing including its transportation to
testing laboratories. The cost of test shall be borne by the contractor/ department in the manner
indicated below.

(a) By the contractor, if the result shows that the steel does not conform to relevant BIS code.

(b) By the department, if the result shows that the steel conforms to relevant BIS codes.

8. The actual issue and consumption of steel on work shall be regulated and proper accounts maintained
as provided in clause 10 of the contract. The theoretical consumption of steel shall be worked out as per
procedure prescribed in clause 42 of the contract and shall be governed by conditions laid therein. In
case the consumption is less than theoretical consumption including permissible variations, the work
will not be accepted.

9. The steel brought to site and steel remaining unused shall not be removed form site without the written
permission of the Engineer-in-Charge.

Contractor 76 Engineer-in-Charge
PARTICULAR SPECIFICATIONS
CIVIL & SANITARY INSTALLATION / WATER SUPPLY / DRAINAGE WORK

1.0 EARTH WORK:-

1.1 The work shall be done in accordance with Pwd Specifications with upto date correction slips.

1.2 Excavation shall be undertaken to the width of the Basement / Retaining wall footing including
necessary margins for construction operation as per drawing or directed otherwise. Where the nature
of soil or the depth of the trench and season of the year, do not permit vertical sides, the contractor at
his own expense shall put up the necessary shoring, strutting and planking or cut slopes with or without
steps, to a safer angle or both with due regard to the safety of personnel and works and to the
satisfaction of the Engineer, Measurement of plan area of excavation for payment shall be permitted
only.
1.3 All the major excavation shall be carried out by mechanical excavator. No extra payment shall be made
for that.

1.4 The excavation soil and rock along shall be the property of the contractor and excavated material shall
not be allowed to be stacked at site excepting the quantities required for the refilling. However, this is
to be noted that any finds of archaeological interest such as relics of antiquity, coins, fossils or other
articles and any other materials of value shall be delivered to the Engineer-in-charge and shall be the
property of the Government. The decision of the Engineer-in-charge as to the nature of find shall be
final and binding.

1.5 The contractor shall have to dispose of the excavated earth as per the local by laws of the relevant
authority and in conformity with the instructions/rules of the local bodies/government in this regard.

2.0 CONCRETE WORK:-


The work shall be done in accordance with Pwd Specifications with upto date correction slips. For works
below ground level the contractor shall keep that area free from water. If dewatering or bailing out of
water is required the contractor shall do it at his own cost and nothing extra shall be payable to
contractor on this account.

3.0 R.C.C./C.C WORK (DESIGN MIX CONCRETE):-


3.1 The RCC work shall be done with Design Mix Concrete. Wherever letter M has been indicated, the same
shall imply for the Design Mix Concrete. The Design Mix Concrete will be designated based on the
principles given in IS: 456, 10262 & SP 23. The condition and specifications stated herein shall have
precedence overall conditions and specifications stated in relevant I.S codes/Pwd specifications. The
concrete mix shall be designed for specified target mean compressive strength in order to ensure that
the work test results do not fall below the acceptance criteria specified for the concrete mix. The
Contractor shall design mixes for each class of concrete indicating that the concrete ingredients and
proportions will result in concrete mix meeting requirements specified. The mix shall be designed with
quantities of admixture / plasticizer proposed to achieve required workability & strength. The
specifications mentioned here in below shall be followed for Design Mix Concrete.
3.2 The sources of coarse aggregate, fine aggregate & water to be used in concrete work shall be identified
by the contractor & he will satisfy himself regarding their conforming to the relevant specification &
their availability before getting the same approved by the Engineer-in-Charge.

3.3 Coarse Aggregate: - As per Pwd Specifications with upto date correction slips.

Contractor 77 Engineer-in-Charge
3.4 Fine Aggregate: -As per PwdSpecifications with upto date correction slips.
3.5 Water: - It shall confirm to requirements laid down in IS: 456-2000 / Pwd Specifications - with upto date
correction slips.

3.6 Cement: - OPC of grade 43 shall be used for design mix concrete and shall conform to IS-8112. However,
if higher grade of cement is used by the contractor nothing extra shall be paid on this account.

3.7 Admixtures / Plasticizers: -The admixture shall confirm to IS: 9103, wherein required, the admixture of
approved quality and approved make only shall be used to attain the required workability. Nothing
extra shall be paid for use of admixtures.

3.8 Grade of Concrete: - The compressive strength of various grades of concrete shall be given as below:-

GRADE COMPRESSIVE SPECIFIED


DESIGNATION STRENGTH ON 15 CHARACTERISTIC
cm CUBES min. 7 COMPRESSIVE
DAYS (N/ mm2) STRENGTH AT 28
DAYS AT (N/ mm2)
(i) M-20 As Per Design 20
(ii) M-25 As Per Design 25
(iii) M-30 As Per Design 30
(iv) M-35 As Per Design 35
(iv) M-40 As Per Design 40

Water cement ratio and slump shall be as per IS: 456-2000

NOTE:-
i) In the designation of a Concrete mix letter M refers to the mix and the number of the specified
characteristic compressive strength of 15 cm - Cube at 28 days expressed in N/mm2.

ii) It is specifically highlighted that in addition to the above requirements, the maximum cement content
for any grade shall be limited to 380 kg. / cubic meter.

iii) The maximum cement content for design mix concrete shall be maintained as per the quantity
mentioned above. In case where the quantity of cement required as per Design Mix is lower than the
quantity specified in the respective item in the “schedule of quantity”, necessary deduction for less
quantity of cement used shall be made from the contractor.

3.9 The contractor shall engage one of the following approved laboratories/ test house at his own expenses
for designing the concrete mix in accordance with relevant IS Codes and to conduct laboratory test to
ensure the target strength and workability criteria for a given grade of concrete.
i) I.I.T, Delhi

ii) National Council for Cement & Building Materials, Ballabhagarh.

iii) Delhi Technical University, Delhi.


iv) I.I.T Roorkee

The various ingredients for mix design / laboratory tests shall be sent to the lab / test houses through
the Engineer-in-Charge and the samples of such aggregates sent shall be preserved at site by the
department.
3.10 In the event if all the three laboratories are unable to carry out the requisite design / testing, the
contractor may have it done from any other laboratory with prior approval of the Engineer in Charge.

Contractor 78 Engineer-in-Charge
3.11 The contractor shall submit the report on design mix from any of above approved laboratories for
approval of Engineer-in-Charge within 30 days from the date of issue of letter of acceptance of the
tender. No concreting shall be done until the design mix is approved. In case of white portland cement
and the likely use of admixtures in concrete with ordinary portland/white portlant cement, the
contractor shall design and test the concrete mix by using trial mixes with white cement and / or
admixtures also, for which nothing extra shall be payable.

3.12 In case of change of source or characteristic properties of the ingredients used in the concrete mix
during the work, a revised laboratory mix design report conducted at laboratory established at site shall
be submitted by the contractor as per the direction of the Engineer-in-Charge.

3.13 Trial Batches


3.13.1 The designed mix proportion shall be checked for target mean compressive strength by means of trial
batches.

3.13.2 The quantities of materials for each trial mix shall be sufficient for atleast six specimens (cubes) and the
concrete required for carrying out workability tests.

3.13.3 The workability of trial mix No. 1 shall be measured and mix shall be carefully observed for freedom
from segregation, bleeding and its finishing characteristics. The water content, if required, shall be
adjusted corresponding to the required changes in the workability.

3.13.4 With the modified water content, the mix pro-portions shall be recalculated by keeping with water
cement ratio unchanged. The mix proportions, as modified, shall form the Trial Mix No. 2 and tested for
the specified strength and workability.

3.13.5 In addition, trial mix No. 3 and 4 shall be designed by keeping water contents same as that determined
for trial mix 2 but varying the water cement ratio + 10 percent of the specified value and tested for
their design characteristics.

3.14 All cost of mix designing and testing connected therewith including charges payable to the laboratory
shall be borne by the Contractor including redesigning of the concrete mix wherever required and
directed by Engineer-in-Charge.

3.15 APPROVAL OF DESIGN MIX:-


The mix design for a specified grade of concrete shall be done for a target mean compressive strength
tck = fck + 1.65s
Where fck = Characteristic compressive strength at 28 days.
s = Standard deviation which depends on degree of quality control.

The degree of quality control for this work is “good” for which the standard deviation (s) obtained
for different grades of concrete shall be as follows:-

GRADE OF CONCRETE STANDARD DEVIATION(S)


M-15 3.5
M-20 4.0
M-25 4.0
M-30 5.0
M-35 5.0
M-40 5.0

Minimum three sets of separate preliminary test shall be carried out for each trial batch of concrete
mix. Each test shall comprise six specimens and only one test set of six specimens shall be made on any
particular day. Out of the six specimen of each set, three shall be tested at seven days and remaining
three at 28 days. The preliminary tests at seven days are intended only to indicate the strength to be

Contractor 79 Engineer-in-Charge
attained at 28 days. While the design mix shall be approved only on the basis of test strength of 28 days,
the design mix shall be considered satisfactory and approval if atleast three preliminary test- sets
individually satisfy the following strength and workability criteria.
(a) The average strength of each test sets is not less than the specified target mean compressive strength
(tck).

(b) The strength of any specimen cube is not less than 0.85tck.
(c) The concrete mix is required degree of workability and acceptance concrete finish.

3.16 All cost of mix designing and testing connected therewith including charges payable to the laboratory
shall be borne by the Contractor.
3.17 WORK STRENGTH TEST:-
TEST SPECIMEN:-
Work strength test shall be conducted in accordance with IS: 516 on random sampling. Each test shall
be conducted on six specimens, three of which shall be tested at 7 days and remaining three at 28 days.

TEST RESULTS OF SAMPLES:-


The test results of the sample shall be the average of the strength of three specimens. The individual
variation shall not be more than + 15% percent of the average. If variation is more, the test results shall
be treated as invalid. 90% of the total tests shall be done at the laboratory established at site by the
contractor and remaining 10% in the laboratory of Central Designs Organisation, MCG or in any other
laboratory as directed by the Engineer-in-Charge.

LOT SIZE:-
The minimum frequency of sampling of concrete of each grade shall be in accordance with the
following:-

QUANTITY OF CONCRETE IN THE WORK NUMBER OF SAMPLES


(CUBIC METRE PER DAY).
1-5 1
6-15 2
16-30 3
31-50 4
51 & above 4 Plus one additional sample for each
additional 50 cubic metre of part
thereof

NOTE: - At least one sample shall be taken from each shift.


3.18 STANDARD OF ACCEPTANCE:-

i) In case the test results of all the samples are above the characteristic compressive strength, the
concrete shall be accepted.
ii) In case the test result of one or more samples fails to meet the requirement (i) above, it shall be
accepted if both the following conditions are met:-

a) Any individual test result is not less than (fck - 4) N/mm2.

b) The mean of test results from any group of four consecutive samples is more than (fck + 4)
N/mm2.
iii) Concrete of each grade shall be assessed separately.

Contractor 80 Engineer-in-Charge
iv) Concrete is liable to be rejected, if it is porous or honeycombed, its placing has been interrupted
without providing a proper construction joint, the reinforcement has been displaced beyond the
tolerances specified, or construction tolerances have not been met.
3.19 The contractor has to arrange at site centering and shuttering for 1200 sqm before start of work. Only
M.S. centering / shuttering and scaffolding material unless & otherwise specified shall be used for all
R.C.C. work to give an even finish of concrete surface. However, marine-ply shuttering in exceptional
cases as per site requirement may be used on specific request from contractor as approved by the
Engineer-in-Charge.
3.20 Nothing extra shall be paid for the centering and shuttering, circular in shape whenever the form work
is having a mean radius exceeding 6m in plan.

3.21 In order to keep the floor finish as per architectural drawings and to provide required thickness of the
flooring as per specifications, the level of top surface of R.C.C. shall be accordingly adjusted at the time
of its centering, shuttering and casting for which nothing extra shall be paid to the Contractor.
3.22 As per general engineering practice, level of floors in toilet / bath, balconies, shall be kept 12 to 20mm
as required lower than general floors shuttering should be adjusted accordingly. Nothing extra is
payable on this account.

3.23A Approved curing compounds may be used in lieu of moist curing with the permission of the Engineer-in-
Charge. Such compound shall be applied to all exposed surfaces of the concrete as soon as possible
after the concrete has set. Impermeable membrane such as polythene sheet covering the concrete
surface may also be used to provide effective barrier against the evaporation. For this no extra payment
shall be admissible.

3.23B The finishing of RCC shall be very good so that finishing /rendering is not required.

3.24 Measurement - As per Pwd Specifications with upto date correction slips.

3.25 Tolerances - As per Pwd Specifications with upto date correction slips.

3.26 Rates:-
3.26.1 The rate includes the cost of materials/ plasticizers / admixtures, labour and T&P, including mixing,
placing, transportation involved in all the operations described above except for the cost of centering,
shuttering & reinforcement which will be paid for separately.
3.26.2 In case of actual average compressive strength being less than specified strength which shall be
governed by para “Standard of Acceptance” as above the rate payable shall be worked out accordingly
as per Pwdspecifications with upto date correction slips.

3.26.3 In case of rejection of concrete on account of unacceptable compressive strength, governed by para
“Standard of Acceptance” as above, the work for which samples have failed shall be redone at the cost
of contractor. However, the Engineer-in-Charge may order for additional tests (like cutting cores,
ultrasonic pulse velocity test, load test on structure on part of structure, etc) to be carried out at the
cost of contractor to ascertain if the portion of structure wherein concrete represented by the sample
has been used, can be retained on the basis of results of individual or combination of these tests. The
Contractor shall take remedial measures necessary to retain the structure as approved by the Engineer-
in-Charge without any extra cost. However, for payment, the basis of rate payable to contractor shall be
governed by the 28 days cube test results and reduced rates shall be regulated in accordance with para
3.24.2.

3.27 In respect of all projected slabs at all levels including cantilever, canopy, the payment for the RCC work
shall be made under the item RCC slabs. The payment for shuttering at the edges shall be made under
item of centering and shuttering for RCC slabs. Nothing extra shall be paid for the side shuttering at the
edge of these projected balconies and projected varandah slabs.

Contractor 81 Engineer-in-Charge
4.0 SHUTTERING / FORM WORK:-
4.1 The work shall be done in accordance with Pwd Specifications with upto date correction slips.

4.2 Steel shuttering as approved by the Engineer-in-Charge shall be used by the contractor. Minimum size
of shuttering plates shall be 600mm x 900mm except for the case when closing pieces required
completing the shuttering panels. Dented, broken, cracked, twisted or rusted shuttering plates shall not
be allowed to be used on the work.
4.3 The shuttering plates shall be cleaned properly with electrically driven sanders to remove any cement
slurry or cement mortar or rust. Proper shuttering oil or de-bonding compound shall be applied on the
surface of the shutter plates in the requisite quantity before assembly of steel reinforcement.

4.4 The joint filler shall be resilient closed cell expanded polyethene and non- tainting as manufactured by
Supreme Industries Ltd. or equivalent.
4.5 Providing joint filler of required thickness in position to substrate using either double sided foam
adhesive tape or neoprene synthetic rubber adhesive. When forming expansion joint with the Board in
in-situ concrete, joint sealing slots can be readily formed in the following matter-

a) Before installing, simply cut off a strip of the required depth. Then install the filler flush with the finished
surface.

b) Prior to sealing, the top strip can then be pulled easily from the joint to provide an uncontaminated
sealing slot ready for preparation and sealing.

4.6 Rates shall be inclusive of all including labour, material, T&P, scaffolding etc. complete. Nothing extra
shall be payable on any account.
5.0 REINFORCEMENT:-
5.1 The reinforcement shall be done as per Pwd Specifications with upto date correction slips.
5.2 The rate of item of reinforcement of RCC work includes all operations including straightening, cutting,
bending, welding, binding with annealed steel or welding and placing in position at all the floors with all
leads and lift complete as per Pwd Specification with upto date correction slips.

5.3 To avoid displacement of bars in any direction and to ensure proper cover, only factory made round
type cover blocks shall be used by the contractor. Nothing extra shall be payable on this account.

6.0 BRICK WORK:-


Unless otherwise specified FPS Bricks shall be used in all item of brick works. The classification of bricks
brought by the contractor shall strictly conform to Pwd Specifications with upto date correction slips or
as specified. The rate shall also include for leaving chases / notches for dowels / cramps for all kinds of
cladding to come over brick work.
7.0 STONE / MARBLE WORK:-

General:-
7.1 The execution of stones work shall be in general as per Pwd Specifications with upto date correction
slips.
7.2 All holes, rebates, recesses etc. for providing fixing and inserts shall be predrilled and precut and worked
using precision machine tools. Nothing extra on this account shall be payable.
SAMPLES FOR STONE WORK:-
7.3 Samples of each item of stone work either individually or in combination shall be prepared for approval
of Engineer-in-Charge before commencement of work.
7.4 Sequence of execution for cladding work shall be suggested by the contractor for approval of Engineer-
in-Charge.

Contractor 82 Engineer-in-Charge
8.0 SCAFFOLDING:-
The contractor shall provide steel double scaffolding system, suitably braced for stability, with all the
accessories, gangways, etc. with adjustable suitable working platforms to access the areas with ease for
working and inspection. It shall be designed to take all incidental loads. It should cater to the safety
features for workmen. Nothing extra shall be payable on this account. It shall be ensured that no
damage is caused to any structure due to the scaffolding.

9.0 WOOD WORK:-


9.1 The wood work in general shall be carried out as per Pwd Specifications with upto date correction slips.
9.2 All fittings and fixtures shall be got approved from the Engineer-in Charge before procurement well in
advance and the approved samples shall be kept at site till completion of the work.

9.3 Glazing for toilets shall be of translucent type.

9.4 The shape and size of beading shall be as per drawings. The joints of beading shall be mitred.
10.0 STEEL WORK:-
Work shall be carried out as per Pwd Specifications with upto date correction slips.\

11.0 FLOORING:
i) All work in general shall be carried out as per Pwd Specifications.
Only machine cut stone slabs of marble, granite, Kota, Jaisalmer etc. shall be used for flooring
work.

ii) Wherever flooring is to be done in patterns of tiles / stone, the contractor shall get samples of
pattern laid and approved by the Engineer-in-charge before final lying of such flooring for which
nothing extra shall be paid.
iii) Different stones/tiles used in pattern flooring shall be measured separately as defined in the
nomenclature of the item and nothing extra for laying pattern flooring shall be paid over and
above the quoted rate. No additional wastage, if any, shall be accounted for any extra payment.

iv) Nothing extra shall be payable for using combination of marble, granite, Kota, sand stone slabs &
ceramic tiles in the required pattern at various locations.

v) Nothing extra will be paid for the additional thickness of bed mortar that will be required to
achieve uniform finished surfaces on account of difference in specified thickness of marble,
granite, Kota stone, sand stone & ceramic tiles etc.

vi) Flooring in toilets, verandah, kitchen, courtyard etc. shall be laid to the required slope/ gradient
as per the directions of the Engineer-in-charge.

vii) Samples of the materials shall be got approved from the Engineer-in-charge well in time and kept
in safe custody at the site till completion of the project.
viii) The pattern, spacing and locations of joints shall be as per drawings and directions of the
Engineer-in-charge. Nothing extra on this account shall be payable.

ix) Projections shall be rounded at the edges or half rounded as per drawings and directions of
Engineer-in-charge for which payment shall be made separately, if necessary.

x) The samples of flooring, dado & skirting as per approved pattern shall be prepared in sample
room and got approved from the Engineer-in-charge before execution of work.

xi) Kota/marble stone used over the treads/risers of the stair case shall be as per pattern approved
by Engineer-in-charge. Nothing extra on this account shall be payable.

Contractor 83 Engineer-in-Charge
xii) Whenever the Kota stone/marble stone flooring are to be provided in treads of staircase. It
should be provided in one piece with pre finished nosing and pre polished exposed surfaces and
edges. Kota stone flooring or granite stone flooring to be provided on top of platform shall be pre
polished with pre finished nosing. It should be provided in not more than 2 (two) pieces on any
side of platform.

xiii) Whenever Kota stone 25 mm thick is used in skirting. It should be executed by making shallow
chase in wall to given flush surface.

11.1 Ceramic Tiles/Vitrified Tiles Work/ Kota stone flooring

i) Work shall be carried out as per Pwd Specifications with up to date correction slips and as per
manufactures specifications.

ii) The tile shall be conforming to IS-15622, IS- 15477 & as per approve list.

iii) Test shall be conducted to satisfy the quality of material for every 2000 tiles or part thereof.

iv) Rates shall be inclusive of all operations including labour, material, T&P, scaffolding etc. complete.
Nothing extra shall be payable on any account.

v) Size of ceramic tiles shall not be less than 300 mm x 450 mm. & as per nomenclature of the item.
vi) One piece Kota stone for treads / risers in staircase shall be used and nothing extra shall be paid on this
account.

12.0 WATER PROOFING (in Basement with Kota Stone):


i) The work in general shall be executed as per Pwd specifications.
ii) The water proofing compound used in integral water proofing treatment shall satisfy all the
requirements indicated in IS:2645 and shall be got tested before its use.
iii) Total quantity of the water proofing compound required shall be arranged only after obtaining the prior
approval of the Engineer-in-Charge in writing. Materials shall be kept under double lock and key and
proper account of water proofing compound used in the work shall be maintained. It shall be ensured
that the consumption of the compound is as per specified requirements.

iv) Contractor shall associate himself with anyone of the specialist firms mentioned in approved list of
specialized agencies for the work relating to the Water Proofing Treatment. In case the contractor
intends to get the water proofing work executed from an agency other than as specified in DNIT. He
shall apply to the Engineer-in-Charge in writing along with the credentials and relevant details including
name of owner/company, its location, capacity technical establishment, past experience etc. Engineer-
in-Charge shall give approval in writing and the work shall not be started without said written approval
of the Engineer-in-Charge. The entire responsibility for the quality of this treatment and its efficiency
shall however, rest with the main contractor only.

v) The contractor shall ensure that the basement of the building shall be absolutely water tight and
seepage/leak free. In case any seepage/leakage etc. is noticed the contractor shall make it water tight
& seepage/leak proof at his own cost.

vi) Construction Joints:


The construction joints shall be provided only at locations shown in the structural drawings or as
approved by Engineer-in-Charge. Reinforcement shall continue through construction joints.The foreign
matter and laitance shall be cleaned properly by compressed air before start of further work. All
construction joints in RCC raft, shall be injection grouted with cement slurry. Nothing extra shall be paid
on this account.

Contractor 84 Engineer-in-Charge
12.1 Water Proofing of terrace:
i) Brick Bat Terracing/ Water Proofing
The water proofing compound used in integral water proofing treatment shall satisfy all the
performance requirements indicated in IS :m 2645 and shall be got tested before its use. The compound
shall be used @ 2% by weight of cement used or as recommended by the manufacturer.

ii) Total quantity of the water proofing compound required shall be arranged only after obtaining the prior
approved of the Engineer-in-Charge in writing. Materials shall be kept under double lock and key and
proper account of the water proofing compound used in the work shall be maintained. It shall be
ensured that the consumption of the compound is as per specified requirements.

iii) The finished surface after water proofing treatment for roof slab shall have smooth slope.

iv) Before commencement of treatment on roof surface, it shall be ensured that the outlet drain pipes/
spouts have been fixed and the spout opening have been eased and rounded off properly for easy flow
of water.
12.2 Water proofing of Sunken Portion Area
Application of cementitious- organic chemical based coating as per manufacturer’s specifications of
Kryton or equivalent applied on vertical and horizontal surface after lying of all pipes and smooth
plugging of holes.Concrete surface on which water proofing is desired shall be kept wet for 48 hrs. after
cleaning of all dirt, oil grease, bitumen, laitance or other contaminants.Surface water shall be removed
prior to application of waterproofing, but surface shall remain wet during the application to enhance
deep penetration & formation of crystals at greater depth to block voids.The area be shall be protected
from sun and rain for 48 hrs. and continuous flooding for 7 days.Flooring shall be done for 72 hrs. to test
the area for any leakage/ seepage etc. In case of failure, the process shall be repeated and tested again
by the contractor at his own risk and cost.Rates shall be inclusive of all operations including labour,
material, T&P, scaffolding and testing etc. complete. Nothing extra shall be payable on any account.

13.0 Guarantee Bond


Five years guarantee bond in prescribed proforma attached at annexure-IV herewith shall be submitted
by the contractor which shall also be signed by both the specialised agency and the contractor to meet
their liability/ liabilities under the guarantee bond. However, the sole responsibility about efficiency of
water proofing treatment shall rest with the building contractor.
(Ten percent) of the cost of water proofing work shall be retained as security deposit and the amount
so withheld would be released after five years from the date of completion of the entire work under the
agreement, if the performance of the work done is found satisfactory. If any defect is noticed during the
guarantee period, it shall be rectified by the contractor within seven days of receipt of intimation of
defects in the work. If the defects pointed out are not attended to within the specified period, the same
will be got done from another agency at the risk and cost of contractor.
However, the security deposit deducted may be released in full against bank guarantee of equivalent
amount in favour of Engineer-in-Charge, if so decided by the Engineer-in-Charge.
The security deposit against this item of work shall be in addition to the security deposit mentioned
elsewhere in contract form.
14.0 FINISHING
14.1 The work shall be carried out as per Pwd Specifications- 2009 Vol.-I & Vol. II with upto date correction
slips.

14.2 All painting material shall bring to the site of work in the original sealed containers. The material
brought to the site of work shall be sufficient for at least 30 days of work. The material shall be kept
under the joint custody of contractor and representative of the Engineer-in-Charge. The empty contains

Contractor 85 Engineer-in-Charge
shall not be removed from the site till the completion of the work without permission of the Engineer-
in-Charge.

15.0 SPECIFICATIONS FOR ALUMINIUM DOOR, WINDOW AND VENTILATOR WORK ETC.

15.1 Extent and intent


The work shall be carried out through an approved specialist contractor, who shall furnish all materials,
labour, accessories, equipment, tool and plant and incidentals required for providing and installing
anodised aluminum doors, windows, claddings, louvers and other items as called for on the drawings.
The drawings and specifications cover the major requirement only. The supplying of additional
fastenings, accessory features and other items not mentioned specifically herein, but which are
necessary to make a complete installation shall be a part of this contract.

15.2 General
Aluminium doors, windows etc. shall be of sizes, section details as shown on the drawings. The details
shown on the drawings indicate generally the sizes of the components parts and general standards.
These may be varied slightly to suit the standard adopted by the manufacturer. Before proceeding with
any manufacturing, the contractor shall prepare and submit complete manufacturing and installation
drawings for approval of the Engineer-in-Charge and no work shall be performed until the approval of
these drawings is obtained.

15.3 Shop Drawings


The contractor shall submit the shop drawings of doors. Windows, louvers, cladding and other
aluminum work, based on architectural drawings, to the Engineer-in-Charge for his approval. The
drawings shall show full size sections of doors, windows etc. thickness of metal (i.e wall thickness),
details of construction, sub frame/ rough ground profile, anchoring details, hardware as well as
connection of windows, doors and other metal work to adjacent work. Samples of all joints and
methods of fastening and joining shall be submitted to the Engineer-in-Charge for approval well in
advance of commencing the work.

15.4 Samples
Samples of doors, windows, louvers etc. shall be fabricated, assembled and submitted to the Engineer-
in-Charge for his approval. They shall be of sizes types etc. as decided by Engineer-in-Charge. All
samples shall be provided at the cost of the contractor.

15.5 Sections
Minimum doors and windows shall be fabricated from extruded section of profile of detailed on
drawings. The sections shall be extruded by the manufacturers approved by the Engineer-in-Charge.
The aluminum extruded sections shall conform IS designation 63400-WP (HV9WP Old designation) with
chemical composition and technical properties as per IS 733 and IS: 1285. The permissible dimensional
tolerance of the extruded sections shall be such as not to impair the proper and smooth function/
operation and appearance of doors and windows.

15.6 Fabrication
Doors, windows, etc. shall be fabricated to sizes as hown, at factory and shall be of section, sizes
combinations and details as shown in the Architectural Drawings. All doors, windows etc. shall have
mechanical joints. All members shall be accurately machined and fitted to form hairline joints prior to
assembly. The joint and accessories such as cleats, brackets, etc. shall be of such materials as not to
cause any bimetallic action. The fabrication of doors, windows, etc. shall be done in suitable sections to

Contractor 86 Engineer-in-Charge
facilitate easy transportation, handling and installation. Adequate provision shall be made in the door
and window members for anchoring to support and fixing of hardware and other fixtures as approved
by the Engineer-in-Charge.

15.7 Powder Coating


All aluminum sections shall be powder coated 50 micron to required color as specified in the item and
as per direction of Engineer-in-Charge. Polythene tape protection shall be applied on the powder
coated section before they are brought to site. All care shall be taken to ensure surface protection
during transportation, storage at site and installation. The tape protection shall be removed on
installation. The samples will be tested in the approved laboratory and cost of samples, cost of testing,
shall be borne by the contractor.

15.8 Protection of Finish


All aluminum members shall be wrapped with approved self adhesive non- staining PVC tapes.

15.9 Handling and stacking


15.9.1 Fabricated materials shall be stacking in an approved manner to protect the material against any
damage during transportation. The loading and unloading shall be carried out with utmost care, on
receipt of materials at site, they shall be carefully examined to detect any damaged pieces.
Arrangements shall be made for expeditious replacement of damaged piece/ parts. Materials found to
be acceptable on inspections shall be repacked in crates and stored safely.

15.9.2 In the case of composite windows and doors, the different units are to be assembled first. The
assembled composite units should be checked for line, level and plumb before final fixing is done. Units
may be serial numbered and identified as how to be assembled in their final location of situation so
warrants.

15.9.3 Where aluminum comes into contact with masonry brickwork, concrete, planter or dissimilar metals, it
shall be coated with approved insulation lacquer, paint or plastic tape to ensure that electro- chemical
corrosion is avoided. Insulation material shall be trimmed off to a clean flush line on completion.

15.9.4 The contractor shall be responsible for assembling composite, bedding and filling the groove with
backup roads polysulphide sealant inside and outside, placing the doors, windows etc. in their
respective opening. After the doors/ windows have been fixed in their correct assigned position, the
open hollow sections abutting masonry concrete shall be fitted with approved polysulphide sealant
densely packed and neatly finished.

15.9.5 The contractor shall be responsible for doors, windows, etc. being set straight plumb, level and for their
satisfactory operation after fixing is complete.

15.10 Installation
15.10.1 Just prior to installation the doors, windows etc. shall be uncrated and stacked on edge on level bearers
and supported evenly. The frame shall be fixed into position true to line and level using adequate
number of expansion machine bolts, anchor fasteners of approved size and manufacturer and in an
approved manner. The holes in concrete/ masonry members for housing anchor bolts shall be drilled
with an electric drill.

15.10.2 The doors, windows assembled as shown on drawings shall be placed in correct final position in this
opening and marks made on concrete members at jambs, sills and heads against the holes provided in
frames for anchoring. The frame shall then be removed from the opening and laid aside. Neat hole with

Contractor 87 Engineer-in-Charge
parallel sides of appropriate size shall then be drilled in the concrete members with an electric drill at
the marking to house the expansion bolts. The expansion bolts shall then be inserted in the holes, struck
with a light hammer till the nuts are forced into the anchor shell. The frame shall then be placed in final
position in the opening and anchored to the support through cadmium plated machine screws of
required size threaded to expansion bolts. The frame shall be set in the opening by using wooden
wedges at supported and bar plumbed in position. The wedges shall invariably be placed at meeting
points of glazing bars and frames.

15.11 Neoprene Gaskets


The contractor shall provide and install Neoprene gaskets of approved size and profile at all locations as
shown and as called for to render the doors, windows etc. absolutely air tight and weather tight. The
contractors shall produce samples of the gaskets for approval and procure after approval only.

15.12 Fittings
Hinges, stays, handles, tower bolts, locks and other fittings shall be of excellent quality and
manufacturers shall be approved by the Engineer-in-Charge.

15.13 Manufacturer’s Attendance


The manufacturer immediately prior to the commencement of glazing shall adjust and set all windows
and doors and accept responsibility for the satisfactory working of the opening frames.

15.14 Mastic Cement


The gaps between frames and supports and also any gaps in the windows section shall be raked out as
directed and filled with mastic cement of approved colour and make to ensure complete water
tightness. The mastic cement shall be of such colour and composition that it would not stain the
masonry/ concrete work, shall receive paint without bleeding, will not sag and shall not set hard or dry
out under any conditions of weather. The samples of mastic cement to be used for this purpose shall be
got approved by the Engineer-in-Charge before its actual use.

15.15 Sealant
Use modified silicone for joint subject to movement and in glazing.
Surfaces to receive sealant shall be properly prepared, cleaned, primed and excess sealant removed
from finished surfaces.
Sealed joints shall be neatly tooled and surfaces smoothed.
Follow the instruction of the sealant manufacturers.
Colour of the sealant shall be approved by the Engineer-in-Charge.

15.15.1 Glazing
Glazing shall generally be accomplished from the inside of building.The glazing system shall be designed
to this end use a continuous E.P.D.M compression gaskets on both sides (Present Gasket on one side of
glazing pocket and roll in gasket on another side). A continuous wet seal shall be employed to ensure
complete water tightness.
Maintain a minimum glazing bite, edge clearance and surface clearance depending on the glass as
recommended by the glass manufacturer.

15.15.2 Sealant and Gasket Application


Sealant and gasket shall be provided wherever shown in the drawings or required for a permanently
weather tight installation. The sealing mechanism is necessary but is not indicated, it shall be of type
recommended by the sub- contractor and approved by the Engineer-in-Charge.All adjoining surfaces

Contractor 88 Engineer-in-Charge
shall be protected to receive sealant against staining by masking and/ or other methods.Joints and joint
surfaces shall be clean, dry, and free of any material that may have an adverse effect on the bonding
and/ or seal of the sealant and gasket materials.Apply sealant and gasket under the conditions
recommended by the manufacturer(s). Prime all surface to receive sealant and gasket unless
recommended otherwise, use no sealant that has started to set in its container or a sealant that has
exceeded the self life published by the manufacturer.Fill all joints continuously and completely with
sealant, forming a neat, uniform, concave bead. Finish the material flush with adjoining surfaces unless
shown on the drawings. All sealant surfaces shall be tooled smooth.Tensile or shear stress in structural
silicone sealant joint shall not exceed 1.4 kg./sqm.

15.16 Protection & Cleaning


The contractor shall adequately protect all components and accessories from damage during shipments,
storage at job site, erection and after completion of the work. At such time as may be directed, the sub
contractor shall remove all protective tapes or coating, thoroughly clean all anodised aluminum and
glass surfaces with suitable cleaning agent, make final adjustments to all ventilators, etc. and hardware
leaving all in first class working order.

15.17 Details of Tests


15.17.1 The various tests on aluminum sections shall be conducted in accordance with the relevant IS codes.
15.17.2 The minimum number of tests for powder coating and corrosion resistance shall be as given below:

Sr. No Details Number of Tests


(i) Doors, Windows & Ventilators 5% of Nos. manufactured.

15.17.3 The samples of major member of each unit of doors/ windows shall be selected at random by Engineer-
in-Charge as such that all the aluminum section be got tested.

15.17.4 The cost of samples, carriage or the samples and testing charges, if any, shall be borne by the
contractor.

15.18 Acceptance Criteria


The aluminum sections shall conform to the provisions of the relevant item of BOQ. For payment
purposes only actual weight of sections shall be taken into account. If, however, the sectional weight of
any aluminum section is higher than the permissible variation then the weight payable shall be
restricted to the weight of the section including permissible variation.
Measurement: Payment by weight shall be made for aluminum sections including beading only and all
fixing angles, fittings/ features such as handles and hinges etc. shall not be included in the weight to be
paid.

15.18.1 Guarantee Bond: - All aluminum work shall carry two years guarantee after completion of the work
against water leakage, unsound material and workmanship and defective anodising as per guarantee
bond at annexure-VI.
Two years guarantee in prescribed proforma attached at Annexure-VI must be given by the specialised
firm, which shall be counter signed by the contractor, in token of his overall responsibility in addition
10% (Ten percent) of the cost of these items would be retained as guarantee to which the performance
of the work done. The cost guarantee against this item of work shall be in addition to the security
deposit mentioned elsewhere in the contract form. If any defect is noticed during the guarantee period,
it should be rectified by the contractor within seven days, and if not attended to the same will be got

Contractor 89 Engineer-in-Charge
done from another agency at the risk and cost of the contractor. However, this security deposit can be
released in full, if bank guarantee of equivalent amount for two years is produced and deposited with
the department.

15.19 Work shall be carried out as per Pwd Specifications- 2009 Vol-. I & Vol.-II with upto date correction slips.

15.20 Rates: The rate of the item shall include the cost of materials, T&P, Double Scaffolding and labour
required in all the above operations.

16.0 SANITARY INSTALLATIONS/ WATER SUPPLY/ DRAINAGE:

i) For the work of water supply and sanitary installation, the contractor shall engage the approved
licensed plumbers and submit the name of proposed plumbing agencies with their credentials for
approval of the Engineer-in-charge.

ii) The entire responsibility for the quality of work will however rest with the building contractor only and
he shall submit a guarantee bond as per proforma enclosed.

iii) The tender rates shall include the cost of cutting holes in walls, floors, RCC slabs etc. wherever required
and making good the same for which nothing extra shall be paid.

iv) The Centrifugally cast (spun) iron S&S pipe wherever necessary shall be fixed to RCC columns, beams
etc. with rawl plugs of approved quality and nothing extra shall be paid for on this account.

v) The contractor shall give a satisfactory performance test of the entire installation(s) before the work is
finally accepted and nothing extra shall be payable to the contractor on this account.

vi) P or S and floor traps in WCs shall be of deep seal type of approved make and shall have a minimum
water seal 75mm. Floor traps shall have a minimum water seal of 50mm.

vii) The contractor shall be responsible for all the protection of sanitary water supply fittings and fixtures
against pilferage and breakage during the period of installation until the completion/ handing over of
the building.

viii) The pig lead to be used in jointing as per Pwd/Mcg specifications with upto date correction slips. A
variation of 5 % is allowed on higher side. However, in case of variation on lower side, the work shall
be dismantled and redone by the contractor at his own cost.

ix) The contractor shall submit completion plans for water supply, internal sanitary installations and
building drainage work within 30 (Thirty) days of the date of completion. These plans are to be
submitted on drawings prepared preferably through computers (1 original copy + 3 photocopies) on
suitable scales to show the general arrangement and desired details at his cost. Nothing extra on this
account shall be payable. In case the contractor fails to submit the completion plans as aforesaid,
security deposit shall not be released.

x) Guarantee Bond:
For the entire work of Sanitary Installation, Water Supply& drainage, Five years guarantee bond in the
prescribed proforma (Annexure-V) shall be executed by the contractor to meet his liabilities under the
guarantee bond. Five percent of the cost of the work done under respective sub-head of the ‘Schedule
of Qualities’ shall be retained as performance security and the amount so withheld would be released
after five years from the date of completion of the entire work under the agreement subject to the

Contractor 90 Engineer-in-Charge
satisfactory performance of sanitary installations and water supply system. If defects are noticed during
the guarantee period, the same shall be rectified by the contractor within seven days of receipt of
intimation of such defects in the work, failing which, the same will be got done at the risk and cost of
the contractor. In case the rectification is got done at the risk and cost of the contractor, the entire
amount of performance security should stand forfeited and shall be absolutely at the disposal of the
Government.

xi) The performance security deducted may be released in full if bank guarantee of equivalent amount for
five years in acceptable form is deposited in favour of Engineer-in-charge.

xii) The performance security shall be in addition to the security deposit, performance guarantee &
performance security mentioned elsewhere in the document.

xiii) Unless otherwise specified nothing extra whatsoever shall be paid for executing the work as per
aforesaid particular specifications.

17. DEWATERING:
i. Sub-soil water table at work site is reported to be about approx 5.0 metre below general ground level.
The water level may rise during rainy season.

ii. Dewatering shall be carried out by suitable means with adequate stand-by arrangements and the
disposal of water shall be done as per the direction of the Engineer-in-charge.

iii. The subsoil water from dewatering may be required to be connected to the raw water grid in the area
for use in horticultural purpose, for which no extra payment will be made.

iv. Sub-soil water level shall be maintained at least 50cm below the P.C.C level during laying of P.C.C water
proofing treatment, laying of basement raft and beams including filling of earth/sand under the
basement floor. The water table shall not be allowed to rise above base of raft level until completion of
outer retaining wall including water proofing of vertical surface of walls and back filling along the
walls up to ground level and until the structure attains such height to counter balance the uplift
pressure. The Rate for items of cement concrete, reinforcement cement concrete, brick work, steel
work, finishing work, water proofing & soil anchors etc. are inclusive of pumping out or bailing out
water and to maintain sub-soil water table at lower level during execution as per specifications and
structural drawings. Nothing extra is payable for execution of these items under water.

v. The rates quoted by the contractor shall be inclusive of working in or under water conditions and
including pumping or bailing out water encountered from any source such as rains, floods, leakage from
sewer and water mains, sub soil water table being high or for reasons of stability of structure or any
other cause whatsoever. The extent and decision of pumping or bailing out of water shall be as per
requirements of site and stability of structure and decision of Engineer-in-charge in this regard shall be
final and binding on the contractor. Nothing extra shall be payable on this account.

18. TEMPORARY EARTH RETAINING STRUCTURE:


i. The space for movement of heavy construction machineries or the space for open earth excavation by
benching, in steps or in slope may not be available. Temporary earth retaining structures like diaphragm
wall, Steel sheet pile / soldier pile etc. with strutting or soil / rock anchors shall be required for the
safety of existing buildings , roads, other structures and trees before taking up deep basement
excavation work for the construction of basements.

Contractor 91 Engineer-in-Charge
ii. The information and details given herein, in the architectural, structural drawings, preliminary soil
investigation report and elsewhere in the tender documents is only indicative and for general
information and guidance only. The Contractor and his associate, structural Design Consultant shall
inspect the site of work and get familiar with the actual site conditions.

iii. The department shall not be responsible if soil is found to be of different character and properties
during actual execution of work or testing of soil. The Department shall not be responsible for the
inaccuracy thereof or any interpretation or conclusion drawn from them by the contractor.

iv. The contractor shall carryout detailed soil investigation at his own cost.

v. The detailed analysis, design, drawing of temporary earth retaining structure shall be obtained from
reputed competent Structural Engineer and shall be submitted along with detailed calculation sheets
with references of relevant BIS codes, manual etc. within 30 days from the date of issue of acceptance
letter by the Engineer-in-charge. The design shall be based on the actual soil properties/ characteristics
and shall be able to withstand the surcharge of existing buildings, excavated earth, dynamic loads of
vehicular movement and vibrations caused by construction machinery and equipment. The strutting, or
the anchors, and the waler beam etc. shall be as per the structural design and analysis. The Contractor
has to get the design proof checked from designated institute of repute like IIT Delhi/ Roorkee. The
contractor shall modify the design and drawings and resubmit the same, if required without any extra
cost / claim. However, the contractor shall be solely responsible for the design, safety of men, materials
and stability of existing & constructed structure.

vi. The Analysis, Design & Structural Drawing of temporary earth retaining structure shall specify details
like the spacing, type, size, unit weight, material, elastic section modulus of members, depth of
embedment, Specification for wooden lagging, Waler beams and anchors, construction methodology
etc.

vii. The expenses on design and proof checking, structural drawings of temporary earth retaining structure,
soil investigation and geo technical survey shall be borne by the Contractor. The quoted rates shall
include all the above expenses and no claim for cost/ expenses shall be entertained by the department.

viii. If required by the Engineer-in-Charge, contractor shall provide basic equipment/devices for
measurements of deformations / settlements to measure ground water table, Settlement gauge etc. to
check settlement of adjoining buildings. The equipment will be installed as per direction of Engineer-in-
charge. Calibration and measurements of all equipments shall be performed by the contractor and shall
be checked by independent agency if desired by the Engineer –in-Charge. Results from each
measurement shall be recorded & submitted to Engineer-in-charge expeditiously.

ix. The work of providing temporary earth retaining structure as per approved design and drawings shall be
carried out by the contractor either himself if he has the required experience of executed such works or
through experienced associated agency having satisfactory completed of work (s) of Providing Steel
Sheet Piles or Soldier Piles/H-Beams and or Diaphragm Wall etc. as earth retaining structure.

x. The materials for removable temporary earth retaining structure/ shoring / strutting etc. shall be the
property of contractor and after successful completion of raft & retaining wall the same shall be
removed from the site after use as per direction of Engineer-in-charge.

Contractor 92 Engineer-in-Charge
xi. Sheet piles/ Soldier piles and appurtenant materials shall be tested and certified to meet the specified
chemical, mechanical and sectional properties requirement prior to delivery to site, as per relevant IS
code.

xii. Before execution of work, the contractor shall submit the construction procedure/ Methodology and
Specifications of Temporary Earth Retaining Structure from the structural consultant viz IIT/CBRI/NCBM
and shall get approved from Engineer in Charge. The work of earth retaining structure shall be carried
out strictly in accordance with the sequence, specifications and procedure given in approved structural
design & drawings and as per direction of Engineer in Charge.

xiii. The Contractor shall submit the layout plan showing alignment arrangement of proposed temporary
earth retaining structure clearly indicating the clear distance from the existing buildings /trees /roads
and the proposed basement along with design and drawing showing complete details.

xiv. The rate quoted by the agency shall be inclusive of mobilization to site all necessary machineries,
equipment, handling, storing, installation, cutting holes, splicing, driving, re-driving, bailing out water,
pulling out and removal of the temporary earth retaining structure / strutting, instrumentations, men,
materials, proprietary, levy, taxes etc., other incidentals for execution of work, with all safety measure
as required for the execution of construction work for safety of surrounding existing buildings
structures, parked / moving vehicles, equipment etc. as per direction of Engineer-in-charge.

xv. The safety of the adjacent existing buildings is to be ensured so that no settlement or any damage due
to settlement, land slide etc. because of deep basement excavation work is caused. For the safety, the
Contractor shall install required apparatus / equipments for close monitoring any settlement or crack
development, damages in the nearby buildings at his own cost. The contractor shall provide all
necessary equipment/gauges for measurements of deformation/settlement in the adjacent buildings as
directed by Engineer-in-charge. Monitoring instruments are to be maintained in good working
conditions throughout the construction period is responsibility of contractor. Daily reading of
instruments shall be recorded and got checked by the authorized representative of Engineer-in-charge.
Checking operations (at least once in a week) shall be done by an experienced independent agency
appointed by contractor with approval of Engineer-in-charge. All expenditure incurred on this
independent agency shall be borne by the contractor. The Contractor shall be held liable for all damages
on any account including defective installation, execution and removal of earth retaining structure.

xvi. The non-submission of the analysis, design & drawings of Temporary Earth Retaining Structure within
30 days from the date of start or failure to resubmit within 7 days if required by the Engineer-in-Charge
shall amount to non performance on the part of contractor/ Agency. The Engineer-in-charge shall be at
liberty to take action to forfeit the Earnest money and the performance guarantee and shall be at
disposal of Government of India.

xvii. Measurement: For the payment of temporary earth retaining structure, the depth of exposed
excavated vertical earth face and the length/width in straight horizontal length correct to a centimeter
shall be measured. The area shall be worked out in sqm nearest to two decimal. The temporary earth
retaining structural member shall be measured upto the dredge line only for measuring depth. No
payment shall be made for the embedded structural member below dredge line. The payment shall be
made only for the surface area and nothing extra is payable for erecting system of sheets/ pegs/
wedges/ Waler beam/ channel etc.

xvii. Rates: The Rate shall be inclusive of all the operations, analysis, design, redesign, drawings, men,

Contractor 93 Engineer-in-Charge
material, machinery, T&P etc. for temporary earth retaining structure, removal of temporary earth
retaining structure, soil investigation, geo technical survey to locate the underground services / cables,
water supply and sewer lines etc. equipment, instrumentation inserts, anchors, waler beams materials,
equipment machineries tools tackles and plants, bailing out water etc. complete required for safe
execution of work as per approved structural design / drawing and as per direction of Engineer-in -
charge .

xviii. Rate of item is inclusive of detailed soil investigation of area where construction activity to be carried
out including Geo-technical survey of the area for locating electric, sewer water supply lines and other
services and ensuring its safety, functionality in the proposed area of construction.
19. Prestressed permanent soil anchors

i. The work is to be carried out through specialized agency to be got approved from engineer in charge.

ii. Reference standards


Britain Standards Institution: BS 8081

iii. Design by specialised contractor


The Contractor's submission of calculations and shop drawings shall include the following information:
(a) Anchor layout
(b) Anchor design details
(c) Anchor structural and geotechnical design capacity
(d) Grade and properties of the tendon material
(e) Percent of tendon ultimate load at working load
(f) Method and details of anchor fabrication
(g) Details of layer of corrosion protection for permanent applications (Epoxy paint, Grout and HDPE
corrugated duct etc.) for fixed length
(h) Details of layer of corrosion protection for permanent applications (Epoxy paint, grease, HDPE sleeve,
Grout and HDPE corrugated duct etc.) for free length
(i) Method and details of proposed installation, stressing and grouting procedure
(j) Method and details of drilling, casing removal method to be adopted for drilling and grouting.
(k) Grout- cement type, strength, additives
(l) Anchor load, length, and bore diameter
(m) Initial prestress of anchor
(n) Anchor bond design details
(o) Endorsement by the Contractor's Professional Engineer
(p) Any other information required by the Engineer in his review of the Contractor's design.
(q) Permanent Anchor head protection.

The Contractor's design calculations and specifications shall comply fully with the relevant
recommendations of BS 8081: 1989: British Standard Code of Practice for Ground Anchorages, the
requirements of the Engineer's specifications and conditions of contract. In matters not specifically
covered by the BSI, BIS, DIN, ASTM and the Engineer's specifications, the Contractor's design shall be in
accordance with accepted principles of good engineering practice.

Contractor 94 Engineer-in-Charge
The review of the Contractor's design by the Engineer does not in any way absolve or reduce the duties
and responsibilities of the Contractor to ensure the safety and adequacy of his works.

iv. Method statement for construction operations for anchors


Prior to commencement of works, the Contractor shall submit to the Engineer- in -Charge detailed
method statements, for the installation of ground anchors. For the purpose of this Clause, a method
statements shall be a document containing
a) A detailed construction sequence
b) Proposed drilling method
c) Proposed installation method
d) Proposed stressing method and equipment
e) Proposed provisions for stressing or distressing
f) Material, plant and labour requirements at each construction stage.
g) Rate of production output based on resources allocated, such as the average output in linear metres of
installed anchors per drilling frame per normal working day of 8 working hours a day.
h) Shop drawings showing, among other things, details of all special requirements for theconstruction
activities.
i) Methods of testing.
The Engineer- in -Charge shall during the execution of the works require the Contractor to submit
detailed method statements of other construction operation. If requested by the Engineer- in -Charge ,
the Contractor shall submit, within such times and in such detail as the Engineer- in -Charge may
reasonably require, such information pertaining to the methods of construction (including the use of
construction plant) which the Contractor proposes to use, and such calculations of the stresses and
deflections that will arise in the permanent works or any part thereof during construction from the use
of such methods, as will enable the Engineer- in -Charge to decide whether the permanent works can
be executed with safety and in accordance with the contract if the methods are adhered to, and
without detriment to the permanent works when completed. The Engineer- in -Charge shall inform the
Contractor in writing within 14 days after receipt of the Contractor's method statement either.

a) That the Contractor's proposed methods have the consent of the Engineer- in -Charge ; or

b) In what respect, in the opinion of the Engineer- in -Charge , the proposed methods fail to meet the
requirements of the contract

v. The vertical permanent soil anchors shall be designed by the contractor based on data obtained from
detailed soil investigation, no extra payment will be admissible on this account. The structural design
(calculation) alongwith structural drawing of vertical permanent soil/rock anchors shall be submitted by
the contractor to department for approval.

vi. The Contractor will submit specifications and method statement for construction of rock/soil anchors.
The construction will start after approval of specifications and method statement by Engineer-in-charge.

vii. Construction of permanent soil anchors shall be as per approved design and in accordance with BS :
8081,British Standard Code of practice for Ground anchorages, BSEN : 1537 (Guide lines) for design and
construction of prestressed soil anchors, IS 10270 Guidelines for design and construction of prestressed
rock anchors except where otherwise specified, described or directed by the Engineer-in-charge.

Contractor 95 Engineer-in-Charge
viii. Inclined and Vertical prestressed rock anchors/soil anchors shall be provided through diaphragm wall/
RCC raft. The rock quality, if rock is there, shall be checked by observing drilled cores as well as by
permeability tests with water under pressure if required.

ix. Prestressing steel wires/bars/strands shall be of any of the following standards subject to approval of
the Engineer-in-charge.
a) Hard drawn steel wires conforming to IS: 1785.
b) High tensile steel bars conforming to IS: 2090.
c) Stress relieved strands conforming to IS:6006.
d) Fully threaded high tensile bar

x. The contractor shall have to obtain the supply of the prestressing steel from one of the following firms :-
a) Tata Steel Limited – Wire Division.
b) Usha Martin Limited
c) Indore Wire

The proof of obtaining the supply from the above firms shall be submitted. In addition of
manufacturer’s certificate, the acceptance of the prestressing wires/bars/strands shall be subject to
independent testing of this steel supplied at the site by the contractor for the desired characteristics at
his own cost and nothing shall be paid extra irrespective of the provisions in this regard elsewhere in
the tender documents on this account.

xi. The contractor has to interact with Engineer-in-charge for finalization of the design parameters and
submit the draft design of permanent soil/rock anchors for the approval by the Engineer-in-charge. The
work shall have to be carried out only as per the design approved by the department. Even after
approval by the department contractor shall have to assume the sole responsibility for the adequacy,
water proofing and structural safety of the permanent soil/rock anchors etc.

• The contractor shall drill the bore holes with the drilling system as approved by Engineer-in-charge.

• Methodology of deciding the bond stress between grout and soil/rock and between steel wires and
grout shall have to be elucidated by the contractor.

• Anchors shall be free of dirt, corrosion, detrimental dust or any other deleterious substance. Anchors
shall be handled and protected prior to installation to avoid corrosion or physical damage.

• Suitable guide system and temporary fixing of the anchor is required to avoid movement of anchor
during grouting. Grout tubes are checked to ensure that they are free. Suitable spacers are also
provided when required to ensure that anchor assembly does not get entangled.

• After the anchor is lowered, the fixed length of anchor is grouted. Grouting is carried out under
pressure by fixing a packer at the top of the fixed length as necessary in accordance with the type of
anchor.

• Sequence of pre-stressing of the anchors shall have to be submitted by the contractor at the time of
submitting the designs. The work shall be got done as per approval by the Engineer-in-charge.

• Stressing is carried out after 21 days of grouting when, it attains the required strength. Depending on
the different types of anchors use, details of the stressing jack vary. The anchor is stressed for about 10
percent of the load and elongation measurements taken beyond this range. This takes care of any
seating errors. Anchor is subsequently stressed to 10 percent excess load over the design load and
elongation noted. After nothing the elongation, the anchor is locked either to design load depending on
the requirements.

Contractor 96 Engineer-in-Charge
• Adequate care is required, during construction, so that free length of anchor remains free to elongate
etc.
• Anchor force shall be rechecked if considered necessary and if loss of stress is observed, the
wire/strand/bar shall be re-tensioned.

• Corrosion protection of pre-stressed anchors shall be done as per relevant provision of referred code.

For corrosion protection of pre-stressed anchors following methods shall be applied.

i) The corrosion protection of free length of anchors shall be done in accordance with clause 7.1 of IS:
10270.

ii) The corrosion protection of fixed length of Anchors shall be done in accordance with the following :

a) The fixed length is treated with epoxy formulation as under :

b) The high tensile steel sires are first pretreated by sand blasting or grit blasting process. Thereafter, the
wires are cleaned thoroughly by using thinner.

c) The first coat of epoxy formulation is applied uniformly on the pre-stressing wires and it is allowed to
dry for a period of 2 to 3 hours. The second coat is applied thereafter and the same is allowed to dry for
24 hours. This is then roughened by sand paper and the third coat is then applied uniformly. While the
third coat is still tacky, quartz sand is sprinkled over it to increase the bond.

d) The epoxy shall conform to IS: 8230 (specification for steel- filled epoxy resin based adhesives) and
it shall be of Ciba India Ltd. or equivalent make as approved by the Engineer-in-charge.

e) Minimum 10% (Ten percent) additional high tensile wires shall be provided to account for long term
corrosion, over and above the number of the wires required as per relevant design criteria.

a. Testing of Anchors shall be done in accordance with clause 8 of IS: 10270.

b. Anchors shall be pre-stressed after about 2 months and locked to the correct load i.e. design values.

c. The projecting strands/wires/bars shall have to be cut beyond the desired level from the raft
foundation.

d. After locking of anchors the entire assemblies of the anchor head including all metallic components are
to be treated with one coat of approved epoxy paint. The anchor head is to be covered with a PVC cap
of suitable size and thickness. Then theconcreting of the ends shall be done using approved water
proofing compound.
(Nothing extra for the water proofing compound shall be paid for this end protection).

e. Daily records of all the operations conducted shall be maintained and submitted by the contractor in
the Performa approved by the Engineer-in-charge.

Measurements: The measurements shall be taken in numbers only.

Rate: It is clarified that the item of anchor shall inter alia include cost of the following:
Designing, Drilling, re-drilling (if necessary) in all kinds of soils and rocks, providing approved pre-
stressing wires/strands/bars and complete anchorage system/anchor head bearing plates, trumpet pipe
and nuts and bolts etc. Providing guide shoe, G.I. casing pipe (medium grade) and necessary inserts,

Contractor 97 Engineer-in-Charge
seals, and grout pipes. Providing PVC pipes of approved make in free length, cement grouting fixed
length and free length as specified, conducting water percolation tests as specified, stressing the anchor
to desired level. Providing complete corrosion protection treatment including end protection treatment
as specified, and testing of anchor as per clause 8 of IS: 10270 all complete.
The cost of anchor quoted by the contractor shall include the complete execution of the item, in
accordance with the nomenclature of the item and as per the specifications/conditions mentioned in
this agreement. The cost shall include cost of all materials and labours involved in all operations
described above and in the specifications and conditions mentioned in this agreement and the relevant
BIS codes.
Cost adjustment for more or less capacity of anchors. In case of more or less capacity of permanent
anchors as per pull out test than 40 MT , the rate of this item shall be adjusted @ of 2% of the quoted
rate for every one MT more or less capacity.

20. Pull out test


i. The pull out test shall be conducted as per principles laid down in IS: 11309-1985 (Method for
conducting pull out test on anchors bars and rock bolts) and/or as per the specifications and methods
approved by the Engineer-in-charge.

ii. The test anchors shall be provided as per the basic item but deleting the top end anchorage
system/anchor head bearing plates, trumpet pipe, G.I. Casing pipe (medium grade), inserts etc. and
providing in addition all other accessories, equipment, materials and labour as required for the pull out
test as per the approved method and specifications complete.

iii. Rate: The rates quoted for this item shall be after considering all the required deletions/additions and
shall be net rates only. The rate quoted by the contractor shall include the cost of the specified anchor
and conducting the entire test as per the relevant code and upto the satisfaction of Engineer-in-charge
and rate shall include cost of all materials and labour involved in all the operations described above and
in the specifications, conditions mentioned in this agreement and the relevant BIS codes.

21. Extra for additional free length beyond 8 meters.


21.1 The specifications for the extra free length shall conform to specifications of anchors.

21.2 Measurements: The measurement shall be taken in metre correct to two places of decimal beyond
eight metre of free length of rock/soil anchors. No measurement shall be recorded in this item if free
length of rock/soil anchor is upto 8 metre.

Fire Check Doors


1 Specifications for factory made Fire / Smoke check doors. The doors shall be procured from approved
manufacturer such as navair, godrej, promat , kutty, sukri.

2 Stability: - The Fire Check door should not collapse during the rated period of fire under the specified
fire conditions. The fire check doors shall provide safe access to the escape route in the building namely
protected corridors and staircase.

3 Integrity: - The fire check doors should not allow the passage of hot gases or the flames through the
rebate or the gap between the doorframe and shutters for the duration of its fire rating.

4 Insulation: - The mean temperature of fire door on unexposed side should not exceed 140 degree
Celsius above ambient temperature for the duration of its fire rating.

The Fire/Smoke check door assembly being offered shall be as proto-type tested by CBRI, Roorkee /
Govt. Quality Marketing Centre, Bahadurgrah for the prescribed fire-rating as per BS: 476 part 20/22/IS:

Contractor 98 Engineer-in-Charge
3614 Part II, IS: 3609. Test report from approved lab, shall be submitted for approval before executing
the work.

The tenderer shall employ, specialized agency or manufacturers of the fire check door assembly, having
their own manufacturing facilities and such agency shall be got approved from the Engineer-in-
charge.Door Frame and shutters shall in general, be fabricated as per Pwd specifications besides
satisfying the specifications as per nomenclature of the item of the work and recommendations of the
specialized agencies as approved by the Engineer-in-charge.

5 The single simple assembly provides the essential requirements of the resistant and mechanical
strength for successful fire requirements. When further provided with external cladding in either
plywood or sheet metal, it forms a stressed skin panel assembly with markedly superior qualities of
durability and strength in comparison to other form of the door constructions.

6 Two doors shall be selected at random out of the entire lot and one each shall be tested for 60 and 120
minutes fire rating as applicable. The testing shall be done from CBRI, Roorkee. The material for testing
and transportation/ packing and other incidental testing charges shall be borne by the contractor. In
case the door fails to meet the requirement the entire lot shall be rejected.

7 Tenderer shall be responsible for obtaining “No Objection Certificate from CFO, Haryana for fire check
doors” Nothing extra shall be paid on account of the same.

8 The entire responsibility for the quality of work will however rest with the buildingontractor only
and he shall submit a guarantee bond as per proforma enclosed.

23. GUIDE WALL:


Guide wall means wall of shallow depth built on both sides of the centre line of a diaphragm wall to
guide the grabbing equipment for trench making in order to prevent collapse of trench panels and
contain bentonite slurry.

i. Alignment of guide wall shall be properly fixed depending upon the alignment of diaphragm wall. The
strata receiving the RCC of guide wall will be properly compacted and brought to proper dimension
before laying of RCC 1:3:6 ( 1 cement : 3 coarse sand : 6 graded stone aggregate 20 mm nominal size).
Construction of guide wall shall be carried out in accordance with IS 9556 and as per design approved by
the department.

Top level of guide wall shall be finished formation ground level. Before starting this guide wall work
necessary excavation shall have to be done to achieve this formation level. Nothing extra shall be paid
on this account.

ii. The guide wall shall include the horizontal flanges of RCC made homogeneous with the vertical portions.

iii. After the completion of intended purpose of guide wall this guide wall shall be dismantled and all
dismantled material, which shall be the properly of contractor shall have to be disposed off with all
leads and lifts as per the direction of Engineer-in-charge.

iv. The contractor shall have to maintain the guide wall till the intended purpose of this guide wall is
achieved.

v. Measurements: The unit of this item is in running metre and the measurement along the centre line of
the trench shall be taken. Both the wings of guide wall shall not be measured separately. Length per
running metre means length of both the wings.

Contractor 99 Engineer-in-Charge
vi. Rate : The rate quoted by the contractor for this item shall be for the complete item based on the
approved design, which includes cost of excavation, formwork, reinforcement all material and labour
involved in all the operations described above and in the specifications, dismantling and disposal of
dismantled material and conditions mentioned in this agreement and the relevant BIS Codes. The rate
of item includes cost of both the wings of the guide wall complete.

24. DIAPHRAGM WALL:


The diaphragm wall shall be designed by the contractor (through structural engineer) based on data
obtained from detail soil investigation carried out by the contractor. The structural design (calculation)
alongwith structural drawing of diaphragm wall, specifications, method of statement etc shall be got
proofed checked from institute of repute i.e. IIT, Delhi / Roorkee shall be submitted by the contractor to
department for approval.

i. The Contractor will submit specifications and method statement for construction of diaphragm wall.
The construction will start after approval of specifications and method statement by Engineer-in-charge.

ii. Construction of cast in situ structural RCC diaphragm wall shall be carried out as per design approved
design and in accordance with BIS Code No. IS: 9556 i.e. code of practice for design and construction of
diaphragm walls except where otherwise specified, described or directed by the Engineer-in-charge.

iii. The diaphragm wall shall be constructed in panels by resorting to either alternate panel method or
successive panel method. The panel length can vary depending on the soil strata and depth of trenching
and surcharge. However, length of a panel shall not exceed 6 metres.

iv. Before commencement of boring, length of panels shall be properly demarcated on the guide walls.

v. The bentonite slurry and additives as approved by Engineer-in-charge shall conform to IS 9556. Nothing
extra for the additives shall be paid.

vi. Panel boring shall commence from the ends of the panels towards centre. During boring operations,
adequate bentonite slurry of suitable consistency and viscosity shall be added as and when required to
maintain the level of bentonite slurry which shall not be less than 1.5 metre above sub-soil water table.

vii. For overcoming any underground obstructions or boring through all types of rocks such as soft rock,
weathered rock, disintegrated rock, hard rock and boulders etc. alternate use of chisel and grab may be
made in case of grab type equipment. In case of reverse circulation equipment, the cutting tool itself
shall execute chiseling operation, in the above mentioned strata. The width of the cutting tool shall be
more or less the same as width of the diaphragm wall.

viii. During the boring process the contractor shall submit to Engineer-in-charge proposals to fix the bottom
level of each panel alongwith full particulars and samples of rock obtained at specified depth, their load
bearing characteristic and other relevant information depending on which the Engineer-in-charge shall
decide the bottom level of each panel on case to case basis. His decision will be final and binding on the
contractor.

ix. The boring shall be carried out upto the required founding level for the entire panel. The depth of the
trench shall be determined by soundings. Before removing the equipment, the bottom of the trench
shall be cleaned either by grab or by reverse circulation equipments.

x. The contractor has to interact with Engineer-in-charge for finalisation of design parameters and submit
the draft design for the approval by the department. Even after approval by the department, contractor
shall have to assume the sole responsibility for the adequacy of the guide wall and for structural safety
of the diaphragm wall.

Contractor 100 Engineer-in-Charge


xi. Form tube shall be lowered at each end of primary panel in case of construction of wall by alternate
primary and secondary panels. In case of continuous panels, one form tube at the farther end shall
provided.

xii. Reinforcement cage in suitable length and shape shall be prepared well in advance. The length of the
cage shall be governed by the depth of the panel. Minimum spacing of reinforcement shall be 100 mm.

xiii. Suitable gaps on the reinforcement cage shall be provided for accommodating the tremie, during
concreting operation.

xiv. The reinforcement cage shall be suitably strengthened at regular intervals, For the ease of handling and
good workmanship the cage should be made adequately rigid. Nothing extra shall be paid for this.

xv. The hooks for lifting the reinforcement shall be of mild steel and of adequate diameter to withstand the
weight of the cage. The reinforcement cage shall be kept hanging within the trench to provide cover at
the bottom of the trench.

xvi. Before concreting, the reinforcement cage shall be lowered in the trench panel and suitably supported.
The concrete cover for the reinforcement shall be maintained by use of spacers, circular cover block
using cement concrete of 1:1.5:3 ( 1 cement : 1.5 coarse sand : 3 graded stone aggregate 20 mm
nominal size) mix provided at suitable intervals, one block per sqm on both sides of cage and suitably
staggered. The diameter of the spacer block shall depend upon the clear over required for the
reinforcement as per the structural drawing.

xvii. 10% cement shall be added extra for concreting in the diaphragm wall for which nothing extra shall be
paid.

xviii. Boxes or inserts for formation of recess for ground anchors shall be lowered alongwith the cage to
correct positions and levels. The rock grout pipes shall be fixed with suitable spacer bars, at regular
intervals as per the approval by Engineer-in-charge.

xix. The concreting shall be done by tremie of suitable capacity. If required threaded tremie pipes in suitable
lengths shall be used. Depending on the length of the panels, one or more tremie Pipes shall be used.

xx. Before placing concrete in the panel, the trench shall be flushed properly to clean the bottom and to
remove thicker suspension from the lower level. The density of the slurry shall be checked by taking a
sample about 20 cm from the bottom. If the density of the sample is found to exceed 1.25g/ml, the
flushing shall be carried out with fresh bentonite slurry.

xxi. The form tubes shall be lifted in stages and removed after the concreting is over. The end tube or the
semicircular chisel shall be taken out gradually after the initial set of concrete. This shall be dining with
the help of a suitable crane or any other lifting device. Withdrawal of end tube shall not cause any crack
in concrete at the panel end.

xxii. The contractor will expeditiously stop all leakages and dampness through joints between wall panels or
through the body of the wall at all stages of construction until the entire construction of project is
complete.

xxiii. Contractor shall pour concrete in wall panel sufficiently above the design cut off level, to ensure that
sound, unadulterated concrete remains at the cut off level.. All concrete above cut off level unless

Contractor 101 Engineer-in-Charge


otherwise instructed by the Engineer-in –Charge shall be manually chipped off and a clean straight
surface of good concrete exposed for further extension.

xxiv. Rates quoted by the contractor shall allow extra concreting in bulges, grouting the vertical joints,
concreting under subsoil water condition. Measurements shall be taken for one face of diaphragm wall
from 1.00 metre below ground level i.e. after chipping of contaminated concrete.

xxv. The entire operation of trenching, stabilising the trenches with bentonite, lowering of reinforcement
cage, concrete and pre-stressing anchors shall be subject to the approval of the Engineer-in-charge.
However, the ultimate responsibility of making a sound and structurally safe diaphragm wall rests with
the Contractor.

CONTROL OF ALIGNMENT AND TOLERANCE


The Contractor shall exercise every care to ensure that all the segments of the diaphragm wall are
located at correct assigned positions as indicated in the drawings.
The face of the guide wall towards the trench shall be vertical. The face shall not have any undulations
and abrupt changes.
For diaphragm wall, the face of the wall to be exposed shall be vertical. There shall be no bulges
extending beyond 50 MM from true face. There shall be no cavities. Any bulge beyond permissible
limits and cavity shall be made good by contractor at his own cost.
The record about the construction of diaphragm wall shall be maintained by the contractor as per IS
9556 and in a manner approved by the Engineer-in-charge.
Nothing shall be paid for the superfluous concreting arising out of imperfect boring/trenching/improper
layout of the raft/diaphragm wall etc.

Measurements: Dimension of length, breadth and thickness shall be measured correct to nearest cm.
The cubical contents of consolidated concrete shall be worked out to nearest 0.01 cum. Any work done
in excess over the specified dimension or sections shown in design/drawings shall be ignored.

Rate: The rate quoted by the contractor shall be for the complete execution of the item based on the
approved design & drawing, which also includes cost of all materials, T&P, soil investigation, design /
proof checking and labour involved etc in all the operations described above and in the specifications,
conditions mentioned in this agreement and the relevant BIS codes. The item does not include the cost
of reinforcement.

Contractor 102 Engineer-in-Charge


CONDITIONS OF CONTRACT SPECIFIC TO GREEN BUILDING PRACTICES

The contractor shall strictly adhere to the following conditions as part of his contractual
Obligations to the extent applicable to the site:

1.1 SITE
1.1.1 The contractor shall ensure that adequate measures are taken for the prevention of erosion of the top
soil during the construction phase. The contractor shall implement the Erosion and Sedimentation
Control Plan (ESCP) provided to him by the Engineer in Charge as part of the larger Construction
Management Plan (CMP). The contractor shall obtain the Erosion and Sedimentation Control Plan
(ESCP) Guidelines from the Engineer in Charge and then prepare “working plan” for the following
month’s activities as a CAD drawing showing the construction management, staging & ESCP. At no time
soil should be allowed to erode away from the site and sediments should be trapped where necessary.
The contractor shall ensure that all the top soil excavated during construction works is neatly stacked
and is not mixed with other excavated earth. The contractors shall take the clearance of the Engineer in
Charge before any excavation. Top soil should be stripped to a depth of 20 cm (centimeters) from the
areas to be disturbed, for example proposed area for buildings, roads, paved areas, external services
and area required for construction activities etc. It shall be stockpiled to a maximum height of 40 cm in
designated areas, covered or stabilized with temporary seeding for erosion prevention and shall be
reapplied to site during plantation of the proposed vegetation. Top soil shall be separated from subsoil,
debris and stones larger than 50 mm (millimeter) diameter. The stored top soil may be used as finished
grade for planting areas.

1.1.2 The Contractor should follow the construction plan as proposed by the Architect / Engineer in Charge
to minimize the site disturbance such as soil pollution due to spilling. Use staging and spill prevention
and control plan to restrict the spilling of the contaminating material on site. Protect top soil from
erosion by collection storage and reapplication of top soil, constructing sediment basin, contour
trenching, mulching etc.

1.1.3 No excavated earth shall be removed from the campus unless suggested otherwise by Engineer in
Charge. All subsoil shall be reused in backfilling/landscape, etc as per the instructions of the Engineer in
Charge. A certificate of reuse as required by the Engineer-in-Charge shall be submitted by the
contractor.
1.1.4 The contractor shall not change the natural gradient of the ground unless specifically instructed by the
Engineer in Charge. This shall cover all natural features like water bodies, drainage gullies, slopes,
mounds, depressions, etc. Existing drainage patterns through or into any preservation area shall not be
modified unless specifically directed by the Engineer-in-charge.

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

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

1.1.7 Contractor shall reduce pollution and land development impacts from automobiles use during
construction.
1.1.8 Overloading of trucks is unlawful and creates the erosion and sedimentation problems, especially when
loose materials like stone dust, excavated earth, sand etc. are moved. Proper covering must take place.
No overloading shall be permitted.

Contractor 103 Engineer-in-Charge


1.2 CONSTRUCTION PHASE AND WORKER FACILITIES
1.2.1 The contractor shall specify and limit construction activity in pre-planned/designated areas and shall
start construction work after securing the approval for the same from the Engineer in Charge. This shall
include areas of construction, storage of materials, and material and personnel movement.

1.2.2 Preserve and Protect Landscape during Construction

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

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

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

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

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

1.2.3 Contractor shall be required to develop and implement a waste management plan, quantifying material
diversion goals. He shall establish goals for diversion from disposal in landfills and incinerators and
adopt a construction waste management plan to achieve these goals. A project-wide policy of “Nothing
leaves the Site” should be followed, in such a case when strictly followed; care would automatically be
taken in ordering and timing of materials such that excess doesn’t become “waste”. The Contractor’s
ingenuity is especially called towards meeting this prerequisite/ credit (as per IGBC LEED India, New
Construction v1.0 & GRIHA, MNRE). Consider recycling cardboard, metal, brick, acoustical tile, concrete,
plastic, clean wood, glass, gypsum wallboard, carpet and insulation. Designate a specific area(s) on the
construction site for segregated or commingled collection of recyclable material, and track recycling
efforts throughout the construction process. Identify construction haulers and recyclers to handle the
designated materials. The diversion may include donation of materials to charitable organizations and
salvage of materials on-site.

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

1.2.5 The contractor shall provide potable water for all workers

1.2.6 The contractor shall provide the satisfactory level of sanitation and safety facilities for the workers at
site. The contractor shall ensure cleanliness of workplace with regard to the disposal of waste and

Contractor 104 Engineer-in-Charge


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

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

• Clear vegetation only from areas where work will start right awa

• Vegetate / mulch areas where vehicles do not ply.


• Apply gravel / landscaping rock to the areas where mulching / paving is impractical
• Identify roads on-site that would be used for vehicular traffic. Upgrade vehicular roads (if these are
unpaved) by increasing the surface strength by improving particle size, shape and mineral types that
make up the surface & base. Add surface gravel to reduce source of dust emission. Limit amount of
fine particles (smaller than 0.075mm) to 10 – 20%
• Water spray, through a simple hose for small projects, to keep dust under control. Fine mists should
be used to control fine particulate. However, this should be done with care so as not to waste water.
Heavy watering can also create mud, which when tracked onto paved public roadways, must be
promptly removed. Also, there must be an adequate supply of clean water nearby to ensure that
spray nozzles don’t get plugged.
• Water spraying shall be done on:

1.2.7.1 Any dusty materials before transferring, loading and unloading

1.2.7.2 Area where demolition work is being carried out

1.2.7.3 Any un-paved main haul road

1.2.7.4 Areas where excavation or earth moving activities are to be carried outThe contractor shall ensure that
the speed of vehicles within the site is limited to 10 km/hr.
• All material storages should be adequately covered and contained so that they are not exposed to
situations where winds on site could lead to dust / particulate emissions.
• Spills of dirt or dusty materials will be cleaned up promptly so the spilled material does not become a
source of fugitive dust and also to prevent of seepage of pollutant laden water into the ground
aquifers. When cleaning up the spill, ensure that the clean-up process does not generate additional
dust. Similarly, spilled concrete slurries or liquid wastes should be contained / cleaned up
immediately before they can infiltrate into the soil / ground or runoff in nearby areas
• Provide hoardings of not less than 3m high along the site boundary, next to a road or other public
area
• Provide dust screens, sheeting or netting to scaffold along the perimeter of the building
• Cover stockpiles of dusty material with impervious sheeting

Contractor 105 Engineer-in-Charge


• Cover dusty load on vehicles by impervious sheeting before they leave the site.

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

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

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

1.2.11 The contractor shall comply with the safety procedures, norms and guidelines (as applicable) as outlined
in the document Part 7 Constructional practices and safety, 2016, National Building code of India,
Bureau of Indian Standards. A copy of all pertinent regulations and notices concerning accidents, injury
and first-aid shall be prominently exhibited at the work site. Depending upon the scope & nature of
work, a person qualified in first-aid shall be available at work site to render and direct first-aid to
causalities. A telephone may be provided to first-aid assistant with telephone numbers of the hospitals
displayed. Complete reports of all accidents and action taken thereon shall be forwarded to the
competent authorities.

1.2.12 The contractor shall ensure the following activities for construction workers safety, among other
measures:
• Guarding all parts of dangerous machinery.
• Precautionary signs for working on machinery
• Maintaining hoists and lifts, lifting machines, chains, ropes, and other lifting tackles in good
condition.
• Durable and reusable formwork systems to replace timber formwork and ensure that formwork
where used is properly maintained.
• Ensuring that walking surfaces or boards at height are of sound construction and are provided with
safety rails or belts.
• Provide protective equipment; helmets etc.
• Provide measures to prevent fires. Fire extinguishers and buckets of sand to be provided in the fire-
prone area and elsewhere.
• Provide sufficient and suitable light for working during night time.

1.2.13 The storage of material shall be as per standard good practices as specified in Part 7, Section 2 –
Storage, Stacking and Handling practices, NBC 2005 and shall be to the satisfaction of the Engineer in
Charge to ensure minimum wastage and to prevent any misuse, damage, inconvenience or accident.

Contractor 106 Engineer-in-Charge


Watch and ward of the Contractor’s materials shall be his own responsibility. There should be a proper
planning of the layout for stacking and storage of different materials, components and equipments with
proper access and proper maneuverability of the vehicles carrying the materials. While planning the
layout, the requirements of various materials, components and equipments at different stages of
construction shall be considered.

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

1.2.15 The contractor shall prepare and submit ‘Spill prevention and control plans’ before the start of
construction, clearly stating measures to stop the source of the spill, to contain the spill, to dispose the
contaminated material and hazardous wastes, and stating designation of personnel trained to prevent
and control spills. Hazardous wastes include pesticides, paints, cleaners, and petroleum products.
1.2.16 contractor shall collect & submit the relevant material certificates for materials with high recycled
(both post-industrial and post-consumer) content, including materials like RMC mix with fly-ash, glass
with recycled content, calcium silicate boards etc.

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

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

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

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

1.2.21 Contractor shall make efforts to reduce the quantity of indoor air contaminants that are odorous or
potentially irritating harmful to the comfort and well-being of installer and building occupants.
Contractor shall ensure that the VOC (Volatile Organic Compounds) content of paints, coatings and
primers used must not exceed the VOC content limits mentioned below:
Paints
Non-flat - 150 g/L
Flat (Mat) - 50 g/L
Anti corrosive/ anti rust - 250 g/L

1.2.22 Coatings / Clear wood finishes


Varnish - 350 g/L
Lacquer - 550 g/L
Floor coatings - 100 g/L
Stains - 250 g/L

Contractor 107 Engineer-in-Charge


1.2.23 Sealers
Waterproofing sealer - 250 g/L
Sanding sealer - 275 g/L
Other sealers - 200 g/L
The VOC (Volatile Organic Compounds) content of adhesives and sealants used must be less than VOC
content limits mentioned:

Architectural Applications VOC Limit (g/l less water)


Indoor Carpet adhesives - 50 g/L
Carpet Pad Adhesives - 50 g/L
Wood Flooring Adhesive - 100 g/L
Rubber Floor Adhesives - 60 g/L
Sub Floor Adhesives – 50 g/L
Ceramic Tile Adhesives - 65 g/L
VCT and Asphalt Tile adhesives - 50 g/L
Dry Wall and Panel Adhesives - 50 g/L
Structural Glazing Adhesives - 100 g/L
Multipurpose Construction Adhesives – 70 g/L
Substrate Specific Application VOC Limit (g/l less water)
Metal to Metal - 30 g/L
Plastic Foams - 50 g/L
Porous material (except wood) - 50 g/L
Wood - 30 g/L
Fiber Glass – 80 g/L

1.2.22 Wherever required, Contractor shall meet and carry out documentation of all activities on site,
supplementation of information, and submittals in accordance with IGBC LEED India New Construction
v1.0 & GRIHA program standards and guidelines. Towards meeting the aforementioned building
environmental rating standard(s) expert assistance shall be provided to him up on request.

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

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

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

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

Contractor 108 Engineer-in-Charge


1.2.27 MATERIALS & FIXTURES FOR THE PROJECT
a) Contractor will produce wherever feasible certificate regarding distance of the source of the relevant
material.
b) The contractor has to comply as per MoEF issued notification 8.0.763(E) dated 14th Sept.1999
containing directive for greater fly ash utilization. Every construction agency engaged in the
construction of buildings within a radius of 50 km radius of a Thermal Power Plant, have to use of 100%
fly ash based bricks/blocks in their construction.

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

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

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

1.2.28 RESOURCES CONSUMED DURING CONSTRUCTION


a. The contractor shall ensure that the water and electricity is not wasted during construction. The
Engineer in Charge can bring to the attention any such wastage and the contractor will have to ensure
that such bad practices are corrected.
b. The contractor shall install necessary meters and measuring devices to record the consumption of
water, electricity and diesel on a monthly basis for the entire tenure of the project.
c. The contractor shall ensure that all run-off water from the site, during construction is collected and
reused to the maximum.
d. The contractor shall use treated recycled water of appropriate quality standards for construction, if
available.
e. No lights shall be turned on during the period between 6:00 AM to 6:00 PM, without the permission of
the Engineer in Charge.

1.2.29 CONSTRUCTION WASTE

a) Contractor shall ensure that wastage of construction material is within 3%.

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

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

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

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

Contractor 109 Engineer-in-Charge


f) If and when construction debris is taken out of the site, after prior permissions from the Engineer in
Charge, then the contractor shall ensure the safe disposal of all wastes and will only dispose of any such
construction waste in approved dumping sites.

1.2.30 Documentation

a) The contractor shall, during the entire tenure of the construction phase, submit the following records to
the Engineer in Charge on a monthly basis:
i) Water consumption in litres

ii) Electricity consumption in ‘kwh’ units


iii) Diesel consumption in litres
iv) Quantum of waste (volumetric/weight basis) generated at site and the segregated waste types divided
into inert, chemical and hazardous wastes.

v) Digital photo documentation to demonstrate compliance of safety guidelines as specified here and in
the Appendix on Safety Conditions.

b) The contractor shall, during the entire tenure of the construction phase, submit the following records to
the Engineer in Charge on a fortnightly basis:

i) Quantities of material brought into the site, including the material issued to the contractor by the
Engineer in charge.

ii) Quantities of construction debris (if at all) taken out of the site

iii) Digital photographs of the works at site, the workers facilities, the waste and other material storage
yards, pre-fabrication and block making works, etc as guided by the Engineer in Charge.

c) The contractor shall submit a document after construction of the buildings, a brief description along
with photographic records to show that other areas have not been disturbed during construction. The
document should also include brief explanation and photographic records to show erosion and
sedimentation control measures adopted. (Document CAD drawing showing site plan details of existing
vegetation, existing buildings, existing slopes and site drainage pattern, staging and spill prevention
measures, erosion and sedimentation control measures and measures adopted for top soil preservation
during construction

d) The contractor shall submit to the Engineer in Charge after construction of the buildings, a detailed as
built quantification of the following:

i. Total materials used,

ii. Total top soil stacked and total reused

iii. Total earth excavated]


iv. Total waste generated,

Contractor 110 Engineer-in-Charge


v. Total waste reused,
vi. Total water used,
vii. Total electricity, and
viii. Total diesel consumed.

e) The contractor shall submit to the Engineer in Charge, before the start of construction, a site plan along
with a narrative to demarcate areas on site from which top soil has to be gathered, designate area
where it will be stored, measures adopted for top soil preservation and indicate areas where it will be
reapplied after construction is complete.

f) The contractor shall submit to the Engineer in Charge, a detailed narrative (not more than 250 words)
on provision for safe drinking water and sanitation facility for construction workers and site personnel.

Provide supporting document from the manufacturer of the cement specifying the fly-ash content in
PPC used in reinforced concrete.
g) Provide supporting document from the manufacturer of the pre-cast building blocks specifying the fly
ash content of the blocks used in an infill wall system.

h) The contractor shall, at the end of construction of the buildings, submit to the Engineer in Charge,
submit following information, for all material brought to site for construction purposes, including
manufacturer’s certifications, verifying information, and test data, where Specifications sections require
data relating to environmental issues including but not limited to:

i) Source of products: Supplier details and location of the supplier.

ii) Project Recyclability: Submit information to assist Owner and Contractor in recycling materials involved
in shipping, handling, and delivery, and for temporary materials necessary for installation of products.

iii) Recycled Content: Submit information regarding product post industrial recycled and post consumer
recycled content. Use the “Recycled Content Certification Form”, to be provided by the Commissioning
Authority appointed for the Project.

iv) Product Recyclability: Submit information regarding product and product’s component’s recyclability
including potential sources accepting recyclable materials where ever applicable.

1. Provide final certification of well-managed forest of origin to provide final documentation of certified
sustainably harvested status: Acceptable wood “certified sustainably harvested” certifications shall
include:
a) Wood suppliers’ certificate issued by one of the Forest Stewardship Council-accredited certifying
agencies;
b) Suppliers’ invoice detailing the quantities of certified wood products for project;
c) Letter from one of a certifying agency corroborating that the products on the wood supplier’s invoice
originate from certified well-managed forests.

i) Clean tech: Provide pollution clearance certificates from all manufacturers of materials.

Contractor 111 Engineer-in-Charge


ii) Indoor Air quality and Environmental Issues: Submit emission test data, sourced from the
manufacturers, produced by acceptable testing laboratory listed in Quality Assurance Article for
materials as required in each specific Specification section.

a) Certifications from manufacturers of Low VOC paints, adhesives, sealant and polishes used at this
particular project site.

b) Certification from manufacturers of composite wood products/agro fibre products on the absence of
added urea formaldehyde resin in the products supplied to them to this particular site.

c) Submit environmental and pollution clearance certificates for all diesel generators installed as part of
this project.

Provide total support to Engineer in Charge and Green Building Consultants appointed by the Engineer
in charge in completing all Green Building Rating related formalities, including signing of forms,
providing signed letters in the contractor’s letterhead whenever required.

1.2.31 EQUIPMENT
a) To ensure energy efficiency during and post construction all pumps, motors and engines used during
construction or installed, shall be subject to approval and as per the specifications of the Engineer in
Charge.

b) All lighting installed by the contractor around the site and at the labour quarters during construction
shall be CFL bulbs of the appropriate illumination levels. This condition is a must, unless specifically
prescribed.
The contractor is expected to go through all other conditions of the LEED & GRIHA rating stipulations.
Failure to adhere to any of the above mentioned items, without approval of the Engineer in Charge,
shall be deemed as a violation of contract and the contractor shall be held liable for penalty as per
terms of the agreement.

Contractor 112 Engineer-in-Charge


LIST OF APPROVED MANUFACTURERS FOR DIFFERENT MATERIALS TO BE USED IN THIS PROJECT FOR CIVIL
WORKS / SANITARY AND WATERSUPPLY WORKS

S. №. MATERIAL MANUFACTURERS NAME


CEMENT ACC, ULTRATECH, VIKRAM, SHREE, AMBUJA, JYPEE, J.K.,
1
LAFARGE
2 REINFORCEMENT STEEL SAIL, TISCO, RINL, JSW,
3 STRUCTURAL STEEL SECTIONS SAIL, TISCO, RINL, JSW, JINDAL STEEL & POWER
4 STRUCTURAL STEEL TUBES JINDAL, TATA, APOLLO
5 READY MIXED CEMENT CONCRETE ACC, LAFARGE, ULTRATECH
6 WHITE CEMENT BIRLA WHITE , J.K. WHITE
WATERPROOFING COMPOUND FOSROC, PIDILITE, SIKA, BASF, CICO,
7
SUNANDA,CHOWGULE,SIDDHI INFRA
8 ADMIXTURES FOSROC, SIKA, CICO, BASF, CHOWGULE,SIDDHI INFRA
AAC BLOCK SHREE, INSTABLOCK, BILTECH, MAGICRETE, SIPROX,
9
AEROCON, J.K.
10 GLAZED CERAMIC TILES SOMANY, KAJARIA, DNIITCO, ORIENT BELL, JOHNSON
11 VITRIFIED TILES SOMANY, KAJARIA, DNIITCO, ORIENT BELL, JOHNSON
12 TILE ADHESIVE BAL ENDURA, PIDILITE, LATICRETE, FOSROC, CICO
13 GROUTING COMPOUND BAL ENDURA, PIDILITE, LATICRETE, FOSROC, CICO
14 EPOXY MORTAR FOSROC, SIKA, CICO, LATICRETE, CHOWGULE,SIDDHI INFRA
15 WATER-PROOFING CEMENT PAINT ASIAN, DULUX, BERGER, NEROLAC,OIKOS,DEXUNE,SKK
16 TEXTURED EXTERIOR PAINT ASIAN, DULUX, BERGER, NEROLAC,OIKOS,DEXUNE,SKK
17 SYNTHETIC ENAMEL PAINT ASIAN, DULUX, BERGER, NEROLAC,OIKOS,DEXUNE,SKK
18 PLASTIC/ACRYLIC EMULSION PAINT ASIAN, DULUX, BERGER, NEROLAC,OIKOS,DEXUNE,SKK
19 OIL BOUND DISTEMPER ASIAN, DULUX, BERGER, NEROLAC,OIKOS,DEXUNE,SKK
20 CEMENT PRIMER BERGER, NEROLAC, ASIAN, DULUX,OIKOS ,DEXUNE,SKK
21 STEEL/ WOOD PRIMER ASIAN, DULUX, BERGER, NEROLAC,OIKOS,DEXUNE,SKK
22 EPOXY PAINT ASIAN, DULUX, BERGER, NEROLAC,OIKOS,DEXUNE,SKK
23 WOOD FINISH (MELAMINE & PU POLISH) ASIAN, PIDILITE, WEMBLEY, DULUX
24 WALL PUTTY JK, BIRLA, ASIAN, BERGER
25 PLASTER OF PARIS JK LAKSHMI, SAKARNI, SHRIRAM
26 GYPSUM PLASTER FERROUS CRETE, SAINT GOBAIN, SAKARNI
27 PLY BOARD, PLYWOOD MERINO ,GREEN, DURO, KITPLY, CENTURY, ARCHID
28 LAMINATE ARCHID, MERINO, GREEN, CENTURY, KITLAM
29 VENEER PLY MERINO, GREEN, KITPLY, DURO, CENTURY
PRELAMINATED PARTICLE BOARD CENTURY, NOVOPAN, KITLAM, MERINO, ACTION TESA,
30
ARCHID
31 FLUSH DOOR KITPLY, CENTURY, ARCHID, MERINO
32 GYPSUM BOARD INDIA GYPSUM, LAFARGE, SAINT GOBAIN
LOCKS, LATCH GODREJ, HARRISON, PLAZA, YALE, HETTICH, HARDWYN,
33
DORMA
34 FRICTION STAY HINGES EARL-BIHARI, EBCO, GODREJ
35 NUTS,BOLTS & SCREWS GKW, KUNDAN, PRIYA, ATUL
36 DASH,ANCHORING FASTENERS& CRAMP HILTI, FISCHER, AXEL, CANON
37 EPDM GASKET HANU, ANAND, RAVEN, ZERO
ANODISED ALUMINIUM HARDWARE NU-LITE, SARGENT, EVERITE
38
(HEAVY DUTY)
STAINLESS STEEL HARDWARE FITTINGS DORMA, OZONE, GODREJ, GEZE
39
(HEAVY DUTY)

Contractor 113 Engineer-in-Charge


ALUMINIUM SECTIONS FOR DOORS, JINDAL , HINDALCO, INDALCO
40
WINDOWS& PARTITIONS ETC.
41 FLOAT/ FROSTED GLASS MODI, SAINT GOBAIN, ASAHI, PILKINGTON
42 ALUMINIUM COMPOSITE PANEL ALSTRONG, REYNOBOND, ALPOLIC, ALUDECOR
43 STAINLESS STEEL SECTION JINDAL, KICH, ESSAR
44 SILICON SEALANT GE, DOW CORNING, PIDILITE, WACKER
SOLVENT BASED SILICONE REPELLENT PIDILITE, GE, WACKER
45
COATING
46 FLOOR HARDENER PIDILITE, FOSROC, SIKA
47 POLYSULPHIDE SEALANT PIDILITE, SIKA, FOSROC
HIGH PERFORMANCE SOLAR TOUGHENED SAINT GOBAIN, ASAHI, PILKINGTON
48
GLASS
49 REFLECTIVE GLASS SAINT GOBAIN , ASAHI, PILKINGTON
50 FIRE RETARDANT PAINT ASIAN, PROMAT, AKZO
51 GLASS WOOL INSULATION TWIGA, SIPLA, UNIFEB
52 FALSE CEILING- GYPSUM SAINT GOBAIN, LAFARGE, INDIA GYPSUM
53 FALSE CEILING- METAL SAINT GOBAIN, ARMSTRONG, DEXUNE
54 VITREOUS CHINA SANITARYWARE HINDWARE, CERA, PARRYWARE, KOHLER
55 STAINLESS STEEL SINKS NEELKANTH, JAYNA, FRANKE, ANUPAM
56 C.P. BRASS FITTINGS JAQUAR, SOMANY, PARRYWARE, GROHE, KOHLER
CENTRIFUGALLY CAST (SPUN) IRON PIPES NECO, RIF, SKF, ACL
57
& FITTINGS
CENTRIFUGALLY CAST (SPUN) IRON PIPES RIF, NECO, SKF, ACL
58
(CLASS LA)
59 CPVC PIPES& FITTINGS ASTRAL, PRINCE, SUPREME, FINOLEX, AKG
60 G. I. PIPES TATA, JINDAL, ZEDNIITH
61 G. I. FITTINGS UNIK, ZOLOTO, KS
62 UPVC PIPES& FITTINGS ASTRAL, PRINCE, SUPREME, FINOLEX, AKG
63 GUNMETAL VALVES LEADER, SANT, ZOLOTO
64 BALL VALVES LEADER, SANT, ZOLOTO
65 BUTTERFLY VALVES LEADER, SANT, ZOLOTO
66 C.I. SLUICE VALVES KIRLOSKAR, IVC,
67 INSULATION FOR PIPE KAIFLEX, ARMAFLEX, CAREFLEX
68 M. S. PIPES TATA, JINDAL, ELECTRO STEEL
69 COPPER TUBES/ PIPES RAJCO, MEXFLOW,
ACCOUSTIC & CEILING DEXUNE, ACOUSTIC FIRST, OCEANZ ACOUSTICS H.K,
70
ACOUSTICAL SOLUTION INC., ARMSTRONG.
71 CYCLORAMA IBS, DALITE,DRAPER
72 SFRC MANHOLE COVER KK, JAIN, PRAGATI
73 RCC PIPES JAIN, PRAGATI, KK
74 S.W. PIPE ANAND, PERFECT,
75 APP MEMBRANE PIDILITE, SIKA, FOSROC, SIDDHI INFRA
FABRICATORS FOR ALUMINIUM GLAZING, ALUMAX, WINDORZ INDIA PVT. LTD, AGV ALUMINIUM (P)
76 STRUCTURAL GLAZING, ALUMINIUM LTD., JANGID ENGINEERING WORKS
DOOR & WINDOWS, ACP WORK.
77 STAINLESS STEEL FABRICATORS VETERAN INDUSTRIES (INDIA), SIALKOT SHOP, SIGN DESIGN
78 FIRE CHECK DOOR NAVAIR, GODREJ, PROMAT,KUTTY, SUKRITI
79 FIRE RESISTANT GLASS SAINT GOBAIN, PILKINGTON, SCHOTT
Note: - The Contractor shall procure and provide all the materials from the manufacturers / suppliers as
per the above list attached with the tender documents, as per the item description and particular specifications
for the work. The equivalent brand for any item shall be permitted to be used in the work, only when the

Contractor 114 Engineer-in-Charge


specified make is not available. This is, however, subject to documentary evidence produced by the contactor
for non-availability of the brand specified and also subject to independent verification by the Engineer-in-
Charge. In exceptional cases, where such approval is required, the decision of Engineer-in-Charge as regards
equivalent make of the material shall be final and binding on the Contractor. Nothing extra shall be payable on
this account.

Contractor 115 Engineer-in-Charge


GUARANTEE BONDS
ANNEXURE-III

GUARANTEE TO BE EXECUTED BY THE CONTRACTOR


FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF
STONE WORK/ TILE WORK.

The agreement made this.................... day of ................. Two Thousand .............. between
....................................S/o ...............................................(hereinafter called the GUARANTOR on the one part)
and the Commissioner Muncipal coroporation Gurugram (hereinafter called the Government on the other part)

WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract) dated ......................
and made between the GUARANTOR ON THE ONE PART AND the Government on the other part whereby the
contractor inter alias undertook to render the work in the said contract structurally stable , workmanship,
finishing and use of sound materials.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work will remain
structurally stable and guaranteed against faulty workmanship, finishing and materials.

NOW THE GUARANTOR hereby guarantee that work executed by him will remain structurally stable after the
expiry of maintenance period prescribed in the contract for the minimum life of twoyears to be reckoned from
the date after the expiry of maintenance period prescribed in the contract.

The decision of the Engineer-in-Charge with regard to nature and cause of defect shall be final.
During this period of guarantee, the guarantor shall make good all defects to the satisfaction of the Engineer-in-
Charge calling upon him to rectify the defects failing which the work shall be got done by the Department by
some other contractor at the Guarantor’s cost and risk. The decision of the Engineer-in-Charge as to the cost
payable by the Guarantor shall be final and binding.

That if the guarantor fails to make good all the defects, commits breach there under, then the guarantor will
indemnify the principal and his successor against all loss, damage, cost expense or otherwise which may be
incurred by him by reason of any default on the part of the GUARANTOR in performance and observance of this
supplementary agreement. As to the amount of loss and/or damage and or cost incurred by the Government,
the decision of the Engineer-in-Charge will be final and binding on both the parties.

IN WITNESS WHEREOF these presents have been executed by the obligator .......................and
........................................ by ................................. for and on behalf of the Commissioner Muncipal coroporation
Gurugram on the day, month and year first above written.

SIGNED, sealed and delivered by OBLIGATOR in the presence of :-

1. ................................................ 2. ...........................................

SIGNED FOR AND BEHALF OF THE COMMISSIONER MUNCIPAL COROPORATION GURUGRAM


BY...................................in the presence of :-

1. ............................................... 2. ..........................................

Contractor 116 Engineer-in-Charge


ANNEXURE-IV

GUARANTEE TO BE EXECUTED BY THE CONTRACTOR


FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF
WATER-PROOFING WORKS.

The agreement made this.................... day of ................. Two Thousand .............. between
....................................S/o ...............................................(hereinafter called the GUARANTOR on the one part)
and the Commissioner Muncipal coroporation Gurugram(hereinafter called the Government on the other part)

WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract) dated ......................
and made between the GUARANTOR ON THE ONE PART AND the Government on the other part whereby the
contractor inter alia undertook to render the building and structures in the said contract completely water and
leak-proof.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work will remain water
and leak proof, for Five years from the date of giving water proofing treatment.

NOW THE GUARANTOR hereby guarantees that work executed by him will render the structures completely
leak proof and the minimum life of such water proofing treatment shall be Five years to be reckoned from the
date after the expiry of maintenance period prescribed in the contract.

The decision of the Engineer-in-Charge with regard to nature and cause of defect shall be final.

During this period of guarantee, the guarantor shall make good all defects and in case of any defect being found
render the building water proof to the satisfaction of the Engineer-in-Charge calling upon him to rectify the
defects failing which the work shall be got done by the Department by some other contractor at the Guarantor’s
cost and risk. The decision of the Engineer-in-Charge as to the cost payable by the Guarantor shall be final and
binding.

That if the guarantor fails to execute the water proofing or commits breach thereunder, then the guarantor will
indemnify the principal and his successor against all loss, damage, cost expense or otherwise which may be
incurred by him by reason of any default on the part of the GUARANTOR in performance and observance of this
supplementary agreement. As to the amount of loss and/or damage and or cost incurred by the Government,
the decision of the Engineer-in-Charge will be final and binding on both the parties.

IN WITNESS WHEREOF these presents have been executed by the obligator .......................and
........................................ by ................................. for and on behalf of the Commissioner Muncipal coroporation
Gurugram on the day, month and year first above written.
SIGNED, sealed and delivered by OBLIGATOR in the presence of:-

1. ................................................ 2. ...........................................

SIGNED FOR AND BEHALF OF THE COMMISSIONER MUNCIPAL COROPORATION GURUGRAM BY


...................................in the presence of :-

1. ............................................... 2. ..........................................

Contractor 117 Engineer-in-Charge


ANNEXURE-V

GUARANTEE TO BE EXECUTED BY THE CONTRACTOR

FOR REMOVAL OF DEFECTS AFTER COMPLETIONIN RESPECT OF SANITARY INSTALLATIONS / WATER


SUPPLY / DRAINAGE WORK

The agreement made this.................... day of ................. Two Thousand .............. between
....................................S/o ...............................................(hereinafter called the GUARANTOR on the one part)
and the Commissioner Muncipal coroporation Gurugram (hereinafter called the Government on the other part)

WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract) dated
.................................. and made between the GUARANTOR ON THE ONE PART AND the Government on the
other part, whereby the contractor inter alia, undertook to render the work in the said contract structurally
stable, leak proof and sound material, workmanship, anodizing, coloring, sealing etc.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work will remain
structurally stable, leak proof and guaranteed against faulty material and workmanship, defective anodizing /
Powder coat coloring and finishing for five years from the date of completion of work.

NOW THE GUARANTOR hereby guarantee that work executed by him will be free from any leakage, seepage,
cracks in pipes and guaranteed against faulty material and workmanship, defective galvanizing for five years to
be reckoned from the date after the expiry of maintenance period prescribed in the contract.

The decision of the Engineer-in-Charge with regard to nature and cause of defect shall be final.
During this period of guarantee, the guarantor shall make good all defects and in case of any defect to
satisfaction of Engineer-in-Charge at his cost and shall commence the work for such rectification within seven
days from the date of issue of the notice from the Engineer-in-Charge calling upon him to rectify the defects
failing which the work shall be got done by the Department by some other contractor at the guarantor’s cost
and risk. The decision of the Engineer-in-Charge as to the cost payable by the Guarantor shall be final and
binding.
That if the guarantor fails to make good all defects or commits breach thereunder, then the guarantor will
indemnify the principal and his successor against all loss, damage, cost expense or otherwise which may be
incurred by him by reason of any default on the part of the GUARANTOR in performance and observance of this
supplementary agreement. As to the amount of loss and/or damage and or cost incurred by the Government,
the decision of the Engineer-in-Charge will be final and binding on both the parties.

IN WITNESS WHEREOF these presents have been executed by the obligator......................


.......................................................and ................................................. by ........................................... for and on
behalf of the Commissioner Muncipal coroporation Gurugram on the day, month and year first above written.
SIGNED, sealed and delivered by OBLIGATOR in the presence of :-

1. .................................................... 2. ............................................

SIGNED FOR AND ON BEHALF OF THE COMMISSIONER MUNCIPAL COROPORATION GURUGRAM


BY....................................................... in the presence of :-

1. ................................................... 2. ............................................

Contractor 118 Engineer-in-Charge


ANNEXURE-VI
GUARANTEE TO BE EXECUTED BY THE CONTRACTOR
FOR REMOVAL OF DEFECTS AFTER COMPLETION
IN RESPECT OF ALUMINIUM WORK

The agreement made this.................... day of ................. Two Thousand .............. between
....................................S/o ...............................................(hereinafter called the GUARANTOR on the one part)
and the Commissioner Muncipal coroporation Gurugram (hereinafter called the Government on the other part)

WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract) dated
.................................. and made between the GUARANTOR ON THE ONE PART AND the Government on the
other part, whereby the contractor inter alia, undertook to render the work in the said contract structurally
stable, leak proof and sound material, workmanship, anodizing, coloring, sealing etc.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work will remain
structurally stable, leak proof and guaranteed against faulty material and workmanship, defective anodizing /
Powder coat coloring and finishing for Two years from the date of completion of work.

NOW THE GUARANTOR hereby guarantee that work executed by him will be free from any leakage, seepage,
cracks in pipes and guaranteed against faulty material and workmanship, defective galvanizing for two years to
be reckoned from the date after the expiry of maintenance period prescribed in the contract.
The decision of the Engineer-in-Charge with regard to nature and cause of defect shall be final.
During this period of guarantee, the guarantor shall make good all defects and in case of any defect to
satisfaction of Engineer-in-Charge at his cost and shall commence the work for such rectification within seven
days from the date of issue of the notice from the Engineer-in-Charge calling upon him to rectify the defects
failing which the work shall be got done by the Department by some other contractor at the guarantor’s cost
and risk. The decision of the Engineer-in-Charge as to the cost payable by the Guarantor shall be final and
binding.
That if the guarantor fails to make good all defects or commits breach thereunder, then the guarantor will
indemnify the principal and his successor against all loss, damage, cost expense or otherwise which may be
incurred by him by reason of any default on the part of the GUARANTOR in performance and observance of this
supplementary agreement. As to the amount of loss and/or damage and or cost incurred by the Government,
the decision of the Engineer-in-Charge will be final and binding on both the parties.

IN WITNESS WHEREOF these presents have been executed by the obligator ......................
.......................................................and ................................................. by ........................................... for and on
behalf of the Commissioner Muncipal coroporation Gurugramon the day, month and year first above written.

SIGNED, sealed and delivered by OBLIGATOR in the presence of :-

1. .................................................... 2. ............................................

SIGNED FOR AND ON BEHALF OF THE COMMISSIONER MUNCIPAL COROPORATION


GURUGRAMBY......................... in the presence of :-

1. ................................................... 2. ............................................

Contractor 119 Engineer-in-Charge


Part – C
Additional Conditions &
Particular Specifications for Electrical

Contractor 120 Engineer-in-Charge


PROFORMA OF SCHEDULES (A-F)
(Minor component)

(Separate Proforma for Civil, Elect. &Hort. Works in case of Composite Tenders)
(Operative Schedules to be supplied separately to each intending tenderer)

SCHEDULE 'A'
Schedule of quantities (as per MCG.3) As per enclosed SOQ.

SCHEDULE 'B'
Schedule of materials to be issued to the contractor.

S.No. Description of item Quantity Rates in figures & words at which Place of issue
the material will be charged to the
contractor
1 2 3 4 5
---- Nil ----

SCHEDULE 'C'
Tools and plants to be hired to the contractor

S. No Description Hire charges per day Place of Issue

1 2 3 4
---- Nil ----

SCHEDULE 'D' NIL


Extra schedule for specific requirements/
document for the work, if any.
SCHEDULE 'E' GCC for Pwd Works, incorporating upto amendments
Reference to General Conditions of contract.
Name of Work “Construction of Art and cultural Complex building at
sector 53, Gurgram, Haryana.
(SH:- C/o RCC framed structure Building including water
supply, sanitary, Electrical Installation and E&M
Services.)”
Estimated cost of work Rs. 56,38,29,612/- (Minor Component- E&M works)

Earnest money Refer corresponding provision of DNIT of major


component
Performance guarantee Refer corresponding provision of DNIT of major
component

Security deposit Refer corresponding provision of DNIT of major


component
SCHEDULE 'F'
GENERAL RULES &DIRECTIONS: Executive Engineer, Muncipal Corporation Gurugram, C-
Officer inviting tender 1, Info. City, Sector-34,Haryana.

Contractor 121 Engineer-in-Charge


Maximum percentage for quantity of items See under Clause 12
of work to be executed beyond which rates
are to be determined in accordance with
Clauses 12.2 & 12.3:
Definitions:
2(v) Engineer-In-Charge Executive Engineer, Muncipal Corporation Gurugram, C-
1, Info. City, Sector-34, Haryana.
2(viii) Accepting Authority Commissioner Muncipal coroporation, Gurugram,C-1,
Info. City, Sector-34, Haryana
2(x) Percentage on cost of materials and 10%
labour to cover all overheads and profits:
2(xi) Standard Schedule of Rates HSR+ present day ceiling premium with upto date
correction slip and market rates.
2(xii) Department Muncipal coroporation of gurugram.
9(ii) Standard MCG Contract Form General Conditions of Contract for Pwd Works
incorporating upto date amendments
Clause 1
(i) Time allowed for submission of 10 days
performance guarantee, programme chart
(time and progress) and applicable labour
licenses, registration with EPFO, ESIC and
BOCW Welfare Board or proof of applying
thereof from the date of issue of letter of
acceptance.
(ii) Maximum allowable extension with late 5 days
fee at 0.1% per day of performance
guarantee amount beyond the period
provided in (i) above up to maximum of 10%
beyond which the tender shall be cancelled.
Clause 2
Authority for fixing compensation under Superintending Engineer (MCG) or his successor
clause 2
Clause 2A
Whether Clause 2A shall be applicable Applicable
Clause 5
Number of days from the date of issue of 15 days
letter of acceptance for reckoning date of
start
Table of Mile stone(s)

Mile Description of Physical Mile Financial Mile Time allowed Amount to be withheld
stone mile stone Stone Stone from date of in case on non
no. start (Month) achievement of
milestone

Refer corresponding provision of DNIT of major component

Contractor 122 Engineer-in-Charge


Time allowed for execution of work Refer corresponding provision of DNIT of major
component
Authority to decide:
(i) Extension of time Chief Engineer, Muncipal Corporation Gurugram, C-1,
Info. City, Sector-34, Haryana.
(ii) Rescheduling of mile stones Chief Engineer, Muncipal Corporation Gurugram, C-1,
Info. City, Sector-34, Haryana.
(iii)Shifting of date of start in case of delay in Chief Engineer, Muncipal Corporation Gurugram, C-1,
handing over of site Info. City, Sector-34, Haryana.
Clause 6, 6A 6A
Clause applicable - (6 or 6A)
Clause 7
Gross work to be done together with net
payment / adjustment of advances for Rs. 1 crore
material collected, if any, since the last such
payment for being eligible to interim
payment
Clause 7A Yes
Whether Clause 7A shall be applicable
Clause 10A Not applicable
Clause 10B (ii) Yes, applicable
Whether Clause 10 B (ii) shall be applicable
Clause 10B (iii) Not applicable
Whether Clause 10 B (iii) shall be applicable
Clause 10C Not Applicable
Component of labour expressed as percent
of value of work
Clause 10CA Not Applicable

S Materials covered under Nearest materials (other than Based Price of all its
No. this clause cement, steel reinforcement corresponding period of all
bars and structural steel) for the materials covered under
which All India Wholesale Price clause 10 CA*
Index to be followed (July 2016)
Base price per MT (Rs.)
1 Cement
(i) Ordinary Portland Cement N.A. N.A.
(OPC)
2 Reinforcement Bars TMT -
500D
(i) Primary manufacturers N.A. N.A.

(ii) Secondary manufacturer N.A. N.A.

3 Structural steel N.A. N.A.


Clause 10CC
Clause 10 CC to be applicable in contracts with 12 months
stipulated period of completion exceeding the
period shown in next column:
Schedule of component of other Materials,
Labour, POL etc. for price escalation.
Civil construction materials (except materials 85%

Contractor 123 Engineer-in-Charge


covered under clause 10CA)/ Electrical
construction Materials expressed as percent of
total value of work
Component of Labour- expressed as percent of 10%
total value of work.
Component of P.O.L. expressed as percent of NIL
total value of work.
Clause 11
Specifications to be followed for execution of Pwd General specifications for electrical works
work (Internal) &Pwd General specifications for electrical
works (External) 1, Pwd General specifications for
electrical works for HVAC,Pwd General specifications
for electrical works(Substation) , Pwd General
Specifications DG, Pwd General Specifications (Lifts &
Escalators) and Pwd General Specifications for
electrical works (Wet Riser & Sprinkler system) as
amended upto date and specifications attached for
other specialized components .
Clause 12
Type of work Project and original work
12.2. & 12.3 30%
Deviation limit beyond which clauses 12.2 & 12.3
shall apply for building work insuperstructure
12.5 30%
(i)Deviation limit beyond which clauses 12.2 &
12.3 shall apply for foundation work (except
earth work)
(ii)Deviation limit for items in earth work Sub 100%
Head of DSR or related items
Clause 16
Competent authority for deciding reduced rates. Chief Engineer, Muncipal Corporation Gurugram, C-1,
Info. City, Sector-34, Haryana.
Clause 18
List of mandatory machinery, tools & plants to be N.A.
deployed by the contractor at site
Clause 25
Constitution of Dispute Redressal Committee Refer corresponding provision of DNIT of major
(DRC) component
DRC shall constitute one chairman and two Refer corresponding provision of DNIT of major
members component
Clause 36 (i) Requirement of technical Refer corresponding provision of DNIT of major
representative(s) and recovery rate component

Clause 42
(i) (a) Schedule/statement for determining theoretical quantity of
cement & bitumen on the basis of Haryana Schedule of N.A.
Rates with upto date correction slips as on date of
submission of tender.
(ii) Variations permissible on theoretical quantities: - N.A.

(a) Cement for works with estimated cost put N.A.


to tender not more than Rs. 5 lakh.

Contractor 124 Engineer-in-Charge


For works with estimated cost put to tender N.A.
more than Rs.5 lakh.
(b) Bitumen N.A.

(c) Steel reinforcement and structural steel sections for each N.A.
diameter, section and category
(d) All other materials. N.A.

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Sr.No. Description of item Rates in figures and works at which recovery shall be made
from the Contractor
Excess beyond permissible Less use beyond permissible
variation variation
1. Cement N.A. N.A.
a) OPC
2. Steel N.A. N.A.
a) Primary producers
b) Secondary producers
3. Structural Steel (Primary N.A. N.A.
producers only) RSJ / Channel
sections MS Angles / Flats / steel
plates

TERMS AND CONDITIONS FOR MINOR WORK


The minor component – Electromechanical works shall be carried out as per the terms and conditions set forth
in the major component of the Notification Inviting Tender document.

TECHNICAL SPECIFICATIONS FOR MINOR WORK


The minor component – Electromechanical works shall be carried out as per the technical specifications set
forth in the relevant works of minor component of the Notification Inviting Tender document.

Contractor 125 Engineer-in-Charge


CONDITION OF SUPPLEMENTARY AGREEMENT

After completion of main work a supplementary agreement shall be drawn with the contractor for
operation and maintenance of various E&M services as per BOQ. 20% of PG retained as security deposit
shall be refunded after successful completion of function and maintenance component at the end of
each year.

Contractor 126 Engineer-in-Charge


SPECIAL CONDITION FOR ELECTRICAL WORKS FOR COMPOSITE TENDER

1. The contractor to whom the work is awarded shall also execute the electrical work. He should possess
electrical contractor license for carrying out electrical work as per Indian Electricity Rules-1956 as
amended upto date for such type of work. In the absence of electrical contractor license, he has to get
the work executed through an eligible contractor for which necessary approval has to be taken from
Engineer-in-Charge. Such associated firm will give willingness letter to perform the work as per terms
and conditions of agreements.

2. Executive Engineer (E) shall be the Engineer-in-Charge as far as electrical works are concerned. Separate
tender schedule abbreviated Pwd and special condition 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.

3. The contractor shall be responsible and liable for proper and complete execution of the electrical work
the ensure coordination and completion of both civil and electrical work.

4. Running account bills for civil and electrical components shall be paid by Executive Engineer .Final bill
shall be paid by Executive Engineer of WORK.
5. On acceptance of the composite tender by the competent authority the letter of award will be issued by
the Executive Engineer-in-Charge of the major component on behalf of the Commissioner Muncipal
coroporation, Gurugram.

6. Bills for electrical work shall be presented to the Executive Engineer (E) and will be passed and paid by
him upto 90% of the electrical work to the electrical contractor direct. Such payments shall be treated
as advance payment to main contractor for work done. Final bill however shall be paid to main agency.

7. The contractor should quote the rate of each item very carefully. If he does not quote this rate for any
item leaving the space blank, whatsoever it will presumed that he has loaded the cost of this/these
items in the other items and he will execute this/these items at no cost and the tender will be evaluated
accordingly.

Contractor 127 Engineer-in-Charge


CONDITIONS OF CONTRACT (FOR INTERNAL ELECTRICAL WORK)
SECTION - 1
GENERAL AND COMMERCIAL
1.0 GENERAL
The electrical Installation work shall be carried out in accordance with Indian Standard Code of
Practice. It shall also be in conformity with the current Indian Electricity rules and regulations and
requirements of the Local Electricity Supply Authority and Fire Insurance regulations, so far as
these become applicable to the installation. Electrical work in general shall be carried out as per
following Pwd Specifications amended upto date General Specifications for Electrical Works.

Part -I - Internal Work - 2013.

Part -II - External Work – 1994

Part -IV - Substation Work- 2013.

Wherever these specifications calls for a higher standard of material and or workmanship than
those required by any of the above mentions regulations and specification then the specification
here under shall take precedence over the said regulations and standards.

The details of scope of work subhead wise are given in the subsequent paras The quantities worked
out in schedule of quantities are based on particular equipment considered at design stage. The
contractor is required to recheck the quantities based on equipment offered by him to achieve
required parameters.

The bidder should note that the specifications furnished in the tender is of general nature only and
it is the responsibility of the bidder to design, supply, install and commission the equipment and
services required for the satisfactory performance of the installation. All the items of equipment
required for the safe and satisfactory operation of the installation shall be supplied and installed by
the bidder.

1.1 SCOPE:-
(i) These General Specifications indicate the requirements and precautions to be taken during the
execution of Internal Electrical Installation works to ensure efficient, safe, economical and
practical use of materials and equipments including prevention of risks and fire hazards.

(ii) This Chapter also covers the general commercial requirements applicable to this works contracts
for Electrical Installation works.

1.2 RELATED DOCUMENTS:-


(i) These General Specifications shall be read in conjunction with the standard conditions of
contract contained in other parts of the document and their correction slips, the tender
specifications, schedule of quantities, drawings and other documents in the tender papers
connected with this work.

1.3 WORKS INCLUDED IN THIS SECTION:

(i) Providing & fixing of HT cables etc.


(ii) Providing & Installing HT Panel
(iii) Providing and Fixing of Dry Type Transformers.
(iv) Providing and Fixing Main LT panels / PLC Based DG Panels/ Distribution panels

Contractor 128 Engineer-in-Charge


(v) Providing & fixing of LT cables etc.
(vi) Providing & fixing adequate grounding system with earthing.

1.4 INTEREPRETATION OF AGREEMENT:

In the interpretation of the agreement, the order of descending importance for any ambiguity or
discrepancy shall be as follows;-

• Schedule of Quantities
• Technical Specifications.
• Special Conditions
• Drawings.
• I.S.I. Codes/National Electrical Code/ latest Pwd Specifications/ B.S.S./ or any other
International Standard.
• Clauses of Contract.
• General Directions.
• Sound Engineering practice.

1.5 DRAWINGS:-

1.5.1 CONTRACT DRAWINGS:


Contract drawings are basic but shall be closely followed as actual construction permits. Any
deviations made shall be in conformity with the Architectural and other services drawings. Shop
drawings shall be submitted by the contractor and got approved from the consultants.
Architectural drawings shall take precedence over contract or other services drawings as to all
dimensions. Any deviations in drawings will be brought to consultant’s Notice before work is
executed as directed by consultants. Contractor shall verify all dimensions at site and bring to the
notice of the consultants any or all discrepancy or deviations noticed.

1.5.2 DETAILED WORKING DRAWINGS:-


Detailed working drawings and detail drawings on the basis of which actual work is to be
proceeded will be furnished to the contractor by the consultants from time to time. Variation of
any nature from those indicated in the drawings made available to him at the tender stage which
are as `Advance Drawings' as a guide to generally describe the scheme will not entitle the
contractor for claiming any additional payment, payments will be made on the actual
measurement of the work done, as admissible, as per drawings, at the accepted rates entered
in the Schedule of Quantities forming part of this tender document.

1.5.3 PREPARATION OF SHOP AND FABRICATION DRAWINGS:-


All shop and fabrication drawings shall be prepared by Contractor based on the Consultant's
drawing and got approved from the consultants. No extra payment shall be admissible to the
contractor on this account.

1.5.4 SHOP DRAWING, MAINTENANCE MANUALS Etc.:-


On the award of the work, the contractor shall immediately proceed with the preparation of
detailed shop drawings, detailing the equipment that are to be installed and the ancillary works
that art to be carried out. Six sets of all such working drawings shall be submitted to the
consultants for their approval to ensure that the works will be carried out in accordance with the
specifications and drawings, including such changes as may have been mutually agreed upon. The

Contractor 129 Engineer-in-Charge


basic drawings shall be received by the consultants for his approval within two weeks of the award
of work, and complete shop/detail drawings within four weeks of award of work.

1.5.5 Any drawing issued by the consultants for the work are the property of the consultants and shall
not be lent, reproduced or used on any works other than intended without the written permission
of the consultants.
1.5.6 The contractor shall provide the following drawings for approval to consultants before
commencement of supply/fabrication.

1.5.6.1 HT Panel, Transformer and L.T. Panels


(i) General layout-Plan, section, elevations
(ii) Foundation
(iii) Wiring-Power & Controls

1.5.6.2 Distribution Boards


(i) General layout-Plan, section, elevations
(ii) Foundation/Fixing arrangement.
(iii) Wiring-Power & Control

1.5.6.4 Cable Routing and Earthing System:


(i) General Cable layout-Plan with sizes of Cable and Cable Trays at different floor & in Substation
area.
(ii) Details of Earthing strip sizes & connections

1.5.6.5 All drawings as indicated in various sub-heads.


(i) After completion of the work the contractor shall submit one original on R.T.F & three prints of as
built drawings along with compact disc/s (CD.s/DVD.s) containing the same before the certificate of
completion is issued to him. These drawing would include;
(ii) The location of all the equipment supplied & erected by the contractor.
(ii) Cable routes clearly indicating the sizes & number of cables.
(iii) Earthing layout - indicating the type of earth station & size of earth conductor.
(iv) Wiring diagram of L.T. Panels.
(v) Complete single line diagram for Normal and Emergency supplies.
(vi) Any other information the consultants may deem fit.

3. APPROVALS:
3.1 The contractor shall obtain all information relating to local regulations, Bye-Laws, sanction and
release of electrical connection, application of any and all laws relating to his work or profession
and his having to execute work as required. No additional claims shall be admissible on this
account.

3.2 Contractor shall obtain approval of the installation from the relevant inspection/ sanctioning
Authorities at all stages and on completion of the installation work. The Contractor shall also get
the required electrical load sanctioned and released from the concerned authorities and nothing
extra shall be paid for the same except for the money for which the contractor produces valid
receipts from the Govt. departments. The contractor shall pass on these approvals to the
consultants. The rates quoted by the contractor for various items of the work shall be deemed to
include any money payable to the Government/ Local Authorities/Statutory Bodies/Electrical
Inspectorate for obtaining approvals and nothing extra shall be paid to the contractor on this

Contractor 130 Engineer-in-Charge


account except for the money foe which proper receipts are submitted by the contractor to the
consultants.

4 CODE REQUIREMENTS:
All work shall be done in accordance with the I S S Code amended upto date/ Indian Electricity
Rules.

5 MATERIALS:
All materials to be used in this work be new and bear the consultant's label of approval.

6 RATES:
(i) The work shall be treated as on works contract basis and the rates tendered shall be for
complete items of work inclusive of all taxes (including works contract tax, service tax VAT if any),
duties, and levies etc. and all charges for items contingent to the work, such as, packing,
forwarding, insurance, freight and delivery at site for the materials to be supplied by the
contractor, watch and ward of all materials for the Internal E.I. work at site etc.
(ii) Prices quoted shall remain firm during the prevalence of the project.

7 TAXES AND DUTIES:


(i) Being an indivisible works contract, sales tax, VAT, excise duty, service tax etc. are not payable
separately.
(ii) Works contract tax, if any, for the work shall be included within the quoted rates for the various
items. The works contract tax shall be deducted from the bills of the contractor, as applicable.
(iii) Octroi duty shall not be paid separately for the materials supplied by the contractor.

8 COMPLETENESS OF TENDER:
Completeness of the tender - All sundry equipment, fittings, assemblies, accessories, hardware
items, bolts, supports, termination lugs for electrical connection, cable glands, junction box
and all other sundry items for proper assembly and efficient working of the various 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 or not.

9 WORKS TO BE DONE BY THE CONTRACTOR:


(i) Unless and otherwise mentioned in the tender documents, the following works shall be done by
the contractor, and therefore their cost shall be deemed to be included in their tendered cost:-
(ii) Cutting and making good all damages caused during installation and restoring the same to their
original finish.
(iii) Painting at site of all exposed metal surfaces of the installation other than pre-painted items
like fittings, fans, switchgear/ distribution gear items, etc. Damages to finished surfaces of these
items while handling and erection, shall however be rectified to the satisfaction of the consultants.
(vi) Temporary shed if required over the storage space and locking arrangement thereof, and watch
and ward of the materials and completed installation till completion of the work.
(v) Testing and commissioning of completed installation.

10 TOOLS FOR HANDLING AND ERECTION:


All tools and tackles required for handling of equipments and materials at site of work as well
as for their assembly and erection and also necessary test instruments shall be the
responsibility of the contractor.

Contractor 131 Engineer-in-Charge


11 CARE OF THE BUILDING:
Care shall be taken by the contractor to avoid damage to the building during execution of his part
of the work. He shall be responsible for repairing all damages and restoring the same to their
original finish at his cost. He shall also remove at his cost all unwanted and waste materials arising
out of installation from the site of work from time to time.

12 STRUCTURAL ALTERATIONS TO BUILDING


(i) No structural member in the building shall be damaged /altered, without prior approval from
the consultants.
(ii) Structural provisions like openings, cutouts, if any, provided for the work, shall be used. Where
these require modifications, or where fresh provisions are required to be made, such contingent
works shall be carried out by the contractor at his cost with prior approval of the consultants.
(iii) All chases required in connection with the electrical works shall be provided and filled by the
contractor at his own cost to the original architectural finish of the buildings.

13. STORAGE AND CUSTODY OF MATERIAL


Safe custody of all material and equipment supplied by the contractor shall be the responsibility of
the contractor till final taking over by the department.

14. ACCEPTABLE MAKES OF VARIOUS EQUIPMENTS.


The acceptable makes of various equipments/components/accessories have been indicated in
“Acceptable Makes“. The tenderer shall work out the post of the offer on this basis. Alternate
makes are not acceptable.

15. GUARANTEE:
15.1 All equipment shall be guaranteed for a period of 12 months from the date of acceptance and
taking over of the installation by the Department against unsatisfactory performance and/or
breakdown due to defective design, material, manufacture, workmanship or installation. The
equipment or component or any part thereof so found defective during the guarantee period shall
be 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 & cost of the contractor. The decision of Engineer-in-charge
in this regard shall be final & binding on the contractor.

15.2 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 & electrical stress on all parts under all specified conditions of operation.

16 Co-ordination with Other Agencies:


16.1 The contractor shall co-ordinate with all other agencies involved in the work so that the work of
other agencies is not hampered due to delay in his work.
16.2 Piping, cabling or any other work, which directly affect the progress of building work, shall be given
priority.

17. Quality of Materials and Workmanship:


17.1 The components of the installation shall be of such design so as to function satisfactorily
under all conditions of operation.

Contractor 132 Engineer-in-Charge


17.2 The entire work of manufacture/ fabrication, assembly and installation shall conform to sound
engineering practice.
17.3 All equipment and materials to be used in work shall be manufactured in factories of good repute
having excellent track record of quality manufacturing, performance and proper after sales service.

18. Quality of Materials and Workmanship:


18.1 The components of the installation shall be of such design so as to function satisfactorily
under all conditions of operation.
18.2 The entire work of manufacture/ fabrication, assembly and installation shall conform to sound
engineering practice.
18.3 All equipment and materials to be used in work shall be manufactured in factories of good repute
having excellent track record of quality manufacturing, performance and proper after sales ser

Contractor 133 Engineer-in-Charge


SECTION – 2

TRANSFORMER

1. DISTRIBUTION TRANSFORMER

1.1 SCOPE:
This standard specification covers the general requirements for the design, engineering,
manufacture, testing, packing and supply of 3 Nos. 11 KV / 0.433 KV, 1600 KVA double wound Cast
Resin Dry Type AN Transformers with On load tap changer suitable for Indoor installation (having
general requirements listed in following paragraphs) complete with fittings as detailed elsewhere.
The Transformer Data sheet accompanies this specification.

1.2 STANDARDS:
The design and manufacture of totally enclosed Cast Resin Dry type Transformer shall comply with
the applicable clauses of the latest editions of following standards. In case of any conflict, the
requirements of this standard specification shall prevail.
IS : 3639 Power Transformer fittings & Accessories.
IS : 2026 [ Part -I to Part- IV ] Power Transformers.
IS : 11171 Power Transformer accessories.
CBIP Specification Part – II Power and Distribution Transformers.

1.3 CONSTRUCTIONAL DETAILS:-

(i) The Transformer shall be Cast Resin Dry Type, AN cooled suitable for Indoor Installation. This shall
be provided with welded sheet steel, freestanding enclosure with expanded metal screens of
suitable size or louvers backed by wire-mesh. Transformer and upper body shall be suitably
reinforced to prevent distortion during handling. Base channels shall be provided with skids and
pulling eyes to facilitate handling.

(ii) All the fasteners and bolts shall be hot dip galvanized or Zinc passivated.

(iii) The Transformer shall be double wound core type with cold rolled grain oriented silicon steel
laminations perfectly insulated and clamped to minimize vibrations and noise. Core fastening bolts
shall be insulated to reduce losses and avoid hot spots. All parts of the magnetic circuit shall be
effectively connected to earth system.

(iv) The winding shall be copper and shall be designed for full load current to withstand the thermal
and electromagnetic stresses arising due to maximum fault level. The current carrying winding
joints shall be electrically brazed.

(v) The Transformer shall be designed with particular regards to suppression of harmonic voltages.

(vi) The contractor is to ensure that the transformer offered by him fits in the allocated space in the
sub-station area of the building.

Contractor 134 Engineer-in-Charge


(vii) Thermistor sensors shall be provided to measure the temperature of the low voltage winding inside
the cast coils. Alarm contact shall be designed to operate at 145 deg C and trip contact at 165 deg
C. The temperature protection equipment shall be suitable at 48 V. D.C. supplies. The
temperature rise of winding shall not exceed by 90 deg C by resistance on continuous full load
above maximum ambient temperature of 50 deg C.

1.4 TERMINALS AND MARSHALLING BOX :

(i) Winding shall be brought out and terminated on outdoors bushings, cable boxes or bus duct
chamber as specified on data sheet.
(ii) H.T. cable box shall be suitably dimensioned to accept terminations of XLPE cable from top entry as
specified in data sheet.
(iii) Terminal chamber for bus duct termination shall have a gasket cover plate bolted to it. A separate
cover plate shall be provided to facilitate the connection and inspection. Phase sequence of Bus
bars in connection chamber shall be as specified in data sheet.
(iv) Marshaling box shall be weather-tight. All protective devices and neutral CTs shall be wired by
means of PVC insulated armoured cables upto marshaling box.

1.5 TESTING:
The following Routine and Type Tests shall be performed on the transformers as per IS: 2026 in the
presence of purchaser’s representative and certified test reports submitted. Minimum two weeks’
notice shall be given to the purchaser to witness the tests at the vendor’s works.

1.6 Routine Tests:


The routine tests, including but not limited to the following shall be performed on each of the
Transformers, as per the relevant standards.(Note: Only NON DESTRUCTIVE test shall be performed
on the transformers and test certificates for other tests conducted on other similar rated
transformers shall be acceptable)
i) Measurement of winding resistance.
ii) Measurement of voltage ratio and check of voltage vector relationship.
iii) Measurement of Impedance voltage / short circuit impedance and load loss.
The power frequency test voltage for the secondary winding shall be 2.5 KV R.M.S.
1.7 Type Tests:
Type test certificates are to be given in triplicate along with transformers.

1.8 ACCESSORIES:
Accessories not limited to the ones specified in the attached data sheet shall be included in the
scope of supply. In addition Winding Temperature indicator, High Temperature Trip Point, Lifting
lugs, Earthing Terminals, Micro Switch for tripping the HT panel in case of opening the door etc.
shall also be provided within the quoted price.

The tapping and control gears shall be provided on the H.V. side. Tap changer shall be off –circuit
type as specified in the data sheet. The tap changing equipment shall be suitable for carrying the
fault current.

Contractor 135 Engineer-in-Charge


1.9 PAINTING:

All metal parts shall be thoroughly cleaned to remove rust, scale, grease etc. and painted with two
coats of approved colour shade over one coat of rust resisting primer. The paint shall not scale-off,
crinkle or removed due to normal handling.
All metal surfaces not accessible for painting shall be made of corrosion resistance material.

1.10 RATING PLATE DETAILS:

1.11 Each transformer shall be provided with a rating plate giving the details as per IS:2026 (Part-I). The
marking shall be indelible and the rating plate shall be located on the front side.
Exact value of transformer %ge Impedance, as determined by tests shall be marked on it and also
on the final submission of nameplate.

1.12 GUARANTEE:

The transformer shall be guaranteed for trouble-free service for the period of 12 months from the
date of commissioning or 18 months from the date of receipt at site, whichever is later. Any defects
discovered during this period shall be rectified free of charge.

1.13 INSTALLATION:

Installation shall conform to Indian Standard Code of Practices IS : 1886-1967 and meet with the
approval of the Electrical Inspectorate and other statutory bodies.
Transformers shall be positioned with acceptable clearance all round.
Visual inspection shall be conducted for mechanical damage to any part or parts and suitable steps
shall be taken to rectify the defects immediately.
Before connecting the transformers to the supply, the housing must be earthed by two separate
and distinct connections through two separate copper leads of not less than 50mm X 6mm cross
section each. All connections to the earthing system should be visible for inspection.
The star point of L V winding shall be earthed by means of two separate and distinct earth
conductors of not less than 50mmx6mm copper strip.

1.14 COMMISSIONING:
The following pre-commissioning tests shall be conducted and test results recorded.

a) Continuity of the windings.


b) Insulation resistance between windings and also between windings and earth.
c) Earth resistance test.
In case the I R value are not found satisfactory, the transformers shall be dried out in the manner
described in IS : 1886-1967.
The transformer shall be energised only if the tests are satisfactory.
After energizing, transformer shall be kept on `No Load' for a period of 24 hours before load is
switched. Thereafter Transformers shall be brought up to the full load.

Contractor 136 Engineer-in-Charge


SPECIFICATIONS OF CAST RESIN DRY TYPE TRANSFORMER

Sl. No. Description Unit Data

1. Name of Manufacturer

2. Reference Standards IS: 11171-1985

3. Rated Power KVA 1600

4. No Load Volts Ratio kV 11 / 0.433

5. No. of Phases Nos. 3

6. Frequency Hz. 50

7. Vector Group Dyn 11


With Neutral
brought out.
8. Type of Cooling AN

9. Impulse withstand voltage / Power KVp/KVrms 75/28


Frequency withstand voltage

10. Impedance Voltage % 6.25% +/- IS Tolerance

11. Tapping, ON circuit, on HV % +5% to -15% instep of 1.25%

12. No Load Losses at rated Frequency KW As per IS


and 100 % rated voltage

13. Load Losses at Normal Ratio, Rated KW As per IS


Current and at 75°C
14. Insulation Class F

15. Max. Temp. rise of winding by resistance °C 90


method over an Ambient Temp. of 50°C

16. Termination Arrangement


a) HV side (Cable box) 3x240 Sqmm, 11
KV XLPE from
top(E)

b) LV side 2500A Busduct sandwitch Type

17. Enclosure Protection Class IP – 23 or Higher

18. Wheels Plain, Bi-directional

Contractor 137 Engineer-in-Charge


SECTION - 3

11KV HT PANEL

11 KV SWITCH GEAR PANEL

1.0 SCOPE:
The scope covers complete Design, Engineering, Manufacturing, Testing before dispatch, Packing and
Forwarding in well packed condition and Delivery. F.O.R. destination, of 11 KV sheet steel clad, Indoor
type switch board, in draw out execution and comprising of Vacuum Circuit Breakers, Accessories,
Protection and Metering and as detailed elsewhere in this specification. The Switch gear panels, circuit
breakers and various accessories shall confirm to the latest Indian Standard Specifications, Code of
practices, Indian Electricity Rules ( amended upto date )Pwd/Mcg Specifications and other statutory
Acts and Regulations in vogue.

2.0 AUXILIARY POWER:


The switch gears shall be electrically operated (230 A AC). Protective Relays, Alarms, Indication shall be
suitable for operation on 24 V D.C. Anti Condensation Heaters shall be suitable for operation on 230 V
A.C.

3.0 GENERAL DESIGN FEATURES:


3.1 Switch Board :

1. The Switch Board shall be sheet steel clad, Draw out Indoor, Free standing floor mounting type and shall
be constructed out of 2.0 mm thick CRCA sheet steel, in rigid welded construction. The board shall be
totally enclosed compartmentalized having internal partition.

2. It shall house the circuit breakers, Bus bars and shall have separate LT chambers, each chamber shall be
partitioned by sheet metal barriers. Bus bars / Bus bar links shall pass one chamber to another through
FRP bushings.

3. The Switch gear Panels shall be Dust and vermin proof and mechanical degree of protection shall not be
less than IP-23 as per relevant ISS.

4. The Switch board shall be extensible on either side.

5. Breaker and LT chambers shall be provided with front hinged doors while cable and Bus bar chambers
shall have bolted covers.

6. The breakers shall have 3 clear positions inside the switch board viz. SERVICE, TEST & ISOLATED. In TEST
position primary isolation contacts shall be parted but control circuit shall remain energized. In
ISOLATED position control circuit minimum 16 – pin plug is to be manually disconnected before
withdrawal from its chamber.

7. Each Switch gear panel shall be duly wired [Wire size shall be 1.5 mm2 (Copper) for control and
interlocking circuit but 2.5 mm 2 ( Copper ) for C.T. circuits ] and shall be complete with all accessories
mounted on it.

Contractor 138 Engineer-in-Charge


8. Sheet steel enclosure shall be thoroughly cleaned and chemically pre-treated before painting. After pre-
treatment, 2 coats of primer paint and finally 2 coats of synthetic enamel paint ( by spraying) shall be
applied. After application of paint, the same shall be dried in a baking chamber.
3.2 Bus Bars :

1. Main bus bars shall be flat, rectangular high conductivity eletrolytic copper bars of adequate size (In
panel rating shall not be less than 800A) bus bar shall be sized for carrying the rated and short circuit
current without over heating maximum bus bar temperature shall not exceed 95°C.
2. Bus bar joints shall have minimum 4 bolts and shall be shrouded.
3. Bus bar short circuit rating shall be 350 MVA for 1 sec. And shall be spaced and supported in such a way
that it can withstand the electro-magnetic stress developed during any short circuit.
4. The switch board shall have a continuous copper earth bus bar of adequate size throughout its length
and provision to connect this earth bar to the external earthing system shall be kept. Each door and part
of the switch gear panel shall be connected to this earth bar.
5. Bus bar sleeve indicating the relevant phase colour code.

3.3 Circuit Breakers :


1. Circuit Breakers shall be motor charged independent spring closing / spring tripping. Vacuum circuit
breakers of manufacturer’s standard design and shall have seated Vacuum interruption, one for each
Pole tripping and closing mechanism and shall be trolley mounted.
2. Closing operation shall be through a closing coil / suitable for (24V DC). Tripping shall be through a shunt
trip coil (24V DC).
3. Provision for manual closing and emergency mechanical tripping ( through a push button, easily
approachable ) shall be provided.
4. Interlocks shall be provided to prevent a ‘Closed’ breaker to rack out from ‘Service’ to ‘Test’ / ‘Isolated’,
position or insert a ‘closed’ breaker from ‘Test’ to ‘Service’ position. In either case the breaker contacts
must remain in open position. Before racking out the breaker must be fully discharged from any static
charge.
5. The outgoing breaker feeders shall have integral earthing facility.
6. Symmetrical breaking capacity of the breakers shall not be less than 18.4KA at 11 KV and making
capacity as required. Short time withstand capacity shall not be less than 350 MVA for 1 sec.
7. The breakers shall have CPRI approval type tested certificate.
8. Each breaker shall have at least 4 NO + 4 NC spare auxiliary contacts wired upto the Terminal Block for
owner’s use.
9.
3.4 Miscellaneous Accessories :
1. C.T.’s :- Ratio , Class of accuracy , burden , etc.as per the technical particulars attached.
2. P.T.’s :- Ratio , Class and burden / phase shall be as per the technical particulars attached
3. Instruments Meters :- Ammeters, Voltmeters shall be digital type, flush mounted type of minimum size
96 mm x 96 mm
4. Indicating Lamps, Push buttons etc.:- Indication lamps shall be bunched LED type, complete in all
respects of required colours. Push button shall be standard type, contact rating 1A at 24V DC. Terminal
blocks shall be either bolted type or shrouded type.

Contractor 139 Engineer-in-Charge


5. Fuses :- HRC link / cartridge type.
6. Breaker Control Switch :- T-N-C Switch.
3.5 Protective and Auxiliary Relays :
1. Relays shall be provided on all the VCBs (incoming as well as outgoing). Relays shall be electro-magnetic
disc operated / attracted armature type, with flag indications, suitable to operate on 24V DC. Inverse
type relays shall have definite minimum time operations while H.S. relays shall be instantaneous.
2. IDMT relays shall have time multiplier to adjust the actual time of operation.
3. Protective relays shall be draw out type, flush mounted and shall be provided with self-reset contacts.
Auxiliary relays may be fixed type and may be mounted inside the L.T. chamber on suitable base plates.
Suitable levers shall be provided to reset the relays from outside.
4. All spare contacts shall be wired to the Terminal Block

3.6 Tri Vector Meter : Shall be suitable for 3 Phase unbalanced load and shall have 6 digits. The meter shall
also have maximum demand indicator.

3.7 Alarms : Auto trip and Trip circuit supervision alarm shall be provided for each breaker panel. An
audible alarm (24V Bell ) shall sound when any of the feeder trips on fault. Similarly, if trip circuit
becomes unhealthy, a separate alarm shall sound. For Alarm and Hooter - Acknowledgement, Push
Button, Indication, etc. shall also be provided for alarms in each panel and shall be connected through
internal panel wiring.

4.0 TESTING AND INSPECTION :

1. The switch board with all components mounted in position shall be routine tested at manufacturer’s
works as per relevant ISS. The tests shall be witnessed by Department’s representative for which the
supplier shall intimate at least 15 days in advance. The equipment shall be dispatched only after the
equipment passes all tests successfully and TC’s are approved by Owner’s representative.
2. Three copies of Test Certificate ( One Original, 2 Photo-Copies ) shall be submitted before dispatch.
3. No test need be carried out on bought out items. However, manufacturer’s original TC’s (3 sets ) shall be
submitted.

5.0 SPECIFICATION OF 11 KV SWITCH BOARD :


The switch Board shall comprise of 1 No. Vacuum Circuit Breaker Panels placed side by side and each
Vacuum Circuit Breaker Panel shall comprise of the following:-
1 No.- Sheet steel housing panel to accommodate breaker, 3 phase 800 Amps. Copper Bus Bars , Cable
Termination chamber and L.T. chamber complete with Bus Bars, small wirings, Earth connections, Base
channels, Cable gland plates, ( removable, bolted type ), explosion covers, automatic safety shutters
with pad locking facility, lifting lugs, etc.
1 No.- 630 Amps, 3 pole , 350MVA,Vacuum Circuit Breaker of manufacturer’s standard design, trolley
mounted, draw out type.

1 No.- T-N-C switch.

Contractor 140 Engineer-in-Charge


4 Nos.-Indication lamps ( One ‘Red’ for breaker ON, one green for breaker OFF, one white for trip circuit
healthy and one Amber for “Auto Trip” Indication).

1 Set - Control cable glands, rolled aluminium, double / single comprehension type, duly mounted on
gland plate.

1 No.- Space heater and chamber illumination lamp suitable for 230V, 1 Phase AC complete with MCB
and thermostat

2 Sets- Current Transformers, resin cast, 15 VA and Class mentioned in Appendix “A”

1 Set - Aux. Relays for alarms to suit the scheme.

1 Set - Control fuses, MCB’s, Indicating lamp.

In addition to the above, following accessories / relays shall be provided in the following VCB panels;

1. INCOMING FEEDER- 1 No. – having the followings


1 No.- Energy analyzer or equivalent to TRI Vector meter suitable to provide all necessary information
like, Voltage, Current, P.F., Frequency, KWH, KW, KVA, MD etc., complete with 11kv/110 volts 100
VA/Phase, Resin cast potential Transformer, Draw out type complete with H.T. & L.T. fuses.
1 set - Castle lock

2. OUTGOING FEEDERS – 3 Nos.- Each having the following


1 No. - 0 – 200 Amps. Range digital Ammeter minimum 96mm x 96mm with selector switch/module.
1 set- Castle lock

6.0 RELAYS
A triple-pole IDMT type protection relay having high set elements for over current protection shall be
provided on the incoming breakers and a similar relay with two elements for over-current protection
and one element for earth fault protection shall be provided on outgoing circuit breakers. The current
setting range of the over-current elements shall be from 50% to 200% in steps of 25% and that of the
earth fault element from 20% to 80% in steps of 10%. Trip Circuit supervision relay shall also be
provided on all the VCB.s

6.1 SAFETY DEVICES:


To encure safety of operating personnel adequate safety devices not limited to followings shall be
provided.

a) Circuit breaker & sheet metal enclosure shall be fully earthed.

b) Self locking shutters shall be provided which would close automatically when the breaker is withdrawn
to test position.

Contractor 141 Engineer-in-Charge


6.2 INTERLOCKS & SAFETY DEVICES:
Minimum following interlocks shall be provided in the panel board:
a) The truck can not be moved from either test to service position or vice versa, when the circuit breaker is
ON.
b) The circuit breaker cannot be switched ON when the truck is in any position between test and service
position.
c) Front part of the truck cannot be removed when the breaker is in ON position.
d) The low voltage plug & socket cannot be disconnected in any position except test/Isolation position.
e) The truck cannot be moved inside the panel when LT plug & socket is disconnected.
f) Earthing switch cannot be switched ON when the truck is inside the panel.
g) The truck cannot be inserted when the earthing switch is ON.

6.3 PROTECTIVE EARTHING:


The earthing connection between the truck and cubicle shall be with the help of sliding contacts. This
should be arranged in such a way so that the truck is already earthed in the isolated position when
inserted. The earthing contact is maintained when the truck is pushed further into the connected
position. When the track is being withdrawn, the earthing connection is not interrupted until the truck
is moved past the isolated position.

7.0 EARTHING TRUCK :


The Contractor shall provide one number earthing truck along with HT Panel without any extra charge
to the cleint.
8.0 ANNUNCIATORS:
Annunciators of facia type having translucent plastic window of 35mm x 50mm (minimum) size
engraved with appropriate function in block letters for each alarm point shall be provided on the control
cabinet when specified on enclosed Schedule of Quantities. Annunciators shall be suitable for operation
on the voltage specified and shall have a single alarm buzzer common to all points. Three push buttons
for audible alarm reset, trouble lamp reset and lamp test with appropriate designation plates shall be
provided common to all alarm points. Annunciators shall be suitable for operation with both normally
open and normally closed alarm contacts. Al necessary relays shall be supplied and mounted within the
cabinet by the contractor.
On receiving an alarm impulse, even if necessary, the appropriate alarm relay shall pick up the signal
energizing the corresponding visible and audible alarm units. It shall be possible for the operator to
reset the audible alarm even if the `alarm' (fault), condition persists. However, visible alarm shall not
reset unless the alarm condition has disappeared and operator presses the lamp reset, push button.
Annunciator shall provide sealed in lamp indication and audible alarm shall be ready to operate for any
new alarm condition immediately after the alarm is reset for a previous alarm condition. Annunciators
shall operate satisfactorily between 80% and 110% of rated supply voltage.
9.0 TESTS:
The circuit breakers, voltage transformers and current transformers shall be subjected to the routine
and type tests in accordance with the details specified in the relevant Indian Standards, as amended
from time to time. Only non-destructive type of tests shall be conducted on various
components/equipments and for all other tests, 'the test certificates' of tests carried out on similar
products shall be submitted by the contractor.

Contractor 142 Engineer-in-Charge


APPENDIX – A

TECHNICAL PARTICULARS OF SWITCHGEAR EQUIPMENT

1. Type : Indoor, cubicle type

2. System rated voltage : 11 KV

3. System maximum voltage : 12 KV

4. Frequency : 50 Hz.

5. Insulation Level

a) 1.2/50 microseconds Impulse


Withstand voltage : 75 KV peak

b) One minute power frequency


Withstand voltage : 28 KV rms

6. Rated Current

a) Continuous
Bus bar : 800 Amp.

Incoming Vacuum circuit breaker : 630 Amp.

Outgoing Vacuum circuit breaker : 630 Amp.

b) Short time current for 1 seconds : 18.4 KA rms

7. Vacuum Circuit Breaker:

a) Quantity

Incoming feeder : 1 No.

Outgoing feeder : 3 No.

b) Rated breaking capacity symmetrical : 350 MVA

c) Total breaking time : 3 Cycles (maximum)

d) Operating sequence :
e) Auxiliary voltage

Control circuit : 24 V DC

Space heater and illumination lamp,


etc. : 230 V, 1 Ph., 50 Hz.

Contractor 143 Engineer-in-Charge


8. Potential Transformers : ( At Incoming )

a) Quantity : One on each incoming panel

b) Voltage Ratio : 11 KV / 110 V

c) Over voltage factor : As per IS – 3156

d) Accuracy class : 1.0

e) Rated burden : 100 VA

9. Current Transformer :

Circuit Ratio Accuracy class Burden

Incoming –I&2

-- For relay 300/150/5A 5P10 15VA

-- For metering 300/150/5A 1.0 15VA

Outgoing – I,II,III

-- For relay 200/50/5A 5P10 15VA

-- For metering 200/50/5A1.0 15VA

Contractor 144 Engineer-in-Charge


SECTION- 4

11KV HT CABLE

1. H.T.CABLES:

1.0 General
o HT power cables shall be 3 core aluminium conductors XLPE steel tape armoured cable. Cables shall be
ISI marked. This shall be suitable for 11 KV unearthed system. The cable shall be provided with steel
armouring and tough outer PVC sheath.
o The HT cables shall be brought to site on drums which shall be duly marked with name of the
manufacturer and size of the cable.
o The contractor shall ensure that for the HT cables brought at site, the test certificate in original issued
by the factory before despatch of the cable indicating the tests carried out and their results shall be
produced to the Project Director. Without such certificate the cable shall not be accepted by the Project
Director.
o HT cables shall be laid in ducts/ trenches.
o The unit rate of HT cable quoted in BOQ shall be deemed to be inclusive of cost of laying both in ducts
as well as in trenches. The cost shall be also inclusive of provisioning and fixing of necessary clamps and
supports required for laying in ducts, excluding cost of excavation, sand cushion, laying of bricks and
back filling where laid in trenches. Cost of these items shall be measured and paid separately.
o HT cable shall be suitably terminated with the help of heat shrinkable termination kit at both ends.
o Unit rate of cable quoted in Schedule ‘A’ shall be deemed to be exclusive of cost of termination at both
ends, cable termination shall be measured and paid separately.
o The cable supplied and laid shall be paid on length basis. The exact cable run will be measured after
lying at site from terminal lug to terminal lug at the other end.

1.2 SPECIFICATION OF CABLES:

o These cables shall have individually screened cores and be manufactured and tested according to IS:
7098 (Part II) - 1973 ammended upto date & latest. The conductor for these cables shall be from
electrical purity Aluminium 3/4 H or H Temper. All conductors shall be compacted circular in shape.
The insulation shall be high quality cross linked Polythene - obtained by chemical cross linking of
polythene molecules. The armouring applied over the common covering shall be of flat steel wires.

o Each and every delivery length of the cable shall be subjected to routine tests as per IS:7098 (Part II)
1973 amended upto the date. The operating characteristics of these cables shall be as under.

o
i) Permissible maximum continuous operating temperature - 90o C

ii) Permissible short circuit temperature - 250o C

iii) Di electric constant (Er) at 50oHz, 30oC to 90oC - 2.4

iv) Loss factor at 50Hz,30o to 90oC -0.5X100X-3

Contractor 145 Engineer-in-Charge


v) Sp. Vol. resistivity at 20oC ->1014Ohm cm.

1.3 LAYING OF CABLES:


All cables shall be laid as per Pwd GENERAL SPECIFICATIONS FOR ELECTRICAL WORKS (PART-II
EXTERNAL) - 1994 with all up to date amendments.

1.4 TESTING THE CABLES:


All cables shall be tested as per Pwd GENERAL SPECIFICATIONS FOR ELECTRICAL WORKS (PART-II
EXTERNAL) - 1994 with all up to date amendments.

Contractor 146 Engineer-in-Charge


SECTION- 5

MAIN L.T. PANEL

1. The draw out type L.T. Panel shall be with copper bus bars, indoor type, free standing, floor mounting
type, extensible on either side.

2. SITE CONDITIONS:

Max. Peak room temperature in shade: 45.C.


Altitude - …… mtrs. above mean sea level.

3. STANDARDS:

The design, manufacture & testing of the various items are covered by the following standards:

IS 8623 – 1977 : Factory built assemblies.

IS 4237 - 1967 : General requirement for Switchgear and Control gear


for voltages not exceeding 1000V.

IS 2147 - 1962 : Degree of protection provided by enclosure for


low voltage switchgear and Control gear.

IS 3619 - 1966) : Phosphate treatment.


IS 6005 - 1970)

IS 5 - 1978 : Colour for ready mixed paints & enamels.

IS 5082 - 1969 : Wrought aluminium for electrical purpose.

BS - 162 : Clearance & creepage for bus systems.

IS 375 - 1963 : Marking arrangement for busbar/cable.

IS 5578 - 1970
IS 4237 - 1967 : Clearances & Creepages for Part I & II
devices.
IS 6875 : Push buttons & related control switches
including control contactors.
IS 9224 Part I &
Part II – 1973 : HRC Fuses.

IS 2516 Part I & II – 1979 : Alternating current circuit breakers (ACB).

II Sec. I – 1977 : Voltage not exceeding 1000V AC or 1200V

Contractor 147 Engineer-in-Charge


DC.
IS 3231 - 1965 : Protective relays.
IS 3156 - 1965 : Voltage transformers.
IS 2705 - 1981 : Current transformers.
IS 1248 - 1968 : Elect. indicating instruments.

4. SPECIFICATIONS:

Rated System : 440V. 50Hz. TPN.


Rated insulation level : 660V rms.
HV withstand level : 2.5 KV rms for power circuit.
(for 1 min). : 1.5KV rms for control circuit
Horizontal busbar : As indicated in B.O.Q.
rating. / Drawings.
Rated short time : Upto 50kA rms for 1 sec. 110kA rating of H.
Bus &peak (36MVA). V. Bus.
Protection of : IP43.
enclosure.

5. CONSTRUCTION:

The standard L.T. Panel shall contain a basic frame assembly reinforced with formed sheet steel profiles
and cross members. Sheet steel partitions shall be bolted to this frame to form the full structure. Basic
structure is made out of minimum 14 S.W.G (2 mm. thick) sheet steel. The load bearing members are
made out of 14 S.W.G. and non-load member items are out of 16 S.W.G. (1.6 mm.) sheet steel. All sheet
steel shall be cold rolled.

The pretreatment process shall involve de-greasing, rinsing, de-scaling, rinsing, de-rusting, rinsing,
phosphating, rinsing & passivation. After this, it shall be spray finished with a primer, oven dried and
spray painted with a finish paint, 2 coats wet on wet. Then it shall be baked in oven to achieve an
uniform, smooth and tough film. The standard shade offered shall be light grey shade 631 semi gloss as
per IS:5. The painting shall be with synthetic enamel stoving grade to a final overall dry film thickness of
40 microns. Stoving grade to a final overall dry film

The Panel design shall be of single front cubicle with horizontal bus bars mounted at top, extensible on
either side. The breaker, instruments and aux. equipments shall be accessible from front. The cable
terminations shall be accessible from the rear side.

Each section shall be divided into 3 compartments, enclosing either Air Circuit Breakers or On Load
Change over Switch fuse Units or Switch Fuse/Fuse Switch Units or Auxiliary equipments. Max. of 2 tier
ACB compartments shall be provided in one section.

A standard transportable shipping section shall contain max.three sections with length not exceeding 3
m and weight not exceeding 2.5 tones.

The standard draw out ACB shall be complete with the following features:

Contractor 148 Engineer-in-Charge


(a) Necessary circuit breaker carriage with 3 position (isolate, test, service) draw-out mechanism.

(b) Necessary isolating plugs and sockets.

(c) Necessary mechanism interlock and automatic safe shutters gear with arrangement for pad locking.

(d) Necessary independent manual spring mechanism with mechanical On/Off indication as well as
electrical On/Off indication.

(e) Necessary bus bars with bolted type neutral links.

(f) ACB shall be provided with microprocessor based releases having built in over load, short circuit & earth
fault protection. Microprocessor release shall be EMI(electro magnetic induction)/EMC(electro
magnetic compatible) certified.

(g) Necessary set of auxiliary switches.

(h) Necessary set of CTs with ratios as specified.

(i) Necessary identification, metering requirements as specified i/c. ON/OFF indication lamps, selector
switches, fuses, ammeter, voltmeter etc.

(j) In case of 4 pole breaker neutral shall be fully rated with adjustable settings from 50% to 100% of In.

(k) ACB terminals shall be suitable/suitably brought out for direct aluminum termination as per IS 13947
Part-II.

The sliding contacts shall be provided for control circuit.

When the ACB is in test position, the power circuit shall be disconnected and control circuits shall be
engaged through sliding contacts.

This test position shall permit a ready inspection of all the mechanism, interlocks, automatic devices
and electrical indicators.

Automatic safety shutters shall be provided for personal safety against accidental live contact to
terminal when the breaker is fully drawn out.

The incoming terminals of the breakers shall be connected to the busbar by suitable links. The outgoing
terminals shall be extended in the cable chamber for direct Bus Truncking/ cable connections. These
shall be identified by coloured PVC tape/paint, wherever required link extension to form bus duct entry
from top shall also be provided. Adequate shrouding and caution notice plate shall be provided to
prevent the accidental contact to live terminals.

The ACBs shall be mounted on the channel frame and shall be partitioned at the top by insulated barrier
on the either side by sheet metal barrier with necessary cutout for power linking for control wiring. The
control equipment, fuses, timers, contactors, etc., shall be laid out in standard fashion on a painted
base plate and fixed with screws to the frame at appropriate location.

Contractor 149 Engineer-in-Charge


Each ACB module compartment shall be provided with front access door made out of 14SWG (2 mm.)
sheet steel. All closing and opening operation of ACB (mechanically or electrically) of draw out ACB
upto test position shall be performed from the front without opening the door. The breaker can be left
in TEST position with the door fully closed.

Basic instrument such as ammeter, voltmeter with selector switch and lamps shall be provided on the
ACB module door itself. Meters such as KW, Hz, PF, if specified, may be provided in a separate moudle
for a single tier ACB or on the vertical bus door for a 2 tier ACB panel. KWh meters or KVA meter with or
without MDI and protective relays shall be located in the bottom most compartment or on the vertical
bus chambers. Meters/relays shall be identified with feeder identification name plates when they are
located away from feeder module.

Suitable inscription plates shall be provided to identify the feeders, function of the doors mounted
devices and caution plate shall be provided at appropriate locations.

Cubicle illuminating lamp, 240V, 5A, 3 pin plug and socket shall be provided with MCB for protection in
cable chamber a standard item in each compartment.

Suitable M.S. removable, undrilled gland plates shall be provided. For single core cables non magnetic
gland plates shall be provided.

All ACB shall be computer compatiable.

All cut out and covers shall be provided with Synthetic rubber gaskets.

The panel shall be divided into distinct vertical sections each comprising of:-

i) A completely enclosed bus bar compartment for running horizontal and vertical bus bars.

ii) Completely enclosed switch gear compartment, two for incomers and one for each outgoing circuit for
housing switch fuse units etc.

iii) A compartment alley for power and control cables for atleast 175 mm width covering entire height.
The front of each feeder shall be provided with separate hinged single leaf door with locking facilities.
Panel switchboard shall be mounted on 75 mm channel at the base with suitable fixing facility to the
floor.
Cable entry shall be from bottom/ top as required.

The panel shall be provided with 3 phase and neutral horizontal and vertical bus bars. The bus bars shall
be of uniform aluminium sections throughout the length of switchgear panel. The bus bars shall be
provided with heat shrinkable PVC sleeving/ PVC taping with R.Y.B. phase identification at regular
intervals. Neutral bus shall run parallel to horizontal and vertical bus bars. Neutral bus shall be half the
size of main bus bar and shall be adequately supported braced.
Minimum clearance in air, between phases, phase to neutral and to earth shall be as under:-

i) Phase to Phase 32 mm

Contractor 150 Engineer-in-Charge


ii) Phase to Neutral 32 mm
iii) Phase to Earth 32 mm
iv) Neutral to Earth 26 mm

Bus bar support insulators shall be made of non-hygroscopic non-combustible track resistant and high
strength type DMC or SMC material. Material such as hylam is not acceptable.

A galvanized steel earth bus shall be provided at the bottom of the panel throughout the length.

Electrical and Mechanical interlocking arrangement shall be provided in such a way that bus coupler
cannot be switched on when “BOTH” incomer are in “ON” position.

6. SAFETY INTERLOCKS
The following safety interlock shall be provided for each module:
i) When ACB is ON door cannot be opened - electrically or mechanically. (Defeat interlock to be
provided.)
ii) Padlocking in OFF position (locks to be provided.)
iii) Castell interlocks for feeder co-ordination as per B.O.Q./ Drawings.

7. AIR CIRUIT BREAKERS


The Air Circuit Breaker shall be draw out or non-draw out type as indicated in the Schedule of
Quantities.

The air circuit breakers shall comply with IS - 2516 - 1977.

The air circuit breakers shall have 100% certified rating when mounted in the panel. (All de-rating
factors shall be clearly indicated by the contractor in his offer).

The air circuit breakers shall be (as indicated in the schedule of quantities) either manually operated or
with motor operated store charged, spring closing mechanism in which case the motor shall be suitable
for 230V AC supply. The motorized mechanism shall charge a closing spring upon circuit connection.
This charged spring may be electrically or manually released effecting the closer of the breaker. The
closing spring shall automatically be recharged for the next closing command. An Operator shall also be
in position to manually charge the closing spring. The spring condition `Charged' or `Free' shall be
visible through the indicator.

The draw-out type ACBs shall have 3 distinct positions - Service/Test/Isolated.

Fault lock out/anti-pumping device shall be provided on each breaker so that it could not be re-closed
after tripping on fault without manual resetting being done.
The incoming and the outgoing breakers shall be provided either with static trip release intrigrally
mounted on the breakers/or other suitable relays. This release/relays should have the following
adjustments:
a) Over current pick-up.

b) Inverse tripping time at 6 times the current setting.

Contractor 151 Engineer-in-Charge


c) Short time delay pick-up at various current settings.

d) Short time delay - instantaneous.

e) Earth fault pick-up at various current settings.

f) Earth fault delay - instantaneous.

The incoming breaker shall also have an under-voltage release, the voltage of which shall be calibrated
for pick-up and drop off in accordance with IS 25/6 - 1977.

The breakers being used as bus couplers shall be without integral release.

The air circuit breaker being used as incomer shall have the following accessories, indications, meters,
provided on its housing;

i) 3 Nos. Phase indicating Lamps.


ii) 1 No. Multifunction meter for V,A, pf, f, KWAH, KVAH, KW etc. withRS 485 Port.
iii) 4 Nos. Indicating Lamps for the following;
a) Red for ACB ON.
b) Green for ACB OFF.
c) Orange for Auto Trip.
d) Blue for Spring Charged.
vi) Push buttons for the followings,
a) Green for ACB ON
b) Red for ACB OFF.
c) Yellow for trip alarm cancellation.
d) Amber for D.C. Trip alarm cancellation.
e) Blue for Non Trip alarm cancellation.
The air circuit breaker being used on out going feeder shall have the following accessories, indications,
and meters, provided on its housing;
i) 1 No. ammeter of suitable range and C.T.s as indicated on the drawing/s with selector switch.
ii) 4 Nos. Indicating Lamps for the following;
a) Red for ACB ON.
b) Green for ACB OFF.
c) Orange for Auto Trip.
d) Blue for Spring Charged.
iii) Push buttons for the followings,
a) Green for ACB ON
b) Red for ACB OFF.

Contractor 152 Engineer-in-Charge


c) Yellow for trip alarm cancellation.
d) Amber for D.C. Trip alarm cancellation.
e) Blue for Non Trip alarm cancellation.
iv) 3 Nos. Phase indicating Lamps.
The air circuit breaker being used as Bus Coupler shall have the following accessories, indications,
meters, provided on its housing;
i) 2 Nos. Indicating Lamps for the following;
a) Red for ACB ON.
b) Green for ACB OFF.
ii) Push buttons for the followings,
a) Green for ACB ON
b) Red for ACB OFF.

8. MOULDED CASE CIRCUIT BREAKERS (MCCB):


The normal Moulded case circuit breakers shall have all live parts totally enclosed in a moulded
insulated housing. It shall have a quick make and quick break mechanism. The mechanism shall be trip
free so that the contacts can not be held closed against a fault. The bi-metallic mechanism shall be
provided for inverse time current trip characteristic, to prevent interruption on normal inrush currents
or temporary overloads. The instantaneous release shall be provided to protect equipment against very
high current or short circuits. There shall be a common trip bar so that in case of fault on any of the
phases, all the three phases trip together.
The arcing shall be totally contained within the housing so that the possibility of any damage to any
adjacent equipment or personnel due to accidental mishandling is avoided. Individual arc chutes shall
be provided on each phase to draw the arc away from the contact tips, thus, quenching it rapidly.
The minimum breaking capacity of Moulded Case Circuit Breakers at 415 V AC and 0.3 PF shall be 50 KA
for MCCB.s of 250A and above rating and 35 KA for MCCB upto 200A rating. Each Moulded Case Circuit
Breakers shall have the following accessories;
a) Auxiliary switch.
b) Remote trip facility.
It shall also have the following indications and metering;
a) CT operated ammeter of suitable rating as indicated on the drawing/s complete with CT and selector
switch.
b) 1 Nos. indicating lamps for the followings
c) Red for MCCB ON
d) 3 Nos. phase indicating lamps

Contractor 153 Engineer-in-Charge


9.0 MINIATURE CIRCUIT BREAKERS (MCB)
9.1 The MCBs shall be of the completely moulded design suitable for operation at 240/415 Volts 50 Hz,
single phase/3-phase and neutral system. MCBs shall be quick make and break type conforming to
relevant standards. Housing shall be heat resistant and have a high impact strength. MCBs shall be flush
mounting type and shall be provided with trip free manual operating liver with ON/OFF indications

9.2 MCBs shall be provided with magnetic thermal releases for over current and short circuit protection.

9.3 MCBs shall have quick make and break non-welding self wiping silver alloy contacts rated for 10 kA
short circuit at 230/415 volts in accordance with IEC 60898 and IS : 8828 - 1996 as per the schedule &
the drawing both on the manual and automatic operation. The MCB shall confirm to Class 3 Energy
Limitation. Each pole on the breaker shall be provided with inverse time thermal over load and
instantaneous over current tripping elements, with trip-free mechanism. In case of multi-pole breakers,
the tripping must be on all the poles and operating handle shall be common.

9.4 Breakers must conform to IEC 60898 with facility for locking using padlock with hasp in OFF position.
Copper Pressure clamp terminals for stranded/solid conductor insertion are acceptable up to 10-sqmm
size and for higher ratings, the terminals shall be suitably shrouded.

9.5 MCB shall have a minimum life expectancy of 20,000 operations.

10. COMBINATION FUSE SWITCH UNITS and ON LOAD CHANGE OVER SWITCH FUSE UNITS
These Units should comply with IS: 4064 amended upto date. These should be suitable to accommodate
high rupturing capacity cartridge fuse-links complying with IS: 2208 amended upto date and having a
certified rupturing capacity of not less than 35KVA, at 440Volts.
10.1 CONSTRUCTION:
The unit housing shall be of robust construction designed to withstand the hardest conditions met in
industry. It should have double breaks per phase to ensure complete isolation of the fuse links when
the unit is in the `off' (isolation) position. The `on' and `off' positions of the handle shall be clearly
indicated and the action of the switch should be positive. The contacts of all units should be silver-
plated.
Interlocks must be provided to ensure that the enclosure cannot be opened until the switch is in the
`off' position. It should, however, be possible for a competent examiner to operate the switch with the
enclosure open by releasing a suitable interlock.
The switch should have an external earthing terminal to enable the enclosure to be earthed. The
arrangement and disposition of the parts in the unit should provide for straight through connections
thereby avoiding looping in of cables. The unit should be fitted with top and bottom detachable end
cover and provision should be made for fixing cable boxes to the flanges of the unit in place of end
covers.
The unit should be capable of breaking the stalled current of the largest induction motor with which it is
likely to be associated. If necessary, the contractor should be prepared to produce type test certificates
set out in the appropriate Indian standards with which the unit complies.

Contractor 154 Engineer-in-Charge


11. BUSBAR SYSTEM:
11.1 HORIZONTAL BUSBAR:The horizontal bus bars shall be located at the top/ bottom/ center busbar
compartment. The bus bars shall be of electrical grade, high conductivity, copper sections of
required ratings.
11.2 VERTICAL BUSBAR:The vertical busbar shall also be made from high conductivity electrical
grade copper sections, the rating and size shall depend upon the total rating of all feeders in the
column considering the diversity factors O.9.
All the bus bars shall be provided with black heat shrinkable sleeving with R.Y.B phase identification at
regular intervals.
11.3 NEUTRAL BUS:It shall run parallel to horizontal and vertical bus bars. Standard neutral busbar size is
half the size of main busbar.
11.4 CONTROL BUSBAR:Control bus of 60A and 415V, if required, shall be provided at top in the front
portion. These shall be supported with insulator at required interval.
11.5 EARTH BUS:50 x 6.3 mm. copper earth bus shall be provided in the bottom most compartment
along the entire length of the main panel board and 25x4 mm for other panel boards for connection
to project earth at either end.
11.6 BUS JOINTS:
Joining between busbars shall be by using rigid or flexible buslinks.
11.7 BUS BAR SUPPORTS:
Both horizontal and vertical busbars shall be supported at uniform intervals on high impact, anti-
tracking, non-hygroscopic, arc resistant, flame retardant, self extinguishing GRP (Glass reinforced
plastics), insulators. These insulators shall be type tested for short circuit withstand capacity.
11.8 MODULES:
11.8.1 INCOMER:
ACB in single tier or in 2 tier shall be provided as incomer from transformer. Bus Bar entry from top shall
be provided for each incomer breaker.
11.8.2 OUTGOING FEEDERS:
The outgoing feeders shall be as indicated in B.O.Q. / Drawing. Irrespective of the panel depths, the
panels shall be coupled front flush. Each outgoing feeder shall have the provision for Cable/bus duct
connection from the bottom/top.
12. CONTROL WIRING:
All control wiring shall be done as a standard, using 1.5 sq.mm. multistrand PVC insulated copper wires.
These shall be black in colour for AC and grey in colour for DC. The C.T. connections shall be done
using 2.5 sq.mm. Multistrand PVC insulated copper wires of red colour.
The outgoing control wires shall be terminated from the equipment terminals to control terminal block
in cable chamber. Whenever required PVC channels shall be used for wire routing. On either ends of
these wires self locking yellow ferrules with black letters shall be provided. Multistrand wire
termination shall be provided with crimping type lugs.

Contractor 155 Engineer-in-Charge


13. INTER-MODULE WIRING:
The control wiring between modules located in the same vertical section shall be connected at the
respective terminal blocks/terminals. These shall be routed through the cable duct in PVC wire
channels.
Inter connections between adjacent cubicle in the same shipping sections shall be done in a similar
way.
14. CURRENT TRANSORMERS:
Current transformer meant for metering & protection shall be mounted on the bus links either on the
incoming side or outgoing side as the case may be. They shall be wired and terminated suitably for
external connection.
15. FUSES
All fuses shall be of the HRC cartridge type, conforming to IS: 2208 mounted on plug-in type of fuse
bases having a prospective current rating of not less than 50 KA. Fuses shall be provided with visible
operation indicators to show that they have operated. Insulated fuse pulling handle shall be supplied
with each control panel.
16. INDICATING INSTRUMENTS & METERS
Electrical indicating instruments shall be flush mounted digital type having min. 96 mm square dial.
17. CONTROL AND SELECTOR SWITCHES
Control and instrument switches shall be of the rotary type and shall be provided with properly
designated plate. Control switches shall have momentary contacts spring return to centre with pistol
grip handle. Instrument and selector switches shall have stay put contacts.
18. PUSH BUTTONS
All push buttons shall be of push to actuate type having 2 `NO' and 2 `NC' self reset contacts. They shall
be provided with designation plates, engraved with their functions. push button contacts shall be rated
for 10 amps at 415V A.C. and 0.6 Amp. inductive breaking at 220V D.C.
19. INDICATING LAMPS
Indicating lamps shall be of the filament type having double contact bayanet caps and low watt
consumption. Lamps shall preferably be provided with series resistors to prevent short circuiting of
control supply of filament fusing. Colour of lens shall be as per enclosed drawing/data sheet. Lamp grip
shall be supplied alongwith the panel so that replacement of the bulb can easily be done from the front
of the panel.
CAPACITOR CONTROL PANEL BOARD

(a) The capacitor control panel shall be integrated with LT Panel sheet steel clad vermin proof inside the
unitized Sub-Station. This shall be complete with incomer, TPN bus bar chamber with aluminium bus
strips PVC sleeved, switchgear, capacitors, all instruments, power factor relays and other accessories as
described in Schedule ‘A’.

(b) Power Factor Relay:- Power factor relay shall be complete with all accessories for sensing of power
factor of the system and initiating correcting action (for switching in or cutting out of required number

Contractor 156 Engineer-in-Charge


of capacitors) including step controller reversing mechanism, time delay and no volt relays, power factor
meter etc.

(c) Auto/ Manual Selectors Switch:- One auto/ manual selector switch shall be provided for automatic or
manual operation of capacitors.

(d) Capacitor Bank:- Power factor correction capacitors shall be suitable for three phase, 415 volt, 50 Hz
frequency system for indoor use at ambient temperature of 50oC. The capacitors shall be complete with
metallic, zinc coated steel enclosures with mounting frame and cable termination enclosures. Every
element of each capacitors unit shall be provided with its own built in silvered fuse. The capacitors shall
have suitable discharge device to reduce the residual voltage from crest value of the rated voltage to 50
V or less within one minute after capacitors is disconnected from the source of supply. The loss factor of
capacitors shall not exceed 0.005 for capacitors with synthetic impregnates, the capacitors shall
withstand voltage of 2500 V AC (power frequency test voltage) for one minute. The insulation resistance
between capacitors terminals and containers when test voltage of 500 V DC is applied shall not be less
than 50 megaohms. The manufacturer test certificate for capacitors shall be submitted with the panel.

20. DRAWINGS
The contractor shall provide the following drawings for approval to Architect/Consultant before
commencement of supply/ fabrication.
(i) General layout-Plan, section, elevations
(ii) Foundation
(iii) Wiring-Power & Control

Contractor 157 Engineer-in-Charge


SECTION – 6
LT CABLES:-
1. General

o LT power cables shall be of 1100 volts grade XLPE insulated PVC sheathed steel armoured cable (XLPE)
conforming to IS-1554. The size of the cables shall be as given in Schedule ‘A’.

o The cables shall be brought to site on drums which shall be duly marked with the name of the
manufacturer and the size of the cable.

o Contractor shall ensure that all tests as required as per IS are carried out for cables of each drum
separately, before they are dispatched from the factory. The original copy of the tests certificate which
shall be complete with all test results, duly signed and stamped by the factory authorities, shall be
handed over to the Project Director for verification and record when the material is received at site. The
cables shall not be accepted without receipt of test certificate from the factory in original.

o The LT cable shall be laid in trenches and through pipes where there are road crossings or paved
surfaces.

o Contractor shall mark the cable routes on the ground, get them approved from the Architect/ Project
Director, before cable trenches are dug and RCC pipes under the roads and pavements are laid.
Simultaneously contractor shall get the width and depth of each section of cable trench approved by
the Project Director/ Architect. The width shall be based on the number of cables to be laid in each
trench and sand cushioning.

o The unit rate of LT cable quoted in BOQ shall be deemed to be exclusive of excavation of trenches,
provisioning of sand cushioning, protection bricks, tray, cable termination etc. and laying of RCC pipes.
These shall be measured and paid separately.

o The cables shall be laid on cable trays fixed in the cable trenches.

o For cable laid in ground, cable markers of design and size as approved by BSES are to be provided on the
cable route, at every bend and at 25 metre of straight section. Provisioning and fixing of cable markers
shall be measured and paid separately under specified item of BOQ.

o Cable supplied and laid shall be paid on length basis. The exact cable run will be measured after laying
at site from terminal lug to terminal lug at the other end.

o Cable pulling shall be carried out in approved manner by using rollers, corner rollers and hydraulic jacks
for lifting of cable drums.

o At no location the cable bend shall exceed the limits specified in the IS for various sizes and sections.
o Irrespective of the test certificate issued by the factory, all cables shall be Megger tested before laying
after laying & before back filling of trenches. Record of these tests for each length of cable shall be
signed by the contractor, Architect and Project Director and kept by the Project Director.

Contractor 158 Engineer-in-Charge


2. SPECIFICATION:
2.1 MEDIUM AND LOW PRESSURE:
Cables should be steel armoured XLPE insulated PVC sheathed with fire retardant compound Aluminium
conductor conforming to the quality as specified in the schedule of work. All cables, accessories and
other materials should conform to I S Specification. The jointing work should be carried out by a
competent authorised cable jointer.
2.2 LAYING OF CABLES:
All cables shall be laid as per PWD GENERAL SPECIFICATIONS FOR ELECTRICAL WORKS (PART-II
EXTERNAL) - 1994 with all upto date amendments.
2.3 TESTING THE CABLES:
All cables shall be tested as per M.C.G. GENERAL SPECIFICATIONS FOR ELECTRICAL WORKS (PART-II
EXTERNAL) - 1994 with all upto date amendments.
3. CABLE TERMINATION
3.1 Cost of all necessary cable terminating accessories such as glands, supporting clamps/ lugs/ hardware
etc. shall be deemed to be included in the unit rate under item of BOQ.

3.2 The conductor end shall be crimped with hydraulic crimping machine. The method shall be approved by
BSES as per their practice.

3.3 Spliced end of the cable conductor should be immediately crimped with lugs. Bare conductor should not
be left open to the atmosphere.

3.4 All the strands of a conductor must be fitted in the lugs and no cutting of strands will be allowed under
any circumstances.

3.5 Appropriate size of holes shall be drilled on the cable gland plate so that the gland after tightening is
firmly secured with the gland plate. Cost of glands shall be deemed to be included in the quoted rates of
cable termination.

3.6 Lugs of proper size should be selected to match the bus bar holes or terminal holes with holes of lug/
thimbles. Cost of studs/ lugs/ thimbles shall be deemed to be included in the quoted rates of the
termination of cables.

3.7 Cable straight joint: No cable joint shall be permitted in any portion. However, if the particular length
required for any particular section is more than the permissible length on a single drum by the factory,
only then straight joints shall be permitted. Contractors shall arrange the maximum length as permitted
on the cable drums from the factory, so that, only minimum number of joints, which are essential, are
permitted. The method of jointing shall be suitable for the type of cable being laid; jointing kit shall be
of joint boxes, connectors, insulation tape crimping tools, etc. The core crossing is not allowed at
straight joints. Position phasing shall be carried out before the cable is cut. The method of jointing and
location shall be as approved by Electricity authority.

3.8 The cost of making the joint including all material and equipment required shall be deemed to be
included in the unit rates of cable quoted in schedule ‘A’. The length of the joint shall also be measured
on linear basis as if cable is laid.

Contractor 159 Engineer-in-Charge


SECTION – 7
SANDWICH BUS BAR TRUNKING
1. SCOPE
This section covers the technical requirements of Design, manufacture, test at works, supply of 433V, LT
Bus bar trunking.

2. STANDARDS
The equipment covered by this specification shall unless otherwise stated, be designed, constructed
and tested in accordance with the latest revisions of relevant International standards 439 – 2 ( 2000 ).
IEC 529 : Degree of Protection provided by enclosures

IEC 439-2 (Part – II) : Particular requirements for Bus trunking systems.

IEC 947 (Part III) : Specification for Low voltage Switchgear and Control
gear.

3. GENERAL
o Bus bar trunking system shall have nominal current rating as specified in the BOQ, and shall be used for
the Sub Distribution of Electrical energy.
o Bus bar trunking shall have provision for plugging of tap off boxes into the live busbar and designed for
feeding to industrial machines and equipment supply.
o This system shall be installed at building truss level and fixed to the lower beams of the roof structure or
as directed by the Architect/Consultant/PM.
o The supply of support materials like clamps, steel channel etc., shall also be included in the scope of the
contractor and nothing extra shall be paid for the same.
o Bus bar trunking enclosure shall be dust and vermin proof, rectangular in cross section and shall be
fabricated out of 1.5 mm thick GI . It shall be rigid and robust in construction and shall be treated to
prevent any possibility of corrosion. Joints in the enclosure shall be bolted and shall be provided with
neoprene gaskets. All retaining catches, screws, bolts and nuts etc.
4. Bus bar trunking shall be manufactured in standard lengths of 3.0 Mts. The Bus Ducts being used for
indoor use for power distribution shall be with arrangements for 2 TO 3 tap off in 3 meter length. The
out-door bus trunking shall not have any openings at all except for ventilation.

5. BUSBAR SYSTEM
o The busbar systems shall be produced and tested as “type-tested Switchgear combinations” (TCS), and
shall be equipped with fully covered connectors having at least four poles for plug-in tap off boxes.
o The bus bars shall be Sandwich type and made up of high conductivity Copper / Aluminium. The bus
bars shall have a continuous current rating as mentioned in Particular Specification and shall have fault
withstand capacity of 50KA to 150 kA for 1 Sec depending on the current rating of bus bar.
o The busbar surface shall be tinned, with the contact. The individual conductors shall have a high quality,
heat-resistant insulation rated for conductor
o In their functional position, they shall be horizontally pluggable, on edge or flat, and in each position
they shall be operatable at continuous nominal current and at an ambient temperature of 40° C the
type of protection shall be IP 42 which can be raised upto IP-55 with accessories.
o The conductor should be in sequence of RY BN or NRYB. The cross section of neutral conductor should
be same us phase conductor.

Contractor 160 Engineer-in-Charge


4.1 Feeding System

All busbar systems shall be equipped with a central, or end feeder cabinet with suitably rated MCCB.

Necessary extension chambers for easy terminations of incoming cable shall also be provided.

4.2 Expansion Joints:-

The bus bar systems shall be equipped with standard expansion joints or with expansion bolts in each
unit length to compensate thermal elongation of the bus bars.

As far as local conditions permit, the longest busbar unit lengths shall be used to minimize electrical
losses at the butt or botled connections of the bus bars.

The busbar junction points shall be marked with plastic phenolic or aluminium labels.

4.3 Tap-Off Points


Tap of points shall be provided in-door bus ducts at every 1000mm intervals, to make connections to
the live bus bars safely. These points shall be provided with safety shutters to prevent inadvertent
touching of bus bars when no tap off box is fitted and to ensure that no foreign matter enters busbar
chamber.

4.4 Accessories
All suspension fixings shall be fully tested and approved exclusively as suitable for the installation with
particular regard to ambient temperature, environment and loading.

The bus system shall be assembled from standard approved components completed at the factory and
suitable for the application. Fully certified fireproof bulkheads shall be incorporated within horizontal
and vertical section direction changes and where the system penetrates fire rated sections of the
building.

6. EARTHING
Bus bar trunking enclosure shall be earthed by a continuous copper earth bar of 25 x 4 mm or 50 x 6
mm size as indicated in BOQ, running on the both the sides of the enclosure throughout the entire
length of the Bus bar trunking.

Earth connection shall be brought to the end feed box to from connection to the 4 core incoming cable.

7. TESTS
Bus bar trunking shall be completely assembled, adjusted and tested for operation under stimulated
conditions to ensure proper functioning of all equipments.

6.1 TYPE TESTS

The Bidder shall furnish two(2) sets of type test certificates for all the tests conducted on similar
equipment.

1. Short time current test.


2. Temperature Rise Test

6.2 Drawings and Documents


The following drawings and documents shall be furnished in six (6) copies within (1) one week of
receipt of order.
General arrangement drawing of the bus bar trunking showing,

Contractor 161 Engineer-in-Charge


1. Overall Dimensions for Different rating.
2. Terminal locations.
3. Total weight / meter.
4. Sectional views.
5. Fixing details.
6. Sectional view of Tap Off Box.
a. Single Line Diagram.
b. Technical details for Fuse switches.
c. Manufacturing schedule and test schedule.
d. Calculation for busbar sizing.
e. O & M Manual.

8. TECHNICAL PARTICULARS

S. No. Description Details


(i). Service Indoor As per BOQ
(ii). Normal System Voltage 415V
(iii). Rated Continuous Current As per BOQ.
(iv). Frequency 50 Hz
(v). System Earthing Earthed
(vi). No of Phases 3φ 4 Wire
(vii). Bus bar
a. Material Aluminium As per BOQ
(viii). Enclosure
a. Material GI
b. Thickness 1.5 (mm)
c. Degree of Protection IP 42 for indoor/ IP 55 for out door with canopy.
(ix). BUS Insulator
a. Material FRP/ PROPLENE SLEEVING ON
CONDUCTORS
‘B’ CLASS INSULATION
MYLER TAPE, GLASS
RE-ENFORCED POLYESTER AT JOINTS

Earth Bus(Copper) 25 x 4 or 50 x 6 mm as specified.

Reference Standard IEC: 439-2 (Part

Contractor 162 Engineer-in-Charge


SECTION – 8
AUTOMATIC TRANSFER SWITCH
2600A Automatic Transfer
1.01 Scope
A. Furnish and install automatic transfer switches (ATS) with number of poles, amperage, voltage,
withstand and close-on ratings as shown on the plans. Each automatic transfer shall consist of an
inherently double throw power transfer switch mechanism and a microprocessor controller to provide
automatic operation. All transfer switches and controllers shall be the products of the same
manufacturer.

1.02 Codes and Standards

The automatic transfer switches and controls shall conform to the requirements of all the below
mentioned standards. 3rd party test certificates from independent laboratory MUST be produced on
demand.

A. UL 1008 - Standard for Transfer Switch Equipment

B. Low-voltage Switchgear and Controlgear; Multifunction equipment; Automatic Transfer Switching


Equipment-AC 33A utilization category for Mix Load Application.

C. NFPA 70 - National Electrical Code

D. NFPA 99 - Essential Electrical Systems for Health Care Facilities

E. NFPA 110 - Emergency and Standby Power Systems

F. IEEE Standard 446 - IEEE Recommended Practice for Emergency and Standby Power Systems for
Commercial and Industrial Applications

G. NEMA Standard ICS10-1993 (formerly ICS2-447) - AC Automatic Transfer Switches

H. UL 508 Industrial Control Equipment

1.03 Acceptable Manufacturers

The manufacturer should have a minimum of 5 years installed base in India and must comply fully with
the tender specs.

PART 2 PRODUCTS

2.01 Mechanically Held Transfer Switch

A. The transfer switch shall be electrically operated and mechanically held. The electrical operator shall be
a momentarily energized, single-solenoid mechanism. Main operators which include over current
disconnect devices, linear motors or gears shall not be acceptable. The switch shall be mechanically
interlocked to ensure only two possible positions, normal or emergency.

B. All transfer switch sizes shall use only one type of main operator for ease of maintenance and
commonality of parts.

Contractor 163 Engineer-in-Charge


C. The switch shall be positively locked and unaffected by momentary outages, so that contact pressure is
maintained at a constant value and contact temperature rise is minimized for maximum reliability and
operating life.

D. All main contacts shall be silver composition. Switches rated 600 amperes and above shall have
segmented, blow-on construction for high withstand and close-on capability and be protected by
separate arcing contacts.

E. Inspection of all contacts shall be possible from the front of the switch without disassembly of operating
linkages and without disconnection of power conductors. Switches rated 600 amps and higher shall
have front removable and replaceable contacts. All stationary and moveable contacts shall be
replaceable without removing power conductors and/or bus bars.

F. Designs utilizing components of molded-case circuit breakers, contactors, or parts thereof, which are
not intended for continuous duty, repetitive switching or transfer between two active power sources,
are not acceptable.

G. Where neutral conductors must be switched as shown on the plans, the ATS shall be provided with fully
rated complete overlapping neutral transfer contacts. The neutrals of the normal and emergency
power sources shall be connected together only during the transfer and retransfer operation and
remain connected together until power source contacts close on the source to which the transfer is
being made. The overlapping neutral contacts shall not overlap for a period greater than 100
milliseconds. Neutral switching contacts which do not overlap are not acceptable.

H. Where neutral conductors are to be solidly connected as shown on the plans, a neutral conductor plate
with fully rated AL-CU pressure connectors shall be provided.

2.02 Microprocessor Controller


A. The controller's sensing and logic shall be provided by a single built-in microprocessor for maximum
reliability, minimum maintenance, and the ability to communicate serially through an optional serial
communication module.

B. A single controller shall provide twelve selectable nominal voltages for maximum application flexibility
and minimal spare part requirements. Voltage sensing shall be true RMS type and shall be accurate to ±
1% of nominal voltage. Frequency sensing shall be accurate to ± 0.2%. The panel shall be capable of
operating over a temperature range of -20 to +60 degrees C and storage from -55 to +85 degrees C.

C. The controller shall be connected to the transfer switch by an interconnecting wiring harness. The
harness shall include a keyed disconnect plug to enable the controller to be disconnected from the
transfer switch for routine maintenance. Sensing and control logic shall be provided on multi-layer
printed circuit boards. Interfacing relays shall be industrial grade plug-in type with dust covers. The
panel shall be enclosed with a protective cover and be mounted separately from the transfer switch unit
for safety and ease of maintenance. The protective cover shall include a built-in pocket for storage of
the operator’s manuals.

D. All customer connections shall be wired to a common terminal block to simplify field-wiring
connections.

E. The controller shall meet or exceed the requirements for Electromagnetic Compatibility (EMC) as
follows tested by 3rd party at an independent laboratory:

Contractor 164 Engineer-in-Charge


1. EN 55011:1991 Emission standard - Group 1, Class A

2. EN 50082-2:1995 Generic immunity standard, from which:

EN 61000-4-2:1995 Electrostatic discharge (ESD) immunity

ENV 50140:1993 Radiated Electro-Magnetic field immunity

EN 61000-4-4:1995 Electrical fast transient (EFT) immunity

EN 61000-4-5:1995 Surge transient immunity

EN 61000-4-6:1996 Conducted Radio-Frequency field immunity

3. IEEE472 (ANSI C37.90A) Ring Wave Test.

PART 3 OPERATION
3.01 Controller Display and Keypad

A. A four line, 20 character LCD display and keypad shall be an integral part of the controller for viewing all
available data and setting desired operational parameters. Operational parameters shall also be
available for viewing and limited control through the serial communications input port. The following
parameters shall only be adjustable via DIP switches on the controlller:

1. Nominal line voltage and frequency

2. Single or three phase sensing

3. Operating parameter protection

4. Transfer operating mode configuration


(Open transition, Closed transition, or Delayed transition)All instructions and controller settings shall be
easily accessible, readable and accomplished without the use of codes, calculations, or instruction
manuals.

3.02 Voltage, Frequency and Phase Rotation Sensing

A. Voltage and frequency on both the normal and emergency sources (as noted below) shall be
continuously monitored, with the following pickup, dropout, and trip setting capabilities (values shown
as % of nominal unless otherwise specified):

Parameter Sources Dropout / Trip Pickup / Reset

Undervoltage N&E,3φ 70 to 98% 85 to 100%

Overvoltage N&E,3φ 102 to 115% 2% below trip

Underfrequency N&E 85 to 98% 90 to 100%

Overfrequency N&E 102 to 110% 2% below trip

Voltage unbalance N&E 5 to 20% 1% below dropout

Contractor 165 Engineer-in-Charge


B. Repetitive accuracy of all settings shall be within ± 0.5% over an operating temperature range of -20°C
to 60°C.

C. Voltage and frequency settings shall be field adjustable in 1% increments either locally with the display
and keypad or remotely via serial communications port access.

D. The controller shall be capable (when activated by the keypad or through the serial port) of sensing the
phase rotation of both the normal and emergency sources. The source shall be considered
unacceptable if the phase rotation is not the preferred rotation selected (ABC or CBA).

E. Source status screens shall be provided for both normal & emergency to pro-vide digital readout of
voltage on all 3 phases, frequency, and phase rotation.

3.03 Time Delays


A. An adjustable time delay of 0 to 6 seconds shall be provided to override momentary normal source
outages and delay all transfer and engine starting signals. Capability shall be provided to extend this
time delay to 60 minutes by providing an external 24 VDC power supply.

B. A time delay shall be provided on transfer to emergency, adjustable from 0 to 60 minutes, for controlled
timing of transfer of loads to emergency.

C. Two time delay modes (which are independently adjustable) shall be provided on re-transfer to normal.
One time delay shall be for actual normal power failures and the other for the test mode function. The
time delays shall be adjustable from 0 to 60 minutes. Time delay shall be automatically bypassed if the
emergency source fails and the normal source is acceptable.

D. A time delay shall be provided on shut down of engine generator for cool down, adjustable from 0 to 60
minutes.

E. A time delay activated output signal shall also be provided to drive an external relay(s) for selective load
disconnect control. The controller shall have the ability to activate an adjustable 0 to 5 minute time
delay in any of the following modes:

1. Prior to transfer only.

2. Prior to and after transfer.

3. Normal to emergency only.

4. Emergency to normal only.

5. Normal to emergency and emergency to normal.

6. All transfer conditions or only when both sources are available.

F. The controller shall also include the following built-in time delays for optional Closed Transition and
Delayed Transition operation:

1. 1 to 5 minute time delay on failure to synchronize normal and emergency


sources prior to closed transition transfer.

2. 0.1 to 9.99 secondtime delay on an extended parallel condition of both


power sources during closed transition operation.

Contractor 166 Engineer-in-Charge


3. 0 to 5 minute time delay for the load disconnects position for delayed
transition operation.

G. All time delays shall be adjustable in 1 second increments, except the extended parallel time, which
shall be adjustable in .01 second increments.

H. All time delays shall be adjustable by using the LCD display and keypad or with a remote device
connected to the serial communications port.

3.04 Additional Features

A. A three position momentary-type test switch shall be provided for the test / automatic / resetmodes.
The test position will simulate a normal source failure. The reset position shall bypass the time delays
on either transfer to emergency or retransfer to normal.

B. A SPDT contact, rated 5 amps at 30 VDC, shall be provided for a low-voltage engine start signal. The
start signal shall prevent dry cranking of the engine by requiring the generator set to reach proper
output, and run for the duration of the cool down setting, regardless of whether the normal source
restores before the load is transferred.

C. Auxiliary contacts, rated 10 amps, 250 VAC shall be provided consisting of one contact, closedwhen the
ATS is connected to the normal source and one contact closed, when the ATS is connected to the
emergency source.

D. LED indicating lights (16 mm industrial grade, type 12) shall be provided; one to indicate when the ATS is
connected to the normal source (green) and one to indicate when the ATS is connected to the
emergency source (red).

E. LED indicating lights (16 mm industrial grade, type 12) shall be provided and energized by controller
outputs. The lights shall provide true source availability of the normal and emergency sources, as
determined by the voltage sensing trip and reset settings for each source.

The following features shall be built-in to the controller, but capable of being activated through
keypad programming or the serial port only when required by the user:

F. Provide the ability to select “commit/no commit to transfer” to determine whether the load should be
transferred to the emergency generator if the normal source restores before the generator is ready to
accept the load.

G. Terminals shall be provided for a remote contact which opens to signal the ATS to transfer to
emergency and for remote contacts which open to inhibit transfer to emergency and/or retransfer to
normal. Both of these inhibit signals can be activated through the keypad or serial port.

H. An Inphase monitor shall be provided in the controller. The monitor shall control transfer so that motor
load inrush currents do not exceed normal starting currents, and shall not require external control of
power sources. The inphase monitor shall be specifically designed for and be the product of the ATS
manufacturer.

I. The controller shall be capable of accepting a normally open contact that will allow the transfer switch
to function in a non-automatic mode using an external control device.

Contractor 167 Engineer-in-Charge


J. Engine Exerciser - The controller shall provide an internal engine exerciser. The engine exerciser shall
allow the user to program up to seven different exercise routines. For each routine, the user shall be
able to:

1. Enable or disable the routine.

2. Enable or disable transfer of the load during routine.

3. Set the start time, .

- time of day

- day of week

- week of month (1st, 2nd, 3rd, 4th, alternate or every)

4. Set the duration of the run.

At the end of the specified duration the switch shall transfer the load back to normal and run the
generator for the specified cool down period. A 10-year life battery that supplies power to the real time
clock in the event of a power loss will maintain all time and date information.
K. System Status - The controller LCD display shall include a “System Status” screen which shall be readily
accessible from any point in the menu by depressing the “ESC” key a maximum of two times. This
screen shall display a clear description of the active operating sequence and switch position. For
example,
Normal Failed

Load on Normal

TD Normal to Emerg

2min15s

Controllers that require multiple screens to determine system status or display “coded” system status
messages, which must be explained by references in the operator’s manual, are not permissible.

L. Self Diagnostics - The controller shall contain a diagnostic screen for the purpose of detecting system
errors. This screen shall provide information on the status input signals to the controller which may be
preventing load transfer commands from being completed.

M. Communications Interface – The controller shall be capable of interfacing, through an optional serial
communication module, with a network of transfer switches, locally (up to 4000 ft.) or remotely
through modem serial communications. Standard software specific for transfer switch applications shall
be available by the transfer switch manufacturer. This software shall allow for the monitoring, control
and setup of parameters.

N. Data Logging – The controller shall have the ability to log data and to maintainthe last 99 events, even
in the event of total power loss. The following events shall be time and date stamped and maintained in
a non-volatile memory:

1. Event Logging

• Data and time and reason for transfer normal to emergency.

Contractor 168 Engineer-in-Charge


• Data and time and reason for transfer emergency to normal.
• Data and time and reason for engine start.
• Data and time engine stopped.
• Data and time emergency source available.
• Data and time emergency source not available.

2. Statistical Data

• Total number of transfers.


• Total number of transfers due to source failure.
• Total number of days controller is energized.
• Total number of hours both normal and emergency sources are
available.

O. Communications Module - A full duplex RS485 interface shall be installed in the ATS controller to
enable serial communications. The serial communications shall be capable of a direct connect or multi-
drop configured network. This module shall allow for the seamless integration of existing or new
communication transfer devices.
P. External DC Power Supply – An optional provision shall be available to connect an external 24 VDC
power supply to allow the LCD and the door mounted control indicators to remain functional when both
power sources are dead.

PART 4 ADDITIONAL REQUIREMENTS

4.01 Withstand and Closing Ratings

A. The ATS shall be rated to close on and withstand the available RMS symmetrical short circuit current at
the ATS terminals with the type of overcurrent protection shown on the plans.

B. The ATS shall be UL listed in accordance with UL 1008 and be labeled in accordance with that standard's
1½ and 3 cycle, long-time ratings. ATSs which are not tested and labeled with 1½ and 3 cycle (any
breaker) ratings and have series, or specific breaker ratings only, are not acceptable. The ATS upto 600A
should be tested for any breaker rating. The ATS from 800A to 4000A should have short time WCR as
follows:

800A to 1200A…...36KA for 18 cycles


1600A to 3200A….42KA for 18 cycles
4000A……………..65 KA for 30 cycles.
4.02 Tests and Certification
A. The complete ATS shall be factory tested to ensure proper operation of the individual components and
correct overall sequence of operation and to ensure that the operating transfer time, voltage, frequency
and time delay settings are in compliance with the specification requirements.

B. Upon request, the manufacturer shall provide a notarized letter certifying compliance with all of the
requirements of this specification including compliance with the above codes and standards, and
withstand and closing ratings. The certification shall identify, by serial number(s), the equipment
involved. No exceptions to the specifications, other than those stipulated at the time of the submittal,
shall be included in the certification.

Contractor 169 Engineer-in-Charge


C. The ATS manufacturer shall be certified to ISO 9001 International Quality Standard and the
manufacturer shall have third party certification verifying quality assurance in design/development,
production, and installation and servicing in accordance with ISO 9001.

4.03 Service Representation


A. The ATS manufacturer shall maintain a national service organization of company-employed personnel
located throughout the contiguous United States. The service center's personnel must be factory
trained and must be on call 24 hours a day, 365 days a year.

B. The manufacturer shall maintain records of each switch, by serial number, for a minimum of 20 years.

5 Automatic Transfer Switch upto 800A


5.1 Scope
In order to ensure the long-time continuous power supplying for the critical loads, ATS shall be
provided. The critical parameters and technical features requirements of the ATSs are listed as below.

5.2 Codes and Standards


The automatic transfer switches and accessories shall conform to the requirements of:

a) Technical details of Automatic Transfer Switch


1. The ATS must comply with the IEC 60947-6-1 standard, and pass strict tests in a third party test lab.
2. A valid type test report should be made available to prove that ATS complies with the latest IEC 60947-
6-1 standard.
3. The ATS must comply to minimum AC33B utilization category without derating of operational current
(Ie).
4. The mechanism should have reliable electrical and mechanical interlock, which can prevent two sources
from connecting simultaneously.
5. The main contacts can operate at stable two operation positions or three operation positions. When
operating at three operation positions mode, two sources can be isolated in the center-off position. An
isolating position lock is required to ensure safe maintenance when operating at center-off mode.
6. The automatic transfer switch need to be having self-acting controller connected to ATS switch that
performs voltage sensing , Frequency sensing , Power loss , Phase loss ,under voltage , over voltage ,
over frequency , under frequency Transfer.
7. Operating voltage range (AC) need to be from 0.7% to 1.15 % of nominal voltage.
8. Mechanical operational life need to be at least 10,000 cycles.
9. Need to comply to standards for harmonic current Emission.
10. Making and breaking capacity need to be 10 times of rated operational current.

b) Controller
Different Optional Modes (Source I priority /No Source priority) Controller Display Having Indicator -
programming the features and settings, Switch position indicator lights, Source acceptability indicator
lights on the front door panel.

Controller should be capable of detection of under and over voltage settings on source I and source II,
under and over frequency settings on source I and source II, Voltage unbalance detection between
phases, under frequency transfer, over frequency transfer

Contractor 170 Engineer-in-Charge


High frequency switching power supply, and wide power voltage range Diagnosis fault intelligent with
self – protection function (Motor-Blocked) Center-off with time delay and center-off with protection -
The center-off time delay can be set to avoid large current rushes to inductive loads, Center-off with
protection is available to protect critical loads (e.g. Fire Pump).

c) Power Switching
Rotating dual contactor design extinguishes the arc quickly and effectively Clamping contactors are self-
cleaning wiping action type

High short circuit capability

d) Switching Mechanism
Automatic or manual operation provided unique contact design avoids contact bounce Electrical and
mechanical interlocks prevent both sources being connected simultaneously Innovative motor breaking
technique, provides precision control

Cast steel bevel gear mechanism provides for high transmission efficiency.

Operational Current (Ie) 16A to 800A

Rated insulation voltage (V) 800-1000

Rated impulse withstand voltage (kV) 8-12

Rated operational voltage Ue (V) 220、230、240、380、400、415

Rated frequency (Hz) 50/60

10kA (0.1s) up to 160A, 15kA (0.1s) up to 250A


Rated Short-Time Withstand Current Icw (kA) ,25kA (0.1s) up to 400A,

40 kA(0.1s) upto 800A.

17kA (up to 160A), 31.5kA (up to 250A), 65 kA


Rated Short-Circuit Making Capacity Icm (kA)
(up to 400A), 80 kA(up to 800A)

Making and breaking capacities 10 Ie

Mechanical operational performance 10,000

Utilization categories AC-32A, AC - 33B

6.0 SURGE PROTECTION DEVICE

a) Type 1 / Class B SPD Specifications (To be included in all incomer of LT panel)

Primary stage protection shall consist of coordinated Class B / Type 1 SPDs at the entry point of input
415 V AC Supply in Main Distribution Board, suitable for TT /TN Configuration. The type 1 SPD shall be
provided between Line to Neutral & Neutral to Earth. They shall tested for both 10/350 Microseconds

Contractor 171 Engineer-in-Charge


and 8/20 Microseconds Current Waveforms. It shall be voltage clamping device, thermal disconnecting
type and shall be tested as per IEC 61643 with the following characteristics and features.

S.no Parameter Parameters

1 Nominal Voltage 400VAC

2 Max Continuous Voltage 275VAC

3 Lightning Impulse current (10/350μs) 25KA

4 Max discharge capacity (8/20μs) 100KA

5 Nominal discharge capacity ( 8/20μs) 25KA

6 Response time 25nS

7 Voltage protection level (Up) ≤ 1.5 Kv

8 Indication Yes

9 Remote contact Optional

10 Pluggability Yes

11 Reversible Cartridge Yes

12 Degree of protection IP20

13 Mounted on DIN RAIL

14 Standards IEC 61643-11/ EN 61643-11

15 Temperature range -40 to 80 ° C

b) Type 2 / Class C SPD Specification: (To be included in all incomer of sub distribution panel)

Secondary protection shall be with Class C / Type 2 SPD in the secondary or sub distribution boards
connected between Line & Neutral to Earth. The device shall be a made with Metal oxide varistor of
proper rating and in no case a number of varistors shall be provided in parallel. It shall be voltage
clamping device, thermal disconnecting type and shall be tested as per IEC 61643 with the following
characteristics and features-

S.no Parameter Parameters

1 Nominal Voltage 230 (2pole) / 400Vac (4 pole)

2 Max Continuous Voltage 275 or 320Vac

4 Max discharge capacity (8/20μs) 40KA

Contractor 172 Engineer-in-Charge


S.no Parameter Parameters

5 Nominal discharge capacity (8/20μs) 20KA

6 Response time 25nS

7 Voltage protection level (Up) ≤ 1.5 Kv

8 Indication Yes

9 Remote contact Optional

10 Pluggability Yes

11 Reversible Cartridge Yes

12 Degree of protection IP20

13 Mounted on DIN RAIL

14 Standards IEC 61643-11/ EN 61643-11

15 Temperature range -40 to 80 ° C

Contractor 173 Engineer-in-Charge


SECTION – 9

ELECTROLYTIC MAINTENANCE FREE EARTHING

The effective earthing connection surface should be smooth & free from paints and oxide coatings

1. MAINTENANCE FREE EARTHING

1.1. General

(i) Self-contained ground electrode(s) using electrolytically enhanced grounding where specifically
indicated on the drawings.

(ii) The electrode shall operate by hygroscopic ally extracting moisture from the atmosphere to activate the
electrolytic process.

(iii) Electrode shall be 100% self-activating, sealed and maintenance free. No additions of chemical or water
solutions required.

(iv) To achieve specific earth resistance, contact manufacturer for engineering and applications support.

1.2. Technical Specifications


1.2.1 Types & Technical Specifications (Long Life Maintenance Free Earthing Solution)

Electrode Details
Warranty Current TF Qty Test Well
System Model / Type Soil Length Outer Dia. Thickness
(years) Capacity (Bags) Cover
(feet) (inch) (mm)

C-TEG-10S/ TRIPODE-
Non Rocky 30 1kA/ 9Sec 10 2 2 3 Poly-plastic
Cu-50-3

(i) The specifications with performance warranty and technical spec details shown in the tables.
(ii) The ground rod shall be filled from the factory with non-hazardous metallic salts to form the electrolytic
process and enhance the grounding performance.
(iii) Ground rod shall be a minimum of ten feet long. TerraDyne® Model # TG-10S or TRIPODE –Cu-50-3 may
be used.
OR

Selection of models depends on the user choice.

(iv) A Solid Tinned AWG Cu ground cable shall be exothermically welded to the side of the rod for conductor
connection OR 40x5mm OR 50x5mm OR 100x150x6mm used for conductor connection.

Contractor 174 Engineer-in-Charge


(v) For Rocky or excavation condition are poor Model # TerraDyne TG-10L may be used with same Dia and
Thickness. Only the difference in this model is L shaped with 36” vertical riser (shape) and rest in
horizontal shape.
OR

(vi) The Crowfoot Bar earthing systems used for is one of the best alternate of Maintenance Free Earthing in
the Rocky area.
(vii) A Solid Tinned AWG Cu ground cable/50x5mm copper plate shall be exothermically welded to the side
of the rod for conductor connection
1.3. Protective Test Well
(i) Polyplastic well for non-traffic applications. Includes bolt down flush cover with “breather ports.”
TerraDyne® Model #910
–OR–
(ii) Fiberlyte well for traffic and industrial applications. Wheel loading 4.5 Tons. TerraDyne® Model #FL8-TB
1.4. Environment Friendly Backfill Material
(i) Non-corrosive, electrically conductive and ground enhancing backfill. Terra Fill® Model # TF-50. Terra Fill
/TRIPODE FILL will lower the contact resistance to earth by up to 63 % when used in conjunction with
copper grounding equipment.
1.5. Excavation

(i) Bore a hole into the earth (minimum diameter 6"). Hole should be bored to allow installed unit to be as
close to vertical as possible

(ii) A 14" hole must be provided for the cover box.

(iii) Depth of hole must be 6" deeper than the vertical length of the system.

(iv) Top vent ports must be left open to the atmosphere for continuous air circulation by using the
protective test well provided.

(v) Plate Type Earthing (Cu/GI), Crow Foot Earthing and Cu Claded rod earthing, the mixing procedure of
Backfill will be same as like in the electrolytic Earthing.
1.6. Installation

(i) Remove sealing tapes from the bottom of unit only. Tapes must be saved and made available to the
electrical inspector to verify removal and proper installation. Do NOT remove the green and white “Bury
to Here” marker from the top of the unit.
(ii) Position the unit in the hole. Use green and white “Bury to Here” marker as a guide to depth in which
unit shall be buried in Terra Fill®. Three bags of Terra Fill® are included with each 10' electrode.
(iii) Pour Terra Fill® around electrode in augured hole. Do not mound backfill past green and white marker.
(iv) Place box with cover over the top of the electrode so that the cover is at grade level. Use backfill to
stabilize box around the electrode. This keeps the breather holes free of obstruction and debris. Top of
box should not contact the top of the electrode.
(v) Remove top sealing tape ONLY after backfill is complete. This prevents soil from blocking the vent ports.
Above installation must be taken place in presence of UL listed company.
1.7. Connection

(i) Connect grounding conductor to ground rod pigtail exothermally.


(II) Bury grounding conductor 30inch below grade

SECTION - 10

Contractor 175 Engineer-in-Charge


EARTHING:-
1.1 SCOPE:
This chapter covers the essential requirements of earthing system components and their installation.
For details not covered in these Specifications, IS Code of Practice on Earthing (IS: 3043-1987
ammended upto date) shall be referred to.

1.2 APPLICATION
The electrical distribution system in the campus is with earthed neutral (i.e., neutral earthed at the
transformer/ generator end). In addition to the neutral earthing, provision is made for earthing the
metallic body of equipments and non-current carrying metallic components in the sub-station, as
well as in the internal electrical installations.
Earthing requirements are laid down in Indian Electricity Rules, 1956, as amended from time to
time, and in the Regulations of the Electricity Supply Authority concerned.

1.3 MATERIALS
1.3.1 EARTH ELECTRODES
1.3.1.1 Types
The type of earth electrode shall be Chemical earth electrode.
1.3.2.1 Electrode materials and dimensions
The materials and minimum sizes of earth electrodes shall be as per BOQ.

1.3.2.2 EARTHING CONDUCTOR:


The earthing conductor (protective conductor from earth electrode up to the main earthing
terminal/earth bus, as the case may be) shall be of the same material as the electrode, viz. GI or
copper, and in the form of wire or strip as specified in BOQ.
1.3.2.3 HARDWARE ITEMS
All hardware items used for connecting the earthing conductor with the electrode shall be of GI in the
case of GI pipe and GI plate earth electrodes, and forged tinned brass in case of copper plate
electrodes.
1.3.2.4 PROTECTIVE (Earth continuity/Loop earthing) CONDUCTOR:
The material and size of protective conductors shall be as specified in the BOQ.
1.4 LOCATION FOR EARTH ELECTRODES
Normally an earth electrode shall not be located closer than 1.5 m from any building. Care shall be
taken to see that the excavation for earth electrode does not affect the foundation of the building; in
such cases, electrodes may be located further away from the building, with the prior approval of
the consultants.

The location of the earth electrode will be such that the soil has a reasonable chance of remaining moist
as far as possible.Entrances, pavements and road ways, should be avoided for locating earth electrodes.
1.5 INSTALLATION

Contractor 176 Engineer-in-Charge


1.5.1 ELECTRODES
1.5.1.1 Various types of electrodes
Plate electrode shall be buried in ground with its faces vertical, and its top not less than 3 m below the
ground level.
When more than one electrode (plate/pipe) is to be installed, a separation of not less than 2 m shall be
maintained between two adjacent electrodes.
1.5.2 Artificial treatment of soil
The electrode shall be surrounded by Chemical compound as indicated in tender drawings
1.6 EARTHING CONDUCTOR (Main earthing lead)
In the case of plate earth electrode, the earthing conductor shall be securely terminated on to the plate
with two bolts, nuts, check nuts and washers.
The earthing conductor from the electrode up to the building shall be protected from mechanical injury
by a medium class by 40 mm dia. medium class GI pipe in the case of strip. The protection pipe in
ground shall be buried at least 30 cm deep (to be increased to 60 cm in case of road crossing and
pavements). The portion within the building shall be recessed in walls and floors to adequate depth in
due co-ordination with the building work.
The earthing conductor shall be securely connected at the other end to the earth stud/earth bar
provided on the switch board by bolt, nut and washer.
1.7 PROTECTIVE (Loop earthing/earth continuity) CONDUCTOR
Earth terminal of every switch board in the distribution system shall be bonded to the earth
bar/terminal of the upstream switch board by protective conductor(s).
Two protective conductors shall be provided for a switch board carrying a 3 phase switchgear thereon.
The earth connector in every distribution board (DB) shall be securely connected to the earth
stud/earth bar of the corresponding switch board by a protective conductor.
All metallic switch boxes and regulator boxes in a circuit shall be connected to the earth connector
in the DB by protective conductor (also called circuit protective or loop earthing conductor), looping
from one box to another upto the DB.
The earth pin of socket outlets as well as metallic body of fan regulators shall be connected to the
earth stud in switch boxes by protective conductor. Twisted earth connections shall not be accepted in
any case.
1.8 EARTH RESISTANCE
The earth resistance at each electrode shall be measured. No earth electrode shall have a greater ohmic
resistance than 5 ohms as measured by an approved earth testing apparatus.
Where the above stated earth resistance is not achieved, necessary improvement shall be made
by additional provisions, such as additional electrode(s), different type of electrode, or artificial
chemical treatment of soil etc., as may be directed by the consultants.
1.9 MARKING:
Earth bars/terminals at all switch boards shall be marked permanently, "E" or as;

Contractor 177 Engineer-in-Charge


Main earthing terminal shall be marked "SAFETY EARTH - DO NOT DISCONNECT".

TABLE VIII
MATERIALS AND SIZES OF EARTH ELECTRODES
------------------------------------------------------------------------------------------------------------
Type of Electrode Material Size
------------------------------------------------------------------------------------------------------------
Plate Copper 60 cm x 60 cm x 3 mm thick.

Plate GI 60 cm x 60 cm x 6 mm thick.

It shall be carried out as per M.C.G. GENERAL SPECIFICATIONS FOR ELECTRICAL WORKS (PART-I
INTERNAL) with all upto date amendments.

Contractor 178 Engineer-in-Charge


SECTION - 11

FEEDER PILLARS AND STREET LIGHT POLES


1. FEEDER PILLAR

1.1 LT distribution feeder pillar shall be 1.1 KV weather proof, dust and vermin proof suitable for outdoor
use. They should have access for sufficient ventilation & heat dissipation. The details of the mounting
and there connections shall be as listed against item given in Schedule ‘A’. Feeder pillar shall conform to
mechanical specifications given herein after.

1.2 Feeder pillar shall be weather proof, dust and vermin proof suitable for outdoor use and free standing.
The feeder pillar boxes shall be mounted on concrete foundation. The concrete foundation shall be in
PCC 1:2:4, 450 mm deep and 150 mm above the ground and 150 mm projection all round.

1.3 The feeder pillar shall be fabricated out of 3 mm thick CRCA sheet steel duly stove enamel painted both
sides openable with locking arrangement. A gland plate (removable) shall be provided at the bottom of
feeder pillar for mounting of cable glands. Suitable lifting hook shall be provided at the top. The
contractor shall get the fabrication drawing approved from Project Director/ Architect before actually
getting it fabricated.

1.4 All distribution feeder pillar shall be provided with electrolytic aluminium bus bar of current carrying
capacity as specified in Schedule ‘A’. The current density of aluminium bus bar shall not exceed 100
Amps per Sq.cm. of the cross sectional area of the bus bar. Bakelite phase separator/ DMC-SMC bus bar
supports shall be provided.

1.5 For connections and interconnections solid links shall be used for tapping above 63 Amps and with
thimbles wires below 63 Amps. Rating of the solid links and wires shall be that of the capacity of the
feeder (incoming/ outgoing).

1.6 Only Neoprene gasket shall be used at all joints for doors/ covers etc.

1.7 The earth bus bar should be located at the top of the panel as shown on drawing. It shall be of
aluminium strip of 40 mm x 6 mm size.

1.8 A switch, a batten holder and a lamp shall be provided in feeder pillar so as to switch ON and OFF the
lamp. The batten holder should be suitably fixed.

1.9 A danger plate shall be fixed on feeder pillar.

1.10 The feeder pillar should be complete with all necessary interconnections, small wiring suitable labels
made out of white plastic with black inscriptions.

2. STREET LIGHT POLE


2.1 Street light poles shall be swaged steel tubular poles conforming to IS-2713 Part - II and of sizes as given
below. Each pole shall be provided with base plate 600x600mmx6mm welded to bottom. The pole shall
be fixed in ground with concrete foundation in PCC 1:2:4 over 75 mm thick PCC 1:3:6 as shown on the
drawing.

Contractor 179 Engineer-in-Charge


2.2 410 SP 22 of overall length 7.0 mtrs. On the top of the pole an additional overhang of 1.20 m length
shall be provided for fixing street light luminair.

2.3 On each pole one junction box of size 250 x 200 x 75 mm weather proof made out of 2 mm thick MS
sheet with hinged cover and rubber gasket shall be provided. In this weather proof box one 6 Amps SP
MCB and earthing stud and 4 way 30 amp terminal block shall be provided.

2.4 Two number 32 mm dia. G.I. pipes each of 1.0 m length for incoming and outgoing cable protection with
cable glands shall be provided at the base of the pole.

2.5 Two number single core 2.5 sq.mm PVC insulated stranded copper conductor weather proof cable of
1100 volt grade, ISI marked shall be provided from junction box to the street light luminair/ fixture on
the pole. On the pole at junction box location a holes shall be drilled for entry of electric wire for street
light fixture.

2.6 Steel pole and junction box shall be painted with two coats of aluminium paint over one coat of steel
primer.

2.7 The rate quoted against item for Poles shall be deemed to include all items as described in the schedule
and specified above.

3. GARDEN LIGHT POLES

3.1 The garden light poles shall be fabricated hotdip G.I. Octagonal type as per design of OEM. Each pole
shall be provided with suitable base plate 300 mm x 300 mm x 6 mm thick welded at the bottom. The
pole shall be fixed on ground with concrete foundation in PCC 1:2:4 over 100 mm thick CC 1:3:6 as
shown on the drawing.

3.2 On each pole one junction box as specified in para 30 (c) above, two number 32 mm dia GI pipes as
specified in para 30 (d) above and two number single core 2.5 sq.mm. PVC insulated stranded copper
conductor weather proof cable of 1100 volt grade ISI marked as specified in para 30 (e) above shall be
provided.
3.3 The rate quoted against item for garden Light Poles shall be deemed to include all items as described in
schedule and specified above.

Contractor 180 Engineer-in-Charge


SECTION - 12
AUTOMATIC FIRE SUPPRESSION FOR ELECTRICAL PANEL PROTECTION SYSTEM FOR HT
PANELS,TRANSFORMERS,CAPACITOR PANELS,LT PANELS, 11KV DG PANEL, NGR PANEL, FIRE
FIGHTING PANEL,LIFTS PANELS

Electrical Panel Protection System: This includes Supply, Installation, Testing and Commissioning of FK-5-
1-12 (Dodecafluoro-2-Methylpentan-3one), Novec-1230 gas Suppression system in accordance with the
specification.

a) Scope of Work:

1. Supply, Installation, Testing and Commissioning of clean Agent (Novec 1230) Fire Suppression
system designed to provide a uniform concentration within the electrical panels in accordance with
NFPA 2001 and requirements of the contract documents).
2. Provide all engineering design and materials for a complete agent suppression system including FK-
5-1-12 storage cylinders with steel bracket, extinguishing agent, detection tube, cylinder valve and
associated accessories including but not limit to; adaptors, pressure switch, tube fittings etc.,
required for complete operation of system.
3. All necessary safety requirements such as warning signs, discharge alarm shall be part of system.
4. The necessary nomenclature such as pressurization level, agent volume, gross/net weight of
cylinder shall be clearly marked on cylinder.
5. Prior to supply of material at site. Contractor must submit technical data sheetand drawing clearly
showing the panel, routing of tube inside the panel, location and fixing arrangement of cylinder &
system components for approval of Engineer-In-Charge.
6. All doors and holes in the enclosed/equipments should be closed or sealed to maintain the
tightness of enclosure.

b) System Description:

1. The detection tube shall be fixed with cylinder valve at top of cylinder. The tube shall be pressurized
with dry nitrogen. In case of reach of pre-determined temperature (100-120oC), the tube shall
rupture gas shall be released from tube over the protected area.
2. The pressure switch shall be provided for necessary indication of discharge of gas.
3. The Extinguishing Agent shall be stored in cylinder as liquefied compressed gas, super pressurized
with dry nitrogen at 195 psi.
4. The cylinder shall be equipped with brass valve, pressure gauge (to monitor agent pressure) and
isolation valve for maintenance purposes. The cylinder bracket shall be of steel construction with
quick release clamp.
5. The cylinder should be department of transportation approved as per DOT specification.
6. The detection tube shall be installed throughout the compartments of panel. The location and
spacing of tube shall be above the hazard, to be protected.
7. In case of fire, the tube shall rupture at a point. The rupture of tube shall result in formation of
discharge point and release the agent in uniform pattern.
8. With system activation, a signal should be generated via Audio Visual Alarm installed at convenient
location as per Engineer-In-Charge.

Contractor 181 Engineer-in-Charge


c) System Components:

The Contractor shall provide an under taking from Principle Manufacturer of CE marked product they
intent to install, that manufacturer will fully support the Contractor for this specific contract.

1. Cylinder of steel construction with standard red epoxy paint finish. Cylinders shall be accompanied
by original manufacturers test certificate confirming the contents of the cylinder.
2. The cylinders shall be from reputed Manufacturers only. Cylinders shall be super pressurized with
dry nitrogen to an operating pressure and temperature as per manufacturer recommendations.
3. Each cylinder shall have pressure gauze and low pressure switch to provide visual and electrical
supervision of the cylinder pressure. The low pressure switch shall be wired to the Audio Visual
Alarm to provide audible and visual trouble alarm in the event of drop of pressure. The pressure
gauze shall be color coded to provide an easy, visual indication of cylinder pressure.
4. Furnish a welded steel bracket with each cylinder assembly for holding the cylinders in a saddle with
a front bracket piece that secures the cylinders.
5. Cylinder shall be provided with a certificate provided by the company who charge with the FK-5-1-
12 gas mixture. The certificate shall be secured around the cylinder with chain fastener.
6. The Detection Tube, CE marked to be Red Colour and pressurized at 195 Bar. The Detection Tube to
rupture between (100-120oC).
7. The Pressure Switch should be CE Marked having NO/NC contact.

d) Extinguishing Agent

FK-5-1-12 (Dedecafluoro-2-Methylpentan-3 One – CF2CF2C (O) CF (CF3)2

1. The agent shall not contain any Hydroflurocarbons (HFC).


2. The ozone depletion potential should be zero.
3. The Global warming potential should be equal to or less than 1.

e) Installation

1. The system shall be installed on basis of approved drawing.


2. The installation / final connections shall carry out in direct supervision of representative of
Manufacturer/authorized distributors.
3. Cylinder shall be located so that they are not subjected to mechanical, chemical or other damage.
4. All system components shall be capable of withstanding heat of fire and severe weather conditions.
5. Detection Tube to be properly secured inside the panel by Clips/Tie etc.
6. The Detection Tube outside the panel should be protected in flexible conduit.

Inspection certificate should be pasted on cylinder clearly marking next due date of inspection.

Contractor 182 Engineer-in-Charge


SECTION -13
TESTING OF INSTALLATION:-
1.0 SCOPE
This chapter describes the details of tests to be conducted in the completed internal electrical
installations, before commissioning.
1.1 GENERAL
1.1.1 Tests
On completion of installation, the following tests shall be carried out:-
1. Insulation resistance test.
2. Polarity test of switch.
3. Earth continuity test.
4. Earth electrode resistance test.
1.2 Witnessing of tests
Testing shall be carried out for the completed installations, in the presence of and to the satisfaction of
the consultants by the contractor.
All test results shall be recorded & submitted to the consultants.
1.3 Test instruments
All necessary test instruments for the tests shall be arranged by the contractor.
1.4 INSULATION RESISTANCE
1.4.1 The insulation resistance shall be measured by applying between earth and the whole system of
conductors, or any section thereof with all MCB.s in place, and all switches closed, all lamps in
position, or both poles of the installation otherwise electrically connected together, a direct current
pressure of not less than twice the working pressure, provided it need not exceed 500 volts.
Where the supply is derived from a poly phase A.C. system, the neutral pole of which is connected to
earth either directly or through added resistance, the working pressure shall be deemed to be that
which is maintained between the phase conductor and the neutral.
1.4.2 The insulation resistance shall also be measured between all the conductors connected to one pole,
or phase conductor of the supply, and all the conductors connected to the neutral, or to the other
pole, or phase conductors of the supply with all the lamps in position and switches in "off" position,
and its value shall be not less than that specified in sub- clause7.2.3.
1.4.3 The insulation resistance in megaohms measured as above shall not be less than 12.5 megaohms.
1.4.4 The term "outlet" includes every point along with every switch, except that a switch combined with a
socket outlet, appliance or lighting fitting is regarded as one outlet.
1.5 POLARITY TEST OF SWITCH
1.5.1 In a two wire installation, a test shall be made to verify that all the switches in every circuit have
been fitted in the same conductor throughout, and such conductor shall be labeled or marked for
connection to the phase conductor of the supply.

Contractor 183 Engineer-in-Charge


1.5.2 In a four wire installation, a test shall be made to verify that every non-linked single pole switch is
fitted in a conductor which is labeled, or marked for connection to one of the phase conductors of
the supply.
1.5.3 The installation shall be connected to the supply for testing. The terminals of all switches shall be
tested by a test lamp, one lead of which is connected to the earth. Glowing of test lamp to its full
brilliance, when the switch is in "on" position irrespective of appliance in position or not, shall indicate
that the switch is connected to the right polarity.
1.6 TESTING OF EARTH CONTINUITY PATH
The earth continuity conductor, including metal conduits shall be tested for electric continuity. The
electrical resistance of the same along with the earthing lead, but excluding any added resistance,
or earth leakage circuit breaker, measured from the connection with the earth electrode to any
point in the earth continuity conductor in the completed installation shall not exceed one ohm.
1.7 MEASUREMENT OF EARTH ELECTRODE RESISTANCE
1.7.1 Two auxiliary earth electrode, besides the test electrode, shall be placed at suitable distance from the
test electrode (see figure). A measured current is passed between the electrode 'A' to be tested and
an auxiliary current electrode 'C', and the potential difference between the electrode 'A' and
auxiliary potential 'B' is measured. The resistance of the test electrode 'A' is then given by
1.7.2 Stray currents flowing in the soil may produce serious errors in the measurement of earth resistance. To
eliminate this, hand driven generator shall be used.
If the frequency of the supply of hand driven generator coincides with the frequency of stray current,
there will be wandering of instrument pointer. An increase or decrease of generator speed will cause
this to disappear.
1.7.3 At the time of test, the test electrode shall be separated from the earthing system.
1.7.4 The auxiliary electrodes shall be of 13 mm diameter mild steel rod driven upto 1 m into the ground.
1.7.5 All the three electrodes shall be so placed that they are independent of the resistance area of each
other. If the test electrode is in the form of a rod, pipe or plate, the auxiliary current electrode 'C'
shall be placed at least 30 m away from it, and the auxiliary potential electrode 'B' shall be placed
mid-way between them.
1.7.6 Unless three consecutive readings of test electrode resistance agree, the test shall be repeated by
increasing the distance between electrodes A and C upto 50 m, and each time placing the electrode B
midway between them.
1.8. TEST CERTIFICATE
On completion of an electrical installation, a certificate shall be furnished by the contractor,
countersigned by the certified supervisor under whose direct supervision the installation was carried
out. This certificate shall be in the prescribed form as given in Appendix ... inaddition to the
test certificate required by the local Electric Supply Authorities.

Contractor 184 Engineer-in-Charge


CHAPTER – 14

DRAWINGS

The contractor shall submit six complete sets of drawings on white paper to the owner/consultants after
completion of the work.

These drawings must give the following information’s, in addition to the information asked for in various other
sections of the specifications:

a) Location of all equipments viz. transformers, H.T. Panels, L.T. Panels, DG Sets , earthing stations etc.
b) Cable routes clearly indicating the sizes & number of cables.

c) Earthing layout - indicating the type of earth station & size of earth conductor.

d) Wiring diagram of L.T. Panels/ Distribution panels.

e) Complete single line diagram for Normal and Emergency supplies.

f) Any other information the consultants-in-charge may deam fit.

No completion certificate will be issued until the drawings are submitted. The drawings will be prepared and
submitted by the contractor without any extra charge.

*****

Contractor 185 Engineer-in-Charge


APPENDIX - I

TERMINOLOGY

This appendix indicates some of the commonly used and important terms, relevant for the Internal EI works.
1. Exposed conductive part - A conductive part of electrical equivalent, which can be touched and
which is not normally live, but which may become the earth potential.
2. Direct contact - Contact of persons or livestock with live parts which may result in electrical shock.
3. Indirect Contact - Contact of persons or livestock with exposed conductive parts made live by a fault
and which may result in electric shock.
4. Live Part - A conductor or conductive part intended to be energized in normal use, including a neutral
conductor but, by convention, not a PEN conductor.
5. Touch Voltage - The potential difference between a grounded metallic structure and a point on the
earth surface separated by a distance equal to the normal maximum horizontal reach of
approximately 1 meter.
6. Danger - Danger to health or danger to life or limb from shock, burn or injury from mechanical
movement to persons (and livestock where present), or from fire attendant upon the use of electrical
energy.
7. Earth - The conductive mass of the earth, whose electric potential at any point is conventionally
taken as zero.
8. Earth electrode - A conductor or group of conductors in intimate contact with and providing an
electrical connection to earth.
9. Earth fault loop impedance- The impedance of the earth fault current loop (phase to earth loop),
starting and ending at the point of earth fault.
10. Earth leakage current - A current which flows to earth, or to extraneous conductive parts, in a circuit
which is electrically sound.
11. Earth conductor - A protective conductor connecting the main earth terminal to an earth electrode.
12. Residual current - The algebraic sum of the instantaneous values of current flowing through all
the live conductors of a circuit at a point of the electrical installation.
13. Residual current device (RCD) - A mechanical switching device, intended to cause the opening of the
contacts when the residual current attains a given value under the specified conditions.
14. Switchboard- An assembly of switchgear with or without instruments, but the term does not apply to a
group of local switches in a final circuit.
15. Switchgear - An assembly of main and auxiliary switching apparatus for operation, regulation,
protection or other control of electrical installations.

Contractor 186 Engineer-in-Charge


APPENDIX-II

SAFETY PROCEDURE

1. The Indian Electricity Rules 1956, as amended upto date, are to be followed in their entirety. Any
installation or portion of installation which does not comply with these rules should be got rectified
immediately.

2. The detailed instructions on safety procedures given in B.I.S. Code No. 5216-1969-"Code of Safety
Procedures and Practices in Electrical Works" shall be strictly followed.

3. No inflammable materials shall be stored in places other than the rooms specially constructed for this
purpose in accordance with the provisions of Indian Explosives Act. If such storage is unavoidable, it
should be allowed only for a short period and in addition, special precautions, such as cutting off the
supply to such places at normal times, storing materials away from wiring and switch boards, giving
electric supply for a temporary period with the permission of consultants shall be taken.

4. The electrical switchgears and distribution boards should be clearly marked to indicate the areas being
controlled by them.

5. Before energising on an installation after the work is completed, it should be ensured that all tools
have been removed and accounted, no person is present inside any enclosure of the switch board
etc. any earthing connection made for doing the work has been removed.

Contractor 187 Engineer-in-Charge


APPENDIX-III

FORM OF COMPLETION CERTIFICATE

I/We certify that the installation detailed below has been installed by me/us and tested and that to the best of
my/our knowledge and belief it complies with Indian Electricity Rules, 1956, as well as the Pwd General
Specifications of Electrical Works 1992.

Electrical installation at _______________________________

Voltage and system of supply _____________________________

1. Particulars of work

(a) Internal Electrical Installation

No. Total load: Type or system of wiring

i) Light point

ii) Fan point

iii) Plug point

a) 3 pin 5 Amp.

b) 3 pin 15 Amp.

(b) Others

Description HP/KW Type of starting

(a) Motors:

(i)

(ii)

(iii)

(b) Other plants:

II. Earthing

(i) Description of earthing electrode.

(ii) No. of earth electrodes.

(iii) Size of main earth lead.

III. Test results:

(a) Insulation resistance

Contractor 188 Engineer-in-Charge


(i) Insulation resistance of the whole system of conductors to earth Megaohms.

(ii) Insulation between the phase conductor and neutral.

Between Phase R and neutral . . . Megaohms

Between Phase Y and neutral . . . Megaohms

Between Phase B and neutral . . . Megaohms

iii) Insulation resistance between the phase conductors in case of polyphase supply.

Between Phase R and Phase Y . . . Megaohms

Between Phase Y and Phase B . . . Megaohms

Between Phase B and Phase R . . . Megaohms

(b) Polarity test

Polarity of non linked single pole branch switches.

(c) Earth continuity test

Maximum resistance between any point in the earth continuity conductor including metal conduits
and main earthing lead.......... Ohms.

(d) Earth electrode resistance

Resistance of each earth electrode

(i) . . . . Ohms.

(ii) . . . . Ohms.

(iii) . . . . Ohms.

(iv) . . . . Ohms.

(e) Lightning protective system

Resistance of the whole of lightning protective system to earth before any bonding is effected with
earth electrode and metal in/on the structure ..... Ohms.

Signature and name of Signature and Name of the

PE Contractor

Contractor 189 Engineer-in-Charge


TECHNICAL PARTICULARS OF THE TRANSFORMERS TO BE FURNISHED BY THE CONTRACTOR ALONG WITH THE
TENDER

1. Name of the manufacturer


2. Service
3. kVA rating:
a) HV winding kVA
b) LV winding kVA
4. Rated voltage :
a) HV winding kV
b) LV winding V
5. Rated frequency Hz
6. Number of phases
7. Connections:
a) HV winding
b) LV winding
8. Connection symbol :
a) HV-LV
9. Tappings :
a) Range
b) Number of steps
c) For high voltage variation/For
intermediate voltage variation/
For low voltage variation
10. Reference ambient temperatures:
a) Maximum ambient air temperature deg C
b) Maximum daily average ambient air
temperature deg C
c) Maxmimum yearly weighted average
ambient temperature deg C

d) Minimum ambient air temperature deg C


11. Type of cooling

Contractor 190 Engineer-in-Charge


12. Temperature-rise :
a) Windings deg C
13. Total loss at rated voltage at principal
tapping and rated frequency KW
14. Component losses:
a) No load loss at rated voltage on
principal tapping & at rated frequency kW
b) Load loss at rated current at principal
tapping at 75 deg C kW
15. Impedance voltage at rated current for the
principal tapping :
a) HV-LV percent
16. Reactance at rated current and rated
frequency :
a) HV-LV percent
17. No load current at rated voltage and
rated frequency percent
18. Insulation level :
a) Seperate source power-frequency
voltage withstand :
i) HV winding kV rms
ii) LV winding kV rms
b) Induced overvoltage withstand:
i) HV winding kV rms
ii) LV winding kV rms
c) Full wave lighting impulse withstand
voltage :
i) HV winding kV peak
ii) LV winding kV peak
d) Switching impulse withstandsvoltage:
i) HV winding kV peak
ii) LV winding kV peak
20. Efficiencies at 75 deg C at unity powerfactor :

Contractor 191 Engineer-in-Charge


a) At full load percent
b) At 3/4 full load percent
c) At 1/2 full load percent
21. Regulation at full load at 75 deg C :
a) At unity power factor percent
b) At 0.8 power factor lagging percent
22. In case of OFF circuit voltage variation,
state (a) or (b) :
a) Off circuit tap switch
b) Off circuit links
23. Terminal arrangement :
a) High voltage
b) Low voltage
c) Neutral
24. Approximate masses :
a) Core and windings kg
b) Tank, fittings & accessories kg
c) Total mass kg
25. Approximate overall dimensions :
a) Length mm
b) Breadth mm
c) Height mm
26. Dispatch details:
a) Approximate mass of heaviest packaged kg
b) Approximate dimensions of largest
Package:
i) Length mm
ii) Breadth mm
iii) Height mm
27. Reference standards

*****

Contractor 192 Engineer-in-Charge


APPENDIX – IV

LIST OF INDIAN STANDARDS (IS)

IS : 374 - 1979 Ceiling fans and regulators (3rd revision)

IS : 694 - 1990 PVC insulated Electric cable for working voltage upto and including 1100

volts.

IS : 732 - 1989 Code of practice for electrical wiring and installation

IS : 1255 - 1983 Code of Practice for installation and maintenance of Power Cables upto

and including 33 KV rating (Second Revision)

IS : 1258 - 1987 Bayonet lamp holders(Third revision)

IS : 1293 - 1988 Three pin plugs and sockets outlets rated voltage upto and including 250

volts and rated current upto and including 160 amps.

IS : 1554 - 1988 PVC insulated (Heavy Duty) electric cables for working voltages upto and

( Part - I ) including 1100 volts.

IS : 1646 - 1982 Electrical installation fire safety of buildings (general) Code of practice.

IS : 1651 & 1652 - Stationary cell and batteries, lead acid type

1991

IS : 1885 - 1971 Glossary of items for electrical cables and conductors

IS : 1913 – 1978 General and safety requirements for fluorescent lamps luminaries
Tubular.

IS : 2026 – 1977 to 81 Power Transformer


(Part-I to IV)

IS : 2071 - 1974 - 76 Methods of high voltage testing

Contractor 193 Engineer-in-Charge


IS : 2309 - 1989 Protection of building and allied structures against lightning

IS : 2551-1982 Danger notice plate.

IS : 3043 - 1987 Code of practice for earthing.

IS : 3480 - 1966 Flexible steel conduits for electrical wiring.

IS : 3837 - 1976 Accessories for rigid steel conduit for electrical wiring.

IS : 4146 - 1983 Application guide for voltage transformers

IS : 4615 - 1968 Switch socket outlets.

IS : 5133 - 1969 Boxes for the enclosure of electrical accessories.

(Part -I)

IS : 5216 - 1982 Guide for safety procedures and practices in electrical work.

(Part-I)

IS : 5424 - 1969 Rubber mats for electrical purposes.

IS : 5578 & 11353- Marking and arrangement of bus bars

1985

IS : 7098 – 1985 (Part - II) Cross linked polyethylene insulated PVC sheathed cables. For working
voltages from 3.3 KV upto and including 33 KV

IS : 8130 - 1984 Conductors for insulated electric cables and flexible cords

IS : 8623 -1977 Factory built assemblies of switchgear and control gear for voltages upto
and including 1000 V AC and 1200 V D C.
(Part -I)

IS : 8623 - 1980 Bus Bar trunking system

Contractor 194 Engineer-in-Charge


(Part -II)

IS : 8828 - 1996 Miniature Circuit Breakers

IS : 9537 - 1981 Rigid Steel Conduits for electrical wiring (Second Revisions)

IS : 10810 - 1988 Methods of test for cables.

IS : 11171 – 1985 Specifications for dry type transformers

IS : 12640 - 1988 Earth Leakage Circuit Breakers

IS : 13947-1989 Moulded Case Circuit Breakers

IS : 13947 - 1993 Degree of protection provided by enclosures for LV switchgear and


control gear.

IS : 13947 - 1993 General requirement for switchgear and control gear for voltage not
exceeding 1000 Volts.

IS : 1651 & 1652 1991 Stationary cells and batteries lead acid type.

Contractor 195 Engineer-in-Charge


APPENDIX – V

ABBREVIATIONS

The following abbreviations have been used in the accompanying Specifications, drawings and Schedule of
Quantities.

CU stands for copper.

GI stands for Galvanized Iron (Mild Steel)

V stands for Volts

MV stands for Medium Voltage (110 V ,230 V ,415 V, 600 V)

LV stands for Low Voltage (32 V & Below)

LT stands for Low Tension

PVC stands for Polyvinyl Chloride

AMP stands for Amperes

KWH stands for Kilowatt Hours

KW stands for Kilo Watts

BIS stands for Bureau of Indian Standards

IS stands for Indian Standards

IEE stands for Institution of Electrical Engineers - London

NEC stands for National Electrical Code

VCB stands for Vacuum Circuit Breaker

ACB stands for Air Circuit Breaker

RCCB stands for Earth Leakage Circuit Breaker

MCB stands for Miniature Circuit Breaker

MCCB stands for Moulded Case Circuit Breaker

SP stands for Single Pole

DP stands for Double Pole

TP stands for Triple Pole

TPN stands for Triple Pole and Neutral

Contractor 196 Engineer-in-Charge


4 Pole stands for 3 phase and neutral of same capacity (size)

MDB stands for Main Distribution Board

SDB stands for Sub Distribution Board

FDB stands for Final Distribution Board

MCC stands for Motor Control Centre

Contractor 197 Engineer-in-Charge


APPENDIX I

SECHEDULE OF DEPARTURE FROM SPECIFICATIONS

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

Section Ref. to clause Description of Reason for Remarks

of the specification departure departure

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

(1)

(2)

(3)

(4)

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

Certified that except for the departures mentioned above, the tender is in accordance with Pwd General
Specifications for Electrical Works (Part VI Fire Alarm System) 1988 and in a accordance with detailed
requirements specified to the tender specifications.

Signature of the Tenderer

Contractor 198 Engineer-in-Charge


TECHNICAL SPECIFICATIONS FOR INTERNAL ELECTRICAL INSTALLATION WORK FOR MCG CULTURAL BUILDING
AT GURUGRAM
SECTION - 1
GENERAL AND COMMERCIAL

1.0 GENERAL
The electrical Installation work shall be carried out in accordance with Indian Standard Code of Practice.
It shall also be in conformity with the current Indian Electricity rules and regulations and requirements of
the Local Electricity Supply Authority and Fire Insurance regulations, so far as these become applicable to
the installation. Electrical work in general shall be carried out as per following Pwd/Mcg Specifications
amended up to date.

General Specifications for Electrical Works.

Part -I - Internal Electrical Work - 2013.

Wherever these specifications calls for a higher standard of material and or workmanship than those
required by any of the above mentions regulations and specification then the specification here under
shall take precedence over the said regulations and standards.

The details of scope of work subhead wise are given in the subsequent paras. The quantities worked out
in schedule of quantities are based on particular equipment considered at design stage. The contractor is
required to recheck the quantities based on equipment offered by him to achieve required parameters.

The bidder should note that the specifications furnished in the tender is of general nature only and it is
the responsibility of the bidder to design, supply, install and commission the equipment and services
required for the satisfactory performance of the installation. All the items of equipment required for the
safe and satisfactory operation of the installation shall be supplied and installed by the bidder.

1.1 SCOPE:
(i) These General Specifications indicate the requirements and precautions to be taken during
the execution of Internal Electrical Installation works to ensure efficient, safe,
economical and practical use of materials and equipments including prevention of risks and
fire hazards.
(ii) This Chapter also covers the general commercial requirements applicable to this works
contracts for Electrical Installation works.
1.2 RELATED DOCUMENTS:
(i) These General Specifications shall be read in conjunction with the standard conditions of
contract contained in other parts of the document and their correction slips, the tender
specifications, schedule of quantities, drawings and other documents in the tender papers
connected with this work.

Contractor 199 Engineer-in-Charge


1.3 WORKS INCLUDED IN THIS SECTION:
(i) 230V single phase, 2 wire and 400V 3phase 4 wire Power distribution system complete .
(ii) An adequate equipment grounding system.
(iii) Providing & fixing of distribution boards.
(iv) Fixing of luminaries and fans.
(v) Conduit with wires for Communication System.
(vi) Providing & fixing dimming system for Gallery and auditorium area etc.
1.4 INTEREPRETATION OF AGREEMENT:
In the interpretation of the agreement, the order of descending importance for any ambiguity or
discrepancy shall be as follows;-
• Schedule of Quantities
• Technical Specifications.
• Special Conditions
• Drawings.
• I.S.I. Codes/National Electrical Code/ latest Pwd/Mcg Specifications/ B.S.S./ or any other
International Standard.
• Clauses of Contract.
• General Directions.
• Sound Engineering practice.

1.5 DRAWINGS:
1.5.1 CONTRACT DRAWINGS:
Contract drawings are basic but shall be closely followed as actual construction permits. Any
deviations made shall be in conformity with the Architectural and other services drawings. Shop
drawings shall be submitted by the contractor and got approved from the consultants. Architectural
drawings shall take precedence over contract or other services drawings as to all dimensions. Any
deviations in drawings will be brought to consultant’s Notice before work is executed as directed by
consultants. Contractor shall verify all dimensions at site and bring to the notice of the consultants any
or all discrepancy or deviations noticed.
1.5.2 DETAILED WORKING DRAWINGS:
Detailed working drawings and detail drawings on the basis of which actual work is to be proceeded
will be furnished to the contractor by the consultants from time to time. Variation of any nature
from those indicated in the drawings made available to him at the tender stage which are as `Advance
Drawings' as a guide to generally describe the scheme will not entitle the contractor for claiming any
additional payment, payments will be made on the actual measurement of the work done, as
admissible, as per drawings, at the accepted rates entered in the Schedule of Quantities forming part
of this tender document.

1.5.3 PREPARATION OF SHOP AND FABRICATION DRAWINGS:


All shop and fabrication drawings shall be prepared by Contractor based on the Consultant's drawing
and got approved from the consultants. No extra payment shall be admissible to the contractor on this
account.

Contractor 200 Engineer-in-Charge


1.5.4 SHOP DRAWING, MAINTENANCE MANUALS Etc.:
On the award of the work, the contractor shall immediately proceed with the preparation of
detailed shop drawings, detailing the equipment that are to be installed and the ancillary works that art
to be carried out. Six sets of all such working drawings shall be submitted to the consultants for their
approval to ensure that the works will be carried out in accordance with the specifications and
drawings, including such changes as may have been mutually agreed upon. The basic drawings shall be
received by the consultants for his approval within two weeks of the award of work, and complete
shop/detail drawings within four weeks of award of work.
1.5.5 Any drawing issued by the consultants for the work are the property of the consultants and shall not be
lent, reproduced or used on any works other than intended without the written permission of the
consultants.
1.5.6 The contractor shall provide the following drawings for approval to consultants before commencement
of supply/fabrication.
1.5.6.1 Electrical Lighting/ power layout plan
(i) General layout-Plan
(iii) Wiring-Power & Controls
1.5.6.2 Distribution Boards
(i) General layout-Plan, section, elevations
(ii) Foundation/Fixing arrangement.
(iii) Wiring-Power & Control
1.5.6.3 Internal Electrification System:
(i) Conduit Lay-out with number and size of wires in it for various outlets.
(ii) Details of Switch Boxes

1.5.6.4 Cable Routing and Earthing System:


i. General Cable layout-Plan with sizes of Cable and Cable Trays at different floor & in
Substation area.
ii. Details of Earthing strip sizes & connections

1.5.6.5 All drawings as indicated in various sub-heads.


2 After completion of the work the contractor shall submit one original on R.T.F & three prints of as
built drawings along with compact disc/s (CD.s/DVD.s) containing the same before the certificate of
completion is issued to him. These drawing would include;
• The location of all the equipment supplied & erected by the contractor.
• Cable routes clearly indicating the sizes & number of cables.
• Earthing layout - indicating the type of earth station & size of earth conductor.
• Wiring diagram of DB’s.
• Complete single line diagram for Normal and Emergency supplies.
• Any other information the consultants may deem fit.

Contractor 201 Engineer-in-Charge


3. APPROVALS:
3.1 The contractor shall obtain all information relating to local regulations, Bye-Laws, sanction and release
of electrical connection, application of any and all laws relating to his work or profession and his having
to execute work as required. No additional claims shall be admissible on this account.
3.2 Contractor shall obtain approval of the installation from the relevant inspection/ sanctioning Authorities
at all stages and on completion of the installation work. The Contractor shall also get the required
electrical load sanctioned and released from the concerned authorities and nothing extra shall be paid
for the same except for the money for which the contractor produces valid receipts from the Govt.
departments. The contractor shall pass on these approvals to the consultants. The rates quoted by the
contractor for various items of the work shall be deemed to include any money payable to the
Government/ Local Authorities/Statutory Bodies/Electrical Inspectorate for obtaining approvals and
nothing extra shall be paid to the contractor on this account except for the money foe which proper
receipts are submitted by the contractor to the consultants.
4 CODE REQUIREMENTS:
All work shall be done in accordance with the I S S Code amended upto date/ Indian Electricity Rules.
5 MATERIALS:
All materials to be used in this work be new and bear the consultant's label of approval.
6 RATES:
(i) The work shall be treated as on works contract basis and the rates tendered shall be for
complete items of work inclusive of all taxes (including works contract tax, service tax VAT if
any), duties, and levies etc. and all charges for items contingent to the work, such as,
packing, forwarding, insurance, freight and delivery at site for the materials to be supplied by
the contractor, watch and ward of all materials for the Internal E.I. work at site etc.
(ii) Prices quoted shall remain firm during the prevalence of the project.
7 TAXES AND DUTIES:
(i) Being an indivisible works contract, service tax etc. are not payable separately.

(ii) Works contract tax, if any, for the work shall be included within the quoted rates for the various
items. The works contract tax shall be deducted from the bills of the contractor, as applicable.
(iii) Octroi duty shall not be paid separately for the materials supplied by the contractor.
8 COMPLETENESS OF TENDER:
All sundry fittings, assemblies, accessories, hardware items, foundation bolts, termination lugs for
electrical connections as required, and all other sundry items which are useful and necessary for
proper assembly and efficient working of the various components of the work shall be deemed to have
been included in the tender, whether such items are specifically mentioned in the tender documents
or not.
9 WORKS TO BE DONE BY THE CONTRACTOR:
(i) Unless and otherwise mentioned in the tender documents, the following works shall be done by
the contractor, and therefore their cost shall be deemed to be included in their tendered cost:-

Contractor 202 Engineer-in-Charge


(ii) Cutting and making good all damages caused during installation and restoring the same to their
original finish.
(iii) Painting at site of all exposed metal surfaces of the installation other than pre-painted items
like fittings, fans, switchgear/ distribution gear items, etc. Damages to finished surfaces of
these items while handling and erection, shall however be rectified to the satisfaction of the
consultants.
(vi) Temporary shed if required over the storage space and locking arrangement thereof, and watch
and ward of the materials and completed installation till completion of the work.
(v) Testing and commissioning of completed installation.
10 TOOLS FOR HANDLING AND ERECTION:
All tools and tackles required for handling of equipments and materials at site of work as well as
for their assembly and erection and also necessary test instruments shall be the responsibility of
the contractor.
11 CARE OF THE BUILDING:
Care shall be taken by the contractor to avoid damage to the building during execution of his part of the
work. He shall be responsible for repairing all damages and restoring the same to their original finish at
his cost. He shall also remove at his cost all unwanted and waste materials arising out of his work from
the site.
12 STRUCTURAL ALTERATIONS TO BUILDING
(i) No structural member in the building shall be damaged /altered, without prior approval from
the consultants.
(ii) Structural provisions like openings, cutouts, if any, provided for the work, shall be used. Where
these require modifications, or where fresh provisions are required to be made, such
contingent works shall be carried out by the contractor at his cost with prior approval of the
consultants.
(iii) All chases required in connection with the electrical works shall be provided and filled by the
contractor at his own cost to the original architectural finish of the buildings.

********

Contractor 203 Engineer-in-Charge


SECTION - 2
TECHNICAL REQUIREMENTS & MEASUREMENT SYSTEM
1 SCOPE
This chapter covers the general technical requirements and measurement system of the various
components in Internal Electrical Installation works.
2 TERMINOLOGY
The definition of terms shall be in accordance with IS:732-1989 (Indian Standard Code of Practice
for Electrical Wiring), except for the definitions of point, circuit, and sub-main wiring, which are
defined in clauses 2.2.1, 2.3.1, and 2.3.2 hereunder.
3 POINT WIRING
3.1 Definition
A point (other than socket outlet point) shall include all work necessary in complete wiring to the
following outlets from the controlling switch or MCB. The scope of wiring for a point shall, however,
include the wiring work necessary in tapping from another point in the same distribution circuit.
Ceiling rose or screw less connector (in the case of points for ceiling/exhaust fan points, pre-wired light
fittings, and call bells).
Ceiling rose (in the case of pendants except stiff pendants).
Back plate (in the case of stiff pendants).
Lamp holder (in the case of goose neck type wall brackets, batten holders and fittings which are
not pre-wired) .
Note: - In the case of call bell points, the words "from the controlling switch or MCB" shall be read as
“from the ceiling rose/connector meant for connection to bell push".
3.2 Scope
Following shall be deemed to be included in point wiring.
Conduit, accessories for the same and wiring cables between the switch box and the point outlet.
All fixing accessories such as screws, rawl plug etc. as required.
Metal switch boxes for control switches, regulators, sockets etc, recessed in walls.
Outlet boxes, junction boxes, pull-through boxes etc, including metal boxes if any, provided with
switch boards for loose wires/conduit terminations.
Control switch or MCB, as specified.
Ceiling rose or connector as required.
Connections to ceiling rose, connector, socketoutlet, lamp holder, switch etc.
Interconnecting wiring between points on the same circuit, in the same switch box or from another.
Protective (loop earthing) conductor from one metallic switch box to another in the distribution circuits,
and for socket outlets. (The length of protective conductor run along with the circuits isincluded in the
scope of points).
The circuit wiring in conduit and wiring between various switches/switch boxes on the same circuit.

Contractor 204 Engineer-in-Charge


3.3 Measurement:
3.3.1 Point Wiring:
Unless and otherwise specified , there shall be no linear measurement for point wiring for light
points, fan points, exhaust fan points, 5/6amp plug points, 15/16 amp. plug points and call bell points.
These shall be measured on unit basis by counting only.
No separate measurement will be made for interconnections between points in the same distribution
circuit and for the circuit wiring including protective (loop earthing) conductors between metallic switch
boxes.
3.3.2 Point wiring for socket outlet points:
The light plug (6A) point and power 16A) point wiring shall be measured as indicated above.
The metal box with cover, switch/MCB, socket outlet and other accessories shall be measured and paid
as a part of the item only.
The power point outlet may be 16A/6A six pin socket outlet, where so specified in the tender
documents.
3.3.3 Group control points wiring:
In the case of points with more than one point controlled by the same switch, such points shall
be measured in parts i.e.(a) from the switch to the first point outlet as primary point and for the
subsequent points, the distance from that outlet to the next one and so on, shall be treated as
secondary point(s).
The switch for controlling four or more outlets shall be of 16 amp. rating and no extra payment shall be
made for the same.
No recovery shall be made for non-provision of more than one switch in such cases.
3.3.4 Twin control light points wiring:
A light point controlled by two numbers of two way switches shall be measured as two points
from the fitting to the switches on either side.
No recovery shall be made for non-provision of more than one ceiling rose or connector in such cases.
3.4 CIRCUIT AND SUBMAIN WIRING
3.4.1 Circuit wiring
Circuit wiring shall mean the wiring from the distribution board upto the tapping point for the
nearest first point of that distribution circuit, viz. upto the nearest first switch box. No measurement/
extra payment shall be made for circuit wiring.
3.4.2 Submain wiring
Submain wiring shall mean the wiring from one main/distribution switchboard to another.
3.4.3 Measurement of submain wiring
The sub main wiring shall be measured on linear basis and paid for separately.

Contractor 205 Engineer-in-Charge


3.4.4 OTHER WIRING WORKS:
Except as specified above for point wiring, circuit wiring and submain wiring, other types of wiring
shall be measured separtely on linear basis along the run of wiring depending on the actual number
and sizes of wires run.
3.5 SYSTEM OF DISTRIBUTION AND WIRING:
3.5.1. Control at the point of entry of supply
There shall be a circuit breaker on each live conductor of the supply mains at the point of entry.
3.5.2 Distribution:
The wiring shall be done on a distribution system through main and/or branch distribution boards.
The system design as well as the locations of boards shall be as indicated in BOQ/drawings or as
specified by the consultants.
Main distribution board shall be controlled by a circuit breaker. Each outgoing circuit shall also be
controlled by a circuit breaker.
The branch distribution board shall be controlled by a circuit breaker. Each outgoing circuit shall be
provided with a miniature circuit breaker (MCB) of specified rating on the phase or live conductor.
The loads of the circuits shall be divided, as far as possible, evenly between the number of ways of the
distribution boards, leaving at least one spare circuit for future extension.
The neutral conductors (incoming and outgoing) shall be connected to a common link (multiway
connector) in the distribution board and be capable of being disconnected individually for testing
purposes.
`Power' wiring shall be kept separate and distinct from `Lighting' wiring, from the level of circuits i.e.,
beyond the branch distribution boards.
Wiring shall be separate for essential loads (i.e., those fed through standby supply) and non essential
loads throughout.
3.5.3. Balancing of Circuits:
The balancing of circuits in three wire or poly phase installations shall be arranged before hand to the
satisfaction of the consultants.
3.5.4 Wiring System:
Wiring shall be done only by the "Looping system". Phase or live conductors shall be looped at the
switch boxes and neutral conductors at the point outlets.
Lights, fans and call bells shall be wired in the `lighting' circuits. 15A/16A socket outlets and other power
outlets shall be wired in the 'Power' circuits. 5A/6A socket outlets shall be wired in the ‘lighting’ circuits.
The wiring throughout the installation shall be such that there is no break in the neutral wire except in
the form of linked switchgear.
3.5.5 Run of Wiring:
The wiring shall be in recessed/surface PVC conduit.
Due consideration shall be given for neatness, good appearance and safety.

Contractor 206 Engineer-in-Charge


3.5.6 Passing through walls or floors:
When wiring cables are to pass through a wall, these shall be taken through a protection (steel) pipe
tube of suitable size such that they pass through in a straight line without twist or cross in them on
either end of such holes. The ends of metallic pipe shall be neatly bushed with porcelain, PVC or other
approved material.
All floor openings for carrying any wiring shall be suitably sealed after installation.
3.6 Joints in wiring:
No bare conductor in phase and/or neutral or twisted joints in phase, neutral, and/or protective
conductors in wiring shall be permitted.
There shall be no joints in the through-runs of cables. If the length of final circuit or submain is more
than the length of a standard coil, thus necessitating a through joint, such joints shall be made by
means of approved mechanical connectors in suitable junction boxes.
Termination of multi stranded conductors shall be done using suitable crimping type thimbles.
3.7 RATINGS OF OUTLETS:
Incandescent lamps shall be rated at 100W.
Ceiling fans shall be rated at 80W. Exhaust fan, fluorescent tubes, compact fluorescent tubes, HPMV
lamps, HPSV lamps etc. shall be rated according to their capacity. Control gear losses shall be also
considered as applicable.
5A/6A and 15A/16A socket outlet points shall be rated at 100W and 500W respectively, unless the
actual values of loads are specified.
3.8 CAPACITY OF CIRCUITS:
`Lighting' circuit shall not have more than a total of 10 points of light, fan and socket outlets, or a total
connected load of 800W, whichever is less.
`Power' circuit shall have only two outlet per circuit.
3.9 CONFORMITY TO IE ACT, IE RULES, AND STANDARDS:
All electrical works shall be carried out in accordance with the provisions of Indian Electricity Act, 1910
and Indian Electricity Rules, 1956 amended upto date. List of Rules of particular importance to building
installations is given in Appendix for reference.
The works shall also conform to relevant Indian Standard Codes of Practice (COP) for the type of
work involved.(See Appendix B).
In all electrical installation works, relevant safety codes of practice shall be followed. Guidelines on
safety procedure outlined in Appendix `C' should be adopted.
3.10 GENERAL REQUIREMENTS OF COMPONENTS:
3.10.1 Quality of materials:
All materials and equipments supplied by the contractor shall be new. They shall be of such design, size
and material as to satisfactorily function under the rated conditions of operation and to withstand the
environmental conditions at site.

Contractor 207 Engineer-in-Charge


3.10.2 Ratings of components
All components in a wiring installation shall be of appropriate ratings of voltage, current, and frequency,
as indicated in BOQ.
All conductors, switches and accessories shall be of such size as indicated in BOQ.
3.10.3 Conformity to Standards
All components shall conform to relevant Indian Standard Specification, wherever existing. Materials
with ISI certification mark shall be preferred.
A broad list of relevant Indian Standards is given in Appendix `A'. These Indian Standards,including
amendments or revisions thereof upto the date of tender acceptance, shall be applicable in the
respective contracts.
3.10.4 Interchangeability
Similar parts of all switches, lamp holders, distribution boards, switchgears, ceiling roses, brackets,
pendants, fans and all other fittings of the same type shall be interchangeable in each installation.
3.11 CABLES:
3.11.1 Wiring cables
Conductors of wiring cables shall be of copper. The wiring cables shall be of certified FRLS type.
The smallest size of conductor for `lighting' circuits shall have a nominal cross sectional area of not less
than 1.5 sqmm. The minimum size of conductor for 'power' wiring shall be 4 sq mm.
3.12 WIRING ACCESSORIES
3.12.1 Control switches for points
Control switches (single pole switches) carrying not more than 16A shall be of clamp on type complete
with plate, as specified, and the switch shall be "ON" when the knob is down.
The type and current rating of switch controlling a group of points, or discharge lamps, or a single large
load, shall be specified in the tender documents.
Control switch shall be placed only in the live conductor of the circuit. No single pole switch or fuse shall
be inserted in the protective (earth) conductor, or earthed neutral conductor of the circuit.
3.12.2 Socket outlets
Socket outlets shall also be of clamp on type complete with plate. These shall be rated either for 5A/6A,
or 15A/16A. Combined 5A/15A, or 6A/16A six pin socket outlet shall be provided in `power' circuits
wherever specified.
Socket outlets and plugs shall only be of 3 pin type; the third pin shall be connected to earth
through protective (loop earthing) conductor. 2 pin or 5 pin sockets shall not be permitted to be used.
The control switches for the 5A/6A and 15A/16A socket outlets shall be kept along with the socket
outlets.
3.12.3 Switch box covers
These shall be moulded type of suitable size.

Contractor 208 Engineer-in-Charge


3.12.4 Lamp holders
Lamp holders may be of batten, angle, pendant or bracket holder type as indicated in BOQ. The holder
shall be made of brass and shall be rigid enough to maintain shape on application of a nominal external
pressure. There should be sufficient threading for fixing the base to the lamp holder part so that they do
not open out during attention to the lamp or shade.
Lamp holders for use on brackets and the like shall have not less than 1.3 cm nipple, and all those for
use with flexible pendant shall be provided with cord grips.
All lamp holders shall be provided with shade carriers.
3.13 FITTINGS:
3.13.1 Types:
The type of fittings shall be as specified in BOQ.
3.13.2 Indoor type fittings
The conductors are required to be drawn through tube popularly known as conduit. The tube or
channel must be free from sharp angles or projecting edge, and of such size as will enable them to
be wired with the conductors used for the final circuit without removing the braiding or sheathing.
As far as possible all such tubes or channels should be of sufficient size to permit looping back.
Fittings using discharge lamps shall be complete with power factor correction capacitors, either
integrally or externally. An earth terminal with suitable marking shall be provided for each fitting for
discharge lamps.
3.14 SWITCHGEAR AND CONTROLGEAR - General aspects:
All items of switchgear and distribution boards (DBs) shall be metal clad type.
The types, ratings and/or categories of switchgear and protective gear shall be as specified in the BOQ.
RCBs (ELCBs) where specified, shall conform to the requirements of current rating, fault rating, single
phase or three phase configuration and sensitivity laid down in the BOQ.
While each outgoing way of distribution board (DB) shall be of miniature circuit breaker (MCB)
as specified, and of suitable rating on the phase conductor, the corresponding earthed neutral
conductor shall be connected to a common neutral terminal block and shall be capable of being
disconnected individually for testing purposes.
(i) Independent earth terminal block:
Every distribution board (single phase as well as 3 phase) shall have an earth terminal block identical
to, but independent from neutral terminal block, to enable termination of protective (loop earthing)
conductors (incoming as well as outgoings) individually by screwed connection and without twisting.
Earthing terminal (1 for single phase and 2 for 3 phase) shall be provided on the metal cladding of
switches and DBs for body earthing. These shall be suitably marked.
Knock out holes, with or without end plates as per standard design of manufacturers, shall be provided
in the metal cladding of switches and DBs for termination of conduits/cables.

Contractor 209 Engineer-in-Charge


3.15 PRE-WIRED MCB DISTRIBUTION BOARDS:
Prewired MCB DBs shall be provided only where specified.
The complete board shall be factory fabricated and shall be duly pre-wired in the works, ready for
installation at site.
The board shall be of wall mounted, cubical type construction, fabricated out of 1.6mm thick sheet
steel, with stove enameled paint finish.
The board shall also be provided with a loose wire box as a compartment for the complete width and,
depth of the board, and of minimum height of 125mm in case of TPN DB's, and 100mm in case of SPN
DB's.
The board shall be provided with a hinged cover of 1.6mm thick sheet steel in the front. Only the knobs
of the MCBs shall protrude out of the front covers through openings neatly machine made for the
purpose.
Knock out holes at the bottom, and detachable plate with knock out holes at the top of the board shall
be provided.
Each distribution board shall be provided with a circuit list giving details of each circuit which it controls
and the current rating of the circuit, and the size of the MCB.
The board shall be complete with the following accessories:-
(a) 200 A copper busbar(s).
(b) Neutral link.
(c) Common earth bar.
(d) DIN bar for mounting MCBs.
(e) Wago type terminal connectors suitable for incoming and outgoing cables.
(f) A set of indication lamps with HRC cartridge fuses for each phase of the incoming supply.
(g) Earthing stud(s).
The board shall be fully prewired with single core PVC insulated copper conductors/insulated solid
copper links, and terminated on to extended type terminal connectors, suitable for connections to the
sizes of the respective conductors.
All incoming and outgoing wiring to the prewired MCB DB's shall be terminated only in the Elemex type
extended terminal connectors to be provided within the DB. The terminal connectors shall, therefore,
be so provided as to facilitate easy cable connections and subsequent maintenance.
A common copper earth bar shall be provided within the loose wire box. The common neutral bar as
well as the terminal connectors shall, however, be provided within the main compartment just below
the loose wire box.
3.16 MINIATURE CIRCUIT BREAKERS (MCB's):
‘B’ series MCB’s shall be used only for normal `lighting' circuits.
‘C’ series MCB’s shall be invariably used for motor loads, halogen lamp fittings, sodium/mercury
discharge lamps and all `power' circuits.

Contractor 210 Engineer-in-Charge


Ratings (A), number of poles, type as MCB or isolator, etc. shall be as specified in the BOQ. The MCB's
shall be of minimum 9 KA rupturing capacity.
3.17 SWITCH BOARD LOCATIONS
3.17.1 General aspects
Switch boards shall be located as indicated on the drawings.
3.18 SWITCH BOARD INSTALLATION:
A switch board shall not be installed so that its bottom is within 1.25 m above the floor.
Where it is required to terminate a number of conduits on a board, it may be convenient to provide a
suitable MS adopter box for the purpose. Such boxes shall be provided with the prior approval of the
consultants and this will not be paid for separately.
All wires to the boards shall be bushed at the entries to avoid damage to insulation.
No apparatus shall project beyond any edge of the panel.
All unused holes in the boards and in the mountings shall be plugged suitably to avoid entry of insects.
3.19 WIRING OF SWITCH BOARDS AND DISTRIBUTION BOARDS:
All connections between pieces of apparatus, or between apparatus and terminals on a board shall be
neatly arranged in a definite sequence, following the arrangement of the apparatus mounted thereon,
avoiding unnecessary crossings.
Cables shall be connected to terminals either by crimped or soldered lugs, unless the terminals are
of such a form that they can be securely clamped without cutting away of cable strands.
All bare conductors shall be rigidly fixed in such a manner that a clearance of at least 2.5 cm is
maintained between conductors of opposite polarity or phase, and between the conductors and any
material other than insulating material.
The incoming and outgoing cables shall be neatly bunched and shall be fixed in such a way that the
door shall be capable of swinging through an angle of not less than 90 degrees.
3.20 MARKING OF APPARATUS:
(i) Marking of earthed neutral conductor
On the switchgear, the earthed conductor of a two wire system, or an earthed neutral conductor of a
multi-wire system, an indication of a permanent nature shall be provided to identify the earthed neutral
conductor. In this connection Rule 32(1) of Indian Electricity Rules 1956 (see Appendix C) shall be
referred to. The neutral conductor shall be black in colour.
(ii) Main earthing terminal
The main earthing terminal in the main switch board shall be permanently marked as "SAFETY EARTH -
DO NOT REMOVE".
All distribution boards shall be marked 'L' for lighting, or 'P' for power, and 'E' for essential as the case
may be.
When a board is connected to a voltage higher than 250V, all the terminals or leads of the apparatus
mounted on it shall be marked in the following colours to indicate the different poles or phases to
which the apparatus or its different terminals may have been connected:

Contractor 211 Engineer-in-Charge


Three phases - Red, Blue & Yellow AND Neutral - Black
Where a four wire, three phase wiring is done, the neutral shall preferably be in one colour, and the
other three wires in another colour.
All marking required under this rule shall be clear and permanent.
3.21 ATTACHMENT OF FITTINGS AND ACCESSORIES:
3.21.1 Conduit wiring system
All accessories like switches, socket outlets, call bell pushes and regulators shall be fixed in flush pattern
inside the switch/regulator boxes. Accessories like ceiling roses, brackets, batten holders, etc. shall be
fixed on metal outlet boxes. The fan regulators shall also be fixed in metal outlet boxes.
Cadmium plated brass screws shall be used to fix the accessories to their bases.
The switch box / regulator box shall be mounted with their bottom 1.25m from floor level, unless
otherwise directed by the consultants.
Dash fasteners shall be used for fixing to walls or ceiling.
3.22 FANS REGULATORS AND CLAMPS:
3.22.1 Ceiling fans
Ceiling fans including their suspension shall conform to relevant Indian Standards.
All ceiling fans shall be wired to ceiling roses or to special connector boxes, and suspended from hooks
or shackles, with insulators between hooks and suspension rods. There shall be no joint in the
suspension rod.
Recessed type fan clamp inside a metallic box as shown in tender drawings shall be used.
Canopies on top of suspension rod shall effectively hide the suspension.
All ceiling fans shall be hung 2.75m above the floor.
In the case of measurement of extra down rod for ceiling fan including wiring, the same shall be
measured in units of 10cm. Any length less than 5cm shall be ignored.
The wiring of extra down rod shall be paid as supplying and drawing cable in existing conduit.
3.22.2 Exhaust fans:
Exhaust fans shall conform to relevant Indian Standards.
Exhaust fans shall be erected at the places indicated on the drawings. For fixing an exhaust fan, a
circular hole shall be provided in the wall to suit the size of the frame, which shall be fixed by means of
rag bolts embedded in the wall. The hole shall be neatly plastered to the original finish of the
wall. The exhaust fan shall be connected to the exhaust fan point, which shall be wired as near to
the hole as possible, by means of a flexible cord, care being taken to see that the blades rotate in the
proper direction.
3.22.3 Regulators:
The metallic body of regulators of ceiling fans/exhaust fans shall be connected to earth by protective
conductor.
3.23 WORKMANSHIP:
Good workmanship is an essential requirement to be complied with. The entire work of
manufacture/fabrication, assembly and installation shall conform to sound engineering practice.

Contractor 212 Engineer-in-Charge


The work shall be carried out under the direct supervision of a first class licensed foreman, or of a
person holding a certificate of competency issued by the State Govt. for the type of work involved,
employed by the contractor, who shall rectify then and there the defects pointed out by the
consultants during the progress of work.
3.24 COMMISSIONING ON COMPLETION:
Before the workman leaves the work finally, he must make sure that the installation is properly
commissioned, after due testing.
3.25 COMPLETION PLAN AND COMPLETION CERTIFICATE:
Completion certificate after completion of work as given in Appendix-`D' shall be submitted to the
consultants.
Completion plan drawn to a suitable scale in tracing cloth with ink indicating the following, along
with three blue print copies of the same shall also be submitted.
(a) General layout of the building.
(b) Locations of distribution boards, indicating the circuit numbers controlled by them.
(c) Position of all points and their controls.
(d) Types of fittings, viz. Fluorescent, pendants, brackets, bulk head, etc. fans and exhaust fans.
3.26 DRAWINGS
The work shall be carried out in accordance with the drawings enclosed with the tender documents and
also in accordance with modification thereto from time to time as approved by the consultants.
All circuits shall be indicated and numbered in thewiring diagram and all points shall be given the
samenumber as the circuit to which they are electrically connected.

*******

Contractor 213 Engineer-in-Charge


SECTION - 3
P.V.C. CONDUIT WIRING SYSTEM

1 SCOPE:
This chapter covers the detailed requirements for wiring work in P.V.C. conduits.
2 MATERIALS
2.1 Conduits
All rigid conduit pipes shall be of P.V.C. and be ISI marked. The wall thickness shall be not less than
2.0 mm for conduits upto 32 mm dia. and not less than 2.5 mm for conduits above 32 mm dia.
The maximum number of PVC insulated cables conforming to IS:694-1990 that can be drawn in one
conduit is given size wise in Table I, and the number of cables per conduit shall not be exceeded.
Conduit sizes shall be selected accordingly in each run.
No P.V.C. conduit less than 20mm in diameter shall be used.
2.2 Conduit accessories
The conduit wiring system shall be complete in all respects, including their accessories.
All conduit accessories shall be of grip type.
Bends, couplers etc. shall be solid type.
All conduit accessories shall be fixed with the help of P.V.C. jointing compound.
2.3 Outlets
The switch box or regulator box shall be made of GI on all sides, except on the front. The wall
thickness shall not be less than 1.2 mm (18 gauge) for boxes up to a size of 20 cm X 30 cm,
and above this size 1.6 mm (16 gauge) thick GI boxes shall be used.
Where a large number of control switches and/or fan regulators are required to be installed
at one place, these shall be installed in more than one outlet box adjacent to each other for
ease of maintenance.
An earth terminal with stud and 2 metal washers shall be provided in each GI box for
termination of protective conductors and for connection to socket outlet/metallic body of fan
regulator etc.
Clear depth of the box shall not be less than 51 mm, and this shall be increased suitably to
accommodate mounting of fan regulators in flush pattern.

Contractor 214 Engineer-in-Charge


3 INSTALLATION:
(i) Conduit joints.
The conduit work of each circuit or section shall be completed before the cables are drawn in.
Conduit pipes shall be joined by means of suitable P.V.C. jointing compound.
Cut ends of conduit pipes shall have no sharp edges, nor any burrs left to avoid damage to the insulation
of the conductors while pulling them through such pipes.
The Project Director/Architect, with a view to ensuring that the above provision has been carried
out, may require that the separate lengths of conduit etc., after they have been prepared, shall be
submitted for inspection before being fixed.
(ii) Bends in conduit
All necessary bends in the system, including diversion, shall be done either by neatly bending the
pipes without cracking with a bending radius of not less than 7.5 cm, or alternatively, by inserting
suitable solid type normal bends, elbows or similar fittings, or by fixing MS inspection boxes,
whichever is most suitable for the particular situation.
No length of conduit shall have more than the equivalent of four quarter bends from outlet to
outlet.
(iii) Outlets
All outlets such as switches, wall sockets etc. shall be flush mounting type.
All switches socket outlets and fan regulators shall be fixed on sheet cover of the same manufacturer as
that of the accessories.
3.2 Additional requirements
(i) Making chase
The chase in the wall shall be neatly made, and of ample dimensions to permit the conduit to be fixed in
the desired manner.
The conduits shall be buried in the wall before plastering, and shall be finished neatly after erection of
conduit.
(ii) Fixing conduits in chase
The conduit pipe shall be fixed by means of stapples, J-hooks, or by means of saddles, not more than
60 cm apart.
(iii) Fixing conduits in RCC work
The conduit pipes shall be laid in position and fixed to the steel reinforcement bars by steel binding
wires before the concreting is done. The conduit pipes shall be fixed firmly to the steel reinforcement
bars to avoid their dislocation during pouring of cement concrete and subsequent tamping of the same.
Fixing of standard bends or elbows shall be avoided as far as practicable, and all curves shall be
maintained by bending the conduit pipe itself with a long radius which will permit easy drawing in of
conductors.
Location of inspection / junction boxes in RCC work should be identified by suitable means to avoid
unnecessary chipping of the RCC slab subsequently to locate these boxes.

Contractor 215 Engineer-in-Charge


(iv) Fixing inspection boxes
Suitable inspection boxes to the minimum requirement shall be provided to permit inspection, and to
facilitate replacement of wires, if necessary.
These shall be mounted flush with the wall or ceiling concrete. Minimum 65 mm depth junction boxes
shall be used in roof slabs and the depth of the boxes in other places shall be as per IS:2667-1977.
Suitable ventilating holes shall be provided in the inspection box covers.
(v) Fixing switch boxes and accessories
Switch boxes shall be mounted flush with the wall. All outlets such as switches, socket outlets etc. shall
be flush mounting type.
(vi) Fish wire
To facilitate subsequent drawing of wires in the conduit, GI fish wire of 1.2 mm (18 SWG) shall
be provided along with the laying of the recessed conduit.
(vii) Bunching of cables
Cables shall always be bunched so that the outgoing and return cables are drawn into the same conduit.
Where the distribution is for three phase loads only, conductors for all the three phases and neutral
wire shall be drawn in one conduit.
3.3 Earthing requirements
The entire system of metallic conduit work, including the outlet boxes and other metallic accessories,
shall be mechanically and electrically continuous by proper joints. The conduit shall be continuous
when passing through walls or floors.
Protective (loop earthing) conductor(s) shall be laid along the runs of the conduit between the
metallic switch boxes and the distribution boards/ switch boards, terminated thereto. These
conductors shall be of such size and material as specified. Depending upon their size and material,
the protective earth conductors shall be either drawn inside the conduits along with the cables, or shall
be laid external to the conduits. When laid external to the conduits, this shall be properly clamped with
the conduit at regular intervals.
The protective conductors shall be terminated properly using earth studs/ earth terminal block etc. As
required.
Gas or water pipe shall not be used as protective conductor (earth medium).

Contractor 216 Engineer-in-Charge


TABLE I
Maximum number of PVC insulated 650/1100 V grade copper conductor cable conforming to IS: 694-1990
which can be drawn through a conduit
-------------------------------------------------------------------------------------------------------------------------
Nominal 20 mm 25 mm 32 mm 38 mm 51 mm
cross-
sectional
area of
conductor
in sq. mm. -------- -------- -------- --------- --------
S B S B S B S B S B

1 2 3 4 5 6 7 8 9 10 11
-------------------------------------------------------------------------------------------------------------------------
1.50 5 4 8 7 16 10 - - - -

2.50 4 3 7 5 10 8 - - - -

4 3 2 6 5 9 7 - - - -

6 2 - 5 4 8 6 - - - -

10 2 - 3 2 5 4 7 6 - -

16 - - 2 2 3 3 6 5 10 7

25 - - - - 3 2 5 3 8 6

35 - - - - - - 3 2 6 5

Note :
The above table shows the maximum capacity of conduits for a simultaneous drawing in of cables.
The columns headed 'S' apply to runs of conduits which have distance not exceeding 4.25 m between draw in
boxes and which do not deflect from the straight by an angle of more than 15 degrees. The columns headed
'B' apply to runs of conduit which deflect from the straight by an angle of more than 15 degrees.
Conduit sizes are the nominal external diameters.
*******

Contractor 217 Engineer-in-Charge


SECTION - 4
METALLIC CONDUIT WIRING
1 SCOPE:
This chapter covers the detailed requirements for wiring work in metallic conduits.
1.1 MATERIALS
1.1.1 Conduits
All rigid conduit pipes shall be of steel and be ISI marked. The wall thickness shall be not less than 1.6
mm (16 SWG) for conduits upto 32 mm dia. and not less than 2 mm (14 SWG) for conduits above 32 mm
dia. These shall be solid drawn or reamed by welding, and finished with stove enamelled surface.
The maximum number of PVC insulated cables conforming to IS:694-1990 that can be drawn in one
conduit is given size wise in Table I, and the number of cables per conduit shall not be exceeded.
Conduit sizes shall be selected accordingly in each run.
No steel conduit less than 20mm in diameter shall be used.
1.1.2 Conduit accessories
The conduit wiring system shall be complete in all respects, including their accessories.
All conduit accessories shall be of threaded type, and under no circumstances pin grip type or clamp
grip type accessories shall be used.
Bends, couplers etc. shall be solid type.
1.1.3 Outlets
The switch box or regulator box shall be made of sheet metal on all sides, except on the front. The wall
thickness shall not be less than 1.2 mm (18 gauge) for boxes upto a size of 20 cm X 30 cm, and above
this size 1.6 mm (16 gauge) thick MS boxes shall be used. The metallic boxes shall be duly painted with
anticorrosive paint before erection as per chapter 10 of these Specifications.
Where a large number of control switches and/or fan regulators are required to be installed at one
place, these shall be installed in more than one outlet box adjacent to each other for ease of
maintenance.
An earth terminal with stud and 2 metal washers shall be provided in each MS box for termination of
protective conductors and for connection to socket outlet/metallic body of fan regulator etc.
Clear depth of the box shall not be less than 60 mm, and this shall be increased suitably to
accommodate mounting of fan regulators in flush pattern.
1.2 INSTALLATION:
(i) Conduit joints.
The conduit work of each circuit or section shall be completed before the cables are drawn in.
Conduit pipes shall be joined by means of screwed couplers and screwed accessories only. Threads on
conduit pipes in all cases shall be between 13 mm to 19 mm long, sufficient to accommodate pipes to
full threaded portion of couplers or accessories.
Cut ends of conduit pipes shall have no sharp edges, nor any burrs left to avoid damage to the
insulation of the conductors while pulling them through such pipes.

Contractor 218 Engineer-in-Charge


The consultants, with a view to ensuring that the above provision has been carried out, may require
that the separate lengths of conduit etc., after they have been prepared, shall be submitted for
inspection before being fixed.
No bare threaded portion of conduit pipe shall be allowed, unless such bare threaded portion is treated
with anticorrosive preservative or covered with approved plastic compound.
(ii) Bends in conduit
All necessary bends in the system, including diversion, shall be done either by neatly bending the pipes
without cracking with a bending radius of not less than 7.5 cm, or alternatively, by inserting suitable
solid type normal bends, elbows or similar fittings, or by fixing MS inspection boxes, whichever is most
suitable for the perticular situation.
No length of conduit shall have more than the equivalent of four quarter bends from outlet to outlet.
(iii) Outlets
All outlets such as switches, wall sockets etc. shall be flush mounting type.
All switches socket outlets and fan regulators shall be fixed on sheet cover of the same manufacturer as
that of the accessories.
(iv) Painting after erection
After installation, all accessible surfaces of conduit pipes, fittings, switch and regulator boxes etc. shall
be painted in compliance with the clauses under Section “Painting'.
1.3 Additional requirements
(i) Making chase
The chase in the wall shall be neatly made, and of ample dimensions to permit the conduit to be fixed in
the desired manner.
The conduits shall be buried in the wall before plastering, and shall be finished neatly after erection of
conduit.
Fixing conduits in chase
The conduit pipe shall be fixed by means of stapples, J-hooks, or by means of saddles, not more than 60
cm apart.
All threaded joints of conduit pipes shall be treated with approved preservative compound to secure
protection against rust.
(ii) Fixing conduits in RCC work
The conduit pipes shall be laid in position and fixed to the steel reinforcement bars by steel binding
wires before the concreting is done. The conduit pipes shall be fixed firmly to the steel reinforcement
bars to avoid their dislocation during pouring of cement concrete and subsequent tamping of the same.
Fixing of standard bends or elbows shall be avoided as far as practicable, and all curves shall be
maintained by bending the conduit pipe itself with a long radius which will permit easy drawing in of
conductors.
Location of inspection / junction boxes in RCC work should be identified by suitable means to avoid
unnecessary chipping of the RCC slab subsequently to locate these boxes.

Contractor 219 Engineer-in-Charge


(iii) Fixing inspection boxes
Suitable inspection boxes to the minimum requirement shall be provided to permit inspection, and to
facilitate replacement of wires, if necessary.
These shall be mounted flush with the wall or ceiling concrete. Minimum 65 mm depth junction boxes
shall be used in roof slabs and the depth of the boxes in other places shall be as per IS:2667-1977.
Suitable ventilating holes shall be provided in the inspection box covers.
(iv) Fixing switch boxes and accessories
Switch boxes shall be mounted flush with the wall. All outlets such as switches, socket outlets etc. shall
be flush mounting type.
(v) Fish wire
To facilitate subsequent drawing of wires in the conduit, GI fish wire of 1.2 mm (18 SWG) shall be
provided alongwith the laying of the recessed conduit.
(vi) Bunching of cables
Cables shall always be bunched so that the outgoing and return cables are drawn into the same
conduit.
Where the distribution is for three phase loads only, conductors for all the three phases and neutral
wire shall be drawn in one conduit.
1.4 Earthing requirements
The entire system of metallic conduit work, including the outlet boxes and other metallic accessories,
shall be mechanically and electrically continuous by proper screwed joints, or by double checknuts at
terminations. The conduit shall be continuous when passing through walls or floors.
Protective (loop earthing) conductor(s) shall be laid along the runs of the conduit between the metallic
switch boxes and the distribution boards/ switch boards, terminated thereto. These conductors shall be
of such size and material as specified. Depending upon their size and material, the protective earth
conductors shall be either drawn inside the conduits alongwith the cables, or shall be laid external to
the conduits. When laid external to the conduits, this shall be properly clamped with the conduit at
regular intervals.
The protective conductors shall be terminated properly using earth studs/ earth terminal block etc. as
required.

***********

Contractor 220 Engineer-in-Charge


TABLE I
Maximum number of PVC insulated 650/1100 V grade copper conductor cable conforming to IS:694-1990
which can be drawn through a conduit

Nominal 20 mm 25 mm 32 mm 38 mm 51 mm 64 mm
cross-
sectional
area of
conductor
in sq. mm.
------ ------ ----- ----- ----- -----
S B S B S B S B S B S B
----------------------------------------------------------------------------------------------------------------
1 2 3 4 5 6 7 8 9 10 11 12 13
---------------------------------------------------------------------------------------------------------------

1.50 5 4 10 8 18 12 - - - - - -

2.50 5 3 8 6 12 10 - - - - - -

4 3 2 6 5 10 8 - - - - - -

6 2 - 5 4 8 7 - - - - - -

10 2 - 4 3 6 5 8 6 - - - -

16 - - 2 2 3 3 6 5 10 7 12 8

25 - - - - 3 2 5 3 8 6 9 7

35 - - - - - - 3 2 6 5 8 6

--------------------------------------------------------------------------------------------------------------
Note: The above table shows the maximum capacity of conduits for a simultaneous drawing in of cables. The
columns headed 'S' apply to runs of conduits which have distance not exceeding 4.25 m between draw in boxes
and which do not deflect from the straight by an angle of more than 15 degrees. The columns headed 'B' apply
to runs of conduit which deflect from the straight by an angle of more than 15 degrees.Conduit sizes are the
nominal external diameters.
***********

Contractor 221 Engineer-in-Charge


SECTION - 5
PAINTING
1.0 SCOPE
This chapter covers the requirements of painting work in internal electrical installations, carried out
manually by brush. This does not cover spray painting work of factory made items.
1.1 PAINTING WORK IN GENERAL
1.1.1 Paints
Paints, oils, varnishes etc. of approved make in original tin to the satisfaction of the consultants shall
only be used.
1.1.2 Preparation of the surface
The surface shall be thoroughly cleaned and made free from dust or foreign atter before painting is
started. The proposed surface may be inspected by the consultants before the paint is applied.
1.1.3 Application
Paint shall be applied with brush. The paint shall be spread as smooth and even as possible. Particular
care shall be paid to rivets, nuts, bolts and over-lapping. Before drawing out in smaller containers, it
shall be continuously stirred with a smooth stick, while painting work is taken up.
Primer coat of anti-corrosive paint shall be given in the case of steel work, after preparing the
surface. In all cases of painting work, finishing shall be with 2 coats of paint in approved shade.
Each coat shall be allowed to dry out sufficiently before a subsequent coat is applied.
1.1.4 Precautions
All furniture, fixtures, glazing, floors etc. shall be protected by suitable covering. All stains, smears,
splashings, dropping etc. shall be removed. While painting of conduits etc. it shall be ensured that
the painting of wall and ceiling etc. is not spoiled in any way.
1.2 PAINTING OF CONDUITS AND ACCESSORIES
Requirement of painting of metallic conduits before installation on surface shall be met as per
clause 3.3.(iv)

*********

Contractor 222 Engineer-in-Charge


SECTION - 6

CONVENTIONAL LIGHTENING PROTECTION SYSTEM

1. The lightning protection system shall be based on conventional Lightening protection system ans shall
be carried out as per IS / IEC – 62305-3 as relevant.

1.1 The lightning protection system shall be designed to attract lightning includes current level sometimes
in excess of 200 KA and speed approx. 1/3 the speed of light.

For lightning protection, Finial Air terminal shall be installed above the highest points of the building
which captured lightning & mast should be provided at the appropriate height corresponding to the
area to be protective by the lightning rod.

1.2 Gel/Chemical earthing can be done with a chemical compound which is capable of absorbing and
retaining the moisture for a long time. It reduces the soil resistivity and low earth impedance.

1.3 Lightning finial Rods

1.3.1 Air terminals should be designed to attract a lightning strike, thereby becoming the preferred lightning
attachment point.

1.4 Down-Conductor, Bonding and Shielding:

1.4.1 Down conductors should be installed in a safe manner through a known route, outside of the structure.
It leads the current of the lightning stroke from the capturing head to the earth electrode.

1.5 Surge protection device :

1.5.1 This shall also installed as per relevant IEC-62305-3 a required .

1.6 Grounding

1.6.1 The grounding system must address low earth impedance as well as low resistance. A spectral study of
lightning's typical impulse reveals both a high and low frequency content. The high frequency is
associated with an extremely fast rising "front" on the order of 10 microseconds to peak current. The
lower frequency component resides in the long, high energy "tail" in the impulse. In lightning
protection, low earth impedance at higher frequencies.

1.6.2 A single point grounding system is achieved when all equipment within the structure(s) are connected
to a master bus bar which in turn is bonded to the external grounding system at one point only. Earth
loops and differential rise times must be avoided. The grounding system should be designed to reduce
AC impedance and DC resistance. The shape and dimension of the/earth termination system is more
important than a specific value of the earth electrode. Ground rings· around structures are useful. They
should be connected to the facility ground. Exothermic (welded) connectors are recommended in all
circumstances.

1.6.3 Man-made earth additives and backfills are useful in difficult soils circumstances: they should be
considered on a case-to-case basis where lowering grounding impedances are difficult and/or
expensive by traditional means. Regular physical inspections and testing should be a part of an
established preventive maintenance program.

Contractor 223 Engineer-in-Charge


1.7 Earthing

1.7.1 Gel/Chemical earthing technology with adequate galvanization filled with a suitable earth enhancing
chemical compound, which give low earth impedance. Which also capable of absorbing and retaining
the moisture for a long time, it reduces the soil resistivity and helps in faster dissipation of fault current.

1.8 It should have:-

Absence of Corrosion, Practically no need to change i.e. fit and forget. Earthing should be non-
corrosive, so there is not much variation in Ohmic value.

The compound should become part of the soil around the electrode.

It should require less space and time to install the earthing electrode.

1.9 Bonding

1.9.1 In order to achieve a common earth base at any installation, equipotential bonding of the system is
necessary. To achieve this, copper strip of 25mm x 3mm dimension is dug in and around the site in the
45cm deep trench and all earth pits are connected together. The communication earth should be
connected with the earth grid through Isolation Spark Gap or directly as per advice of the equipment
provider.

*********

Contractor 224 Engineer-in-Charge


SECTION - 7
EARTHING:-
1.1 SCOPE:
This chapter covers the essential requirements of earthing system components and their installation.
For details not covered in these Specifications, IS Code of Practice on Earthing (IS: 3043-1987
ammended upto date) shall be referred to.
1.2 APPLICATION
The electrical distribution system in the campus is with earthed neutral (i.e., neutral earthed at the
transformer/ generator end). In addition to the neutral earthing, provision is made for earthing the
metallic body of equipments and non-current carrying metallic components in the sub-station, as
well as in the internal electrical installations.
Earthing requirements are laid down in Indian Electricity Rules, 1956, as amended from time to
time, and in the Regulations of the Electricity Supply Authority concerned.
1.3 MATERIALS
1.3.1 EARTH ELECTRODES
1.3.1.1 Types
The type of earth electrode shall be Chemical earth electrode.
1.3.2.1 Electrode materials and dimensions
The materials and minimum sizes of earth electrodes shall be as per BOQ.
1.3.2.2 EARTHING CONDUCTOR:
The earthing conductor (protective conductor from earth electrode up to the main earthing
terminal/earth bus, as the case may be) shall be of the same material as the electrode, viz. GI or
copper, and in the form of wire or strip as specified in BOQ.
1.3.2.3 HARDWARE ITEMS
All hardware items used for connecting the earthing conductor with the electrode shall be of GI in the
case of GI pipe and GI plate earth electrodes, and forged tinned brass in case of copper plate
electrodes.
1.3.2.4 PROTECTIVE (Earth continuity/Loop earthing) CONDUCTOR:
The material and size of protective conductors shall be as specified in the BOQ.
1.4 LOCATION FOR EARTH ELECTRODES
Normally an earth electrode shall not be located closer than 1.5 m from any building. Care shall be
taken to see that the excavation for earth electrode does not affect the foundation of the building; in
such cases, electrodes may be located further away from the building, with the prior approval of
the consultants.
The location of the earth electrode will be such that the soil has a reasonable chance of remaining moist
as far as possible. Entrances, pavements and road ways, should be avoided for locating earth
electrodes.

Contractor 225 Engineer-in-Charge


1.5 INSTALLATION
1.5.1 ELECTRODES
1.5.1.1 Various types of electrodes
Plate electrode shall be buried in ground with its faces vertical, and its top not less than 3 m below the
ground level.
When more than one electrode (plate/pipe) is to be installed, a separation of not less than 2 m shall be
maintained between two adjacent electrodes.
1.5.2 Artificial treatment of soil
The electrode shall be surrounded by Chemical compound as indicated in tender drawings
1.6 EARTHING CONDUCTOR (Main earthing lead)
In the case of plate earth electrode, the earthing conductor shall be securely terminated on to the
plate with two bolts, nuts, check nuts and washers.

The earthing conductor from the electrode up to the building shall be protected from mechanical injury
by a medium class by 40 mm dia. medium class GI pipe in the case of strip. The protection pipe in
ground shall be buried at least 30 cm deep (to be increased to 60 cm in case of road crossing and
pavements). The portion within the building shall be recessed in walls and floors to adequate depth in
due co-ordination with the building work.

The earthing conductor shall be securely connected at the other end to the earth stud/earth bar
provided on the switch board by bolt, nut and washer.

1.7 PROTECTIVE (Loop earthing/earth continuity) CONDUCTOR


Earth terminal of every switch board in the distribution system shall be bonded to the earth
bar/terminal of the upstream switch board by protective conductor(s).
Two protective conductors shall be provided for a switch board carrying a 3 phase switchgear thereon.
The earth connector in every distribution board (DB) shall be securely connected to the earth
stud/earth bar of the corresponding switch board by a protective conductor.

All metallic switch boxes and regulator boxes in a circuit shall be connected to the earth connector
in the DB by protective conductor (also called circuit protective or loop earthing conductor), looping
from one box to another upto the DB.

The earth pin of socket outlets as well as metallic body of fan regulators shall be connected to the
earth stud in switch boxes by protective conductor. Twisted earth connections shall not be accepted in
any case.
1.8 EARTH RESISTANCE
The earth resistance at each electrode shall be measured. No earth electrode shall have a greater ohmic
resistance than 5 ohms as measured by an approved earth testing apparatus.
Where the above stated earth resistance is not achieved, necessary improvement shall be made
by additional provisions, such as additional electrode(s), different type of electrode, or artificial
chemical treatment of soil etc., as may be directed by the consultants.

1.9 MARKING:
Earth bars/terminals at all switch boards shall be marked permanently, "E" or as;
Main earthing terminal shall be marked "SAFETY EARTH - DO NOT DISCONNECT".

Contractor 226 Engineer-in-Charge


TABLE VIII

MATERIALS AND SIZES OF EARTH ELECTRODES


------------------------------------------------------------------------------------------------------------
Type of Electrode Material Size
-----------------------------------------------------------------------------------------------------------
Plate Copper 60 cm x 60 cm x 3 mm thick.
Plate GI 60 cm x 60 cm x 6 mm thick.

It shall be carried out as per Pwd/Mcg GENERAL SPECIFICATIONS FOR ELECTRICAL WORKS
( INTERNAL) with all upto date amendments.

*********

Contractor 227 Engineer-in-Charge


SECTION - 7
EARTHING:-
1.1 SCOPE:
This chapter covers the essential requirements of earthing system components and their installation. For
details not covered in these Specifications, IS Code of Practice on earthing (IS: 3043-1987 ammended upto
date) shall be referred to.
1.2 APPLICATION
The electrical distribution system in the campus is with earthed neutral (i.e., neutral earthed at the
transformer/ generator end). In addition to the neutral earthing, provision is made for earthing the metallic
body of equipments and non-current carrying metallic components in the sub-station, as well as in the
internal electrical installations.
Earthing requirements are laid down in Indian Electricity Rules, 1956, as amended from time to time,
and in the Regulations of the Electricity Supply Authority concerned.
1.3 MATERIALS
1.3.1 EARTH ELECTRODES
1.3.1.1 Types
The type of earth electrode shall be Chemical earth electrode.
1.3.2.1 Electrode materials and dimensions
The materials and minimum sizes of earth electrodes shall be as per BOQ.
1.3.2.2 EARTHING CONDUCTOR:
The earthing conductor (protective conductor from earth electrode up to the main earthing terminal/earth
bus, as the case may be) shall be of the same material as the electrode, viz. GI or copper, and in the form
of wire or strip as specified in BOQ.
1.3.2.3 HARDWARE ITEMS
All hardware items used for connecting the earthing conductor with the electrode shall be of GI in the case
of GI pipe and GI plate earth electrodes, and forged tinned brass in case of copper plate electrodes.
1.3.2.4 PROTECTIVE (Earth continuity/Loop earthing) CONDUCTOR:
The material and size of protective conductors shall be as specified in the BOQ.
1.4 LOCATION FOR EARTH ELECTRODES
Normally an earth electrode shall not be located closer than 1.5 m from any building. Care shall be taken to
see that the excavation for earth electrode does not affect the foundation of the building; in such cases,
electrodes may be located further away from the building, with the prior approval of the consultants.
The location of the earth electrode will be such that the soil has a reasonable chance of remaining moist as
far as possible. Entrances, pavements and road ways, should be avoided for locating earth electrodes.
1.5 INSTALLATION
1.5.1 ELECTRODES
1.5.1.1 Various types of electrodes

Contractor 228 Engineer-in-Charge


Plate electrode shall be buried in ground with its faces vertical, and its top not less than 3 m below the
ground level.
When more than one electrode (plate/pipe) is to be installed, a separation of not less than 2 m shall be
maintained between two adjacent electrodes.
1.5.2 Artificial treatment of soil
The electrode shall be surrounded by Chemical compound as indicated in tender drawings
1.6 EARTHING CONDUCTOR (Main earthing lead)
In the case of plate earth electrode, the earthing conductor shall be securely terminated on to the plate
with two bolts, nuts, check nuts and washers.
The earthing conductor from the electrode up to the building shall be protected from mechanical injury by a
medium class by 40 mm dia. medium class GI pipe in the case of strip. The protection pipe in ground shall be
buried at least 30 cm deep (to be increased to 60 cm in case of road crossing and pavements). The portion
within the building shall be recessed in walls and floors to adequate depth in due co-ordination with the
building work.
The earthing conductor shall be securely connected at the other end to the earth stud/earth bar provided
on the switch board by bolt, nut and washer.
1.7 PROTECTIVE (Loop earthing/earth continuity) CONDUCTOR
Earth terminal of every switch board in the distribution system shall be bonded to the earth bar/terminal of
the upstream switch board by protective conductor(s).
Two protective conductors shall be provided for a switch board carrying a 3 phase switchgear thereon.
The earth connector in every distribution board (DB) shall be securely connected to the earth stud/earth
bar of the corresponding switch board by a protective conductor.
All metallic switch boxes and regulator boxes in a circuit shall be connected to the earth connector in
the DB by protective conductor (also called circuit protective or loop earthing conductor), looping from
one box to another upto the DB.
The earth pin of socket outlets as well as metallic body of fan regulators shall be connected to the earth
stud in switch boxes by protective conductor. Twisted earth connections shall not be accepted in any case.
1.8 EARTH RESISTANCE
The earth resistance at each electrode shall be measured. No earth electrode shall have a greater ohmic
resistance than 5 ohms as measured by an approved earth testing apparatus.
Where the above stated earth resistance is not achieved, necessary improvement shall be made by
additional provisions, such as additional electrode(s), different type of electrode, or artificial chemical
treatment of soil etc., as may be directed by the consultants.
1.9 MARKING:
Earth bars/terminals at all switch boards shall be marked permanently, "E" or as;
Main earthing terminal shall be marked "SAFETY EARTH - DO NOT DISCONNECT".

Contractor 229 Engineer-in-Charge


TABLE VIII

MATERIALS AND SIZES OF EARTH ELECTRODES


------------------------------------------------------------------------------------------------------------
Type of Electrode Material Size
-----------------------------------------------------------------------------------------------------------
Plate Copper 60 cm x 60 cm x 3 mm thick.
Plate GI 60 cm x 60 cm x 6 mm thick.

It shall be carried out as per Pwd/Mcg GENERAL SPECIFICATIONS FOR ELECTRICAL WORKS (INTERNAL) with
all upto date amendments.

*********

Contractor 230 Engineer-in-Charge


SECTION – 9
STRUCTURED CABLING FOR TELEPHONE SYSTEM

1 STRUCTURED CABLING FOR TELEPHONE SYSTEM


This section contains the definitions of terms, acronyms and abbreviations that have special technical
meaning of that are unique to the technical content of the standard special definitions that are appropriate
to individual technical sections are included.

1.1 DEFINITIONS
ADAPTER: It will be a device that will enable different sizes or shape of plugs to mate with one another or
to fit into a telecommunications outlet or provide for the rearrangement of leads that allow large cables
with numerous wires to fan out into smaller groups of wires, or make interconnections between cables.
CROSS CONNECT: A group of connection points, wall or rack mounted, tied to mechanically terminate and
administer building wiring.
PATCH CORD: A length of wire or optical fiber cable with connectors on each end used to join
communications circuits at a cross connect.
PATCH PANEL: A system of terminal blocks, patch cords, backboards that facilitate administration of cross-
connected fields for moves and rearrangements.
TELECOMMUNICATIONS OUTLET: A connecting device located in a work area on which horizontal wiring
system cable terminates and which will receive a mating connector.
1.2 BASIS OF DESIGN:
Depending upon the characteristics of the individual application, choice with respect to transmission media
has been made. In making this choice factors which have been considered include.
Flexibility with respect to supported services;
Required useful life of backbone wiring;
Site size and user populations.
Since building occupants needs for telecommunications services vary over time and from occupant to
occupant hence plans for the future use of the backbone wiring may range from highly predictable to very
uncertain. Wherever possible, different service requirements have been determined.
1.3 BACKBONE WIRING
1.3.1 General
The function of the backbone wiring shall be to provide interconnections between telecommunications
closets, equipment rooms and entrance facilities in the telecommunications wiring system. The backbone
wiring shall consist of the transmission media, intermediate and main cross connects, and mechanical
terminations for interconnection of telecommunications closets, equipment rooms and entrance facilities.
The backbone wiring shall include transmission media in the building.
The backbone wiring shall use the star topology wherein each telecommunications closet shall be wired to
a main cross connect / patch panel or an intermediate cross connect then to a main cross-connects / patch
panel. There shall be no more than two hierarchical levels of cross connects / patch panel in the backbone
wiring. Interconnections between any two telecommunications closet shall pass through three or fewer
cross-connects / patch panel.
Bridged taps shall not be permitted as part of the backbone wiring.
Either of the following four types of cables shall be used for backbone wiring as defined in schedule of
quantities.
i. 100-ohm UTP multiplier backbone cable.
ii. 150-ohm STP cable

Contractor 231 Engineer-in-Charge


iii. 50-ohm coaxial cable.
The tenderer has to assure that cross talk coupling between individual, unshielded twisted-pairs shall not
affect the transmission performance of multi-pair cables.

1.4 HORIZONTAL WIRING


1.4.1 General
The horizontal wiring shall be the portion of the telecommunications wiring system that will extend from
the work area telecommunications outlet to the telecommunications closet. The horizontal wiring shall
include the telecommunications outlet in the work area, mechanical termination for the horizontal cables,
and cross-connections located in the telecommunications closet.
The horizontal wiring shall be capable of handling he following minimum services.
i. Voice telecommunications.
ii. Premises switching equipment.
iii. Local area network (LAN)
The horizontal wiring shall be a star topology with each work area telecommunications outlet connected to
a telecommunications closet. Horizontal wiring shall preferably contain no more than one transition point
between different forms of the same cable type.
Bridged taps shall not be permitted as part of the horizontal wiring.
The maximum horizontal distance shall be limited to 90 meters (295 ft) independent of media type i.e. the
cable length from the mechanical terminating of the media in the telecommunications closet to the
telecommunications outlet in the work area shall be limited to this distance. This horizontal distance
includes cabling required from the telecommunications outlet to the work station. Horizontal cable shall be
limited to one of the following four types of as listed out in the schedule of quantities.
i. Four-pair 100-ohm unshielded twisted pair (UTP) cables.
ii. Two-pair 150-ohm shielded twisted pair (STP) cable.
iii. 50-ohm coaxial cables.
iv. 62.5/125 um optical fiber cable.

1.4.2 Grounding Considerations


Grounding system shall be an integral part of the telecommunications wiring system. In addition to helping
protect personnel and equipment from hazardous voltages, the grounding system shall reduce the effect of
electromagnetic interference ((EMI) to and from the telecommunications wiring system.
Grounding shall meet the NEC requirements and practices or local authorities or codes whichever impose a
more stringent requirement.The following shall be considered for the grounding system:
Installation conforms with proper practices and requirements.
Each telecommunications closet shall have an appropriate grounding access.
Grounding shall be available for cross-connect frames, patch panel racks, telephone and data

equipment and equipment required for maintenance and testing.

1.5 BACKBONE WIRING DISTANCES


Telecommunications Closet to Main Cross-Connect
The maximum backbone distance between the main cross-connect patch panel and the mechanical
termination in the telecommunications closet shall be as follows:
For 100 ohm UTP cable, maximum distance between telecommunication closet and main cross connect /
panel shall be 800 mts. For 150 ohm STP cable, maximum distance between telecommunication closet and

Contractor 232 Engineer-in-Charge


main cross connect shall be 700 mts. Telecommunications equipment which connect directly to main or
intermediate cross-connects / patch panel shall done via cables of 30 m or less.
1.6. WORK AREA
The work area shall be defined as those components which extend from the telecommunications outlet
end of the horizontal wiring to the station equipment. The station equipment shall be any of the number
of devices including but not limited to telephones, data terminals and computers.
When adapters are needed at the work area, they shall be external to the telecommunications outlet.
Following adaptations at the work shall be followed:
A special cable or adapter when the equipment connector is different from the telecommunication outlet
connector.
A “Y” adapter when two services run on a single multiplier cable.
Passive adapters when the cable type in the horizontal wiring is different from the cable type required by
the equipment.Active adapters when connecting devices use different signaling schemes.Pair transposition
wherever necessary for compatibility.Termination resistors wherever required in the work area. These
shall be external to the telecommunications outlet.
1.7 TELECOMMUNICATIONS CLOSET
A telecommunications closet shall be defined as an area within the building set aside for the exclusive
purpose of housing equipment associated with the telecommunications wiring system. There shall be no
upper limit on the number of telecommunications closets which may be provided within the building. The
telecommunication closet shall have following three possible configurations.
1.7.1 Horizontal Backbone Connection
The telecommunications closet shall contain the mechanical terminations for a portion of the horizontal
wiring system and a portion for the backbone wiring system. In such a case the telecom closet shall provide
facilities (space, power, grounding etc.) for the passive (cross-connect) / patch panel or active devices or
both used to interconnect the two system.
1.7.2 Backbone Wiring System Interconnection
The telecommunications closet may contain the intermediate cross-connect / patch panel or main cross
connect / patch panel for different portions of the backbone wiring system. In this usage, the
telecommunications closet shall provide facilities for the passive or active devices or both used to
interconnect two or more portions or the backbone wiring system.
1.7.3 Entrance Facilities
A telecommunications closet may be used to contain the demarcation point or an interbuilding entrance
facility. In this usage, the telecommunications closet shall provide facilities for the active and / or passive
devised required to interconnect the demarcation point or interbuilding entrance facility or both to the
telecommunication wiring system.The design of the telecommunications closet shall be as per the
requirements of EIA/TIA-569.
1.8 EQUIPMENT ROOM
The equipment room shall be defined as an area within the building where telecommunications systems
shall be housed along with the mechanical termination of one or more portions of the telecommunications
wiring system. Equipment room shall be considered to be distinct from telecommunications closets
because of the nature or complexity of the equipment they contain. Any or all of the functions of a
telecommunications closet shall be alternatively provided by an equipment room.
1.9 CABLE SPECIFICATIONS
This section covers the detailed specifications of the cable for the horizontal and backbone wiring sections.
All cables shall meet the requirement of the EIA 568 category 6 for voice whichever impose a more
stringent requirement.

Contractor 233 Engineer-in-Charge


1.9.1 100 Ohm Category 6 UTP Cable
The cable shall consist of 24 AWG solid copper conductors, insulated with HDPE. All conductors shall be
conferred with a low smoke halogen jacket. it shall be possible to obtain transmission rate of 10 mbps upto
150 m. This cable shall meet the specifications of EIA/ITA-568, IEEE 802.3,10 BASE-T, IEEE 802.5 % ICEA.
1.9.1.1 Pair Assembly
The cable shall be restricted to four pair size to support a broad range of applications. The pair twists of any
pair shall not be exactly the same as any other pair. The pair twist lengths shall be selected be the
manufacturer to ensure compliance with the crosstalk requirements of this standard.
1.9.1.2 Color Codes
The color codes shall be as shown below:
Conductor Color Code Abbreviation
Identification
-----------------------------------------------------------------------------------------------------
Pair 1 White-Blue (W-BL)

Blue (BL)

Pair 2 White-Orange (W-O)

Orange (O)

Pair 3 White-Green (W-G)

Green (G)

Pair 4 White-Brown (W-BR)

Brown (BR)

1.9.1.3 Cable Diameter

The diameter of the jacketed cable shall be less than 5.6 mm.

1.9.1.4 DC Resistance

The resistance of any conductor, measured in accordance with ASTM D 4566 shall not exceed 28.6
ohms per 1000 ft.

1.9.1.5 DC Resistance Unbalance

The resistance unbalance between the two conductors of any pair shall not exceed 5% in
accordance with ASTM D 4566.

1.9.1.6 Mutual Capacitance

The mutual capacitance of any pair at 1 Khz, measured in accordance with ASTM D 4566 shall not
exceed 20 nF per 1000.

1.9.1.7 Capacitance Unbalance Pair to Ground

The capacitance unbalance to ground at 1 Khz of any pair, measured with ASTM D 4566 shall not
exceed 1000 pF per 1000 ft.

1.9.1.8 Attenuation

Contractor 234 Engineer-in-Charge


The attenuation of any pair cat-6 cables shall take performance to 300 Mhz in accordance with
ASTM 4566.

Frequency (MHz) Maximum Attenuation (dB per 1000 ft)

1.0 6.3

4.0 13

8.0 18

10.0 20

1.9.1.9 Characteristic Impedance

The characteristic impedance shall meet the following requirements when measured using the
equipment test procedure given in the ASTMN D 4566.

1.9.1.10 Near and Crosstalk

The near-end cross talk coupling loss between any two pairs within a cable shall be in accordance
with ASTM D 4566

1.9.2 Hook - UP Wire

The hookup wire shall be solid annealed copper conductors individually insulated with PVC
with insulation marked at regular intervals with an additional code for colors. The pair sizes shall
be 1,2,3 or 4 as specified in schedule of quantities.

The electrical specifications shall be as follows:

DC Resistance 52 ohm per 1000 ft.

Mutual capacitance 4.9 nF per 100 mt.

1.9.3 Riser Cable

This cable shall consist of solid copper conductors insulated with expanded polyethylene
covered by a PVC sheet. The core shall be covered with a layer of plastic tape and
overlaid with a corrugated PVC plastic. it shall be suitable to be used without conduit.
The cable shall meet. EIA/TIA -568, C S A T -529, IEEE 802.3 & 10 B A S E -T. The pair
sizes shall be as per the schedule of quantities. The cable shall meet the following
specifications.

Maximum DC Resistance 26.5 ohm per 100 ft.

Maximum D C Unbalanced Resistance 17%

Mutual Capacitance at 1 Khz 16 nF per 1000 ft.

*********

Contractor 235 Engineer-in-Charge


SECTION – 10

STRUCTURED CABLING FOR MATV SYSTEM

1 MATV SYSTEM
1.1 COAXIAL CABLES
The coaxial cables shall be of wideband type with operation upto 860 MHz capability, with PE dielectric
and PVC jacket.
The cables shall meet or exceed the following specifications
6 Foam Series 11 Foam Series 500 Series

IS Standard IS:14131 5CA4 7CA4

Centre Copper 1.02 mm 1.63 mm 2.77


Conductor Dia.

Dielectric Dia. 4.57 mm 7.11 mm 11.43

Dielectric Material Cellular PE Cellular PE Cellular PE

Outer Dia. 7.0 mm 10.03 mm 14.22

Bending Radius >75 mm >115 mm >200mm

Impedance 75 Ohms 75 Ohms 75 Ohms

Return Loss >23 dB >23 dB >23Db

Attenuation at 20° C Max dB/100 Mtr Max dB/100 Mtr Max dB/100 Mtr

5 MHz 1.9 1.25 0.52

45 MHz 5.25 3.5 1.61

300 MHz 11.65 7.38 4.3

450 MHz 14.45 9.02 5.35

550 MHz 16.1 9.97 5.97

860 MHz 20.1 12.52 7.65

1.2 TAPOFF
These shall be of ultra wide bandwidth and of hybrid type
These shall have a flat frequency response over the entire operating range.
These shall have aluminium cast housing for high frequency radiation resistance.
The tapoffs shall be available in one way, two way and four way configurations.

Contractor 236 Engineer-in-Charge


The Tap offs shall be available in different Tap values ranging from 11dB, 15dB, 20dB, 25dB & 30 dB to
enable uniform signal balancing.
The Tapoffs shall meet or exceed the following Specifications.
One way Two way Four way

Tap Loss 15 - 20 dB 15 - 20 dB 15 - 20 dB

Through Loss 2.0 - 0.5 dB 2.5 - 1.0 dB 3 - 1.5 dB

Isolation > 22 dB > 22 dB > 22 dB

Screening Factor >75 dB >75 dB >75 dB

Impedance 75 Ohms 75 Ohms 75 Ohms

1.3 SPLITTERS
These shall be of ultra wide band width and of hybrid type
These shall have a flat frequency response over the entire operating range.
These shall have a aluminium cast housing for high frequency radiation resistance.
The splitters shall be available in 2 way, 3 way & 4 way Configurations.
The Splitters shall be meeting or exceed the following specifications
Two way Three way Four way

Through Loss 3.5 dB 6 dB 7.5 dB

Isolation > 20 dB > 20 dB > 20 dB

Screening Factor > 75 dB > 75 dB > 75 dB

1.4 CATV AMPLIFIERS (LINE EATENDER)


1.4.1 The CATV Amplifier shall be of ultra wideband type and fully hybrid solid state.
1.4.2 The CATV Amplifier shall have a single I/P and single 0/P connector with a- 20 dB monitor ports.
1.4.3 The CATV Amplifier shall incorporate its own DC supply unit and shall only require a source of 220 V
AC.
1.4.4 The CATV Amplifier shall be housed in a high frequency resistant Aluminium housing
1.4.5 The CATV Amplifier shall have an in built variable equaliser and Attenuator for site signal condition
adjustments.
The CATV Amplifier shall meet or exceed the following Specifications
1.4.6 Forward Frequency Range : 45 - 860 MHz
1.4.7 Video Signal / Noise : 55 dB /Min
1.4.8 Gain : 36 dB
1.4.9 Gain Adjustment : Plug in fixed variable 10 dB

Contractor 237 Engineer-in-Charge


1.4.10 Maximum O/P level : 114 dB µv as per DIN 45004B
1.4.11 Noise Figure : < 6 dB
1.4.12 Flatness of response : ± 1 dB over entire band
1.4.13 Level stability : ± 0.5 dB (-10° C to +50° C)
1.4.14 Equalisation Plug in Fixed and 0 -9 dB : continuously variable
1.4.15 Return Frequency Range : 5-30 MHz
1.4.16 Return path gain : < -2 dB (optional Plug-in
Amplifier 15 dB )
1.4.17 Housing : Aluminium
1.5 TV ROOM OUTLET
The Room Outlet shall have IEC Male Plug fixed for mating with IEC Female Plug of Connecting Lead.
The Room Outlet shall have either a screw clamp connection or 'F' Connector connections for
connecting In-house Cable to Room Outlet.
The Room Outlet shall provide DC isolation for centre conductor between TV Set and Distribution
network.
The room outlet shall meet or exceed the following specifications
End of line type Through type Splitter type

Through Loss --- 1 dB 3.5 dB

Branch Loss 0.5 dB 12 dB 3.5 dB

Screening Factor >50 dB >50 dB >50 dB

Impedance 75 Ohms 75 Ohms 75 Ohms

1.6 CONNECTING LEADS


The connecting leads shall use a standard Coaxial cable of 75 ohms Impedanc. (at least RG-6)
The connecting leads shall have a male plug at both ends.
The connectors used at both ends shall confirm to DIN 42325 and should be moulded on to the cable.
The length of the connecting lead shall be 1.5 m
The connecting lead shall have a screening factor of >50 dB.

Contractor 238 Engineer-in-Charge


CHAPTER – 11

LIGHTING FIXTURES

• All lighting fixtures shall be suitable for use on single Phase, 230 Volts, and 50 cycles AC supply system.

• Fixtures shall be provided with heavy duty low loss open construction copper wound ballast, power
factor improvement capacitor, lamp and starter holders and connector block. The control gear shall be
rugged in construction and shall function without overheating over the entire length of its useful life.
The starter shall be suitable for repeated switching operations without premature failure.

• All fixtures shall be duly wired with appropriate size of copper conductor, PVC insulated wire.

• All wires, when passing near a heat source within the fixture, shall be provided with an additional
protective sleeve.

• Suitable earthing terminal shall be provided.

• The Fixture body made of Aluminium/ CRCA MS shall be duly precision fabricated, duly finished,
pretreated and powder coated / Stove enameled. The body shall be so designed to ensure sufficient
heat dissipation and avoid overheating of control gear.

• All hardware shall be MS zinc Passivated and shall resist rusting. Locking nuts/ washers shall be provided
wherever required to prevent accidental loosening.

• All aluminium reflectors wherever provided shall be electrochemically brightened and anodized.

• The optical system shall be designed for optimum light distribution.

• The fixtures shall be complete with all accessories and shall be ready for use.

**********

Contractor 239 Engineer-in-Charge


CHAPTER – 12

DIGITAL-NETWORK LIGHTING CONTROLS

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes:
Digital-Network Lighting Control System.

1.2 REFERENCES

A. American National Standards Institute/Institute of Electrical and Electronic Engineers (ANSI/IEEE) (and)
C62.41-1991 – Recommended Practice for Surge Voltages in Low-Voltage AC Power Circuits.
ANSI C12.20 Accuracy Standards
B. ASTM International (ASTM) ()
D4674 -02a Standard Test Method for Accelerated Testing for Color Stability of Plastics Exposed to Indoor
Fluorescent Lighting and Window-Filtered Daylight.
G21-96 (2002) - Standard Practice for Determining Resistance of Synthetic Polymeric Materials to Fungi.
G22-76 (1996) - Standard Practice for Determining Resistance of Plastics to Bacteria.
C. Canadian Standards Association (CSA) ().
CSA C22.2 # 14 Industrial Control Equipment
CSA C22.2 # 184 Solid-State Lighting Controls
CSA C22.2 # 156 Solid-State Speed Controls
CSA C22.2 # 42.1-00 Cover Plates for Flush Mounted Wiring Devices
CSA C22.2 # 42-99 General Use Receptacles
CSA C22.2 #. 74 – Electronic Ballast Standard
CSA 22.2 # 223 - Power Supplies with Extra-Low-Voltage Class 2 Outputs.
D. International Electro technical Commission ().
(IEC) 801-2 Electrostatic Discharge Testing Standard.
IEC/EN 60669-2-1 Switches for household and similar fixed electrical installations - electronic switches.
I EC/EN 55014-1 (2000) - Emission Test for Electrical Motor-Operated and Thermal Appliances for Household
and Similar Purposes, Electrical Tools and Similar Electrical Apparatus.
IEC/EN 61000-3-2 (2000) - Limits for Harmonic Currents Emissions.
IEC/EN 61000-3-3 (1995) - Limitation of Voltage Fluctuations and Flicker.
IEC/EN 55014-2 (1997) - Immunity Test for Household Appliances Electrical Tools and Similar Electrical
Appliances.
IEC/EN 60335-1 (2004) - Household and Similar Electrical Appliances - General Requirements.
IEC/EN 60335-2-97 (2002) - Household and Similar Electrical Appliances - Particular Requirements for Drives

Contractor 240 Engineer-in-Charge


for Roller Shutters, Awnings, Blinds, and Similar Equipment.
E. International Organization for Standardization (ISO)
9001:2000 – Quality Management Systems.
F. National Electrical Manufacturers Association (NEMA)
WD1 (R2005) - General Color Requirements for Wiring Devices.
WD6 – Dimensional Specifications.
Ballast standards
G. Norma Official Mexicana (NOM).
NOM-003-SCFI Productos eléctricos - Specifications de seguridad (Electrical products - Safety Specifications)
H. Underwriters Laboratories, Inc. (UL) ():
94 – Flammability Rating
489 (2002) - Molded-Case Circuit Breakers, Molded-Case Switches, and Circuit-Breaker Enclosures.
UL498 – Standard for Attachment Plugs and Receptacles.
508 (1999) - Standard for Industrial Control Equipment.
UL514C – Standard for Non-metallic Outlet Boxes, Flush Device Boxes, and Covers.
916 – Energy Management Equipment.
924 (2003) - Emergency Lighting and Power Equipment
1310 – Class 2 Power Units.
1472 (1996) - Solid-State Dimming Controls.
I. National Fire Protection Association (NFPA) 701 (2004) - Standard Methods of Fire Tests for Flame
Propagation.

1.3 SYSTEM DESCRIPTION

A. System includes:
[Factory assembled dimming and switching panels] [and] [power interfaces and power modules]
Low voltage [control stations] [and] [control interfaces] [and] [sensors]
[Permanently installed occupancy/vacancy sensors] [and power packs]

1.4 SUBMITTALS

A. Submit under provisions of Section [013300.] [______.]


B. Specification Conformance Document: Indicate whether the submitted equipment:
Meets specification exactly as stated.
Meets specification via an alternate means and indicate the specific methodology used.
C. Shop Drawings; include:
Schematic (one-line diagram) of system.
Shade schedule indicating room number, opening sizes, quantities and key to details.

Contractor 241 Engineer-in-Charge


Head, jamb and sill details, and mounting dimension requirements for each product and mounting
condition.
D. Samples:
Samples showing available color and finish selections for controls.
E. Product Data: Catalog cut sheets with performance specifications demonstrating compliance with
specified requirements.
F. Sequence of Operation to describe how each area operates and how any building wide functionality is
described.
G. Quality Control Submittals:
Test Reports: Indicating compliance with specified fabric properties.
Certification: Morton International Laboratory Report for PVC coated fabrics and bacterial and mildew
resistance.

1.5 CLOSEOUT SUBMITTALS

A. [Sustainable Design Closeout Documentation (LSC-LEED-DOC)


Lighting Control System Manufacturer to provide Enhanced Start-up documentation that details the start-up
procedure being performed including a process to follow, details on tests performed and an area that
documents any test results.]

1.6 QUALITY ASSURANCE

A. Manufacturer Qualifications:
Minimum [10] [__] years experience in manufacture of lighting management systems.
Manufacturer: Minimum [5] [__] years experience in manufacture of precision-engineered, low-voltage
motorized shading systems.
Quality System: Registered to ISO 9001:2000 Quality Standard, including in-house engineering for product
design activities.
Assign responsibility for design, engineering, installation, and performance of window shade system to single
manufacturer and their qualified dealers and installers.
Qualified to supply specified products and to honor claims against product presented in accordance with
warranty.
B. Lighting control system components:
Listed by [UL] [CSA] specifically for the required loads. Provide evidence of compliance upon
request.

1.7 DELIVERY, STORAGE, AND HANDLING

A. Store products in manufacturer's unopened packaging until ready for installation.


B. Include installation, programming, and maintenance instructions.

Contractor 242 Engineer-in-Charge


1.8 PROJECT CONDITIONS

A. Do not install equipment until following conditions can be maintained in spaces to receive equipment:
Ambient temperature:
a. Lighting Control System and Window Shades: 0 degrees to 40 degrees C (32 degrees to 104 degrees F).
Relative humidity: Maximum 90 percent, non-condensing.
Lighting control system must be protected from dust during installation.
B. Do not install products under environmental conditions outside manufacturer's absolute limits.

1.9 WARRANTY

A. Provide Manufacturer’s Warranty:


Standard 1-year warranty.

1.10 MAINTENANCE MATERIAL SUBMITTALS

A. Make ordering of new equipment for expansions, replacements, and spare parts available to end-user,
qualified dealer or installer.
B. Make new replacement parts available for minimum of 10 years from date of manufacture.

PART 2 - PRODUCTS

2.1 GENERAL
A. Lighting Controls: Ten-year operational life while operating continually at any temperature in an
ambient temperature range of 0 degrees C (32 degrees F) to 40 degrees C (104 degrees F) and 90
percent non-condensing relative humidity.
B. Designed and tested to withstand discharges without impairment of performance when subjected to
discharges of 15,000 volts per IEC 801-2.

2.2 DIMMING / RELAY PERFORMANCE REQUIREMENTS

A. Electrolytic capacitors to operate at least 20 degrees C below the component manufacturer's maximum
temperature rating when device is under fully-loaded conditions in 40 degrees C (104 degrees F)
ambient temperature.
B. Load Handling Thyristors (SCRs and triacs), Field Effect Transistors (FETs), and Isolated Gate Bipolar
Transistors (IGBTs): The component’s maximum current rating to be at least two times the
dimmer’s/relay’s rated operating current.
C. Capable of withstanding repetitive inrush current of 50 times operating current without impacting
lifetime of dimmer/relay.
D. Design and test dimmers/relays to withstand line-side surges without impairment to performance.
Panels: Withstand surges without impairment of performance when subjected to surges of
6,000volts, 3,000 amps per ANSI/IEEE C62.41 and per IEC 61000-4-5 surge requirements.

Contractor 243 Engineer-in-Charge


Other power handling devices: Withstand surges without impairment of performance when subjected
to surges of 6,000 volts, 200 amps per ANSI/IEEE C62.41.
E. Power failure memory and dimmer/relay recovery:
When power is interrupted and subsequently returned, within 3 seconds lights will automatically
return to same levels (dimmed setting, full on, or off) prior to power interruption.
F. Dimmers:
Provide real-time cycle-by-cycle compensation for incoming line voltage variations including changes
in RMS voltage (plus or minus 2 percent change in RMS voltage/cycle), frequency shifts (plus or
minus 2 Hz change in frequency/second), dynamic harmonics, and line noise.
Systems not providing cycle-by-cycle compensation to include external power conditioning
Equipment as part of dimming system.
Each dimmer to incorporate electronic "soft-start" default at initial turn-on that smoothly ramps lights
up to the appropriate levels within 0.5 seconds.
Utilize air gap off to disconnect the load from line supply.
Control all light sources in smooth and continuous manor. Dimmers with visible steps are not acceptable.
Each dimmer to be assigned a load type that will provide a proper dimming curve for the specific light
source.
Possess ability to have load types assigned per circuit, configured in field.
Minimum and maximum light levels user adjustable on circuit-by-circuit basis.
Line Voltage Dimmers; Meet following load-specific requirements:
a. Magnetic Low Voltage (MLV) transformer:
1) Contain circuitry designed to control and provide a symmetrical AC waveform to input of magnetic low
voltage transformers per UL 1472, Section 5.11.

2) Dimmers using unipolar load current devices (such as FETs or SCRs) to include DC current protection in
the event of a single device failure.

b. Electronic Low Voltage (ELV) transformer:


1) Dimmer to operate electronic low voltage transformers via reverse phase control. Alternately, forward
phase control dimming may be used if dimming equipment manufacturer has recommended specific
ELV transformers being provided.

c. Neon and cold cathode transformers:


1) Magnetic transformers: UL listed for use with normal (low) power factor magnetic transformers.
Electronic transformers: Must be supported by the ballast equipment manufacturer for control of
specific ballasts being provided.
2) Electronic transformers: Must be supported by the ballast equipment manufacturer for control of
specific ballasts being provided.

Contractor 244 Engineer-in-Charge


3) Electronic transformers: Must be supported by the ballast equipment manufacturer for control of
specific ballasts being provided.
Low Voltage Dimming Modules; Meet following requirements:
d. Coordination between low voltage dimming module and line voltage relay: Capable of being
electronically linked to single zone.
e. Single low voltage dimming module; capable of controlling following light sources:

1) 0-10V analog voltage signal.


a) Provide Class 2 isolated 0-10V output signal conforming to IEC 60929.

b) Sink current via IEC 60929.


c) Source current.

2) 10-0V reverse analog voltage signal.


3) DSI digital communication.

4) DALI broadcast communication IEC 60929:


a) Logarithmic intensity values in compliance with IEC 60929.

b) Linear intensity values for use with LED color intensity control.
5) PWM IEC 60929.

2.3 [ENERGI SAVR NODE] LIGHTING CONTROL MODULE


A. 0-10V Lighting Control Module:
Product: QSN-4T16-S
Meet the following requirements:
Coordination between low voltage dimming module and line voltage relay: Capable of being
electronically linked to single zone.
a. Single low voltage dimming module; capable of controlling following light sources:

1) 0-10V analog voltage signal.


a) Provide Class 2 isolated 0-10V output signal conforming to IEC 60929.

b) Sink current per IEC 60929.


2) 10V – 0V analog voltage signal

a) Provide Class 2 isolated 0-10V output signal conforming to IEC 60929.


b) Sink current per IEC 60929.

Mechanical:
b. Listed to UL 508 (United States) as industrial control equipment. CSA (Canada) certified, or NOM
(Mexico) approved as applicable.

c. Delivered and installed as a [UL] [CSA] listed factory assembled panel.

Contractor 245 Engineer-in-Charge


d. Panels passively cooled via free-convection, unaided by fans or other means.
Surface mounted
Switching:
e. Rated life of relay: Minimum 1,000,000 cycles.
f. Load switched in manner that prevents arcing at mechanical contacts when power is applied to and
removed from load circuits.

g. Fully rated output continuous duty for inductive, capacitive, and resistive loads.
h. Module to integrate up to 4 individually controlled zones, each with a capacity of up to 16 amps, of high
in-rush lighting load (magnetic fluorescent ballast, electronic fluorescent ballast, HID, incandescent,
magnetic low-voltage, electronic low-voltage, neon/cold cathode and motor loads).

i. Utilize air gap off – activated when user selects “off” at any control to disconnect the load from line
supply.

Connection without interface to wired:


j. Occupancy sensors
k. Daylight sensors

l. IR receivers for personal control


Capable of being controlled via wireless sensors and controls
Connects to Lighting Management Panel via RS485.
LED status indicators confirm communication with occupancy sensors, daylight sensors, and IR receivers.
Contact Closure Input
m. Directly accept contact closure input from a dry contact closure or solid-state output without interface
to:

n. Activate scenes

a) Scene activation from momentary or maintained closure


2) Enable or disable afterhours

a) Automatic sweep to user-specified level after user-specified time has elapsed

b) System will provide occupants a visual warning prior to sweeping lights to user specified level

c) Occupant can reset timeout by interacting with the lighting system


3) Activate or deactivate demand response (load shed)

a) Load shed event will reduce lighting load by user-specified amount

Emergency Contact Closure Input


o. Turn all zones to full output during emergency state via direct contact closure input from UL 924 Listed
Emergency Lighting Interface, security system or fire alarm system
p. Allow configurable zone response during emergency state.

Contractor 246 Engineer-in-Charge


q. Disable control operation until emergency signal is cleared.
B. Retain article below if low voltage wall station controls are desired to meet project requirements.
Delete article if no low voltage wall station controls will be necessary to meet project requirements.

2.4 CONTROL STATIONS

A. Wired QS Control Stations


Allows controls of any devices part of the Lutron System.
Product: [seeTouch.] [Preset Lighting Controls with Zone Override.]
Electronics:
a. Use RS485 wiring for low voltage communication.

Functionality:
b. Upon button press, LEDs to immediately illuminate.
c. LEDs to reflect the true system status. LEDs to remain illuminated if the button press was properly
processed or the LEDs turn off if the button press was not processed.
d. Allow for easy reprogramming without replacing unit.

Color:
e. [Match NEMA WD1, Section 2.] [Custom color to be selected.]

f. Color variation in same product family: Maximum ΔE=1, CIE L*a*b color units.

g. Visible parts: Exhibit ultraviolet color stability when tested with multiple actinic light sources as defined
in ASTM D4674. Provide proof of testing upon request.
Provide faceplates with concealed mounting hardware.
Engrave control stations in [English] [__________] with appropriate button, zone, and scene engraving
descriptions.
Silk-screened borders, logos, and graduations to use graphic process that chemically bonds graphics to
faceplate, resistant to removal by scratching and cleaning.
Software Configuration:
h. Customizable control station device button functionality:

1) Buttons can be programmed to perform single defined action.


2) Buttons can be programmed to perform toggle actions

3) Buttons can be programmed to perform defined action on press and defined action on release.
Control station device LEDs to support logic that defines when it is illuminated:
i. Scene logic (logic is true when all zones are at defined levels).

j. Room logic (logic is true when at least one zone is on).


k. Pathway (logic is true when at least one zone is on).

Contractor 247 Engineer-in-Charge


2.5 LOW VOLTAGE CONTROL INTERFACES
A. Contact Closure Interface; [Lutron Model QSE-IO]:
The contact closure input device will accept both momentary and maintained contact closures.
The contact closure output device can be configured for maintained or pulsed outputs.
B. Wireless Sensor Module
Product: [QSM5-XW-C]
Wireless Integration
a. Provide wireless communication inputs for:

1) Occupancy sensors
2) Daylight sensors

3) Wireless Controller
b. Provide RF range of 18 meters (60 feet) line of sight or 9 meters (30 feet) through typical
construction materials

c. RF frequency of 865 MHz


Communicate sensor information to wired QS link for use by compatible devices.

2.6 SENSORS

2.7 WIRELESS CEILING OCCUPANCY/VACANCY SENSORS


A. Wireless Ceiling Sensors shall:
Provide 360 degree coverage range
Provide optional customizable mask to block off unwanted viewing areas
Have a battery lifetime of a minimum of 10 years when installed per manufacturer’s instructions.
Communicate directly to compatible RF receiving devices through use of a radio frequency require external
communications link.
No external power packs, power wiring, or communication wiring are required
Provide a clearly visible method of indication to verify that motion is being detected during testing and that
the unit is communicating to compatible RF receiving devices.
Have a multiple segmented lens, with internal grooves to eliminate dust and residue build-up.
Utilize Infrared as its sensing mechanism coupled with Lutron XCT Technology for sensing fine motions.
Signal processing technology detects fine-motion passive infrared (PIR) signals without the need to change
the sensor’s sensitivity threshold.
Utilize Lutron Clear Connect Technology to ensure reliable RF communications
RF frequency of [865 MHz]
Have optional, readily accessible, user adjustable controls for timeout, automatic/manual-on, and sensitivity.
Have a test mode that provides a visual indication from the face of the unit to verify correct sensor

Contractor 248 Engineer-in-Charge


placement, coverage and operation.
Provide RF range between sensor and compatible RF receiving device(s) of 60 feet (18 meters) line of sight or
30 feet (9 meters) through typical construction materials
Turn off lighting automatically after reasonable and adjustable time delay once the last person to occupy the
space vacates a room or area. Adjustable timeout shall be available for [1], [5], [15], [30] minutes.
System provides ability to add additional timeout system wide without having to make local adjustments on
sensor
System capable of providing the following occupied and unoccupied actions
a. Area level – from 0-100%
b. Preset area scene

c. Daylighting
System can be programmed to change the occupied and unoccupied actions based on button presses,
timeclock, or BACnet
d. System can be configured to apply changes immediately or change of state of occupancy
System provides ability to group multiple sensors such that when one sensor seeing occupancy sends the
area occupied, but all sensors must trip to go unoccupied.
e. Further grouping of areas can be achieved such that when one area goes occupied, multiple areas go
occupied using the same control logic
f. System provides occupancy group 1-way dependency feature, which provides the ability to turn
dependent areas (example hallways) on based on one of many other adjacent controlling areas
(example private offices) going occupied. For the dependent area to turn off, all controlling areas must
be unoccupied. The dependent area going occupied does not make the controlling areas go occupied.

System provides the ability to configure areas so that they respond to occupancy sensors only if the area is in
an unoccupied state (for when a control station may be hit before the occupancy sensor detects occupancy)
Comply with the limits for a Class B device, pursuant to part 15 of the FCC rules.
Power failure memory:
g. Sensors incorporate non-volatile memory. Should power be interrupted and subsequently restored,
sensor settings saved in protected memory shall not be lost.Provide a grace period per Title 24
requirements to send lights to previous level when motion is detected within 30 seconds of going
unoccupied

B. Mounting:
Provide surface mounting bracket compatible with drywall, plaster, wood, concrete, compressed fiber
ceilings.
Provide all necessary mounting hardware and instructions for both temporary and permanent mounting.
Provide temporary mounting means to allow user to check proper performance and relocate as needed

Contractor 249 Engineer-in-Charge


before permanently mounting sensor. Temporary mounting method shall be designed for easy, damage-
free removal.
Ceiling-mount wireless occupancy/vacancy sensors using passive infrared technology shall have a
customizable mask to block off unwanted viewing areas.
Sensor lens shall illuminate during test mode when motion is detected to allow installer to verify coverage
prior to permanent mounting.
C. Wireless occupancy/vacancy sensor can be programmed to operate as an occupancy sensor (automatic-
on and automatic-off functionality), an occupancy sensor with low light feature (automatic-on when
less than 1 fc (10 lux) of ambient light available and automatic-off functionality), or a vacancy sensor
(manual-on and automatic-off functionality).
D. A vacancy-only model shall be available to meet California Title 24 Energy Efficiency Standard
requirements.

2.8 WIRELESS WALL-MOUNT OCCUPANCY/VACANCY SENSORS

A. Wireless Wall-Mount Sensors shall:


Provide [180 degree] coverage range.
Provide optional customizable mask to block off unwanted viewing areas
Have an operational lifetime of 10 years without the need to replace batteries when installed per
manufacturer’s instructions.
Communicate directly to compatible RF receiving devices through use of a radio frequency communications
link.
No external power packs, power wiring, or communication wiring are required
Provide a clearly visible method of indication to verify that motion is being detected during testing and that
the unit is communicating to compatible RF receiving devices (dimmers and switches).
Utilize Infrared as its sensing mechanism coupled with Lutron XCT Technology. Signal processing
technology detects passive infrared (PIR) signals without the need to change the sensor’s sensitivity
threshold.
Utilize Lutron Clear Connect Technology to ensure reliable RF communications
RF frequency of [865 MHz]
Have optional, readily accessible, user adjustable controls for timeout, automatic/manual-on, and sensitivity.
Have a test mode that provides a visual indication from the face of the unit to verify correct sensor
placement, coverage and operation.
Provide RF range between sensor and compatible RF receiving device(s) of 60 feet (18 meters) line of sight or
30 feet (9 meters) through typical construction materials
Turn off lighting automatically after reasonable and adjustable time delay once the last person to occupy the
space vacates a room or area. Adjustable timeout shall be available for [1], [5], [15], [30] minutes.

Contractor 250 Engineer-in-Charge


System provides ability to add additional timeout system wide without having to make local adjustments on
sensor
System capable of providing the following occupied and unoccupied actions
a. Area level – from 0-100%

b. Preset area scene


c. Daylighting

System can be programmed to change the occupied and unoccupied actions based on button presses,
timeclock, or BACnet
d. System can be configured to apply changes immediately or change of state of occupancy
System provides ability to group multiple sensors such that when one sensor seeing occupancy sends the
area occupied, but all sensors must trip to go unoccupied.
e. Further grouping of areas can be achieved such that when one area goes occupied, multiple areas go
occupied using the same control logic

f. System provides occupancy group 1-way dependency feature, which provides the ability to turn
dependent areas (example hallways) on based on one of many other adjacent controlling areas
(example private offices) going occupied. For the dependent area to turn off, all controlling areas must
be unoccupied. The dependent area going occupied does not make the controlling areas go occupied.

System provides the ability to configure areas so that they respond to occupancy sensors only if the area is in
an unoccupied state (for when a control station may be hit before the occupancy sensor detects occupancy)
Comply with the limits for a Class B device, pursuant to part 15 of the FCC rules.
Be capable of turning dimmer’s lighting load on to an optional locked preset level selectable by the user.
Locked preset range shall be selectable on the dimmer from 1 percent to 100 percent.
Power failure memory:
g. Sensors incorporate non-volatile memory. Should power be interrupted and subsequently restored,
sensor settings saved in protected memory shall not be lost.

Provide a grace period per Title 24 requirements to send lights to previous level when motion is detected
within 30 seconds of going unoccupied
B. Mounting:
Provide wall or corner mounting brackets compatible with drywall and plaster walls.
Provide all necessary mounting hardware and instructions for both temporary and permanent
mounting.Provide temporary mounting means to allow user to check proper performance and relocate as
needed before permanently mounting sensor. Temporary mounting method shall be designed for easy,
damage-free removal.
Sensor lens shall illuminate during test mode when motion is detected to allow installer to verify coverage
prior to permanent mounting.
C. Wireless occupancy/vacancy sensor can be programmed to operate as an occupancy sensor (automatic-
on and automatic-off functionality) or a vacancy sensor (manual-on and automatic-off functionality).

Contractor 251 Engineer-in-Charge


D. A vacancy-only model shall be available to meet California Title 24 Energy Efficiency Standard
requirements.

PART 3 -EXECUTION

PART 4INSTALLATION
A. Install equipment in accordance with manufacturer’s installation instructions.
B. Provide complete installation of system in accordance with Contract Documents.
C. Provide dedicated network between Q-Manager computer and Quantum Lighting Management Panels.
D. Provide equipment at locations and in quantities indicated on Drawings. Provide any additional
equipment required to provide control intent.
E. Define each dimmer's/relay’s load type, assign each load to a zone, and set control functions.
F. Mount exterior daylight sensors to point due north with constant view of daylight.
G. Ensure that daylight sensor placement minimizes sensors view of electric light sources; ceiling
mounted and fixture-mounted daylight sensors shall not have direct view of luminaries.
H. Season lamps at full intensity according to lamp manufacturer’s recommendation.
I. Lead lengths to lamp sockets not to exceed three feet (.9m) for T4 4-pin compact lamps and T5
J. BIAX and seven feet (2.1 m) for T5, T5-HO, T8 U-bend, and T8 linear fluorescent lamps.
K. Rapid starts sockets must meet IEC 60400

4.2 SERVICE AND SUPPORT

A. Tech Support
Provide factory direct technical support hotline 24 hours per day, 7 days per week.

4.3 CLOSEOUT ACTIVITIES

A. [Training Visit (LSC-TRAINING)


Lighting Control System Manufacturer to provide [1] [__] day additional on-site system training to site
personnel.]
B. [On-site Walkthrough (LSC-WALK)
Lighting Control System Manufacturer to provide a factory certified Field Service Engineer to demonstrate
system functionality to the Commissioning Agent.]

4.4 MAINTENANCE

A. Offer renewable service contract on yearly basis, to include parts, factory labor, and annual training
visits. Make service contracts available up to ten years after date of system startup.

Contractor 252 Engineer-in-Charge


SECTION – 13
DRAWINGS

The contractor shall submit six complete sets of drawings on white paper to the owner/consultants after
completion of the work.
These drawings must give the following informations, in addition to the information asked for in various other
sections of the specifications:

• Location of all equipments viz. DB’s, Tag Block, fittings etc.

• Conduit/wiring routes clearly indicating the sizes & number of wires and conduit.

• Earthing layout - indicating the type of earth station & size of earth conductor.

• Wiring diagram of DB’s.

• Complete single line diagram for Normal and Emergency supplies.

• Any other information the consultants-in-charge may deam fit.

No completion certificate will be issued until the drawings are submitted. The drawings will be prepared and
submitted by the contractor without any extra charge.

*****

Contractor 253 Engineer-in-Charge


APPENDIX - I
TERMINOLOGY
This appendix indicates some of the commonly used and important terms, relevant for the Internal EI works.

1. Exposed conductive part - A conductive part of electrical equivalent, which can be touched and
which is not normally live, but which may become the earth potential.
2. Direct contact - Contact of persons or livestock with live parts which may result in electrical shock.
3. Indirect Contact - Contact of persons or livestock with exposed conductive parts made live by a fault
and which may result in electric shock.
4. Live Part - A conductor or conductive part intended to be energized in normal use, including a neutral
conductor but, by convention, not a PEN conductor.
5. Touch Voltage - The potential difference between a grounded metallic structure and a point on the
earth surface separated by a distance equal to the normal maximum horizontal reach of
approximately 1 meter.
6. Danger - Danger to health or danger to life or limb from shock, burn or injury from mechanical
movement to persons (and livestock where present), or from fire attendant upon the use of electrical
energy.
7. Earth - The conductive mass of the earth, whose electric potential at any point is conventionally
taken as zero.
8. Earth electrode - A conductor or group of conductors in intimate contact with and providing an
electrical connection to earth.
9. Earth fault loop impedance- The impedance of the earth fault current loop (phase to earth loop),
starting and ending at the point of earth fault.
10. Earth leakage current - A current which flows to earth, or to extraneous conductive parts, in a circuit
which is electrically sound.
11. Earth conductor - A protective conductor connecting the main earth terminal to an earth electrode.
12. Residual current - The algebraic sum of the instantaneous values of current flowing through all
the live conductors of a circuit at a point of the electrical installation.
13. Residual current device (RCD) - A mechanical switching device, intended to cause the opening of the
contacts when the residual current attains a given value under the specified conditions.
14. Switchboard- An assembly of switchgear with or without instruments, but the term does not apply to a
group of local switches in a final circuit.
15. Switchgear - An assembly of main and auxiliary switching apparatus for operation, regulation,
protection or other control of electrical installations.

Contractor 254 Engineer-in-Charge


APPENDIX-II
SAFETY PROCEDURE

1. The Indian Electricity Rules 1956, as amended upto date, are to be followed in their entirety. Any
installation or portion of installation which does not comply with these rules should be got rectified
immediately.

2. The detailed instructions on safety procedures given in B.I.S. Code No. 5216-1969-"Code of Safety
Procedures and Practices in Electrical Works" shall be strictly followed.

3. No inflammable materials shall be stored in places other than the rooms specially constructed for this
purpose in accordance with the provisions of Indian Explosives Act. If such storage is unavoidable, it
should be allowed only for a short period and in addition, special precautions, such as cutting off the
supply to such places at normal times, storing materials away from wiring and switch boards, giving
electric supply for a temporary period with the permission of consultants shall be taken.

4. The electrical switchgears and distribution boards should be clearly marked to indicate the areas being
controlled by them.

5. Before energising on an installation after the work is completed, it should be ensured that all tools
have been removed and accounted, no person is present inside any enclosure of the switch board
etc. any earthing connection made for doing the work has been removed.

Contractor 255 Engineer-in-Charge


APPENDIX-III
FORM OF COMPLETION CERTIFICATE

I/We certify that the installation detailed below has been installed by me/us and tested and that to
the best of my/our knowledge and belief it complies with Indian Electricity Rules, 1956, as well as
the Pwd General Specifications of Electrical Works 1992.

Electrical installation at _______________________________


Voltage and system of supply _____________________________

1. Particulars of work :
(a) Internal Electrical Installation

No. Total load: Type or system of wiring


i) Light point
ii) Fan point
iii) Plug point
a) 3 pin 5 Amp.
b) 3 pin 15 Amp.

(b) Others
Description HP/KW Type of starting
(a) Motors :
(i)
(ii)
(iii)
(b) Other plants :
II. Earthing
(i) Description of earthing electrode.
(ii) No. of earth electrodes.
(iii) Size of main earth lead.
III. Test results :
(a) Insulation resistance

Contractor 256 Engineer-in-Charge


(i) Insulation resistance of the whole system of conductors to earth Megaohms.
(ii) Insulation between the phase conductor and neutral.
Between Phase R and neutral . . . Megaohms
Between Phase Y and neutral . . . Megaohms
Between Phase B and neutral . . . Megaohms
iii) Insulation resistance between the phase conductors in case of polyphase supply.
Between Phase R and Phase Y . . . Megaohms
Between Phase Y and Phase B . . . Megaohms
Between Phase B and Phase R . . . Megaohms
(b) Polarity test
Polarity of non linked single pole branch switches.
(c) Earth continuity test
Maximum resistance between any point in the earth continuity conductor including metal conduits
and main earthing lead.......... Ohms.
(d) Earth electrode resistance
Resistance of each earth electrode
(i) . . . . Ohms.

(ii) . . . . Ohms.

(iii) . . . . Ohms.

(iv) . . . . Ohms.
(e) Lightning protective system
Resistance of the whole of lightning protective system toearth before any bonding is effected with earth
electrode and metal in/on the structure ..... Ohms.

Signature and name of Signature and Name of the

PE Contractor

Contractor 257 Engineer-in-Charge


APPENDIX-IV
TECHNICAL PARTICULARS OF THE TRANSFORMERS TO BE FURNISHED BY THE CONTRACTOR ALONG WITH THE
TENDER

1. Name of the manufacturer


2. Service
3. kVA rating:
a) HV winding kVA
b) LV winding kVA
4. Rated voltage :
a) HV winding kV
b) LV winding kV
5. Rated frequency Hz
6. Number of phases
7. Connections:
a) HV winding
b) LV winding
8. Connection symbol :
a) HV-LV
9. Tappings :
a) Range
b) Number of steps
c) For high voltage variation/For
intermediate voltage variation/
For low voltage variation
10. Reference ambient temperatures:
a) Maximum ambient air temperature deg C
b) Maximum daily average ambient air
temperature deg C
c) Maxmimum yearly weighted average
ambient temperature deg C
d) Minimum ambient air temperature deg C
11. Type of cooling

Contractor 258 Engineer-in-Charge


12. Temperature-rise :
a) Windings deg C
13. Total loss at rated voltage at principal
tapping and rated frequency kW
14. Component losses:
a) No load loss at rated voltage on
principal tapping & at rated frequency kW
b) Load loss at rated current at principal
tapping at 75 deg C kW
15. Impedance voltage at rated current for the
principal tapping :
a) HV-LV percent
16. Reactance at rated current and rated
frequency:
a) HV-LV percent
17. No load current at rated voltage and
rated frequency percent
18. Insulation level :
a) Seperate source power-frequency
voltage withstand :
i) HV winding kV rms
ii) LV winding kV rms
b) Induced overvoltage withstands:
i) HV winding kV rms
ii) LV winding kV rms
c) Full wave lighting impulse withstand
voltage :
i) HV winding kV peak
ii) LV winding kV peak
d) Switching impulse withstand voltage :
i) HV winding kV peak
ii) LV winding kV peak

Contractor 259 Engineer-in-Charge


20. Efficiencies at 75 deg C at unity power
factor :
a) At full load percent
b) At 3/4 full load percent
c) At 1/2 full load percent
21. Regulation at full load at 75 deg C :
a) At unity power factor percent
b) At 0.8 power factor lagging percent
22. In case of OFF circuit voltage variation,
state (a) or (b) :
a) Off circuit tap switch
b) Off circuit links
23. Terminal arrangement:
a) High voltage
b) Low voltage
c) Neutral
24. Approximate masses:
a) Core and windings kg
b) Tank, fittings & accessories kg
c) Total mass kg
25. Approximate overall dimensions:
a) Length mm
b) Breadth mm
c) Height mm
26. Dispatch details:
a) Approximate mass of heaviest package kg
b) Approximate dimensions of largest
Package:
i) Length mm
ii) Breadth mm
iii) Height mm
27. Reference standards

Contractor 260 Engineer-in-Charge


APPENDIX – V

LIST OF INDIAN STANDARDS (IS)

IS : 374 - 1979 Ceiling fans and regulators (3rd revision)

IS : 694 - 1990 PVC insulated Electric cable for working voltage upto and including 1100
volts.

IS : 732 - 1989 Code of practice for electrical wiring and installation

IS : 1255 - 1983 Code of Practice for installation and maintenance of Power Cables upto and
including 33 KV rating (Second Revision)

IS : 1258 - 1987 Bayonet lamp holders(Third revision)

IS : 1293 - 1988 Three pin plugs and sockets outlets rated voltage upto and including 250
volts and rated current upto and including 160 amps.

IS : 1554 - 1988( Part - I ) PVC insulated (Heavy Duty) electric cables for working voltages upto and
including 1100 volts.

IS : 1646 - 1982 Electrical installation fire safety of buildings (general) Code of practice.

IS : 1651 & 1652 - 1991 Stationary cell and batteries, lead acid type

IS : 1885 - 1971 Glossary of items for electrical cables and conductors

IS : 1913 – 1978 General and safety requirements for fluorescent lamps luminaries Tubular.

IS : 2026 – 1977 to 81 (Part-I Power Transformer


to IV)

IS : 2071 - 1974 - 76 Methods of high voltage testing

IS : 2309 - 1989 Protection of building and allied structures against lightning

IS : 2551-1982 Danger notice plate.

IS : 3043 - 1987 Code of practice for earthing.

IS : 3480 - 1966 Flexible steel conduits for electrical wiring.

IS : 3837 - 1976 Accessories for rigid steel conduit for electrical wiring.

IS : 4146 - 1983 Application guide for voltage transformers

IS : 4615 - 1968 Switch socket outlets.

IS : 5133 - 1969 Boxes for the enclosure of electrical accessories.

(Part -I)

Contractor 261 Engineer-in-Charge


IS : 5216 - 1982 Guide for safety procedures and practices in electrical work.
(Part-I)
IS : 5424 - 1969 Rubber mats for electrical purposes.

IS : 5578 & 11353-1985 Marking and arrangement of bus bars

IS : 7098 - 1985 Cross linked polyethylene insulated PVC sheathed cables. For working
(Part - II) voltages from 3.3 KV upto and including 33 KV
IS : 8130 - 1984 Conductors for insulated electric cables and flexible cords

IS : 8623 -1977 Factory built assemblies of switchgear and control gear for voltages upto
(Part -I) and including 1000 V AC and 1200 V D C.
IS : 8623 - 1980 Bus Bar trunking system
(Part -II)
IS : 8828 - 1996 Miniature Circuit Breakers

IS : 9537 - 1981 Rigid Steel Conduits for electrical wiring (Second Revisions)

IS : 10810 - 1988 Methods of test for cables.

IS : 11171 – 1985 Specifications for dry type transformers

IS : 12640 - 1988 Earth Leakage Circuit Breakers

IS : 13947-1989 Moulded Case Circuit Breakers

IS : 13947 - 1993 Degree of protection provided by enclosures for LV switchgear and control
gear.
IS : 13947 - 1993 General requirement for switchgear and control gear for voltage not
exceeding 1000 Volts.

IS : 1651 & 1652 1991 Stationary cells and batteries lead acid type.

Contractor 262 Engineer-in-Charge


APPENDIX – VI

ABBREVIATIONS

The following abbreviations have been used in the accompanying Specifications, drawings and
Schedule of Quantities.
CU stands for copper.

GI stands for Galvanized Iron (Mild Steel)

V stands for Volts

MV stands for Medium Voltage (110 V ,230 V ,415 V, 600 V)

LV stands for Low Voltage (32 V & Below)

LT stands for Low Tension

PVC stands for Polyvinyl Chloride

AMP stands for Amperes

KWH stands for Kilowatt Hours

KW stands for Kilo Watts

BIS stands for Bureau of Indian Standards

IS stands for Indian Standards

IEE stands for Institution of Electrical Engineers - London

NEC stands for National Electrical Code

VCB stands for Vacuum Circuit Breaker

ACB stands for Air Circuit Breaker

RCCB stands for Earth Leakage Circuit Breaker

MCB stands for Miniature Circuit Breaker

MCCB stands for Moulded Case Circuit Breaker

SP stands for Single Pole

DP stands for Double Pole

TP stands for Triple Pole

TPN stands for Triple Pole and Neutral

4 Pole stands for 3 phase and neutral of same capacity (size)

MDB stands for Main Distribution Board

SDB stands for Sub Distribution Board

FDB stands for Final Distribution Board

MCC stands for Motor Control Centre

Contractor 263 Engineer-in-Charge


APPENDIX VII

SECHEDULE OF DEPARTURE FROM SPECIFICATIONS

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

Section Ref. to clause Description of Reason for Remarks

of the specification departure departure

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

(1)

(2)

(3)

(4)

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

Certified that except for the departures mentioned above, the tender is in accordance with
Pwd/Mcg General Specifications for Electrical Works (Part VI Fire Alarm System) 1988 and in a
accordance with detailed requirements specified to the tender specifications.

Signature of the Tenderer

Contractor 1 Engineer-in-Charge
TECHNICAL SPECIFICATIONS FOR SUPPLY, ASSEMBLY, ERECTION, TESTING AND COMMISSIONING OF
D.G. SETS AND ALLIED EQUIPMENTS
SECTION - 1
D.G. SET AND ALLIED EQUIPMENTS

GENERAL SPECIFICATION

1. SCOPE OF WORK

1.1 The offer shall cover complete supply, transportation, foundation, installation, testing and
commissioning of diesel engine alternator set. All minor civil works including Foundation,
electrical and other works associated with the testing, installation and commissioning of the
sets shall be carried out by the tenderer as per specification and schedule of item. The tender
should quote for complete job to be executed under the works contract. The tenderers are
advised to inspect the site to obtain first hand information of all site conditions before
tendering.
(i) DG Sets and Fuel Oil System from day tank to engine.

(ii) Lub Oil System and speed governing system.

(iii) Alternator with excitation system and automatic voltage regulator (AVR) and necessary
protection and metering CT's in terminal box of alternator.

(iv) Cooling system with Radiator.

(v) Electrical Main Panel, Cabling, Earthing etc.

(vi) Obtaining statutory approvals for DG set system.

(vii) Acoustically Treated DG Set Enclosure.

• Diesel engines directly coupled with alternators mounted on a rigid fabricated base
frame with resilient anti vibration mountings.
• AMF cum Auto Synchronizing cum load sharing panels.
• DG cooling system.
• Exhaust piping with Silencer to provide 25 DBA insertion loss
• Electric starting equipment including batteries and battery chargers.
• Fuel supply system including Bulk Oil Storage and automatically operated
Transmission System.
• Acoustic Enclosure as per C.P.C.B. Norms.
• D.G. Control Panels, DG Auto Synchronization, Auto Load Control Panel.

(viii) Erection, testing and final checking up of the installation at site, commissioning and putting
the DG sets into successful operation in co-ordination with Main Panel cum PLC controller.
Contractor 2 Engineer-in-Charge
1.2 PROPOSED OPERATIONAL SCHEME

The Scheme includes 4 sets of DG Set installation, each having following:-

1. 2 Nos. 1500 KVA DG set & 2 Nos. 500 KVA DG set

2. Auto main failure cum synchronization cum load sharing panel.

3. Earthing, cabling, Sandwitch type Bus duct etc.

1.3 PRE-COMMISSIONING CHECKS

All standards checks including the ones elaborated in the specifications to ensure that
installation of the DG sets and associated systems has been carried out satisfactory are done
on completion of installation. These shall include.

• DG Sets
- Checking of piping interconnections
- Checking electrical interconnections
- Checking of insulation resistance
- Checking of earthing
- Checking of instruments and controls
- Checking of alignment
- Checking of vibration transmission to building a structure
- Checking of expansion joints.
• Fuel System
- Checking of automatic operation of fuel transfer pumps.
• Exhaust System
- Checking of Surface Temperature of Exhaust Piping.
- Checking of Silencer operation.
-
1.4 PERFORMANCE TESTING AND TYPE TESTS

i) Performance Testing

DG sets shall be tested at varying loads at manufacturers works prior to dispatch DG sets to
site. The performance tests at the works shall be carried out in presence of authorized
representative from the Engineer-in-Charge. Due notice for the programme performance
testing at works shall be given to the Engineer-in-Charge to enable to arrange for their
representatives for this inspection to be at manufacturers works to inspection and testing. The
costs for the arrangement shall be borne by the Contractor.

The performance test on each DG Set shall be of minimum 12 hours duration on rated KW i/c
1 hrs. on 10% overloading after continuous run of 12 hrs..

All instruments, materials, consumables (fuel oil, lube oil etc.) load and labour required
carrying out of the test shall be provided by the Contractor.

Contractor 3 Engineer-in-Charge
2. EQUIPMENTS & SERVICES INCLUDED FROM THE SCOPE OF THIS SPECIFICATION
All minor civil works and foundation/platform for DG set is included from the Contractor's
scope of work as per BOQ. However, the responsibility of co-ordinating with the civil
contractor ensuring completion of contract rests with the contractor.
3. DESIGN
The design and workmanship shall be in accordance with the best engineering practices, to
ensure satisfactory performance and service life. The equipment offered by the contractor
shall be complete in all respect. Any material or accessories, which may not have been
specifically mentioned, but which are useful and necessary for the satisfactory and trouble
free operation and maintenance of the equipment, shall be provided without any extra cost to
the purchaser.
4. CODES & STANDARDS
The design construction, manufacture, inspection, testing and performance shall comply with
all the currently applicable statues, safety codes, relevant Bureau of Indian Standards (BIS)
British Standards (BS), International Electro Technical Commission (IEC) Publication, NEMA,
VDE and DEMA Standards.
Some of the applicable Standards are listed below:-
IS 1601 : Performance and testing of 1C engines for General Purpose.
BS-649 : Performance and testing of diesel engines for General Purpose.
IS-4722 : Rotating electrical machines.
IS-4889 : Method of determination of efficiency of Rotating Electrical
machinery.
IS-6491 : Degree of protection provided by enclosures for Rotating Electrical
machinery.
IS-4729 : Measurement and evaluation of vibration of Rotating Electrical
machines.
AIEE-606 : Recommended specification for speed governing of internal
(1959) combustion engine generator units.
IS-2705 : Current transformers.
IS-1248 : Electrical indicating instruments.
ISO-8528 : Reciprocating IC engine driven AC Gensets Section (Part II)
5. GENERAL
5.1 The DG set shall be super silent type, water cooled with radiator, manually and automatically
operated, designed for continuous operation at 100% load at 100% time duty operation
except the time required for periodic maintenance. The DG set shall comprise of diesel engine,
coupled to four pole alternator on a single frame with integrated microprocessor based genset
monitoring and control system having self regulated, brushless/static excitation system.

Contractor 4 Engineer-in-Charge
5.2 All equipment shall be of the class most suitable for working under the conditions specified
and shall withstand the atmospheric conditions without deterioration.
5.3 The contractor shall also indicate in his offer the time schedule for routine
maintenance/overhauling operations necessary for continuous satisfactory operation of DG
set.
6. PERFORMANCE REQUIREMENT
6.1 The equipment shall be capable of delivering continuously at the generator terminals, 100%
output at 100% load at 100% time except for periodical maintenance when operating under
the site and ambient conditions described in this specification. Genset should have minimum
50% single step loading capacity and it should be able to take full load within 25 seconds from
start.
The design parameters of the generator and excitation system shall be so chosen, that the set
is stable while running at any load between no-load and full load. It should have synchronous
speed control with load sensing governing system and should be capable of paralleling
between sets at synchronous speed.
6.2 Engine should be heavy duty four stroke, turbo charged after cooled, V construction Electrical
start. Engine should have minimum lub oil change period of 500 hrs.
6.3 The DG set should be capable of running at 100% load continuously for minimum 500 hours
before any change of lube oil or filters.
6.4 Contractor to specify and guarantee maintenance contract cost and to give an undertaking to
take a comprehensive maintenance contract at a price with draft scheme papers.
7. DIESEL ENGINE - CONSTRUCTION
7.1 Material of construction of major parts.
a) M.S. Base Frame
b) Crankcase - Aluminum alloys or as per manufacturer design.
c) Crank - Shaft, connecting rods - forged alloy steel
d) Piston - Al. Alloy casting
e) Piston rings - Alloy steel
f) Engine block - cast iron or as per manufacturers design.
g) Cylinder liner - cast iron
All other materials of construction for pipe/pipe fittings etc. shall be as per relevant standards.
7.2 One common base frame shall be provided for mounting the engine and alternator, complete
with electric suspension between generating set and foundation, leveling lines etc. as
required.
7.3 All externally mounted hardware shall be high tensile steel only.
7.4 The normal speed of engine shall preferably be 1500 RPM at standard operating conditions as
per BS – 5514 and the direction of rotation shall be clearly marked on the set.

Contractor 5 Engineer-in-Charge
7.5 The engine shall be fitted with an exhaust gas driven turbo charger of water cooled type
complete with its own self contained lubricating system. The turbo charger shall be positioned
at the free end of the engine. The turbo charger will be provided with a provision to check its
lube oil level.
7.6 The engine shall be fitted with a charge air intercooler of the air/water type. Air from the
turbocharger compressor passes through the inter cooler and then to the engine manifold.
The intercooler shall be of tubular construction or as per manufacturer design with aluminum
bronze tubes, mild sheet steel and cast iron water headers.
7.7 The engine shall be capable of starting and operating for a few minutes without water for
cooling. Contractor shall indicate the maximum time for which the diesel engine can so
operate.
7.8 The engine shall be fitted with exhaust gas driven turbo charger for forced exhaust of gas
upto 40 mtr high exhaust pipe (Approx). The design/ capacity of turbo charger should be as
recommended by the manufacturer.
8. FUEL OIL SYSTEM
8.1 The manufacturer shall furnish a 3 mm thick mild steel day tank suitable 990 Ltr. capacity. The
day tank shall be suitably located in the acoustic enclosure and shall be complete with gauge
glasses, filling, draining and vent connection with brass float valve and level switch for low and
high level alarm.
8.2 The fuel oil system shall be provided with full flow duplex oil cartridge filter having the
provision to change them while DG is running.
8.3 The fuel oil system shall be equipped with a crankshaft driven fuel oil transfer pump, which
will draw the fuel oil from the day tank via filters and shall be as per the engine manufacturer
design.
8.4 Direct injection system shall be designed, taking into account the type of fuel used, engine
speed, etc. so as to achieve safe knock free performance with low emission smoke exhaust.
Exhaust system pollution level shall be indicated and has to be got approved from concerned
authorities.
8.5 The interconnected piping from day storage tank to engine together with piping, fitting, relief
valves, return line of surplus oil from the injectors and other accessories shall be supplied &
erected by the contractor without any extra charge.
8.6 Engine will be supplied with fuel leakage module to detect the fuel leakage from the engine
and transfer it back to day tank for reuse.
9. LUBRICATING OIL SYSTEM
9.1 All lubricating parts of the engine shall be connected to pressurized lubricating oil distributing
piping system being continuously charged by gear type lube oil pump mounted at the free end
of the engine, and driven from the engine crank shaft. The pumps shall take suction from a
sump tank integral with the engine through a foot valve, suction filter through oil cooler, and
deliver oil to a main supply header. High pressure oil shall be supplied to the main and big end
bearings, crankshaft bearings, governor, auxiliary drive gear etc. Suitable lubricating
arrangement for engine cylinder valve gear, cams and pistons at the required level shall be

Contractor 6 Engineer-in-Charge
arranged. A pressure relief valve shall be mounted on the main supply header for safety
against too high pressure while starting with cold oil. A timer based auto running (auto
priming pump) shall be provided to keep engine lubricated all the time.
9.2 All necessary accessories such as pressure gauges temperature indicators, pressure relief
valves, bypass valves; pressure switches shall be furnished within the contract without any
extra charge.
10. COOLING SYSTEM
This section comprises of the supply, erection, testing and commissioning of the radiator and
axial flow fans conforming to the specifications and in accordance with the requirements as
per equipment schedule. The radiator will be with first fill of coolat of recommended grade.
11. ENGINE STARTING SYSTEM
The electric starting system shall comprise starter motor, starter batteries (minimum 2 No. of
180AH each) and battery charger and all the required instrument and accessories as required.
12. GOVERNING SYSTEM
12.1 The governor shall be electronic type.
12.2 EXHAUST SYSTEM
Engine exhaust system shall be fitted with residential type silencer, ducting, bends, thermally
insulated aluminum clad exhaust piping etc. shall be provided along with structural support
with stays for the engine.
13. ENGINE MOUNTED INSTRUMENT PANEL
Engine will be supplied with engine mounted microprocessor based fully integrated
generating set monitoring, metering and control system which should be equipped with digital
electronic governor along with digital AVR to facilitate discreet control of speed and voltage. It
should be equipped with starting control including integrated fuel ramping to limit the black
smoke frequency overshoot with optimized cold weather starting. The indicating panel should
have communication network facility to facilitate remote hooking on a common network.
Engine instrument panel should be equipped with digital alarm and status mirage to monitor
and display the following parameters of engine and generator.
Engine Indicators
Digital tachometer
Running hours counter
Starting attempts counter
Lube Oil pressure low (for idle and for rated speed)
Lube Oil temperature high
Turbocharger oil level low
Coolant temperature high
Coolant pressure high
Exhaust gas temperature high

Contractor 7 Engineer-in-Charge
Over speed
Electrical Indicators
3 x current
3 x voltage
Frequency
Active power
Reactive power
Power factor
Frequency totalizer
Battery voltmeter
KWH Meter
Signal Alarms
Cranking bar missing
Control panel fault
24 VDC fault
Failure to start
Fuel day tank level low
Cooling Tower fan fault
Water temperature low (inhibits rated speed)
Battery low voltage
Controls and selectors
Operating mode selector switch (stop, manual, auto, test)
Start/stop pushbuttons
Manual control selector switch (idle, rated, synchro, loading)
Emergency stop pushbutton
Fault reset pushbutton
14. ALTERNATOR
14.1 The alternator shall be industrial type, SPDP, IP23, Class F insulation, self ventilated, air
cooled, rotating field, salient pole, brushless, machine with exciter and shall be rated
continuous duty with temperature rise class F. The alternator should comply to standard IEC,
VDE, BS, ANSI.
14.2 The alternator shall have a continuous rating of not less than the value specified under specific
requirement in Annexure-I at 0.8 pf (lag) and the voltage specified.

Contractor 8 Engineer-in-Charge
14.3 The short circuit ratio (SCR) of the generator at rated KVA and rated voltage shall not be less
than 0.5.
14.4 The alternator shall withstand without mechanical damage an over speed of 20% for a period
of 2 minutes.
14.5 The alternator shall be capable of withstanding without damage/injury for three times the line
current for 10 seconds.
14.6 The alternator shall be capable of withstanding for fifteen (15) seconds. A current of fifty (50)
percent in excess of its rated current, the voltage being maintained as near the rated value as
possible, consistent with max. capacity of the prime mover.
14.7 Six nos. embedded PT-100 of platinum to measure the winding temperature and 2 nos bearing
PT-100 to measure temperature shall be provided.
14.8 The leads of embedded WTDs shall be wired upto the terminal block in a separate terminal
box. Manufacturer shall indicate the setting values for each WTD/BTD for alarm and trip.
14.9 On line greasing facility with grease nipples and grease relief devices shall be provided.
14.10 All external nuts and bolts shall be of high tensile steel only.
14.11 Alternator shall be provided with anti-condensation space heater of adequate rating suitable
for 240V, 50 Hz, 1ph A.C. supply and shall be wired upto a separate terminal box.
14.12 Two independent earth terminals on the frame, complete with nuts, spring washer and plain
washer shall be provided.
14.13 Alternator shall be provided with suitable terminal box for terminating bus duct. Suitable
arrangement shall be provided in the terminal box for formation of star point for alternator
neutral earthing.
14.14 The alternator should be capable to sustain the unbalanced current between the phases upto
minimum 30% of rated current.
14.15 The radio interference should be within limit of the CISPR standard.
14.16 Alternator should be dynamically balanced complete with rotor and shaft.
14.17 The alternator should have double long life regreasible bearing. It should be flanged on
engine, connected with elastic coupling.
14.18 The alternator shall be suitably derated for operation at 50 deg. C
14.19 The Alternator shall be capable of handling atleast 50% non-linear load.

15. EXCITATION SYSTEM


15.1 The alternator shall be provided with a complete diode type brushless excitation system,
capable of supplying the excitation current of the generator under all conditions of output
from no load to full load and capable of maintaining voltage of the generator constant at one
particular value.
15.2 The exciter shall have class-F insulation.
15.3 The excitation system shall comprise a shaft driven AC exciter with rotating rectifiers. The
rectifiers shall have in-built protection for over-voltage.
15.4 The alternator should be complete with shunt and booster excitation. The exciter shall be fast
response type and shall be designed to have a low time constant to minimize voltage

Contractor 9 Engineer-in-Charge
transients under severe load changes. The excitation voltage response ratio shall be at least
0.8.
15.5 The rated current of the main exciter shall be at least 10% more than the alternator rated
exciter current and it shall have a 40% overload capability for 10 seconds.
15.6 No external supply shall be required during starting and normal running of the alternator.

16. AUTOMATIC VOLTAGE REGULATOR


16.1 An automatic high speed, dead band type voltage regulator shall be provided complete with
all accessories. The regulation system shall be provided with equipment for automatic and
manual control.
16.2 The regulator shall regulate the output voltage from generator current and potential signals.
Series compounding transformer shall be provided to enable maintaining adequate terminal
voltage in the event of terminal faults. Alternatively excitation system shall be provided with
arrangement for field forcing. Contractor shall co-ordinate suitable of protection relays for
generator with the operational characteristics of automatic voltage regulator, specially under
short circuit conditions.
16.3 Voltage regulation and steady stage modulation shall be within + 1% of the line voltage with
manual voltage adjustment capability within + 5%.
16.4 Necessary equipment for field suppression and surge protection shall be provided.
16.5 The response time of the exciter and the generator shall be properly matched to avoid
hunting.
16.6 AVR system shall be provided with equipment for automatic and remote operation/ control as
required.
Necessary equipment shall be furnished for the following:-
a) To prevent automatic rise of field voltage incase of failure of potential supply.
b) To initiate transfer from automatic to manual control of excitation on fuse failure in the
generator potential signal. Circuit to assure correct division of reactive power for
parallel operation. The excitation and voltage regulation shall be designed to cause
necessary de-excitation in case of short circuit. Cross current compensation circuit shall
be provided.
17. PAINTING
17.1 All steel surfaces, which are to be painted, shall be thoroughly cleaned, degreased and
supplied with primer prior to assembly and shall be applied with two coats of epoxy paint
shade 631 as per IS5.
17.2 All castings shall be sand blasted, degreased and cleaned before painting.
18. LOCATION
DG sets are required to be supplied without acoustic enclosure as per CPCB norms and will be
located in the 2nd basement of tower-1. So the DG Sets foundations shall be as per the
manufacturers recommendation as per solid ground or on basement slab and shall get
approved from the PWD department..

19. DIESEL ENGINE


DG sets are required to be supplied with Acoustic enclosure as per CPCB norms. DG Set with
acoustic enclosure shall preferably be installed outside the building (including terrace subject
to structural feasibility) & location should be finalized in consultation with the department.

Contractor 10 Engineer-in-Charge
19.1 Diesel Engine Scope:
This section covers engine rating, standard components of a diesel engine i/c exhaust piping.
19.2 Diesel Engine Rating :

19.2.1 The engine shall be of standard design of the original manufacturers. It should be 4 stroke
cycle, water cooled, naturally aspirated/turbo charged (as per manufacturer standard), diesel
engine developing suitable BHP for giving a power rating as per ISO 8528- Part1 in KVA at the
load terminals of alternator at 1500 rpm at actual site condition. The engine 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 period of 24 hours shall be 0.85 (85%) for prime power output.
The testing procedure shall be as mentioned in para 1.15.
The engine shall confirm to IS;10000/ISO 3046/BS 5514 amended up to Date.

19.2.2 Necessary certificates 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 1500 KVA, should be furnished from the
manufacturers along with the price bid. (Refer Appendix ‘II’ for noise norms and Appendix ‘III’
for mission norms). However above 1000 KVA DG set, manufacturers shall furnish certificate
that the Engine for the DG set complies with the CPCB Emission norms.

19.2.3 The engine shall be fitted with following accessories subject to the design of the
manufacturer;
i) Dynamically balanced Fly wheel
ii) Necessary flexible coupling and guard for alternator and engine (applicable only for
double bearing alternator)
i) Air cleaner (dry/oil bath type) as per manufacturer standard,
ii) A mechanical/electronic governor to maintain engine speed at all condition of
load.(see Clause 2.2.1.4 of Pwd/McgGeneral Specification for Electrical Works Part-VII,
DG Set-2013, Page-16)
iii) Daily fuel service tank of minimum capacity as per Table below, fabricated from M.S
sheet with inlet, outlet connections air vent tap, drain plug and level indicator (gauge)
M.S. fuel piping from tank to engine with valves, unions, reducers, flexible hose
connection and floor mounting pedestals, twin fuel filters and fuel injectors. The
location of the tank shall depend on standard manufacturers design.

Table- I Recommended minimum capacity of daily fuel service tank:


S. Capacity of DG set Minimum Fuel Tank capacity
No.
(i) Above 380 KVA to 400 KVA 700 Liters
(ii) Above 400 KVA to 1500 KVA 990 Liters

(i) Dry exhaust manifold with suitable exhaust residential grade silencer to reduce the
noise level.
(ii) Suitable self-starter for 12 V/24 V DC.

Contractor 11 Engineer-in-Charge
(iii) Battery charging alternator unit and voltage regulator, suitable for starting batteries,
battery racks with interconnecting leads and terminals.
(iv) Necessary gear driven oil pump for lubricating oil, priming of engine bearing as well as
fuel systems as per manufacturer recommendation.
(v) Naturally aspirated/turbo charger ( as per manufacturer standard)
(vi) Lubrication oil cooler
(vii) Lubrication oil filters with replaceable elements.
(viii) Crank case heater as per manufacturer recommendations.
(ix) Fuel injection: Engine should have suitable fuel injection system in order to achieve
low fuel consumption.
(x) Fuel control solenoid.
(xi) Fuel pump with engine speed adjustment.
(xii) Engine Control Panel: Fitted and having digital display for following:-
(a) Start/stop key switch (b) Lube oil pressure Indication
(c) Water temp indication (d) RPM indication Engine Hours
indication
(e) Engine Hours Indications (f) Battery charging indication
(g) Low lub. Oil trip indication (h) High water temp.indication
(i) Over speed indication
All moving parts of engine shall be mechanically guarded in such a manner that a human
finger cannot touch any moving part.
(xiii) Radiator
(xiv) Any other item not included/ specified but is a standard design of the manufacturer
19.2.4 Starting system:
i) The DG set shall be automatically started, once the Grid Supply has failed and should
have provision given for manual starting in case the AMF system has failed.
ii) The starting of the DG set shall be through a starting switch for manual start.
iii) Batteries of suitable AH capacity with a suitable Battery Charger shall be provided
starting the DG sets.
iv) The battery shall be Maintenance free Lead Acid Automotive High Discharge battery
sufficient for three consecutive starts without recharging battery charger shall have
boost and trickles charging features. Battery shall be confirming to IS: 1651 as per
clause 11.2.
19.2.5 Battery Charger
The battery charger shall be suitable to charge required numbers of batteries at 12V/ 24 volts
Complete with, transformer, rectifier, charge rate selector switch, indicating ammeter &
voltmeter etc. Connections between the battery charger & batteries shall be provided with
suitable copper leads with lugs etc.
19.2.6 Piping Works:
Contractor 12 Engineer-in-Charge
All pipe lines and fitting and accessories requirement inside the room/ enclosure and outside
for exhaust piping shall be provided by the contractor. This shall include necessary flexible
pipes in the exhaust, fuel, lub. Oil and water lines as are necessary in view of the vibration
isolation requirement in the installation. Piping of adequate size shall be used for lub. Oil of
the material as per manufacturer standard. However, only M.S. pipes for the exhaust shall be
used. For fuel lines within the acoustic enclosure, PVC braided pipe as per manufacturer
recommendations can be used. However, for fuel lines outside the acoustics enclosure only
MS pipe be used.
19.2.7 Common bed plate.
Engine and alternator shall be directly coupled or coupled by means of flexoplate/ flexible
Coupling as per manufacturer standard design and both units shall be mounted on a common
bed plate together with all auxiliaries to ensure perfect alignment of engine and alternator
with minimum vibration. The bed plate shall be suitable for installation on suitable anti-
vibration mounting system.
19.2.8 Exhaust System: (wherever Applicable)
19.2.8.1 Exhaust System for Diesel Generating Sets
The scope of this section comprises of the design, supply, erection, testing and commissioning
of D.G. exhaust system in accordance with the prevailing Indian standard and Central Pollution
Control Board norms. The vendor shall study the site conditions and propose suitable system.
The scope should cover design of system, all necessary calculations, piping, piping supports,
foundations and necessary steel cladding as required.
The vendor should submit all necessary drawings and calculations for approval. The exhaust
piping shall be fitted with residential type silencer in order to limit the source level. Expansion
joints shall take care of thermal deformations. The pressure drop in exhaust piping including
silencer, bends, expansion joints etc., shall be compatible with exhaust gas leaving the engine.
The exhaust piping shall be duly covered throughout length from engine outlet up to the
outlet point with mineral wool insulation and Aluminum cladding. The exhaust piping shall be
independent from each engine and shall be with minimum bends. The bending radius of the
bends shall be not less than 3 times of internal diameter of chosen piping. A draw in plug shall
be fitted at the lowest point of pipe for condensate extraction. The exhaust piping coming out
of the DG sets shall be combined and raised in a chimney of least 30 meters height above FGL
and shall meet regulations of pollution board with clearance from local body. Suitable support
shall be provided for proper insulation exhaust pipes. The Chimney shall also be provided with
insulations, supports and aluminum cladding. The tower shall be as per the pollution control
board norms. Exhaust piping shall be fabricated from MS pipes of size suitable to limit
pressure to within permissible limit. Tenderer shall submit design calculation in support the
back pressure being within limits along with the tender. It is important to ensure that the
surface temperature of the exhaust piping does exceed 50 deg. C. For this purpose, the entire
length of exhaust piping shall be insulated minimum 75 mm thick layer of mineral wool (120
kg/m³ density) held with chicken mesh covered with aluminum cladding as required. Flanged
joints in the exhaust pipe shall be covered with removable insulation at suitable intervals for
permitting access to the joint if and when required. Exhaust piping shall be connected to the
engine by means of flexible section or expansion joint and shall also be graded to a drain
pocket inside the building. The pocket shall be fitted with a drain cock.

Contractor 13 Engineer-in-Charge
Provision of testing port shall be provided on exhaust pipe line. All M.S. Pipes for exhaust lines
shall be conforming to relevant IS. The runs forming part of factory assembly on the engine
flexible connections up to exhaust silencer shall be exclusive of exhaust piping item. The work
include necessary cladding of exhaust pipe work using 50mm thick Loosely bound mattress
mineral / wool / Rockwool, density not less than 120kg/m3 and aluminum cladding duly
clamped / supported on independent structure for which, the design and Drawing for such
structure shall be got approved from the Engineer-in-Charge.
19.2.8.2
(a) Exhaust system should create minimum back pressure.
(b) Number of bends should be kept minimum and smooth bends should be used to Minimize
back pressure.
(c) Pipe sleeve of large dia. should be used while passing the pipe through concrete wall & gap
should with felt lining.
(d) Exhaust piping inside the Acoustic Enclosure/ Genset room should be lagged with asbestos
rope along with aluminum sheet cladding/ insulated as per clause to avoid heat input to the
room.
(e) Exhaust flexible shall have it’s free length when it is installed. For bigger engines, 2 flexible
bellows can be used.
(f) For engine up to 500KVA, only one bellow is required. However, if exhaust pipe length is more
than 7m then additional bellow/ provision for expansion should be provided.
(g) ‘Schedule B’ MS pipes and long bend/elbows should be used.
(h) The exhaust outlet should be in the direction of prevailing winds and should not allow Exhaust
gases to enter air inlet/windows etc.

(i) When tail end is horizontal, 45 Degree downward cut should be given at the end of the pipe to
avoid rain water entry into exhaust etc.

(j) When tail end is vertical, there should be rain trap to avoid rain water entry. If rain cap is
used, the distance between exhaust pipe and rain cap should be higher than diameter of pipe.
Horizontal rum of exhaust piping should slope downwards away from engine to the
condensate trap. Silencer should be installed with drain plug at bottom.

19.2.8.3 Optimum Silencer Location:


Locations of the silencer in exhaust system has very definite influence on both reduction of
noise and back pressure imposed on the system. The preferred silencer locations are given in
the Table below, where L is length of the total exhaust system measured from exhaust
manifold in meters. Please note that locating the silencer as per optimum silencer location is
not mandatory. For high rise buildings, suitable arrangements may have to be provided in
consolation with acoustics engineer.
Optimum Location of Silencer (in meters)
In-Line-Engine ‘V’ Engine
Best 2L/5 (4L-1.5)/5
Second best 4L/5 (2L-4.5)/5
Worst Location of Silencer L/5 or 3L/5 or at tail end (3L-10)/5 or at the tail end
of Exhaust piping of Exhaust piping

Contractor 14 Engineer-in-Charge
19.2.8.4 Exhaust stack height:
In order to dispose exhaust above building height, minimum exhaust stack height
Should be as follows:-
(a) For DG set up to 1000KVA:-

H= h +0.2xKVA
Where H= height of exhaust stack
h=height of building

(B) For DG set above 1000 KVA:-


30m high or 3m above the building height, whichever is higher.

19.2.8.5 Care should be taken to ensure that no carbon particles emitted due to exhaust leakage
entire and deposits on alternator windings and on open connections.

19.2.8.6 Support to Exhaust Piping:


Exhaust piping should be supported in such manner that load of exhaust piping is not
exerted to turbocharger.

19.2.9 Air System:


It is preferable to provide vacuum indicator with all engines to indicate choked filter.
Maximum air intake restrictions with clean and choked filters should be within prescribed
limit as per OEM/ manufacturer recommendation for the particular model of the engine.
Gensets should be supplied with medium duty/ heavy duty air cleaners (specify one
only). (Heavy duty air cleaner should be used for installations in dusty or polluted
surrounding.)

19.2.10 Cooling System:


19.2.10.1 System should be designed for ambient temperature of 40 Deg. C.
19.2.10.2 Water softening/ dematerializing plants should be used, if raw water quality is not
acceptable.
19.2.10.3 Coolant should be used mixed with additive (in suitable proportion) as per
recommendation of OEM/Manufacturer for various engine models.
19.2.10.4 Radiator fan flow should be free from any obstruction.
19.2.10.5 For radiator cooled DG Set, proper room ventilation should be planned at the time of
construction of DG room.

19.2.11 Alternator
Scope : This section covers technical requirement of the alternator.

Contractor 15 Engineer-in-Charge
19.2.12 Synchronous Alternator:

19.2.12.1 Self-excited, screen protected, self-regulated, brush less alternator, Horizontal foot
mounted in Single/Double bearing constructions (specify one only) suitable for the
following:

Rated PF : 0.8(lag)

Rated voltage : 415 volts

Rated frequency : 50 Hz

No. of Phases : 3

Enclosure : SPDP

Degree of protection : IP-23

Ventilation : Self ventilated air cooled

Ambient Temperature : 500 C Maximum

Insulation Class : F/H

Temperature Rise : Within class F/H limits at rated load


Voltage Regulation : +/-1%

Voltage variation : +/-5%

Overload duration/capacity : 10% for one hour in every 12 hours of


Continues use frequency variation
As defined by the Engine Governor (+/-1%)

Excitation : Self/ separately excited (Self excitation up to


750 KVA and separately excited system above
750 KVA)

Type of AVR : Electronic

Type of Bearing and : Anti-friction bearings with Grease lubrication


Lubrication arrangements

Standard : IS-4722 & IEC:34 as amended up date.

19.2.12.2 Alternator should be able to deliver output rating at actual Site conditions.
Contractor 16 Engineer-in-Charge
19.2.12.3 The alternator for suitable KVA capacity shall be fitted with suitable Nos. Resistance
Temperature Device (RTD) & Bearing Temperature Device (BTD) along with space heaters.
The terminal of space heaters will be wired to terminal box and the temperature scanner
shall be provided in control panel for scaling the winging and bearing temperature.

19.2.12.4 Excitation: the alternator shall be brushless type and shall be self/Separately excited self-
regulated having static excitation facility. The exciter unit be mounted on the control
panel or on the alternator assembly. The rectifier shall be suitable for operation at high
ambient temperature at site.

19.2.12.5 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.

19.2.12.6 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.
19.2.12.7 Standard: The alternator shall be in accordance with the following standards as are
applicable:

i) IS: 4722/BS: 2613/1970. The performance of rotating electrical machine.


ii) IS: 4889/BS : 269 rules for method of declaring efficiency of electrical machine .

19.2.12.8 Performance: Voltage dip shall not exceed 20% of the rated voltage for any step load or
transient load as per ISO: 8528 (Part-1). 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 be capable of withstanding a current equal to 1.5 times the
rated current for a period of not more than 15 seconds as required vide clause 14.1.1 of IS
4722:1992.

The performance characteristics of the alternator shall be as below:

(a) Efficiency at full load 0.8 P.F (i) Above 250 KVA – not less than 93.5%

(b) Total distortion factor Less than 3%

(c) (i) 10% overload One hour in every 12hrs of continuous use

(ii)50% overload 15 seconds

Contractor 17 Engineer-in-Charge
19.2.13 Terminal Boxes:
Terminal boxes shall be suitable for U.G. cables/ Bus Trunking. The terminal box shall be
suitable to withstand the mechanical and thermal stresses developed due to any short circuit
at the terminals.

19.2.14 Earth Terminals:


2 Nos. earth terminals on opposite side with vibration proof connections, non-ferrous
hardware etc. with galvanized plate and passivity washer of minimum size 12mm dia. hole
shall be provided.

19.2.15 Space Heaters:


Alternator of capacity more than 400KVA shall be provided with suitable space heaters to
maintain the winding temperature automatically such that it does not absorb moisture during
long idle periods. The heater terminals shall be brought to a separate terminal box suitable for
230 VAC supply and a permanent caution notice shall be displayed.
19.3 Manual/AMF Panel, Batteries and Electrical system
Scope: This section covers technical and functional requirements of Manual/AMF Panel,
Battery/Electrical System.
19.3.1 Location of Panel:
19.3.1.1 DG Set with acoustic enclosure:
Associated AMF panel/Manual panel of the DG Set can be located inside the acoustic
enclosure or outside the acoustic enclosure as per manufacturer’s standard. In case,
AMF/manual panel has to be installed outside the acoustic panel, location of room to house
AMF/Manual panel should be decided in consultation with thedepartmentas near to the
acoustic enclosure as possible. In case of connection through bus trunking, care should be
take for aesthetics vis-à-vis surrounding.
19.3.1.2 AMF CONTROL PANEL.
19.3.1.2.1 AMF Feature
While the GRID supply is healthy, the Diesel Generating set is at rest and load supplied directly
by the grid through grid circuit breaker.
• The 415V 3 Ph, 4 wire supply, tapped from Normal Supply Panel, will be fed as input to the
AMF panel. The status of the supply has to be monitored by the U/V relays provided in the
AMF panel.
• When the Grid voltage fails or drops below a certain pre-set value, the automatic control
system gives a starting signal to the diesel generator set after ensuring the grid CB at 415v
MAIN PANEL (PMCC) is off.
• As soon as the alternator set reaches its operating speed & rated voltage, then signal shall be
generated by the D.G. control panel to close the DG incomer CB 415V MAIN PANEL (PCC).
• A maximum of three attempts of starting facility for the DG set shall be provided and case the
diesel engine fails to start & reach its operating speed with in stipulated time as per DG set
characteristic, the feature should automatically lock out the operation DG set and further
operation of DG set should be prevented in both auto & manual condition. This lockout signal
shall be given to a hooter, indication lamp with reset button and two potential free contacts.
• When the main supply restored to normal value for atleast one minutes then a suitable signal
shall be generated and close the Main supply ACB automatically and open the DG supply ACB.
Contractor 18 Engineer-in-Charge
• The set has thus reverted to its standby condition and will only start when the main fail again.
• Selector switch shall be provided to select the following feature.
• Auto / Manual
19.3.1.2.2 Terminal blocks and wirings:
Terminal blocks of robust type and generally not less than 15 Amps capacity, 250/500 V grade
for DC upto 100 V and 660 / 1100 volts grade for AC and rest of the junctions 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 sqmm
copper conductor PVC insulated and 660/1100 volts grade. Suitable colour coding can be
adopted. Wiring harness 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.

19.3.1.2.3 Labeling: All internal components shall be provided with suitable identification lables suitably
engraved. Lables shall be fixed on buttons, indication lamps etc.

19.3.1.2.4 Painting: The entire panel shall be given primer coat after proper treatment and powder
coating with all 7tanks process before assembly of various items.

19.3.1.2.5 Equipment requirements: The control cubical shall incorporate in to assembly, general
equipment and systems as under:
a) Control system equipments and components such as relays, contractors, Timers, etc. both for
automatic operation on main failure and as well as for manual operation.
b) Equipment and components necessary controls for testing the generating set's healthiness,
with test mode and with load on mains.
c) Necessary instruments and accessories such as voltmeter, power factor meter, KW meter,
KWH meter, Ammeter, Frequency meter etc. in one energy analyzer unit with selector switch
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.
g) Necessary battery charger.
h) Necessary excitation control and voltage regulating equipment. (Alternatively provided on the
Alternator itself).
i) Necessary over head bus trunking terminations all internal wiring, connection etc. as required.
j) Breakers as specified in the schedule of work.

19.3.1.2.6 System operation: These above mentioned facilities provided shall afford the following
operational requirements.

19.3.1.2.6.1 Auto mode:


(a) A line voltage monitor shall monitor supply voltage on each phase. When the main supply
voltage fails completely or fails below set value (variable between 80% to 95%of normal value)
on any phase, the monitor module shall initiate start-up of diesel engine. To avoid initiation
due to momentary disturbances, a time delay adjustment between 0 to 5 seconds shall be
incorporated in start-up initiation.

Contractor 19 Engineer-in-Charge
(b) Three attempts facility shall be provided 6 seconds ON, 5 seconds OFF, 6 seconds ON, 5
seconds OFF, 6 seconds ON, if at the end of third attempt, the engine does not Start, it shall be
locked out of start, a master timer shall be provided for this function. Suitable adjustment
timers 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.
(a) When the mains supply is resorted and is healthy as sensed by the line voltage Monitor
setting, both for under voltage 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.

(e) The diesel alternator set reverts to standby for next operation as per (a), (b) and (c) above.

19.3.1.26.2 Manual Mode:


a) In a manual mode, it shall be feasible to start up the generator set only by the operator
pressing the start push button.
b) Three attempt starting facility shall be operative for the start-up function.
c) Alternator circuit breaker close and trip preparation shall also be through operator only by
processing the appropriate button on the panel, and closure shall be feasible only after
alternator has built up full voltage. If the 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.

19.3.1.2.6.3 Test Mode


a) When under 'test' mode the pressing of ‘test’ button shall complete the start up sequence
simulation and start the engine. The simulation will be that of mains failure.
Sequence I 2.4.2.2.6.1 (a) and (b) shall be completed.

b) Engine shall build up voltage but the set shall not take load by closing of alternative 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 transferred
to alternator.

(d) Bringing the mode selector to auto position shall shut down the set as per sequence of
2.4.2.2.6.1 (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.

19.3.1.2.7. Engine shut down and alternator protection equipments: 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) temp. shut down.
(iii) Engine over speed shut down.

Contractor 20 Engineer-in-Charge
(b) Alternator Protection:
(i) Over load
(ii) Short circuit
(iii) Earth fault
(iv) Over voltage
19.3.1.2.8 Monitoring and metering facilities:
(a) Necessary energy analyzer unit for visual for visual monitoring of mains, alternator
and load voltage, current, frequency, KWH, power factor, 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 standby duty).
iv) Set of lamp for engine shut down for over speed, low lub. Oil pressure and high
coolant water temperature; overload trip of alternator, earth fault trip of alternator,
engine lock out and failure to start etc. All these indications shall have an audio and
visual alarm. When operator accepts the alarm, he hooter will be silence and the fault
indication will become steady until rest by operating a reset button.
19.3.1.2.9 Operating devices: A set of operation devices shall be incorporated in the front of
panel as under:
(a) Master Engine Control Switch: This shall cut off in ‘OFF’ position DC control to the
entire panel, thus preventing start-up of engine due to any cause. However, battery
charger lamp test button for testing the healthiness of indication lapms, DC bolt
mater/ammeter etc. shall be operative. It shall be disable to lock the switch in OFF
position for maintenance and shut down purpose.
(b) Operating selector switch OFF/AUTO/MANUAL/TEST position.
(c) Energy analyzer unit for display of various electrical parameters like voltage, current
frequency, KW, power factor, etc.
(d) A set of push button as specified.
(e) Relays, contactors, timers, circuit breakers as required.
(f) Necessary battery charger with boost/ trickle selector, DC voltmeter and DC ammeter.
19.3.1.2.10 Compatibility with ‘Building Management System’ (BMS):
PLC compatibility and required nos. of Input/ Output terminals points should be
provide in the AMF control panel.
19.4 Battery / Electrical System
19.4.1 Batteries supplied with Genset are generally dry and uncharged. First charging of
uncharged batteries is very important and should be done from authorized battery
charging center. Initial charging should be done for 72-80 hours.
19.4.2 Batteries should be placed on stands and relatively at cool place.
19.4.3 Battery capacity and cooper cable size for various engine capacities are recommended
as indicated in the table below. Cable sizes are for maximum length of 2m. If length is
more, Cable size should be selected in such a way that voltage drop does not exceed
2V. However, capacity as recommended by manufacturer may be taken.

DG Set Capacity Battery Capacity Cable Size (Material Electrical


(AH) Copper)Sq.mm System (Volts)

Contractor 21 Engineer-in-Charge
Above 500 KVA 360 70 24
Upto 500 KVA 180 70 12
19.4.4 For AMF application, a static battery charger working on mains supply is
recommended to keep the batteries charged at all times.
19.4.5 1.5 Sq.mm copper wire should be used for wiring between junction box and Control
Panel.
19.5 Cabling
19.5.1 Power cabling between alternator and control panel and control panel and change
over switch to mains should be done with recommended cable size.
19.5.2 Typical cable sizes for 415 V applications are provided in Appendix-VI.
19.5.3 Overheating due to loose thimbling / undersize cables causes most of electrical
failures, hence size of cable and thimbles should always be used, if cable is specified.
19.5.4 While terminating cables, avoid any tension on the bolts/ busbars. (If cable is
specified)
19.5.5 Crimped cables should be connected to alternator and control panel through cable
glands, if cable is specified.
19.5.6 Multi- core copper cables should be used for inter connecting the engine controls with
the switchgear and other equipments.
19.5.7 For AMF application, multicore 1.5 sq.mm flexible standard copper cable for control
fabling should be used.
19.5.8 It is recommended to support output cables on separate structure on ground so that
weight of cables should not fall on alternator/8 base rail.
19.5.9 External wirings, when provided for remote voltage/ excitation monitoring/ door CT
etc. shall be screened sheathed type. Maximum length of such wiring shall not exceed
5 meters.
19.5.10 Alternator Terminal Links.
19.5.10.1 For proper terminations between links and switchgear terminals, the contact area
must be adequate..
19.5.10.2 Adequate clearance between bus bars/ links at terminals should be maintained (IS:
4232 may be referred to for guidelines.
19.6 General Design Guidelines.

19.6.1 To avoid re-circulation of hot air, durable sealing between radiator and canopy is
must.

19.6.2 Ventilation fans are must for the Gensets cooled by heat-exchanger/cooling tower
system.
19.6.3 Exhaust piping inside the enclosures must be lagged (except below).

19.6.4 Temperature rise inside the enclosure should not be more than 5ºC for maximum
ambient above 40º C and it should be below 10º C for ambient below 40º C.

19.6.5 There should be provision for oil, coolant drain and fill. Fuel tank should have
provision for cleaning.

19.6.6 The enclosure should be designed to meet the total air requirement for the D.G Set at
full load at site condition as recommendation by the engine manufacture.
Contractor 22 Engineer-in-Charge
19.7 Specifications for Acoustic Enclosure.

19.7.1 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.

19.7.2 The construction should be such that it prevents entry of rain water splashing into the
Enclosure and allows free and quick flow of rain water to the ground in the event of
heavy air. The detailed construction shall confirm to the details as under.

19.7.3 The enclosure shall be fabricated out of the CRCA sheet of thickness not less than 1.6
mm on the outside cover with inside cover having not less than 0.6mm thick
perforated powder coated CRCA sheet.

19.7.4 The hinged doors shall be made from not less than 16 SWG (1.6 mm) thick CRCA sheet
and will be made air tight with neoprene rubber gasket and heavy duty locks.

19.7.5 All sheet metal should be processed through 7-tank process.

19.7.6 The enclosure should be powder coated.

19.7.7 The enclosure should accommodate the daily service fuel tank of the DG Set to make
the system compact. There should be provision of gauge, which should show the level
of the fuel even when the DG et is not running. The gauge should be calibrated. The
fuel tank should be filled from the outside as in automobiles and should be with a
lockable cap.

19.7.8 The batteries should be accommodated in the enclosure in battery rack.

19.7.9 The canopy should be provided with high enclosure temperature safety device.

19.7.10 The acoustic lining should be made up of high quality insulation material i.e. glass /
mineral wool/UP foam appreciated thinness & density for sound absorption as per
standard design of manufacturer’s to reduce the sound level as per CPCB norms. The
insulation material shall be covered with fine glass fiber cloth and would be supported
by perforated M.S. Sheet duly powder coated/GI sheet/ aluminum sheet.

19.7.11 The enclosure shall be provided with suitable size & No. 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.

19.7.12 The canopy should be as compact as possible with good aesthetic look.

19.7.13 The complete enclosure shall be of modular construction.

Contractor 23 Engineer-in-Charge
19.7.14 The forced ventilation shall be as per manufacturer design using either engine radiator
fan or additional blower fan(s). If the acoustic enclosure is to be provided with forced
ventilation then suitable size of axial flow fan (with motor and auto-start
arrangement) and suitable size axial flow exhaust fan to take the hot air from the
enclosure complete with necessary motors and auto start arrangement should be
provided. The forced ventilation arrangement should be provided with auto stop
arrangement to stop after 5 minutes of the stopping of DG Sets.

19.7.15 The acoustic enclosure should be suitable for cable connection/connection through
Bus-trunking. Such arrangements on acoustic enclosure should be water proof and
dust-proof confirming to IP-65 protection.

19.7.16 The inside of enclosure should be provided with at least two nos. 28W-T5 fluorescent
Tube light luminaries controlled by a 5 A switch for adequate lighting during servicing
etc. of the DG Set. The power supply to this luminaries should be from the load side of
the AMF Panel so that it can remain energized under all condition.
20. Following tests shall be carried out at the engine manufacturer's works in the
presence of employer if so desired.
20.1 DG set and the auxiliaries shall be assembled at the manufacturer's works and the
following tests shall be performed.
a) One (1) hour at full load with fuel consumption
b) One (1) hour at 3/4 load with fuel consumption
c) One (1) hour at 50% load with fuel consumption
d) Four (4) hours at full load followed by a 1 hour continuous load at 110% and with fuel
consumption.
e) Engine starting time
f) I.H.P./B.H.P. test
g) Noise/Vibration test
Before each test, the engine shall be brought to a steady state under the conditions of
the test.
20.2 The alternator shall be subjected to following routine tests:
a) Measurement of resistance of stator and rotor windings
b) Insulation resistance of stator and rotor windings
c) High voltage tests on stator and rotor windings
d) Open circuit and short circuit tests
e) Temperature rise test
f) Regulation test
g) Efficiency test
h) Momentary overload test
i) Vibration and noise level measurement
In addition to the above routine tests temperature rise test on generator shall be
conducted.

20.3 VOLTAGE REGULATOR


a) Sensitivity test
b) Response time test

Contractor 24 Engineer-in-Charge
20.4 TESTS AT SITE
a) The tests shall be performed after proper installation of the diesel generating unit at
site to prove the proper operation of interlock circuits and the capability of the engine
to start and pick-up load in the specified time, under supervision of the employer
representative responsible for supervision, testing and commissioning.
b) Guarantee tests to prove guaranteed performance of the DG set shall also be carried
out at site after proper installation. The load test with available load at site will be
given for about 8 hours.

20.5 TEST CERTIFICATE


a) Test certificate shall be submitted in six (6) copies.
b) The test certificate shall be furnished to the AWHO Authorities for prior approval
before dispatch of any equipment from works and the approval in writing from
employer shall be essential to effect dispatch of the equipment.
c) The test reports shall furnish complete identification of the data, including serial
number of each equipment.

21. SPECIAL TOOLS AND TACKLES:


The contactor/vendor shall supply tools as given below:
a) A standard tool box shall be made of 16 SWG, MS sheet duly painted and be of
minimum 400mm x 200mm size.
b) Tool box shall contain minimum following tools for the operation and maintenance of
equipments (Make Jhalani / Taparia):-
Spanner set having 10 pieces from 6mm to 38mm size, open end type.
Spanner set having 10 pieces from 6mm to 38mm size, ring type.
Box spanner with rod for transformer terminal nuts - 1 set.
Insulated screw driver of 300m size - 1 no.
Digital Multi-meter of Philips make - 1 no.
Adjustable spanner of 300mm size - 1 no.
Insulated Pillar set 200 mm size - 1 no.
Wire cutter and peeler set of wire upto 06 size - 1 set.

22. SPARE PARTS


No Spare parts are needed along as a part of this contract.

23. DRAWINGS, DATA AND MANUALS


Drawings and details as indicated elsewhere shall be furnished along with each of the
bid.

24. DEVIATION
Should the contractor desire to deviate from this specification in any way, he shall
draw specific attention to such deviation.
Unless such deviations are recorded in the deviation sheets, as submitted with offer, it
will be taken for granted that the offer is made in conformity with the specifications.

25. GUARANTEED PERFORMANCE

Contractor 25 Engineer-in-Charge
The contractor shall furnish, along with the offer the technical particulars as called in
the Annexures. The performance figures quoted in the technical particulars sheet shall
be guaranteed with the tolerance permitted by relevant standards.

26. PACKING FOR SHIPMENT


26.1 The equipment shall be suitable protected by respective packing for the shipment
distance and weather conditions involved.
26.2 For transportation, if totally enclosed boxes are not used, the equipment shall be
mounted on skids and enclosed in the open frame wooden crates. However, items like
instruments and other components not assembled with equipment number and part
number for case of identification.

27. SYSTEM OPERATION:


Diesel - alternator sets function will as follows:-

a. Automatic Mode
While the normal mains supply is healthy the diesel alternator set will be at rest and
the load will be supplied by the mains.
The PLC system shall monitor the main supply voltage & when the main supply voltage
drops below a certain preset value, the system shall sense these conditions & shall
give automatic start command to the control systems.
After a time delay of 1.5 seconds from the main supply failure the diesel engine shall
start.
When the DG set attains its rated speed and voltage a closing signal shall be given to
the ACB of the DG set.
When the voltage in the mains gets restored, its quality is monitored for about one
minute and if proven satisfactory the main supply breaker shall close automatically for
transfer of the load from Diesel engine to the main supply at L.T. Panel.
The set shall stop after idle running of one minute after restoration of main supply.
The diesel alternator set reverts to its standby conditions &its ready to start should
the mains supply fail again.

b. ACOUSTIC INSULATION
High density resin bonded glass wool shall be provided on all five sides including doors
and roof to absorb noise. The door shall have acoustic gas proof gaskets all along its
periphery.
Resin bonded Rockwool of high density (96 Kg/Cu. Mtr.) with minimum 100 mm
thickness with tissue paper (min 50 gm/sq.m) covered with perforated 1.6 mm painted
MS sheet shall be used as sound absorption material on all five sides including doors is
provided. The air ducts shall also be covered with mineral wool.
Acoustic hoods with noise splitters provided to block and reduce the sound leakage

c. ARRANGEMENTS
The engine and alternator are coupled by means of a flexible coupling and both the
units including the radiator shall be mounted on rigid fabricated base frame to form a
compact arrangement of the equipment. Base frame shall be of MS steel and suitably
machined to ensure perfect alignment and alternator with rigid construction to ensure
minimum vibrations.
Contractor 26 Engineer-in-Charge
The complete enclosure shall be detachable which can be dismantled in parts of its
easy installation anywhere.

d. PAINTING
The acoustic enclosure shall be painted with good quality Duco Automotive paint with
a prior red oxide primer base and other protection for making it suitable for
installation in open areas.

e. VIBRATION ISOLATION
To avoid transfer of vibration from genset to enclosure & surrounding specially
designed vibration isolators shall be used.

f. SAFETIES
The enclosure shall have the following safeties;
High Enclosure Temperature
Emergency Stop Push button outside the enclosure.
The enclosure shall also be provide with space heater complete with thermostat and
controlling ELCB working on 220 V A.C. supply and chamber illumination lamp working
on 24 V DC supply.

g. FIRST FILL OF ENGINE OIL :

D.G. Set shall be provided complete with first fill of Engine Oil.

h. MS Support Structure

Independent Supporting Structure: Providing and fixing of MS Steel structure


including RCC foundation for supporting structure with MS Angle/Channel with all
accessories painting etc. complete as required along with lightening arrester / aviation
light for DG fume pipes as per CPCB approved norms. The steel work shall be welded
in built up section/framed work, i/c cutting, hoisting ,fixing in position and applying a
priming coat of approved steel primer using structure steel etc. including grating
frames, guard bar, railings, brackets, gates and similar work complete as required. The
design of the support structure shall be done by the contractor and shall get the
approval from the Project Director/ Architect.
The design of Independentsupport structureand RCCfoundation shall be got done
from the approved structural consultant after considering wind velocity and bearing
capacity of soil. Design of supporting structure and RCC foundation shall also be get
check for proof checking from any independent agency as approved in PWD.

i. APPROVAL OF FABRICATION:

Contractor shall submit fabricator drawing as per prepared by the manufacturer for
the following items of schedule ‘A’ and get them approved from the project director/
Architect, before the equipment against these items as fabricated and assembled in
the approved factory of the manufacture and brought to site for erection.
j. TEST AT MANUFACTURERS WORKSHOP:
All equipment shall be tested with all routine tests as specified in relevant I.S. The Test
Certificates in original as used by the manufacturer shall be submitted by the
contractor to the Project Director as soon as the equipment is received at site.

Contractor 27 Engineer-in-Charge
Erection of these shall not be commenced till test certificates are received and duly
verified.

k. APPROVALS:
Contractor on behalf of the owner shall be responsible to complete all formalities and
shall obtain the approvals, sanctions and clearance certificate (NOC) for the
installation of DG Sets and for restricted use of DG set from the concerned statutory
authorities such as pollution control board of State/ central government state
detracted board chief fire officer of state government, chief electrical inspector of
state government, tariff advisors committee of regional fire insurance, Local power
supply company etc.

Contractor 28 Engineer-in-Charge
SECTION – 2

COIL COOLER

Air-cooled coil cooler of suitable capacity for 1500 KVA & 500 KVA DG set complete with necessary
frame work, suitable for GI casings, seem- less copper tubes coil bundle, coil headers, main headers,
flanges, fan section with tubes, motor, drain sockets, air purge valves, isolation valves, junction box,
top channels as required.

Contractor 29 Engineer-in-Charge
SECTION – 3 – WATER CIRCULATING EQUIPMENTS

1. GENERAL

The water circulating system shall be complete in all respects and comply with the
specification given below. The total sound intensity with all fans in operation shall not
practically exceed 60 DB at a distance of 50 meters.
2. PUMP SETS

2.1 End suction (Vertical Discharge type)

2.1.1 The pump sets shall be end Suction(Vertical Discharge type) with suction and discharge
flanged connections coupled with totally enclosed fan cooled squirrel cage induction motor
and suitable starter as specified.
2.1.2 The pump casting shall be high density cast iron, volute type design and machined to a narrow
tolerance.

2.1.3 The impeller shall be gunmetal double entry shrouded design, properly balanced.

2.1.4 Water mechanical seals shall be provided to minimize water leakage and should be easily
serviceable in the field.

2.1.5 Motor and starter shall conform to relevant specifications and of ratings given in "schedule of
quantities".

2.1.6 All Pumps shall be of IS specification.

2.1.7 The maximum speed of the pump shall be 1450 RPM.

3. MISCELLANEOUS
The following shall be included: -
3.1 Water pressure gauge at inlet and outlet of each pump complete with isolation cocks.
Vibration isolation shall be cushy foots type for each pump. Stainless steel bellows type
flexible connections shall be provided at pump inlet and outlet.

4. INSTALLATION AND TESTS


4.1 The pump sets shall be mounted on cement concrete foundation including grouting nuts,
bolts, channels etc. shall be provided by the contractor.

4.2 On installation the capacity of the pumps shall be checked by measuring water flow, motor
current and measuring pressure difference at inlet and outlet. The readings shall be recorded
to compare actual performance with the specified data.

4.3 Magnetic level switches in each cooling tower sump for alarm shall be provided for low level
without any extra cost to the department.

Contractor 30 Engineer-in-Charge
SECTION – 4 – CONTROLS VALVE AND ACCESSORIES

1. TEMPERATURE GAUGE (THERMOMETER)


Shall be stem type with centigrade & Fahrenheit scales Temperature gauge shall be of the
separate able socket type and shall have extended brass stem, where required, for insulated
pipes. Temperature gauge shall be installed at water supply and return at air handling units,
chillers & condensers as shown on the Drawings. Range of scales shall be 30-120 °F (0-50 °C) for
air conditioning applications.

2. PRESSURE GAUGES

Shall be installed on suction and discharge of pumps, supply & return at air handling units,
inlet and outlet at chillers, and condensers and cooling towers and included in Schedules of
Quantities. Suction side gauges at pumps shall be compound gauges with 100mm dia of the
range 0-75 cm (0-30 inches) mercury vacuum and 0-4 kg. Per sq.cm (0-60 ps) pressure
discharge side gauges at pumps and at all other locations shall be 100 mm dia. Of the range
0.5 kg.Per sq.cm. (0-60 psi) pressure, gauges shall be connected to the pipes by GI nipple,
elbow, ball valve etc. as required for gauge protection during testing. Range of scale shall be
(0-200 psi). Gauges shall be connected to the pipes by GI nipple, ball valve, elbow etc.

Contractor 31 Engineer-in-Charge
SECTION – 5 – PIPE WORK
1. GENERAL
All piping work shall conform to quality standards & shall be carried out as per specifications
and details given hereunder: -
2. PIPES
2.1 All pipe shall be M.S. E.R.W. tube ‘B’ class as per I.S. 1239-79, part I with upto date
amendments. Pipes above 150 mm dia shall be M.S. E.R.W. tube (black steel) heavy class as
per I.S. 3589 upto date amendments.
3. FITTINGS
3.1 The dimensions of the fittings shall conform to I.S. 1239/79 part-II unless otherwise indicated,
in the specifications.
3.2 All bends in sizes upto and including 150mm dia, shall be ready made of heavy duty, wrought
steel of appropriate class.
3.3 All bends in sizes 200mm and larger dia, shall be fabricated from pipes of the same dia and
thickness, with a minimum of 4 sections, and having a minimum center line radius of 1.5
diameter of pipes.
3.4 All fittings such as branches reducers etc. in all sizes shall be fabricated from pipes of the same
dia and thickness, and its length should be at least twice the dia of the pipe.
3.5 The branches shall be welded straight to the main line, without making a separate fitting.
3.6 Blank ends are to be formed with flanged joints and 6mm thick blank between flange pair for
150mm and over in case where, a future extension is to be made, otherwise blank end discs of
6mm thickness are to be welded on, with additional cross stiffeners from 50mm x 50mm M.S.
heavy angles, for sizes upto 350mm, all ends larger than 400mm dia shall have dished ends.
4. FLANGES
4.1 All flanges shall be of mild steel as per I.S. 6392/71 and shall be steel slip-on-type, welded to
the pipes, flanges thickness shall be to suit class-II, pressures.
4.2 Flanges may be tack welded into position, but all final welding shall be done with joints
dismounted, 3mm thick gaskets shall be used with all flanged joints. The gaskets shall be fiber
reinforced rubber as approved by the department. Special adhesive compound shall be used
between flanges of steam, air and gas lines.
4.3 Flanges shall be used as follows :-
4.3.1 Counter flanges for equipment having flanged connections.
4.3.2 Flanged pairs shall be used on all such equipment, which may require to be isolated or
removed for service e.g. pumps, refrigeration machines, air handling units etc.
4.3.3 All threaded valves shall be provided with nipples and flanged pairs on both sides to permit
flange connections, for removal of valves from main lines for repair/replacement.

Contractor 32 Engineer-in-Charge
5. VALVES
5.1 BUTTERFLY VALVES
5.1.1 The butterfly valve shall consist of cast iron body preferably in two piece construction.
5.1.2 The disc shall be of Stainless steel construction & consist of disc pivot and driving stem in one
piece centrally located.
5.1.3 The valve seat shall be of synthetic material suitable for water duty. It should be field
replaceable.
5.1.4 The disc should move in slide bearings on both ends with `O' ring to prevent leakage.
5.1.5 The handle should have arrangement for locking in any set position. Valves 200 mm dia size
and above shall be worm gear operated.
5.1.6 The valve should be suitable for 12 kg/sq.cm. working pressure.
5.2 GATE VALVE, NON RETURN VALVE AND GLOBE VALVE
5.2.1 All gate valves and non return valves upto& including 65mm dia shall be of gunmetal screwed
type, conforming to Class 2 of I.S. 778 with upto date amendments and shall be with I.S.I.
marking and certification.
5.2.2 All gate valves of 80 mm dia and above shall be of cast iron flanged type designed for working
pressure of 12 kg/sq.cm and as per I.S. 780/69 with upto date amendments (for sizes upto
350mm) and of I.S. 2906/69 with upto date amendments (for sizes 350mm and above). All
such valves shall be with I.S.I. marking and certification. All check Valves of 80 mm dia and
above shall be of cast iron dual plate wafer type conforming to API standard and designed for
working pressure of 12 kg/sq.cm.
5.2.3 All globe valves upto and including 100mm dia shall be of gunmetal and tested upto a
pressure of 21 kg/sq.cm.
5.2.4 All gauge cocks shall be of gunmetal plug type, complete with siphon (brass chrome plated).
5.2.5 All drain valves shall be of gunmetal with a hose union connection on one hand.
6. BALANCING VALVES
6.1 The balancing valves up to 80 mm dia shall be of gunmetal screwed type conforming to B.S.
5154 or equivalent specifications.
Valves of 100 mm dia and above shall be flanged type and of cast iron body and EN-3 disc
conforming to B.S. 5154 or equivalent specifications.
6.2 The valve shall be cast gunmetal ASTM B-62 and complete with non non rising spindle, PTFE
disc seal cast metal hand wheel.
6.3 The port opening shall permit precise regulation of flow rate, by accurately measuring the
pressure drop across the port.
6.4 The valve shall be complete with two ports for connections to a mercury manometer, to
measure the pressure drop. Drain ports shall be provided up to 80 mm dia.

6.5 The spindle shall have a shielded screw to set the flow at the desired level.
Contractor 33 Engineer-in-Charge
6.6 This valve may be used in lieu of butterfly valve/gate valve plus a globe valve.
7. STRAINERS
7.1 The strainers shall either be pot type or Y type with cast iron or fabricated steel body, tested
upto pressure applicable for the butterfly valves as shown on the drawings.
7.2 The strainers shall have a perforated bronze sheet screen with 3 mm perforation and with a
permanent magnet, to catch iron fillings.
7.3 Pot strainers shall be provided with flanged connections and `Y' strainers shall be provided
with flanged ends.
7.4 The strainers shall be designed to facilitate in easy removal of filter screen for cleaning,
without disconnection of pipe line.
8. JOINTING
8.1 All pipe lines shall be welded type.
8.2 Square cut plain ends will be welded for pipes upto and including 100mm dia.
8.3 All pipes 125mm dia or larger will be bevelled by 35 deg for welding.
9. MISCELLANEOUS
9.1 Providing all piping, required to make the apparatus connected, complete and ready for
regular and safe operation, unless otherwise noted, connect all apparatus and equipment in
accordance with manufacturer's standard details, as approved by Engineer in Charge.
Consult drawings and specifications to determine number and requirements of all items of
equipment, requiring piping, such as bend, drain, relief etc., wherever equipment is provided
with connections for such piping.
9.2 Unless otherwise specified, pitch the lines of piping as follows :-
All condensation drainage, including air handling unit and fan coil unit shall be pitched in the
direction of flow to ensure adequate drainage, with an adequate trap seal to prevent leakage
of air due to static pressure developed by air conditioning units. Pitch, 20mm per meter
wherever possible, but not less than 10mm/ meter. Drains from other equipment shall be
pitched similarly without trap seal.
9.3 Provide valves and capped connections for all low points in piping system, necessary or
required for draining systems. Provide for all risers isolating valves and drain valves to permit
repairs without interfering with the rest of the system.
9.4 During construction, temporarily close, open ends of pipes with sheet metal caps, where
necessary, or required to prevent debris from entering piping system.
9.5 Support piping independently of all equipment so that the equipment is not stressed by the
piping weight or expansion.
9.6 To facilitate the maintenance, repair and replacement;
9.6.1 Unions, if used, shall be flanged, as required, where indicated and in connections to all
equipments, apparatus and specialties requiring disconnection for repairs or replacement.
Locate unions between shut-off valves and equipment as directed by Engineer in charge.
Contractor 34 Engineer-in-Charge
9.6.2 Provide shut-off valves where indicated and for individual equipment, units at inlet and outlet,
to permit unit removal for repairs, without interfering with the remainder of the system.
Additional shut-off valves shall be provided as required to enable all systems to be fully
sectionalized. By-pass and stop valves shall be provided for all automatic control valves as
specified.
9.6.3 Arrange piping for maximum accessibility for maintenance and repair. Locate valves for easy
access and operation. No valves shall be installed with handles pointing down, unless
unavoidable.
9.6.4 Cut the pipes accurately according to measurements, established at building and work into
place without springing or forging.
9.6.5 Pipe supports shall be adjustable for height and primer coated with rust preventive paint and
finish coated with gray paint, both as approved by department spacing of pipe supports shall
not be more than that of specified below :-
NOMINAL PIPE SIZE SPACING
(MM) (METERS)

15 1.25
20 & 25 2.00

32, 30, 50 & 65 2.50

80, 100 & 125 2.50

150 & above 3.00

9.6.6 Extra supports shall be provided at the bends and at heavy fittings like valves to avoid undue
stresses on the pipes. Pipe hangers shall be fixed on walls and ceiling by means of metallic
approved dash fasteners.
9.6.7 Insulated piping shall be supported in such a manner as to not to put undue pressure on the
insulation.
9.6.8 Where pipes are to be buried under ground, they should be coated with one coat of
bituminous paint without any extra charge. The top of the pipes shall not be less than 75 cms.
from the ground level. Where this is not practical permission of department shall be obtained
for burying the pipes at lesser depth. The pipes shall be surrounded on all sides by sand
cushions of not less than 15 cms. After the pipes have been laid and top sand cushions
provided, the trench shall be refilled with the excavated soil. Excess soil shall be removed from
the site of work by the contractor.
10. HANGERS & SUPPORTS
10.1 Hangers and supports shall be provided and installed for all piping and tubing wherever
indicated, required or otherwise specified. Wherever necessary, additional hangers and
supports shall be provided to prevent vibration or excessive deflection of piping and tubing.

Contractor 35 Engineer-in-Charge
10.2 All hangers and supports shall be made of steel and painted as required. Wood, wire or
perforated strap iron shall not be used as permanent hangers or supports.
10.3 Hangers shall be supported from structural steel, concrete inserts and pipe racks, specifically
approved.
10.4 No hangers shall be secured to underside of light weight roof decking and light weight floor
glass.
10.5 Mechanical equipment shall be suspended midway between steel joists and panel points.
10.6 Drilling or punching of holes in steel joist members will not be permitted.
11. SLEEVES
11.1 Where pipes pass through floors, provide galvanized steel pipe sleeves 50mm larger than
outside diameter of pipe. Where pipes are insulated, sleeves shall be large enough to provide
ample clearance for insulation.
11.2 Where pipes pass through outside walls or foundations, the space between pipe and sleeve
shall be caulked with lead wool and oakum.
11.3 The centre pipes shall be in the centre of sleeves, and sleeves shall be flush with the finished
surface.
11.4 Floor sleeves shall project 50mm above finished floor level.
12. EXPANSION OR CONTRACTION
12.1 The contractor shall provide for expansion and contraction of all piping installed by the use of
expansion loops.
13. ARRANGEMENT AND ALIGNMENT OF PIPING
13.1 All piping shall be arranged and aligned in accordance with the drawings as specified. Where
special conditions are encountered in the field, the arrangement and alignment of piping shall
be as directed by the Engineer in Charge.
13.2 The piping shall be installed in a uniform manner, parallel to or perpendicular to walls or
ceilings, and all changes in directions shall be made with fittings. The horizontal piping shall be
run at right angles and shall not run diagonally across rooms or other piping. Wherever
possible all piping shall be arranged to provide maximum head room.
13.3 All piping shall be installed as directly as possible between connecting points in so far as the
work of other trades permits. Where interference occurs with another trade whose work is
more difficult to route, this contractor shall reroute his pipes as required to avoid
interference, at the discretion of the Engineer in Charge.
13.4 All piping shall be carefully installed to provide for proper alignment, slope and expansion.
13.5 The stresses in pipe lines shall be guided and pipes shall be supported in such a manner that
pipe lines shall not creep, sag or buckle.
13.6 Anchors and supports shall be provided wherever necessary to prevent any misalignment of
piping.
13.7 Small tubing gauges, controls or other equipment installed on any apparatus, shall not be
coiled nor excessive in length, but shall be installed neatly, carefully bent at all changes in
direction, secured in place and properly fastened to equipment at intervals to prevent sagging.
13.8 The piping shall be grouped wherever practical and shall be installed uniformly in straight
parallel lines in either vertical or horizontal positions.

Contractor 36 Engineer-in-Charge
14. TESTING
14.1 In general, tests shall be applied to piping before connection of equipment and appliances. In
no case shall piping equipment or appliances be subjected to pressures exceeding their test
ratings.
14.2 The tests shall be completed and approved before any insulation is applied. Testing of
segments of pipe work will be permitted, provided all open ends are first closed, by blank-offs
or flanges.
14.3 After tests have been completed the system shall be drained and flushed 3 to 4 times and
cleaned of all dust and foreign matter. All strainers, valves and fittings shall be cleaned of all
dirt, fillings and debris.
14.4 All piping shall be tested to hydraulic test pressure of at least one and half times the maximum
operating pressure but not less than 10 kg/sq.cm. for a period of not less than 24 hours. All
leaks and defects in the joints revealed during the testing shall be rectified to the satisfaction
of the Engineer-in-charge without any extra cost.
14.5 All the piping systems shall be tested in the presence of the department or his authorized
representative. Advance notice of test dates shall be given and all equipments, labour,
materials required for inspection, and repairs during the test shall be provided by the
contractor. A test shall be repeated till the entire systems are found satisfactory by the above
authority. The tests shall be carried out for a part of work if required by department in order
to avoid hindrance in the work of the insulation contractor.
14.6 The contractor shall make sure that proper noiseless circulation is achieved through all piping
systems. If due to poor air bond, proper circulation is not achieved, the contractor shall bear
all expenses for carrying out the rectification work including finishing of floors, walls and
ceiling damaged in the process of rectifications.
14.7 The contractor shall provide all labours and materials to make provision for removing water
and throwing it at the proper place during the testing or/and after the testing to avoid
damages to employer or other contractors properties. Any damages caused by the contractor
to the employer or other contractors properties, shall be borne by the contractor.
15 PAINTING
15.1 All pipes supports, hangers, etc., shall be given two coats of red oxide primer.
15.2 All pipes, which are not to be insulated, shall then be given two coats of finish paint, of a type
and colour, as approved by the Engineer in Charge.

Contractor 37 Engineer-in-Charge
SECTION – 6 – INSULATION

1. GENERAL

The Insulation of D.G Room wall & ceiling etc, shall be carried out as per specifications given
below:

2. MATERIALS

The materials to be used for insulation shall be as follows, unless some other material is
specifically mentioned elsewhere. The detailed specifications of the materials are listed under
respective sub heads.

2.1 ACOUSTIC TREATMENT : RESIN BONDED GLASSWOOL

ROOM ACOUSTIC

The material for acoustic treatment shall be 100 mm thick resin bonded glass wool, as
described earlier, conforming to I.S. 8183 of 1976. The density of glass wool shall be 96
kg/cub.m and the material shall be in the form of rolls of uniform density. The ‘k’ value at
10oC. shall not be less than 0.032 to 0.35 W/mK. Facing shall be provided with perforated
aluminum sheet held with G.I. stick pins and washers.

The insulation shall be fixed in the 610 x 610 mm frame made of 0.6 mm thick G.I ‘U’ shaped
channel of 25x100x25 mm size covered with tissue & finish with 0.8 mm thick perforated
aluminum sheet.

Contractor 38 Engineer-in-Charge
SECTION –7 – MOTORS AND SWITCHGEARS

1. GENERAL
The motors and switchgears required for various items shall generally be as per specifications
given below. All electric motors shall be suitable for 3 phase, 50 cycles 415 ± 10% volts A.C.
supply. The starters shall ensure the starting current of motor including compressor motor to
1.5 times full load currents.
2. SQUIRREL CAGE MOTORS
2.1 The squirrel cage motors shall be either screen protected or totally enclosed fan cooled,
depending on the application and as stated in "schedule of equipment". All motors shall
conform to IS 325/1978.
2.2 The body shall be of rugged cast iron construction. The rotor shall be of die cast aluminum.
The rotor and cooling fan (if any) shall both be jointly balanced statically and dynamically at
the factory of the manufacturer.
2.3 The stator winding shall be with class `B' insulation for motors.
2.4 The starting torque shall be sufficient to match the requirement of driven machine.
2.5 The shaft and bearings shall be of generous size and be easy to lubricate.
NOTE : All motors exposed to atmosphere shall be I.P 55.
3. STARTERS
3.1 The starters to be provided for the different type and rating of the motors shall be as follows :-
3.1.1 Squirrel cage motors - Upto 10 H.P - Direct on line
3.1.2 Squirrel cage motors - Above 10 H.P - Automatic star delta Starter.
3.1.3 All starters shall have auxiliary contacts for interlocking different machines, connecting
indicating lights, controls, alarms, etc.
3.1.4 Starters for all the motors shall be provided with ammeters of suitable range of 96mm X
96mm size.
3.1.5 All starters shall be provided with separate single phasing preventers and adjustable over load
relays.
3.2 STATOR ROTOR STARTER
i) These starters shall have an air operated stator switch and oil immersed rotor
resistance switch.
ii) The stator switch shall be complete with trip free mechanism. The rotor starter handle
shall not reset on tripping unless returned to off position. The resistance winding of
the motor switch shall be of non-corrosive material with low thermal co-efficiency and
matching the resistance of the motor winding.

Contractor 39 Engineer-in-Charge
3.3 AUTOMATIC STAR DELTA STARTERS
3.3.1 These starters shall have heavy duty air break contractors of suitable ratings along with an
adjustable timer to automatically switch the motor connections from star to delta
connections.
3.3.2 Each starter shall be complete with adjustable overload relays on all three phases, and under
voltage release. The starters should be "hand resets" type.
3.3.3 The "no volt coil" shall be 220 volts rating, wherever any controls of safety device are
connected in the starter circuit, otherwise standard 415 volts coils may be used. There shall be
on-off push button for each starter unless remote operation of the starter is required.
3.4 DIRECT-ON-LINE STARTERS
3.4.1 These starters shall have a heavy duty air break contactors of suitable ratings.
3.4.2 Each starter shall be complete with adjustable overload relays on all three phases, single
phase preventing device and under voltage release. The starters should be "hand reset" type.
3.4.3 The "no volt coil" of the starters shall be 220 volts whenever any controls or safety devices are
connected in the starter circuits. Otherwise standard 415 volts coils may be used. There shall
be on-off push buttons for each starter along with provision for remote operation of the
starter.
4. SWITCH PANEL BOARD
4.1 The panel board shall be of paneled cubical type, having in it all switches, starters and
accessories and completely factory prewired. It shall be suitable for voltage systems upto 500
volts, 3 phase, 50 HZ, 4 wire supply capable of functioning satisfactorily in temperatures upto
45 deg C and rupturing capacity, not below 50 KA.
4.2 The boards shall be fabricated from not less than 2.0mm thick, cold rolled M.S. sheets. The
front opening door panels shall be from 1.6mm thick, cold rolled MS sheets. Suitable stiffeners
shall be used in fabricating the housing. A clear space of 300mm shall be left at the bottom. All
steel members shall first be degreased, then de-scaled using dilute sulfuric acid and a suitable
phosphating process. Then the boards shall be given 2 coats of red oxide primer and finished
with stove enamel finish. The switch board shall be free standing types.
4.3 The main incoming ACB and bus coupler circuit breakers shall be draw out type, of rating as
shown on the drawings. The air circuit breaker shall be complete with all accessories and
tripping devices.
4.4 All outgoing feeders shall be protected with the moulded case circuit breakers having a
rupturing capacity of not less than 50 KA.
4.5 No switching starter or accessories shall be provided in the bottom 450mm of the panel.
4.6 The bus bars shall be of aluminum strips of minimum specified ratings with PVC sleeves of
appropriate colour. There shall be adequate clearance between phase to phase and phase to
neutral strips. The neutral bar shall have at least 60% of the phase ratings.
4.7 Items such as ammeters, switches etc. shall be located close to the corresponding switch gear,
and otherwise all items shall be arranged in a neat symmetrical pattern.
Contractor 40 Engineer-in-Charge
4.8 Every starter/ammeter etc., shall be controlled by a MCCB of adequate rating as listed above.
4.9 A voltmeter shall be provided to indicate incoming voltage along with a rotary phase selection
switch.
4.10 Each MCCB/MCB, ammeter etc., shall be provided with a name plate to indicate controlled
items.
5. SUBSIDIARY PANELS
5.1 In the air handling unit rooms the starters shall be directly connected to the MCCB unless
heaters are to be provided. The phase to operate the controls shall be taken from the auxiliary
contact of the starters.
5.2 All starters, for air handling units, shall be remote controlled from the main air conditioning
plant room in addition to having local push buttons and Auto/Manual selector switch.
6. CONTROL CONSOLE
6.1 A floor mounting control and indicating console shall be provided, in the main control room,
as shown on the plans.
7. EQUIPMENT PUSH BOTTONS LAMPS
ON OFF GREEN RED
7.1 WATER COOLED CHILLING UNITS
7.1.1 Compressor X X X X
7.1.2 Antifreeze Switch - - - X
7.1.3 High pressure switch - - - X
7.2 Primary Chilled water pumps X X X X
7.3 Secondary Chilled water pumps X X X X
7.4 Air handling units X X X X
7.5 Cooling Towers X X X X
7.6 Condenser Water Pumps X X X X

X ->Required -> not required


7.8 The console shall contain on/off push buttons and indication lamps for all the items as listed in
schedule of equipment".
7.9 Indicating light for strip heaters, if any shall be provided on the switch board, in the respective
unit room.
7.10 The actual number of switches and lights shall correspond to the number of units being
installed. All controls and alarms shall be suitable for 230 volts on the panel.
7.11 The alarms shall be with reset buttons.
7.12 All controls circuits shall be functionally tested.

Contractor 41 Engineer-in-Charge
7.13 The red indicating lamps should switch on only in case of fault in the controlled items and not
during normal automatic shut off. Thus e.g. in case of starters the red light should come on in
case of tripping of starter on overload or single phasing.
7.14 A common alarm shall be connected to all red indicating lamps through individual relays.
7.15 Lamp testing arrangements shall be provided in console.
7.16 Digital temperature indicators along with necessary sensors shall be provided on the main
control console to indicate the chilled water IN & OUT temperatures (for each water chilling
machine) and Condenser water IN & OUT temperatures.
7.17 A suitable alarm through Hooter and indicator shall be provided for Low chilled water
temperature. A suitable alarm through Hooter and indicator shall also be provided for high
Condenser water temperature.

Contractor 42 Engineer-in-Charge
SECTION – 9 – MODE OF MEASUREMENTS

1. UNIT PRICES IN THE SCHEDULE OF QUANTITIES


1.1 The item description in the schedule of quantities is in the form of a condensed resume. The
unit price shall be held to include everything necessary to complete the work covered by this
item in accordance with the specifications and drawings. The sum total of all the individual
item prices shall represent the total price of the installation ready to be handed over.
1.2 The unit price of the various items shall include the following:
1.2.1 All equipment, machinery, apparatus and materials required as well as the cost of any tests
which EIC may request in addition to the tests generally required to prove quality and
performance of equipment.
1.2.2 All the labour required to supply and install the complete installation in accordance with the
specifications/drawings.
1.2.3 Use of any tools, equipment, machinery, lifting tackle, scaffolding, ladders etc. required by the
contractor to carry out his work.
1.2.4 All the necessary measures to prevent the transmission of vibration.
1.2.5 The necessary material to isolate equipment foundations from the building structure,
wherever necessary.
1.2.6 Storage and insurance of all equipment apparatus and materials.
1.3 The contractor's unit price shall include all equipment, apparatus, material and labour
indicated in the drawings and/or specifications in conjunction with the item in question, as
well as all additional equipment, apparatus, material and labour usual and necessary to make
in question on its own (and within the system as a whole) complete even though not
specifically shown, described or otherwise referred to.
1.3.1 The contractor's unit price shall also include all taxes, duties, octrois, works contract tax etc. as
applicable.
2. MEASUREMENTS OF SHEET METAL DUCTS, GRILLES ETC.
2.1 SHEET METAL DUCTS
2.1.1 All duct measurements shall be taken as per actual outer duct surface area including bends,
tees, reducers, collars, vanes & other fittings. Gaskets, nuts, bolts, vibration reducing pads are
included in the basic duct items of the SOQ./ or as per IS code.
2.1.2 The unit of measurements shall be the finished sheet metal surfaces area in meters squares.
No extra shall be allowed for laps and wastage.
2.1.3 All the guide vanes, deflectors in duct elbows, branches, grille collars quadrant dampers etc.
shall be measured for actual sheet metal surface and paid for at the same rate as duct of same
thickness.

Contractor 43 Engineer-in-Charge
2.1.4 The unit duct price shall include all the duct hangers and supports, exposing of concrete
reinforcement for supports and making good of the same as well as any materials and labour
required to complete the duct frame.
2.2 GRILLES
All grilles/diffusers as per tender requirements shall be measured as follows.
2.2.1 All measurements of grilles/diffusers shall be the actual outlet size excluding the outer
flanges.
2.2.2 The square or rectangular grills/diffusers shall be measured in sq.m.
2.2.3 All round diffusers shall be measured by their diameters in cm.
2.2.4 All linear diffusers shall be measured as per actual length in metres.
3. MEASUREMENTS OF PIPING, FITTINGS, VALVES, FABRICATED ITEMS
3.1 PIPE
3.1.1 All pipes shall be measured in linear meter (to the nearest cm) along the axis of the pipes and
rates shall be inclusive of all fittings e.g. tees, bends, reducers, elbows etc. Deduction shall be
made for valves in the line.
3.1.2 The rate quoted shall be inclusive of cutting holes, exposing reinforcement in wall and ceiling
and floors and making good the same and inclusive of all items as specified in specification
and schedule of quantities.
3.1.3 Rates quoted shall be inclusive of providing and fixing vibration pads and wooden pieces,
wherever specified or required by the Engineer in charge.
3.1.4 Flexible connections, wherever required or specified shall be measured as part of straight
length of same diameter, with no additional allowance being made for providing the same.
3.1.5 The length of the pipe for the purpose of payment will be taken through the centerline of the
pipe and all fittings (e.g. tees, bends, reducers, elbows, etc.) as through the fittings are also
resumed to be pipe lengths. Nothing extra whatsoever will be paid for over and above for the
fittings. For valves and flanges, section 3.2 below app lies.
3.2 VALVES AND FLANGES
3.2.1 All the extra CI & CM flanged valves shall be measured according to the nominal size in mm
and shall be measured by number. Such valves shall not be counted as part of pipe length
hence deduction in pipe length will be made wherever valves occur.
3.2.2 All gun metal (gate & globe) valves shall include two Nos. of flanges and two numbers 150mm
long MS nipples, with one side threaded matching one of the valves, and other welded to the
M.S. slip-on-flange. Rate shall also include the necessary number of bolts, nuts and washers, 3
mm thick insertion gasket of required temp. grade and all items specified in the specifications.

3.2.3 The rates quoted shall be inclusive of making connections to the equipment, tanks, pumps etc.
and the connection made with an installed pipe line shall be included in the rates as per the
B.O.Q.
Contractor 44 Engineer-in-Charge
3.3 STRUCTURAL SUPPORTS
Structural supports including supports fabricated from pipe lengths for pipes shall be
measured as part of pipe line and hence no separate payment will be made. Rates shall be
inclusive of hoisting, cutting, jointing, welding, cutting of holes and chases in walls, slabs or
floors, painting supports and other items as described in specifications, drawings and schedule
of quantities or as required at site by Engineer in Charge.

Contractor 45 Engineer-in-Charge
TECHNICAL SPECIFICATIONS FOR FIRE DETECTION & ALARM SYSTEM FOR MCG CALTURAL BUILDING
AT GURGAON
SECTION – 1
FIRE DETECTION

1. GENERAL
Work under this contract shall be executed as shown on the drawing and given in the
specifications & required at site whether specifically shown or not.
2. SCOPE OF WORK
2.1 Work under this contract shall consist of furnishing all labour, materials, equipment and
appliances necessary and required to completely do all work relating to the fire sensing and
public address system as described herein after and shown on the drawings.
3. INTERPRETATION
3.1 Interpretation of the contract documents shall be done in the following order of decreasing
importance.
a) Technical Conditions / Tender drawings.
b) P W D Specifications amended upto date.
c) Relevant Indian Standard code of Practice/NFPA/UL Standards amended upto date.
4. SPECIFICATIONS
4.1 Work shall be carried out strictly in accordance with the specifications attached to these
tenders.
4.2 Works not covered in the specifications shall be carried out as per relevant Indian Standards
Code of Practice and specifications of materials.
5. EXECUTION OF WORK
5.1 The work shall be carried out in conformity with the contract drawings and within the
requirements of Architectural, other specialized services drawings.
The contractor shall cooperate with all trades and agencies working on the site. He shall make
provision for hangers, sleeves, structural, openings and other requirements well in advance to
prevent hold up or progress of the construction schedule.
6. DRAWINGS
6.1 Contract drawings are diagrammatic but shall be followed as closely as actual construction
permits. Any deviations made shall be in conformity with the architectural and other services
drawings.
7. MATERIALS
7.1 All materials used on this work shall be new and conforming to the relevant specifications and
codes in practice. Latest equipment and devices will be used and all relevant catalogues of all
the equipment and devices will be submitted by the contractor along with the offer.

Contractor 46 Engineer-in-Charge
7.2 Any damage during cartage, execution, installation or before formally handing over to the
owner shall be made good by the contractor at his own expense.
8. WORKS TO BE DONE BY OWNERS
No works shall be done by the owner.
9. INSPECTION AND TESTING OF MATERIALS
9.1 Contractor shall be required to produce manufacturer's test certificates for the materials to
be used on work.
9.2 All equipment shall be tested for calibaration at any approved laboratory if required by the
Consultants at the cost of the contractor.
10. REFERENCE DRAWINGS
10.1 The contractor shall maintain one set of all drawings issued to him as reference drawings.
These will not be used at site.
10.2 All corrections, deviations, and changes made on the site shall be shown on these reference
drawings for final incorporation in the completion drawings. All changes so made shall be
initialed by the Consultants.
11. SHOP DRAWINGS
11.1 The contractor shall submit to the department four copies of the shop drawings.
11.2 Shop drawings shall be show :
a) Any changes in layout in the contract drawings.
b) Equipment layout and piping, wiring diagram.
c) Manufacturer's or contractor's fabrication drawings for materials or equipment.
11.3 The contractor shall submit four copies of catalogues, manufacturer's drawings, equipment
characteristics data or performance charts as required by Engineer in Charge.
12. COMPLETION DRAWINGS
12.1 On completion of works, contractor shall submit one complete set of "AS BUILT" drawings on
tracing cloth and three sets of blue prints. The information contained shall be:-
a) Run of all conduits, diameters, number of wires, on all floors and vertical stacks.
b) Location of control panels, hooters, manual call stations etc.
12.2 Contractor shall provide four sets of catalogues, performance data and list of spare parts
together with the name and address of the manufacturers for all electrical and mechanical
equipment provided by him.
12.3 Contractor shall stand Guarantee / Warrantee for a period of one year from the date of
handing over.
13. TESTING AND COMMISSIONING
13.1 Testing and commissioning shall be performed in presence of the Engineer in Charge or his
authorized representative.
13.2 All materials and equipment found defective shall be replaced and all the whole work tested
to meet the requirements of the specifications, at the cost of the contractor.

Contractor 47 Engineer-in-Charge
13.3 Contractor shall perform all such tests as may be necessary and required by the local fire and
other authorities to meet the Fire, Municipal or other bye law in force wherever necessary
and required. The contractor will make arrangements at his own cost for performing the tests
in the presence of any fire/municipal personnel if required by the authorities.
14. APPROVAL
14.1 Contractor shall obtain approval of all works executed by him from the local fire brigade and
other relevant authorities and nothing extra shall be paid to him on this account.
15. APPLICABLE STANDARDS
The system conforms to the following codes and standards.
1. Pwd/Mcg specifications part –VI for Fire Alarm System installation and code of practice.
2. IS 2189-1962 Code of practice for Automatic Fire alarm system.
3. IS 2195-1962 Specification for heat sensitive fire detectors.
4. IS 732-1973 Code of practice for electrical wiring installation
5. Pwd/Mcg Specifications Part I and Part II for electrical installations.
6. UL 168 Underwriters Laboratory specification for smoke detector.
7. UL 38 Manually Actuated Signaling Boxes
8. UL217 Smoke Detectors, Single & Multiple Station
9. UL 268 Smoke Detectors for Fire Protective Signaling Systems
10. UL 268A Smoke Detectors for Duct Applications
11. UL 346 Waterflow Indicators for Fire Protective Signaling Systems
12. UL 464 Audible Signaling Appliances
13. UL 521 Heat Detectors for Fire Protective Signaling Systems
14. UL 864 Standard for Control Units for Fire Protective Signaling Systems
15. UL 1481 Power Supplies for Fire Protective Signaling Systems
16. UL 1638 Visual Signaling Appliances
17. UL 1971 Visual Signaling Appliances

Contractor 48 Engineer-in-Charge
SECTION – 2
FIRE DETECTION SYSTEM

1. BASIS OF DESIGN

An Intelligent Fire Alarm System herein after known as (IFAS) shall be provided to effect total
control over the life safety services required in the building. The IFAS shall be of the digital,
distributed processing, real time, multitasking, multi user and multi-location type.

The system shall be provided with Addressable and Analog fire alarm initiating, annunciating
and control devices.

The addressable and intelligent system shall be such that smoke sensors, thermal sensors,
manual pull stations etc. can be identified with point address. The system shall be capable of:

a. Setting smoke sensor sensitivity remotely to either high sensitivity manually or on a pre-
programmed sequence e.g. occupied / unoccupied period. The IFAS shall be able to recognize
normal and alarm values that reveal trouble condition, and above normal values that indicate
either a pre alarm condition or the need of maintenance.

b. Read-out or address at actual space temperature at thermal detector points . The operator
shall also be able to adjust alarm and pre alarm thresholds and other parameters for the
smoke sensors.

c. Provide a maintenance / pre-alert alarm capability at smoke sensors to prevent the detectors
from indicating a false alarm due to dust, dirt etc.

d. Provide alarm verification of individual smoke sensors. Alarm verification shall be printed on
the printer at the control station’s printer to enhance system maintenance and identify
possible problem areas.

e. Provide local numeric point address and LED display of the device and current condition of the
point. Local annunciation shall not interfere with annunciation from the Fire Control System.

f. Provide outputs that are addressable, i.e. outputs shall have point address. The operator shall
be able to command such points manually or assign the points to logical point groups
(Software Zones) for pre-programmed operation.

In the event of fire alarm, but not in a fault condition, the following action shall be
performed automatically.

a. The System Alarm LED on the main fire alarm control panel shall flash

b. A local electric sounder shall be sounded.

c. The LCD display on the main fire alarm control panel shall indicate all information associated
with Fire Alarm condition including the type of alarm point and its location within the
premises.
d. Printing the information associated with the Fire Alarm Control Panel condition , along with
the time and date of occurrence .
Contractor 49 Engineer-in-Charge
e. Air handling units on the affected floors shall automatically be switched OFF and
simultaneously respective fire dampers shall also be closed.

f. Pressurization fans on the evacuation shafts i.e. Stairwells etc. will automatically be switched
ON.

g. All system output programs assigned via control-by-event programs that are to be activated
by a particular point in alarm shall be executed, and the associated system output (alarm
notification appliances and/or relays) shall be activated.

h. The audio portion of the system shall direct the proper signal (tone or voice) to the
appropriate speaker circuit.

i. Pre-recorded alarm messages shall be played on the public address system.

2. FIRE ALARM CONTROL PANEL

1.1 The Fire Alarm Control Panels shall function both as an independent stand alone system
element as well as an interface between the control processing unit and the fire detectors,
their accessories and the controlled devices. The control panel shall be intelligent type with its
own microcomputer and memory. It shall be powered with high efficiency SMPS.

1.2 The Fire Alarm Panels shall be microprocessor based and shall have necessary detector
interface units (for both addressable and non-addressable sensors) , alarm output modules for
external hooter & lamp control output modules for various control functions through relay
contacts and communication modules for interfacing with the outside world . The processor
shall interact with the other modules through a common bus. The system shall store all basic
system functionality and job specific data in non-volatile memory. All site specific and
operating data shall survive a complete power failure intact. Password shall protect any
changes to system operations.

1.3 The Fire Alarm Panels shall have the facility to process the Input Signals and control the output
functions either directly or through I/O Interface Modules as per the requirements.

1.4 The Fire Alarm Panels shall continuously scan the various loops for conditions of Fire, Fault
(Open circuit as well as short circuit) and provide audio-visual Alarm and Messages as the case
may be. Each loop shall be capable for connecting minimum 120 addressable units (detectors
and devices) with minimum 10% spare capacity for detectors.

1.5 System circuits shall be configured as follows: Addressable analog loops class 'A'; initiating
devices circuits class 'A'; Notification appliance circuits Class A; Network communication A.
Annunciates Communication ‘A’. Any deviation in the style of wiring shall be with prior
permission of the consultant.
1.6 The Fire Alarm Panel shall be protected against any kind of short circuit, open circuit, over
voltage and under voltage. In case of any abnormality, the system shall display appropriate
message. The panel should have a CPU watch dog circuit to indicate trouble should the CPU
fail.

1.7 The system should perform Fire Pattern Recognition. For this purpose , it shall offer the
following features:

Contractor 50 Engineer-in-Charge
a) Smoke entering a detector for a short duration (e.g. cigarette smoke) shall not cause any
alarm.

b) A fast build up of smoke shall result in quick alarm generation.

c) A gradual build up of smoke shall be detected early by reducing the pre-warning limit
automatically (without disturbing the alarm level).

d) A slow build up of dirt in detectors shall be recognized and the alarm level shall be suitably
modified without generating any false alarms. For this purpose, the Fire alarm Panels shall
have necessary Hardware and Software filters, details of which must be submitted by the
tenderer in the technical bid.

e) The system shall have detector sensitivity test feature , which will be a function of the smoke
detectors and perform automatically every four hours .

1.8 The Fire Alarm Panels shall have the under mentioned additional features:

a) Logging an alarm , time and action text on printer.

b) Status check of disabled alarm addresses before they are restored.

c) Storing of alarms and the possibility of internal organization of alarms.

1.9 Offered Fire Alarm Panel shall have high degree of flexibility with:

a) The possibility of expanding to a bigger system with several control panels, and control and
information units.

b) Programmable actuation of control output relays for tripping ventilators, closing of fire doors ,
closing of fire dampers, etc. in case of fire . The system shall also provide a manual over-riding
facility to operate/de-activate the above.

c) Connection to addressable as well as non-addressable (Conventional) Detectors, Manual call


station, etc.

1.10 Fire Alarm panel shall have memory storage for last 600 events (with date and time of
occurrence) and an alarm counter for number of alarms occurred after the system is installed.

1.11 For reasons of reliability and preventing inadvertent changes , the software / database shall
be maintained in Non-volatile Memory . It shall be possible to reprogram the software by
authorized personnel only. Fire Alarm Panel shall provide Access Protection via Password
(multilevel) . Hard-ware protection shall be via a security lock and key arrangement.

1.12 Offered Fire Alarm Panels shall automatically scan the whole system and confirm the user
entered configuration . It shall also generate the appropriate messages .

1.13 System should check up all the detectors periodically (by scanning) for the sensitivity of the
detectors . Whenever any detector sensitivity goes down due to/ soiling or dust accumulation
it should provide the required biasing to bring the detector's sensitivity upto the required level
. In case any detector goes below the minimum sensitivity level , it should issue a warning

Contractor 51 Engineer-in-Charge
tone for cleaning the detector manually. Therefore each analog detector shall be monitored
for maintenance alert .

1.14 The system shall support distributed processor intelligent detectors with the following
operational attributes; integral multiple differential sensors , automatic device mapping ,
environmental compensation , pre alarm , dirty detector identification , automatic day/night
sensitivity adjustment , normal / alarm LEDs , relay bases , sounder bases and isolator bases.

1.15 The Fire Alarm Control Panels shall be of multiplex system using distributed memory,
processing and control configured in regenerative network using a Master network controller
and various field panels and remote controllers. This regenerative network shall be capable of
generating critical system functions in the event of Master network controller fails or data line
is severed. The network upon failure of these shall sense the missing remote controllers or
field panels and regenerate itself into a system or system dependent upon the remaining
hardware. Each segment that has been regenerated shall be a full operating system capable of
passing individual device or zone information to or from any remote field panel for operation
of appropriate output devices and events. All Fire alarm control panels will be peer to peer
networked with each other.

1.16 The Fire Control Panel shall be equipped with integrated fire fighters telephone system which
shall automatically dial one or more programmed fire fighter's telephone numbers and convey
pre-programmed messages in the event of fire in any of the zone . The fire panel should have
a Dialer Alarm Communicator Transmitter (DACT) module to transmit alarm , supervisory and
trouble signal to a Central Monitoring Station (CMS) . The DACT shall support dual telephone
lines, 20 pps 4/2 communication and configured for Dual Tone Multi-Frequency (DTMF) or
pulse modes.

1.17 Indications as mentioned hereunder shall be available on the Fire Alarm Panels.

a) RED and AMBER high power LED to indicate any zone on fire and fault respectively. Zone
number and the area should be displayed on alphanumeric 4 line x 40 character backlit
alphanumeric graphical LCD display on the control panel. Nature of fault shall also be
indicated on the LCD display. The main LCD panel and operator console shall be in modular
form and the same should be used as a repeater panel thus enabling full featured remote
operation of the fire alarm system.

b) Mains-on (Green). In case of mains failure, SYSTEM ON BATTERY LIGHT (AMBER) should come
up.
c) Battery under voltage should be indicated by flashing RED LED with 1 KHz. broken audio
signal.
d) Other indications as per system design.
e) It should have the facility of for the connection of printer.

1.18 Matrix type connected printer should provide real time recording of all the system operations
. In addition to the above , it should be able to provide Hard Copy of reports , system
serviceability and faults etc. on demand .

1.19 The system on demand shall provide analog detector sensitivity report . The system shall also
provide history report of verification cycles per detector and the system status reports of
detector analog reading both on computer and VDU as well as in the form of hard copy
through the printer.
Contractor 52 Engineer-in-Charge
1.20 The FACP shall be listed with UL / LPCB / FM and the panel shall have the provision for
connecting to Repeater Panels to meet feature requirements .

1.21 Modular system design, with a layered application design concept including an "operational
layer" and a "human interface layer" to allow maximum flexibility of the system with a
minimum physical size requirement. The panel should be dust and vermin proof.

1.22 The panel should support 128 service groups within the system program to allow the testing
of the installed system based on the physical layout of the system, not on the wiring of the
field circuits connected to the FACP.

1.23 All the metal portions of the panel shall be powder coated and earthed properly. All the loop
cards and accessories specified will be housed in a single housing.

1.24 VOICE EVACUATION SYSTEM : The Fire Alarm system shall incorporate a true digital
integrated audio system into the network capable of multiplexing 2 independent audio
channels over a single pair of wires . The system shall include distributed Audio Amplifiers ,
one for each speaker circuit , for the ultimate in system survivability . The system shall provide
a local temporal back up tone at each amplifier to allow evacuation signals to be broadcast in
the protected premises in the event of a loss of data communication from the multiplexed
audio riser . A Digital Message Unit shall be provided which provides upto 30seconds of pre-
recorded emergency messaging . The message contained in the fully digital message unit shall
be recordable in the field on a computer .

1.25 The Fire Alarm System shall be provided with a fully integrated Emergency Communications
System . The Emergency Communications System shall include a paging microphone , digital
message playback unit . Three dedicated page mode control switches shall provide the
emergency operator with instantaneous one touch paging to safely control the staged
evacuation of building occupants . Automatic programming shall dynamically group the most
frequently targeted paging zones .

- The "All Call" switch will direct the manual page to the entire facility .

- The "Page to Evac" switch will direct the manual page to those building areas automatically
receiving the Evacuation Signal.

- The "Page to Alert" switch will direct the manual page to those building areas automatically
received the Alert Signal.

The system shall have paging control switches and LEDs to support specific zone selection as
shown on the plans . The zone control/displays shall confirm amplifier selection and
annunciate amplifier and amplifier circuit trouble . The system shall automatically deliver a
preannounce tone of 1000 Hz for three seconds when the emergency operator presses the
microphone talk key .

1.26 AUDIO AMPLIFIERS : Each audio power amplifier shall have integral audio signal de-
multiplexers allowing the amplifier to select any one of digitized audio channels . The channel
selection shall be directed by the system software. Up to 2 multiple and different audio signals
must be able to be broadcast simultaneously from the same system network node . Each
amplifier output shall include a dedicated, supervised 25/70 Vrms speaker circuit that is
suitable for connection of emergency speaker appliances . Each amplifier shall also include a
Contractor 53 Engineer-in-Charge
notification appliance circuit rated at 24 Vdc @ 3 .5A for connection of visible (strobe)
appliances . This circuit shall be fully programmable and it shall be possible to define the
circuit for the support of audible , visible or ancillary devices . Standby Audio amplifiers shall
be provided that automatically sense the failure of a primary amplifier , and automatically
program themselves to select and de-multiplex the same audio information channel to the
failed primary amplifier , and fully replace the function of the failed amplifier . In the event of
a total loss of audio data communications , all amplifiers will default to the local "EVAC" tone
generator channel . If the local panel has an alarm condition , then all amplifiers will sound the
EVAC signal on their connected speaker circuits .In the event of a loss of the fully digitized ,
multiplexed audio riser , the audio amplifiers shall automatically default to an internally
generated alarm tone. Audio amplifiers shall automatically detect a short circuit condition on
the connected speaker circuit wiring , and shall inhibit itself from driving into that short circuit
condition. All amplifiers will form an integral part of the FACP, housed in the same housing as
the FACP and of the same make as the FACP

1.27 FIRE FIGHTERS' TELEPHONE SYSTEM: The Fire Alarm system shall provide a fully integrated
Fire Fighters' Emergency Telephone and Communications System. A Master Telephone
handset shall be provided which will provide a totally independent 2-way communication
between the Fire Alarm Control Panel and any of the Fire Fighters' Telephone Stations located
as indicated on the plans for the building. The Fire Fighters' Telephone System shall include
individual LEDs and switches per telephone station. The user shall connect a call by pressing
the 'connect' switch. Upto 5 telephones may be connected on a conference type call. To
terminate a call, the operator shall press the 'disconnect' switch.

2. DETECTORS AND ADDRESSABLE DEVICES

2.1 General Features common to all detectors :

a. Detector shall have an integral microprocessor capable of storing fire parameters information
in the detector head. Distributed intelligence shall improve response time by decreasing the
data flow between detector and analog loop controller. Maximum total analog loop response
time for detectors changing state shall be 5 seconds. The addressable detectors shall be
designed to detect one or more characteristics of fire, light smoke or heat. The prime function
of an addressable detector shall be to detect a fire in its early stages by one of its
characteristic phenomena, both visual and invisible and convert the same into an electrical
signal for initiating the local and remote alarm.
b. The addressable detectors shall be suitable for column / ceiling mounting.
c. The detector shall be suitable for class A (ring main) preferable or Class B (Non ring main)
wiring.
d. The detectors shall be plug-in type and shall have common base.
e. An indicator LED shall be provided on the detector which illuminates when the detector has
reached a preset alarm level. The indicator shall be operated independently of the detector
from the central control panel.

f. Provision shall be made for an output from the detector suitable for operating a remote
indicator or other device with a current limitation of 4 milli-amps. The output shall be
operated independently of the smoke detector from the central control panel.
g. The detector shall be capable of operating within the following environmental limits:
• Temperature operating range: 0 Deg .C to + 50 Deg .C

Contractor 54 Engineer-in-Charge
• Humidity Operating Range: 0 to 95% R .H .
• Wind resistance upto 10 meters per second without false alarming.
h. Separate mounting bases shall be required which enable ready removal of detectors for
maintenance. The bases shall be fitted with stainless steel terminal springs and stainless steel
terminal screws and saddles.
i. The construction of the detector and bases shall be in white self-extinguishing polycarbonate
plastic. Full circuitry must be protected against moisture and fungus. Smoke entry points must
be protected against dust and insect ingress by corrosion resistant gauze. The detectors must
be unobtrusive when installed.
j. Data transmissions to and from the fire control panel from the detector shall be via a
communications module which is factory fitted to a detector by the original detector
manufacturer and forms a complete and integral part of the detector .
k. The detector shall be supplied complete, fully tested and each should bear the serial no. and
seal of the approving laboratory/body.
l. The detector shall be capable of automatic electronic addressing/custom addressing without
the use of DIP or rotary switches.
m. There shall be facility on the mounting base for writing in indelible ink the address of that
base. The address code shall be obscured from sight when detector is fitted to the base.
n. The build-up of dirt or similar contamination on the radio-active source will cause the output
signal from the detector to gradually change. The control panel shall be capable of monitoring
this slow change in signal and at a predetermined level indicate that the detector is in need of
servicing.
o. The detector shall be capable of being remotely tested from the control panel by the
transmission of a 3-bit code to the addressed detector. This shall result in a healthy detector
transmitting back an analogue value in excess of the recommended fire alarm threshold. The
control panel shall recognize this as a test signal and shall not raise an alarm against this
signal. These results should also be stored in the detector.

2.2 Addressable Photoelectric/ Optical Smoke Detectors

a. The photoelectric smoke detector shall respond predominantly to light white smoke.
b. The photoelectric smoke detectors must exhibit uniform response behavior in course of time.
c. The light source intensity shall automatically adjust to compensate for possible effects of dirt
and dust accumulation in the sensor/lens.
d. Smoke density in the chamber shall be measured by a symmetrical optical system.
e. The detectors shall have serial no. and seal of the approving laboratory/body.
f. The detection principle shall employ a multiple light pulse coincidence circuit in order to
prevent the false alarms.
g. All electronic circuits must be solid state devices and virtually hermetically sealed to prevent
their operations from being impaired by dust, dirt or humidity.
h. All circuitry must be protected against usual electrical transient and electromagnetic
interference.
i. Reversed polarity or faulty zone wiring shall not damage the detector.
j. The response sensitivity of each smoke detector shall be field adjustable to a minimum of two
pre-determined (factory calibrated) levels. It shall be possible to test the sensitivity of a
detector in the field.
k. The response (activation) of a detector shall be clearly visible from the outside by a flashing
light of sufficient brightness.

Contractor 55 Engineer-in-Charge
l. A built-in (optional) integrated circuit shall allow the suppression of brief deceptive
phenomenon.
m. The smoke entry windows of the detector shall be field adjustable to match local air current
patterns.
n. A built-in barrier shall prevent entry of insects into the sensor.
o. The detector shall be designed for fast and simple laboratory cleaning.
p. The detector shall be inserted into or removed from the base by a simple push-twist
mechanism to facilitate exchange or cleaning and maintenance.
q. The detector shall be connected to the Fire Alarm Panel via fully supervised two-wire circuits
stub line (class "B" wiring) or a two wire circuit (Class "A" wiring) as specified by the
consultant.
r. Specifications :
i. Normal Operating Temperature : 0 Deg .C to 50 Deg .C
ii. Relative Humidity : Max .95% RH
iii. Approval by : NFPA/FM/LPCB/UL
iv. Operating Voltage : 24V DC nominal (18 V-30V)

2.3 Beam Detector


a. Conventional reflector- type linear optical beam smoke beam detector designed to operate as
components of fire alarm systems. It should be the combination of transmitter/receiver units
that can be connected to a detector loop.
b. The Infra-Red transmitter generates a beam of light towards a high efficiency reflector. The
reflector returns the beam to the receiver where an analysis of the received signal is made.
The change in the strength of the received signal is used to determine the alarm condition.
c. The sensitivity of the detector can be set to between 25% and 50% obscuration, providing
application flexibility to suit the environment in which the detector will be installed. In
addition to four fixed value alarm thresholds, there are two variable thresholds that
automatically compensate for changes in the environment which could otherwise result in
unwanted alarms while remaining within a known sensitivity range.
d. The detector incorporates automatic drift compensation, whereby the detector will adjust its
detection thresholds in line with any long term signal reduction of the beam caused by
contamination of the optical surfaces.
e. The detector can be adjusted up to 10° vertically and horizontally for alignment. Where
greater angular adjustment is required, the multi-mount accessory will be provided.

f. The detectors have a range of 5m to 70m, extending to 100m with a long-range reflector kit.

i) Tested and approved to NFPA/FM/LPCB/UL


ii) Voltage Range 10.2 to 32VDC (12 or 24VDC nominal)
iii) Standby Current 17mA
iv) Alarm Current (LED on) 38.5mA
v) Temperature Range – 30OC to +55OC
vi) Humidity 0 to 95% RH (non-condensing)
vii) IP Rating IP54

2.4 Photoelectric/ Heat Multisensor Detector


a. The Multisensor analog detector shall use a light scattering type photoelectric smoke sensor
and an ambient temperature sensor to sense changes in air samples from its surroundings.
b. The detector shall have a mechanically integrated photoelectronic volume smoke chamber.
c. The integral microprocessor shall employ time-based algorithms to dynamically examine
values from the two sensors simultaneously and initiate an alarm based on that data.
Contractor 56 Engineer-in-Charge
d. The detector shall be equipped with dual bicolor light emitting diodes that are visible from the
floor. The LEDs will flash green to indicate power and glow red to indicate alarm.
e. The detector shall be capable of applying an output voltage to an optional remote LED
annunciator as an indication of alarm status.
f. It shall be field cleanable and shall have a magnetic test switch.
g. Detector addressing shall be accomplished by means of rotary decade switches, capable of
being selected and reset in the field without external programming equipment.
h. The detector shall use a plug-in, low-profile, aesthetically appealing design. Wiring
connections shall be by means of a clamping plate and screw in the base.
i. Detector shall continuously monitor its sensitivity to smoke and compensates for any change
or drift due to dust, temperature, and humidity.
j. Its signal processing should allow each sensor to be individually set at an optimal set point to
reduce nuisance alarms, while integration of the sensor input would permit advanced warning
of fire.
k. At least five sensitivity settings would be available to cover a broad range of applications.
l. Specifications:
i) Normal Operating Temperature : 0 Deg .C to 50 Deg .C
ii) Relative Humidity : Max .95% RH
iii) Approval by : NFPA/FM/LPCB/UL
iv) Operating Voltage : 24V DC nominal (18 V-30V)

2.5 Addressable Air Sampling Smoke Detector

Photoelectric type, with sampling tube of design and dimensions as recommended by the
manufacturer for the specific duct size and installation conditions where applied shall : -

a. The addressable duct smoke sensors shall be on the light scattering, photodiode principle, and
shall communicate actual smoke chamber values to the system control. The sensors shall not
have a self contained smoke sensitivity setting and shall automatically communicate actual
smoke chamber values to the system control unit. The sensor’s electronics shall be shielded to
protect against nuisance alarms from EMI and RFI. (EM Interference + R.F. Interference).

b. The duct housing shall provide an auxiliary alarm relay with one “Form C” contacts rated at LA
@ 28 VDC or 0.5 A @ 120V AC resistive. This auxiliary relay operates when the sensor reaches
its alarm threshold, or when the control unit via software control, manually or automatically
operated the relay in response to inputs from other devices.

2.6 Addressable Heat Detectors

a. Combined rate of rise/fixed temperature heat detectors shall consists of two independent
thermistors, designed to automatically compensate changes in ambient conditions.

b. All electronic circuits must be solid state devices and virtually hermetically sealed to prevent
their operations from being impaired by dust , dirt or humidity .
c. All circuitry must be protected against usual electrical transients and electromagnetic
interference.

d. Reverse polarity or faulty zone wiring shall not damage the detectors.

e. The detector shall have serial no. and seal of approving laboratory/body.
Contractor 57 Engineer-in-Charge
f. The response (activation) of a detector shall be clearly visible from the outside by a flashing
light of sufficient brightness.
g. The detector shall be installed into the base by a simple push-twist mechanism to facilitate
exchange for cleaning and maintenance.

h. The detector shall connect to the Fire Alarm Panel via fully supervised two wire (zone type)
circuit stub line (class "B" wiring) or a four wire circuit (Class "A" wiring) (loop type) as
specified by the consultant.
i. It shall be possible to test the sensitivity of detector in the field.

j. Specifications :
i) Normal Operating Temp : 0° C to 90° C
ii) Relative Humidity : Max. 93%
iii) Approval by : NFPA/FM/LPCB/UL
iv) Operating Voltage : 24 V DC nom . (15 V - 32V)
v) Thermal Ratings
Fixed Temperature Setpoint : 57°C
Rate of Rise Detection : 9.4°C/min.

2.7 Plug-in Bases

a. The detectors of all types shall fit into a common type of standard base.

b. Once a base has been installed, it shall be possible to insert, remove and exchange different
types of detectors by a simple push twist movement.

c. The standard base shall be equipped with screwless wiring terminals capable of securing wire
sizes upto 1 .5 sq .mm (SWG 15) and with built in strain limits to prevent permanent terminals
deformation and weakening of contact pressure.
d. The standard base shall be supplied with a sealing plate, preventing dirt, dust, condensation or
water from the conduit reaching the wire terminals or the detector contact points.

e. All standard bases shall be supplied with a removable dust cover to protect the contact area
during installation and construction phase of the building. It must allow the inspection and
verification of the zone wiring before insertion of any detectors.
f. The standard base shall feature a built-in mechanism, which allows mechanical locking of any
installed detector head, thus preventing unauthorized removal of tampering while
maintaining.

g. The detector contact points shall be designed to retain the detector safety and to ensure
uninterrupted contact also when exposed to continuous severe vibrations.
h. All electronic components of bases and modules must be solid state and virtually hermetically
sealed to prevent their operations from being impaired by dust, dirt or humidity.

i. All circuitry must be protected against usual electrical transients and electromagnetic
interference.
j. The standard base shall allow Snap-On insertion of an (optional) electronic module to drive
remote visual alarm indicators.

Contractor 58 Engineer-in-Charge
k. Reversed polarity or faulty zone wiring shall not damage the detectors.

l. Bases shall be of the same make as that of the detector supplied.


2.8 Addressable Manual Call Station

a. Manual call stations shall be addressable and electrically compatible with standard range of
automatic detectors so that it can be connected directly into supervised loop of the standard
range of control units.
b. The manual call station shall be of pleasant, streamlined and flat appearance permitting its
use as flush and surface mounted unit as per site conditions.

c) The Manual call station shall consist of the base plate insert and cover with break glass type.
d) The cover must be secured against unauthorized removal. Every removal of the cover must
release an alarm.

e) All inscriptions, texts and marks must be on the manual call station front plate.

f) The glass must be secured in the cover against falling out.


g) The manual call station shall be designed for fail safe operation.

h) The manual pull station may have a built in LED, lighting up automatically to confirm its
actuation.
i) Specifications:

i) Type : Addressable with rotary switch or dip switch.


ii) Standard : NFPA/EN54/LPCB/UL/FM
iii) Power supply : 17-24Volts DC
iv) Enclosure protection : IP – 22.
v) Address device : Electronics.
vi) Alarm device : Break Glass Type.
vii) Output signal : Red.
viii) Label : Instruction set as “In case of emergency break glass”.

2.9 Addressable Control Modules

The control module shall provide address setting and shall also store an internal identifying
code which the FACP shall use to identify the type of device. Modules using binary jumper or
dip switch setting will not be accepted. An LED shall be provided which shall flash under
normal conditions, indicating that the monitor module is operational and in regular
communication with the control panel.

2.10 Repeater Panels

a. Each repeater panel in the installed system shall include remote control and display
annunciators . These annunciators shall have integral membrane style, tactile push button
control switches for the control of system function and LEDs with programmable (software
controlled) flash rates and slide in labels for annunciation of system events.

b. It shall provide the system with individual zone annunciation also with zone disable.

c. It shall provide the system with individual alarm and trouble annunciation per zone/device.

Contractor 59 Engineer-in-Charge
d. It should support 2x40characters on it's LCD screen indicating current date and time, custom
system title, alarm history of the system.

e. There should be common control keys and visual indicators for; reset, silence and
acknowledge.

2.11 Speaker cum Hooter

Fire alarm addressable speaker cum hooter should operate from 24V D.C. and should have a
facility to be selected for steady tone and voice output. The microprocessor based speaker
cum hooter should be completely self synchronized when set to temporal signal and should
not required external synch control modules. A moveable jumper provided should have a
choice for high (98 dbA) or low (94 dbA) outputs and 2W to 6W. Speaker cum hooter will be
dual transformer speaker capable of operating at 25 and 70.7 Vrms and will have a frequency
range of 400 to 4000 Hz. The synchronized speaker should be supplied with "FIRE" (wall
orientation) as the standard marking. It should be for indoor and outdoor installation.

2.12 Fire Fighters Telephone Jack


The fire fighter’s telephone jack would be a standard UL/EN54 listed receptacle for hooking up
the fire fighter’s telephone handset. The fire fighter’s telephone jack will be complete with an
ABS plastic cover plate and would be suitable for flush / surface mounting. It will be able to
withstand a temperature range of 0 – 50 degree Celsius and a relative humidity of 10%-93%.

2.13 Fault Isolator

a. The fault isolator device shall detect and isolate a short circuited segment of a fault tolerant
loop.

b. The devices shall automatically determine a return to normal condition of the loop and
restore the isolated segment.

c. Devices shall be placed every 20 detectors / modules / field devices to limit the number lost in
the event of short circuit.

d. Specifications:
i) Type : To segment wise disengage short or dewired circuit
ii) Power Supply : 17 - 25 V DC.
iii) Enclosure Protection : IP - 22
iv) Device Material : Poly carbonate or Proprietary self extinguishing type.

3. SYSTEM SOFTWARE
The software at the core computer shall be based around the industry standard multi-tasking,
multi-user operating system, Microsoft Windows NT 4.0. Single user operating systems such as
those based on MS-DOS and Microsoft Windows 3.11 will not be acceptable.

Standard services supported by the core system operating system will include the following:

• Multi-tasking Multi-user support

• TCP/IP Network Support

• Graphic Display Building Editor with functionality detailed in Section 5

Contractor 60 Engineer-in-Charge
• Application software with functionality detailed in Section 5

Software at the Operator Station shall comprise of:

• Windows 95 or Windows NT

• Graphic Display Building Editor with functionality detailed in Section 5

• Application software with functionality detailed in Section 5

• TCP/IP Networking

If other software is proposed then suppliers must be able to demonstrate full compliance with
Section 5.

The networking software shall use the industry standard TCP/IP LAN protocol.

The core computer or an alternative network connected computer shall be capable of acting
as a File Server for displays and photo images. All LAN connected Operator Stations shall be
able to view custom displays and photo images from the core computer.

All system peripherals including security and access panels and printers shall be capable of
being connected to the core computer via the LAN.

a. Interace and Integration


4.1.1 General
The core computer shall be capable of interfacing to the following panel types. The electrical
interface technique shall conform to EIA RS-422 and/or RS-232 and/or RS-485 standards:

[Fire Monitoring Controller]

It shall be possible for all serial connections to the core computer to be routed via a terminal
server and the LAN rather than directly to the host computer. The system shall be capable of
supporting up to 40 simultaneous network connected Operator Stations

It shall be possible to efficiently monitor dynamic, real time data from any of the above panel
types. It shall also be possible to configure hardware and software points from the core
computer for each of these panels using a consistent configuration data format across all
panel/controller types.

Given sufficient level of system privilege, it shall be possible to view, manipulate and analyze
data acquired from the various panels through a common operator interface at any one of the
Operator Stations.

Operator Stations shall be capable of connecting/disconnecting to a fixed set of system core


computers on a TCP/IP network.

It shall be possible to interface to different types of devices using an industry standard


interface such as MODBUS or Advance DDE from Rockwell Software. This shall allow simple
interfaces to proprietary devices to be developed using a standard protocol.

Contractor 61 Engineer-in-Charge
4.1.2 Sub-system Local Databases
All controller subsystems shall have distributed intelligence. Normal Fire detection and control
decisions shall be made at the local panel without reference to the host.

The alarm limits (Night alarm, Night Pre alarm, Day Alarm and Day Pre alarm) for the smoke
detectors shall be resident in Fire Controller only but it shall be possible to change it from the
central station by an authorized operator.

4.2 Application Software Functions

Operator Interface
4.2.1 General
The operator interface shall be interactive and totally graphics and/or icon based. Graphics
shall be capable of supporting up to 65K colors at a minimum of 1024 x 768 pixel resolution.

The operator interface shall be Windows based and shall employ standard windowing
conventions so as to reduce required operator training.

The operator interface software shall be capable of running in an environment defined by


Windows 95 or Windows NT. The operator interface shall appear identical in all environments.

There shall be at least 1700 displays reserved for user customization. These user configured
displays shall be constructed using the integrated display building functions available through
the Operator Station.

4.2.2 Status Displays


System status displays shall be available on the main Operator Station. It shall display the
following information:

• Total number points in a collection of a certain type in a particular state

• Points in alarm condition pending ACKNOWLEDGE command

• Points which remain in an alarm state but which have been acknowledged

• Communication failures

• Printer status

• Operator Stations status

• Communication channels status

• Controller status

• Dead man Timer status

4.2.3 Administration Displays


The system shall provide the following full screen displays:

• Master system menu


• Report summary
Contractor 62 Engineer-in-Charge
• Alarm summary
• Event summary
• Display summary
• Operator Station configuration
• Area assignment
• Holiday assignment
• History assignment
• Pushbutton assignment
• Operator assignment
• Operator email message page
• Point Detail for every configured Point
• Controller specific database configuration information

4.2.4 Pointing and Input Devices


The operator interface shall be capable of being mouse driven and simultaneously support
keyboard data input. Both fixed menus and configurable function keys shall be supported to
aid novice and experienced operators respectively. The interface shall also be capable of
supporting a touch screen for pointing and command input.

The operator interface shall use a toolbar for common operator commands. The operator shall
be able to request display of commonly used displays from Drop-Down menus Given
sufficient level of system privilege, the operator shall be able to customize the Drop Down
menus to reference new displays created with the display building tool.

All operator interface input shall be possible using only the pointing device and QWERTY
section of the keyboard.

4.2.5 Operator Functions


The following functions shall be performed through the operator interface:

• Display and control of field equipment


• Display of and point status
• Acknowledge alarms on a priority basis
• Initiate printing of reports
• Archive and retrieve event logs
• Online generation of database and color graphic displays
• Monitoring of data communications channels
• Configure system parameters
4.2.6 Multimode Window Sessions
The core computer display unit shall also be capable of supporting multiple concurrent
sessions. Each session shall allow an operator to choose between the following different
modes:

Master Operator Station Mode:

Normal operator access to the system

Engineering and Maintenance Mode:

System configuration or application programming

Contractor 63 Engineer-in-Charge
Graphics builder Mode:

Display construction using the Graphics Display Building package

It shall be possible for all modes to appear as separate Windows running simultaneously on
one screen.

4.2.7 Applications launcher


It shall be possible to launch any Windows application from within the Operator Interface. For
example, a button or menu item shall be able to be created in the FMS to launch an
application such as Microsoft Word.

4.2.8 Operator interface as a web browser


It shall be possible to use the standard operator interface as a browser for viewing information
in HTML format. This allows the operator to view information on the Internet or an Intranet
without having to activate an external browser application. This enables the operator to view
information in HTML while still monitoring and responding to alarms. The operator interface
shall provide a mechanism to restrict access to all or particular URL addresses in order to
prevent the viewing of undesirable information. The linking of operator displays to particular
URL addresses shall be achieved using the Graphical Display Building Tool.

4.2.9 Active Document support


It shall be possible to display Active Documents (such as Microsoft Word or Microsoft Excel
documents) through the operator interface by incorporating these documents directly onto
displays. The linking of displays to Active Documents shall be achieved using the Graphical
Display Building Tool.

4.2.10 Point Collection summary


There shall be an online display of selected points and their current states. It shall be possible
to group points together based on common states, areas, controllers or channels and place
them in a collection. The total number of all points in a collection shall be displayed along
with the number of points in each possible state. An overall summary display shall be provided
which shows this information about each point collection.

4.3 OPERATOR SECURITY


4.3.1 SECURITY LEVELS
The system shall support at least 6 levels of operator security. The functions allowed from
each security level shall be as follows:

Level 1: View only.

Level 2: View only with Acknowledge - The operator shall be able to acknowledge
alarms as they occur.

Level 3: Permit all Level 1 and 2 functions and in addition the security guard or
building manager shall be permitted to control points such as disable/enable,
etc.

Contractor 64 Engineer-in-Charge
Level 4: Permit all Level 1 through Level 3 functions in addition to accessing master
time schedules, system peripherals allocation, etc. This level shall typically be
reserved for the building engineer.

Level 5: Permit all Level 1 through Level 4 functions in addition to accessing the
engineering functions such as building and linking displays, allocating
keyboard push button assignments, etc. Reserved for the building supervisor.

Level 6: This is the highest level of station security and shall allow the user unlimited
access to all station functions. Typically reserved for the building manager and
system administrator.

4.3.2 SIGN-ON/SIGN-OFF
The guard or operator shall be permitted to sign on to the system if the correct Operator ID
and the Operator Password have been entered providing they are authorized for that
particular Operator Station and time of day.

After a series of unsuccessful attempts to sign-on, the Operator Station interface shall be
locked for a configurable period of time.

It shall be possible to assign operators either single or multi-user passwords. Single user
passwords enable the operator to sign-on to only a single Operator Station thus preventing
simultaneous sign-on by the same operator. The multi-user password would typically be used
by operators with the highest sign-on security level who may require simultaneous access to
more than one Operator Station.

The operator may sign-off at any time by entering a sign-off command.

A time-out feature shall be provided such that the operator shall be automatically signed off
after a defined period of keyboard or mouse inactivity.

It shall also be possible to restrict operator sign-on to certain Operator Stations at certain
times of the day. This is to prevent operators being able to sign-on when they are not
currently on shift or at their normal terminal.

4.3.3 DURESS
It shall be possible for an operator to indicate that they are signing on under duress. The
system shall recognize that the operator is signing on under duress and it shall then be able to
issue a control to alert appropriate assistance.

4.3.4 AREA ASSIGNMENT


Each operator shall be assigned one or more specific areas of the building with the
appropriate monitoring and control responsibility. An area shall be defined in this context as a
logical entity comprising a set of points, reports, display and other system elements in the
system. This in turn may represent a physical space in the building. It shall be possible to
define individual tenant access by means of area assignment. An operator can only view or
control those points within the assigned areas.

Area assignment control shall be capable of being superimposed over security control.

Contractor 65 Engineer-in-Charge
4.3.5 COMMAND PARTITIONING
It shall be possible to assign to each operator a set of commands (equivalent to target output
states) for each assigned area. These commands can be mapped against the output state of
any given digital point in the respective area to determine whether a control command is
allowed for the particular operator.

4.3.6 PASSWORD AUTHENTICATION


Each password shall be an alphanumeric character string made up of a minimum of 5
characters and a maximum of 6 characters. The system shall provide a facility to allow all
operators to change their own passwords at any time.

When a password is changed, the system shall not permit the new password to be the same
as any of a number of previous passwords used in the past three months. All passwords in the
system shall be encrypted both when stored and when transmitted.

4.4 OPERATOR EMAIL


It shall be possible for operators to email each other using the FMS. There shall be a dedicated
display in the FMS which list the new messages for the current operator. From here, an
operator shall be able to open, edit, delete and send and receive messages. The operators will
be able to send messages to other people also, providing they have access to that email
address.

4.5 TIME SCHEDULES


One thousand time schedules shall be provided by the system.

The time schedule facility shall allow the scheduling of Point control on both a periodic and
one-off basis. All time schedules shall be configurable via the Operator Station.

The available time schedule type shall as a minimum be:

• One shot - to be executed only once then deleted

• Daily - to be executed every day

• Workday - to be executed Monday to Friday

• Weekend - to be executed on Saturday and Sunday

• Holiday - to be executed on holidays

• Individual days - to be executed on individual days (e.g. Monday)

4.5.1 HOLIDAY ASSIGNMENT


The system shall be capable of defining up to thirty (30) days of holidays up to one year in
advance. The holidays so defined shall be taken into account by other system functions such
as time schedules.

4.5.2 EVENT INITIATED PROGRAMS


Physical and software outputs or groups of outputs shall be assignable through configurable
algorithms to an input point. When an input changes state the outputs assigned shall be
activated as specified by their physical or configured output modes.
Contractor 66 Engineer-in-Charge
When alarm events of individual or groups of points are suppressed by event initiated
programs, any occurrence of such alarm events during the suppress mode shall not be
annunciated, reported or journalized.

4.6 GROUPING OF POINTS


The system shall provide a means by which a number of alarm inputs, outputs, doors, etc. can
be grouped together by the building manager so that monitoring or control can be performed
for a group.

4.7 EVENT MANAGEMENT


4.7.1 ONLINE LOGGING
It shall be possible to log an event such that it shall be journalized in the event file and
optionally printed on the event printer.

Events shall consist of alarms, changes of state in a monitored status point, card holder
movements, changes in system status and operator actions.

All journalized events shall be recorded as necessary to include event description, condition,
message, time of occurrence, operator responsible and any other information or tags.

It shall be possible for these events to be retrieved online and shown on the screen or printed
on the printer by using the reporting system. If events are viewed on the screen, it shall be
possible to pause the real time view and prevent events from scrolling off the screen as new
events occur.

4.7.2 EVENTS ARCHIVING AND RETRIEVAL


It shall be possible to have an on-line event file as large as the disk capacity can accommodate.
Given the disk space, it shall be capable of storing more than 1,000,000 (one million) events on
file, with 100,000 events being provided by the base system defined in Section 2.1.

The event file shall store events in a current online buffer. When the buffer is full an alarm
will be raised advising the operator to save the file to an external media. The current online
buffer contents will then be transferred to an archive buffer to await archiving to an external
media. The current online buffer shall, without interruption, continue to store current events.

Another file area shall be available to hold archived event files ready for playback. These are
event files previously archived to external media. Operators shall be able to restore previously
archived files via the operator interface and a dedicated display.

The events file system shall be fully integrated with the standard reporting system. The system
shall be able to reference the restored playback file if a report is requested containing a time
search window covered by the current playback file.

4.8 ALARM MANAGEMENT


4.8.1 ALARM TYPES
Each monitored point in the system shall be able to assigned one of four alarm types to
individual states. The meaning of the priorities shall be as follows:

Contractor 67 Engineer-in-Charge
Priority Action

Journal

Changes of state shall be journalized to the Alarm/Event Log and optionally printed on the
Alarm/Event printer.

Low

Change of state will generate a Low priority alarm which will appear on the Alarm Summary.
Optionally, the alarm may be printed on the Alarm/Event printer or generate an audible tone.

High

Change of state will generate a High priority alarm which will appear on the Alarm Summary.
Optionally, the alarm may be printed on the Alarm/Event printer or generate an audible tone.

Urgent

This is the highest priority. Change of state will generate an Urgent priority alarm which will
appear on the Alarm Summary. Optionally, the alarm may be printed on the Alarm/Event
printer or generate an audible tone.

Within each of the four alarm types there shall be 15 sub-priorities available.

It shall be possible to configure a time such that if a low priority alarm is not acknowledged
within this time then the alarm’s priority is elevated to high priority and if a high priority alarm
is not acknowledged within a configured time, its priority is elevated to urgent priority.

It shall be possible to associate additional messages to be logged into a message summary in


the event of an alarm condition.

When an alarm is acknowledged, it shall be possible to automatically issue a reset to a


controller to indicate the alarm is acknowledged and to attempt to reset the alarm point.

4.8.2 ALARM ANNUNCIATION


Alarms shall be annunciated by:

• Most recent, highest priority alarm message appearing on dedicated alarm line on
operator interface.
• Alarm message appearing on alarm summary display.
• Available Tone - based on a “*.wav” file for each alarm priority
• Alarm message printed on the alarm printer
• Alarm indicator flashing on the operator interface
Alarms shall be annunciated at the station even if there is no operator currently signed-on.
This feature shall be available on network connected Operator Stations as long as the
computer running the Operator Station software remains logically connected to the network.
If the Operator Station is minimized in the Windows environment, then the Operator Station
icon will indicate an alarm. An audible tone shall be able to be generated and this tone shall be
specified by a “*.wav” file for each alarm priority.

Contractor 68 Engineer-in-Charge
Points shall be annunciated whilst in alarm. If a point is set to alarm inhibited the point shall
no longer cause annunciation. If a point goes into an alarm state whilst inhibited and then is
still in the alarm state when the point is set to alarm enabled, the point shall immediately
cause annunciation.

4.8.3 DEDICATED ALARM LINE AND ALARM INDICATOR

A dedicated alarm line shall appear on all displays showing either the most recent or oldest
(configurable), highest priority, unacknowledged alarm in the system. The line shall be clear
when there are no unacknowledged alarms for the operator to process.

On occurrence of an alarm, the graphic display shall output the point identification, point
type, and description on a dedicated line. If multiple alarm/change of state conditions occur,
subsequent messages shall overwrite the display if they are higher priority. As subsequent
alarms are displayed, the previous alarm information shall move to an unacknowledged alarm
list awaiting acknowledgement by the operator.

An alarm indicator shall also appear on all displays. This indicator will flash red when there are
any unacknowledged alarms pending in the system. This indicator will remain solid red if there
are alarms which have not returned to normal but which have all been acknowledged. The
indicator will be clear if there are no points in an alarm condition awaiting acknowledgement
in the system.

4.8.4 ALARM LOGGING


As well as being logged on the printer, alarms shall be logged to an event file for future
retrieval in alarm reports or archived to removable media.

4.8.5 ALARM RESPONSE FUNCTION KEYS


The following dedicated function keys shall be provided on the keyboard for alarm action:

ACKNOWLEDGE: After moving the cursor to the point in alarm on the screen and selecting the
point the operator shall be able to acknowledge an alarm by pressing this key. This action shall
be logged in the event file and on the printer showing the operator ID with the message.

ALARM SUMMARY: By pressing this key at any time the operator shall be able to view a
display showing all currently active alarms. The alarm messages shall be color coded showing
priorities. The operator shall be able to view the alarms according to priority. It shall be
possible to acknowledge alarms from this display and also go to the associated display defined
for the point.

ASSOCIATED DISPLAY: After moving the cursor to the point in alarm on the screen and
selecting the point the operator shall be able to bring up the display applicable to that alarm
by pressing this key. Just selecting the associated display key directly will bring up the
associated display for the point currently on the alarm line.

4.8.6 ADVANCED ALARM MANAGEMENT


The FMS shall be capable of advanced alarm management which includes set stages of alarm
handling.

Contractor 69 Engineer-in-Charge
The stages shall be:-

• silence alarm condition


• acknowledge and action alarm condition
• respond to alarm condition by using pre-defined responses
• optionally reset alarm
All actions shall be recorded in the event file for retrieval and auditing purposes.

When an alarm is silenced, an instruction page for the alarm will be displayed. The alarm may
then be acknowledged from this page and actioned.

Once the alarm is acknowledged and appropriate action has been taken, the operator may
move to the response page to select from up to 100 user defined responses to be logged in
the event file. At the same time the alarm is removed from the alarm file.

It shall be possible to enable/disable this feature on a point by point basis given the
appropriate system privilege level.

4.9 REPORT MANAGEMENT


The FMS shall be capable of providing selected data in an ODBC format for the purpose of
extracting data and creating custom reports. It shall be possible to access tables of data from
the FMS through an ODBC compliant tool such as Crystal Reports.

It shall also be possible to incorporate the activation of custom reports created through the
Crystal Reports tool through the standard FMS report subsystem. Example reports shall be
provided to illustrate how to access the ODBC data in the FMS.

Reports shall be produced periodically, on demand or initiated by an event. The report detail
display shall allow naming of reports, scheduling information and the destination of the
report. The report destination shall be a printer, operator interface or internal file. The report
output format shall be HTML (Hypertext Markup Language) or can be saved in Microsoft Word
or RTF format.

The following report types shall be provided:

4.9.1 ALARM/EVENT REPORT


A report shall be provided to produce a summary of all events of a specified type for
nominated points occurring in a time period. The time period may be specified as an absolute
start and end date and time, or as a period relative to the current time. This report shall also
be able to produce a summary of all changes made by a specific operator.

4.9.2 POINT CROSS REFERENCE REPORT


A report shall be provided to list information about a nominated point or group of points such
as what other reports this point may be referenced in, what displays this point is included on
and other related information.

4.9.3 POINT ATTRIBUTE REPORT


A report shall be provided to list all points specified by one of the following attribute criteria:

• Out-of-service
Contractor 70 Engineer-in-Charge
• Alarm suppressed

• Abnormal input levels

• In Manual mode

• Nominated state

4.9.4 POINT CHANGE REPORT


A report shall be provided which calculates the total number of changes of state (including
none) for specified points over a given time period. The time period may be specified as an
absolute start and end date and time, or as a period relative to the current time.

4.9.5 ALARM DURATION REPORT


A report shall be provided which calculates the total amount of time a nominated point or
group of points has been in an alarm condition over a given time period. The time period may
be specified as an absolute start and end date and time, or as a period relative to the current
time.

4.9.6 FIRE CONTROLLER REPORT


It shall be possible to take out reports (in HTML Format) on status of field devices (smoke
detectors, Modules etc.) connected to Fire Controller based on the following criteria's
(AND/OR ):

(1) Bus
(2) Controller
(3) Loop
(4) Point Number
(5) Point ID
(6) States of field device (Normal, Pre alarm, Alarm, Lockout, Disabled, Typemis match,
Trouble, No Response.)
(7) Analog Value of the smoke detector.
For example:

(1)It shall be possible to take out a report of all the smoke detectors and modules which are in
trouble state in Loop 1 of Fire Controller 1. -- this report shall serve as maintenance report for
Maintenance dept.

(2) It shall also be possible to take out a report of the smoke detectors which have analog
value between 70% to 80% in all fire controller or for individual fire controller or individual
loops.

4.10 HISTORICAL DATA COLLECTION

The FMS may continuously collect and store analog and status point process variables (PV)
such as historical data. The basic FMS shall contain fast, standard and extended history.
Standard history consists of a value snapshot taken at a specified interval and various averages
of this snapshot representing the average value over longer periods of time. Extended history
is a series of snapshots.

Contractor 71 Engineer-in-Charge
Standard History

• 1 minute snapshots

• 6 minute averages

• 1 hour averages

• 8 hour averages

• 24 hour averages

Extended History

• 1 hour snapshots

• 8 hour snapshots

• 24 hour snapshots

Fast History

• 5 second snapshots.

The historical data can be retrieved by trend sets, operating groups, user built schematics,
point detail trends, and point detail numeric history displays. Historical data can also be used
in reports, application programs, or archived to off-line media for long term storage.

An operator may review history either in real-time or with an historical offset. Previous history
may be selected by scrolling forwards and backwards through the history file.

Trend set displays shall be available to show historical data in the following formats:

• Single Showing plotted historical values for one point

• Dual Showing plotted historical values for up to 2 points

• Triple Showing plotted historical values for up to 3 points

• Multi Showing plotted historical values for up to 8 points

• Numeric Showing numeric historical values for up to 8 points

• X-Y Showing a graphical comparison between 2 points

For each trend set display it shall be possible for operators to configure the number of
historical samples and ranges displayed. Points configured in trend sets shall be changeable
online.

Operators shall be able to zoom in on information displayed on trend sets for closer
inspection. Scroll bars shall be available to move the Trend set backwards and forwards across
the historical records. The trend sets shall automatically access archived history files without
operator configuration.

Contractor 72 Engineer-in-Charge
5 FIRE CONTROL SYSTEM
5.2 General
It shall be possible to completely monitor and control fire devices for the Fire Control System
from the Operator Stations. Full color displays shall be provided allowing operator to monitor
the devices.

For each field device on the system the following information shall be displayed on a device
detail display:

• State of the device ( for example for smoke detector : Normal , Pre alarm, Alarm, lockout,
Trouble, No Response , Type Mismatch, Disabled)
• Area code
• Full name
• Address
• Alarm priority
Unless stated, the information above shall be configurable by an operator with appropriate
security levels from the point detail display.

5.3 Graphic Display

The Graphic Display on the operator station shall consist of following:

(1) Smoke Detector's located on the layout


(2) Current Analog Values of the smoke detectors
(3) The dynamic state of the detector/modules represented by different Colours depending
on the present state of the detector/module.
(4) Movement of Mouse over the detectors/module shall indicate the point ID of the
Detector/module in the message zone.
(5) Combo-box for activating hooters/sounders manually by the authorized operator. The
software shall reconfirm before activating hooters/sounders from the operator by way of
user configured popup message.

The minimum proposed configuration of the Operator work station will be as under:
a) Intel i3
b) Processor 2.4 GHz or better
c) Serial ports (RS232) and USB ports.
d) 2 Gigabytes of RAM memory
e) 320 Gigabytes of hard disk space.
f) DVD Combo Drive
g) 21” LCD colour monitor
h) Optical / USB Mouse with 2 Mouse Pads
i) Standard Key Board.
j) Latest Windows Operating System(Windows NT)
k) 10/100 MBPS PCI LAN card.
l) Latest laser jet printer A4 size.
m) 1000 VA UPS with a maintenance free battery of half hour backup at full load.
n)
6 CONDUCTORS

All cables used shall be as per makes in the tender documents. MS conduits shall be painted
red to differentiate from other electrical conduits.
Contractor 73 Engineer-in-Charge
7 Wiring

The detectors in the vicinity will be looped by LPCB approved mineral insulated copper
conductor cables, construction as per BSEN 60702-1: 2002 suitable for withstanding 950 deg
under fire conditions as per BS 6387 CWZ and 850 deg under fire conditions on one single
sample as per BSEN 50200 as specified in Bill of Quantities. Each loop will be connected
directly to the Fire Alarm Control Panel.
8. ASPIRATING SMOKE DETECTION SYSTEM FOR HIGH CEILING AREA

8.1 SC O P E O F WO R K

This specification covers the requirements of design, supply of materials, installation, testing
and commissioning of Aspirating Smoke Detection System. The system shall include all
equipment’s, appliances and labour necessary to install the system, complete with highly
sensitive LASER/ Blue LED-based Smoke Detectors with aspirators connected to network of
sampling pipes.

The Bidder shall also make provision in the Aspirating Smoke Detectors to trip AHU and to
shut fire dampers in the event of fire through the relay contacts.

8.2 CO D E S A N D S T A N D A R D S

The entire installation shall be installed to comply one or more of the following codes and
standards:

NFPA Standards, US

British Standards, BS 5839 part: 1

8.3 AP P RO VAL S

All the equipments shall be designed, tested, approved, and/or listed by: LPCB (Loss Prevention
Certification Board),

UK FM (Factory Mutual),

UL (Underwriters Laboratories Inc.), US

ULC (Underwriters Laboratories Canada), Canada

Vds (Verband der Sachversicherer e.V), Germany

8.4 DE S IGN REQ U IRE M ENT S

8.4.1 The System shall consist of a highly sensitive LASER/ Blue LED-based smoke detector,
aspirator, and filter.

8.4.2. It shall have a display featuring LEDs and Reset/Isolate button. The system shall be configured
by a programmer that is either integral to the system, portable or PC based.

8.4.3 The system shall allow programming of:

Contractor 74 Engineer-in-Charge
a) Multiple Smoke Threshold Alarm Levels.
b) Time Delays.
c) Faults including airflow, detector, power, filter block and network as well as an
indication of the urgency of the fault.
d) Configurable relay outputs for remote indication of alarm and fault Conditions.

8.4.4 It shall consist of an air sampling pipe network to transport air to the detection system,
supported by calculations from a FM approved computer-based design modeling tool.
Maximum transport time shall not exceed 90 seconds, and designed within the certification
requirements of relevant approvals as per Clause

8.4.5 Optional equipment may include intelligent remote displays and/or a highlevel interface with
the building fire alarm system and a dedicated System Management graphics package.

8.4.6 Performance Requirements

a) Shall provide very early smoke detection and provide multiple output levels
corresponding to Alert, Action, Fire 1 & 2. These levels shall be programmable and shall
be able to set sensitivities ranging from 0.005 – 20% obscuration / meter.
b) Shall report any fault on the unit by using configurable fault output relays or via the
graphics Software.
c) Shall monitor for filter contamination automatically.
d) Shall incorporate a flow sensor in each pipe and provide staged airflow fau lts.
e) Shall has a clean air supply to maintain Laser chamber clean all the time.

8.5 MAT E RIA LS AN D EQ U IPM E NT ’S

8.5.1 Both Light Scattering and Particle Counting shall be utilized in the device as follows:

The Laser detection Chamber shall be of the mass Light Scattering type andcapable of detecting
a wide range of smoke particle types of varying size. A particle counting method shall be
employed for the purposes of

a) Preventing large particles from affecting the true smoke reading.


b) Monitoring contamination of the filter (dust & dirt etc.) to notify automatically when
maintenance is required.
8.5.2. The Laser Detection Chamber shall incorporate a separate secondary clean air feed from the
filter; providing clean air barriers across critical detector optics to eliminate internal detector
contamination.

8.5.3 The detector shall not use adaptive algorithms to adjust the sensitivity from the set during
commissioning. A learning tool shall be provided to ensure the best selection of appropriate
alarm thresholds during the commissioning process.

8.6 DE T E CT OR AS SEMB LY

8.6.1 The Detector, Filter, Aspirator and Relay Outputs shall be housed in a mounting box and shall
be arranged in such a way that air is drawn continuously from the fire risk area by the Aspirator
and a sample passed through the Dual Stage Filter and then to the detector.

8.6.2 The detector shall be LASER-based and shall have an obscuration sensitivity range of 0.005 –
20% obscuration per meter.

Contractor 75 Engineer-in-Charge
8.6.3 The detector shall have four independent field programmable smoke alarm thresholds across
its sensitivity range and also capable of detecting oxygen etc. if required by addition of
modules.

8.6.4 The Detector shall also incorporate facilities to transmit the following faults

a) Detector b) Airflow

c) Filter d) System

e) Zone f) Network

g) Power

h) Urgent and Minor faults. Minor faults shall be considered as servicing or maintenance
signals. Urgent fault shall indicate that the unit may not be able to detect.

8.6.5 The detector shall have four pipe inlets which must contain a flow sensor. Both Minor and
Urgent flow faults shall be reported.

8.6.6 The filter must be a two-stage disposable filter cartridge. The first stage shall be capable of
filtering particles in excess of 20 microns from the air sample. The second stage shall be ultra-
fine, removing more than 99% of contaminant particles of 0.3 microns or larger, to provide a
clean air barrier around the detector’s optics to prevent contamination and increase service
life.

8.6.7 The aspirator shall be a purpose-designed rotary vane air pump. It shall be capable of
allowing/ supporting for a single pipe run / multiple sampling pipe runs with a transport time
of less than 90 seconds.

8.6.8 The Assembly must contain relays for fire alarm and fault conditions. The relays shall be
software programmable (latching or non-latching). The relays must be rated at 2 A at 30V DC.
Remote relays shall be offered as an option and either configured to replicate those on the
detector or programmed differently.

8.6.9 The Assembly shall have built-in event and smoke logging. It shall store smoke levels, alarm
conditions, operator actions and faults. The date and time of each event shall be recorded.
Each detector (Zone) shall be capable of storing up to minimum 18,000 events.

8.7 DIS P LAY S ON T HE DE TEC TO R AS SE MBLY

8.7.1 The detector shall have a LED / LCD / Bar graph display for the multiple alarm threshold levels
indicated and faults such as detector fault, airflow fault and indication for Isolate and Reset.

8.8 PRO GR AMME R S

8.8.1. When required, a Programmer module may be located within the detector, a remote mounting
box, or in a portable hand-held unit.

Contractor 76 Engineer-in-Charge
8.8.2. Each Programmer at a minimum shall support the following features:

a) Programming of any device on the system.


b) Viewing of the status of any device in the system.
c) Adjustment of the alarm thresholds of a nominated detector.
d) Setting of Day/night, weekend and holiday sensitivity threshold settings.
e) Initiation of AutoLearn, to automatically configure the detectors alarms threshold settings to
suit the current environment.
f) Multi-level password control.
g) To Program latching or non-latching relay operation.
h) To Program energizing or de-energizing relays.
i) To Program high and low flow settings for airflow supervision.
j) To Program aspirator speed control.
k) To Program maintenance intervals.
l) Facilities for referencing with time dilution compensation.
m) Testing of relays assigned to a specific zone to aid commissioning.

8.9 NETWORK

8.9.1. The devices in the smoke detection system shall be capable of communicating with each other
via twisted pair RS485 cable. The network shall be able to support up to 250 devices
(detectors, displays units and programmers), of which at least 100 detectors can be supported
if required.

8.9.2. The network shall be capable of being configured in a fault tolerant loop for both short circuit
and open circuit. Any communication faults shall be reportedunambiguously and shall be clearly
attributable to an individual device or wire link in the fault messages.

8.9.3. PC based configuration tools shall be available to configure and manage the network of
detectors.

8.9.4 Digital Communication Port shall comply with EIA RS485 Protocol.

8.10 SYSTEM MANAGER GRAPHIC SOFTWARE FOR COMPLETE MONIOTIRING AND CONTROL OF
VERY EARLY WARNING SMOKE DETECTION SYSTEM:

The software package shall centrally monitor and configure very early warning smoke
detection and fire protection systems in multiple local or remote locations.

The software package shall be compatible with smoke detection and fire protection systems
that are approved by global approvals bodies and meet all local codes, standards and
regulations.

The software shall consist of monitoring and configuration components:

•The configuration component shall allow users to configure all detectors remotely by using a
connected PC.
• The monitoring component shall allow users to monitor individual detectors, multiple
detectors connected via a HLI or multiple HLIs.
8.10.1 System Description

8.10.1.1 Access and Usability


Contractor 77 Engineer-in-Charge
The software shall support local and remote password-based access control:

• Three local password-protected levels of software access: designer, user and administrator.
• Multiple user accounts with unique user-ID and password based access control.
• Remote password-management of remote fire networks
• The software shall have a user-friendly graphics user interface.
• The software shall support cut and paste functionality for common tasks.
• The software shall provide support for multiple languages including English
• The software shall support translations of messages from one supported language to another.
• The software shall support disk space monitoring.
8.10.1.2 Monitoring Functionality

The software shall have the capacity to monitor multiple connections:

• The software shall enable one or more workstations to monitor and configure multiple
detector systems in multiple buildings and multiple sites.
• The software shall provide an event list that provides a single integrated view of all events
(faults/troubles and alarms) across multiple sites.
• The software shall prioritize all events presented in the event list according to logical
precedence rules.
• The software shall allow management of all events from the event list including
acknowledgement of events and resetting of devices.
• The software shall allow colors to be assigned to different event types.
• The software shall allow printing of event lists.
• The software shall be able to provide an all-in-one monitoring solution:
• Using standard RS232 ports (or Ethernet) on existing and future monitoring and control
systems, PCs using the software shall connect to and interpret status change data transmitted
from the ports and provide graphic annunciation, control, history logging and reporting as
specified herein.

• Network systems that cannot interface to Network systems or systems requiring the use of a
“dry contact” or “voltage monitoring” interfaces to connect to Network shall not be accepted.
The software shall be able to connect to multiple remote sites via IP-based LAN or WAN using
virtual serial port emulation.

The software shall communicate with one or more Ne twork-compliant detectors via a high
level interface (HLI) natively using the Network protocolwithout the necessity for using protocol
translation or other communications equipment.

The software shall be able to monitor up to 250 devices. The software shall be compatible with
4 alarm levels:

• Alert (Alarm Level 1) – may be used to activate a visual and audible alarm in the fire risk area.
• Action (Alarm Level 2) – may be used to activate the electrical/electronic equipment
shutdown relay and activate visual and audible alarms in the Security Office or other
appropriate location.
• Fire 1 (Alarm Level 3) – may be used to activate an alarm condition in the Fire Alarm Control
Contractor 78 Engineer-in-Charge
Panel to call the Fire Brigade and activate all warning systems.
• Fire 2 (Alarm Level 4) – may be used to activate a suppression system and/or other suitable
countermeasures (e.g. evacuation action or shutdown of systems).
• The software shall allow importation of .wav files for event notification.
• The software shall have a text-to-speech option to allow natural language annunciation of all
faults and alarms:
• The text-to-speech component of the software shall use Nuance’s Real Speak speech engine.
• The text-to-speech functionality shall be available in a number of different languages.
• The software shall support sophisticated floor plan development and management
functionality:
• The software shall enable floor plan drawings to be used in the software to graphically notify
users where a smoke event is occurring in their monitored system.
• The software shall allow development of multiple levels of interconnected floor plans.
• The software shall allow importation of AutoCAD, jpg, bmp and other common image files
• The software shall include software to allow designers to create and manipulate CAD images
for incorporation in meaningful context-sensitive multi-level floor plans
The software shall allow for multiple device smoke trending on a single graph.

The software shall support printing on a printer such as a line printer that supports Unicode.

The software shall support sophisticated event log management functionality:

• Event logs from all networked detectors shall be able to be retrieved and viewed.
• Event logs for each monitored site and/or combined event logs for multiple sites.
• Event logs shall be able to be archived and sorted
• Total event integration, consolidation and archiving across multiple networks shall be
provided. All system, network and device events shall be stored in an ODBC-compliant
database.
A remote notification facility shall enable the use of email (or SMS) to provide immediate and
up-to-date information the system’s operational status irrespective of location.

The software shall enable presentation of unique customized corporate response procedures
upon occurrence of specific events in defined parts of the facility

8.10.1.3 Configuration Functionality

The software shall allow configuration of all models of detectors:

• Full remote programming of all detector functions.


• Saving of detector configurations for safe storage.
• The software shall allow creation of off-line configurations for all such detectors and allow a
merge and compare of off-line configuration with on-line configurations.

8. 10.1.4 Performance Requirements

The software shall operate on either Windows 2000 Professional or Windows XP Professional.

The software shall function on the following minimum PC specifications:

Contractor 79 Engineer-in-Charge
• Processor – Pentium. Minimum configuration: P4 2.8Ghz 1MB cache
• RAM – 2 GB
• Hard Disk – 1 by 80 GB system Disk; 2 by 80 GB if connected to Raid Storage
• Display – Preferred: Dual Monitor AGP Card with 256 MB memory. Minimum: Single Monitor
128 MB memory.
8.11 SAMPLING PIPE

8.11.1 The sampling pipe shall be smooth bore with an internal diameter between 15-25 mm.
normally; pipe with an outside diameter of 25mm and internal diameter of 21mm should be
used.

8.11.2 The pipe material should be suitable for the environment in which it is installed, or should be
the material as required by the specifying body.

8.11.3 All joints in the sampling pipe must be air tight and made by using solvent cement, except at
entry to the detector.

8.11.4 The pipe shall be identified as Aspirating Smoke Detector Pipe along its entire length at regular
intervals not exceeding the manufacturer’s recommendation or that of local codes and
standards.

8.11.5 All pipes should be supported at not less than 1.5m centers, or that of the local codes or
standards.

8.11.6 The far end of each trunk or branch pipe shall be fitted an end cap and drilled with a hole
appropriately sized to achieve the performance as specified and as calculated by the system
design.

8.12 SAMPLING HOLES

8.12.1 Sampling Holes of 2mm, or otherwise appropriately sized holes, shall not be separated by
more than the maximum distance allowable for conventional detectors as specified in the
local codes & standards. Intervals may vary according to calculations.

8.12.2 Each sampling point shall be identified in accordance with Codes or Standards.

8.12.3 Consideration shall be given to the manufacturer’s recommendations and standards in


relation to the number of Sampling Points and the distance of the Sampling Points from the
ceiling and roof structure and forced ventilation systems.

8.13 INSTALLATION

8.13.1 The Contractor shall install the system in accordance with the manufacturer’s recommendation.

8.13.2 Where false ceilings are available, the sampling pipe shall be installed above the ceiling, and
Capillary Sampling Points shall be installed on the ceiling and connected by means of a
capillary tube.

8.13.3 The minimum internal diameter of the Capillary tube shall be 5mm, the maximum length of the
capillary tube shall be 2m unless the manufacturer in consultation with the engineer have
specified otherwise.

8.13.4 The Capillary tube shall terminate at a ceiling Sampling Point specifically approved by the
Client. The performance characteristics of the sampling points shall be taken into account
during the system design.

Contractor 80 Engineer-in-Charge
8.13.5 Air sampling piping network shall be laid as per the approved pipe layout. Pipe work
calculations shall be submitted with the proposed pipe layout design for approval.

8.14 TESTING

8.14.1 Commissioning Test

8.14.1.1 Commissioning of the entire installation shall be done in the presence of the owner and/or its
representative.

8.14.1.2 All necessary instrumentation, equipment, materials and labour shall be provided by the
Contractor.

8.14.1.3 The Contractor shall record all tests and system calibrations and a copy of these results shall be
retained on site in the system Log Book.

8.14.2 Functional Test

8.14.2.1 Introduce Smoke into the Detector Assembly to provide a basic functional test.

8.14.2.2 Introduce smoke to the least favorable Sampling Point in each Sampling Pipe. Transport time
is not to exceed 90 Sec’s.

Signature and name of Signature and Name of the

PM Contractor

Contractor 81 Engineer-in-Charge
TECHNICAL SPECIFICATIONS FOR CCTV FOR MCG CULTURAL BUILDING AT GURGAON

1.0 Video Surveillance System (IP CCTV):

1) 2 megapixels resolution Network Dome Camera for true HD quality images,2.8 – 12 mm


varifocal lens, True Day/Night (TDN) functionality for true color image ,Motion Detection 4
Zones, Multi- Level Sensitivity Privacy Zones 4 Zones, Snapshoot Support JPEG format
Password Protection Support Character Display Support(Channel /Date) ONVIF Yes,IR
Illumination20-30M IR illuminators for clear images in low light conditions Wide Dynamic
Range 3D noise reduction for sharper images and lower bandwidth use in low light ONVIF
compliant complete in all respect..

2) 2 megapixels resolution Network Bullet camera camera, Imager 1/2.8”SONY 2.43 mega low
illumination CMOS, Video Compression. .H.264/MJPEG, Day/Night .Mechanical ICR, Minimum
Illumination-0Lux/F1.4(IR ON) IR Illumination-40-50M,,Electronic Shutter-
Auto/Manual(1/25~1/10000) Lens 2.8 – 12 mm varifocal lens, Resolution Main-
stream:D1/Q1080P(960*540)/HD720P/ HD1080P 1-25/30fps,Digital Noise Reduction-3D,Wide
Dynamic Range-Digital WDR Motion Detection -4 Zones, Multi- Level Sensitivity, Privacy
Zones-4 Zones, Snap shoot-Support JPEG format, Password Protection-Support, Character
Display-Support(Channel /Date).Regulatory Emissions-FCC Part 15 CE: EN55022,Immunity -CE:
EN50130-4,IP Rating- IP66 rated enclosure to protect against dust and water damage ONVIF
compliant ..

3) 1/2.8’’ Progressive Scan CMOS PTZ Dome Camera with laser IR,Compression-
H.264/MJPEG/MPEG4,Focal Length - 4.3-129mm, Optical zoom 30x and digital zoom 16x,Max.
Image Resolution-1920×1080,Frame Rate 50Hz: 25fps(1920×1080) 360° endless pan range and
-2°-90° tilt range,240°/s Pan Preset Speed and 200°/s Tilt Preset Speed,0.1°-160°/s Manual Pan
Speed and 1°-120°/s Manual Tilt Speed,256 presets programmable; preset image freezing
capability ,8 patrols, up to 32 presets per patrol 4 patterns, with the recording time not less
than 10 minutes per pattern, SD/SDHC card local storage Support up to 8 NAS storage; Edge
recording (transmit the videos from SD card to the NAS after network resumed) High
performance Laser IR LED covering up to 500m (IR) distance 3D intelligent positioning
function,3D DNR, Protection Level-IP66 standard, TVS 6,000V lightning protection, surge
protection and voltage transient protection.

4) 4U Rack mount single chassis Network Video Recorder with dual Gb NIC, 1 DVI-I + HDMI + 1
Display Port, max 2 simultaneous monitors, RS-232/485 serial port, DVD, Server Operating
System- Windows 10,Ubuntu Linux 16.04, Gen 4 Intel Core i7, Local Client Display Rate
(FPS)Windows – 700 FPS (HD)Linux – 900 FPS (HD),High Performance, High Reliability IP
Recorder. — Continuously records 400Mbps (Windows) & 800 Mbps (Linux)of video while
hosting a local client, multiple remote clients and the web server on a single server,RAM-8 GB,
16 GB (Optional)solid-state operating system drive,USB-6 x USB 2.0, 2 x USB 3.0 high air
flow cooling and hardware monitoring features ensure maximum uptime. keyboard and
mouse, Professional Grade client and server software pre-installed and software updates.
Access live and recorded video on multiple client PCs with free Windows, Mac or Linux client
application. web server application is pre-installed on the server to access video through a
web browser or free Mobile iPhone / iPad and Android apps. Maximum Storage Capacity
240TB RAID6 & Maximum Hard Drive 20 Slot(Up to 12TB) Support Up to 128 IP Camera.

Contractor 82 Engineer-in-Charge
5) Client Workstation having Intel Core i5 original motherboard, 16 GB RAM, Video graphics card
2 GB Licensed Windows 8 Professional (64 bit) and 1 TB Hard Disk with Web camera, Printer
and finger print scanner.

6) 55 " LED Full HD TV Resolution 1920 x 1080 ,Contrast Ratio (Typical) 5000:1,Built-in Speaker
(10W + 10W), Magic Clone (to USB), Auto Source Switching & Recovery, Lamp Error
Detection, Super Clear Coating, Temperature Sensor, Plug and Play (DDC2B), Pivot Display,
Clock Battery, PIP/PBP, Video Wall (10x10), Image Rotation, Button Lock, HDCP Support,
Smart Scheduling, Smart F/W update, Built-In Magic Info Premium-Swith Mounting Brackets
as per Technical Specification complete in all respect.

TECHNICAL SPECIFICATIONS FOR LAN FOR MCG CULTURAL BUILDING AT GURGAON

1.0 Data & Telephone Network

1.) Non- PCB based Information Outlet (I/O) RJ45, Tolless Termination TIA-568C Category-6,
Termination of Catergory-6 UTP Cable, UL listed ,Shall conform to Category-6 as per the
EIA/TIA-568C.2,Shall support network line speeds up to 1 Gbps, Shall have RJ-45 type
connector with bend limiting and strain relief boot for securing IDC contacts from external
forces and for maintaining the bend radius of the cable, Shall have minimum durability of 950
or Above mating cycles and 200 termination cycles. Certified by independent labs like
ETL/GHMT/3P for compliance to EIA/TIA-568C.2 complete in all respect..

2). Single Faceplate Shall be Single port (RJ45) square plate, dimension as per commercially
available modular office furniture Shall have spring shuttered front access for preventing
ingress of dust, Shall be supplied with Gang Box of the same size by System Integrator
complete in all respect.

3) Single Faceplate Shall be Duplex Port (RJ45) square plate, dimension as per commercially
available modular office furniture. Shall have spring shuttered front access for preventing
ingress of dust, Shall be supplied with Gang Box of the same size by System Integrator
complete in all respect..

4) UTP Jack Panel, loaded with 24 nos UTP ports for Non-PCB based IO Jacks (RJ45, TIA-568C
Category-6, Shall have integrated bonding bar or other mechanism for grounding, Shall be
loaded with individually replaceable 24 nos. Category-6 certification by Jacks complying with
TIA-568.C.2 , Shall be having a 6 port module construction for better cable dressing at the
rear, the jacks shall have RJ-45 type connector with bend limiting and strain relief boot for
securing IDC contacts from external forces and for maintaining the bend radius of the cable
complete in all respect.

5) 4-pair Unshielded twisted pair with a cross filler (+), meeting Category 6 standards as per TIA-
568C.2, The cable should be tested till 250 MHz , Shall be Fire-Retardant, Low-Smoke & Zero-
Halogen as per IEC 60332-1, IEC 61034-2 & IEC 60754-1 respectively.

Contractor 83 Engineer-in-Charge
6) Category 6, UTP patch cords shall be constructed of 24-27 AWG unshielded twisted pair
stranded copper cable with an enhanced performance modular plug at each end. Patch cord
cable shall be offered in multiple colored UTP cable for design flexibility with a clear strain
relief boot on each modular plug. All patch cords shall be compatible with both T568A and
T568B wiring schemes. UTP Cable will be 1.0 mtr. complete in all respect.

7) Category 6 UTP patch cords shall be constructed of 24-27 AWG unshielded twisted pair
stranded copper cable with an enhanced performance modular plug at each end. Patch cord
cable shall be offered in multiple colored UTP cable for design flexibility with a clear strain
relief boot on each modular plug. All patch cords shall be compatible with both T568A and
T568B wiring schemes. Blue UTP Cable, 2 Meter complete in all respect.

8) Category 6 UTP patch cords shall be constructed of 24-27 AWG unshielded twisted pair
stranded copper cable with an enhanced performance modular plug at each end. Patch cord
cable shall be offered in multiple colored UTP cable for design flexibility with a clear strain
relief boot on each modular plug. All patch cords shall be compatible with both T568A and
T568B wiring schemes. Blue UTP Cable, 2 Meter complete in all respect. Jacket -LSZH Make-
Siemon/Panduit/Legrand

9) Fiber Optic LC style fully loaded Patch Panel (FOPP), 19" Rack Mount ,Shall have all accessories
including coupler plates pre loaded with 12 Nos of LC couplers (OM3) with all accessories
complete in all respect. Pigtails Should Complie to ITU-G657.B-Bend insestive fiber.

10) Fiber Optic LC style fully loaded Patch Panel (FOPP), 19" Rack Mount ,Shall have all accessories
including coupler plates pre loaded with 24 Nos of LC couplers (OM3) with all accessories
complete in all respect. Pigtails Should Complie to ITU-G657.B-Bend insestive fiber.

11) Fiber Optic Patch Cable (LC-LC), 3 Mtrs. Long, ISO/IEC-11801-OM3 50μ Duplex, LSZH,All patch
cords shall conform to EIA/TIA-568C.3 and ISO/IEC-11801,Shall be Duplex Multi Mode Fiber
Optic Patch Cords OM3 50μ,Shall support network line speeds up to 10 Gbps. Shall have LC-LC
Connector connectors at the ends complete in all respect..

12) OM3 50/125μ Type Pigtails of ISO/IEC-11801-OM3 Pigtails with LC Type Connectors, pigtails for
terminating fibers on the FOPP complete in all respect.

13) 50μ, 6-core Multi mode OM3 metallic armored Fiber cable as per ISO/IEC-11801, Shall be able
to meet Gigabit & 10 Gigabit Ethernet performance up to 300 meters requirement specified
by IEEE 802.3z (1000 Base-X) & IEEE 802.3ae (10G Base-X) Tensile load should be 4000 Newton
or higher and crush resistance should be 4000 Newton or higher ,The attenuation @ 850 nm
should be ≤ 2.7 (Max) db/Km and @ 1300 nm should be ≤ 0.7 (Max) dB/Km, the fiber
construction can be unitube or multitube, but tensile and crush resistance parameters should
be matched, the jacket shall be FRLSZH complete in all respect..

14) 50 Pair anealed tinned copper conductor PVC insulated and sheathed armoured copper
telephone cables with suitable clamps, saddles and including making terminal joints complete
as required..

15) 50 Port telephone Jack Panel Approved.


Contractor 84 Engineer-in-Charge
16) 12 port 10/100/1000BASE-T POE ports and four GbE/10GbE SFP/SFP+ uplink ports, layer 3
from day1 having static & RIP ,stackable upto 10 switches, should support external redundant
power supply, certified , each switch should be provided with stacking port/cable complete in
all respect Approved.

17) 24 port 10/100/1000BASE-T ports and four GbE/10GbE SFP/SFP+ uplink ports, layer 3 from
day1 having static & RIP ,stackable upto 10 switches, should support external redundant
power supply, certified , each switch should be provided with stacking port/cable complete in
all respect Approved.

18) SFP+ 10 Gigabit Ethernet Direct Attach Copper (twinax copper cable) 1m in length complete in
all respect.

19) Small Form Factor Pluggable 1 Gigabit Ethernet (SFP+) SR Optics

20) 32 Port Fiber Switch 10/100/1000BASE-T ports, with up to 4X 10GbE uplinks and 2X 40GbE
uplinks, Switch should support stacking bandwidth of minimum 160gbps, Modular operating
system, 32 1 Gig SFP port with additional 4 no. of 10g SFP+PORT, redundant power supply,
layer3 switch, each switch should be provided with stacking port/cable complete in all respect.

21) SFP 1000Base-T 10/100/1000 Copper Transceiver Module for up to 100m transmission on
Cat6 complete in all respect.

22) Floor Standing Network/Server Rack - 42U / 800w / 800d, with Heavy Duty Extruded
Aluminium Frame for rigidity. Top cover with FHU provision. Top & Bottom cover with cable
entry gland plates. Two pairs of 19” mounting angles with ‘U’ marking. Depth support
channels - 3 pairs. With a Overall Weight Carrying Capacity of 500Kgs. Side Panels - 42U/800d
Front MS Door Perforated honeycomb 42U/800w Rear MS Door Split Perforated honeycomb
42U/800wFan 90CFM 230V AC, 4” dia Castors with Brake (set of 4) Vertical Cable manager
80mmW 42U Shelf, Stationery 700mm N/W PDU 12Sockets 5/15Amps with MCB Mounting
Hardware (Pkt. Of 20) earthing Kit 150mmH Cable manager 1U MS with Loops complete in all
respect.

23) Floor Standing Network Rack - 22U / 600w / 800d, with Heavy Duty Extruded Aluminium
Frame for rigidity. Top cover with FHU provision. Top & Bottom cover with cable entry gland
plates. Two pairs of 19” mounting angles with ‘U’ marking. Depth support channels - 3 pairs.
With a Overall Weight Carrying Capacity of 500Kgs. Side Panels - 22U/800d Front MS Door
perforated honeycomb 22U/600w Rear MS Door (Fully Perforated - Mesh) 22U/600w Fan
90CFM 230V AC, 4” dia Castors with Brake (set of 4) Cable manager 1U MS with Loops Shelf,
Stationery 475mm N/W PDU 7Sockets 5Amps with MCB Mounting Hardware (Pkt. Of 20)
Vertical Cable Channel 50mmW 22U complete in all respect..

Contractor 85 Engineer-in-Charge
TECHNICAL SPECIFICATIONS FOR EPABX FOR MCG CULTURAL BUILDING AT GURGAON
1.0 EPABX SYSTEM :

1) Server Based EPABX Fully Computerized IP System, SIP Compliant. Multi slot 19: U Rack
Mountable 2U Rack Expandable upto 700 Ports Presently Configuration as Below complete in
all respect. Dual Forwarding facility should be available for Digital Phones.

CO Line 16 Nos.
PRI(30 Channel) 01 Nos.
IP Extension 08 Nos
Digital Extension Circuits 32 Nos.
SIP VOIP Trunk 32 Nos.
Analog Extension 150 Nos

2) 4 Level IVR software with 6 different languages and 4 time schedule with Supply Installation,
Testing and Commissioning of PC(As per OEM).

3) Digital Phone (24Key+ 60-line DSS Console) Backlit keypad Hands-free, full duplex ,Headset
support Easy to use soft keys/LCD prompts, Directory dialling, Navigation wheel, Call history,
Backlit LCD screen, Bluetooth support (BCAZ),Security lock key XML open interface .

4) 24Key Digital Phone Backlit keypad Hands-free, full duplex ,Headset support Easy to use soft
keys/LCD prompts, Directory dialling, Navigation wheel, Call history, Backlit LCD screen,
Bluetooth support (BCAZ),Security lock key XML open interface.

5) Digital Phone 12 key display Backlit keypad Hands-free working Easy to use soft keys / LCD
prompts on display model Directory dial key 1000 system, 1000 group, 10 personal, 600 phone
book Conference key Wall mountable Message waiting indicator .

6) Digital Phone 6 key display Backlit keypad Hands-free working Easy to use soft keys / LCD
prompts on display model Directory dial key 1000 system, 1000 group, 10 personal, 600 phone
book Conference key Wall mountable Message waiting indicator.

7) Analog CLI Phone with hands free. Approved

Contractor 86 Engineer-in-Charge
TECHNICAL SPECIFICATION FOR SUPPLYING, INSTALLATION, TESTING & COMMISSIONING OF
BUILDING MANAGEMENT SYSTEM

SECTION -1

(BUILDING AUTOMATION SYSTEM)

1.0 OPEN, INTEROPERABLE, INTEGRATED ARCHITECTURES:


1.1 SPECIFICATION NOMENCLATURE

A. Acronyms used in this specification are as follows:

BMS Building Management System

GUI Graphical User Interface

POT Portable Operator’s Terminal

DDC Direct Digital Controls

LAN Local Area Network

PICS Product Interoperability Compliance Statement

1.2 ARCHITECTURE:

A. 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,
and Modbus technology communication protocols in an interoperable system.

B. 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 device’s compliance level. Minimum
compliance is Level 3; with the ability to support data read and write functionality. Sb Physical
connection of BACnet devices shall be via Ethernet at all levels.

C. All components and controllers supplied under this contract shall be true “peer-to-peer”
communicating devices. Components or controllers requiring “polling” by a Master / Global /
Host to pass data shall not be acceptable.

D. 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. Systems requiring proprietary database and user interface
programs shall not be acceptable.

E. Two (2) level hierarchical topology is required to assure fast system response times and to manage
the flow and sharing of data.

1.3 WEB BROWSER CLIENTS


Contractor 87 Engineer-in-Charge
The system shall be capable of supporting an unlimited number of users using a standard Web
browser such as Internet Explorer™ or Netscape Navigator™. Systems requiring additional
software (to enable a standard Web browser) to be resident on the DDC / client machine, or
manufacture-specific browsers shall not be acceptable. 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. Systems that require different views or that require different means of interacting
with objects such as schedules, or logs, shall not be permitted.
The Web browser client shall support at a 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 keyboard
entry from the operator and set holidays
View logs and charts
View and acknowledge alarms
The system shall provide the capability to specify a user’s (as determined by the log-on user
identification) home page. Provide the ability to limit a specific user to adjust their defined home
page. From the home page, links to other views, or pages in the system shall be possible, if
allowed by the system administrator.
Graphic screens on the Web Browser client shall support hypertext links to other locations on the
Internet or on Intranet sites, by specifying the Uniform Resource Locator (URL) for the desired link.

1.4 SYSTEM DESCRIPTION & INPUT OUTPUT SUMMARY


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
Contractor 88 Engineer-in-Charge
as Chillers, VAVs, Energy meters, 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:

a. Individual input/output point scanning, processing and control.

b. Centralized operation of the plant (remote control).

c. Static / Dynamic graphic details of plant and building.

d. Energy Management through optimization of all connected electrical and mechanical plants.

e. Alarm Detection and early recognition of faults.

f. Time, event and holiday scheduling as well as temporary scheduling.

g. Prevention of unauthorized or unwanted access.

h. Communication interface and control.

i. Suggestive preventive maintenance for all equipment as well as own error diagnosis.

j. Report generation.

k. Optimum support of personnel.

l. Data Visualization Tool

These Controllers shall be capable of functioning on a stand-alone mode i.e. in ase 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. Totalization and averaging functions shall be an inherent feature of the controller.

Each stand-alone intelligent DDC Controller shall have a single 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 centres or system requirement. This shall help in reducing the site electrical
installation.
Contractor 89 Engineer-in-Charge
The number of controllers for central plant room equipments shall be decided by the contractor.
Overall, the system shall be provided with 15% spare capacity, with spare of at least 15% points on
each controller.

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.

2.0 CENTRAL STATIONS SOFTWARE AND HARDWARE

2.1 CENTRAL STATION SOFTWARE

A. A central server, located at Control Room, shall be provided. The server shall support all DDC’s
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.

C. It shall be possible to provide access to all DDC & 3rd party 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.

D. The server software shall provide the following functions, at a minimum:

• Software shall have built in EMS features/trending etc. complete as required


• 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.
• Comprehensive alarm handling with alarm retransmission and logging.
• Scheduled recording of logged data from DDC.
• Management of multiple controller occupation times.
Contractor 90 Engineer-in-Charge
• Multilevel security system.
• International language support
• Display of HTML pages from company Intranet, or Internet.
• Display of live, logged, or recorded data in multi-trace graphs.
• Simple engineering path using drag and drop operations.
• Self-learning of all local networks.
• Help file in PDF format for viewing or printing.
• Access to the configuration mode of devices.
• Display all devices on the system connected via LANs, internet works, autodialed links and
Ethernet Network connections.
• Customised program creation environment.
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. The networking software shall use
the TCP / IP LAN protocol. The system shall be capable of supporting up to minimum 5
simultaneous operator workstation connections but however presently we need Five User Option.
2.2 Monitoring and control functions
2.2.1 Monitoring:
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.
2.2.2 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.

2.2.1 System Database

Contractor 91 Engineer-in-Charge
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.

Contractor 92 Engineer-in-Charge
2.3 Historical data storage
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 with intervals ranging from 5 seconds to several hours.
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.
2.4 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 pasting
into spreadsheet application such as Microsoft excel
2.5 Alarm Management
The software shall include a well organized alarm management facility to enable the operator to
react quickly and efficiently to alarm conditions. Apart from the specific points identified for
alarm annunciation in the I/O points schedule, the alarm types supported shall included:

♦ 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.
Contractor 93 Engineer-in-Charge
2.6 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:
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.
Operator trail report
This report shall be a summary of all operator actions relating to a specific operator in a specified
period.
Point trail report
This report shall be provided to produce a summary of all events of a specified type occurring in a
period on nominated points.
Alarm duration report
This report shall be provided to calculate the total amount of time a nominated point or group of
points has been in an alarm condition over a given time period.
All point report
A report shall be provided to produce a list of point information, including point name,
description, point type, engineering units, and current values.
Point attributes report
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.
Contractor 94 Engineer-in-Charge
Over-ride summary
This report shall be used to provide the summary of all points / commands that have been over-
ridden by the operator.
2.7 Time Schedules:
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.
2.8 Energy Monitoring & Analysis:
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.
b) It shall be possible to see and analyze 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 a energy saving strategy
for further fine tuning or to visualize the savings achieved.

Contractor 95 Engineer-in-Charge
2.9 Operator Interface:
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:
♦ Window re-size, zoom in, zoom out.
♦ Dedicated icons and pull down menus to perform the following:
♦ Associated display
♦ Alarm summary
♦ Alarm acknowledgement
♦ Previous display recall
♦ Graphic call-up
♦ Trend call-up
♦ Point detail
♦ Current security level
♦ Alarm annunciation
♦ Communication fail annunciation
♦ Operator message zone.

2.10 Area assignment / area profile


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.
2.11 Command partitioning

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.
2.12 Standard system displays
The following displays shall be included as part of the system:
♦ Alarm summary display
♦ Event summary display
♦ Point detail template displays
♦ Trend set template displays

Contractor 96 Engineer-in-Charge
♦ Communication status displays
♦ System status displays
♦ Operator scratch-pad display.

2.13 System Status Displays


These shall display the following information
Poi nts in alarm condition pending acknowledgement
♦ Points which remain in an alarm condition state but which have been acknowledged.
♦ Communication failure
♦ Printer Status
♦ Operator workstation status
♦ Controller status

2.15 Administrative Displays


The system shall provide the following full screen display
♦ Master system menu
♦ Report summary
♦ Alarm summary
♦ Event summary
♦ Display summary.
♦ Area assignment
♦ Holiday assignment
♦ History assignment
♦ Push-button assignment
♦ Operator definition
♦ Operator message board
♦ Events archive and retrieval
♦ Time period summary

2.16 Other requirements


It shall be possible to launch any windows based applications, such as Microsoft word or Microsoft
excel, from within the operator interface.
The computer system software and hardware should be 21 CFR part 11 compliant.

Therefore, vendor to carry out system qualifications accordingly


All instruments, software supplied shall be validated, tested and certified complying to 21 CFR Part
– 11.

Contractor shall strictly follow the procedures as laid down in the necessary guidelines.

2.17 Help Facility


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.

Contractor 97 Engineer-in-Charge
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.

When a point is overridden by operator command from an operator workstation or a local


workstation, an alarm message shall be output to the appropriate alarm printer and to
respective operator workstation. Alarm messages shall require operator acknowledgement.

When a point returns to normal, the event shall be recorded in control stations as ‘Return to
Normal’.

The Operator workstations shall be capable of displaying a list of all points in alarm for the
building in a single summary. Systems which require the operator to make a separate summary
for alarms shall not be acceptable. The software shall also provide details of particular alarm
occurred on a point.

3.0 UL listed 3rd Party System Integrator Units:

A. The 3rd party Integration unit shall provide the interface between Ethernet LAN and the 3rd party
field control devices such as DDC or PLC or any other devices which need to be integrated. These
shall also provide supervisory capability of functions over the devices connected to it. The
purpose of using these units should be limited to integrate devices only, not for any DDC
interface with GUI, provided by others.

B. The Unit must provide the following hardware features as a minimum:

a. One No. on Board RS-485 port

b. Provision to include / add additional communication card

c. Battery Backup

d. 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 support open protocol such as

a. Bacnet over MSTP

b. Bacnet over IP

c. Modbus over MSTP

d. Modbus over IP

Contractor 98 Engineer-in-Charge
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 IO, if
required, of the 3rd 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.

K. All vendors are required to provide the documentation highlighting the capabilities mentioned
above.

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.

M. Integration unit shall be of same make as of BMS system

4.0 UL & BTL LISTED DIRECT DIGITAL CONTROLLER


4.1 DIRECT DIGITAL CONTROLLER (DDC) HARDWARE REQUIREMENT:

• DDC controllers shall be capable of fully “stand- alone” operation i.e. In the event of loss of
communication with other DDC’s or Control Station, they shall be able to function on their own.
DDC working on 230V AC are preferred

• The controllers shall consist of single 32 bit microprocessors for reliable throughput, with EEPROM
based operating system on BACNET
• The controllers shall be minimum 32 bit Double microprocessor based standalone working on
TCP/IP on Bacnet IP with integral web browser, real time clock function complete as required.
• DDC Controller with I/O module, expandable upto 100 points.

Contractor 99 Engineer-in-Charge
• 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, the graphics shall also
store in DDC.
• The controllers shall be UL & BTL listed.

• The controller shall have support programs built in RAM to save alarms, graphics & Logics etc.
• DDC shall have embedded TCP/IP connectivity so that it can be hooked into the Local Area
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.

• Controller shall have capability to communicate with other controllers for any interlock or data
sharing using peer to peer technology. The Controller which route the messages or data sharing
through the system or any intermediate hard ware / controller shall not be acceptable.

• 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.

• Controller shall support 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.

• 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’s such as actuators, dampers etc.

Vendors to provide details on the same at the time of offer.

• 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.
Enhanced integral action in lieu of Derivative function shall not be acceptable.

• 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.
• The microprocessor based DDC’s shall be provided with power supply, A/D and D/A
converters, memory and capacity to accommodate a input/output (I/O) hardware points (with or
without an expansion board).

• If the controllers provided by the contractor have the configurable plug in function cards, then
the following minimum specifications shall have to be met :

• The cards shall provide for analog or digital, input or output, hardwired connections to the
installed plant.

Contractor 100 Engineer-in-Charge


The quantity and combination of these cards shall be determined by the requirements of the plant
in that location with the concurrence of the Owner/ Consultant.
• The DDC’s shall have 15% spare capacity for each type of point (digital/analog
input/output) to give flexibility for future expansion.

• All DDC controllers shall have resolution and be capable of handling voltage, milli-ampere,
resistance or open and closed contacts inputs in any mix, if required.

Analog inputs/outputs of the following minimum types shall be supported:


a. 4-20 mA.
b. 0-10 volts.
c. 2-10 volts.
d. Resistance Signals (either PTC or NTC such as PT 100, PT 1000, PT 3000, NTC20K)

Digital input/output types to be supported shall be, but not limited to the following:

i) Normally-open contacts.
ii) Normally-closed contacts.
iii) Pulse inputs

Modulating outputs shall be true proportional outputs and not floating control type.

• 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.
• 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.

• All board terminations shall be made via plug-in connectors to facilitate trouble-shooting, repair
and replacement. Soldering of connections shall not be permitted.

• Controllers shall preferably be equipped with diagnostic LED indicators with at least indication for
Power up & controller’s health. All LED’s shall be visible without opening the DDC cover.

• 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.

• Controllers requiring fan cooling are not acceptable.

• 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 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.

• In case the Portable operator Terminals (POT) are required to programmed 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.

Contractor 101 Engineer-in-Charge


• 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 compatible
• It shall be possible to add new controllers to the system without taking any part of the system off-
line.

• 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.

• DDC should be expandable type only, fix i/o shall not considered. Max 100 Points may merge at one
controller.
• Maximum Two AHUs on one DDC controller shall be selected.
• Each DDC shall have 2 built in Ethernet port to make the Communication loop if required to save
cables on site

4.2 DIRECT DIGITAL CONTROLLERS CAPABILITIES :

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.

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.

3) 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.

4) 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.

5) 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.

6) Controllers must be able to perform the following energy management functions as a minimum,

a. Time & Event programs


b. Holiday Scheduling
c. Maximum and Distributed power demand
d. Optimum start and stop program
e. Night purge
f. Load reset
Contractor 102 Engineer-in-Charge
g. Zero energy band
h. Duty cycle
i. Enthalpy analysis and control
j. Run Time Totalization
k. Sequencing and Optimization
l. Exception scheduling

Detailed description of software features and operating sequence of all available energy management
software shall be submitted with the tender for evaluation by the consultant.

7) 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.

8) 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.

9) It shall be possible to accommodate Holiday and other planned exceptions to the normal time
programs. Exception schedules shall be operator programmable up to one year in advance.

10) All DDC shall have trend / log storing capacity in built into it.

11) Minimum communication should be 10 MBPS for each of the controller.

12) 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.

13) Main DDC Should allow user to include graphics, if required, however it shall be of static in nature.

14 ) DDC should be expandable type if required.

15 ) Each DDC shall have built-in LCD display for controlling and monitoring from controller itself.

5.0 PORTABLE OPERATORS TERMINAL (POT)

1) POT shall be provided to allow operator readout of system variables, override control and
adjustment of control parameters. The POT shall be portable and plug directly into individual
controllers for power and data.

2) The minimum functionality of POT shall include :


• Set points to a fixed value or state.
• Display diagnostic results.
• Display sequentially all point summary and sequentially alarm summary.
• Display/change digital point state, analog point value.
• Display/change time and date.
• Display/change analog limits.
• Display/change time schedule.

Contractor 103 Engineer-in-Charge


• Display/change run time counts and run time limits.
• Display/change time and/or event initiation.
• Display/change programmable offset values.
• Access DDC initialization routines and diagnostics.
• Enable/disable points, initiators and programs.
• Display/change minimum ON/OFF and maximum OFF times.

3) The POT shall be complete with command keys, data entry keys, cursor control keys or liquid
crystal display (LCD). Access shall be via self prompting menu selection with arrow key control of
next menu/previous menu and step forward/backward within a given menu.

4) Connection of a POT to a controller shall not interrupt or interfere with normal network operation
in any way, prevent alarms from being transmitted, or interfere with Control Station commands
and system modifications.

5) Connection of POT at any controller shall provide display access to all controllers on that bus. In
case the controller has a fixed LCD display and entry keyboard, then the display access shall be
available on each screen.

6) It should be possible to override the commands given through POT by the Operator Control
Station.

7) POT shall have touch screen color display and it shall possible to hook this to Local area Network
so that the entire system data can be visualized.

8) POT shall have self learning capability so that it can recognize the DDCs on the network and
update all points without any manual programming.

6.0 DATA COMMUNICATION


The communication between controllers shall be via a dedicated or customer provided Ethernet
communication network as per standards. 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.

The communication network shall be such that:

1) Every DDC must be capable of communicating with all DDC’s 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.

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
Contractor 104 Engineer-in-Charge
long as there are at least two operational stand alone 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.

The BAS supplier shall be required to provide details of standards to which their system conforms.

7.0 FIELD DEVICE


7.1 ELECTRIC AND ELECTRONIC CONTROLS RELATED EQUIPMENT
General Requirements
All controls shall be capable of operating in ambient conditions varying between 0-55 deg. C
and90% 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.

Ancillary Items
When items of equipment are installed in the situations listed below, the BAS contractor shall include
the following ancillary items:

(i) Weather Protection

All devices required to be weatherproofed are detailed in the Schedule of Quantities. IP ratings
for the equipment are mentioned in the respective section.

(ii) Pipework Immersion

Corrosion resisting pockets of a length suitable for the complete active length of the device,
screwed ½” (13 mm) or ¾” (20 mm) NPT suitable for the temperature, pressure and
medium.

(iii) Duct Mounting (Metal or Builders Work)

Mounting flanges, clamping bushes, couplings, locknuts, gaskets, brackets, sealing glands and
any special fittings necessitated by the device.

7.2 TEMPERATURE SENSOR

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
manufactured from bar stock with hydrostatic pressure rating of at least 10 kgf/cm2.

Contractor 105 Engineer-in-Charge


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) Outdoor air temperature sensor shall be provided with a sun shield.

7) The sensors shall not be mounted near any heat source such as windows, electrical appliances etc.
The temperature sensors may be of any of the following types :

1) PT 100, PT 1000, PT 3000


2) Thermistor

7.3 HUMIDITY SENSOR


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.

7.4 FLOW METER

Water flow meters shall be either Electro magnetic or ultra sonic type. For electromagnetic flow
meter, teflon lining with 316 SS electrodes must be provided. The housing shall have IP 55
protection. Vendors shall have to get their design/ selection approved by the Consultant, prior to
the supply.

The exact ranges to be set shall be determined by the contractor at the time of
commissioning. It should be possible to ‘zero’ the flow meter without any external
instruments, with the overall accuracy of at least ± 1% full scale.

7.5 PRESSURE TRANSMITTER FOR WATER


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 0 o C to 55 o C.

Contractor 106 Engineer-in-Charge


7.6 DIFFERENTIAL PRESSURE SWITCH FOR PIPE WORK
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.

7.7 DIFFERENTIAL PRESSURE SWITCH FOR AIR SYSTEMS


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.

7.8 AIR FLOW SWITCHES


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.

7.9 AIR PRESSURE SENSOR


The pressure sensor shall be differential type. The construction shall be spring loaded diaphragm
type. The movement of the membrane in relation to the pressure should be converted by an
inductive electromagnet coupling which would give an output suitable for the controller.
The pressure sensor shall be in a housing having IP 54 ratings in accordance with IEC 529. Suitable
mounting arrangement shall be available on the sensor. The sensor shall come complete with the
PVC tubes & probes.

7.10 WATER FLOW SWITCH


These shall be paddle type and suitable for the type of liquid flowing in the line. Output shall be
1NO/1NC potential free.

7.11 CO SENSOR

CO Sensor shall be integrated 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. Response time of the
detector shall be <10 minutes

Contractor 107 Engineer-in-Charge


7.12 AIR VELOCITY SENSOR

Air Velocity Sensor shall be integrated Surface / Duct mounted type on the field. These shall work
on 24V AC/DC supply with +/- 10% variation the output being standard type i.e. 4-20 mA / 0- 10
Volts etc with an accuracy of +/- 3%. It shall be possible to select the different ranges by changing
the jumpers on the sensor. At least 3 selection ranges on the sensors are required.

7.13 CO2 SENSOR – Space Type

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.

7.14 LEVEL SWITCH


The level switches shall have to meet the following requirement:

Type : Float Type/Capacitance type/Conductivity type

Mounting : To suit application.

Connection : Flanged ANSI 150 lbs RF Carbon steel

Float material : 316 SS

Stem Material : 316 SS

Output : 1 NO, 1 NC potential free

Switch Enclosure : IP 55

8.0 ENCLOSURES FOR CONTROLLERS AND ELECTRICAL PANELS


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.

The panel shall be metal enclosed 18 SWG CRCA sheet steel cubicle with gaskets between all
adjacent units and beneath all covers to render the joints dust proof. All doors and covers shall
be hinged and latched and shall be folded and braced as necessary to provide a rigid support.
Joints of any kind in sheet metal shall be seam welded with welding slag grounded off and welding
pits wiped smooth with plumber metal.

All panels and covers shall be properly fitted and secured with the frame and holes in the panels
correctly positioned. Fixing screws shall enter into holes tapped into an adequate thickness of
metal or provided with nuts. Self threading screws shall not be used in the construction of control
panels. Knockout holes of approved size and number shall be provided in the panels in conformity
Contractor 108 Engineer-in-Charge
with the location of incoming and outgoing conduits/cables. Lamps shall be provided to support
the weight of the cables. The dimension of the boxes shall depend on the requirement with the
colour decided in consultation with the Architect/Consultant.

Note:
All panel enclosures used in plant room spaces and external to building shall be suitable for
outdoor application (IP 54 protection).

9.0 CONDUITS AND WIRING

Prior to laying and fixing of conduits, the contractor shall carefully examine the drawings
indicating the layout, satisfy himself about the sufficiency of number and sizes of conduits, sizes
and location of conduits and other relevant details. Any discrepancy found in the drawings shall be
brought to the notice of Architect/Engineers any modifications suggested by the Contractor shall
be got approved by the Architect /Engineers before the actual laying of conduits is commenced.

9.1 CONDUITS/TRUNKER

Conduits and accessories shall conform to relevant Indian Standards. PVC conduits of required dia
shall be used as called for in the schedule of quantities. Joints between conduits and accessories
shall be securely made, with help of adhesive.

The conduits shall be delivered to the site of construction in original bundles and each length of
conduit shall bear the label of the manufacturer.

9.2 CONNECTIONS

All jointing methods shall be subject to the approval of the Architect/Engineer. Separate conduits
shall run for all power wiring.

The threads and sockets shall be free from grease and oil. Connections between conduit and
controller metal boxes shall be by means of brass hexagon smooth bore bush, fixed inside the box
and connected through a coupler to the conduit. The joints in conduits shall be smooth to avoid
damage to insulation of conductors while pulling them through the conduits.

9.3 BENDS IN CONDUIT

Where necessary, bends or diversions may be achieved by means of bends and/or circular
inspection boxes with adequate and suitable inlet and outlet screwed joints. In case of recessed
system each junction box shall be provided with a cover properly secured and flush with a finished
wall surface. No bends shall have radius less than 2-1/2 times the outside diameter of the conduit.

9.4 FIXING CONDUITS

The conduits, junction boxes, outlet boxes and controller boxes once installed in position, shall
have their outlets properly plugged or covered so that water, mortar, insects or any other foreign
matter does not enter into the conduit system. Surface conduits shall be fixed by means of spacer
bar saddles at intervals not more than 500 mm.

Contractor 109 Engineer-in-Charge


The saddles shall be 2 mm x 19 mm galvanized steel flat, properly treated, primer coated &
painted, securely fixed to supports by means of nuts and bolts/rawl bolts and brass machines
screws.

9.5 DRAWING OF CONDUCTORS

While drawing insulated wires/cable into the conduits, care shall be taken to avoid scratches and
kinks which may cause breakage of conductors. No joint shall be allowed in case of breakage of
any conductor. No joint shall be shaved off like length of the conductors. Insulation shall be
shaved off like sharpening of a pencil and it shall not be removed by cutting it square to avoid
depression/cutting of conducting material.

Strands of wires shall not be cut to accommodate & connect to the terminals. Terminals shall have
sufficient cross-sectional area to take all the strands.

No wire shall be drawn into any conduit until all work of any nature that may cause injury to wire
is completed. Before the wires are drawn into the conduit, the conduits shall be thoroughly
cleaned of moisture, dust, dirt or any other obstruction. Where wires are connected to detectors,
or panel, sufficient extra length of wires shall be provided to facilitate easy connections and
maintenance.

Only licensed supervisors/wiremen shall be employed for cabling and other connected work. Only
approved make of cables shall be used. The cables shall be brought to the site in original packing.

9.6 MODE OF MEASUREMENT

Signal Cable

The cabling running between DDC controllers to the field devices shall be termed as signal cabling.
This cabling along with conduits shall be payable on per I/O point basis.

LAN Cable

The cable connecting various system integration units to the control station shall be termed as
LAN cable. These cable alongwith conduits shall be measurable on unit length basis.

10.0 SIGNAL CABLING & COMMUNICATION CABLING

The signal cable shall be of the following specifications:

a. Wire : Annealed Tinned Copper

b. Size : 1.0 sq. mm, stranded type

c. No. of conductors : Two (One pair)

d. Shielding : Overall beld foil Aluminium polyester shield.

e. Jacket : Chrome PVC

f. Nominal DCR : 17.6 ohm/km for conductor


Contractor 110 Engineer-in-Charge
57.0 ohm/km for shield

g. Nominal capacitance : 130 pF/m between conductors

at 1 KHz 180 pF/m between one conductor and other

Conductors connected to shield.

11.0 LOCAL AREA NETWORK CABLE

Depending on the type of LAN system being used by the contractor, standard, manufacturer’s
specification shall apply.

12.0 BMS DELIVERABLES-

The deliverables expected from the BMS in broadly defined here under. However it is understood
that the I / O summary detailed in this specifications will be reckoned while designing the system.

Ventilation:

1. Timed scheduled operation 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.
Chillers:

The chiller supplier shall provide software interface by providing linking of all Chiller Microprocessor
panel for communication between panels. Additionally, he shall provide single point gateway for high
level integration with read/write capability to the BMS system.

1. Data logging of Chillers – operating parameters.


2. Fault history.
3. Cycle operation of Chillers on standby mode whenever applicable during night charge cycle.
4. Chiller sequencing and load sharing.
5. Status.
6. Customized Trends/Schedules etc. pertaining to various Chiller parameters
7. Maintenance Alarm Pop up
Pumps:

Primary and secondary Brine pumps:

1. Control and Status


2. Time totalizing- led/lag for standby operation.
3. Data logging
Contractor 111 Engineer-in-Charge
4. Pump status
5. Run Time of the pumps
Secondary Chilled water pumps with VFD:

1. Loading history
2. Pump Status
3. Run Time of the pumps

Air handling units (Standard AHU’s)

1. Space Temperature Set point control


2. Actual space / RA Temperature
3. Filter status
4. Fan status
5. Auto/Manual operation status
6. Fan on/off status
7. Control valve status
8. Run Time for the Fan/Motors
9. PID Control for Valves

Air handling units (AHU’s with return air fans, if applicable):

1. Emergency smoke evacuation:


2. Fans and damper control on actuation of smoke sensor.
3. Night purge / Free cooling:
4. Fans, Dampers and control valve control on ambient temperature sensing.
5. Balance deliverables as under iii. Above
6. PID Control for Valves
7. Run Time for Fan/Motors
8. Customized Control Strategy & Switching Logic

Plumbing system:

1. Monitoring of water levels in under ground tanks and overhead tanks


2. Pumps run hours
3. Pump on-off status
4. Run Time
STP:

1. Run hours pumps in the system


2. High water level alarm

Electrical monitoring and data logging:

Parameters relevant to Automatic Transfer Switches (ATS) at the origin of utility supply and standby
sources and Multi Data Meters (MDM) in outgoing feeders as per following.

(Through integration as all MDMs shall be provided with communication ports)


Contractor 112 Engineer-in-Charge
Data Points to be monitored & trended for MDMs: kW, kWh, kV Ar.p.f, V, A, Power outages, DG run

Data Points to be monitored & trended for KWH Meters: kW, kWh

TECHNICAL SPECIFICATIONS FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF 60 KVA


UPS SYSTEM FOR MCG CULTURAL BUILDING, GURGAON

GENERAL AND COMMERCIAL


1.0 SCOPE:
(i) These General Specifications indicate the requirements and precautions to be taken during
the execution of Internal Electrical Installation works to ensure efficient, safe,
economical and practical use of materials and equipments including prevention of risks
and fire hazards.
(ii) This Chapter also covers the general commercial requirements applicable to this works
contracts for Electrical Installation works.
1.1 RELATED DOCUMENTS:
(i) These General Specifications shall be read in conjunction with the standard conditions of
contract contained in other parts of the document and their correction slips, the tender
specifications, schedule of quantities, drawings and other documents in the tender papers
connected with this work.
1.2 WORKS INCLUDED IN THIS SECTION:
(i) Providing & fixing of 60KVA UPS
1.3 INTEREPRETATION OF AGREEMENT:

Contractor 113 Engineer-in-Charge


In the interpretation of the agreement, the order of descending importance for any ambiguity
or discrepancy shall be as follows;-
• Schedule of Quantities
• Technical Specifications.
• Special Conditions
• Drawings.
• I.S.I. Codes/National Electrical Code/ latest Pwd/Mcg Specifications/ B.S.S./ or any
other International Standard.
• Clauses of Contract.
• General Directions.
• Sound Engineering practice.
1.4 DRAWINGS:
1.4.1 CONTRACT DRAWINGS:
Contract drawings are basic but shall be closely followed as actual construction permits. Any
deviations made shall be in conformity with the Architectural and other services drawings.
Shop drawings shall be submitted by the contractor and got approved from the consultants.
Architectural drawings shall take precedence over contract or other services drawings as to all
dimensions. Any deviations in drawings will be brought to consultant’s Notice before work is
executed as directed by consultants. Contractor shall verify all dimensions at site and bring to
the notice of the consultants any or all discrepancy or deviations noticed.
1.4.2 DETAILED WORKING DRAWINGS:
Detailed working drawings and detail drawings on the basis of which actual work is to be
proceeded will be furnished to the contractor by the consultants from time to time.
Variation of any nature from those indicated in the drawings made available to him at the
tender stage which are as `Advance Drawings' as a guide to generally describe the scheme will
not entitle the contractor for claiming any additional payment, payments will be made on
the actual measurement of the work done, as admissible, as per drawings, at the accepted
rates entered in the Schedule of Quantities forming part of this tender document.
1.4.3 PREPARATION OF SHOP AND FABRICATION DRAWINGS:
All shop and fabrication drawings shall be prepared by Contractor based on the Consultant's
drawing and got approved from the consultants. No extra payment shall be admissible to the
contractor on this account.
1.4.4 SHOP DRAWING, MAINTENANCE MANUALS ETC.
On the award of the work, the contractor shall immediately proceed with the preparation
of detailed shop drawings, detailing the equipment that are to be installed and the ancillary
works that art to be carried out. Six sets of all such working drawings shall be submitted to the
consultants for their approval to ensure that the works will be carried out in accordance with
the specifications and drawings, including such changes as may have been mutually agreed
upon. The basic drawings shall be received by the consultants for his approval within two
weeks of the award of work, and complete shop/detail drawings within four weeks of award
of work.

Contractor 114 Engineer-in-Charge


1.4.5 Any drawing issued by the consultants for the work are the property of the consultants and
shall not be lent, reproduced or used on any works other than intended without the written
permission of the consultants.
1.4.6 The contractor shall provide the following drawings for approval to consultants before
commencement of supply/fabrication.
1.4.6.1 UPS and Panels
(i) General layout-Plan, section, elevations
(ii) Foundation
(iii) Wiring-Power & Controls
1.4.6.2 Cable Routing and Earthing System:
(i) General Cable layout-Plan with sizes of Cable and Cable Trays at different floor & in Substation
area.
(iii) Details of Earthing strip sizes & connections
1.4.6.3 All drawings as indicated in various sub-heads.
1.5 After completion of the work the contractor shall submit one original on R.T.F & three prints
of as built drawings along with compact disc/s (CD.s/DVD.s) containing the same before the
certificate of completion is issued to him. These drawing would include;
(i) The location of all the equipment supplied & erected by the contractor.
(ii) Cable routes clearly indicating the sizes & number of cables.
(iii) Earthing layout - indicating the type of earth station & size of earth conductor.
(iv) Wiring diagram of. Panels.
(v) Complete single line diagram for Normal and Emergency supplies.
(vii) Any other information the consultants may deem fit.

1.6 APPROVALS:
1.6.1 The contractor shall obtain all information relating to local regulations, Bye-Laws, sanction and
release of electrical connection, application of any and all laws relating to his work or
profession and his having to execute work as required. No additional claims shall be
admissible on this account.
1.6.2 Contractor shall obtain approval of the installation from the relevant inspection/ sanctioning
Authorities at all stages and on completion of the installation work. The Contractor shall also
get the required electrical load sanctioned and released from the concerned authorities and
nothing extra shall be paid for the same except for the money for which the contractor
produces valid receipts from the Govt. departments. The contractor shall pass on these
approvals to the consultants. The rates quoted by the contractor for various items of the work
shall be deemed to include any money payable to the Government/ Local
Authorities/Statutory Bodies/Electrical Inspectorate for obtaining approvals and nothing extra
shall be paid to the contractor on this account except for the money foe which proper receipts
are submitted by the contractor to the consultants.
1.7 CODE REQUIREMENTS:
All work shall be done in accordance with the ISS Code amended up to date/ Indian Electricity
Rules.
1.8 MATERIALS:
Contractor 115 Engineer-in-Charge
All materials to be used in this work be new and bear the consultant's label of approval.
1.9 RATES:
(i) The work shall be treated as on works contract basis and the rates tendered shall be for
complete items of work inclusive of all taxes (including works contract tax, service tax VAT if
any), duties, and levies etc. and all charges for items contingent to the work, such as,
packing, forwarding, insurance, freight and delivery at site for the materials to be supplied by
the contractor, watch and ward of all materials for the Internal E.I. work at site etc.

(ii) Prices quoted shall remain firm during the prevalence of the project.
1.10 TAXES AND DUTIES:
(i) Being an indivisible works contract, GST, etc. are not payable separately.
(ii) Works contract tax, if any, for the work shall be included within the quoted rates for the
various items. The works contract tax shall be deducted from the bills of the contractor, as
applicable.
(iii) Octroi duty shall not be paid separately for the materials supplied by the contractor.
1.11 COMPLETENESS OF TENDER:
All sundry fittings, assemblies, accessories, hardware items, foundation bolts, termination lugs
for electrical connections as required, and all other sundry items which are useful and
necessary for proper assembly and efficient working of the various components of the work
shall be deemed to have been included in the tender, whether such items are specifically
mentioned in the tender documents or not.
1.12 WORKS TO BE DONE BY THE CONTRACTOR:
(i) Unless and otherwise mentioned in the tender documents, the following works shall be done
by the contractor, and therefore their cost shall be deemed to be included in their tendered
cost:-
(ii) Cutting and making good all damages caused during installation and restoring the same to
their original finish.
(iii) Painting at site of all exposed metal surfaces of the installation other than pre-painted
items like fittings, fans, switchgear/ distribution gear items, etc. Damages to finished
surfaces of these items while handling and erection, shall however be rectified to the
satisfaction of the consultants.
(vi) Temporary shed if required over the storage space and locking arrangement thereof, and
watch and ward of the materials and completed installation till completion of the work.
(v) Testing and commissioning of completed installation.
1.13 TOOLS FOR HANDLING AND ERECTION:
All tools and tackles required for handling of equipments and materials at site of work as
well as for their assembly and erection and also necessary test instruments shall be the
responsibility of the contractor.
1.14 CARE OF THE BUILDING:
Care shall be taken by the contractor to avoid damage to the building during execution of his
part of the work. He shall be responsible for repairing all damages and restoring the same to
Contractor 116 Engineer-in-Charge
their original finish at his cost. He shall also remove at his cost all unwanted and waste
materials arising out of his work from the site.
1.15 STRUCTURAL ALTERATIONS TO BUILDING
(i) No structural member in the building shall be damaged /altered, without prior approval from
the consultants.
(ii) Structural provisions like openings, cutouts, if any, provided for the work, shall be used.
Where these require modifications, or where fresh provisions are required to be made,
such contingent works shall be carried out by the contractor at his cost with prior approval
of the consultants.
(iii) All chases required in connection with the electrical works shall be provided and filled by
the contractor at his own cost to the original architectural finish of the buildings

SECTION - 1

1. GENERAL
The Specification defines the electrical and mechanical characteristics and requirements for a
continuous duty, highly reliable, solid state type true on -line fully microprocessor controlled
double conversion PWM IGBT based inverter and IGBT based rectifier Uninterruptible Power
Supply Systems. The UPS shall provide high quality AC power for sensitive electronic
equipment loads. It shall also supply clean power automatically without any break in the
supply in the absence of raw power. Under no conditions will be protected system get direct
supply from the raw mains unless there is fault in the protected system.

All the manufacturers have to ensure that their product confirm to the be IEC standards&
specification set in this documents. Non compliance will result in the disapproval of the
product.

1. SUMMARY
a. This specification describes the operation and functionality of a continuous duty, three-phase,
solid-state, static Uninterruptible Power Supply (UPS) hereafter referred to as the UPS. The
UPS control logic shall incorporate state of the art Digital Signal Processing. The Inverters shall
utilize high speed pulse-width-modulation and be constructed of IGBT’s. The UPS shall be part
of a multi-module system, and function as described in this specification.

b. In addition, this specification describes the performance, functionality, and design of the UPS,
the Battery System, UPS paralleling kit, Static Bypass Switch (SBS), and other such electrical
system as described in this specification.

Contractor 117 Engineer-in-Charge


c. The UPS and associated equipment shall operate in conjunction with a primary power supply
(utility and on-site generation) and an output distribution system to provide quality
uninterrupted power for mission critical, electronic equipment load.

d. All selected accessories programming and miscellaneous components for a fully operational
system as described in this specification shall be supplied as part of the UPS at no additional
cost.

2. STANDARDS
a. Safety:

i. IEC 60950-1 / EN 60950-1


Information technology equipment - Safety - Part: General requirements
ii. IEC 62040-1/ EN 62040-1
Uninterruptible power systems (UPS) - General and safety requirements for UPS.

iii. IEC 62040-3 / EN 1000-3 Uninterruptible power systems (UPS) - Method of specifying the test
and performance requirements.

iv. IEC 60439


Low-voltage switchgear and control gear assemblies.

v. LV directive: 2006/95/EC

b. Harmonics:

i. IEC 61000-2-2 / EN 61000-2-2


Compatibility levels for low-frequency conducted disturbances and signalling in public low-
voltage power supply systems.

ii. IEC 61000-3-2 / EN 61000-3-2


Limits for harmonic current emissions (equipment input current ≤ 16 A/ph).

iii. IEC 61000-3-4 / EN 61000-3-4


Limits for harmonic current emissions (equipment input current > 16 A/ph).

iv. IEC 61000-3-5 / EN 61000-3-5


Limitation of voltage fluctuations and flicker.

v. EN 50160
Voltage characteristics of public networks.

vi. IEEE 519


Recommended practices and requirements for harmonic control in electrical power systems

c. EMC:

i. EN 50091-2
UPS - EMC.

ii. IEC 62040-2/ EN 62040-2


Uninterruptible power systems (UPS) - Electromagnetic compatibility (EMC) requirements.
Contractor 118 Engineer-in-Charge
iii. EMC Directive 2004/108/EC
For equipment liable to cause or be affected by electromagnetic disturbances.

d. Quality:

i. Design, production and servicing in compliance with standard ISO 9001 - quality organisation.

e. Ecological environment:

i. Manufacturing in compliance with standard ISO 14001.

f. -Acoustic noise

i. ISO 3746
Sound power levels.

ii. ISO 7779 / EN 27779


Measurement of airborne noise emitted by computer and businessequipment.

3. MODES OF OPERATION
a. Normal:

1. The IGBT based input power converter and output inverter shall operate in an on-line manner
to continuously regulate and supply power to the critical load. The input power converter and
output inverter shall be capable of full battery recharge while simultaneously providing 100%
regulated power to the load bus for all line and load conditions within the range of the UPS
specifications.

2. Recharge: Upon restoration of the Utility or on-site electrical generation AC input source, the
input power converter and output inverter shall simultaneously recharge the battery and
continue to provide 100% regulated power to the critical load bus.

3. Auto Restart: The UPS shall have an Auto Restart function which, when enabled, will allow the
UPS to be automatically restarted and placed on-line upon the restoration of input power.
Should the input power fail to return within four hours, the UPS shall automatically open the
battery disconnects to prevent excessive battery discharge.

b. Battery: Upon utility or on site electrical generation input failure or any out of tolerance
condition as defined by this specification of the electrical AC input source, the critical load bus
shall continue being supplied by the main inverter, which shall derive its power from the
battery system. There shall be no interruption of power to the critical load bus during both
transitions to battery operation and from battery to normal operation.

c. Static Bypass: The static bypass shall be used to provide a seamless transfer of the critical load
bus from the Inverter output to the bypass source. This transfer, along with its retransfer, shall
take place with no power interruption to the critical load bus. In the event of an extreme
overload condition, inverter output voltage out of tolerance condition or if commanded by the
operator. This transfer shall be an automatic function with the exception of an operator
initiated transfer. The UPS shall automatically return to normal operation when the overload
or out of tolerance condition is cleared

Contractor 119 Engineer-in-Charge


d. Maintenance Bypass: The UPS shall have provisioning to connect with an external
Maintenance Bypass Cabinet supplied at site to electrically isolate the UPS during routine
maintenance and service of the UPS.

4. SUBMITTALS
a. Proposal Submittals:

i. As bid system bill of materials.


ii. Product catalogue sheets or equipment brochures.
iii. Product guide specifications.
iv. System single-line operation diagram.
v. Installation information, including weights and dimensions.
vi. Information about terminal locations for power and control connections.
vii. Drawings for requested optional accessories.

b. Delivery Submittals:
i. Installation manual, which includes instructions for storage, handling, examination,
preparation and installation of UPS.

ii. User manual, which includes operating instructions.

2 PRODUCT

2.1 DESIGN REQUIREMENTS


A. The UPS system shall be sized for a total load capacity of 54 KW/ 60kVA. Each UPS frame shall be
rated for 54 kW /60kVA and 4 units shall be paralleled to create 216 kW / 240 kVA common UPS bus
where one number of 216kW / 240 kVA UPS frame will be redundant.

B. The battery for each UPS shall be sized for an output of 60 kVA at a Power Factor of 0.8 for 30
minutes. Thus minimum VAH shall be provided as per BOQ with each UPS to provide 30 minute
backup for 60 kVA load.

2.2 SYSTEM CHARACTERISTICS

A. The system shall be rated for full kW output in the following sizes:

1. 60kVA/540kW

It shall be possible to connect 4 units in parallel to provide an output of 240 KVA.

B. Electrical Input:

1. AC Input Nominal Voltage: 380 / 400 / 415 V, 3 Phase, 3 wire, 50 or 60 Hz.

2. AC Input Voltage Window: +/- 15% of nominal (while providing nominal charging to the battery
system).

iii. Short Circuit Withstand Rating: 200,000 Symmetrical Amperes (200 kA)
Contractor 120 Engineer-in-Charge
iv. Maximum Frequency Range: +/- .5%- 8%of nominal

v. Input Power Factor: Approximately ~1 at 100% load and shall not be less than 0.99 at loads greater
than 25% of system rating with no additional filters.

vi. Input Current Distortion: Maximum 5% with no requirement for optional additional filters

vii. Soft-Start: Input current shall be linear from 0-100% input. This shall take place over a 10
second default time and values from 1-40 seconds shall be programmable. The UPS shall
exhibit no magnetizing inrush current.

c. UPS Electrical Output:

i. AC Output Nominal Output: 380 / 400 / 415 V, 3 Phase, 3 wire, 50 or 60 Hz.

ii. AC Output Voltage Distortion: Max. 3% @ 100% Linear Load.

iii. AC Output Voltage Regulation:


+
1. /- 1% For 100 % Balanced Linear Load
+
2. /- 3% For 100% Unbalanced Linear Load

iv. Voltage Transient Response:


+
1. /- 3% maximum for 50% load step
+
2. /- 5% maximum for 100% load step

v. Voltage Transient Recovery within 50 milliseconds

vi. Output Voltage Harmonic Distortion:

1. 3% THD maximum and 1% single harmonic for a 100% linear load


2. 5% THD maximum for a 100% non-linear load
3. UPS shall be able to support Unlimited Crest Factor

vii. Phase Angle Displacement:

1. 120 degrees +/- 1 degree for balanced load


2. 120 degrees +/- 1 degrees for 50% imbalanced load
3. 120 degrees +/- 3 degrees for 100% imbalanced load

viii. Overload Rating:

1. Normal Operation:

a. 150% for 60 seconds


b. 125% for 10 minutes

2. Battery Operation: 150% for 30 seconds

3. Bypass Operation:

Contractor 121 Engineer-in-Charge


a. 125% continuous
b. 500% for 100 milliseconds

9. UPS Efficiency: With nominal voltage and resistive load.

The minimum UPS AC-AC efficiency in online mode with isolation transformer shall be as follows:

At 100% load 94%


At 75% Load 94%
At 50% Load 94%
At 25% Load 93%

10. Output Power Factor Rating: The UPS output shall not require de-rating for purely resistive loads (PF
of 1). The kW and kVA ratings of the UPS output shall be equal. For loads exhibiting a power factor of
.9 leading to .8 lagging no de-rating of the UPS shall be required. For loads exhibiting power factors
outside this range, the following de-rating shall apply:

a. 5% de-rating of the UPS shall apply for 0.7 PF lagging


b. 10% de-rating of the UPS shall apply for 0.6 PF lagging
c. 15% de-rating of the UPS shall apply for 0.5 PF lagging
4. 20% de-rating of the UPS shall apply for a range of 0.4 - 0.1 PF
lagging.

D. Design
1. Printed Circuit Boards: All card edge connected printed circuit boards shall have mechanical
interlocks to prohibit a board from being plugged into the wrong place.
2. Electromagnetic Interference: Radiated and conducted EMI generated within the system shall be
suppressed to prevent excessive interference with associated nearby electronic equipment. Radio
frequency generating equipment external to the system, such as hand held portable radios and
other electronic devices, shall not cause a malfunction of the system components when all
enclosures are shut. Compliance shall conform to FCC47 part 15 subpart A. 10-1-98

2. Finish and Painting:


a. All external welds shall be ground smooth and all sharp corners eliminated.
b. All surfaces shall be clean and smooth and cleared of all blemishes before application of the
finish.

c. Steel enclosures shall have a finish coat of durable baked enamel. The equipment shall be painted in
accordance with Manufacturer's standard procedure.

d. Primers for steel surfaces shall be suitable for the service and operating temperatures to be
encountered during the life of the equipment.

e. Upon Request a can of touch-up paint in each color shall be provided.

4. The UPS assemblies shall be constructed in NEMA Type-1 metal enclosures. Enclosures shall have
provisions for forklift handling. The individual enclosures shall be free standing, capable of side-by-
side or back-to-back installation with front access requirements only.

2.3 Construction

Contractor 122 Engineer-in-Charge


UPS system is designed to operate on continuous duty with designed load capacity in True online–
double conversion mode. The different modes of operations are explained as below.

(1) NORMAL MODE (VFI): In normal mode of operation, the load shall be continuously suppliedby the
converter/inverter combination. The converter shall draw Energy from Utility supply, convert into
regulated DC energy to support Inverter and to charge the batteries to retain its charge level. The
inverter shall feed Business critical loads after converting DC energy from Converter to clean output
AC power.

(2) RE-GENERATION MODE (RGM): To handle today’s regenerative industrial loads, UPS systemshall be
designed with bidirectional inverter /converter design to feed the regenerated energy back to mains.
During Battery Operation, the re-generated power shall be fed to the custom built external load
bank combination of suitable inductance and resistance. When the UPS working on DG, the re-
generative power shall be fed to the custom-built load bank which shall be built with the
combination of suitable inductance and resistance. The charger should charge the batteries during
regeneration mode with appropriate charging current limitation.

(3) STORED ENERGY / EMERGENCY MODE: When the AC input supply is out of UPS presettolerances or
not available, the UPS shall enter stored energy mode of operation where the battery/inverter
combination continues to support the load for the duration of the stored energy time or until the AC
input returns to UPS design tolerances, whichever is the sooner.

(4) RESTORED ENERGY / CHARGING MODE: On restoration of utility AC power, the convertershall
automatically reactivate and provide DC power to the inverter, simultaneously recharging the
system battery. This should occur automatically and without interruption to the critical load.

(5) BYPASS MODE: In the event that the UPS must be taken off line due to an overload conditionor UPS
failure, the critical load shall be transferred to the bypass source via the static switch without
interruption of AC power to the critical load. The static switch shall be utilized for automatic
emergency transfers. A re-transfer from bypass to inverter shall be performed automatically in
overload conditions. A re-transfer should be inhibited if satisfactory synchronization of the inverter
and bypass is not accomplished. The use of the static switch shall not be required during the manual
or automatic re-transfer process, therefore increasing reliability.

2.3.1 ENVIRONMENTAL CONDITIONS

UPS shall be designed in consideration with the below environmental conditions without any
mechanical damage, electrical failure or any degradation in its performance or operation.

S No Environment Design limit

1 Operating ambient temperature 0 Deg C to +40 Deg C (without de-rating)

2 Non-operating and storage ambient - 20 Deg C to +70 Deg C

temperature

3 Operating relative humidity 5% to 95%, non-condensing

Contractor 123 Engineer-in-Charge


4 Operating altitude Upto 1000 meter from MSL.

5 Audible acoustical noise Not exceeding 71dB as measured on the

Note: Noise generated by the UPS, A scale of a standard sound level meter at

when operating under full rated load, slow response.

at a distance of one meter from any

UPS operator surface

6 Input surge withstand capability In compliance with IEEE C62.41, Category

B.

2.3.2 FUNCTIONAL BLOCKS

UPS module shall be comprised of the following:

2.3.2.1 Converter Section:

Power Flow: AC input, converter input contactor, and converter utilizing Advanced Multi Level
Technology.

2.3.2.2 Advanced Multi Level Converter

3 General: - The Converter converts the incoming AC power into regulated DC power to supply
theinverter input and system battery. The Converter shall utilize the following technologies:

3.02 Solid state Pulse Width Modulation (PWM) controlled multi-level Insulated Gate Bipolar Transistors
(Advanced IGBT).

3.03 Input Power: Rated kVA at 1:1 ratio.

3.04 DSP based control logic.


4 Reflected Harmonic Content: - The IGBT converter shall not be injecting more than 3% reflected
inputcurrent total harmonic distortion (THD) into the utility AC input source at nominal voltage and
rated load. The reflected input current shall not be exceeding 5% THD at 50 % load.
5 Reduced Demand by increased Input Power factor: - The UPS converter design allows
improvementof input power factor close to Unity even at lesser loads.

6 Automatic Input Power Walk-in: - The converter logic and control circuit power walk in function
shallenable delayed and timed ramping of input current. Subsequent to energizing the converter
input, initiation of the power walk in function and current ramping can be delayed by a maximum of
3600 seconds (Set at 10 sec). Upon initiation of the power walk-in function, the ramping of current
can be timed to gradually increase the load within 10 seconds. This function shall be included as
standard in the converter control circuitry.

7 Input Overcurrent Protection: - Converter input contactor, and the input current limit control
willprovide converter protection against excessive input overload conditions. Fuses are provided for
protection against faults.
Contractor 124 Engineer-in-Charge
F. Step Load Change Operation (0-100%): - In the occurrence of a 100% step load change, the
UPSModule inverter shall draw power only from the converter to provide the required load demand.
The system batteries will not be cycled at any time during a step load change.

G. Input Current Limit: - The Converter logic shall provide input current limiting by limiting the AC
inputcurrent. Three (3) line-side current transformers are employed as a means of sensing the
current amplitude. The DC output current limit values are as follows:

i. Input current limit setting: 110% of nominal rated current.

ii. The AC input current limit can be set up so that the converter can provide sufficient capacity to the
inverter at rated load and have the capability to recharge a discharged battery.

iii. The input current limit protects converter components from damage due to excessive input current.

H. Input Power Demand: - The Converter logic and control shall also be capable of providing
auxiliarycurrent limiting when initiated by an external dry contact closure (e.g. in the event power
demand is required when the UPS is fed from a generator).
Power Demand: Adjustable, maximum 110% of nominal rated current.

2.3.2.3 Double DC-DC converter (Chopper)

A. General: - The charger/booster utilizes solid state Pulse Width Modulation (PWM)
controlledInsulated Gate Bipolar Transistors (IGBT).

B.Battery Charge Current Limit: - The converter logic and control circuit DC battery current limiting
function shall enable controlled battery charging. The battery charge current limit shall control the
recharge current by reducing the converter output when the set limit is reached. The following
battery current limit will be provided as a minimum:

I. Battery charge current limit: 10% of battery Ah rate.

II. Maximum charge current: 10% ampere of UPS rated kVA.

III. Equalize Charge Timer


UPS Module logic and control shall provide an electronic equalize charge timer function (0 to
100hour selectable - default twenty-four (24) hour). Once activated the timer circuit shall provide a
high rate equalizing charge voltage to the system battery for the selected time. The function can be
manually activated and de-activated via the UPS Module LCD.

The level of equalizing voltage shall be equal to that stated by the battery manufacturer (typically .04
to .08 VDC/cell higher than the specified float level). Upon completion of the timer count, the
converter output voltage shall return to the specified float voltage (typically 2.25 to 2.27 VDC/cell).
An Auto Equalize charge operation shall also be provided following AC input restoration and
subsequent to the power walk in function. This equalizing charge shall occur until the battery target
voltage is reached (condition is met to end equalizing charge), in which float voltage will be applied.

D. DC Input Protection: -The DC input fuse arrangement shall be provided as DC input protection
againstexcessive input overload conditions.

2.3.3 Inverter Section:

Contractor 125 Engineer-in-Charge


A. Advanced Multi Level IGBT Inverter: - The inverter shall generate AC power derived from DC
powersupplied from the converter or system battery. The inverter shall be capable of providing
rated output as specified while operating from any DC voltage within the battery operating range.
The inverter shall be utilizing the following technology:

i. Solid state PWM controlled Multi level IGBT power transistor modules.

ii. UPS Module Full Direct Digital Control (DDC) Adoption:

a. Field Programmable Gate Array (FPGA) Control

b. DSP based Control

c. Feed Forward Control

B. Voltage Regulation: - The inverter output voltage will not deviate by more than ±1% RMS with
thefollowing steady state conditions:

i. 0 to 100% loading.

ii. Inverter DC input varies from maximum to minimum.

iii. Environmental condition variations within the specifications defined herein.

C. Voltage Adjustments: - The inverter shall have the ability to manually control and adjust the
outputvoltage to within ±3% of the nominal value.

D. Voltage Transient Response: - The dynamic regulation and transient response shall not exceed
±2%for 100% step load (applied or removed), ±1% for loss or return of AC input for inverter to
bypass and vice versa transfer is as per IEC/EN62040-3 Class I

E. Transient Recovery: - Voltage transient response shall not be exceeding the above specification and
itrecover to within nominal voltage regulation tolerance within 20 ms.

F. Frequency Control: - The Inverter output frequency shall be controlled by an oscillator internal to
theUPS module logic. It shall be capable of synchronizing to an external reference (e.g. the bypass
source) or operating asynchronously. A message located on the touch screen shall identify the loss
of synchronization. Synchronization shall be maintained at 50 Hz ± 0.01% continuously for the
duration of loss of the external reference. The Inverter output frequency should not vary during
steady state or transient operation due to the following conditions:
i. 0 to 100% loading.

ii. Inverter DC input varies from maximum to minimum.

iii. Environmental condition variations within the specifications defined herein.


G. Output Voltage Harmonic Distortion: - The inverter output shall limit the amount of
harmoniccontent to 2% maximum at 100% linear load, and 5% maximum at 100% non-linear load.
The need for additional filtering to limit the harmonic content shall not be required. Therefore,
high efficiency, reliability and original equipment footprint are maintained.
H. Output Overload Capability: - The inverter output shall be capable of providing an overload
currentwhile maintaining rated output voltage (and voltage regulation) to:
i. 105% to 125% for 10-minute duration.

Contractor 126 Engineer-in-Charge


ii. 126% to 150% for 1 minute duration.
The UPS Module Operation/Display panel LED indication shall illuminate to identify an overload
condition. If the time limit associated with the overload condition expires or the overload is in excess
of the set current, the load power shall be transferred to the bypass source without interruption.

I. Inverter Current Limit: -The inverter output current shall be limited to 230% of rated load current.
Twocurrent transformers in separate locations on the output (and operating separately offering
redundancy) shall be employed as means of current sensing.

The inverter current limit should protect inverter components from damage due to excessive over-
current (Excessive load, faults and reverse current).

I. Inverter Output Isolating contact: - The inverter output contactor shall isolate the inverter from
theload and bypass source.

J. AC/DC Capacitor:- Life should be more than 12-15 years

K. Phase Sequence Corrector should be in built.

2.3.4 UPS Module Control and Monitoring: -

A. UPS Module Control and Monitoring shall operate and control the converter, inverter
and independent automatic bypass static switch circuit

B. The UPS Module control circuitry shall utilize Digital Signal Processor (DSP) and Application
Specified IC which create advanced controllability and simplify the control circuit. Direct Digital
Control utilizing DSP shall ensure high reliability, as well as superior functionality and performance.
C. All UPS Module Control and Monitoring printed circuit boards shall be effectively sealed to
protect against corrosive vapors.
D. The UPS Module Control power supply shall employ a redundant design configuration, utilizing the
UPS AC input (utility), Bypass input and the UPS Module inverter output therefore enhancing
reliability.

2.3.5 Bypass function & Static Switch: - UPS module shall contain an automatic bypass static
switchcircuit and associated bypass static switch transfer control circuitry.

The static switch shall derive power from an upstream bypass feed contactor internal to the UPS
module. The bypass circuit shall be capable of supplying the UPS rated load current and also provide
fault clearing current capabilities. The UPS system logic shall employ sensing that causes the static
switch to energize within 150 microseconds therefore providing an uninterrupted transfer to the
bypass source when any of the following limitations are exceeded:

i. Inverter output under voltage or overvoltage.

ii. Overloads beyond the capability of the inverter.

iii. DC circuit under voltage or overvoltage.

iv. Final voltage of system battery is reached (bypass source present and available).

v. Major fault.

B. Automatic Re-transfers: - In the event that the critical load shall be transferred to the bypass
sourcedue to an overload, the UPS system logic shall monitor the overload condition and, upon the
overload being cleared, perform an automatic re-transfer back to the inverter output. The UPS
system logic shall only allow a re-transfer to occur three times within a five-minute period. Re-
Contractor 127 Engineer-in-Charge
transfers shall be inhibited on the fourth transfer due to the likelihood of a recurring problem at
the UPS load distribution. All re-transfers shall be inhibited if the inverter and static bypass line are
not synchronized.

C. Manual Transfers: -The UPS shall be capable of transferring the critical load to/from the
bypasssource via the front control panel. If performing manual retransfers to inverter or automatic
retransfers, the UPS system logic shall force the inverter output voltage to match the bypass input
voltage and then parallel the inverter and bypass sources providing a make-before-break transition
allowing a controlled walk-in of load current to the inverter. Manual transfers shall be inhibited if
the inverter and static bypass line are not synchronized.
Operation/Display Panel: - The control panel shallemploy the use of a 5.7” touch screen
interfacewhich allows lock-out of all UPS control function for security (The Emergency Power Off
function cannot be locked out). The operator interface shall provide the following:

• UPS start-up procedure

• UPS shutdown procedure

• Emergency Power Off (EPO)

• Audible alarm silence.

• System status levels

• History logs.

The UPS module shall be provided with a control/indicator panel. The panel shall be located on the
front of the UPS module. Controls, meters, alarms and indicators for operation of the UPS module
are on this panel.

2.3.6 Liquid Crystal Display (LCD Human Machine Interface): - The LCD touch screen shall interfacewith
the UPS Module Control and main processor board to provide menu-driven operator instructions
and UPS Module operation details. The LCD shall indicate system operation, operational guidance,
and measurement data, set up data and alarm messages and logs. All metering shall be digitally
displayed on the LCD having an accuracy of 1% or better. The touch screen area shall be composed
of four MENU sheets: MAIN, MEASUREMENT, OPERATION, and STATUS. Each MENU sheet shall have
a name tab at the top and the four name tabs form an overlap index at the top of the screen area.
Touching the name tab of any of the MENU sheets at this index shall make that specific MENU be
displayed. Each MENU sheet shall display specific information and includes touch icons that perform
MENU related functions.

ix. MAIN MENU Sheet: - The MAIN MENU shall indicate power flow and measured values. The
LCDpanel shall allow the user to verify the status and operation of the UPS Module components by
the mimic display. The following information shall be available on the MAIN MENU Sheet:

a. Converter operation

b. Battery operation

c. Load on inverter d. Load on bypass

d. Typical measurement values of Input, Bypass, Battery and Output

e. Alarm/Fault messages
Contractor 128 Engineer-in-Charge
x. MEASUREMENT MENU Sheet: - The MEASUREMENT MENU shall indicate measured values.
Thefollowing information shall be available on the MEASUREMENT MENU Sheet:

Display information:

a) Input Voltage and Frequency

b) Bypass Voltage and Frequency

c) Battery Voltage and Charging/Discharging Current

d) Battery Charging percentage/Remaining autonomy time

e) Output Voltage, Frequency and Current

f) Output active power Output power factor

24. OPERATION MENU Sheet: - The OPERATION MENU Sheet shall prompt the user to selectspecific
performance and UPS setting data. (Remote or local start & stop operation, date & time
adjustment, battery test etc.)
D. STATUS MENU Sheet: -The STATUS MENU Sheet shall indicate event and alarm/fault informationand
battery discharge records. A maximum of 50 events can be displayed. The following alarm/status
information are be available as a minimum:

1. Load on Inverter

2. Load on Bypass

3. Battery Low Voltage

4. Battery Operation

5. Output Overload

6. Converter Operation

7. Static Bypass Input Out of Range

8. Minor Fault Data

9. Major Fault Data

2.3.6.1 LED indication: - The Operation/Display Panel shall contain the following LED indication:

21. Load on Inverter (Green)

22. Battery operation (Orange)

23. Load on Bypass (Orange)

24. Overload (Orange)

25. LCD Fault (Red)

Contractor 129 Engineer-in-Charge


26. UPS Fault (Red)

2.3.6.2 Emergency Power off (EPO) button: - The UPS shall be provided with a set of terminals which may
connect to a remote EPO contact signal. Remote contact is non-powered normally open. UPS shall
also have a unit mounted EPO button. When the UPS Module EPO button is activated, the EPO
function shuts down the UPS module. The EPO function can be performed both locally and remotely.
When EPO is performed, all system UPS Modules shall be shut down and the critical load dropped.

2.3.7 Microprocessor Controlled Operator Guidance: - The UPS microprocessor logic is, as
standardequipment, provide menu-driven operator instructions detailing the operation of the UPS
system. The instruction menu shall be accessible via a LCD touch screen display located at the
control panel. The microprocessor monitors each step, thus prompting itself to the next step of the
instructions. The following instructions shall be available as a minimum:
1. Inverter stops.

2. Inverter start.

3. Transfer of critical load to static bypass source.

4. Equalize charge to system battery.


2.3.7.1 Microprocessor Controlled Diagnostics: - The UPS shall provide microprocessor controlled
diagnostics capable of retaining fault alarms along with metering parameters in the event of a UPS
failure. The microprocessor memory data shall be viewed via an LCD display or LED located at the
control panel. The following alarm/status information shall be provided as a minimum:
5. Load on Inverter

6. Inverter Operation

7. Battery Operation

8. Battery Low Voltage

9. Output Overload

10. Remote Operation

11. Battery end of autonomy

iii) Converter Operation

iv) DC link Open

v) AC Input Out of Range

vi) Equalize Charge Activated m.

vii) Inverter Running Asynchronously

viii) Load on Bypass

ix) Static Bypass Input out of Range

x) Minor Fault

Contractor 130 Engineer-in-Charge


xi) Major Fault

2.3.8 UPS Status and Function Interface:

2.3.8.1 Output Dry Contacts: - The internal UPS logic shall provide, as standard equipment,
aprogrammable set of four (4) normally open, A-type dry contact outputs shall allow user
interfacing of the UPS operating status. The available parameters shall be identical to the alarm
and status information schedule itemized the following.

xiv) AC Input Abnormal

xv) Bypass Abnormal

xvi) Battery Abnormal

xvii) Battery Low Voltage

xviii) Battery Depletion

xix) Overload

xx) Overload Pre-alarm

xxi) Inverter Asynchronous

xxii) Remote Operation Enabled

xxiii) Load on Inverter

xxiv) Load on Bypass

xxv) Battery Operation

2.3.8.2 RS 232 Communication: - The UPS shall have, as standard equipment, an RS 232 smart portallowing
the user to interface the UPS status information to a host computer. A monitoring software, or
equivalent, shall be available to support the specified operating system. Field installed, and field
tested RS 232 additions are not accepted.

2.3.8.3 Input Contacts (Remote Operations): - The UPS shall have, as standard equipment,
EPO(Emergency Power Off) and selectable two (2) input ports. The selectable input ports (any two)
shall be of the following parameters:

• Remote Start

• Remote Stop

• Power Demand 1

• Power Demand 2

• Battery Liquid Low

• Battery Temperature Abnormal

• Generator Operation

Contractor 131 Engineer-in-Charge


• Asynchronous Operation

2.4 MECHANICAL DESIGN

2.4.1 Cabinet Structure (Enclosure): -

A. The enclosure shall be primed and painted with the RAL 7032 color. The enclosure shall be free
standing floor mount design. The enclosure panels and doors shall consist of minimum 16-gauge
steel for maximum strength and durability.

B. The UPS shall be installed in cabinets of heavy-duty structure meeting with IP20 ingress protection
as per IEC60529 standard for floor mounting.
2.4.2 Serviceability: - The UPS shall have front access for all servicing adjustments and connections
onlyfor maintenance or service. Side access or rear access is not required. The UPS shall be designed
such that its rear can be pressed against a back wall and its sides can be pressed against side walls.

2.4.3 Ventilation: - Forced air cooling shall be provided to allow all components to operate within
theirrated temperature window. In order to have a better air circulation within the UPS, the fresh
air inlet shall be designed in the front side with Air filters and the hot air outlet is on the top. Forced
air is provided with high quality fans. Thermal relay, using a latched contact which is capable of
being reset, is used as overload protection to cooling fan. All air inlets shall use air filters that are
removable from the front of the UPS without exposure to any electrical hazard. Air filters are door
mounted to prevent floor dust from being sucked into the unit.

3 ACCESSORIES

3.1 BATTERY DISCONNECT BREAKER

A. Each UPS system shall have two, 500 VDC rated circuit breakers. Each circuit breaker shall have a 24 V
DC under voltage release and 2A/2B auxiliary contacts. The circuit breakers are to be in a separate
NEMA I enclosure. When open, there shall be no battery voltage in the UPS enclosure. The UPS system
shall be automatically disconnected from the battery by opening its breakers, should the UPS be
subjected to a low battery shut down state for an extended period of time, when signaled by a remote
Emergency Power Off (EPO) signal, or when the Emergency Module Off button is pressed on the UPS.
The batteries disconnect enclosure shall also be equipped with the following minimum features:

1. Controller area network (CAN) card for sending and receiving information to and from UPS.
2. Lights that illuminate during "OK to Operate" conditions.

4 EXECUTION

4.1 FACTORY ASSISTED START-UP

If a factory assisted UPS start-up is requested, factory trained service personnel shall perform the
following inspections, test procedures, and on-site training:

A. Visual Inspection:

1. Inspect equipment for signs of damage.

2. Verify installation per manufacturer's instructions.

Contractor 132 Engineer-in-Charge


3. Inspect cabinets for foreign objects.

4. Verify correct electrolyte level of flooded cells (if applicable).

5. Inspect battery cases.

6. Inspect batteries for proper polarity.

7. Verify all printed circuit boards are properly configured.

B. Mechanical Inspection:

1. Check all UPS, external maintenance bypass cabinet, and DC circuit breaker cabinet internal control
wiring connections.

2. Check all UPS, external maintenance bypass cabinet, and DC circuit breaker cabinet internal power
wiring connections.

3. Check all UPS, external maintenance bypass cabinet, and DC circuit breaker cabinet terminal screws,
nuts, and/or spade lugs for properly seated or torque.

C. Electrical Inspection:

1. Check all UPS fuses for continuity.

2. Verify correct input and bypass voltage.

3. Verify correct phase rotation of all mains connections.

4. Verify correct UPS control wiring and terminations.

5. Verify correct termination and voltage of battery strings.

6. Verify neutral and ground conductors are properly configured.

7. Inspect external maintenance bypass switch for proper terminations and phasing.

D. Site Testing:

1. Ensure proper system start-up.

2. Verify proper control functions.

3. Verify proper bypass operation.

4. Verify proper maintenance bypass operation.

5. Verify system set points.

6. Verify proper inverter operation and regulation circuits.

Contractor 133 Engineer-in-Charge


7. Simulate utility power failure.

8. Verify proper charger operation.

9. Document, sign, and date all test results.

E. On-Site Operational Training: During the factory assisted start-up, operational training for site personnel
shall include key pad operation, LED indicators, start-up and shutdown procedures, maintenance bypass
and AC disconnect operation, and alarm information.

4.2 MANUFACTURER FIELD SERVICE

A. Worldwide service: The UPS manufacturer shall have a worldwide service organization available,
consisting of factory trained field service personnel to perform start-up, preventative maintenance, and
service of the UPS system and power equipment. The service organization shall offer 24 hours a day, 7
days a week, 365 days a year service support.

B. Replacement parts: Parts shall be available through the worldwide service organization 24 hours a day,
7 days a week, 365 days a year.
The worldwide service organization shall be capable of shipping parts within 4 working hours or on the
next available flight, so that the parts may be delivered to the customer site within 24 hours.

4.3 MAINTENANCE CONTRACTS

A complete offering of preventative and full service maintenance contracts for the UPS system and the
battery system shall be available. Contract work shall be performed by factory trained service
personnel.

4.4 TRAINING

UPS training workshop: A UPS training workshop shall be available from the UPS manufacturer. The
training workshop shall include a combination of lecture and practical instruction with hands-on
laboratory sessions. The training workshop shall include instruction about safety procedures, UPS
operational theory, sub-assembly identification and operation, system controls, adjustments, and
preventative maintenance.

Contractor 134 Engineer-in-Charge


SECTION-2
DRAWINGS

The contractor shall submit six complete sets of drawings on white paper to the owner/consultants
after completion of the work.

These drawings must give the following information’s, in addition to the information asked for in
various other sections of the specifications:

b) Location of all equipments UPS.with battery calculation

b) Earthing layout - indicating the type of earth station & size of earth conductor.
c) Any other information the consultants-in-charge may deam fit.

No completion certificate will be issued until the drawings are submitted. The drawings will be
prepared and submitted by the contractor without any extra charge.

*****

Contractor 135 Engineer-in-Charge


APPENDIX-I
SAFETY PROCEDURE

1. The Indian Electricity Rules 1956, as amended upto date, are to be followed in their entirety.
Any installation or portion of installation which does not comply with these rules should be
got rectified immediately.

2. The detailed instructions on safety procedures given in B.I.S. Code No. 5216-1969-"Code of
Safety Procedures and Practices in Electrical Works" shall be strictly followed.

3. No inflammable materials shall be stored in places other than the rooms specially constructed
for this purpose in accordance with the provisions of Indian Explosives Act. If such storage is
unavoidable, it should be allowed only for a short period and in addition, special precautions,
such as cutting off the supply to such places at normal times, storing materials away from
wiring and switch boards, giving electric supply for a temporary period with the permission of
consultants shall be taken.

4. The electrical switchgears and distribution boards should be clearly marked to indicate the
areas being controlled by them.

5. Before energizing on an installation after the work is completed, it should be ensured that
all tools have been removed and accounted, no person is present inside any enclosure of
the switch board etc. any earthing connection made for doing the work has been removed.

Contractor 136 Engineer-in-Charge


TECHNICAL SPECIFICATION FOR LIFTS/ESCALATOR WORK

SPECIAL CONDITIONS

1.0 General

1.1 This specification covers manufacture, testing as may be necessary before dispatch, delivery
at site, all preparatory work, assembly and installations, commissioning putting into
operation of Lifts.

1.2 Location
o The Lifts / Escalators will be installed at MCG Cultural Block, Gurgaon.

o The work shall be executed as per Pwd/Mcg General Specifications for Electrical
Works (Part III Lifts & Escalators – 2003) as per relevant IS and as per directions of
Engineer-in-Charge. These additional specifications are to be read in conjunction with
above and in case of variations; specification given in this Additional conditions shall
apply. However, nothing extra shall be paid on account of these additional
specification & conditions as the same are to be read along with schedule of
quantities for the work.

o The tenderer should be in his own interest visit the site and familiarize him with the
site conditions before tendering.

o No T&P shall be issued by the Department and nothing extra shall be paid on account
of this.

2.0 Completeness of tender


All sundry equipment, fittings, unit assemblies, accessories, hardware items, foundation bolts,
termination lugs for electrical connections, cable glands, junction boxes 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.
3.0 For item/ equipment requiring initial inspection at manufacturer’s works, the contractor will
intimate the date to 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
tenderer has to make the arrangement for the same. The successful tenderer shall give
sufficient advantage notice regarding the dates proposed or such tests to the department’s
representatives (S) to facilities his presence during testing/fabrication. The Engineer-in-Charge
at his discretion may witness such testing/fabrication. The cost of Engineer’s visit to the
factory will be borne by the department. Also equipment may be inspected at the
Manufacturer/ Authorized Dealers premises, before dispatch to the site by the contractor.

4.0 Storage and custody of materials

The plant room may be used for storage of materials and equipments. No separate storage
accommodation shall be provided by the department. Watch and ward of the stores and their

Contractor 137 Engineer-in-Charge


safe custody shall be responsibility of the contractor till the final taking over of the installation
by the department.
5.0 Care of the Building

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 damaged 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.
6.0 Completion period
The completion period 9 (nine) months indicated in the tender documents is for the entire
work of planning, designing, supplying, installation, testing and commissioning of the entire
system to the satisfaction of the Engineer-in-charge.
7.0 Performance Guarantee
7.1 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.
7.2 The successful tenderers shall submit an irrevocable performances guarantee of 5% of the
tendered amount in addition to other deposits mentioned elsewhere in the contract for his
proper performance of the contract agreement within 15 days of issued of letter of item. This
guarantee shall be in the form of government securities or fixed deposit receipts or guarantee
bonds of any scheduled bank or the State Bank of India in the specified format. The
performance guarantee shall be initially valid up to the stipulated date to completion plus 60
days beyond. This bank guarantee kept valid till the recording of completion certificate for the
work by the competent authority.

8.0 Guarantee
All equipments shall be guaranteed for a period of 12 months form 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 equipment 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 in 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
is this regard shall be final.
9.0 Power supply
Electric service connection of 415 V ± 10 %, 3 phase, 4 wire, 50 Hz, AC supply shall be provided
by the Deptt. For installation purpose free for charge.
10.0 Water Supply
Water supply shall be made available by the department at one point.
11.0 Data, Manual and Drawings to be furnished by the tenderers:
11.1 With Tender: The tenderer shall furnish alongwith the tender, detailed technical literature,
pamphlets and performance date for appraisal and evaluation of the others

Contractor 138 Engineer-in-Charge


11.2 After Award of work
i) The successful tenderer would be required to submit the following drawings within a month of
award of work for approval before commencement of installation.
a) All general arrangement drawings.

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. The data
will include breaking load on guides, reaction of buffers on lift pits reaction on support points
in machine room, lilt well etc.
c) Complete layout dimensions for every unit / group of units with dimensions required for
erection purposes.
d) Any other drawing / information not specifically mentioned above but deemed to be
necessary for the job by the contractor.
12.0 The successful tenderer should furnish well in advance three copies of detailed instructions
and manuals of manufactures for all items of equipments regarding installation, adjustments
operation and maintenance i/c preventive maintenance & trouble shooting together with all
the relevant data sheets, spare parts catalogues and workshop procedure for repairs,
assembly and adjustments etc. all in triplicate.
13.0 Extent of work
13.1 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 will all layout
charts whether or not those have been mentioned in details in the tender document in
connection with this contract.
13.2 Minor building works necessary for installation of equipment, foundation, making of opening
in walls or in floors and restoring to their original condition, finish and necessary grouting etc.
as required.
13.3 Maintenance (Routine & Preventive) for one year from date of completion and handing over.
13.4 The work is turnkey project. Any item required for completion of the project but left in-
advertantly shall be executed with-in-the quoted rates.

14.0 Inspection and Testing:

14.1 Initial and final inspection / testing shall be carried out as per Section-IV of Pwd/Mcg General
Specification for Electrical (Part III-Lifts & Escalators’2003).
14.2 Tests at manufacturer’s premises will be witnessed by owner’s representatives.
14.3 Environmental test certificate for Controller & Automatic Rescue Devices should be furnished
from any accredited laboratory of Government / Autonomous bodies to prove to
tropocalisation for the environment conditions specified in tender.
14.4 Copies of all documents of routine and type test certificate of the equipment, carried out at
the manufacturers premises shall be furnished to the owners.
14.5 After completion of the work in all respects the contractor shall offer the installation for
testing and operation for carrying out joint inspection and will be carried out as per Appendix-
III of Pwd/Mcg General Specification for Electrical (Part III Lifts & Escalators’ 2003.)

14.6 Running in Period:


After satisfactory final inspection, the contractor shall demonstrate the trouble free running of
the installation for a period of not less than 30 days before the owner takes over each lift.
During this period, the lifts shall be kept either in automatic or manual mode. After the lift-

Contractor 139 Engineer-in-Charge


installation has operated without any major breakdown for 30 days, the installation shall be
taken order by the deptt. During this period i.e. 30 days, the lift shall be deemed to have run
trouble-free, if the number of breakdowns are not more than four calls (excluding false calls
and leveling defects). The tenderers should include one year of free maintenance period after
completion of 30 days of trouble free running.
15.0 Validity
Tenders shall be valid for acceptance for a period of 60 days from the date of opening of price
bid.
16.0 Compliance with Regulations and Indian Standards.
16.1 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) I.S & B.S Standards as applicable
(iv) Workmen’s compensation Act
(v) Statutory norms prescribed by local bodies.

16.2 Nothing in this specification shall be constructed to relieve the successful tenderer of this
responsibility for the design, manufacture and installation of the equipment with all
accessories in accordance with currently applicable regulations and safety codes.

16.3 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. 50/- 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 form him.

17.0 Indemnity
The successful tenderer shall at all times indemnify the owner, 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 department shall not be
responsible for any accident or damage incurred or claims arising there from during the
erection construction and putting into operation the equipments and ancillary equipments
under the supervision of 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 due to the above.
18.0 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.
19.0 Cooperation with other agencies
The successful tender shall co-ordinate with other contractors and agencies engaged in the
construction of building, if any, and exchange freely all technical information’s so as to make
the execution of this work contract smooth. No remuneration should be claimed form the
department for such technical cooperation. If any unreasonable hindrance is caused to other
Contractor 140 Engineer-in-Charge
agencies and any completed portion of the work has to be dismantled portion of the work was
not under taken by the successful tenderer himself.
20.0 Mobilization Advance
10% mobilization advance shall be paid for this work.
21.0 Insurance and Storage:
All consignments are to be duly insured during transit up to the destination from warehouse
to warehouse at the cost of supplier. Necessary insurance cover shall also be made by the
tenderer/contractor for installating the equipments till the equipments are handed over duly
installed, tested and commissioned.
22.0 Verification of correctness of Equipment at Destination
The contractor shall have to produce all the relevant records to certify that the genuine
equipment form the manufacturers has been supplied and erected.
23.0 Painting
This shall include cost of painting of entire exposed iron work compete in the installations. All
equipments works shall be painted at the works before dispatch to the site.
24.0 Training
The scope of works includes on job technical training of two persons at site. Nothing extra
shall be payable on this account.
25.0 Maintenance
25.1 Sufficient trained and experienced staff shall be made available to meet any exigency of work
during the guarantee period of one-year form the handing over of the installation.
25.2 The maintenance, routine as well as preventive for one year from the date to taking over the
installation as per manufactures recommendation shall be carried out and the record of the
same shall have to be maintained.
26.0 Interpreting Specifications.
In interpreting the specification, 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
(e) Relevant IS or other international code in case IS code is not available.

Contractor 141 Engineer-in-Charge


TECHNICAL PARTICULARS

SL.NO. PARTICULARS OF DETAILS


A. General:
1. Name of Manufacture
2. Country of Manufacture
3. Capacities (Persons/Weight).
4. Service
5. Speed of Travel
6. Height of Travel
7. No. of Floors served
8. No. of openings
9. Position of counterweight
10. Type of leveling method.

B. Machine:
1. Position of Machine
2. Motor
3. Electric supply particulars for which it is suitable for operation.

C. Brake
1. Type

D. Car and Doors:


1. Outside dimensions of car
2. Inside clear dimensions
3. Construction of car
4. Design / type of enclosure of car
5. Details of flooring
6. Attachment and fitting inside the car
7. Car Doors:
a) Size
b) Operation
c) Construction, Design & finish
8. Landing Doors
a) Size
b) Operation
c) Construction, design & finish

E. Safety Devices:
1. Car safety-type
2. Counter weight safety-type
3. Door inter locks in car-type
4. Door locks in landing-type.
Other Safeties included in the offer:

Contractor 142 Engineer-in-Charge


WORKS TO BE DONE BY THE CONTRACTOR
In addition to the manufacture supply, installation, testing and commissioning of the equipments
following works shall be deemed to be included within the scope of the work to be done by the
contractor.
1.1 All minor building works necessary for installation of equipments such as making of openings
in walls/floors, either of RCC or brick masonry etc. and restoring them to original condition
and finish. The scope of minor building work includes all grouting of foundation, concrete pads
to be formed or made as base for supporting R.S. Joists etc. grouting and anchoring of all the
boards, clamps, supports foundation bolts, installation in position of R.S. Joists in machine
room, lift well, or in the pit. Such works shall exclude cutting of marble work and construction
of partition wall where involved.

1.2 Supply of necessary R.S. Joists or angle iron support brackets etc. for installation of the lift
either in machine room or at other places as may be necessary including their installations in
position.

1.3 All electrical works, except bringing in main connection and earth conception to machine
room terminated on suitable switch fuse unit/board. All electrical works including inter
connection from this switch/board and loop earthing from the earth bar to be provided in the
machine room shall be done by the contractor.

1.4 Responsibility to ensure safety of all materials against pilferage and damage till the installation
is handed over to the consignee.

1.5 All scaffolding as may be necessary in the lift well during erection work and subsequently
removal.

1.6 Temporary barricades with caution boards at each landing to prevent accident during
execution of work.

1.7 Supply and installation of landing facia plates made of steel, car apron plates, sill support
angles with necessary clamps, foundations bolts supports etc. as necessary in connection with
the installation of the lift.

1.8 Steel ladder to be provided for access to lift pit wherever required under regulations.

2. Co-ordination with other agencies:


The successful contractor shall coordinate lift installation work with other contractor/agencies
engaged in construction of building if any and exchange freely all technical information so as
to make the execution of work smoothly.
3. Completeness of tender:
All fittings, equipments, unit, assemblies and accessories, hardware, foundation bolts,
terminal lugs for electrical connections, cable glands, junction box and items which are useful
and necessary for efficient assembly in operation and installation shall be deemed to have
been included in the scope of work. the installation shall be complete in all details whether
such details have been mentioned in the specification or not.

Contractor 143 Engineer-in-Charge


4. Information to be supplied by the contractor after award of work:
Within a period by 4 weeks from the date of receipt of letter of acceptance the contractor
shall provide the department his programme / bar chart for submission of preliminary
drawings, manufacturing of equipments, installation, testing, commissioning and handing. This
should be correlated with the building competition programme. The contractor shall be
required to submits in triplicate the following drawings and information within 4 weeks period
for approval of the department before commencing the work:-
(a) All general arrangement drawings
(b) Details of foundations for equipments, load data, locations etc. of carious assembled
equipments as may be needed by other agencies for purpose their work. the date will include
breaking load on guides, reactions of but on lift pits, reaction on support points in machine
room, lift well etc.
(c) Compete layout dimension for every unit/group of units with dimensions required for erection
purpose.
(d) Any other drawing / information not specifically mentioned above but deemed to be
necessary for the job by the contractor.

(e) List of items to be carried out by the department in accordance with tender accepted.

5. Commencement of work:
As soon the preliminary drawings are approved, the contractor should commence the work.
The contractor shall also send seven sets of final drawings to the department who shall return
one copy.

Contractor 144 Engineer-in-Charge


ADDITIONAL SPECIFICATIONS FOR PASSANGER LIFTS, BLOCK-A

1. Type Passenger

2. Number of lifts required 3 Nos.

3. Load: Number of persons 23 Passengers

4. Rated speed 1.5 Meter per second

5. Travel in meter As per Architectural Drawings

6. Numbers of floors served As per Architectural Drawings

7. Location Inside size of lift well Pit Depth

MCG Cultural Block, Gurgaon 2600mm X 2550mm 1600mm

Block-A

8. Clear inside size of lift car : As per manufacturer’s standards

9. Dimension of lift machine room As per Architectural Drawings

10. Position of counter weight At the sides

11. Position of machine room As per Architectural Drawings

12. a) Type of control Microprocessor based AC variable voltage variable

Contractor 145 Engineer-in-Charge


frequency. (Lift drive motor and controller shall be
suitable for operation with supply voltage variation
between + 10% to – 10%)

b) Type of operation Triplex collective selective operation with/ without

attendant.

c) Potential free contacts Potential free contacts for each floor position and up

and down movement of the lift shall be provided in


the controller which can be used for the building
automation system at later date.

13. Car entrance door


a) Number One

b) Size

MCG Cultural Block, Gurgaon 900mm X 2000mm

Block-A

c) Type of doors Power operated, Horizontal sliding – center opening

d) Car open in front only Yes

14. Lift Car

I) Construction design As per General specification for electrical works (Part-


III-Lifts & Escalator)
II) Interior Finish
i) Panels The sides and facia panel shall be scratch proof honeycomb/hairline finish) of
stainless steel sheet.

ii) Flooring Suitable decorative flooring as per the standard design of manufactures for
passenger lifts.

iii) Celling Aluminum ceiling as per the latest standards of the manufacturer.
iv) Lighting Florescent/CFL Fitting as per standard design
Contractor 146 Engineer-in-Charge
v) Ventilation Suitable ventilation in the false ceiling.

15. Type of signal system a) Digital floor position indicator in the car and at all
landings (to be provided above the car/landing doors)

b) Travel direction indicator in the car and at all landings (to be provided above the car/ landing
doors)

c) Gongs & visual indication on all landings for pre arrival of the car for two or more cars.

d) Overload warning Audio & Visual indicator, inside the car (lift should not start on overload)

e) Battery operated alarm bell and emergency light.

f) Car operating panel with fade proof luminous buttons with additional brail inscriptions in car
and with intercom

g) Luminous hall buttons with additional brail inscriptions at all landings.

h) Fireman’s switch at ground floor.

16. Landing entrance


a) Locations of landing entrance All doors on the same side.
in different floors.

b) Number As per No. of stops

c) Size
MCG Cultural Block, Gurgaon 900mm X 2000mm

Block-A

Contractor 147 Engineer-in-Charge


d) Type of doors Power operated, Horizontal sliding – center
opening

e) Lift in use/lift out of order sign A suitable box above the lift landing with LED
illuminated bilingual (in English & Hindi) sign of “LIFT
OUT OF ORDER” coming up simultaneously at all
floors.

f) Fire resistant rating of the door shall have not less than one hours.

17. Electric Supply Power:- 415 V+10%, AC, 3Phase, 50 Hz, 4 wire
system.

b) Lighting: 230 V, AC, 50 Hz


c) The entire lift equipment should be suitable for
operation at +10% to - 10% of the rated supply
wanted.

1. Is neutral wire available for Yes


control circuits

2. Proposed date for commencement 10th Day after award of work.


On site

20. Proposed time for completion 9 Months

21. Environmental condition at site of DB RH WB


Installation. Summer condition: 45.0 Deg.C 20% 25.5 Deg.C
Winter Condition: 7.5 Deg.C 70% 4.4 Deg.C
Monsoon Condition: 35.0 Deg.C 60% 2 8.3 Deg.C

22. Storage space provided Yes, in the machine room

23. Emergency Supply i) Inverter backup with trickle/boost charges

Contractor 148 Engineer-in-Charge


arrangement for at least 30 minutes with
maintenance free batteries for emergency light, alarm
bell and inter-com system.

ii) A separate maintenance free battery system should


be provided for Automatic Rescue Device (ARD)

24. Door Close Safety Full height Infrared light curtain door safety in
addition to a pressure operated switch (mechanical
safety switch)

25. Controller Panel i) The controller panel shall be of suitable steel gauge
having Vermin/dust proof arrangements with
suitable in built ventilation system.

26. Firemen Lift i) All lifts shall be used as fire lifts.

ii) Firemen switch for all the fire lift shall be provided
at ground floor to enable the fire service personnel to
ground the lift in case of emergency.

iii) The work ‘fire lift’ shall be conspicuously displayed


in fluorescent paint on all the fire lifts landing doors at
each floor level.

27. To Automatic Rescue Device i) Automatic Rescue Device (ARD) should monitor
the normal power supply in the main controller and
shall activate rescue operations within ten seconds of
normal power supply failure. It should bring the
elevator to the nearest floor at a slower speed than
the normal run. While proceeding to the nearest floor
the elevator will detect the zone and stop. After the
elevator has stopped, it automatically opens the
doors and parks with door open. After the operation
is completed by the ARD the elevator is automatically
switched over to normal operations as soon as normal
power supply resumes.

Contractor 149 Engineer-in-Charge


ii) In case the normal supply resumes during
Automatic Rescue Device (ARD) in operation the
elevator will continue to run in
ARD mode until it reached the nearest landing and
the doors are fully opened. If normal power supply
resumes when the elevator is at the landing, it will
automatically be switched to normal power
operation.

iii) All the lift safeties shall remain active during the
ARD mode of operation.

iv) The battery capacity should be adequate so as to


operate the ARD at least seven times a day. Provided
the duration between usage is at least 30 minutes.

28.Additional item, if any The Owners may opt for NOT taking the internal
finishes of the lift car like – side panels, false ceiling,
flooring etc. In this cal the lift contractor shall make a
provision of weight for the interior finishes to be
provided by the owner though other agency.

Contractor 150 Engineer-in-Charge


ADDITIONAL SPECIFICATIONS FOR PASSANGER LIFTS BLOCK-B

1. Type Passenger

2. Number of lifts required 3 Nos.

3. Load: Number of persons 23 Passengers

4. Rated speed 1.5 Meter per second

5. Travel in meter As per Architectural Drawings

6. Numbers of floors served As per Architectural Drawings

7. Location Inside size of lift well Pit Depth

MCG Cultural Block, Gurgaon 2550mm X 2500mm 1600mm

Block-B

8. Clear inside size of lift car : As per manufacturer’s standards

10. Dimension of lift machine room As per Architectural Drawings

10. Position of counter weight At the sides

11. Position of machine room As per Architectural Drawings

12. a) Type of control Microprocessor based AC variable voltage variable

Contractor 151 Engineer-in-Charge


frequency. (Lift drive motor and controller shall be
suitable for operation with supply voltage variation
between + 10% to – 10%)

b) Type of operation Triplex collective selective operation with/ without

attendant.

c) Potential free contacts Potential free contacts for each floor position and up

and down movement of the lift shall be provided in


the controller which can be used for the building
automation system at later date.

14. Car entrance door


a) Number One

b) Size

MCG Cultural Block, Gurgaon 900mm X 2000mm

Block-B

c) Type of doors Power operated, Horizontal sliding – center opening

d) Car open in front only Yes

15. Lift Car

I) Construction design As per General specification for electrical works (Part-


III-Lifts & Escalator)
II) Interior Finish
i) PanelsThe sides and facia panel shall be scratch proof honeycomb/hairline finish) of
stainless steel sheet.

ii) Flooring Suitable decorative flooring as per the standard


design ofmanufactures for passenger lifts.
iii) Celling Aluminum ceiling as per the latest standards of the manufacturer.
iv) Lighting Florescent/CFL Fitting as per standard design
Contractor 152 Engineer-in-Charge
v) Ventilation Suitable ventilation in the false ceiling.
16. Type of signal system a) Digital floor position indicator in the car and at all
landings (to be provided above the car/landing doors)

b) Travel direction indicator in the car and at all landings (to be provided above the car/
landing doors)
c) Gongs & visual indication on all landings for pre arrival of the car for two or more cars.
d) Overload warning Audio & Visual indicator, inside the car (lift should not start on
overload)
e) Battery operated alarm bell and emergency light.
f) Car operating panel with fade proof luminous buttons with additional brail inscriptions in
car and with intercom.
g) Luminous hall buttons with additional brail inscriptions at all landings.
h) Fireman’s switch at ground floor.
17. Landing entrance
a) Locations of landing entrance All doors on the same side.
in different floors.
b) Number As per No. of stops
c) Size
MCG Cultural Block, Gurgaon 900mm X 2000mm

Block-B
d) Type of doors Power operated, Horizontal sliding – center
opening
e) Lift in use/lift out of order sign A suitable box above the lift landing with
LED
illuminated bilingual (in English & Hindi) sign of “LIFT
OUT OF ORDER” coming up simultaneously at all
floors.
f) Fire resistant rating of the door Shall have not less than one hours.
18. Electric Supply a) Power:- 415 V+10%, AC, 3Phase, 50 Hz, 4 wire
system.
b) Lighting: 230 V, AC, 50 Hz
c) The entire lift equipment should be suitable for
operation at +10% to - 10% of the rated supply
wanted.
Contractor 153 Engineer-in-Charge
3. Is neutral wire available for Yes
Control circuits

4. Proposed date for commencement 10th Day after award of work.


On site

19. Proposed time for completion 9 Months

20. Environmental condition at site of DB RH WB


Installation. Summer condition: 45.0 Deg.C 20% 25.5 Deg.C
Winter Condition: 7.5 Deg.C 70% 4.4 Deg.C
Monsoon Condition: 35.0 Deg.C 60% 2 8.3 Deg.C

21. Storage space provided Yes, in the machine room

22. Emergency Supply i) Inverter backup with trickle/boost charges


arrangement for at least 30 minutes with
maintenance free batteries for emergency light, alarm
bell and inter-com system.

ii) A separate maintenance free battery system should


be provided for Automatic Rescue Device (ARD)

23. Door Close Safety Full height Infrared light curtain door safety in
addition to a pressure operated switch (mechanical
safety switch)

24. Controller Panel i) The controller panel shall be of suitable steel gauge
having Vermin/dust proof arrangements with
suitable in built ventilation system.

25. Firemen Lift i) All lifts shall be used as fire lifts.

ii) Firemen switch for all the fire lift shall be provided
at ground floor to enable the fire service personnel to
ground the lift in case of emergency.

iii) The work ‘fire lift’ shall be conspicuously displayed


in fluorescent paint on all the fire lifts landing doors at
each floor level.

Contractor 154 Engineer-in-Charge


26. To Automatic Rescue Device i) Automatic Rescue Device (ARD) should monitor
the normal power supply in the main controller and
shall activate rescue operations within ten seconds of
normal power supply failure. It should bring the
elevator to the nearest floor at a slower speed than
the normal run. While proceeding to the nearest floor
the elevator will detect the zone and stop. After the
elevator has stopped, it automatically opens the
doors and parks with door open. After the operation
is completed by the ARD the elevator is automatically
switched over to normal operations as soon as normal
power supply resumes.

ii) In case the normal supply resumes during


Automatic Rescue Device (ARD) in operation the
elevator will continue to run in
ARD mode until it reached the nearest landing and
the doors are fully opened. If normal power supply
resumes when the elevator is at the landing, it will
automatically be switched to normal power
operation.

iii) All the lift safeties shall remain active during the
ARD mode of operation.

iv) The battery capacity should be adequate so as to


operate the ARD at least seven times a day. Provided
the duration between usage is at least 30 minutes.

27.Additional item, if any The Owners may opt for NOT taking the internal
finishes of the lift car like – side panels, false ceiling,
flooring etc. In this cal the lift contractor shall make a
provision of weight for the interior finishes to be
provided by the owner though other agency.

Contractor 155 Engineer-in-Charge


ADDITIONAL SPECIFICATIONS FOR SERVICE LIFTS, BLOCK-A

1. Type Service

2. Number of lifts required 2 Nos.

3. Load: Weight Freight Lift

(3000 Kg)

4. Rated speed 1.0 Meter per second

5. Travel in meter As per Architectural Drawings

6. Numbers of floors served As per Architectural Drawings

7. Location Inside size of lift well Pit Depth

MCG Cultural Block, Gurgaon 3050mm x2900mm 1600mm


Block-A

8. Clear inside size of lift car: As per manufacturer’s standards

11. Dimension of lift machine room As per Architectural Drawings

10. Position of counter weight At the sides

11. Position of machine room As per Architectural Drawings

12. a) Type of control Microprocessor based AC variable voltage variable

frequency. (Lift drive motor and controller shall be


suitable for operation with supply voltage variation
between + 10% to – 10%)

Contractor 156 Engineer-in-Charge


b) Type of operation Duplex selective – collective operation with/ without
attendant.

c) Potential free contacts Potential free contacts for each floor position and up
and down movement of the lift shall be provided in
the controller which can be used for the building
automation system at later date.

15. Car entrance door


a) Number One

b) Size 1300mm x 2000mm

c) Type of doors Power operated, Horizontal sliding – center opening

d) Car open in front only Yes

14. Lift Car

I) Construction design As per Pwd/McgGeneral specification for electrical


works (Part-III-Lifts & Escalator)
II) Interior Finish
i) Panels :- The side and facia panel shall be scratch proof (moon rock finish) of stainless steel
sheet and rear shall be 8mm thick toughened glass minimum 2100mm high in pentagon
shape as per drawing for passenger lifts.
ii) Flooring Suitable anti skid flooring as per the standard design of manufactures for
passenger lifts.
iii) Celling False celling as per the latest standards of the
manufacturer.
iv) Lighting Florescent/CFL Fitting as per standard design
v) Ventilation Suitable ventilation in the false ceiling.
15. Type of signal system
a) Digital floor position indicator in the car and at all landings (to beprovided above the
car/landing doors)
b) Trivial direction indicator in the car and at all landings (to be provided above the car/
landing doors)
c) Gongs & visual indication on all landings for pre arrival of the car for two or more cars.

Contractor 157 Engineer-in-Charge


d) Overload warning Audio & Visual indicator, inside the car (lift should not start on
overload)
e) Battery operated alarm bell and emergency light.
f) Car operating panel with fade proof luminous buttons in car and with intercom
g) Luminous hall buttons at all landings.
h) Fireman’s switch at ground floor.

16. Landing entrance


a) Locations of landing entrance All doors on the same side.
in different floors.
b) Number As per No. of stops
c) Size Standard size as per latest IS
d) Type of doors Power operated, Horizontal sliding – center
opening.
e) Lift in use/lift out of order sign A suitable box above the lift landing with LED
illuminated bilingual (in English & Hindi) sign of “LIFT
OUT OF ORDER” coming up simultaneously at all
floors.
f) Fire resistant rating of the door Shall have not less than one hours.
17. Electric Supply a) Power: - 415 V+10%, AC, 3Phase, 50 Hz, 4 wire
system.
b) Lighting: 230 V, AC, 50 Hz
c) The entire lift equipment should be suitable for
operation at +10% to - 10% of the rated supply
wanted.

5. Is neutral wire available for Yes


control circuits
6. Proposed date for commencement 10th Day after award of work.
On site
18. Proposed time for completion 9 Months
19. Environmental condition at site of DB RH WB
Installation. Summer condition: 45.0 Deg.C 10% 25.5 Deg.C
Winter Condition: 7.5 Deg.C 70% 4.4 Deg.C
Monsoon Condition: 35.0 Deg.C 90% 28.3 Deg.C
Height above mean sea Level: 216 M

Contractor 158 Engineer-in-Charge


20. Storage space provided Yes, in the machine room
21. Emergency Supply
i) Inverter backup with trickle/boost charges arrangement for at least 30 minutes with
maintenance free batteries for emergency light, alarm bell and inter-com system.
ii) A separate maintenance free battery system should be provided for Automatic Rescue
Device (ARD)
22. Door Close Safety Full height Infrared light curtain door safety in addition to
a pressure operated switch (mechanical safety switch)
22. Controller Panel i) The controller panel shall be of suitable steel gauge
having Vermin / dust proof arrangements with suitable in
built ventilation system.
23. Firemen Lift
i) All lifts shall be used as fire lifts.
ii) Firemen switch for all the fire lift shall be provided at ground floor to enable the fire
service personnel to ground the lift in case of emergency.
iii) The work ‘fire lift’ shall be conspicuously displayed in fluorescent paint on all the fire
lifts landing doors at each floor level.
24. To Automatic Rescue
i) Automatic Rescue Device (ARD) should monitor theDevice normal power supply
in the main controller and shall activate rescue operations within ten seconds of
normal power supply failure. It should bring the elevator to thenearest floor at a
slower speed than the normal run. While proceeding to the nearest floorthe
elevator will detect the zone and stop. After the elevator has stopped, it
automaticallyopens the doors and parks with door open. After the operation is
completed by the ARDthe elevator is automatically switched over to normal
operations as soon as normal power supply resumes.

ii) In case the normal supply resumes during Automatic Rescue Device (ARD) in
operation the elevator will continue to run in ARD mode until it reached the nearest
landing and the doors are fully opened. If normal power supply resumes when the
elevator is at the landing, it will automatically be switched to normal power operation.

iii) All the lift safeties shall remain active during the ARD mode of operation.

iv) The battery capacity should be adequate so as to operate the ARD at least seven times
a day. Provided the duration between usage is at least 30 minutes.
25. Additional item, if any The Owners may opt for NOT taking the internal finishes of
the lift car like – side panels, false ceiling, flooring etc. In this
cal the lift contractor shall make a provision of weight for the
interior finishes to be provided by the owner though other
agency.

Contractor 159 Engineer-in-Charge


ADDITIONAL SPECIFICATIONS FOR SERVICE LIFTS, BLOCK-B

1. Type Service

2. Number of lifts required 1 No.

3. Load: Weight Freight Lift


(3000 Kg)

4. Rated speed 1.0 Meter per second

5. Travel in meter As per Architectural Drawings

6. Numbers of floors served As per Architectural Drawings

7. Location Inside size of lift well Pit Depth


MCG Cultural Block, Gurgaon 3050mm x2900mm 1600mm

Block-B

8. Clear inside size of lift car: As per manufacturer’s standards

9. Dimension of lift machine room As per Architectural Drawings

10. Position of counter weight At the sides

11. Position of machine room As per Architectural Drawings

12. a) Type of control Microprocessor based AC variable voltage variable


frequency. (Lift drive motor and controller shall be
suitable for operation with supply voltage variation
between + 10% to – 10%)

b) Type of operation Simplex selective – collective operation with/ without


attendant.

c) Potential free contacts Potential free contacts for each floor position and up
and down movement of the lift shall be provided in
the controller which can be used for the building
automation system at later date.
13. Car entrance door
a) Number One
b) Size 1300mm x 2000mm
c) Type of doors Power operated, Horizontal sliding – center opening
d) Car open in front only Yes

Contractor 160 Engineer-in-Charge


14. Lift Car
I) Construction design As per Pwd/McgGeneral specification for electrical
works (Part-III-Lifts & Escalator) – 2003
II) Interior Finish
The side and facia panel shall be scratch proof (moon rock finish) of stainless steel sheet and
rear shall be 8mm thick toughened glass minimum 2100mm high in pentagon shape as per
drawing for passenger lifts.

ii) Flooring Suitable anti skid flooring as per the standard design of manufactures for passenger
lifts.

iii) Celling False celling as per the latest standards of the manufacturer.

iv) Lighting Florescent/CFL Fitting as per standard design

v) Ventilation Suitable ventilation in the false ceiling.

15. Type of signal system a) Digital floor position indicator in the car and at all
landings (to be provided above the car/landing doors)

b) Trivial direction indicator in the car and at all landings (to


be provided above the car/ landing doors)

c) Gongs & visual indication on all landings for pre arrival of


the car for two or more cars.

d) Overload warning Audio & Visual indicator, inside the car


(lift should not start on overload)

e) Battery operated alarm bell and emergency light.

f) Car operating panel with fade proof luminous buttons in car


and with intercom

g) Luminous hall buttons at all landings.

h) Fireman’s switch at ground floor.

16. Landing entrance


a) Locations of landing entrance All doors on the same side.
in different floors.

b) Number As per No. of stops

c) Size Standard size as per latest IS

d) Type of doors Power operated, Horizontal sliding – center opening


Contractor 161 Engineer-in-Charge
e) Lift in use/lift out of order sign A suitable box above the lift landing with LED
illuminated bilingual (in English & Hindi) sign of “LIFT
OUT OF ORDER” coming up simultaneously at all
floors.

f) Fire resistant rating of the door Shall have not less than one hours.

17. Electric Supply a) Power: - 415 V+10%, AC, 3Phase, 50 Hz, 4 wire
system.

b) Lighting: 230 V, AC, 50 Hz

c) The entire lift equipment should be suitable for


operation at +10% to - 10% of the rated supply
wanted.

7. Is neutral wire available for Yes


control circuits

8. Proposed date for commencement 10th Day after award of work.


On site

18. Proposed time for completion 9 Months

19. Environmental condition at site of DB RH WB


Installation. Summer condition: 45.0 Deg.C 10% 25.5 Deg.C

Winter Condition: 7.5 Deg.C 70% 4.4 Deg.C

Monsoon Condition: 35.0 Deg.C 90% 28.3 Deg.C

Height above mean sea Level: 216 M

20. Storage space provided Yes, in the machine room

21. Emergency Supply i) Inverter backup with trickle/boost charges arrangement for
at least 30 minutes with maintenance free batteries for
emergency light, alarm bell and inter-com system.

ii) A separate maintenance free battery system should be


provided for Automatic Rescue Device (ARD)

22. Door Close Safety Full height Infrared light curtain door safety in addition to a
pressure operated switch (mechanical safety switch)

Contractor 162 Engineer-in-Charge


23. Controller Panel i) The controller panel shall be of suitable steel gauge having
Vermin / dust proof arrangements with suitable in built
ventilation system.

24. Firemen Lift i) All lifts shall be used as fire lifts.


ii) Firemen switch for all the fire lift shall be provided at
ground floor to enable the fire service personnel to ground
the lift in case of emergency.

iii) The work ‘fire lift’ shall be conspicuously displayed in


fluorescent paint on all the fire lifts landing doors at each
floor level.

25. To Automatic Rescue i) Automatic Rescue Device (ARD) should monitor the
Device normal power supply in the main controller and shall
activate rescue operations within ten seconds of normal
power supply failure. It should bring the elevator to the
nearest floor at a slower speed than the normal run. While
proceeding to the nearest floor the elevator will detect the
zone and stop. After the elevator has stopped, it
automatically opens the doors and parks with door open.
After the operation is completed by the ARD the elevator is
automatically switched over to normal operations as soon as
normal power supply resumes.

ii) In case the normal supply resumes during Automatic


Rescue Device (ARD) in operation the elevator will continue to
run in ARD mode until it reached the nearest landing and the
doors are fully opened. If normal power supply resumes when
the elevator is at the landing, it will automatically be switched
to normal power operation.

ii) All the lift safeties shall remain active during the ARD mode
of operation.

iv) The battery capacity should be adequate so as to operate


the ARD at least seven times a day. Provided the duration
between usage is at least 30 minutes.

26. Additional item, if any The Owners may opt for NOT taking the internal finishes of
the lift car like – side panels, false ceiling, flooring etc. In
this cal the lift contractor shall make a provision of weight
for the interior finishes to be provided by the owner though
other agency.
Contractor 163 Engineer-in-Charge
(ESCALATORS)

1. GENERAL
1.1 Escalators shall conform to ANSI part VIII or to more stringent local requirements in construction,
operational safety and installation. Contractor shall Co-ordinate with other agencies to establish
structural requirement and dimensions.
• Inclination 30 degrees to horizontal
• Step width 1000 mm
• Capacity 9000 persons per hour
• Nominal speed 0.50 meters per second.
• Four flat steps at upper and lower landings.
• Under-step lighting at both landings.
• Exterior cladding in stainless steel or as per Architect / Interior designer’s requirement.
• Comb lighting at both landings.
• Seismic sensors.
• Sprinkler – heads mounted on the Truss inclusive.
• Escalator operation panel at both landings.
• Light outlet fittings, switches and wiring together with general purpose power point to
facilitate maintenance at machine.

2. CONSTRUCTION
2.1 Each escalator shall be self-contained unit with Truss, step device units, step chains, comb
plates, hand rails, driving machine controller, safety devices, balustrades and all other parts
required for escalator.
2.2 Machine shall produce lower noise and higher efficiency than the conventional geared
machine.
2.3 Motor insulation shall be Class ‘F and protection shall be Class – IP – 55
2.4 The power transmission between the machine sprocket and the main drive sprocket shall
accomplish via a duplex main drive chain.
2.5 Operational brake shall be located between motor and the gear box shall have AC commercial
magnet to avoid use of asbestos lining. The double acting shoe brake shall be fail safe and
shall operate automatically via spring in the event of power failure or one of the safety
switches tripping.

3. FINISHES
3.1 Balustrades shall be of extended newel type presenting not less than four levelled treads at
upper and lower ends, and shall consist of handrail decks, deckboards, inner paneling, outer
paneling, skirt guards and finish as per as specified below OR as per Architect’s/Consultant’s
requirement.
3.2 Handrail decks shall be of aluminium extrusions polished and anodized.
3.3 Deckboards shall be of aluminum extrusions polished and anodized.
3.4 Paneling shall be tempered and toughened high quality glass without supporting post.
3.5 Skirt guard shall be of stainless steel hairline finished.
3.6 Balustrades shall be of safety glass.

Contractor 164 Engineer-in-Charge


4. CONTROL BOARD & CONTROLLER
4.1 The control boards shall have all necessary relays, contractors, push buttons, overload
devices, safety switches and circuit breakers for the safe operation. Overload protection for
the motor shall be by thermal overload backed up by circuit breakers of sufficient capacity and
the fault level. Reduced voltage starting is preferred to limit starting current. Contactors for
reversing the motor rotation shall be electrically and mechanically interlocked. In DC
operation, governor shall halt escalator operation if speed exceeds rated speed. Micro
switches used for the monitoring of safety devices shall be of a quick snap-on type with non
sticking contacts. Relays shall be of continuous duty. Sufficient auxiliary contacts or relays shall
be provided for stoppage of escalator. Sensing cables and visual monitoring panel shall be
provided.
4.2 Controller shall have the following functions
• Directional settings.
• Supervision of power supply voltage.
• Motor protection against over heating.
• Fault indicator by means of display.
• Control of safety contacts.
• Asymmetric relay.

5. STRUCTURE (TRUSS)
5.1 The welded truss shall be made of steel profiles.
5.2 The support angles at the ends of both landings shall carry the weight of the escalator
maximum deflection shall no be more than the permissible limit with passenger load.

6. TRACK SYSTEM
6.1 Escalator shall have closed track system and track holders shall be fastened to the framework
of the truss. Track holders shall be welded to the truss after alignment.

7. MAIN DRIVE
7.1 The main drive shall be located in the upper landing and shall consists of a rigid solid shaft,
which shall eliminate torsion and allow replacement of main shaft bearing easily without
dismantling the balustrade.
8. TENSION CARRIAGE
8.1 The tension carriage for tensioning of the step chain shall be located at the lower landing of
the escalator. It shall be laterally guided by sliding block, which shall guide and constantly
tensioned by two compression spring.
9. STEP CHAIN
9.1 The step chain shall be made of links and shall be provided with wheels. The links shall be
interconnected by pins made of hardened and ground steel. Links shall be made of flat steel.
9.2 Both sides of the step chain shall be linked by solid axles to optimize its performance.

10. STEPS
10.1 Steps shall be one piece die-cast aluminum design with created treads and risers, so that each
step meshes with the adjacent step.
10.2 Steps shall be fastened to the step chain by means of spring loaded pins which shall provide
positive fixing to the axle.

Contractor 165 Engineer-in-Charge


11. HANDRAIL DRIVE SYSTEM
11.1 The handrail system shall be driven directly from the step chain via a drive sprocket and a
reinforced toothed belt. The hand rail drive units shall be located on both sides of the
escalator in the incline section close to the upper landing.

12. HAND RAIL


12.1 Handrails shall be provided as endless vulcanized loops and shall have endless inner steel cord
member and shall avoid frequent retensioning.

13. INTERIOR PANEL

13.1 Interior panels shall be as per Architects requirement & self supporting, safety glass panel.

14. SKIRTINGPANEL
14.1 Skirting panels shall be made of stainless steel with a grain finish or as per Architect’s
requirement.

15. COMBS, COMB PLATES AND FLOOR PLATES


15.1 Combs
15.1.1 Comb shall be made of die-cast aluminium and shall be served to the comb plate incase of
replacement if necessary. The comb teeth shall have intentional rupture points, allowing them
to break in the event of an object getting trapped between the step and the comb thereby
preventing serious damage.

15.2 Comb Plates


15.2.1 The comb plates shall be made of extruded aluminium profiles with laterally extending
grooves preventing passenger from slipping.

15.3 Floor Plates


15.3.1 There shall be fixed floor plate and a removable floor plate allowing access to both machine
area and maintenance area.

15.3.2 The fixed floor plates shall be made from extruded aluminium profiles with laterally extending
groove to mach the comb plate.

15.3.3 The removable floor plate shall be constructed from low weight extended aluminium profile
section allowing ease of removable by one service mechanic.

16. EXTERIOR CLADDING


16.1 The exterior cladding shall be made of stainless steel panels to cover the side and
the bottom side of the escalator or as per Architects requirement.

17. OPERATIONAL PANEL


17.1 Two different operations panels shall be installed at upper and lower landing.

Contractor 166 Engineer-in-Charge


They shall be located in the panels next to handrail entry guard. This shall give useful
information on operation and the status of the escalator.

18. SAFETY DEVICES


18.1 Operational brake (machine brake)

18.2 Non reversal device.

18.3 Hand rail entry device.

18.4 Broken step chain device.

18.5 Comb plate safety device (both landings.)

18.6 Main circuit breaker (placed in the upper landing)

18.7 Circuit breaker at the lower landing.

18.8 Earthing contact.

18.9 Motor Thermic device

18.10 Step chain roller monitoring switch.

18.11 Socket for manual inspection (one per landing)

18.12 Manual inspection control device.

18.13 Asymmetric relay (inside controller)

18.14 Over speed governor (at the machine)

18.15 Broken step and chain wheel control contact at both landings.

18.16 Skirt panel switches at both landings.

18.17 Auxiliary brake.

18.18 Handrail speed monitor device.

18.19 Step up thrust device at lower landing.

Contractor 167 Engineer-in-Charge


TECHNICAL DATA SHEET
(ESCALATORS)

S. No. Location GF to FF FF to 2F

1 Total units 2 2

2 Inclination 30 degree 30 degree

3 Step Width 1000 1000

4 Persons / HR 9000 9000

5 Speed 0.5 M/s 0.5 M/s

6 Rise 5000 5000

7 UP 1 1

8 DN 1 1

Contractor 168 Engineer-in-Charge


LIST OF APPROVED MAKES OF MATERIALS

1. Lifts/Escalator 1. Johnsons Lifts Pvt. Ltd.


2. Kone Elevator India Pvt. Limited
3. Schindler Lifts Pvt. Ltd.
4. Thyssenkrupp Elevator India
5. Mitsubhushi Corporation
6. Otis India Ltd.
7. Milton Pvt. Ltd.

Contractor 169 Engineer-in-Charge


TECHNICAL SPECIFICATION FOR SOLAR SYSTEM WORK FOR PROPOSED MCG CULTURAL
BUILDING GURGAON
SPECIFICATIONS FOR SOLAR POWER SYSTEM

1. SCOPE OF WORK
The scope of work involves design, supply, installation, testing and commissioning of complete
Solar system as per BOQ and these specifications.

Objective - to offer technology, wherein more than the listed capacity of Equipment/Solar
PV Module can be provided in the available area during Technical Bid Stage. Even after
award if capacity is increased due to better technology /efficiency of panels in the given roof
top area at later date , Proportionate increase in rate of item shall be considered /allowed
after proper examination of the proposal of Contractor.,

PV technology can be employed in a variety of applications. Typical applications of PV


technology include remote telecommunications, cathodic protection of pipelines, PV home
systems, vaccine refrigeration, water pumping, grid connected or building integrated systems,
miniature electronic devices & toys.
SYSTEM COMPONENTS DESCRIPTION

Basic Components of a Solar PV System

(1) Solar panels - The solar panels (photovoltaic or PV modules) convert sunlight to electricity.
A number of modules are connected together to increase the electrical power output. The
entire bank of modules may be referred to as the solar array.

(2) DC Isolator - The DC isolator provides a safe means of disconnecting the solar array from
the inverter, for example for periodic maintenance. Some inverters have integrated DC
isolators.

(3) Inverter - The inverter converts the Direct Current (DC) electricity produced by the solar
panels to the Alternating Current (AC) form that is required for connecting to the Grid and
for the operation of household electrical appliances. Also, the inverter provides a fail-safe
link between the solar generator and the mains electricity network. If there were a
problem with the PV system or (more usually) a fault on the electricity network, the
inverter would make the system safe. As the electrical output of Solar PV generators is
non linear due its dependency on solar irradiation and temperature, inverters are
equipped with a controller to get the maximum possible power from the solar PV array.
(4) Generation meter - The generation meter accurately counts the number of units of
electricity generated by the PV system.

(5) AC isolator - A main isolator is included to provide a means of disconnecting the solar PV
system from the building electricity supply. This may be important if there is an
emergency, but (more usually) is needed when maintenance has to be done on the
building supply.

(6) LT Panel - The main point of connection of the PV system into the building supply.

Contractor 170 Engineer-in-Charge


(7) Existing supply meter - When you need more electricity than your solar PV system is
generating (for example during the night), you will draw power from the mains supply.
Any electricity that you draw from the grid will be registered on your supply meter as
normal. If our installer has installed an import / export meter (Net Metering) then this will
also register the amount of excess production that is fed back into the grid.

(8) The Grid - The mains electricity network which supplies power to you may now also
supply excess solar PV production to other consumers.

(9) Use of electricity - At times you will be using solar PV electricity, at other times you will be
drawing from the mains supply as normal. You will not notice any difference.

(10) Battery – Optional, connected to the charge conditioning unit.

2. AMBIENT CONDITION & SOLAR INSOLATION


Bidders will seek from relevant database / source, all the data pertaining to the ambient
conditions like temperature, humidity, wind load, rain, weather condition and historical solar
radiation etc., pertaining to the site location and optimize the design accordingly. All design
calculations and installation details shall be submitted after the award of work.

3. LOCATION OF THE SOLAR EQUIPMENT


The solar PV modules shall be installed on the roof of the building.

4. EQUIPMENT SPECIFICATION

4.1 Solar PV Module (Electrical Features)


Solar PV module array will be made by utilizing mono/poly Crystalline high efficiency Silicon
Solar PV cells. Minimum power output guarantee offered for the SPV Module shall not be less
than 25 years. Individual solar module rating will not be less than 250 Wp at Standard test
conditions. Each Solar PV module offered shall meet following min. requirement.
• Efficiency of cell, Ef,c - >21%
• Efficiency of module, Ef,m - >19%

Note:- I-V curve of each PV module with Sl. Nos. should be submitted along with modules.

Solar PV modules shall conform to IEC-61215 standards. Documentary evidence towards IEC-
61215 certification shall be submitted with the bid. Minimum following parameters should be
provided in the bid documents.

• Maximum Power, Pmax


• Minimum Power, Pmin
• Open Circuit Voltage, Voc
• Short Circuit Current, Isc
• Voltage at Max Power Vmp
• Current at Max power lmp
• Fill Factor, FF
• Efficiency of cell, Ef,c

Contractor 171 Engineer-in-Charge


• Efficiency of module, Ef,m

4.2 Solar PV Module (Mechanical Features)


Solar PV Module design will conform to following Mechanical requirement
• Toughened, anti reflective, low iron content, high transmissivity front glass.
• Anodized Aluminium Frame
• Ethyl Vinyl Acetate (EVA) encapsulant
• Silicon edge sealant around laminate
• Tedlar / Polyester trilaminate back surface
• ABS plastic terminal box for the module output termination with gasket to prevent water
moisture.
• Resistant to water, abrasion, hail impact, humidity & other environment factor for the worst
situation at site.
• Bypass diode.

4.3 Module mounting structure


The array structure shall be made of hot dip galvanized MS angles of size not less than 50mm x
50mm x 6mm size. The minimum thickness of galvanized shall be at least 70 microns. All nuts
& bolts shall be made of good quality steel.

The work should be completed with supply, fitting fixing of clamps, saddles, nut & bolts etc.
While quoting the rate, the bidder may mention the design & type of structure offered. All
nuts & bolts shall be made of very good quality steel.

The structure shall be designed to allow easy replacement of any module and shall be in line
with site requirements.

The structure shall be designed for simple mechanical and electrical installation. It shall
support SPV modules at a given orientation, absorb and transfer the mechanical loads to the
ground properly. There shall be no requirement of welding or complex machinery at site.

The array structure shall be so designed that it will occupy minimum space without sacrificing
the output from SPV panels & shall withstand heavy winds.

The supplier / manufacturer shall specify installation details of the PV modules and the
support structures with appropriate diagrams and drawings.

4.4 Junction Boxes


The junction boxes shall be dust, vermin and waterproof and made of FRP /
Thermo Plastic. The terminals shall be connected to copper bus bar arrangement of proper
size. The junction boxes shall have suitable cable entry points fitted with cable glands of
appropriate sizes for both incoming and outgoing cables. Suitable marking shall be provided
on the bus bar for easy identification and cable ferrules shall be fitted at the cable termination
points for identification. The junction boxes shall have suitable arrangement for the following:

Contractor 172 Engineer-in-Charge


• Combine groups of modules into independent charging sub-arrays that shall be wired to the
controller.
• Provide arrangement for disconnection for each of the groups.
• Provide a test point for each sub-group for quick fault location.
• To provide group array isolation.
• The rating of the JB’s shall be suitable with adequate safety factor to inter connect the Solar
PV array.
• Metal oxide varistors shall be provided inside the Array Junction Boxes.

4.5 Power Conditioning Unit (PCU):


The PCU is a combination of Solar Charger (MPPT), Inverter, AC Charger and data logger all
housed in a single unit.
Maximum power point tracker (MPPT) shall be integrated into the PCU to maximize energy
drawn from the solar PV array. MPPT shall be microprocessor/micro controller based to
minimize power losses and maximize energy utilization. The efficiency of MPPT shall not be
less than 94%.
PCU shall include self protective and self diagnostic features to protect itself and the PV array
from damage in the event of PCU component failure.

Power conditioning unit will comply the following requirements.


• 415V AC + 5% 50Hz, 3 Phase
• Overload capacity – 150% for 60sec.
• Output wave shape: sine wave with <3% total harmonic distortion (THD).
• Adjust the Voltage and Frequency Levels to suit the Grid ( AC power generated shall be
stepped up to 33 KV and shall be fed in Supply companyse Grid) in normal case
• Adjust the Voltage and Frequency Levels to suit the MAIN LT panel BUS OF SUBSTATION ( THIS
BUS shall be fed from 4 no synchronised DG sets and from Solar power collector panel in case
of Grid Supply Failure ) in Supply company power failure case

• Provide all safeguard needed for power transfer to GRID . The situation case of supply GRID
failure shall also be taken into account. If required necessary modifications shall be made in
Transformer Marshalling Box also.

MODES OF PCU

4.5.1 STANDBY MODE:

The control system shall continuously monitor the output of the solar power plant until pre-
set value is exceeded and that value to be indicated.

4.5.2 BASIC SYSTEM OPERATION (FULL AUTO MODE):

The system shall automatically 'wake up' in the morning and begin to export power provided
there is sufficient solar energy and the grid voltage and frequency is in range.

4.5.3 SYSTEM OPERATION WHEN GRID Supply not Available : It shall switch off outgoing breaker
to Transformer and Switch on Outgoing breaker to LT Main LT panel , of Main Solar collector
Contractor 173 Engineer-in-Charge
AC Panel in Sub Station , in case of HT GRID failure . So that Solar power is used in house along
with DG sets supply in case of supply company power failure.In such case synchronisation shall
also be done accordingly.

4.5.4 MAXIMUM POWER POINT TRACKER (MPPT):

MPPT control algorithm shall adjust the voltage of the SPV array to optimise solar energy fed
into the grid.

4.5.5 SLEEP MODE:

Automatic 'sleep' mode shall be provided so that unnecessary losses are minimized at night.
The power conditioner must also automatically re-enter standby mode when threshold of
standby mode reached.

4.5.6 INVERTER

The inverter output shall always follow the grid in terms of voltage and frequency. This shall
be achieved by sensing the grid voltage and phase and feeding this information to the
feedback loop of the inverter. Thus control variable then controls the output voltage and
frequency of the inverter, so that inverter is always synchronized with the grid.

Efficiency > 98.3%

inverter to follow grid f requency upto +/-2 Hz of the


nominal output frequency during normal
Output frequency 50Hz operation

433 + - 20% . to be synchronizing automatically for


stepping upto 33 KV and then fed to supply
Output voltage company grid

THD (at point of connection) Less than 3 %(of rated power )

-20 to 50 deg C without any derating in nominal


Ambient temperature inverter Rating and 60 deg C with derating

Humidity 100 % non- condensing

Input DC Range 360 to 800 volt

Reactive Power Capability 0.8 (leading) and 0.8 (legging)

Maximum Permissible Voltage 1000 V

Enclosure IP 65 (Outdoor rated)

The Inverter shall have following features:

Auxilary power consumption shall be < 0.5% of rated power and maximum loss in sleep mode
shall be less than 0.02%
Contractor 174 Engineer-in-Charge
Sinusoidal current modulation with excellent dynamic response.

Unit wise & integrated Data logging.

Dedicated Ethernet for networking

Protection against

over-under current
Over voltage & under voltage,
Over and under frequency
Sync loss
Over temp.
Line to line fault
Short circuit
Protection against lightning

Surge voltage induced at output due to external source

Set point pre-selection for VAR control

Remote control via telephone modem or mini web server

Integrated protection in the DC and three phase system

Insulation monitoring of the PV array

Ground fault detector – which is essential for large PV generators in view of appreciable
discharge current with respect to ground.

Over voltage protection against atmospheric lightning discharge to the PV array is required.

The power conditioner must be entirely self-managing and stable in operation. A self
diagnostic system check should occur on start up. Functions should include a test of key
parameters on start up.

4.5.7 COMPUTER AIDED DATA ACQUISITION SYSTEM

The plant shall be automatically monitored by data acquisition system. There shall be
simultaneous data logging (5 minutes Intervals), recording and display system for continuous
monitoring of data for different parameters of different sub systems, power supply of the
power plant at DC side and AC side.

An integrated data acquisition system shall be supplied which should be capable of


communicating with all inverters and provide information of the entire Solar PV power plant.

Computer Aided Data Acquisition Unit in the form of personal computer (PC) Supporting with
competent internal hardware and software shall be a separate & individual system comprising
of different transducers to read the different variable parameters, A/D converter, Multiplexer,
Demultiplexer, 16 Interfacing Hardware & Software, Industrial Type PC, which will be robust &
rugged suitable to operate in the Control Room Environment. Reliable sensors for Solar
Radiation, Temperature & other Electrical Parameters are to be supplied with the data logger
unit.

Contractor 175 Engineer-in-Charge


System shall provide measurement and recording along with instantaneous of 5 minute daily,
monthly and annual average of following parameters:

Power at grid terminal

Ambient temperature near array field.

Wind Speed

AC and DC side Power of each inverter

Solar irradiation/isolation

Voltage at inverter

Any other parameter considered necessary by supplier based on current prudent practice.
System shall provide 5 minute daily, monthly and annual average of following parameters:

Exported Energy to grid

Energy of each inverter

Solar Radiation

Temperature.

All data shall be recorded chronologically date wise. The data file should be MS Excel
compatible. The data logger shall have internal reliable battery backup and data storage
capacity to record all sorts of data simultaneously round the clock. All data shall be stored in a
common work sheet chronologically. Representation of monitored data in graphics mode or in
tabulation form. All instantaneous data can be shown in the Computer Screen.

The applicant shall provide compatible software and hardware so data can be transmitted via
standard modem must be compatible with Modbus or TCP/IP protocol for communication.

Provision shall be available in the PCU for remote monitoring of following parameters
DC power input
DC input voltage
DC current
AC power output
AC voltage (all the 3 phases and line )
AC current ( all the 3 phases and line)
Power factor

In addition to the above, energy values to be displayed the number of PCUs is indicative only.
The bidder may design the system to extract maximum efficiency with inbuilt redundancy.

4.5.8 Data Logging and Instrumentation

The solar power plant shall be provided with Data logging system using PLC. The PLC shall be
also used for string monitoring. The PLC used for data logging shall be computer conversant to
monitor the data over internet and on computer using software and Ethernet cable.

4.5.9 DC distribution board/Array Junction Box

Contractor 176 Engineer-in-Charge


DC distribution board shall be provided in between solar array and PCU. The junction boxes
shall be made of FRP / Thermo Plastic with impact resistant transparent cover, waterproof,
dust free, vermin with IP65 protection. The terminals shall be connected to copper bus bar
arrangement of proper sizes. The junction boxes shall have suitable cable entry points fitted
with cable glands of appropriate sizes for both incoming and outgoing cables. Suitable
markings shall be provided on the bus bar for easy identification and cable ferrules shall be
fitted at the cable termination points for identification. Array junction box shall have suitable
reverse blocking diodes of minimum DC blocking voltage of 800 V with suitable arrangement
for its connecting. The array box shall also have suitable surge protection.

The junction boxes shall have suitable arrangement for the following:

Combine groups of modules into independent charging sub-arrays that shall be wired to the
controller. Provide arrangement for disconnection for each of the groups.
Provide a test point for each sub-group for quick fault location.
To provide group array isolation.
The rating of the JB’s shall be suitable with adequate safety factor to inter connect the Solar
PV array.
Bbypass Diode
Fuses of suitable rating for Overloading protection of array section.

4.5.10 Surge protection system

The DIN channel mountable pluggable surge protection shall be installed in a network
configuration, consisting of a single block MOV (Metal Oxide Varistor) based surge arrester
having nominal surge handling capacity of 15 KA 8/20 µs & maximum surge handling capacity
of 30 KA 8/20 µs to provide protection between (L+, L-, earth). All surge arresters in these
network configurations shall be of same manufacturer. The Protection unit shall be based on
Single block High Capacity Metal Oxide Varistors (MOV), capable of handling 15 KA 8/20 μs
surges and shall be able to give an indication in the event module failure and shall be
pluggable to facilitate the on site replacement without disturbing the lines. One extra set of
replacement protective device shall be furnished to the job site. Protection shall be
manufactured to withstand a maximum continuous operating voltage of not less than 115% of
normal RMS system voltage

4.6 AC Distribution Board (ACDB)

AC DB shall be provided in between PCU and loads.

4.7 EARTHING AND PROTECTION


The array structure of the PV yard shall be grounded properly using adequate number of
earthing kits. All metal casing / shielding of the plant shall be thoroughly grounded to ensure
safety of the power plant. Earthing shall be in line with IE rules. The earthing & grounding
shall also meet the requirement of PV module/cell manufacturer. Detailed specifications have
been provided in the Earthing section.

Contractor 177 Engineer-in-Charge


4.10 SOLAR POWER PLANT DATA MONITORING SYSTEM

4.10.1 Computer Aided Data Acquisition Unit shall have features for simultaneous
monitoring and recording of various parameters of different sub-systems, power
supply of the power plant at the AC side.

4.10.2 Computer Aided data Acquisition Unit shall be a separate & individual system
comprising of different transducers to read the different variable parameters,
Interfacing Hardware & Software, Industrial type PC, which will be robust & rugged
suitable to operate in the Control Room Environment.

4.10.3 The PC shall of Industrial type, rugged & robust in nature of operate in an hostile
environment. the PV have minimum intel Core 2 Duo processor having 2 x 150 GB
HDD with 2 GB RAM. The PC shall also have 17 inches Colour monitor, DVD Drive
with writer, miltimedia kit and UPS backup. The printer shall be of industrial type
rugged & robust in nature. The printer shall be equipped for printing.

4.10.4 The data acquisition system shall perform but not limited to the following operations
and Measurement and continuous recording of

a) Inverter Output.

b) System Frequency.

c) Energy Delivered to the GRID in KWH.

d) Generated Output In KWH

4.10.5 The data file should be MS excel compatible. All data shall be stored in a common
work sheet chronologically. Representation of monitored data in graphics mode or
in tabulation form. All instantaneous data can be shown in the Computer Screen.

a) The Bill of Materials associated with the equipment must clearly indicate especially
the details about the PC, Modems. Etc.

b) Communication interface the entire system can be operated and monitored via
several interfaces (RS232/RS485/ MPI/ Profibus/ Telephone modem/Ethernet) to
have compatibility.

4.11 Cable and accessories

All the cables shall be supplied conforming to IS 694 & shall be of 650 V/ 1.1 kV grade as per
requirement. Only FRLS PVC copper cables shall be used. The size of the cables between array
interconnections, array to junction boxes, junction boxes to DCDB, DCDB to PCU etc shall be
so selected to keep the voltage drop and losses to the minimum.

Bidders are required to mention each size of cables used and should consider their resistance
/ impedance in the design optimization. Such calculation should be submitted along with the
bid.

Contractor 178 Engineer-in-Charge


The contractor shall supply all installation accessories, which are required to install and
successfully commission the power plant.

4.12 Earthing protection

The array structure of the PV yard shall be grounded properly using adequate number of
earthing kits. All metal casing / shielding of the plant shall be thoroughly grounded to ensure
safety of the power plant.

4.13 Space for Solar Array and Control /battery room

The bidder shall give the details of array layout and control / battery room layout before
execution for approval .

Bidders are advised to visit the site and conduct a survey with prior notice to the Department
for deciding the most suitable location from the installation & maintenance point of view.

4.14 Bill of Materials


A complete bill of materials inclusive of Solar PV Modules, array junction box, main junction
box, cables, PCU, Array mounting structures, etc shall be provided along with the technical
offer. The numbers of each component proposed for supply shall be clearly specified.

The items not listed in BOM but required for successful installation / commissioning of SPV
power plant shall also be considered to be part of the supply scope without any extra cost to
the owner.

4.15 Spare parts


Bidder shall arrange /supply recommended spares required for day to day operation for next
2 years free of cost . They are also required to furnish the availability of essential spares at
their nearest service centre.

4.16 Type tests


Type test reports of all major equipments (Solar module, battery & PCU) shall be submitted to
the owner. The type test report shall be within 5 years from bid opening date, in absence of
which fresh type test shall be done without any cost to owner.

4.17 Installation and commissioning

Detailed project execution program shall be submitted along with the offer. The contractor
will be responsible for arranging all tools & plants for installation and commissioning the
complete system.

The contractor will also submit the erection, testing & commissioning procedure for approval
to the owner. These procedures will form integral part of the acceptance report for successful
erection and commissioning the system. These reports will be prepared and signed by
contractor’s representative & the owner concerned with project.

Contractor 179 Engineer-in-Charge


4.18 Packing, shipping and marking
The bidder shall be responsible for assuring that all commodities shipped are properly packed
and protected to prevent damage or deterioration during shipment, packaging and shipping
costs shall be borne by the supplier.

4.19 Insurance
The bidder shall provide insurance coverage ex-factory until commissioning and acceptance
for replacement of repair of any part of the consignment due to damage or loss.

4.20 Inspection
All major equipment like solar PV modules, power conditioning units, batteries, battery rack,
ACDB, DCDB, cables would be inspected by customer representative before their dispatch.

The contractor will seek owner’s approval of all equipment drawings & data sheet before
manufacturing / procuring / outsourcing.

4.21 Training & after sales service


Training and after sales service is an important component of supply. The terms and
conditions for training and after sales supply and service are to be presented clearly in the
proposal and the extent and duration of after sales support clearly defined. An explanation of
preventative maintenance schedule, plan of operation, scope and implementation of the after
sales service is to be defined.

4.22 Documentation
Two sets of installation manual / user manual shall be supplied along with the each power
plant. The manual shall include complete system details such as array layout, schematic of the
system, inverter details, working principle etc. Step by step maintenance and troubleshooting
procedures shall be given in the manuals. The contractor shall supply two sets of soft copies
(in CD form) of all documents including drawings and user manual.

5 WARRANTY

5.1 Warranty for PV module

 25 years performance guarantee


 At-least 90% of rated performance after 10 years
 At least 80% of rated performance after 20 years

5.2 SYSTEM WARRANTY

 Inverter Warranty – 5 years

 Balance of System – 5 year

Contractor 180 Engineer-in-Charge


PROJECT: MCG CULTURAL COMPLEX AT GURUGRAM, HARYANA

LIST OF APPROVED MAKES OF MATERIALS

S. No. Description Makes

1. Moulded Case Circuit Breaker (MCCB) 1. L&T


2. ABB
3. Siemens
4. Legrand
5. Schneider
6. Anchor-Panasonic
2. MCB’s/ Isolator’s/ Distribution Board’s 1. L&T
2. ABB
3. Siemens
4. Legrand
5. Schneider
6. Anchor-Panasonic
3. Air Circuit Breaker (ACB) 1. L&T
2. ABB
3. Siemens
4. Legrand
5. Schneider
6. GE
4. Residual Current Circuit Breaker (RCBO’s) L&T/Legrand / ABB / Schneider Electric /
Siemens
5. Power/Aux. Contactor L&T/Schneider Electric / ABB / Siemens /
GE Power Control

6. Current Transformer (Epoxy Cast Resin) Automatic / Pragati / Precise

7. Indicating Lamps LED type and Push Button Schneider Electric / Vaishno Electricals /
Siemens
8. Electronic Digital Meters (A/ V/ PF/ Hz/ Neptune/ Conzerv System Pvt. Ltd. /
KW/ KWH) with LED Display Ducatti / Schneider Electric
9. Capacitors EPCOS / L & T / BCH/ Neptune
10. APFC Panel / Relay L & T Mehar / Neptune / EPCOS / BCH/
Ducati
11. Lighting Controls Lutron/Panasonic
12. Electrical panel 1.ATES controll system
2. Digidrives
3. Control Well Switchgear
4. Neptune
5. Precision system control
6. Zeta
Contractor 181 Engineer-in-Charge
S. No. Description Makes

7. Advance Panels
8. L.S. Power
9. Krypton
10. Shivalic
11. S. B. Electricals
12. Brilltech
13. SPC
13. Transformer 1. ABB
2. Universal
3. Schneider
4. Crompton
5. Voltamp
14. H.T. Panel 1. ABB
2. Universal
3. Schneider
4. Siemens
5. Cromton greaves
6. L & T
15. SPD 1. Mersen
2. Eaton
3. Weidmuller
16. Bus Duct 1. Schneider
2. Legrand
3. EAE
4. Zeta
5. L& T
6. Advance
7. C&S
17. Diesel Engine 1. Cummins
2. Perkins
3. MTU.
4. Caterpiller
5. Kohler
18. Alternator 1. K.E.C
2. Stamford
3. Leroy Somer
4. Kohler
5. Perkins
19. Anti vibration mountings 1. Dunlop
2. RESISTOFLEX
3. Easy Flex
20. Fuse Switch Disconnector 1. L&T

Contractor 182 Engineer-in-Charge


S. No. Description Makes

2. ABB
3. Siemens
4. Legrand
5. Schneider
6. GE
21. Floor trucking/ Raceways 1 Legrand
2. OBO Betterman
3. MK

22. Cable Trays (Factory Fabricated) / 1. Indeana


2. RMCON
3. Aditya Steel
4. OBO Betterman
5. KME
6. MEM
23. Copper Conductor PVC Insulated Wires 1. Finolex
2. Bonton
3. Polycab
4. RR Kabel
5. KEI
6. Rallison
7. Paramount
8. ESC
24. M.S. Conduit (ISI marked) and accessoires 1. B.E.C.
2. RMCON
3. AKG

25. G.I. / PVC Conduit (ISI marked) and 1. Indeana.


accessoires 2. BEC
3. AKG
4. Anchor-Panasonic
5. RMCON
26. 6/16/20 amps switch and socket 1. Legrand
2. ABB
3. Anchor-Panasonic
4. Phillips
5. MK
6. Siemens
7. Schneider
27. Lugs 1. Dowell’s
2. Comet
28. E.L.C.B./ RCCB 1. Legrand
2. Siemens
Contractor 183 Engineer-in-Charge
S. No. Description Makes

3. L&T
4. ABB
5. Schneider
6. Anchor-Panasonic
29. External Lighting / Lighting Fixture 1. Philips
2. Panasonic
3. Trilux
4. Disano
5. Bajaj
6. Regent
7. Uniled
30. External lighting Pole 1. Trisol
2. Bajaj
4. Disano
5. Philips
31. Copper Conductor Telephone Wires 1. Finolex
2. Bonton
3. Polycab
4. RR Kabel
5. KEI
6. Rallison
7. Paramount
8. ESC
32. Copper Conductor Co-axial T.V. Cable 1. Finolex
2. Bonton
3. Polycab
4. RR Kabel
5. KEI
6. Rallison
7. Paramount
8. ESC
33. Industrial Sockets & Plugs 1. Siemens
2. Schneider
3. Crompton
4. Legrand
5. Neptune
34. Telephone Tag Blocks 1. Krone Type
35. Ceiling Fans 1. Crompton Greaves
2. Havells
3. Usha
4. Anchor-Panasonic
36. Exhaust Fan 1. Crompton Greaves
2. Havells
3. Usha
4. Khaitan
5. Anchor-Panasonic
37. Fire Supression System 1. Supremex
Contractor 184 Engineer-in-Charge
S. No. Description Makes

2. Siemens
3. Utc
4. Safequo
38. Fire Survival Cable Bonton/Ramcro/ India-impex/ Rallison
39. UPS System 1. Consul Neowatt
2. APC
3. Emerson
4. Numeric
5. TMEIC
40. Addressable Smoke Detection System and 1. Notifier
all its components (UL Listed) 2. Cooper
3. Edwards
41. Operator Work Station(Computer) 1. Compaq
2. HP
3. IBM
42. Laser jet Printer 1. Epson
2. TVS
3. HP
4. Canon
43. Software 1. Notifier
2. Cooper
3. Edwards
44. PA and Music System 1. Notifier
2. Cooper
3. Edwards
4. Heinrich
45. Cable Glands 1. Comet
2. Cosmos
3. Dowell
4. HMI
46. Rubber Mats (ISI mark) 1. Jyoti
2. Maruti

47. XLPE Aluminium Conductor Armoured 1. Finolex


cables upto 1100 V Grade 2. Bonton
3. Polycab
4. RR Kabel
5. KEI
6. Rallison
7. Paramount
8. ESC
48. Copper Conductor Control Cable 1. Finolex
2. Bonton

Contractor 185 Engineer-in-Charge


S. No. Description Makes

3. Polycab
4. RR Kabel
5. KEI
6. Rallison
7. Paramount
8. ESC
49. Communication Cable / Signal Cable 1. Lapp Cable
2. Fusion Polymer
3. BELDON
50. Laser jet Printer 1. HP
2. Canon
44 Tyco/Pelco/ Interlogix /Honeywell/ iV
CCTV
Pro/Bosch
45 Tyco/Pelco/ Interlogix /Honeywell/ iV
CCTV Video Management Software
Pro/Bosch
46 Network Switching Extreme/ Entrasys/Cisco/Legrand/ Tyco/
47 Schnider,Siemon, Systimax/Legrand/
Structured Cabling and components
Tyco/
48 Schnider,Siemon, Systimax/Legrand/
Fiber Cable
Tyco/
49 Racks Rittal/APW/ MTS/Velrack
50 Network Attached Storage Netapp / Netgear / EMC
51 Desktop PC HP/ Panasonic/ Dell/
52 Professional Display Panel Sony/Panasonic/Sharp
53 Network Switching Cisco/ Entrasys/ Extreme/
54 Schnider, Siemon, Systimax/Legrand/
Fiber Components
Tyco/

Contractor 186 Engineer-in-Charge


LIST OF MAKES (DG SET)

S. No. Description Make


1. Diesel Engine Cummins/ Caterpillar/ MTU

2. Alternators Stamford/Marathon /Leroy Somer

3. Anti Vibration Mountings Resistoflex /Kanwal

4. Battery Exide / Luminus/ Tata Power / Okaya

5. Battery Charger Waves Electronics/ Chhabi Electric/ Station /AE/


Sudhir

6. Valves ZOLOTO/ SKS/ AIP/ C&R/ Emerald

7. Contactors Schneider-MG/Siemens /L&T

8. Push Buttons L&T/Schneider /BCH

9. Indicating Lamps L&T/Schneider /BCH

10. Indicating Instruments/Meters A.E/Rishabh /GE/Neptune

11. Flexible Coupling Resistoflex / Kanwal

12. Residential Silencer Nelson/ Cummins

13. Pressure/Temperature Gauges H Guru/ Feibig

14. Selector Switches Kaycee/ Siemens/ Neptune

15. Vibrator Eliminator Kanwal/Resistoflex/Easyflex

16. Semi Rotary type hand fuel filling pump Rotodel/ Kitty

17. Numeric Type ABB/AREVA/L & T/Siemens

Contractor 187 Engineer-in-Charge


LIST OF APPROVED MAKES FOR EQUIPMENT & MATERIALS (BUILDING MANAGEMENT SYSTEM

S.No. Details of Materials / Equipment Manufacturer’s Name

A. Description Make

Schneider Electric (Smart Struxure)/ Honeywell


1. System Integration Unit/ Software
(Trand)/Delta
Schneider Electric (Smart Struxure)
2. DDC
Honeywell (Trand)/Delta

Schneider Electric (Smart Struxure)/


3. Immersion Temperature Sensor
Honeywell (Trand)/Delta

Schneider Electric (Smart Struxure)/


4. Duct Temperature Sensor
Honeywell (Trand)/Delta
Schneider Electric (Smart Struxure)/
5. Outside Air Temperature Sensor
Honeywell (Trand)/Delta
Sontay/Schneider Electric (Smart Struxure)
6. Room Temperature Sensor
Honeywell (Trand)/Delta

Schneider Electric (Smart Struxure)/


7. Duct Humidity Sensor
Honeywell (Trand)/Delta

Schneider Electric (Smart Struxure)/


8. Room Humidity Sensor
Honeywell (Trand)/Delta
Schneider Electric (Smart Struxure)/
9. Pressure Transmitters
Honeywell (Trand)/Delta
Electromagnetic / Ultrasonic Flow
10. Kamstrup/Schenitech/Sontay/KELE
Meter/BTU Meter
Schneider Electric (Smart Struxure)/
11. Differential Pressure Switches
Honeywell (Trand)/Delta
12. Water Flow Switches Schneider Electric (Smart Struxure)/
Honeywell (Trand)/Delta
13 CO2 Sensor Honeywell (Trand)/Dwayer/Omicron/Gas Alarm
14 Air Velocity Sensor Honeywell (Trend)/Schneider /Omicron/Kele
15 Level Switches Veksler/Sontay/Cirrus
16. Level Transmitters Veksler/Filpro/Cirrus
17. Personal Computer Hewlett Packard/Wipro/IBM/Compaq
18. Colour Monitor Philips/Samsung/L.G./Panasonic
20. Printer Epson/TVSE
21. Mouse Microsoft/Logitech
Finolex / Bonton/ Polycab /RR Kabel/ KEI/ Rallison/
22. Copper Conductor Control Cable
Paramount/ESC

Contractor 188 Engineer-in-Charge


S.No. Details of Materials / Equipment Manufacturer’s Name

Finolex / Bonton/ Polycab /RR Kabel/ KEI/ Rallison/


23. Communication Cables / Signal Cable
Paramount/ESC
Finolex / Bonton/ Polycab /RR Kabel/ KEI/ Rallison/
24 FRLS Cables / Wires
Paramount/ESC
25 MS/GI/PVC Conduits BEC/Anchor-Panasonic/AKG/RMCON/Indeana
Approved BMS Integrator / Executing Pranav Sales & Project / DS Fire Systems / Digital
28
Agency Controls/ Lotus Techsol Pvt. Ltd.

Contractor 189 Engineer-in-Charge


LIST OF MAKES (FIRE ALARM SYSTEM)

Sr. No. System / Item Approved make


Fire Detection & Alarm System

1. Addressable Smoke Detection System and Notifier / Edwards/ Cooper


all its components (UL Listed)
2. Operator Work Station(Computer) IBM / DELL/ HP
3. Monitors Samsung / Panasonic / Sony / LG

4. Laser jet Printer Epson / TVS / HP / Canon


5. Fire Survival cables Rallison/ Ramcro/ Bonton/ India-
impex
6. Software Notifier / Edwards/ Cooper
7. PA and Music System Notifier / Edwards/ Cooper/
Heinrich
8. Power Supply Protec, Semac, Equivalent ISI
mark
9. Single Cables/ Control/ Power Cable Finolex, Polycab, RR Kabel, KEI,
Havells
10. CAT-6 UTP cables AMP, Excel, Aviya-Systemax,
Beldon, Siemon
11. Access Control Notifier/Edward/Honeywell/Coop
er/ Lenel

Contractor 190 Engineer-in-Charge


MCG CULTURAL COMPLEX, GURUGRAM- MAKE LIST

S. No Item Make

EPABX

1 EPABX NEC/Avaya/Cisco

2 Digital Handset NEC/Avaya/Cisco

3 Analog Handset Binatone/Beetel/Panasonic

Contractor 191 Engineer-in-Charge


MCG CULTURAL COMPLEX, GURUGRAM- MAKE LIST

S. No Item Make

Data & Telephone Network

1 Passive Siemon/Panduit/Legrand

2 Active Juniper/Cisco/Extreme

3 Telephone Cable Finolex/Delton

4 Telephone Jack Panel Siemon/Panduit/Legrand

5 Fiber Cable & Accessories Siemon/Panduit/Legrand

6 Rack APC/APW/HEINRICH

Contractor 192 Engineer-in-Charge


APPROVED MAKES FOR SOLAR SYSTEM WORK FOR PROPOSED MCG CULTURAL BUILDING
GURUGRAM

1 Solar System : 1. Solahart


2. Tata BP
3. Honeywell
4. Arinna
5. Emicon

NOTES: The Contractor shall get the samples of all the items covered/ not covered in this list,
approved from the Consultant / owner before commencing the supply.

Contractor 193 Engineer-in-Charge


TECHNICAL SPECIFICATION FOR FIRE FIGHTING SYSTEM

SECTION - 1

SCOPE OF WORK

SPECIAL CONDITIONS

1. GENERAL

These special conditions are intended to amplify the General Conditions of Contract, and shall
be read in conjunction with the same. For any discrepancies between the General Conditions
and these Special Conditions, the more stringent shall apply.

2. SCOPE OF WORK

The general character and the scope of work to be carried out under this contract are
illustrated in Drawings, Specifications and Schedule of Quantities. The Contractor shall carry
out and complete the said work under this contract in every respect in conformity with the
contract documents and with the direction of and to the satisfaction of the Owner’s site
representative. The contractor shall furnish all labour, materials and equipment (except those
to be supplied by the owner) as listed under Schedule of Quantities and specified otherwise,
transportation and incidental necessary for supply, installation, testing and commissioning of
the complete Fire Fighting System as described in the Specifications and as shown on the
drawings. This also includes any material, equipment, appliances and incidental work not
specifically mentioned herein or noted on the Drawings/Documents as being furnished or
installed, but which are necessary and customary to be performed under this contract. The
Fire Fighting System shall comprise of following:

a. Fire fighting pumps, equipment and electrical panel including connection to various
equipment.

b. Fire Hydrant and Sprinkler System

c. Hand Held Fire extinguishing System

d. Other Miscellaneous Items.

e. Approval from Local Authorities

f. Wiring & earthing from MCC panels to various fire fighting system, control wiring &
interlocking.

g. Cutting holes, chases & like through all types of walls /floors and finishing for all
services crossings, including sealing, frame works, fire proofing, providing sleeve,
cover plates, making good structure and finishes to an approved standard.

h. Balancing, testing & commissioning of the entire fire fighting system.

Contractor 194 Engineer-in-Charge


i. Test reports, list of recommended spares, as-installed drawings, operation &
maintenance manual for the entire fire fighting system.

j. Training of Owner’s staff.

3. ASSOCIATED CIVIL WORKS

Following civil works associated with Fire Fighting System installation are excluded from the
scope of this contract. These shall be executed by other agencies in accordance with approved
shop drawings of, and under direct supervision of the Fire Fighting System contractor.

i. RCC foundation for machines, pumps & large equipment with angle iron frame work
at the edges to protect these from damage.

ii. RCC work for water tanks

iii. PCC foundation blocks with angle iron frame work edging for all motor control centre.

iv. Water proofing of floors.

v. Masonry drain channels and sumps in plant room.

4. ASSOCIATED SERVICES WORKS

4.1 All associated ELECTRICAL WORKS listed below are excluded from the scope of this contract.
These shall be installed by other agencies in accordance with approved shop drawings of, and
under direct supervision of the Fire Fighting System contractor.

i. Providing power supply with earthing at the incoming of control panel in plant room.

5. PERFORMANCE GUARANTEE

The contractor shall carry out the work in accordance with the Drawings, Specifications,
Schedule of Quantities and other documents forming part of the Contract.

The contractor shall be fully responsible for the performance of the selected equipment
(installed by him) at the specified parameters and for the efficiency of the installation to
deliver the required end result.

The contractor shall guarantee that the Fire Fighting System as installed shall maintain the
design conditions as described under relevant clauses in the specifications. The guarantee
shall be submitted in the proforma given in Appendix - II.

Complete set of architectural drawings is available in the Architect/Consultant’s office and


reference may be made to same for any details or information. The contractor shall also
guarantee that the performance of various equipment individually, shall not be less than the
quoted capacity; also actual power consumption shall not exceed the quoted rating, during
testing and commissioning, handing over and guarantee period.

Contractor 195 Engineer-in-Charge


6. BYE-LAWS AND REGULATIONS

The installation shall be in conformity with the Bye-laws, Regulations and Standards of the
local authorities concerned, in so far as these become applicable to the installation. But if
these Specifications and Drawings call for a higher standard of materials and / or
workmanship than those required by any of the above regulations and standards, then these
Specifications and Drawings shall take precedence over the said regulations and standards.
However, if the Drawings and specifications require something which violates the Bye-laws
and Regulations, then the Bye-laws and Regulations shall govern the requirement of this
installation.

7. FEES AND PERMITS

The contractor shall obtain all permits/ licenses and pay for any and all fees required for the
inspection, approval and commissioning of their installation.

8. DRAWINGS

The Fire Fighting System Drawings listed under Appendix-I, which may be issued with tenders,
are diagrammatic only and indicate arrangement of various systems and the extent of work
covered in the contract. These Drawings indicate the points of supply and of termination of
services and broadly suggest the routes to be followed. Under no circumstances shall
dimensions be scaled from these Drawings. The architectural/interiors drawings and details
shall be examined for exact location of sprinklers, hydrants and equipment etc.

The contractor shall follow the tender drawings in preparation of his shop drawings, and for
subsequent installation work. He shall check the drawings of other trades to verify spaces in
which his work will be installed.

Maximum headroom shall be maintained at all points. Where headroom appears inadequate,
the contractor shall notify the Architect/Consultant/Owner’s site representative before
proceeding with the installation. In case installation is carried out without notifying, the work
shall be rejected and contractor shall rectify the same at his own cost.

The contractor shall examine all architectural, structural, electrical and other services
drawings and check the as-built works before starting the work, report to the Owner’s site
representative any discrepancies and obtain clarification. Any changes found essential to
coordinate installation of his work with other services and trades, shall be made with prior
approval of the Architect/Consultant/Owner’s site representative without additional cost to
the Owner. The data given in the Drawings and Specifications is as exact as could be procured,
but its accuracy is not guaranteed.

9. SHOP DRAWINGS

9.1 All the shop drawings shall be prepared on computer through Autocad System based on
Architectural Drawings, site measurements and Interior Designer’s Drawings. Within one week
of the award of the contract, contractor shall furnish, for the approval of the
Architect/Consultant, two sets of detailed shop drawings of all equipment and materials

Contractor 196 Engineer-in-Charge


including layouts for Plant room, Pump room, Typical toilets drawings showing exact location
of supports, flanges, bends, tee connections, reducers, detailed piping drawings showing exact
location and type of supports, valves, fittings etc; external insulation details for pipe insulation
etc; electrical panels inside/outside views, power and control wiring schematics, cable trays,
supports and terminations. These shop drawings shall contain all information required to
complete the Project as per specifications and as required by the Architect/ Consultant
/Owner’s site representative. These Drawings shall contain details of construction, size,
arrangement, operating clearances, performance characteristics and capacity of all items of
equipment, also the details of all related items of work by other contractors. Each shop
drawing shall contain tabulation of all measurable items of equipment/ materials/ works and
progressive cumulative totals from other related drawings to arrive at a variation-in-quantity
statement at the completion of all shop drawings. Minimum 6 sets of drawings shall be
submitted after final approval along with floppy / CD.

Each item of equipment/material proposed shall be a standard catalogue product of an


established manufacturer strictly from the manufacturers listed in Appendix-III.

When the Architect/Consultant makes any amendments in the above drawings, the contractor
shall supply two fresh sets of drawings with the amendments duly incorporated alongwith
check prints, for approval. The contractor shall submit further five sets of shop drawings to
the Owner’s site representative for the exclusive use by the Owner’s site representative and
all other agencies. No material or equipment may be delivered or installed at the job site until
the contractor has in his possession, the approved shop drawing for the particular
material/equipment/installation.

9.2 Shop drawings shall be submitted for approval one week in advance of planned delivery and
installation of any material to allow Architect/Consultant ample time for scrutiny. No claims
for extension of time shall be entertained because of any delay in the work due to his failure
to produce shop drawings at the right time, in accordance with the approved programme.

9.3 Manufacturers drawings, catalogues, pamphlets and other documents submitted for approval
shall be in four sets. Each item in each set shall be properly labelled, indicating the specific
services for which material or equipment is to be used, giving reference to the governing
section and clause number and clearly identifying in ink the items and the operating
characteristics. Data of general nature shall not be accepted.

9.4 Samples of all materials like valves, pipes, insulation, control wires etc shall be submitted to
the Owner’s site representative prior to procurement. These will be submitted in two sets for
approval and retention by Owner’s site representative and shall be kept in their site office for
reference and verification till the completion of the Project. Wherever directed a mockup or
sample installation shall be carried out for approval before proceeding for further installation.

9.5 Approval of shop drawings shall not be considered as a guarantee of measurements or of


building dimensions. Where drawings are approved, said approval does not mean that the
drawings supercede the contract requirements, nor does it in any way relieve the contractor

Contractor 197 Engineer-in-Charge


of the responsibility or requirement to furnish material and perform work as required by the
contract.

9.6 Where the contractor proposes to use an item of equipment, other than that specified or
detailed on the drawings, which requires any redesign of the structure, partitions, foundation,
piping, wiring or any other part of the mechanical, electrical or architectural layouts; all such
re-design, and all new drawings and detailing required therefore, shall be prepared by the
contractor at his own expense and gotten approved by the Architect/Consultant/ Owner’s site
representative. Any delay on such account shall be at the cost of and consequence of the
Contractor.

9.7 Fire Fighting System Contractor shall prepare coordinated services shop drawings based on
the drawings prepared by Electrical, HVAC & Low Voltage Contractors to ensure adequate
clearances are available for installation of services for each trade.

Where the work of the contractor has to be installed in close proximity to, or will interfere
with work of other trades, he shall assist in working out space conditions to make a
satisfactory adjustment. If so directed by the Owner’s site representative, the contractor shall
prepare composite working drawings and sections at a suitable scale, not less than 1:50,
clearly showing how his work is to be installed in relation to the work of other trades. If the
Contractor installs his work before coordinating with other trades, or so as to cause any
interference with work of other trades, he shall make all the necessary changes without extra
cost to the Owner.

9.8 Within one week of approval of all the relevant shop drawings, the contractor shall submit
four copies of a comprehensive variation in quantity statement, and itemized price list of
recommended (by manufacturers) imported and local spare parts and tools, covering all
equipment and materials in this contract. The Project Manager shall make recommendation to
Owner for acceptance of anticipated variation in contract amounts and also advise Owner to
initiate action for procurement of spare parts and tools at the completion of project.

10. ACCESSIBILITY

The Contractor shall verify the sufficiency of the size of the shaft openings, clearances in cavity
walls and suspended ceilings for proper installation of his piping and other ancillaries. His
failure to communicate insufficiency of any of the above, shall constitute his acceptance of
sufficiency of the same. The Contractor shall locate all equipment which must be serviced,
operated or maintained in fully accessible positions. The exact location and size of all access
panels, required for each concealed, valve or other devices requiring attendance, shall be
finalized and communicated in sufficient time, to be provided in the normal course of work.
Failing this, the Contractor shall make all the necessary repairs and changes at his own
expense. Access panel shall be standardized for each piece of equipment / device / accessory
and shall be clearly nomenclature / marked.

Contractor 198 Engineer-in-Charge


11. MATERIALS AND EQUIPMENT
All materials and equipment shall conform to the relevant Indian Standards and shall be of the
approved make and design. Makes shall be strictly in conformity with list of approved
manufacturers as per Appendix - III.

12. MANUFACTURERS INSTRUCTIONS

Where manufacturer has furnished specific instructions, relating to the material and
equipment used in this project, covering points not specifically mentioned in these
documents, such instructions shall be followed in all cases.

13. ELECTRICAL INSTALLATION

The electrical work related Fire Fighting System services, shall be carried out in full knowledge
of, and with the complete coordination of the contractor. The electrical installation shall be in
total conformity with the control wiring drawings prepared by the contractor and approved by
the Architect / Consultant. All equipment shall be connected and tested in the presence of an
authorised representative of the contractor.

The Fire Fighting System shall be commissioned only after the contractor has certified in
writing that the electrical installation work for Fire Fighting System services has been
thoroughly checked, tested and found to be totally satisfactory and in full conformity with the
contract Drawings, Specifications and manufacturers instructions. It is to be clearly
understood that the final responsibility for the sufficiency, adequacy and conformity to the
contract requirements, of the electrical installation work for Fire Fighting System services, lies
solely with the contractor.

14. COMPLETION CERTIFICATE

On completion of the Electrical installation for Fire Protection, a certificate shall be furnished
by the contractor, counter signed by the licensed supervisor, under whose direct supervision
the installation was carried out. This certificate shall be in the prescribed form as required by
the local authority.

The contractor shall be responsible for getting the entire electrical installation for Fire Fighting
System duly approved by the local authorities concerned, and shall bear expenses if any, in
connection with the same.

15. BALANCING, TESTING AND COMMISSIONING

Balancing of all water systems and all tests as called for the Specifications shall be carried out
by the contractor through a specialist group, in accordance with the Specifications and ASPE /
ASHRAE Guide lines and Standards. Performance test shall consist of three days of 10 hour
each operation of system for each season.

The installation shall be tested again after removal of defects and shall be commissioned only
after approval by the Owner’s site representative. All tests shall be carried out in the presence
of the representatives of the Architect/Consultant and Owner’s site representative.

Contractor 199 Engineer-in-Charge


16. COMPLETION DRAWINGS

Contractor shall periodically submit completion drawings as and when work in all respects is
completed in a particular area. These drawings shall be submitted in the form of two sets of
floppies / CD’s and four portfolios (300 x 450 mm) each containing complete set of drawings
on approved scale indicating the work as - installed. These drawings shall clearly indicate
complete plant room layouts, piping layouts, location of wiring and sequencing ofautomatic
controls, location of all concealed piping, valves, controls, wiring and other services. Each
portfolio shall also contain consolidated control diagrams and technical literature on all
controls. The contractor shall frame under glass, in the plant room, one set of these
consolidated control diagrams.

17. OPERATING INSTRUCTION & MAINTENANCE MANUAL

Upon completion and commissioning of part Fire Fighting System the contractor shall submit a
draft copy of comprehensive operating instructions, maintenance schedule and log sheets for
all systems and equipment included in this contract. This shall be supplementary to
manufacturer’s operating and maintenance manuals. Upon approval of the draft, the
contractor shall submit four (4) complete bound sets of typewritten operating instructions and
maintenance manuals; one each for retention by Consultant and Owner’s site representative
and two for Owners Operating Personnel. These manuals shall also include basis of design,
detailed technical data for each piece of equipment as installed, spare parts manual and
recommended spares for 4 year period of maintenance of each equipment.

18. ON SITE TRAINING

Upon completion of all work and all tests, the Contractor shall furnish necessary operators,
labour and helpers for operating the entire installation for a period of fifteen (15) working
days of ten (10) hours each, to enable the Owner’s staff to get aquainted with the operation of
the system. During this period, the contractor shall train the Owner’s personnel in the
operation, adjustment and maintenance of all equipment installed.

19. TEMPORARY POWER AND WATER

Power & Water to be arrange by contractor at its own cost.

Contractor 200 Engineer-in-Charge


APPENDIX - I

GUARANTEE PROFORMA
GUARANTEE FOR
FIRE PROTECTION SYSTEM INSTALLATION

We hereby guarantee the year round system which we have installed in the Complex
Described Below:

Building : MCG CULTURAL COMPLEX

Location : GURUGRAM

Owner :

For a period of ONE YEAR from the date of acceptance of the total installation, WE AGREE TO
repair or replace to the satisfaction of the Owner, any or all such work that may prove defective
in workmanship, equipment or materials within that period, ordinary wear and tear and
unusual abuse or neglect excluded, together with any other work, which may be damaged or
displaced in so doing. In the event of our failure to comply with the above mentioned
conditions within a reasonable time, after being notified in writing, we collectively and
separately, do hereby authorise the Owner to proceed to have the defects repaired and made
good at our expense, and we shall pay the cost and charges thereof, immediately upon demand.

SIGNATURE OF CONTRACTOR

DATE
SEAL

Contractor 201 Engineer-in-Charge


APPENDIX-I
LIST OF BUREAU OF INDIAN STANDARDS CODES

All equipment, supply, erection, testing and commissioning shall comply with the requirements of
Indian Standards and code of practices given below as amended upto 30th April, 2003. All equipment
and material being supplied by the contractor shall meet the requirements of IS, electrical
inspectorate and Indian Electricity rules and other Codes / Publications as given below:

1. General

SP : 6 (1) Structural Steel Sections

IS : 27 Pig Lead

IS : 554 Dimensions for pipe threads where pressure tight joints are
required on the threads.

IS : 779 Specification for water meters (domestic type).

IS : 782 Specification for caulking load.

IS : 800 Code of practice for general construction in steel

IS : 1172 Code of Basic requirements for water supply drainage and


sanitation.

IS : 1726 Specification for cast iron manhole covers and frames.

IS : 1742 Code of practice for building drainage.

Contractor 202 Engineer-in-Charge


IS : 2064 Selection, installation and maintenance of sanitary appliance code
of practice.

IS : 2065 Code of practice for water supply in buildings.

IS : 2104 Specification for water meter for boxes (domestic type)

IS : 2379 Colour code for identification of pipe lines.

IS : 2527 Code of practice for fixing rainwater gutters and down pipes for
roof drainage.

IS : 2629 Recommended practice for hot dip galvanizing on iron and Steel.

IS : 3114 Code of practice for laying of cast iron pipe

IS : 4111 (Part 1) Code of practice for ancillary structures in sewerage system : Part 1
manholes.

IS : 4127 Code of practice for laying glazed stoneware pipes.

IS : 5329 Code of practice for sanitary pipe work above ground for buildings.

IS : 6159 Recommended practice for design and fabrication of material, prior


to galvanizing.

IS : 7558 Code of practice for domestic hot water installations.

IS : 8321 Glossary of terms applicable to plumbing work.

Contractor 203 Engineer-in-Charge


IS : 8419 (Part 1) Requirements for water filtration equipment : Part 1 Filtration
medium sand and gravel.

IS : 9668 Code of practice for provision and maintenance of water supplies


and fire fighting.

IS : 9912 Coal tar based coating materials and suitable primers for protecting
iron and steel pipe lines.

IS : 10221 Code of practice for coating and wrapping of underground mild


steel pipelines.

IS : 10446 Glossary of terms relating to water supply and sanitation.

IS : 11149 Rubber Gaskets

IS : 12183 (Part 1) Code of practice for plumbing in multistoried buildings : Part 1


water supply.

IS : 12251 Code of practice for drainage of building basements.

IS : 5572 Code of practice for sanitary pipe work.

BS : 6700 Specification for design, installation, testing and maintenance of


services supplying water for domestic use within buildings and their
cartilages.

BS : 8301 Code of practice for building drainage.

2. Pipes and Fittings

Contractor 204 Engineer-in-Charge


IS : 458 Specification for precast concrete pipes (with and without
reinforcement)

IS : 651 Stone ware pipes

IS : 1239 (Part 1) Mild steel, tubes, tubulars and other wrought steel fittings: Part 1
Mild Steel tubes.

IS : 1239 (Part 2) Mild Steel tubes, tubulars and other wrought steel fittings: Part 2
Mild Steel tubulars and other wrought steel pipe fittings.

IS : 1536 Centrifugally cast (spun) iron pressure pipes for water, gas and
sewage.

IS : 1537 Vertically cast iron pressure pipes for water, gas and sewage.

IS : 1538 Cast Iron fittings for pressure pipes for water, gas and sewage.

IS : 1729 Sand Cast iron spigot and socket soil, waste and ventilating pipes,
fittings and accessories.

IS : 1879 Malleable cast iron pipe fittings.

IS : 3989 Centrifugally cast (sun) iron spigot and socket soil, waste and
ventilating pipes, fittings and accessories.

IS : 4346 Specifications for washers for use with fittings for water services.

IS : 4711 Methods for sampling steel pipes, tubes and fittings.

Contractor 205 Engineer-in-Charge


IS : 6392 Steel pipe flanges

IS : 6418 Cast iron and malleable cast iron flanges for general engineering
purposes.

IS : 7181 Specification for horizontally cast iron double flanged pipe for
water, gas and sewage.

3. Valves

IS : 778 Specification for copper alloy gage, globe and check valves for
water works purposes.

IS : 780 Specification for sluice valves for water works purposes (50 mm to
300 mm size).

IS : 1703 Specification copper alloy float valves (horizontal plunger type) for
water supply fittings.

IS : 5312 (Part 1) Specification for swing check type reflux (non return) valves : part 2
Multi door pattern.

IS : 5312 (Part 2) Specification for swing check type reflux (non return) valves : part 2
Multi door pattern.

IS : 12992 (Part 1) Safety relief valves, spring loaded : Design

IS : 13095 Butterfly valves for general purposes.

4. Fire Fighting

Contractor 206 Engineer-in-Charge


Equipment

TAC Tariff Advisory Committee fire protection manual Part-I.

TAC Rules of Tariff Advisory Committee for automatic sprinkler system.

NFPA : 12 , 1993 Standards on Carbon Dioxide Extinguishing System

IS : 636 Non-percolating flexible fire fighting delivery hose.

IS : 884 Specification for first aid hose reel for fire fighting.

IS : 901 Specification for couplings, double male and double female,


instantaneous pattern for fire fighting.

IS : 902 Suction hose couplings for fire fighting purposes.

IS : 903 Specification for fire hose delivery couplings, branch pipe, nozzles
and nozzle spanner.

IS : 904 Specification for 2-way and 3-way suction collecting heads for fire
fighting purposes.

IS : 907 Specification for suction strainers, cylindrical type for fire fighting
purposes.

IS : 908 Specification for fire hydrant, stand post type.

IS : 909 Specification for underground fire hydrant, sluice valve type.

IS : 1648 Code of practice for fire safety of building (general) : Fire fighting

Contractor 207 Engineer-in-Charge


equipment and its maintenance.

IS : 2171 Specification for portable fire extinguishers dry powder (cartridge


type)

IS : 2190 Selection, installation and maintenance of first aid fire extinguishers


– Code of practice.

IS : 2871 Specification for branch pipe, universal, for fire fighting purposes.

IS : 2878 Specification for fire extinguishers, carbon dioxide type (portable


and trolley mounted).

IS : 3844 Code of practice for installation and maintenance of internal fire


hydrants and hose reel on premises.

IS : 5290 Specification for landing valves.

IS 5714 Specification for coupling, branch pipe, nozzle, used in hose reel
tubing for fire fighting.

IS : 8423 Specification for controlled percolation type hose for fire fighting.

IS : 10658 Specification for higher capacity dry powder fire extinguisher


(trolley mounted).

IS : 1309 External hydrant systems – Provision and maintenance – Code of


practice.

Water
5.Quality Tolerance

Contractor 208 Engineer-in-Charge


IS : 3025 (Parts 1 to 44) Method of sampling and test (physical and chemical) for water and
waste water.

IS : 4764 Tolerance limits for sewage effluents discharged into inland surface
waters.

IS : 10500 Drinking Water

6. Pumps & Vessels

IS : 1520 Specification for horizontal centrifugal pumps for clear cold fresh
water.

IS : 2002 Steel plates for pressure vessels for intermediate and high
temperature service including boilers.

IS : 5600 Specification for sewage and drainage pumps

IS : 8034 Specification for submersible pump sets for clear, cold, fresh water.

IS : 8418 Specification for horizontal centrifugal self priming pumps.

Contractor 209 Engineer-in-Charge


SECTION - 2

SCOPE OF WORK

1.0 The scope of work consists of the Equipment design, supply, inspection, transportation to
site, installation, testing and commissioning of the following systems of Fire Fighting works
conforming to National Building Code and Tariff Advisory Committee (where details in
National Building Code not available), but is not limited to the same:

1.1 Hydrant System


1.2 Pumping System
1.3 Sprinkler System
1.4 Fire Extinguishers
1.5 Conformity with statutory act, regulations, standards and safety codes
1.5.1 The Fire fighting system’s equipment, materials, accessories and their installation shall
conform to relevant Indian Standard amended upto date the National Building Code part IV
Fire protection and in conformity with the local Fire Regulations and Rules there under where
they are in force. Provisions in local by-laws, if any, shall be complied with.
1.5.2 All electrical works in connection with fire fighting works shall be carried out in accordance
with the provision of Indian Electricity Act, 1910 and the Indian Electricity Rules, 1956
amended upto date and to Pwd/Mcg General specifications for Electrical works Part I
(internal) 1994 Part II External – 1995 as amended upto date of receipt of tenders.

1.6 Inspection and testing of materials

1.6.1 Contractor shall be required, to produce manufacturer’s test certificate for equipment and
particular batch of materials supplied to him. The tests carried out shall be as per the relevant
Indian Standards.

1.6.2 For examination and testing of equipment materials and works at the site Contractor shall
provide all testing and gauging equipment necessary but not limited to the following:

a. Theodolite
b. Dumpy level
c. Steel tapes
d. Weighing machines
e. Plumb bobs, spirit levels, hammers
f. Micrometers, Tachometers
g. Thermometers
h. Hydraulic test machine
i. Smoke test machine
j. Any other item required for testing and commissioning.

1.6.3 All such equipment shall be tested for calibration at any approved laboratory, if required by
consultant.

1.6.4 All testing equipment shall be preferably located in special room meant for the purpose.

Contractor 210 Engineer-in-Charge


1.6.5 Samples of all materials shall be got approved before placing order and the approved samples
shall be deposited with consultant.
1.7 Data to be furnished by contractor

1.7.1 After Award of work – The contractor shall submit the following data / drawings within a
fortnight of the award of work, for approval by consultant.

G.A & foundation drawings for equipment and weight of assembled equipment like pump set,
valves, hydrants, hose cabinets etc.

(i) Control and protection schematics, wiring diagrams and control wiring diagrams of
equipment showing the sequence operation.
(ii) Bar chart indicating general program for supply, installation, testing and
commissioning and handing over and also the related works to be done by other
agencies to ensure timely completion.
(iii) Any other data that may be necessary for the satisfactorily completion of work.

The above documents shall be furnished in 4 sets to consultant. One set will be returned with
comments and approval. The document shall be modified incorporating the comments
indicated by consultant and 4 sets of corrected documents shall be given in 15 days time.

1.7.2 The contractor shall follow the drawings issued to him for installation work. He shall check the
drawings of other trades to verify spaces in which his work will be installed. Maximum head
room and space conditions shall be maintained at all points. Where Head Room appears
inadequate, the contractor shall notify the Architect / Engineer before proceeding with the
installation. In case the installation is carried out without notifying, the work shall be rejected
and Contractor shall rectify the same at his own cost.

1.7.3 The Contractor shall examine all architectural, structural, plumbing, air conditioning electrical
and other services drawings and check the as-built works before starting the work, report to
the Owner’s site representative any discrepancies and obtain clarification. Any changes found
essential to co-ordinate installation of his work with other services and trades, shall be made
with prior approval of the Architect / Engineer without additional cost to the client.

1.7.4 Each item of equipment / material proposed shall be a standard catalogue product of an
established manufacturer strictly from the approved manufactures.

1.7.5 Manufacturers drawings, catalogues, pamphlets and other documents submitted for approval
shall be in four sets. Each time in each set shall be properly labeled indicating the specific
services for which material or equipment is to be used giving reference to the governing
section and clause number and clearly identifying in ink the items and the operating
characteristics. Data of general nature shall not be accepted.

1.7.6 Before commencement of installation – The contractor shall also furnish 3 copies of detailed
installation; operation and maintenance manuals of manufacturers for all items of equipment
together with all relevant data sheet spare parts catalogue, repairs assembly and adjustment
procedures etc.

Contractor 211 Engineer-in-Charge


1.8 Bar Chart

1.8.1 The contractor shall provide within 3 weeks of award of work a complete bar chart based on
the time period of the completion of the project. The Bar Chart shall elaborate the following:

• Procurement & Installation of piping


• Procurement and installation of Pump Sets.
• Procurement and installation of Valves.
• Pressure testing of piping.
• Testing and commissioning of pump sets.
• Testing and commissioning of all systems.

1.8.2 The contractor will be required to give during Pre-Tender (as well as Post Tender) period the
time frame of major activities including Bar Chart, time when the activity shall be executed as
well as the co-ordination linkages required.

1.8.3 The sequence of erection of Pumps, the stage when it shall be executed, what is required
from Owner, lead period for pump procurement and time schedules as well as payment.

1.8.4 Procurement period of end items such as Hydrants etc., when they shall be procured, cash
flow requirement as well as when installation shall be done.

1.8.5 Commissioning of Systems, what requirements are needed from other services and period of
completion.

1.9 Quality of Material and workmanship


All or part of equipment shall be of such design, size and material as to function satisfactorily
under all rated conditions of loading and operation. All components of the equipments shall
have adequate factor of safety. Materials components which are not covered by standards
laid down by Indian Standard Institution shall be got approved from consultant / client before
use on the work.
The entire work of fabrication, assembly and installation shall conform to sound engineering
practice and on the basis of “fail safe” design. The mechanical parts subject to wear and tear
shall be of easily replaceable type.

The construction shall be such as to facilitate ease of operation, inspection, maintenance and
repairs. All apparatus shall be also being designed to ensure satisfactory operation under
working conditions as specified.
All connections and contacts shall be designed to minimize the risk of accidental short circuit
caused by animals, birds, vermin. Surfaces which are in contact with oil shall not be galvanized
or cadmium plated.

Contractor 212 Engineer-in-Charge


1.10 Inspection and testing at Manufacturer’s Works
The contractor shall furnish such facilities as will be necessary for inspection and witnessing of
special tests, if any, of the equipment before dispatch at his or associates works as are done
at the works, if so required by consultant.
1.11 Test Certificates
Copies of all documents of routine test certificates of the equipment carried out at the
manufacture’s premises shall be furnished to consultant before dispatch of the equipment.
1.12 Dispatch of Materials and Storage
The contractor should dispatch all materials to site in consultation with consultant. For this
purpose the programme of dispatch of materials shall be framed, keeping in view the building
progress. Safe custody of all machinery and equipment supplied by the contractor shall be his
own responsibility till the final taking over by client.
1.13 Care of buildings
Care shall be taken, while handling/installing the equipment to avoid damage to the buildings.
On completion of the installation, the contractor shall arrange to repair all damages to the
building caused during installation so as to bring to the original condition. He shall also
arrange to remove all unwanted waste materials from the buildings, pump room and other
areas used by him.
1.14 Painting and Protection
All equipment supplied shall be given final coat of paint over the primer after necessary
treatment at the works before dispatch. All damages to painting during transport and
installation shall be set right or repainted to the satisfaction of the consultant before handing
over.
1.15 Completion Drawings
10 sets of equipment drawings shall be submitted by the contractor while handing over the
installation.
(a) Equipment drawings.
b) Electrical power and control wiring drawings for the entire electrical equipment showing
cable sizes, equipment capacities, switchgears ratings, control components, control wiring etc.
1.16 Final Inspection, Testing and Approvals
When the installation is deemed by the contractor to be complete, he shall arrange with
consultant for inspection and testing of the installation by the concerned local fire authorities.
Test results obtained shall be recorded and installation shall not be accepted until
consultant/client is satisfied about its compliance with the requirement of these
specifications. It shall be the responsibility of the contractor to carry out any rectification /
modification as may be suggested by the Fire Officer and get the installation passed by the
concerned local fire authorities, as may be required by the local by-laws.
Contractor shall ensure that equipment installed complies with specification in all respects
and is of the correct rating for the duty and site connections.
Contractor 213 Engineer-in-Charge
Contractor shall ensure that all electrical circuits are correctly protected and that protective
devices are properly co-coordinated. Contractor shall ensure that general requirement of
inspection & testing shall be read in conjunction with any particular requirement specified
elsewhere in the document.
1.17 Guarantee
The contractor shall guarantee the entire fire fighting installation as per specifications &
drawings. All equipment shall be guaranteed for one year from the date of taking over against
unsatisfactory performance or break down due to defective design, manufacture and
installation. The installation shall be covered by the conditions that whole installation or any
part thereof found defective within one year from the date of taking over shall be replaced or
repaired by the contractor free of charge as decided by consultant. The warranty shall cover
the following: -
(a) Quality, strength and performance of materials use.
(b) Safe mechanical and electrical stress on all parts under all specified conditions of
operation.
(c) Satisfactory operation during the maintenance period.

2.0 HYDRANT SYSTEM

2.1 Hydrant system consisting of Internal Hydrants Risers, internal Hydrant Ring, Hydrant Stations
with all accessories such as Hydrants, Hoses, First Air Hose Reel, Branch Pipe.

2.2 On each floor with each riser there shall be Hydrant Station having one number of Hydrant, 2
nos. RRL Hose and a Branch pipe. The reinforced Rubber Lined Hose shall be of 15 meters
length. They shall be provided with gunmetal quick jointing couplings. The Hydrant shall be of
Stainless Steel and shall be provided with a stainless steel orifice plate to reduce water
pressure to 3.5 bar.

2.3 The Hydrant Station shall also be provided with a First Aid Hose Reel consisting of a 30 meter
length 20mm dia. double braided rubber hose wound on a drum bracket with aluminum alloy
bracket and piping. This set shall be connected to the Hydrant Riser through a 25mm dia. Ball
Valve.

2.3 Four way fire brigade inlet connection shall be provided at the underground fire water tank,
hydrant system ring main and sprinkler system mains.

2.4 The Terrace shall have and Air vessel with drain and pressure gauge to absorb pressure surges
and water hammer effect when any of the main pump start.

2.5 The delivery header shall also have a fire brigade inlet connection (four way) outside the
building. In case of any eventuality additional water if required, it may be pumped directly into
he riser by the fire brigade.

2.6 All internal piping shall be Mild Steel Black Heavy Grade and shall have welded jointing for
pipes above 50mm dia.

2.7 All fittings shall be mild steel (heavy class) and cut off valves shall be as per IS: 14846.
Contractor 214 Engineer-in-Charge
3.0 PUMPING SYSTEM

3.1 To cater for the Hydrant and Sprinkler Systems, the following pumps are being provided:

S. No. Pump Type Discharge Head (M) Drive

Electric
1. Main Hydrant Pump 2850 LPM 85
Electric
2. Main Sprinkler Pump 2850 LPM 85
Diesel Engine
3. Standby Pump 2850 LPM 85
Electric
4. Jockey Pump (1 No.) 180 LPM 85
Electric
5. Water curtain Pump (1 No.) 2280 LPM 50

3.2 There shall be a common Suction Header, which is connected to the Tank through Y Strainers.
Each Pump shall have a Sluice Valve on the Suction side as well as Sluice Valve and Non Return
Valve on the Delivery side. The Delivery of each pump shall be connected to the Common
Delivery Header.

3.3 The Pumps shall start automatically through use of Pressure Switches. The start / stop
sequence shall be as follows:

S. No. Pump Start Stop


8.5 Kg /cm2
1 Jockey Pump 8.0 Kg /cm2
Manual
2 Sprinkler Pump 7.5 Kg /cm2
Manual
3 Main Pump 6.5 Kg /cm2
Manual
4 Standby Pump 5.5 Kg /cm2

3.4 The Main, Sprinkler, Standby Pumps shall be single/multi stage split casing side suction type
coupled to motor and run at 1450 RPM. The Diesel Engine driven pump shall run at 1450 RPM.
The Engine shall be multi cylinder Heat Exchanger water - cooled type. All pumps shall have
mechanical seal.

3.5 There shall be common Y-Strainers on the Suction manifold with stainless steel mesh to
segregate the debris.

3.6 Cast Iron Sluice Valves shall be IS marked with non rising spindle for closing and opening of
pipe lines. The seat of the valves shall be in brass.

3.7 One Air Vessel shall be provided in the pump House, common for the Hydrant and Sprinkler
system. The Air Vessel shall be partly filled with water and shall provide for dampening effect
to prevent water hammer when the pump starts. The air vessel shall be provided with pipe

Contractor 215 Engineer-in-Charge


spool piece on which pressure switches shall be fitted. The Pressure Switches shall be
connected to the starter on the pump starter panel.

4.0 SPRINKLER SYSTEM

4.1 The Sprinkler System shall be operated from the sprinkler pump of 2850 LPM.

4.2 The sprinkler risers shall also have a fire brigade inlet (four ways) outside this building area.

4.3 One number installation Control valves shall be provided in the pipe network in the Pump
House.

4.4 The Installation Control valve shall be UL listed and have a turbine operated gong that shall
operate an audible alarm in case of a sprinkler discharge.

4.5 There shall be a sprinkler riser of 150mm dia and at each floor a tapping shall be made with a
butterfly valve. A flow switch shall be installed to indicate in the fire control room the floor in
which the sprinkler is discharging.

4.6 The flow switch shall be connected to addressable fire alarm system for giving the floor
indication.

4.7 The hydrant riser shall be terminated with air vessel and air release valve at the highest points
to release the trapped air in the pipe work.

4.8 The areas of the Basement, Stores and areas without false ceiling shall have pendant / upright
sprinklers. Area with False Ceiling shall have powder coated sprinkler with powder coated
rosette.

Contractor 216 Engineer-in-Charge


SECTION – 3

HYDRANT AND SPRINKLER SYSTEM

1.0 HYDRANT AND SPRINKLER SYSTEM DESCRIPTION

1.1 The Hydrant system shall comprise of pipe ring main, an electric driven fire Hydrant and
Sprinkler Pump Set of 2850 LPM at 85M head and a standby Diesel Pump Set of same capacity
and head with all required accessories including valves, special fittings, instrumentation,
control panels and any other components required to complete the system in all respects. In
addition there shall be a jockey pump of 180 LPM at 85 M head.

1.2 The water supply for the Hydrant system shall be by an Under Ground tank of 3,75,000 liters
capacity.

1.3 The Hydrant system shall be semi-automatic in action that is the hydrant valves shall be
operated manually. With the pressure going down in the pipe line the main hydrant pump
swill start automatically. The hydrant piping shall be laid covering the entire area.

1.4 The Hydrant system shall be kept pressurized all the times. The Jockey Pump shall take care of
the leakage in the system, pipelines and valve glands.

1.5 The pressure in the Hydrant pipe work shall be kept constant at 8.5 Kg/cm2. In the event of
fire, when any of the hydrant valves in the network is opened, the resultant fall in header
pressure shall start the Fire Hydrant Pump through pressure switches automatically.

1.6 Single headed Hydrant valves with Hose Cabinets shall be provided. Hose box shall be
pedestal type.

1.7 The scope of work for internal hydrant system covers providing, fixing and jointing MS pipe
including testing, cutting and threading etc., with heavy class fittings like bends, tees, reducers
as required, on walls, ceilings, beams, floors with suitable clamps, for installation of various
sizes of pipes for Hydrant System and hydrant valve in hose cabinets as per NBC norms.

1.8 To compensate for losses of pressure in the system and to provide an air cushion for
counteracting pressure surges / water hammer in the underground pipe work, an air vessel
shall be provided in the pump room near the fire pumps. The air vessels shall be normally
partly filled with water and the remaining being filled with air which shall be under
compression when the system is in normal operation. The Sprinkler System shall be fed from
the same tank and pumping system. However, piping shall be independent.

1.9 All components of the Hydrant and Sprinkler systems shall be of a type and makes approved
by TAC.

1.10 For Sprinkler system there shall be flow switches for all floors which shall be connected to the
Fire Alarm System.

1.11 The areas of the Basement, Stores and areas without false ceiling shall have pendant / upright
sprinklers. Area with False Ceiling shall have powder coated sprinkler with powder coated
rosette.

1.2 Flushing of hydrant system:


Contractor 217 Engineer-in-Charge
After installation of complete system flushing of hydrant system shall be done as under:

1.2.1 Underground mains and lead-in connections to system risers shall be flushed before
connections made to piping in order to remove foreign materials which may have entered
underground during the course of installation. For hydrant system the flushing operation shall
be continued until water is clear.

1.2.2 Underground mains and connections shall be flushed at a flow rate of not less than 1000 ltrs.
per minute. The pump and other equipment necessary for the flushing shall be arranged by
the contractor without any extra charges.

1.2.3 The water coming out from the outlet will be connected to storm water drain or any
other receiver reservoir by means of suitable hose. Hose for the purpose shall be arranged by
the contractor.
1.3 TESTING OF THE HYDRANT SYSTEM

Testing of the Piping


1.3.1 After laying and jointing, the entire piping shall be tested to hydrostatic test pressure. The
pipes shall be slowly charged with water so that the air is expelled from the pipes. The pipes
shall be allowed to stand full of water for a period of not less than 24 hours and then tested
under pressure. The test pressure shall be at least 1.5 times the operating pressure. The test
pressure shall be applied by means of an electrical test pump to be provided by the
contractor. Precautions shall be taken to ensure that the required test pressure is not
exceeded.
1.3.2 The open end of the piping shall be temporarily closed for testing.
1.3.3. All leaks and defects in the pipes, joints, valves etc. noticed during the testing and before
commissioning shall be rectified to the satisfaction of consultant.

2.0 FUNCTIONAL REQUIREMENTS


2.1 There shall be a test valve, operation of which will simulate the operation of the landing valve
/ external hydrant. This will enable testing the healthiness of the equipment, availability and
its control.
3.0 Operating Sequence
3.1 The Jockey pump shall automatically start, when set to auto-status, when the water pressure
in the wet riser system falls to a pre-set value below the normal system pressure and shut
down when the system pressure reaches the set value. Both the limits shall be adjustable on
the appropriate controls in the pump room.
3.1.1 First the electric fire pumps will start by the sudden fall of pressure in the system due to
operation of the pressure switch and feed the water to the system. If within the pre-set period
the electric pump fails to start or fails to develop adequate pressure, the control system shall
shut down the electric fire hydrant pump and initiate the start up of the standby diesel pump.
The main electric fire hydrant pump shall then be locked out. An audio visual alarm shall also
be given.

Contractor 218 Engineer-in-Charge


3.1.2 If within a preset period the standby pump also fails to start or fails to develop adequate
pressure, the control system shall shut down the standby pump and lock it out and give an
audio visual indication to that effect on the control panel.
3.1.3 Automatic Jockey pump shall be shut down automatically when the main electrical fire pumps
or standby fire pump, start operating. Necessary integration of pipe work and control shall be
provided for the purpose.

Contractor 219 Engineer-in-Charge


SECTION – 4

FIRE PUMPS, MOTORS, ENGINE AND ACCESSORIES

1.0 FIRE PUMPS, MOTORS, ENGINE AND ACCESSORIES.

1.1 General

1.1.1 The pumps shall be single stage designed for continuous operation and shall have a
continuously rising head characteristic without any zone of instability.

1.1.2 The head vs. capacity, input power vs. capacity characteristics etc., shall match to ensure load
sharing and trouble free operation throughout the range.

1.1.3 In case of accidental reverse flow through the pump the driver shall be capable of bringing the
pump to its rated speed in the normal direction from the point of maximum possible reverse
speed.

1.1.4 The motor shall have a 10% margin of power rating over the rated duty point of pump input
power.

1.1.5 In case the pump & Motor are from different manufacturers, the contractor under this
specification shall assume full responsibility in the operation of the pump and drive as one
unit.

1.1.6 An automatic air release valve shall be provided to vent air from the pump. This valve shall be
located at the highest point in the discharge line between the pump and the discharge check
valve.

1.1.7 The pump shall be capable of a minimum of 150 percent of rated capacity at a total head of
not less than 65 percent of the total rated head. The total shut-off head shall not exceed 120
percent of total rated head on the pump.

1.1.8 Pumps coupled with motor on a common platform shall perform smoothly without any
excessive noise or vibration.

1.1.9 Pumps shall be as per IS : 12469.

1.2 Pumps casing

1.2.1 The casing shall be of cast iron to IS 210, grade FG 260 and capable of withstanding to the
maximum pressure developed by the pump at the pumping temperature.

2.0 Impeller

2.1 The impeller shall be of bronze to IS 318, grade LTB 2.

2.2 Pump

2.2.1 The pumps shall be horizontal centrifugal split casing type, single / multistage stage, side / end
suction type as specified in the bill of quantities.

Contractor 220 Engineer-in-Charge


2.2.2 The impeller shall be secured to the shaft and shall be retained against circumferential
movement by keying, pinning or lock rings.
2.2.3 All screwed fasteners shall tighten in the direction of normal rotation.

2.2.4 All pumps shall be provided with Mechanical Seal.

2.3 Shaft

2.3.1 Shaft size shall be selected on the basis of maximum combined shear stress.

2.3.2 The shaft shall be of EN8, grade C 40 and ground and polished to final dimensions and shall be
adequately sized to withstand all stresses from rotor weight, hydraulic loads, vibrations and
torques coming in during in operation.

2.3.3 Length of the shaft sleeves must extend beyond the outer faces of gland packing or seal and
plate so as to distinguish between the leakage between shaft and shaft sleeve.

2.3.4 Shaft sleeves shall be securely fastened to the shaft to prevent any leakage or loosening.
Shaft and shaft sleeve assembly should ensure concentric rotation. The sleeve shall be of
stainless steel.

2.4 Pump Shaft-Motor Shaft Coupling

2.4.1 All shafts shall be connected with adequately sized pin and bush type coupling. Necessary
guards shall be provided for the couplings. The couplings shall be of MS.

2.5 Base Plate

2.5.1 A common base plate mounting both for the pump and drive shall be provided. The base
plate shall be of rigid construction, suitably ribbed and reinforced.

2.5.2 Base plate and pump supports shall be so constructed and the pumping unit so mounted as to
minimize misalignment caused by mechanical forces such as normal piping strain, hydraulic
piping thrust etc. The base plate shall be of MS.

2.6 Vibration & Balancing

2.6.1 The rotating elements shall be so designed to ensure least vibration during start and
throughout the operation of the equipment. All rotating components shall be statically and
dynamically balanced at workshop.

2.7 The Wearing Rings shall be fitted on the casing and shall be of bonze.

2.8 The Stuffing Box shall be suitable for fitting of the Mechanical Seal.

2.9 The Bearings shall be reinforced type with cylindrical roller bearing on the non drive end and 2
numbers angular contact ball bearing on drive end side.

2.10 Instruction Manual & Tools / Spares

2.10.1 A comprehensive instruction manual shall be provided by the contractor indicating


detailed requirements for operation, dismantling and periodic operation and
Contractor 221 Engineer-in-Charge
maintenance procedures for equipments in the system.

2.10.2 A list of tools and tackles to be supplied by the contractor for operation and maintenance
works.

2.11 INSTALLATION OF PUMPSETS.

2.11.1 Foundation:

2.11.1.1 A solid vibration free and leveled foundation of concrete shall be made. The foundation
shall depend upon the size and weight of the motor pump set and the nature of the
ground.

2.11.2 Erection:

2.11.2.1 Only lifting eyebolt shall be used to lift the motor. Ensure the eyebolt is fully tightened in
the threaded hole and shoulder of eyebolt butts with the surface of the hole. Avoid jerks
and jolts to the motor to avoid bearing getting damaged.

2.11.2.2 Motor should be mounted on the base plate. The motor should be raised by atleast
15mm to allow free passage of air underneath for better cooling.

2.11.3 Alignment:

2.11.3.1 Flexible coupled motors shall require an accurate alignment as solid coupled machines.
Use feeler Gauge and Dial Gauge during motor –pump set alignment. The gap between
the faces of two half couplings should be maintained by 0.05 mm. Check the Angular and
Radial Alignment, the trenches should be within 0.05mm to 0.1mm.

2.11.4 Earthing:

2.11.4.1 The motor body should be effectively and securely earthed by fixing two copper or GI strip
on the foot by the earthing screw provided. The other end of the strip shall be connected
to the earthing system. If 3½ or 4 core cables are used for power supply the earthing core
of the cable should be connected to the earthing terminal provided inside the terminal
box.

2.11.5 Cable Termination:

2.11.5.1 All terminal nuts and fixing bolts shall be fully tightened. Use correct size of cable
corresponding to the current rating of the motor with voltage drop during running shall be
limited to 3% and during starting shall be limited to 15% at motor full load current.

2.11.5.2 It is to be ensured that the gland is holding the cable tightly and there is no appreciable
gap left between the gland packing and the cable.

2.11.6 Insulation Resistance:

2.11.6.1 All new motors or where an existing motor has been stored for any length of time in
damp situation, the insulation resistance of the windings both between phase and to
earth should be taken by means of 500 volts DC Meager. The insulation resistance should
not be lower than 1 Mega Ohm when the motor is cold.
Contractor 222 Engineer-in-Charge
2.11.7 Installation and Foundation:

2.11.7.1 Pump when properly installed and when given reasonable care and maintenance, should
operate satisfactorily for a long period.

2.11.7.2 The pump should be as near the liquid source as practical so that a short direct suction
pipe may be used.

2.11.7.3 It should be placed so that it will be accessible for inspection during operation. Provide
necessary floor space around for inspection and servicing.

2.11.7.4 The foundation should be sufficiently substantial to absorb vibration /normal shock and to
form a permanent rigid support to the full area of base plate.

2.11.7.5 The foundation template with hanging foundation bolts, sleeves and washers shall be
placed in position over the pit and shuttering fixed around it. The bolt, washer and sleeve
should be free from oil and may be provided with a mixture of neat cement.

2.11.7.6 The purpose of the sleeve is to allow movement of the bolts for final positioning to
register with the bolt holes in the base plate.

2.11.7.7 The concrete should be 1:2:4 mix. Contact faces of the forms and pit should be wetted
before pouring concrete. The pouring of concrete should be continuous and should be
completed in one operation.

2.11.7.8 The foundation should extend atleast 15 cm beyond each side. The depth and side
extensions should be suitably increased for locations having poor soil conditions.

2.11.7.9 The foundation should be cured for atleast 7 days before the equipment is put on it. Keep
the foundation wet for the entire setting period of 28 days.

2.11.8 Leveling and Alignment:

2.11.8.1 Remove the template and mount the complete unit with the base plate on the
foundation.

2.11.8.2 Secure enough rectangular steel blocks, strips and pack them under base plate on each
side of the foundation bolt so that the base plate is clear form the foundation surface by
2cms to 4 cms.

2.11.8.3 Adjust the metal supports until the shafts of the pump and driver are level. Have the
coupling halves disconnected and check the flange faces as well as the machined suction
and discharge connections of the pump for horizontal and vertical positions by means of
machinist’s level. Correct the position, if necessary, by adjusting the metal supports under
the base plate. Tighten by hand all the bolts by means of nuts and lock washer.

2.11.8.4 A flexible coupling should not be used to compensate for misalignment of the pump and
driver shafts.

2.11.8.5 The coupling halves are to be disconnected during the leveling process and they are to
remain disconnected till the final check is made after the pipe connections are made.

Contractor 223 Engineer-in-Charge


2.11.8.6 After each change during alignment it is necessary to recheck the alignment both angular
and parallel.

2.11.9 Grouting:

2.11.9.1 With the correct alignment and after the concrete foundation has set, the foundation
bolts should be tightened evenly but not too firmly, leaving the steel packing in place.
Recheck for level and alignment and correct.

2.11.9.2 Mix the grout, using 1 volume of cement to 2 volumes of sharp clean sand, pour the grout
through the space between the drain planking and the base plate.

2.11.9.3 When the grout has hardened, usually about 48 hrs. after pouring, tighten foundation
bolts fully.

2.11.10 Check for level and Alignment:

2.11.10.1 Starting of Motor

2.11.10.2 Disconnect coupling of motor side to coupling of pump side.

2.11.10.3 Check supply voltage which should be same as per rated voltage of the motor as marked
on the name plate.

2.11.10.4 Check all external connections, rating of fuse, setting of protective devices to ensure that
they are correct and as per the relevant connection diagram.

2.11.10.5 Check ball and roller bearings and bearing housing to ensure that they are correctly
charged with grease. For replenishing, if necessary, fresh grease of lithium base should be
used. Lithium base grease should conform to Grade 2 of IS: 1002.

2.11.10.6 For first starting, stop the motor immediately. After starting if there is no fault signs start
the motor for some time and check all electric and mechanical connections.

2.11.10.7 Check direction of rotation before coupling to a load. Direction of rotation can be reversed
by interchanging any two line lead.

2.11.10.8 After the motor has started the following shall be checked:

2.11.10.9 Check that there is no abnormal vibration of the motor while it is running on load and
noise of the bearing.

2.11.10.10 Check the full load current drawn by motor in all three phases. A motor should never be
allowed to operate on higher current than stated in the name plate.

3.0 ELECTRIC MOTORS

3.1 The motor shall be designed as per IS: 325. The starters for all electric Pumps shall be Star
Delta type. It shall be designed for continuous full load duty. The motor shall be capable
of handling the required starting torque of the pumps. Speed of motor shall be
compatible with the speed of the pump.

Contractor 224 Engineer-in-Charge


3.2 The cooling fans shall be directly driven from the motor shaft.

3.3 Motors shall be totally enclosed type and shall have a dust tight construction with
suitable means of breathing and of drainage to prevent accumulation of water from
consideration.

3.4 All components shall be of adequate mechanical strength and robustness and shall be
constructed of metal unless otherwise approved.

3.5 The rating and design shall conform to IS : 325.

3.6 The motors shall be Squirrel Cage TEFC induction type.

3.7 The motors shall be wound for class-F insulation’s with temperature rise limited to class “B”
insulation, and the winding shall be vacuum impregnated with moisture resisting varnish, and
glass wool insulated to withstand tropical conditions.

3.8 Two independent earthing points shall be provided on opposite sides of motor for bolted
connections.

3.9 415 Volt power terminals shall be suitable for receiving 1.1 KV grade armoured power cables.

3.10 The cable boxes and terminations shall be designed to enable easy disconnection and
replacement of cables.

3.11 Motor shall be suitable for +/- 10% variation in voltage and +/- 5% variation in frequency.

3.12 Motor rated 30KW and above shall be provided with suitable single phase space heater.

3.13 No under voltage / no voltage strip will be provided for main and sprinkler pump motors.
However, overload and single phase protection will be provided for jockey pumps.

4.0 DIESEL ENGINE

4.1 General

4.1.1 The diesel engine shall be of multi-cylinder type four stroke cycle with mechanical (airless)
injection, cold starting type.
4.1.2 The engine shall be designed with regard to ease of maintenance, repair, cleaning and
inspection. This will also provide interchangeability of parts. The engine shall be cooled by
water through heat exchanger.

4.1.3 All parts susceptible to temperature changes shall have tolerance for expansion and
contraction without resulting in leakage, misalignment of parts or injury to parts.

4.1.4 Diesel Engine shall be as per IS : 10001 / 100002.

4.2 Starting

4.2.1 The engine shall be capable of both automatic and manual start. Generally the engine shall
start automatically, but in case of the auto-start system failure the engine shall be capable of
manual start. Engine shall be able to start without any preliminary heating of combustion
Contractor 225 Engineer-in-Charge
chamber; cranking mechanism shall also be provided. All controls/ mechanisms which have to
be operated in the starting process shall be within easy reach of the operator. A day oil tank
of adequate capacity constructed in MS sheet shall be provided as per manufacturer’s guide
line.

4.2.2 A high torque DC motor charged by battery shall initiate automatic start of diesel engine. The
battery shall hold adequate retainable charge to provide the starting of the diesel engine.
Starting power will be supplied from one set of storage batteries. The battery capacity shall be
adequate for ten consecutive starts without recharging with a cold engine under full
compression.

4.2.3 The battery banks shall be used for no other purpose other than starting of the engine and
shall be fully charged at all times with provision for 2 rate trickle & boost chargers. After start
of the engine the charger shall be disconnected, the battery being fed from the engine
dynamo.

4.2.4 Engine shut down shall be through manual operated push button on panel mounted on
engine body by manufacturer.

4.3 Governing System

4.3.1 The engine shall have a speed control device which will control the speed under all conditions
of load. The governor shall be suitable for operation without external power supply.

4.3.2 The Governor shall offer following features:

4.3.2.1 An adjustable governor to regulate engine speed within a range of 10%between shut-off and
maximum load conditions of the pumps. The governor shall be set to maintain rated pump
speed at maximum pump load. It is to be provided with a built techno meter to indicate the
RPM of the Engine.

4.3.2.2 An over speed shutdown device to shutdown the engine at a speed approximately 20% above
rated engine speed with manual reset, so that the automatic engine controller will indicate an
over speed signal until the device is manually reset to normal operating position.

4.3.2.3 The flywheel shall have graduated markings around the periphery to facilitate checking of
valve and fuel pump timings.

4.3.2.4 The engine shall be connected with the fire water pump by means of standard flexible
coupling. The arrangement shall be such that the engine and the pump can be removed for
maintenance without disturbing each other.

4.4 Fuel System

4.4.1 The diesel engine is to run on High Speed Diesel, the tank to be provided being enough to hold
the volume required for 8 hours (minimum) continuous operation in addition to that in the
engine fuel tank. The day oil tank shall be supplied by the Engine Manufacturer. The tank shall
be of MS sheet of thickness approved by the Engine Manufacturer with an internal lead sheet
lining to prevent contact between tank and oil. The fuel tank shall be provided with a sludge
and sediment trap. It will facilitate sludge being not carried to injection pump.

Contractor 226 Engineer-in-Charge


4.4.2 Tank shall have indications for Low Fuel Level, Float Switch, Fuel Level indicator with shut-off
nozzle and shall be duly calibrated. A fuel injection pump is to be provided to transfer diesel
from fuel tank to engine tank.

4.4.3 Necessary auxiliary equipment shall be provided for fuel system.

4.4.4 The complete fuel oil system shall be designed to avoid any air pockets in any part of the pipe
work, fuel pump, sprayers, injectors, filter system etc. Air relief cock is not permitted.
However, where air relief is essential, screwed plugs may be used.

4.5 Engine cooling System

4.5.1 The diesel engine shall be cooled by Heat Exchanger and the Contractor shall make
arrangements for continuous supply of such water.
4.5.2 An automatic pressure lubrication system shall be provided by pump driven by the crank
shaft, taking suction from a sump and delivering through pressurized oil cooler and fine mesh
filters to a main supply header fitted to the bed plate casing. High-pressure oil shall be
supplied to main and big end bearing, camshaft bearings, camshaft chain and gear drive,
governor, auxiliary drive gears etc. Valve gear shall be lubricated at reduced pressure through
a reducing valve and the cam by oil bath.

4.6 Accessories

4.6.1 The engine shall be mounted on a base plate of fabricated steel construction. Adequate
access shall be provided to the big end and main bearings, camshaft and governor drives,
water jackets etc.

4.6.2 The engine shall have a base plate made from MS sections. There shall be reasonable space at
the big end, camshaft, water jackets, governor drives and main bearings.

4.6.3 The engine shall be provided with intake and discharge duct work, inlet filter and silencer,
outlet muffler, expansion joints, dampers etc. as necessary for efficient operation. Intake air
should be taken from inside the building in which the engine is located, but the exhaust
should be discharged into the air at a location as desired by the consultant/client and as per
Govt. rules. The Exhaust system to be suitably designed to prevent condensate flowing into
the engine.

4.6.4 Noise level of engine shall be as per IS specifications.

4.6.5 The engine shall be provided with three number batteries of 180 Ah each and consisting of 25
plates each.

4.6.6 The flywheel shall have graduated markings around the periphery to facilitate checking of
valve and fuel pump timings.

4.6.7 The engine shall be connected with the fire water pump by means of standard flexible
coupling. The arrangement shall be such that the engine and the pump can be removed for
maintenance without disturbing each other.

4.7 Instrumentation

Contractor 227 Engineer-in-Charge


4.7.1 The diesel engine shall be provided with adequate instrumentation. The lub oil system,
temperature indicator, in lub oil outlet from oil cooler, temperature indicator (contact type in
radiator), speed indicator, fuel oil tank level indicator, lubricating oil sump level dip stick,
gauges etc. as required are provided for in the Engine Panel.

4.8 Protection

4.8.1 The engine shall be provided with the following protection devices:

4.8.1.1 Overload

4.8.1.2 Over speed

4.8.1.3 Lube Oil Pressure

4.8.1.4 High water temperature.

5.0 FIRE PUMP CONTROL PANEL

5.1 General

5.1.1 The Panel shall be fabricated with 16 SWG for Doors and Covers 14 SWG for frame of CRCA
Sheet Construction with Red Oxide Primer and finally with approved colour paint to be stove
enameled. The busbar shall be of aluminum with PVC sleeving of appropriate colour code,
have a minimum current carrying capacity of 600 Amps. Colour shade shall be RAL 14032 as
per DIN and shall be powder coated. All panels shall be accessible from rear side. The panel
shall be capable of fault withstand capacity of 35 KA for duration of one second.

5.1.2 The Panel should be Cubical compartmentalized type with separate cable chamber & Busbar
Chamber. The Control terminals & Power terminals should be separated and necessary ferrule
markings, colour code shall be followed. A space for 300 mm shall be provided at the bottom
of the panel and necessary M.S. channel for the foundation shall be provided. The Ammeter &
Voltmeter shall be digital and all the HRC fuses rupturing capacity should not be less than 80
K.A.

5.1.3 The Busbar calculation shall be made for 1 Amp/mm2 for aluminum. The necessary interlocks
shall be provided as per system description. The fuse switch /switch fuse unit shall be IS:
13947 - 1993 and HRC fuse links shall be IS:131403 – 1993.

5.1.4 The Contractor shall submit the G.A. drawings, interconnections diagram etc. for approval of
the Client/ Consultant. Drawings shall indicate cable inlets, outlets, chamber dimensions and
front and side elevations. Further, the Contractor shall also submit complete schematic of
the electrical circuits for all pumps from the point of cable entry upto supply to the Pumps.
This drawing shall take into account all fuses, contactors, switches, meters etc.

5.1.5 The apparatus and circuits in the panels shall be so arranged as to facilitate their operation
and maintenance and at the same time to ensure the necessary degree of safety.

5.1.6 Provision shall be made in the panel for terminating the incoming cables as required in the
single line diagram. Only Top entries shall be permitted and all cables shall be provided with
cable terminations.

Contractor 228 Engineer-in-Charge


5.1.7 Provision shall also be made for permanently earthing the frames and other metal parts of the
switchgear by two independent connections.

Equipment shall conform to the latest applicable standards as mentioned. Incase of conflict
between the standards and this specification, this specification shall govern.

IS: 13947 (Part 2 & 5), 1993 - Low voltage switchgear & Control gears.

IS:2147, 1966 - Degree of Protection

IS:13947 (Part 4, Sec. 1), 1993 - Contractor for voltage not exceeding
1000V AC.
BS:60947-4-1, 1992:IEC:158

IS:375, 1993 - Marking and arrangement of bus bars

IS:694, 1990 & IS:8130, 1984 - PVC insulated cables and aluminum
conductor.

IS : 1248, 1991 - Direct acting electrical indicating


instruments.

IS : 131403, 1991 - Low voltage fuses.

IS:13118(All parts), 1991 - Alternating current circuit breakers.

IS:21405 (Part 1 to 4), 1992 - Current transformers.

IS: 3156 (Part 1 to 3), 1992 - Voltage transformers.

5.2.0 Engine Control Panel:

5.2.1 It shall be complete with required connections to set and comprising.

5.2.2 Water temperature gauge (dial type).

5.2.3 Lubrication oil pressure gauge.

5.2.4 Lubrication oil temperature gauge.

5.2.5 RPM indicator

5.2.6 Automatic Start Stop Device.

5.2.7 Manual : The Engine can be manually operated by means of push buttons.

5.2.8 Start Stop & Failure Control Device.

5.2.9 Start Key for manual starting.

5.2.10 Stop Push Button for manual stopping of engine.

Contractor 229 Engineer-in-Charge


5.2.11 Starting failure indication by lamp and Horn Unit.

5.2.12 Engine temperature very high indication by audio alarm.

5.2.13 Lubrication oil Pressure low indication by audio alarm and automatic stopping of engine.

5.2.14 Engine over speed indication by red lamp with engine over speeding audio alarm.

5.2.15 Engine set in operation indication by green lamp.

5.2.16 Mains supply available indicated by yellow lamp.

5.2.17 Push Button for Audio Alarm reset.

5.2.18 Push Button Failure indication by lamps.

5.3 CONSTRUCTIONAL FEATURES

5.3.1 Fire Pump Control panel shall be :

a) of the metal enclosed, indoor, floor mounted modular type

b) made up of the requisite vertical sections

c) of dust and vermin proof construction

d) provided with a degree of protection of IP-54.

e) Easily extendable on both sides by the addition of vertical sections after removing the
end covers.

f) Provided with a metal sill frame made of structural steel channel section properly
drilled for mounting the switchgear along with necessary mounting hardware.
Hardware shall be zinc plated and passivated.

g) Provided with labels on the front indicating the switchgear designation.

h) Provided with cable entry facilities at top with 3mm thick removable gland plates and
necessary cable glands. For 1 core cables these plates shall be non-magnetic.

i) of uniform height of not more than 2450mm

j) of single front execution

k) Provided with neoprene gaskets all round the perimeter of adjacent panels, panel and
base frame, removable covers and doors.

l) Provided with aluminum busbars running at the top or bottom, as required, all along
the length of the switchgear in a separate sheet steel enclosure.

5.3.2 Operating devices shall be incorporated only in the front of the switchgear.

Contractor 230 Engineer-in-Charge


5.3.3 The switchgear shall be provided in to distinct vertical sections each comprising:

a) A completely metal enclosed bus bar compartment running horizontally.

b) Individual feeder modules arranged in multi-tier formation. It is essential that the modules
are integral multiples of the basic unit size to provide for flexibility in changes, if any, at site.

c) Enclosed vertical busbars serving all modules in the vertical section. For safety isolation of the
vertical bus bars, insulating barrier with cut-outs shall be provided to allow the power stab
contacts to engage with vertical bus bars.

d) A vertical cable alley shall cover the entire height. The cable alley shall be minimum 200mm
wide for motor control modules and 500mm wide for circuit breaker controlled modules.

e) A horizontal separate enclosure for all auxiliary power and control buses, as required, shall be
located so as to enable easy identification, maintenance and segregation from the main power
buses. Tap-off connections from these buses shall be arranged separately for each vertical
section.

5.3.4 Each vertical section shall be equipped with space heaters which may be located in the cable
alley.

5.3.5 One metal sheet shall be provided between two adjacent vertical sections running to the full
height of the switchgear except for the horizontal busbar compartment. However, each
shipping section shall have metal sheets at both ends.

5.3.6 All equipment associated with a single circuit shall be housed in a separate module
compartment of the vertical section. The compartment shall be sheet steel enclosed on all
sides and the rear, with withdrawable units in position or removed, except on the cable alley
side. A plate cover with a slot to permit wiring connections shall be provided on the side
corresponding to the cable alley. The front of the compartment shall be provided with a
hinged door.

5.3.7 For draw out type, modules, only the handles of control and selector switches, push buttons,
knobs and cut-outs for lamps and meters shall be arranged on the front doors of the
respective compartments to permit operation without opening the door. On circuit breaker
controlled circuits, protective relays shall be mounted on the front door of the compartment.
All other equipment pertaining to a circuit shall be mounted on the withdrawable chassis. All
cut-outs shall be provided with gaskets for the purpose of dust-proofing.

5.3.8 Current transformers shall not be directly mounted on the buses. Current transformers on
circuit breaker controlled circuits shall be mounted on the fixed portion of the compartment.

5.3.9 In breaker compartments, suitable barriers shall be placed between circuit breakers and all
control, protective and indication circuit equipment including instrument transformers.
External cable connections shall be carried out in separate cable compartments for power and
control cables.

5.3.10 After isolation of power and control connections of a circuit, it shall be possible to safely carry
out maintenance in a compartment with the bus bars and adjacent circuits live.
Contractor 231 Engineer-in-Charge
5.3.11 The withdrawal chassis shall move on suitable guides and on suitably plated steel or stainless
steel rollers or balls to facilitate easy withdrawal.

5.3.12 Cable alleys shall be provided with suitable hinged doors. It shall be possible to safely carry
out maintenance of cable connections to any one circuit with the bus bars and adjacent live
circuits. Adequate number of slotted cable support arms shall be provided for dressing the
cables.

5.3.13 All doors shall be provided with concealed type hinges and captive screws with padlocking
arrangement.

5.3.14 The withdrawable chassis housing circuit breakers shall be of the fully draw-out type.

5.3.15 The withdrawable chassis housing feeder control and motor control equipment not
incorporating circuit breakers shall be of the fully draw-out, or fixed type.

5.4 MOULDED CASE CIRCUIT BREAKER

5.4.1 Moulded case circuit breakers shall be made of insulating case and cover made of high
strength, heat resistant and flame-retardant thermosetting insulating material.

5.4.2 The switching mechanism shall be quick make /quick- break type utilizing a trip free toggle
mechanism. The handle position shall give positive indication of whether the breaker is ON
(top), OFF (down) or tripped (midway). For overload protection, three bimetal magneto-
thermal release and electromagnets releases for short circuit protection to be provided. The
magneto-thermal release shall be variable and direct acting. All releases shall operate on a
common trip bar so that all phases are disconnected in the event when fault occurs even on
only one of them.

5.4.3 The contacts shall be made of silver alloy and arc chutes shall be made of de-ion plates. These
plates shall be housed in a vulcanized fiber casing. The arc chutes shall be capable of
quenching the arc rapidly and drawing away the arc from contact tips.

5.4.4 The terminals shall have sufficiently large dimensions to accept links or cable lugs of suitable
sizes.

5.5 MINIATURE CIRCUIT BREAKERS (MCB)

5.5.1 MCBs shall be hand operated, air break, quick make, quick break type conforming to
applicable standards.

5.5.2 MCB shall be provided with overload / short circuit protective device for protection under
overload and short circuit conditions. The minimum breaking capacity of MCBs shall be 9KA
r.m.s at 415 V/220V D.C.

5.5.3 MCBs shall be provided with locking facility.

5.6 Power Cable:

Contractor 232 Engineer-in-Charge


The power cables shall be XLPE insulated PVC sheathed aluminum conductor armoured cable
conforming to IS: 14098 with latest amendments or revision. The cable shall be laid directly in
ground, pipes, masonry ducts, cable tray surface of wall etc. as shown on drawings.
5.6.1 The cable shall satisfy the following tests as per relevant IS codes:

5.6.1.1 Insulation Resistance Test (Sectional and Overall).

5.6.1.2 Continuity Resistance Test.

5.6.1.3 Earth Continuity Test.

5.6.2 All tests shall be carried out in accordance with relevant Indian Standard Code of Practice and
Indian Electricity Rules. The contractor shall provide necessary instruments, equipments and
labour for conducting the above tests and shall bear all expenses of conducting such tests.
5.7 Cable Tray:

5.7.1 The cable tray shall be fabricated out of slotted / perforated MS sheets as channel sections,
single or double bended. The channel sections shall be supplied in convenient lengths and
assembled at side to the desired lengths. The cable tray shall be fabricated from cold rolled
MS Sheets of 2mm thickness.

5.7.2 The jointing between the sections shall be made with coupler plates of the same material and
thickness as the channel section. Two coupler plates, each of minimum 200 mm length, shall
be bolted on each of the two sides of the channel section with 8mm dia round headed bolts,
nuts and washers. In order to maintain proper earth continuity bond, the paint on the contact
surfaces between the coupler plates and cable tray shall be scrapped and removed before the
installation.

5.7.3 Factory fabricated bends, reducers, tee / cross junctions etc. shall be provided as per good
engineering practice. The radius of bends, junctions etc. shall not be less than the minimum
permissible radius of blending of the largest size of cable to be carried by the cable tray.

5.7.4 The entire tray and the suspenders shall be painted with two coats of red oxide primer paint
after removing the dirt and rust and finished with two coats of spray paint of approved make
synthetic enamel paint.

5.7.5 The cable tray shall be bonded to the earth terminal of the switch boards at both ends.

5.7.6 Cable tray shall be supported by 12 mm dia MS Rods at interval of 100cm by using dash
fasteners.

5.8 Earthing

5.8.1 All equipments installed shall be earthed by making proper connection by means of GI strip to
the main earthing system complying with IS: 3043.

6.0 CODES AND STANDARDS FOR PUMPS AND MOTORS

6.1 PUMPS:

6.1.1 The pumps shall perform to the standards and codes as given below:

Contractor 233 Engineer-in-Charge


6.1.2 IS:1520 - Horizontal centrifugal pumps for clear, cold and fresh water.

6.1.3 BS:599 - Methods of testing pumps.

6.1.4 PTC :8 - ASME Power Test Codes – Centrifugal pumps.

6.1.5 IS: 12469 - Pumps for Fire Fighting System.

6.2 MOTOR

6.2.1 The following codes shall be applicable for the motor.

6.2.2 IS:325 - Induction motors, three –phase.

6.2.3 IS : 900 - Induction motors, installation and maintenance, code of


practice for

6.2.4 IS:7816 - Guide for testing insulation resistance of rotating machines.

6.2.5 IS:4029 - Guide for testing three phase induction motors.

6.2.6 IS:3043 - Code of practice for earthing.

6.2.7 Further to those stated above, the design, manufacture, installation and performance of
motors shall conform to the latest Indian Electricity Act and Indian Electricity Rules. The motor
shall also be acceptable to the Tariff Advisory Committee.

7.0 FIRE FIGHTING ACCESSORIES

7.1 Piping

7.1.1 Pipes of the following types (depending upon the description of item) shall be used:

7.1.2 MS pipes conforming to IS:1239, ISI marked (heavy grade) for pipes of sizes 150mm NB and
below suitably treated on the outside to prevent soil corrosion as per IS : 10221.

7.1.3 MS pipes conforming to IS: 3589, 6.35mm thick for pipes of sizes above 150mm dia.

7.1.4 The pipes shall be manufactured by Electric Resistant Welded (ERW), Electric Fusion Welding
or Induction Welding process. The weld shall be continuous. The pipes shall conform to the
Tensile Test, Hydraulic Pressure Test and Mechanical test as per IS: 3589. The pipes shall also
conform to the requirements of the Outside pipe dia. as laid down in IS:3589. Pipes shall be
supplied with bevel edging.

7.1.5 MS Pipe up to 150 mm dia. shall have all fittings as per IS: 1239, part –II (heavy grade) while
pipes above 150mm dia. shall be as per IS: 3589 inclusive of IS Marking.

7.1.6 For MS Pipes up to 50mm dia screwed jointing shall be adopted, while for pipes above 50mm
dia welded or flanged connections shall be used. Only electro galvanized nuts/ bolts shall be
used.

7.1.7 The different types of pipes/fittings shall conform to the following:


Contractor 234 Engineer-in-Charge
Type of Pipes / Size Grade Ends / Fitting Code
Dia.
MS Pipes Upto 50mm Heavy Screwed IS: 1239 (Part-1)
dia.
MS Fittings -do- Heavy -do- IS: 1239 (Part-1I)

MS Pipes Above 50mm Heavy Bevel, Butt IS: 1239 (Part-1)


dia and upto Welded, 3
150mm dia layers

MS Fittings -do- Heavy, machine -do- IS: 1239 (Part-1I)


formed from IS
marked Heavy
Grade Pipes

MS Pipes Above 150mm 6.35mm wall Bevel, Butt IS : 3589


dia thickness minimum Welded, 3
layers

MS Fittings -do- Schedule 40 -do- IS: 3589

7.1.8 Hangers and supports shall be capable of carrying the sum total of all concurrently acting
loads. They shall be designed to provide the required supporting effects and allow pipelines
movements as necessary. All guides, anchors, braces, dampeners, expansion joints and
structural steel to be attached to the building /structure, trenches etc. shall be provided by
the Contractor. Hangers and components for all piping shall be approved by the Engineers.
Anchoring fasteners shall be rated to take minimum 2 ton load and shall be as per approved
make. Hangers shall be at 3.0 M intervals. Additional supports shall be provided at bends etc.
Angles for pipe supports should not be less than 40x40x6mm size. Cutting shall be by gas
cutter. All cut edges and weld surfaces shall be grounded to a smooth finish.

7.1.9 The piping system and components shall be capable of withstanding 150 per cent of the
working pressure including water hammer effects and test pressure upto 15.0 Kg/cm2.

7.1.10 Flanged joints shall be used for connections to vessels, equipment, flanged valves and also on
suitable straight lengths of pipeline of strategic points to facilitate erection and subsequent
maintenance work.

7.1.11 The piping for the hydrant system in the yard shall be laid in soil 1.2M deep, the pipe line shall
have wrapping in 2 layers of coal tar tape each 2mm thick. The scope of work includes
necessary excavation of trench and back filling the same. The scope of work also includes
necessary watering, ramming, removing the surplus earth from the site etc. Coating and
wrapping shall be done after completion of hydro test of pipe lines.

7.1.12 Coat tar shall be applied as a final coat at the rate of 4.5 kg. per square metre of surface area
of the pipe. The coal tar shall be hot blown and applied immediately. Layer to layer overlap
shall be a minimum of 25 cm. The anti corrosive treatment shall be carried out over ground.

Contractor 235 Engineer-in-Charge


7.1.13 All pipes treated for anti corrosive treatment shall also be checked for line leakage by Holiday
test. The test shall be carried out for the complete length and diameter of the pipe. The test
shall be carried out under the supervision of the Architect / Engineer. All M.S. pipes below
ground shall be laid on a layer of 7.5 cm coarse sand (Zone IV) and filled upto 15 cm above the
pipes.

7.1.14 Pipe to pipe jointing by welding shall be carried out over-ground. A maximum of 4 lengths
shall be jointed after which flanged connection with asbestos gaskets shall be used. Welding
shall be carried out as per related item given elsewhere. Pipe lowering into the trench shall be
carried out with utmost care to avoid damage to the joints. No backfilling shall be carried out
unless the pipes have been pressure tested for joint leakages and coating and wrapping as per
rules.

7.1.15 All welding shall be carried out by a certified welder only. The Contractor must produce the
Welder’s Certificate.

7.1.16 All pipe to pipe receiving edges shall be bevel finished to a clean edge by an electric grinder. A
requisite gap determined by the thickness of the weld electrode shall be given between the
joints before start of welding.

7.1.17 Weld Electrodes shall be of approved make, of grade and type as suitable for the job. This
shall be satisfied by the Consultant before start of work.

7.1.18 Joints shall be given a first weld in full width without burrs on the full dia of the pipe. Welding
shall be carried out vertically from the surface to be welded. Weld fluxes shall not be so
plastic such as to fall or drip down.

7.1.19 After application of first coat of the weld shall be ground and then another layer of welding
shall take place. The weld shall also be cleaned by grinding. Similarly, a third weld shall also
be applied.

7.1.20 All pipe cutting shall be by oxy acetylene gas only. The cut surface shall be cleaned and
ground by an electric grinder before further welding.

7.1.21 Pipe cutting or welding in inaccessible areas shall be avoided. Pipes shall not be welded in
trenches unless the bottom edge of the pipe does not have clear space for working with
electrode.

7.1.22 For supports angle pieces shall be cut by oxy acetylene gas and cleaned by electric grinder. All
cutting for bolt inserts shall be by electric drill.

7.2 Valves

7.2.1 Valves in the building shall be Cast iron (IS 210), grade FG 260 butterfly valves conforming to
PN 1.6, heavy duty cast iron disc with rubber lining ,anti corrosive nickel plating, nitrile seat
and stainless steel 410 stem with lever/gear operation and powder coated finish for fire
fighting application.

7.2.2 Valves 50 mm and below shall be brass ball valves with brass body (nickel body), brass ball
(hard chrome plated) and Teflon seat. Valves shall be tested at manufacturer’s works.

Contractor 236 Engineer-in-Charge


7.2.2 Non-return valves shall be cast iron of grade FG 260 swing check type. An arrow mark in the
direction of flow shall be marked on the body of the valve. These valves shall conform to
IS:5312. The flap shall be of cast iron and flap seat ring of leaded gun metal.

7.2.3 Valves below 50mm size shall have screwed ends while those of 50mm and higher sizes shall
have flanged connections. Drain lines will have valves for draining.

7.3 Hydrant

7.3.1 Hydrant valve shall be as per IS: 5290 of Stainless Steel and inlet of 80mm dia. with 63 mm dia.
outlet. The valve shall be oblique type complete with hand wheel, quick coupling connection,
spring and Stainless Steel blank cap as per IS : 5290. The hydrant shall be laid on 150 mm dia.
main teed off to 100mm dia. and Stand Post of 80mm dia, at approx. 1.2 mtr. from ground
level. The Hydrant shall be IS marked. Orifice plate in 6mm thick stainless steel with orifice of
32/40/50 mm dia. shall be provided with each Hydrant.

7.3.2 The Hydrant shall be constructed from Stainless Steel as per IS, and finished to a smooth
polish on screwed ends. The Hydrant shall have screwed inlet of 75 mm dia., flanged type
with 4 Nos. holes. The outlet shall be 63mm female instantaneous oblique type. The spindle
shall be of Stainless Steel with cast iron wheel. The Hydrant shall have a PVC plug with chain
fixed to the main body of the Hydrant. The Hydrant shall conform to IS:5290.

7.3.3 The Hydrant shall be tested to 25Kg/cm2 test pressure. All threaded joints shall be sealed with
“Holdtite”. The lug shall be wing type.

7.4 First Air Hose Reel

7.4.1 The Hose reel shall be drum type with hub wheel ties. The supply pipe shall be of aluminium
alloy and be a part of the suspension assembly. The drum shall rotate freely on the assembly.
The drum shall be fabricated from GI sheet of minimum 18 gauge thickness. Length of Hose
Reel shall be 36 metres.

7.4.2 The hose reel shall be directly tapped from the riser through 25mmdia pipe, the drum and the
reel being firmly held against the wall by use of dash fasteners. The hose reel shall be swinging
type (180 degree) and the entire Drum, Reel etc. shall be as per and IS:884 including marking.
The rubber tubing shall be of IS:444 marked and double braided. The nozzle shall be 6mm dia.
ABS plastic rotating head shut off type. A Ball valve shall be used to shut off the water supply
to the Hose Reel.

7.5 External Hose Cabinets

7.5.1 Each Hydrant /Fire Brigade inlet shall be housed in a Hose Cabinet of minimum 0.75 m x 0.6 m
x 0.25 m. The Hydrant Cabinet shall hold single headed hydrant, 2 nos. Hoses and 1 No.
Branch pipes or Fire Brigade inlets.

7.5.2 The cabinet shall be 16 gauge MS sheet with sides being folded back through machine. The
Box shall have a single shutter with glass of 5mm thickness. The cabinet shall be supported on
a 40x40x6mm thick angle.

7.5.3 The cabinet shall be powder coated with red paint. The words “Yard Hydrant”, “Hydrant” etc.
shall be painted in white (or red on the glass) in 75 mm high letters. The hose box shall be

Contractor 237 Engineer-in-Charge


lockable with socket spanner. All horizontal surfaces shall be sloped adequately with water
discharge holes. Vents shall also be located on sides of the Hose Box.

7.6 Air Vessel

7.6.1 The Air Vessels shall be provided to compensate for slight loss of pressure in the system and
to provide an air cushion for counter acting pressure surges whenever the pumping set comes
into operation. It shall be normally partly full of water, the remaining being filled with air
which will be under compression when the system is in normal operation. Air vessel shall be
fabricated from 8mm thick MS plate with dished ends and suitable supporting legs. It shall be
provided with a 100 mm dia flanged connections from pump, one 50mm drain with valve, one
water level gauge and 25mm sockets for pressure switches. The air vessel shall be
hydraulically tested to 21.0 Kg/cm2 pressure for 30 minutes. All valves shall be ball valves gun
metal / bronze.

7.6.2 The air vessels in the pump room shall be 2000 m long (excluding dished ends) and shall be of
450mm dia. The air vessels at the terrace over each riser shall be 1200 mm long (excluding
dished ends) and 250 mm dia.

7.7 Four Way Fire Brigade Inlet and draw-off connection

7.7.1 Fire Brigade Inlet Connection shall be taken directly to the main. It shall comprise of four
instantaneous male inlet coupling with plug and steel chain. The inlet shall have a dual plate
wafer type non return valve and a butterfly valve on the line upto the main. The Fire Brigade
Inlet shall be complete with necessary components like special fittings of medium quality MS
bends, flanged tees etc. The plug shall be of moulded PVC.

7.7.2 Fire Brigade Inlet connection for Tank filling Fire Brigade shall be four way with Stainless Steel
instantaneous male inlet coupling connection for connection with Fire Brigade vehicles.

7.7.3 The inlets shall be provided with ABS Quality Plastic Blank caps with chain and arrangement
for attaching the blank cap & chain to the FB inlet.

7.7.4 Draw off connection – a draw off connection for drawing the water from the Fire Tank would
be provided next to the inlet connection to enable Fire Brigade to draw water from the Fire
Tank. This shall consist of a Stainless Steel stand draw off connection with a Stainless Steel
blank cap and a chain. A 150mm suction pipe with a foot valve and strainer shall be provided
as per drawings.

7.8 System Drainage

7.8.1 The system shall be provided with suitable drainage arrangements with GI piping of 50 mm
dia, complete with all accessories, and provided with 50mm dia butterfly valve.

7.9 Valve Pits

7.9.1 A masonry pit of internal dimension 0.9 x 0.9 x 1.0 M depth shall be built to accommodate
each of the valves placed externally. Walls shall be of 75 class designation brick work in
cement mortar 1:5 (1 cement : 5 fine sand). The top slab RCC shall be of 1:2:4 mix (1 cement :
2 coarse sand: 4 graded same aggregate 20mm nominal size) and inside plastering with
cement mortar 1:3 ( 1cement : 3 coarse sand ) 12mm thick finished with a floating coat of
neat cement all complete. CI surface fox will be provided for operation of valve.
Contractor 238 Engineer-in-Charge
7.10 Pressure Gauge

7.10.1 The pressure gauge shall be constructed of die cast aluminium and stove enameled. It shall be
weather proof with an IP 55 enclosure. It shall be stainless steel bourden tube type pressure
gauge with a scale range from 0 to 16Kg/cm2 and shall be constructed as per IS : 3624.

7.11 Painting

7.11.1 All Hydrant and Sprinkler pipes shall be painted with post office red colour paint. All pipes
shall first be cleaned thoroughly before application of primer coat. After application of two
primer coats, two coats of enamel paint shall be applied. Each coat shall be given minimum 24
hours drying time. No thinners shall be used. Wherever required all pipe headers shall be
worded indicating the direction of the flow in pipe and its purpose such as “TO RISER NO.1”
etc. All necessary protection to adjacent objects shall be taken by the contractor. Flanges,
Nuts, bolts, Gate and Non Return Valves shall be painted light grey. Nuts and bolts shall not be
painted. Before painting, grease shall be applied to nuts and bolts so that it does not attract
paint.

7.12 Couplings

7.12.1 Couplings shall be of Stainless Steel, machined and polished to requirements. Both male and
female couplings shall be fitted into each other smoothly and without any unnecessary force.
Couplings shall be IS:903 marked with the name of the manufacturer. The coupling shall be
tested to 25 Kg/cm2 test pressure. The male couplings shall be provided with lugs for inserting
female coupling.

7.13 Branch Pipe

7.13.1 The branch pipe shall be constructed from Stainless Steel alloy to IS : 903 and finished to a
smooth polish. The branch pipe shall be able to give straight stream and shall be IS marked.
The branch pipe shall be tested to 20 Kg/cm2 pressure. The inlet bore shall be 63mm dia for
quick coupling joint to the Hose and the nozzle side shall be 20mm dia.

7.14 Installation Control Valve for Sprinkler

7.14.1 The installation Control Valve shall be double seated clapper type check valve. The body and
cover shall be made from Cast Iron to ASTM A 126 B. The seat and seat clamp shall be made
from brass as per ASTM B16. The sealing to the seat shall be neoprene gasket.

7.14.2 It shall be vertically mounted and the direction of water travel shall be indicated on the
surface. It shall be rated to 21 Kg/cm2.

7.14.3 A By-pass check valve shall be fitted to adjust minor and slow variations in water pressure for
balancing so as to avoid any false alarm.

7.14.4 A brass strainer shall also be provided at the point of water supply to the Alarm gong. A
retarding Chamber shall also be provided. The chamber shall be able to balance the water
pressure in case of water line surges.

7.14.5 Each installation control valve shall have two sets of pressure gauges with brass ball valve
type shut off.
Contractor 239 Engineer-in-Charge
7.14.6 A Water Motor Alarm shall also be provided. This shall be mechanically operated by discharge
of water through an impeller. The drive bearing shall be weather resistant. A strainer shall be
provided on line before the nozzle. The gong piece shall be constructed from brass to ASTM
B16. The Housing and Housing cover shall be pressure die cast aluminum.

7.15 Pendant type Sprinkler Head

Sprinkler head shall be of quartzoid bulb type with bulb, valve assembly, yoke and the
deflector. The sprinkler head shall be forged from gun metal. The Sprinkler shall be of
approved make and type with 15mm nominal dia. outlets.

The bulb shall be made of corrosion free proprietary frangible glass material strong enough to
withstand any water pressure likely to occur in the system. The bulb shall shatter when the
temperature of the surrounding air reaches at 68 °C.

The nominal bore shall be 15mm dia. and colour of liquid shall be Red.

The Sprinkler head shall be UL listed.

The sprinkler below false ceiling shall also be provided with a double plate captive rosette
assembly to seal the junction between the pipe and the false ceiling.

7.16 Upright type Sprinkler Head

Upright sprinkler heads shall be similar to Pendant type in material construction and
performance but designed to throw water Droplates upwards in umbrella fashion, to cool the
underside of ceiling and extinguish any fire involving combustibles above false ceiling.

The sprinkler head shall be from approved makes. The nominal bore shall be 15mm dia. and
the colour of liquid shall be red.

7.17 Powder coated Sprinkler with Powder coated Twin Plate Rosette

The sprinkler head shall be same as pendant type above but powder coated white. The
Sprinkler head shall be provided with a double plate powder coated rosette that shall seal the
gap between the false ceiling and the sprinkler head.

The adjustment allowable shall be 12mm. The lower part shall have flared ends that shall fit
tightly into the upper piece.

7.18 Extended Coverage Sidewall Sprinkler

The intent of use of this Sprinkler Head is to reduce piping within office and shop spaces as
well as to provide complete sprinkler coverage.

7.18.1 The Sprinkler head shall be fast response quartzoid bulb type with bulb, valve assembly, yoke
and top mounted deflector. The Sprinkler shall be of approved make and type with 20mm
nominal dia outlet. The water spray shall be equally distributed along the axis of the Sprinkler
head with a minimum reach of 6.0 M at 3 Kg. Sqm. Pressure.

8.0 Flow Switch

Flow switch shall have a paddle of suitable width to fit within the pipe bore. The terminal box
shall be mounted over the paddle / pipe through a connecting socket. The switch shall have
potential free contact of suitable rating with N O or N C position as required. The switch shall
Contractor 240 Engineer-in-Charge
be able to trip and make / break contact on the operation of a single sprinkler head. The
terminal box shall have connections for wiring to the Annunciation panel. The seat shall be
stainless steel. The flow switch enclosure shall have IP:65 protection.

The flow switch shall work at a minimum flow rate of 100 LPM. Further, it shall have a ‘Retard’
to compensate for line leakage or intermittent flows.

9.0 Orifice Plates


9.1 Orifice plates shall be of 6mm thick Stainless Steel to reduce pressure on individual hydrants
to operating pressure of 3.5 kg/cm². Design of the same shall be given by the contractor as per
location and pressure condition of each hydrant.

10.0 Fire Extinguishers

10.1 Fire Extinguishers shall be provided as per the bill of quantities, based on TAC manual.

Contractor 241 Engineer-in-Charge


SECTION – 5

COMMISSIONING & GUARANTEE

1. SCOPE OF WORK

Work under this section shall be executed without any additional cost. The rates quoted in this
tender shall be inclusive of the works given in this section.

Contractor shall provide all tools, equipment, metering and testing devices required for the
purpose.

On award of work, Contractor shall submit a detailed proposal giving methods of testing and
gauging the performance of the equipment to be supplied and installed under this contract.

All tests shall be made in the presence of the Architect or his representative or any inspecting
authority. At least five working days notice in writing shall be given to the inspecting parties
before preforming any test.

Water flow rates of all equipment and in pipe lines through valves shall be adjusted to design
conditions. Complete results of adjustments shall be recorded and submitted.

Contractor shall ensure proper balancing of the hydraulic system and for the pipes / valves
installed in his scope of work by regulating the flow rates in the pipe line by valve operation.
The contractor shall also provide permanent Tee connection (with plug) in water supply lines
for ease of installing pressure gauge, temperature gauge & rotameters. Contractor shall also
supply all required pressure gauge, temperature gauge & rotameter for system commissioning
and balancing. The balancing shall be to the satisfaction of Consultant / Project Manager.

Three copies of all test results shall be submitted to the Engineer in A4 size sheet paper within
two weeks after completion of the tests.

2 PRECOMMISSIONNIG

On completion of the installation of all pumps, piping, valves, pipe connections, insulation etc.
the Contractor shall proceed as follows:

a. Prior to start-up and hydraulic testing, the Contractor shall clean the entire installation
including all fitments and pipework and the like after installation and keep them in a
new condition. All pumping systems shall be flushed and drained at least once
through to get rid of contaminating materials. All pipes shall be rodded to ensure
clearance of debris, cleaning and flushing shall be carried out in sections as the
installation becomes completed.

b. All strainers shall be inspected and cleaned out or replaced.

Contractor 242 Engineer-in-Charge


c. When the entire systems are reasonably clean, a pre-treatment chemical shall be
introduced and circulated for at least 8 hours. Warning signs shall be provided at all
outlets during pre-treatment. The pre-treatment chemical shall:

· Remove oil, grease and foreign residue from the pipe work and fittings;

· Pre-condition the metal surfaces to resist reaction with water or air.

· Establish an initial protective film;

· After pre-treatment, the system shall be drained and refilled with fresh water
and left until the system is put into operation.

· Details and procedures of the pre-treatment shall be submitted to the


Architect for approval.

d. Check all clamps, supports and hangers provided for the pipes.

f. Fill up pipes with water and apply hydrostatic pressure to the system as given in the
relevant section of the specification. If any leakage is found, rectify the same and retest
the pipes.

Fire Protection System

a. Check all hydrant valves by opening and closing : any valve found to be open shall be
closed.
b. Check all the piping under hydro test.
c. Check that all suction and delivery connections are properly made for all pump sets.
d. Check rotation of each motor after decoupling and correct the same if required.
e. Test run each pump set.
f. All pump sets shall be run continuously for 8 hours (if required with temporary piping
back to the tank).

Commissioning and Testing

a. Pressurize the fire hydrant system by running the jockey pump and after it attains the
shutoff pressure of the pump , then
b. Open bypass valve and allow the pressure to drop in the system. Check that the jockey
pump cuts-in and cuts-out at the preset pressure. If necessary adjust the pressure
switch for the jockey pump. Close by-pass valve.
c. Open hydrant valve and allow the water to below into the fire water tank in order to
avoid wastage of water. The main fire pump shall cut-in at the preset pressure and
shall not cutout automatically on reaching the normal line pressure. The main fire
pump shall stop only by manual push button. However the jockey pump shall cut-out
as soon as the main pump starts,

d. Switch off the main fire pump and test check the Diesel engine driven pump in the
same manner as the electrically driven pump,
e. When the fire pumps have been checked for satisfactory working on automatic
controls, open fire hydrant valves simultaneously and allow the hose pipes to
discharge water into the fire tank to avoid wastage.
Contractor 243 Engineer-in-Charge
f. Check each landing valve, male and female couplings and branch pipes, for
compatibility with each other. Any fitting which is found to be incompatible and do
not fit into the other properly shall be replaced by the Contractor. Each landing valve
shall also be checked by opening and closing under pressure.

g. Check all annunciations by simulating the alarm conditions at site.

3 STATUTORY AUTHORITIES' TESTS AND INSPECTIONS

As and when notified in writing or instructed by the Architect, the Contractor shall submit
shop drawing and attend all tests and inspections carried out by Local Fire Authorities, Water
Authority and other Statutory Authorities, and shall forthwith execute free of charge any
rectification work ordered by the Architect as a result of such tests and inspections where
these indicate non-compliance with Statutory Regulations. Some of these tests may take
place after the issue of Practical Completion of the Main Contract and the Contractor shall
make all allowances in this respect.

The Contractor shall be responsible for the submission of all necessary forms and shop
drawings to the Statutory Authorities which shall conform in layout to the latest architectural
plans submitted to and kept by these Authorities.

The submission shall comply with the requirements set forth in the current Codes of Practice
and circular letters of the Statutory Authorities. The shop drawings to be submitted shall be
forwarded to the Architect for checking before submission.

The Contractor shall allow for at least two submissions of complete sets of shop drawings to
the Authorities, one to be made within six months after the award of the Contract but not less
than six weeks before the inspection. The Architect may at his discretion instruct the
Contractor for additional submissions to the Local Authorities whenever necessary.

The Contractor shall notify the Architect at least seven days in advance of his application for
local Authority tests and inspections. On receipt of a confirmed date for test and inspection
the Contractor shall inform the Architect without delay.

4 FINAL ACCEPTANCE TESTS

Following commissioning and inspection of the entire installation, and prior to issue of the
Completion Certificate, the Contractor shall carry out final acceptance tests in accordance
with a programme to be agreed with the Architect.

Should the results of the acceptance tests show that plant, systems and/or equipment fail to
perform to the efficiencies or other performance figures as given in this Specification, the
Contractor shall adjust, modify and if necessary replace the equipment without further
payment in order that the required performance is obtained.

Where acceptance tests are required by the relevant Authorities having jurisdiction, these
tests shall be carried out by the Contractor prior to the issue of Completion Certificate to the
acceptance of the Authorities.

Contractor 244 Engineer-in-Charge


5 REJECTION OF INSTALLATION / PLANT

Any item of plant or system or component which fails to comply with the requirements of this
Specification in any respect whatsoever at any stage of manufacture, test, erection or on
completion at site may be rejected by the Architect either in whole or in part as he considers
necessary/appropriate. Adjustment and/or modification work as required by the Architect so
as to comply with the Authority's requirements and the intent of the Specification shall be
carried out by the Contractor at his own expense and to the satisfaction of the
Authority/Architect.

After works have been accepted, the Contractor may be required to carry out assist in carrying
out additional performance tests as reasonably required by the Architect/Employer.

6. WARRANTY AND HANDOVER

The Contractor shall warrant that all plant, materials and equipment supplied and all
workmanship performed by him to be free from defects of whatsoever nature before
handover to the Owner.

7. HANDING OVER OF DOCUMENTS

All testing and commissioning shall be done by the Contractor to the entire satisfaction of the
Owner’s site representative and all testing and commissioning documents shall be handed over
to the Owner’s site representative.

The Contractor shall also hand over all maintenance and operation manuals, all certificates and
all other documentation as per the terms of the contract to the Owner’s site representative.

Contractor 245 Engineer-in-Charge


PROJECT: MCG CULTURAL COMPLEX AT GURUGRAM, HARYANA

LIST OF MAKE FOR FIRE FIGHTING

S. No. Details of Materials/Equipment Manufacture’s Name

1. Pipes 1. Tata Steel


2. Jindal (Hissar)
3. Surya
4. APL Apollo

2. Single headed Hydrant valves, three way Fire 1. Guard


Brigade inlet, branch pipe & shut off nozzle. 2. Superex
3. G. Tech
4. Newage
5. Safefire
6. Padmini
7. Exflame
3. 20mm dia rubber pipe for hose reel 1. Guard
2. Superex
3. G. Tech
4. Newage
5. Safefire
6. Padmini
7. Exflame
4. Starters, switches, T.P.N switch 1. L&T
2. Siemens
3. Schneider
5. Pressure switch 1. Indfoss
2. Switzer
6. Pressure Gauges 1. H Guru
2. Fiebig
3. Emerald
7. Pump 1. Matter & Platte
2. Kirloskar
3. Grundfos
4. Lubi
5. Xylem
8. Motor 1. ABB
2. Siemens
3. Kirloskar
9. Enamel Painting of pipes etc. 1. Asian
2. Goodlas
3. Nerolac
10. Paint Primer 1. Asian
2. Jenson Nicholson
3. Shalimar Paints

11. Fasteners 1. Hilti

Contractor 246 Engineer-in-Charge


2. Zip Clip
3. Bosch
12. Coal Tar Treatment for pipes 1. IWL
2. Coatek.
13. Weld Rods 1. Advani

14. Fire Extinguishers 1. Supremex


2. Minimax
3. Ceasefire
4. Newage
15. RRL Hose 1. Guard
2. Superex
3. G. Tech
4. Newage
5. Safefire
6. Padmini
16 Thermoplatic hose reel 1. Guard
2. Superex
3. G. Tech
4. Newage
5. Safefire
6. Padmini
17. Rubber Gaskets 1. CIC
2. Varuna.
18. Engine 1. Cummins
2. Caterpillar
3. KOEL
19. Hose Drum 1. Guard
2. Superex
3. G. Tech
4. Newage
5. Safefire
6. Padmini
20. Mechanical Seal 1. Durametallic
2. Burgmann

21. Strainer 1. Emerald


2. Kirloskar

22. Installation Control Valve 1. Guards


2. HD Fire
3. Tyco

23. Pipe Supports (Band Hanger) 1. Zip Clip


2. Targa
3. Hilti
4. Gripple

24. Flow Switch 1. System Sensor


2. Potter
3. Honeywell
Contractor 247 Engineer-in-Charge
25. Pipe Fittings 1. Unik
2. VS
3. Zoloto M
4. DRP-M
26. Sluice, Butterfly and Non Return Valves 1. Zoloto
2. DRP
3. Cim
4. AIP
5. C&R
6. Emerlald
27. Ball Valve 1. Zoloto
2. DRP
3. Cim
4. AIP
5. C&R
6. Emerlald
28. Anti Vibration Mounting 1. Dunlop
2. Resistoflex
3. Kanwal
29. Fire Sealent 1. Birla 3M
2. Hilti
30 Sprinklers (UL Listed) 1. Tyco
2. HD
G Tech

NOTES:

The Contractor shall get the samples of all the items covered/ not covered in this list,
approved from the Consultant/ client before commencing the supply.

New material only shall be provided by the contractor as per Consultant/ client’s choice of
priority only.

Contractor 248 Engineer-in-Charge


ELETRICAL (FOR FIRE FIGHTING)

S. No. Details of Materials/Equipment Manufacture’s Name

Sr. No. Material/ Equipment Vendor

1. Protection Relays (Numeric Type) 1. ABB


2. Schneider Electric
3. Neptune

2. Potential Transformer 1. Automatic Electric


2. Gilbert & Maxwell
3. Kappa
4. Pragati
5. Rishabh
3. Current Transformer (Cast Resin Epoxy Coated) 1. Automatic Electric
2. Gilbert & Maxwell
3. Kappa
4. Pragati
5. Rishabh
4. Static Power Meter & Logger 1. ABB
(TrivectorMeters) 2. Schneider Electric
3. Neptune
5. Electronic Digital Meter (A/V/PF/HZ/KWH) with 1. Schneider
LCD Display 2. Siemens
3. Neptune
6. HRC Fuse and Fuse Fitting 1. ABB
2. Siemens
3. L&T
7. Battery Charger 1. Max. Power
2. Chhabi Electric
3. AE
8. Motors 1. ABB
2. Siemens
3. Kirloskar
9. ACB 1. ABB
2. Legrand
3. Schneider
10. Contactors 1. ABB
2. Legrand
3. Schneider
11. MCCB 1.Legrand
2. Seimens
3. Anchor-Panasonic
4. ABB
5. Schneider
12. Push Buttons 1. ABB
2. Schneider
3. BCH
13. LT Panels and Meter Boards 1. Digidrives
2. Control Well Switchgear

Contractor 249 Engineer-in-Charge


3. Neptune
4. Precision system control
5. Zeta
6. Advance Panels
7. L.S. Power
8. Krypton
9. Shivalic
10. S. B. Electricals
11. Brilltech
12. SPC
14. Timers 1. Schneider
2. Siemens
3. ABB
15. Indicating Lamps 1. Schneider
2. Siemens
3. ABB
16. Flexible Coupling 1. Resistoflex
2. Easyflex
17. PVC insulated XLPE aluminium conductor 1. Finolex
armoured cables 1100V grade 2. Bonton
3. Polycab
4. RR Kabel
5. KEI
6. Rallison
7. Paramount
8. ESC
18. Termination Cable Lugs& Glands 1. Commet
2. Dowell
3. HMI

NOTES:

The Contractor shall get the samples of all the items covered/ not covered in this list,
approved from the Consultant/ client before commencing the supply.

New material only shall be provided by the contractor as per Consultant/ client’s choice of
priority only.

Contractor 250 Engineer-in-Charge


TECHNICAL SPECIFICATIONS FOR HVAC WORKSOF MCG CULTURAL COMPLEX AT GURUGRAM,
HARYANA
SECTION – 1
SYSTEM DESIGN DATA AND GENERAL REQUIREMENTS

1. GENERAL
The system design, basis of design, estimated requirements and other relevant data are
outlined in this section. The detailed specifications and specific requirements are outlined in
the subsequent sections. The envisaged system / system components shall be compatible to
and integrated with building management system to be provided by other agencies.
2. LOCATION
2.1 The Proposed Project is located at Gurugram (Haryana).
3. SCOPE OF WORK FOR THIS CONTRACT
(To be executed by HVAC contractor)
3.1 The supply at site of all main equipments and items associated with air-conditioning &
ventilation system detailed under these technical specifications.
3.2 To execute all incidental work at site including all material supply at site required in the
technical specifications. Nature of such works will be sheet metal duct/grille work, water
piping work for chilled water / hot water etc. All electrical work connected with HVAC such as
cables, control panel, electric panels etc., erection at site for all manufactured items at works
and also items fabricated at site.
3.3 Routine testing, pressure testing of fabricated components, commissioning of complete plant
at site.
3.4 Performance testing at works of various equipments manufactured at works.
3.5 Performance testing at the site of complete HVAC system as per various technical
requirements.
4. SYSTEM DESIGN:
A. DESIGN PARAMETERS:
To air-condition the proposed building, following design parameters have been assumed:
A. Outside Design Condition

DESIGN DATA DB Deg C WB Deg C


SUMMER 43.3 (110.0 Deg F) 23.9 (75.0 Deg F)
MONSOON 35.0 (95.0 Deg F) 28.3 (83.0 Deg F)
WINTER 7.2 (45.0 Deg F) 5.0 (41.0 Deg F)

Contractor 251 Engineer-in-Charge


B. Inside Design Condition:

Inside Condition
23±1 deg °C (73.4±2 deg F)
General Area:
RH : Less than 60% (Design Value-No
-Summer & Monsoon
Control)
22±1 deg °C (71.6±2 deg F)
F & B Areas:
RH : Less than 60% (Design Value-No
-Summer & Monsoon
Control)
Lighting Load As per use of area & specified in heat
load summary given below
Equipment Load

Fresh Air As per ASHRAE Standard 62.1+30%


Extra

C. Building Envelope

U :- 0.58 Btu/hr-sft-deg F
Double Glass
Shading coefficient:- 0.28
Wall U :- 0.36 Btu/hr-sft-deg F
Roof (insulated) U = 0.12 Btu/hr-sft-deg F

D. Based on above parameter, Heat load summary given below:-

Contractor 252 Engineer-in-Charge


HEAT LOAD SUMMARY FOR PROPOSED MCG CLUTURAL COMPLEX, GURUGRAM

BASIS OF DESIGN DESIGN DATA SUMMARY

FRESH AIR +30%


SUMMER LOAD

DEHUMIDIFIED

DEHUMIDIFIED
CONDITIONED

WINTER LOAD
OCCUPANCY

LIGHT LOAD
ACTUAL AIR

EQPT LOAD

MONSOON

MONSOON
SUMMER
S. CONDITIONED INSIDE DESIGN

HEIGHT

LOAD
FRESH AIR
AREA

extra
CFM

CFM
NO. SPACE CONDITION

RH %
CFM
TEMP (Design CFM W/S.F
S.FT FT. /PERSO NOS. KW TR TR KW CFM CFM CFM
(˚C) Value-No /S. Ft T
N
Control)

1 STLIT FLOOR

BLOCK-A ART
GALLERY

1.1 CANTEEN 1476 10.6 22+1 55 7.5 0.18 74 1.5 1.5 7.8 9.6 5.6 4514 5731 1067

1.2 ADMIN OFFICE 3162 10.6 23+1 55 5.0 0.06 53 1.5 2.0 12.7 9.7 5.4 7396 5491 591

PASSENGER LIFT
1.3 337 10.6 23+1 55 5.0 0.06 3 1.5 0.0 1.3 0.9 1.6 771 532 46
LOBBY-1

Sub Total 4975 22 20 13 12681 11754 1704

BLOCK-B
ACADEMY/AUDI

Contractor 132 Engineer-in-Charge


HEAT LOAD SUMMARY FOR PROPOSED MCG CLUTURAL COMPLEX, GURUGRAM

BASIS OF DESIGN DESIGN DATA SUMMARY

FRESH AIR +30%


SUMMER LOAD

DEHUMIDIFIED

DEHUMIDIFIED
CONDITIONED

WINTER LOAD
OCCUPANCY

LIGHT LOAD
ACTUAL AIR

EQPT LOAD

MONSOON

MONSOON
SUMMER
S. CONDITIONED INSIDE DESIGN

HEIGHT

LOAD
FRESH AIR
AREA

extra
CFM

CFM
NO. SPACE CONDITION

RH %
CFM
TEMP (Design CFM W/S.F
S.FT FT. /PERSO NOS. KW TR TR KW CFM CFM CFM
(˚C) Value-No /S. Ft T
N
Control)

TORIUM

POTTERY
1.4 8705 10.6 23+1 55 5.0 0.06 64 1.5 1.0 26.1 20.4 12.2 15742 12125 1095
WORKSHOP

VIP ENTRANCE
1.5 1462 10.6 23+1 55 5.0 0.06 15 1.5 0.0 5.0 4.2 2.4 2975 2461 212
LOBBY

Sub Total 10167 31 25 15 18717 14587 1307

2 GROUND FLOOR

BLOCK-A ART
GALLERY

2.1 GALLERY-1 5231 15.7 23+1 55 7.5 0.06 209 1.5 1.5 24.0 19.7 9.7 12464 9705 2446

Contractor 133 Engineer-in-Charge


HEAT LOAD SUMMARY FOR PROPOSED MCG CLUTURAL COMPLEX, GURUGRAM

BASIS OF DESIGN DESIGN DATA SUMMARY

FRESH AIR +30%


SUMMER LOAD

DEHUMIDIFIED

DEHUMIDIFIED
CONDITIONED

WINTER LOAD
OCCUPANCY

LIGHT LOAD
ACTUAL AIR

EQPT LOAD

MONSOON

MONSOON
SUMMER
S. CONDITIONED INSIDE DESIGN

HEIGHT

LOAD
FRESH AIR
AREA

extra
CFM

CFM
NO. SPACE CONDITION

RH %
CFM
TEMP (Design CFM W/S.F
S.FT FT. /PERSO NOS. KW TR TR KW CFM CFM CFM
(˚C) Value-No /S. Ft T
N
Control)

2.2 SHOP-1 274 15.7 23+1 55 7.5 0.12 8 1.5 1.5 1.5 0.9 1.4 832 497 121

2.3 SHOP-2 156 15.7 23+1 55 7.5 0.12 2 1.5 2.0 0.7 0.4 0.6 403 236 44

2.4 SHOP-3 144 15.7 23+1 55 7.5 0.12 4 1.5 1.5 1.1 0.7 1.5 642 386 61

SECURITY CHECK-
2.5 350 15.7 23+1 55 5.0 0.06 3 1.5 1.5 1.5 1.1 1.9 942 670 47
1

SECURITY CHECK-
2.6 350 15.7 23+1 55 5.0 0.06 2 1.5 1.5 1.5 1.1 1.9 926 654 40
2

2.7 GALLERY-2 5233 15.7 23+1 55 7.5 0.06 209 1.5 1.5 25.1 21.7 7.1 13478 11281 2446

ADMINISTRATIO
2.8 830 15.7 23+1 55 5.0 0.06 4 1.5 2.0 5.3 4.6 4.7 3327 2853 91
N

Contractor 134 Engineer-in-Charge


HEAT LOAD SUMMARY FOR PROPOSED MCG CLUTURAL COMPLEX, GURUGRAM

BASIS OF DESIGN DESIGN DATA SUMMARY

FRESH AIR +30%


SUMMER LOAD

DEHUMIDIFIED

DEHUMIDIFIED
CONDITIONED

WINTER LOAD
OCCUPANCY

LIGHT LOAD
ACTUAL AIR

EQPT LOAD

MONSOON

MONSOON
SUMMER
S. CONDITIONED INSIDE DESIGN

HEIGHT

LOAD
FRESH AIR
AREA

extra
CFM

CFM
NO. SPACE CONDITION

RH %
CFM
TEMP (Design CFM W/S.F
S.FT FT. /PERSO NOS. KW TR TR KW CFM CFM CFM
(˚C) Value-No /S. Ft T
N
Control)

2.9 GALLERY HALL 11062 15.7 23+1 55 7.5 0.06 442 1.5 1.5 52.2 44.9 15.7 27897 23301 5172

2.10 SHOP-4 274 15.7 23+1 55 7.5 0.12 5 1.5 0.5 1.2 0.9 1.5 678 493 91

2.11 SHOP-5 156 15.7 23+1 55 7.5 0.12 5 1.5 0.5 0.7 0.5 0.7 375 284 73

2.12 SHOP-6 144 15.7 23+1 55 7.5 0.12 5 1.5 0.5 1.1 0.8 1.8 654 460 71

ATRIUM &
2.13 21093 15.7 23+1 55 5.0 0.06 422 1.5 0.5 69.6 52.6 24.0 39134 28398 4388
CORRIDOR

PASSENGER LIFT
2.14 337 10.6 23+1 55 5.0 0.06 3 1.5 0.0 1.3 0.9 0.0 771 532 46
LOBBY-1

Sub Total 45634 187 151 73 102523 79749 15138

BLOCK-B

Contractor 135 Engineer-in-Charge


HEAT LOAD SUMMARY FOR PROPOSED MCG CLUTURAL COMPLEX, GURUGRAM

BASIS OF DESIGN DESIGN DATA SUMMARY

FRESH AIR +30%


SUMMER LOAD

DEHUMIDIFIED

DEHUMIDIFIED
CONDITIONED

WINTER LOAD
OCCUPANCY

LIGHT LOAD
ACTUAL AIR

EQPT LOAD

MONSOON

MONSOON
SUMMER
S. CONDITIONED INSIDE DESIGN

HEIGHT

LOAD
FRESH AIR
AREA

extra
CFM

CFM
NO. SPACE CONDITION

RH %
CFM
TEMP (Design CFM W/S.F
S.FT FT. /PERSO NOS. KW TR TR KW CFM CFM CFM
(˚C) Value-No /S. Ft T
N
Control)

ACADEMY/AUDI
TORIUM

2.15 CAFETERIA 4156 15.7 22+1 55 7.5 0.18 64 1.5 1.5 16.3 15.7 6.9 10529 10123 1597

PRE FUNCTION
2.16 2933 15.7 23+1 55 7.5 0.06 49 1.5 1.5 12.6 10.2 6.8 7378 5867 707
LOUNGE

AUDITORIUM
2.17 4698 15.7 22+1 55 5.0 0.06 94 1.5 0.3 21.2 17.3 11.5 12289 9837 977
FOYER

PASSENGER LIFT
2.18 1162 15.7 23+1 55 5.0 0.06 12 1.5 0.0 3.7 2.6 5.0 2174 1536 169
LOBBY-3

2.19 VIP LOUNGE 1026 15.7 23+1 55 5.0 0.06 5 1.5 1.5 3.8 2.7 2.6 2338 1667 113

Contractor 136 Engineer-in-Charge


HEAT LOAD SUMMARY FOR PROPOSED MCG CLUTURAL COMPLEX, GURUGRAM

BASIS OF DESIGN DESIGN DATA SUMMARY

FRESH AIR +30%


SUMMER LOAD

DEHUMIDIFIED

DEHUMIDIFIED
CONDITIONED

WINTER LOAD
OCCUPANCY

LIGHT LOAD
ACTUAL AIR

EQPT LOAD

MONSOON

MONSOON
SUMMER
S. CONDITIONED INSIDE DESIGN

HEIGHT

LOAD
FRESH AIR
AREA

extra
CFM

CFM
NO. SPACE CONDITION

RH %
CFM
TEMP (Design CFM W/S.F
S.FT FT. /PERSO NOS. KW TR TR KW CFM CFM CFM
(˚C) Value-No /S. Ft T
N
Control)

2.20 LIFT LOBBY 354 15.7 23+1 55 5.0 0.06 5 1.5 0.0 1.4 1.0 2.1 822 578 60

MALE DRESSING
2.21 349 15.7 23+1 55 5.0 0.06 3 1.5 1.5 2.5 2.0 3.1 1569 1221 47
ROOM

FEMALE
2.22 395 15.7 23+1 55 5.0 0.06 3 1.5 1.5 2.2 1.8 2.0 1356 1091 50
DRESSING ROOM

2.23 AUDITORIUM 9029 32.0 23+1 55 5.0 0.06 400 1.5 3.0 45.0 38.9 10.8 26294 22043 3304

Sub Total 24102 109 92 51 64748 53964 7023

3 FIRST FLOOR

BLOCK-A ART
GALLERY

Contractor 137 Engineer-in-Charge


HEAT LOAD SUMMARY FOR PROPOSED MCG CLUTURAL COMPLEX, GURUGRAM

BASIS OF DESIGN DESIGN DATA SUMMARY

FRESH AIR +30%


SUMMER LOAD

DEHUMIDIFIED

DEHUMIDIFIED
CONDITIONED

WINTER LOAD
OCCUPANCY

LIGHT LOAD
ACTUAL AIR

EQPT LOAD

MONSOON

MONSOON
SUMMER
S. CONDITIONED INSIDE DESIGN

HEIGHT

LOAD
FRESH AIR
AREA

extra
CFM

CFM
NO. SPACE CONDITION

RH %
CFM
TEMP (Design CFM W/S.F
S.FT FT. /PERSO NOS. KW TR TR KW CFM CFM CFM
(˚C) Value-No /S. Ft T
N
Control)

CONNECTING
3.1 1075 15.2 23+1 55 5.0 0.06 11 1.5 1.50 7.6 5.1 10.3 4683 3087 155
CORRIDOR

PASSENGER LIFT
3.2 337 15.2 23+1 55 5.0 0.06 3 1.5 1.50 1.7 1.2 2.4 1026 731 46
LOBBY-1

3.3 GALLERY-1 5231 15.2 23+1 55 7.5 0.06 209 1.5 1.50 23.2 19.3 12.2 11903 9457 2446

3.4 GALLERY-2 5233 15.2 23+1 55 7.5 0.06 209 1.5 1.50 24.5 21.2 9.6 13094 10993 2446

ADMINISTRATIO
3.5 830 15.2 23+1 55 5.0 0.06 4 1.5 1.50 5.1 4.4 4.5 3157 2706 91
N

3.6 GALLERY/ HALL 11062 15.2 23+1 55 7.5 0.06 442 1.5 1.50 50.9 43.9 21.0 27072 22694 5172

3.7 CORRIDOOR 19803 15.2 23+1 55 5.0 0.06 198 1.5 0.50 57.0 39.3 19.7 33718 22576 2832

Contractor 138 Engineer-in-Charge


HEAT LOAD SUMMARY FOR PROPOSED MCG CLUTURAL COMPLEX, GURUGRAM

BASIS OF DESIGN DESIGN DATA SUMMARY

FRESH AIR +30%


SUMMER LOAD

DEHUMIDIFIED

DEHUMIDIFIED
CONDITIONED

WINTER LOAD
OCCUPANCY

LIGHT LOAD
ACTUAL AIR

EQPT LOAD

MONSOON

MONSOON
SUMMER
S. CONDITIONED INSIDE DESIGN

HEIGHT

LOAD
FRESH AIR
AREA

extra
CFM

CFM
NO. SPACE CONDITION

RH %
CFM
TEMP (Design CFM W/S.F
S.FT FT. /PERSO NOS. KW TR TR KW CFM CFM CFM
(˚C) Value-No /S. Ft T
N
Control)

Sub Total 43571 170 134 80 94654 72244 13188

BLOCK-B
ACADEMY/AUDI
TORIUM

3.8 CAFÉ 2489 15.2 22+1 55 7.5 0.18 44 1.5 1.50 11.2 11.0 9.1 7228 7092 1011

PREFUNCTION
3.9 5152 15.2 23+1 55 7.5 0.06 43 1.5 1.50 34.3 23.4 42.4 21196 14322 821
LOUNGE

AUDITORIUM
3.10 4698 15.2 23+1 55 5.0 0.06 94 1.5 1.50 22.5 18.8 12.7 13146 10785 977
FOYER

PASSENGER LIFT
3.11 1162 15.2 23+1 55 5.0 0.06 12 1.5 1.50 4.1 3.1 2.9 2435 1824 169
LOBBY-3

Contractor 139 Engineer-in-Charge


HEAT LOAD SUMMARY FOR PROPOSED MCG CLUTURAL COMPLEX, GURUGRAM

BASIS OF DESIGN DESIGN DATA SUMMARY

FRESH AIR +30%


SUMMER LOAD

DEHUMIDIFIED

DEHUMIDIFIED
CONDITIONED

WINTER LOAD
OCCUPANCY

LIGHT LOAD
ACTUAL AIR

EQPT LOAD

MONSOON

MONSOON
SUMMER
S. CONDITIONED INSIDE DESIGN

HEIGHT

LOAD
FRESH AIR
AREA

extra
CFM

CFM
NO. SPACE CONDITION

RH %
CFM
TEMP (Design CFM W/S.F
S.FT FT. /PERSO NOS. KW TR TR KW CFM CFM CFM
(˚C) Value-No /S. Ft T
N
Control)

3.12 ARTIST ROOM 1026 15.2 23+1 55 5.0 0.06 10 1.5 1.50 3.9 2.8 3.2 2326 1683 145

3.13 LIFT LOBBY 354 15.2 23+1 55 5.0 0.06 5 1.5 0.00 1.3 1.0 1.9 786 553 60

3.14 CAT WALK 930 15.2 23+1 55 5.0 0.06 9 1.5 1.50 5.4 4.6 4.5 3307 2825 131

Sub Total 15811 83 65 77 50424 39083 3315

4 SECOND FLOOR

BLOCK-A ART
GALLERY

4.1 GALLERY-1 5231 15.2 23+1 55 7.5 0.06 209 1.5 1.50 23.2 19.3 12.2 11903 9457 2446

4.2 GALLERY-2 5233 15.2 23+1 55 7.5 0.06 209 1.5 1.50 24.5 21.2 9.6 13094 10993 2446

Contractor 140 Engineer-in-Charge


HEAT LOAD SUMMARY FOR PROPOSED MCG CLUTURAL COMPLEX, GURUGRAM

BASIS OF DESIGN DESIGN DATA SUMMARY

FRESH AIR +30%


SUMMER LOAD

DEHUMIDIFIED

DEHUMIDIFIED
CONDITIONED

WINTER LOAD
OCCUPANCY

LIGHT LOAD
ACTUAL AIR

EQPT LOAD

MONSOON

MONSOON
SUMMER
S. CONDITIONED INSIDE DESIGN

HEIGHT

LOAD
FRESH AIR
AREA

extra
CFM

CFM
NO. SPACE CONDITION

RH %
CFM
TEMP (Design CFM W/S.F
S.FT FT. /PERSO NOS. KW TR TR KW CFM CFM CFM
(˚C) Value-No /S. Ft T
N
Control)

4.3 GALLERY HALL 8297 15.2 23+1 55 7.5 0.06 332 1.5 1.50 36.7 31.8 12.7 19372 16301 3884

4.4 CORRIDOOR 10965 15.2 23+1 55 5.0 0.06 110 1.0 0.50 34.9 21.6 17.8 20788 12403 1570

Sub Total 29726 119 94 52 65158 49154 10346

BLOCK-B
ACADEMY/AUDI
TORIUM

LARGE ACADEMY
4.5 2462 15.2 23+1 55 7.5 0.06 164 1.5 1.50 12.3 11.0 2.8 6467 5595 1791
-1

LARGE ACADEMY
4.6 2056 15.2 23+1 55 7.5 0.06 137 1.5 1.50 11.6 10.0 5.7 5769 4719 1496
-2

Contractor 141 Engineer-in-Charge


HEAT LOAD SUMMARY FOR PROPOSED MCG CLUTURAL COMPLEX, GURUGRAM

BASIS OF DESIGN DESIGN DATA SUMMARY

FRESH AIR +30%


SUMMER LOAD

DEHUMIDIFIED

DEHUMIDIFIED
CONDITIONED

WINTER LOAD
OCCUPANCY

LIGHT LOAD
ACTUAL AIR

EQPT LOAD

MONSOON

MONSOON
SUMMER
S. CONDITIONED INSIDE DESIGN

HEIGHT

LOAD
FRESH AIR
AREA

extra
CFM

CFM
NO. SPACE CONDITION

RH %
CFM
TEMP (Design CFM W/S.F
S.FT FT. /PERSO NOS. KW TR TR KW CFM CFM CFM
(˚C) Value-No /S. Ft T
N
Control)

LARGE ACADEMY
4.7 2510 15.2 23+1 55 5.0 0.06 167 1.5 1.00 12.1 10.8 3.6 5722 4914 1281
-3

LARGE ACADEMY
4.8 2015 15.2 23+1 55 5.0 0.06 134 1.5 1.50 10.1 9.1 2.6 4874 4200 1028
-4

4.9 ACADEMY -1 237 15.2 23+1 55 5.0 0.06 2 1.5 1.50 1.1 0.8 1.0 680 465 31

4.10 ACADEMY -2 237 15.2 23+1 55 5.0 0.06 2 1.5 1.50 1.1 0.8 1.0 680 465 31

4.11 ACADEMY -3 237 15.2 23+1 55 5.0 0.06 2 1.0 1.50 0.8 0.5 0.6 472 319 31

4.12 ACADEMY -4 237 15.2 23+1 55 5.0 0.06 2 1.0 1.50 0.8 0.5 0.6 472 319 31

4.13 WAITING LOBBY 4839 15.2 23+1 55 5.0 0.06 48 1.5 1.50 21.0 16.9 6.8 12695 10111 689

Sub Total 14830 71 60 25 37832 31106 6412

Contractor 142 Engineer-in-Charge


HEAT LOAD SUMMARY FOR PROPOSED MCG CLUTURAL COMPLEX, GURUGRAM

BASIS OF DESIGN DESIGN DATA SUMMARY

FRESH AIR +30%


SUMMER LOAD

DEHUMIDIFIED

DEHUMIDIFIED
CONDITIONED

WINTER LOAD
OCCUPANCY

LIGHT LOAD
ACTUAL AIR

EQPT LOAD

MONSOON

MONSOON
SUMMER
S. CONDITIONED INSIDE DESIGN

HEIGHT

LOAD
FRESH AIR
AREA

extra
CFM

CFM
NO. SPACE CONDITION

RH %
CFM
TEMP (Design CFM W/S.F
S.FT FT. /PERSO NOS. KW TR TR KW CFM CFM CFM
(˚C) Value-No /S. Ft T
N
Control)

5 THIRD FLOOR

BLOCK-A ART
GALLERY

5.1 GALLERY-1 5117 15.2 23+1 55 7.5 0.06 205 1.5 1.50 22.8 18.9 12.1 11700 9286 2398

5.2 GALLERY-2 5580 15.2 23+1 55 7.5 0.06 223 1.5 1.50 25.8 22.3 9.7 13735 11537 2609

5.3 GALLERY HALL 8297 15.2 23+1 55 7.5 0.06 332 1.5 1.50 36.7 31.8 12.7 19372 16301 3884

5.4 CORRIDOOR 11601 15.2 23+1 55 5.0 0.06 116 1.0 0.50 39.4 23.4 17.8 23568 13433 1659

Sub Total 30595 125 96 52 68375 50557 10550

BLOCK-B
ACADEMY/AUDI

Contractor 143 Engineer-in-Charge


HEAT LOAD SUMMARY FOR PROPOSED MCG CLUTURAL COMPLEX, GURUGRAM

BASIS OF DESIGN DESIGN DATA SUMMARY

FRESH AIR +30%


SUMMER LOAD

DEHUMIDIFIED

DEHUMIDIFIED
CONDITIONED

WINTER LOAD
OCCUPANCY

LIGHT LOAD
ACTUAL AIR

EQPT LOAD

MONSOON

MONSOON
SUMMER
S. CONDITIONED INSIDE DESIGN

HEIGHT

LOAD
FRESH AIR
AREA

extra
CFM

CFM
NO. SPACE CONDITION

RH %
CFM
TEMP (Design CFM W/S.F
S.FT FT. /PERSO NOS. KW TR TR KW CFM CFM CFM
(˚C) Value-No /S. Ft T
N
Control)

TORIUM

LARGE ACADEMY
5.5 2462 15.2 23+1 55 7.5 0.06 164 1.5 1.50 13.8 12.1 5.1 7510 6340 1791
-1

LARGE ACADEMY
5.6 2056 15.2 23+1 55 7.5 0.06 137 1.5 1.50 12.9 10.3 6.0 6560 4960 1496
-2

LARGE ACADEMY
5.7 2510 15.2 23+1 55 5.0 0.06 167 1.5 1.00 13.6 11.3 5.9 6686 5208 1281
-3

LARGE ACADEMY
5.8 2015 15.2 23+1 55 5.0 0.06 134 1.5 1.50 11.4 9.5 4.5 5648 4436 1028
-4

5.9 ACADEMY -1 237 15.2 23+1 55 5.0 0.06 2 1.5 1.50 1.3 0.8 1.5 771 492 31

Contractor 144 Engineer-in-Charge


HEAT LOAD SUMMARY FOR PROPOSED MCG CLUTURAL COMPLEX, GURUGRAM

BASIS OF DESIGN DESIGN DATA SUMMARY

FRESH AIR +30%


SUMMER LOAD

DEHUMIDIFIED

DEHUMIDIFIED
CONDITIONED

WINTER LOAD
OCCUPANCY

LIGHT LOAD
ACTUAL AIR

EQPT LOAD

MONSOON

MONSOON
SUMMER
S. CONDITIONED INSIDE DESIGN

HEIGHT

LOAD
FRESH AIR
AREA

extra
CFM

CFM
NO. SPACE CONDITION

RH %
CFM
TEMP (Design CFM W/S.F
S.FT FT. /PERSO NOS. KW TR TR KW CFM CFM CFM
(˚C) Value-No /S. Ft T
N
Control)

5.10 ACADEMY -2 237 15.2 23+1 55 5.0 0.06 2 1.5 1.50 1.3 0.8 1.5 771 492 31

5.11 ACADEMY -3 237 15.2 23+1 55 5.0 0.06 2 1.0 1.50 0.9 0.6 0.8 563 347 31

5.12 ACADEMY -4 237 15.2 23+1 55 5.0 0.06 2 1.0 1.50 0.9 0.6 0.8 563 347 31

5.13 WAITING LOBBY 4839 15.2 23+1 55 5.0 0.06 48 1.5 1.50 23.9 17.8 11.3 14556 10678 689

Sub Total 14830 80 64 37 43629 33300 6412

6 FOURTH FLOOR

BLOCK-A ART
GALLERY

6.1 DINING 1693 15.6 22+1 55 7.5 0.18 50 1.5 3.0 10.4 8.3 1.4 6597 5088 884

Contractor 145 Engineer-in-Charge


HEAT LOAD SUMMARY FOR PROPOSED MCG CLUTURAL COMPLEX, GURUGRAM

BASIS OF DESIGN DESIGN DATA SUMMARY

FRESH AIR +30%


SUMMER LOAD

DEHUMIDIFIED

DEHUMIDIFIED
CONDITIONED

WINTER LOAD
OCCUPANCY

LIGHT LOAD
ACTUAL AIR

EQPT LOAD

MONSOON

MONSOON
SUMMER
S. CONDITIONED INSIDE DESIGN

HEIGHT

LOAD
FRESH AIR
AREA

extra
CFM

CFM
NO. SPACE CONDITION

RH %
CFM
TEMP (Design CFM W/S.F
S.FT FT. /PERSO NOS. KW TR TR KW CFM CFM CFM
(˚C) Value-No /S. Ft T
N
Control)

6.2 COMMON AREA 6387 15.6 23+1 55 5.0 0.06 64 1.0 0.3 49.2 36.3 44.9 30315 22175 914

6.3 SUITE-1 298 15.6 23+1 55 5.0 0.06 4 1.5 1.5 1.3 0.9 0.8 845 605 49

6.4 SUITE-2 242 15.6 23+1 55 5.0 0.06 4 1.5 1.5 1.1 0.8 0.9 746 526 45

6.5 SUITE-3 321 15.6 23+1 55 5.0 0.06 4 1.5 1.5 1.3 1.0 0.8 886 637 51

6.6 SUITE-4 321 15.6 23+1 55 5.0 0.06 4 1.5 1.5 1.3 1.0 0.8 886 637 51

6.7 SUITE-5 242 15.6 23+1 55 5.0 0.06 4 1.5 1.5 1.1 0.8 0.9 746 526 45

6.8 SUITE-6 301 15.6 23+1 55 5.0 0.06 4 1.5 1.5 1.3 1.0 0.8 850 609 49

6.9 ROOM-1 358 15.6 23+1 55 5.0 0.06 2 1.5 1.5 1.8 1.2 1.6 1207 838 41

6.10 ROOM-2 357 15.6 23+1 55 5.0 0.06 2 1.5 1.5 1.7 1.2 1.6 1188 825 41

Contractor 146 Engineer-in-Charge


HEAT LOAD SUMMARY FOR PROPOSED MCG CLUTURAL COMPLEX, GURUGRAM

BASIS OF DESIGN DESIGN DATA SUMMARY

FRESH AIR +30%


SUMMER LOAD

DEHUMIDIFIED

DEHUMIDIFIED
CONDITIONED

WINTER LOAD
OCCUPANCY

LIGHT LOAD
ACTUAL AIR

EQPT LOAD

MONSOON

MONSOON
SUMMER
S. CONDITIONED INSIDE DESIGN

HEIGHT

LOAD
FRESH AIR
AREA

extra
CFM

CFM
NO. SPACE CONDITION

RH %
CFM
TEMP (Design CFM W/S.F
S.FT FT. /PERSO NOS. KW TR TR KW CFM CFM CFM
(˚C) Value-No /S. Ft T
N
Control)

6.11 ROOM-3 360 15.6 23+1 55 5.0 0.06 2 1.5 1.5 1.8 1.2 1.6 1193 829 41

6.12 ROOM-4 513 15.6 23+1 55 5.0 0.06 2 1.5 1.5 2.3 1.6 1.8 1558 1103 53

6.13 ROOM-5 513 15.6 23+1 55 5.0 0.06 2 1.5 1.5 2.3 1.6 1.7 1553 1101 53

6.14 ROOM-6 360 15.6 23+1 55 5.0 0.06 2 1.5 1.5 1.8 1.2 1.6 1211 841 41

6.15 ROOM-7 335 15.6 23+1 55 5.0 0.06 2 1.5 1.5 1.7 1.2 1.6 1156 800 39

6.16 ROOM-8 385 15.6 23+1 55 5.0 0.06 2 1.5 1.5 1.9 1.3 1.6 1274 888 43

6.17 LIBRARY 1732 15.6 23+1 55 5.0 0.12 20 1.5 1.5 8.5 6.4 4.9 5638 4221 400

6.18 LIFT LOBBY-1 338 15.6 23+1 55 5.0 0.12 8 1.5 1.5 2.8 1.9 2.8 1813 1232 105

6.19 LIFT LOBBY-2 198 15.6 23+1 55 5.0 0.12 8 1.5 1.5 2.4 1.6 2.9 1564 1034 83

Contractor 147 Engineer-in-Charge


HEAT LOAD SUMMARY FOR PROPOSED MCG CLUTURAL COMPLEX, GURUGRAM

BASIS OF DESIGN DESIGN DATA SUMMARY

FRESH AIR +30%


SUMMER LOAD

DEHUMIDIFIED

DEHUMIDIFIED
CONDITIONED

WINTER LOAD
OCCUPANCY

LIGHT LOAD
ACTUAL AIR

EQPT LOAD

MONSOON

MONSOON
SUMMER
S. CONDITIONED INSIDE DESIGN

HEIGHT

LOAD
FRESH AIR
AREA

extra
CFM

CFM
NO. SPACE CONDITION

RH %
CFM
TEMP (Design CFM W/S.F
S.FT FT. /PERSO NOS. KW TR TR KW CFM CFM CFM
(˚C) Value-No /S. Ft T
N
Control)

ADMINISTRATIO
6.20 195 15.6 23+1 55 5.0 0.12 4 1.5 1.5 2.8 2.0 3.6 1882 1317 56
N OFFICE

SUB TOTAL 15449 99 73 79 63107 45831 3085

TOTAL (BLOCK-A
169950 721 568 348 406497 309289 54010
,ART GALLERY)

FRESH AIR LOAD


182 357 212 54010 54010
(ART GALLERY)

SAVING USING
HEAT RECOVERY
WHEEL / HEAT 146 285 170
PIPE IN TFA @20
%

Contractor 148 Engineer-in-Charge


HEAT LOAD SUMMARY FOR PROPOSED MCG CLUTURAL COMPLEX, GURUGRAM

BASIS OF DESIGN DESIGN DATA SUMMARY

FRESH AIR +30%


SUMMER LOAD

DEHUMIDIFIED

DEHUMIDIFIED
CONDITIONED

WINTER LOAD
OCCUPANCY

LIGHT LOAD
ACTUAL AIR

EQPT LOAD

MONSOON

MONSOON
SUMMER
S. CONDITIONED INSIDE DESIGN

HEIGHT

LOAD
FRESH AIR
AREA

extra
CFM

CFM
NO. SPACE CONDITION

RH %
CFM
TEMP (Design CFM W/S.F
S.FT FT. /PERSO NOS. KW TR TR KW CFM CFM CFM
(˚C) Value-No /S. Ft T
N
Control)

GRAND TOTAL
(BLOCK-A ART 867 854 518
GALLERY)

TOTAL (BLOCK-B
ACADEMY/AUDI 79740 373 306 204 215350 172039 24468
TORIUM)

FRESH AIR LOAD 83 162 96 24468 24468

SAVING USING
HEAT RECOVERY
WHEEL / HEAT 66 129 77
PIPE IN TFA @20
%

Contractor 149 Engineer-in-Charge


HEAT LOAD SUMMARY FOR PROPOSED MCG CLUTURAL COMPLEX, GURUGRAM

BASIS OF DESIGN DESIGN DATA SUMMARY

FRESH AIR +30%


SUMMER LOAD

DEHUMIDIFIED

DEHUMIDIFIED
CONDITIONED

WINTER LOAD
OCCUPANCY

LIGHT LOAD
ACTUAL AIR

EQPT LOAD

MONSOON

MONSOON
SUMMER
S. CONDITIONED INSIDE DESIGN

HEIGHT

LOAD
FRESH AIR
AREA

extra
CFM

CFM
NO. SPACE CONDITION

RH %
CFM
TEMP (Design CFM W/S.F
S.FT FT. /PERSO NOS. KW TR TR KW CFM CFM CFM
(˚C) Value-No /S. Ft T
N
Control)

GRAND TOTAL
(BLOCK-B
439 435 281
ACADEMY/AUDI
TORIUM)

OVERALL
249690 1306 1288 799
GRAND TOTAL

Considering 80%
1045 1031 639
diversity

Chiller & HWG 4Nos. 350TR Water cooled Magnetic chillers (3W+1S) with minimum COP of 6.4 for cooling & 2Nos. 325KW Hot water generator (Both working) for
Selection winter heating

Contractor 150 Engineer-in-Charge


5.0 Brief Description of HVAC WORK

The Work related to HVAC systems comprising of supply, delivery, storage, installation, balancing,
testing, commissioning of the system.

The building is designed to get Green building certificate.

5.1. High Side work (AC Plant):-

Water Cooled magnetic Chiller, Condenser, variable secondary with constant primary pumps,
condenser pumps, cooling towers with VFD (CTI certified), Hot water generator for winter heating
motorized butterfly valve /isolation Valves, Strainer, NRV, pressure less expansion tank, vaccum
degasser , air & dirt separator, and auto air vent, drain, makeup water line, chilled water piping with
insulation, condenser water piping, power, VFD, chiller plant manager, Electrical panel, cabling,
ventilation fans, instruments, sensors etc.

5.2. Requirement in brief for Low side HVAC works is as below:-

• All Low side Air Conditioning equipments such as AHUs, FCUs, HRWs, TFAs, fans etc..

• Chilled water and Condensate drain piping with insulation.

• Air distribution system complete with ducting, thermal and acoustic insulation, supply, return air, fresh
air & ventilation.

• Grills, Diffuser & louvers shall be co-ordinated with architectural finishes.

• Demand control ventilation to control CO2 level.

• UV lamp inside AHU for better indoor air quality.

• Electronic air cleaner/ ESP filters equivalent to MERV-13 with AHUs/ HRWs/TFAs.

• HRWs unit and TFAs with heat pipe to be provided for treated fresh air and to save energy.

• Ventilation and Exhaust equipments and air distribution systems for non- airconditioned spaces.

• Smoke Extraction system.

• All Electrical, Control panels, cabling & sensors associated with the HVAC work.

• Fire sealant for 2 hrs. rated walls for pipes and ducts crossing the wall/slab.

• Testing, balancing, commissioning and handover manuals.

• All the HVAC installations shall have BMS compatibility as HVAC system shall be monitored and
controlled by BMS.

• Split Air conditioning system shall be provided for UPS room / control rooms with N+1 combination.
The entire arrangement to provide suitable capacity of unitary AC system including piping, electrical
system shall be made by the contractor.

6. Design Philosophy

Contractor 151 Engineer-in-Charge


The HVAC system has been designed keeping in view the following:

• Continuity and reliability.


• Flexibility of operation.
• Concentration/distribution of loads.
• Energy efficient method
• Energy recovery system
• Variable air volume device and variable frequency derived motors
• Conservation of energy
• Controlled outdoor air quantity into the system
• Safety of personnel and equipment.
• Investment and operational costs.
• Compliance with various statutory provisions.
• Ease of maintenance.
• Maximum interchangeability of equipment.
• Minimum fire risk.
• Simplicity of operation.

7. VENTILATION SYSTEM –AS PER NBC-2016


7.1 MECHANICAL VENTILATION
The Basements in the building are proposed to be used for parking and services. This necessitates the
basement to be provided with mechanical ventilation which includes supply and exhaust stale air.
Further, as per fire laws of the land, it is mandatory that in case of fire, smoke will also be removed
from the basement. The proposed rate of supply is 6 air changes per hour and exhaust is 6 air changes
per hour in normal case.

In case of fire, the supply and exhaust are increased to 12 (6+6) air changes per hour (as per NBC-2016,
Part-4) by adding fans.

Compartmentation/Fire zones have been provided as per NBC-2016, Part-4

Sub stations, DG Sets room, LT panel room & pump room will also be provided with mechanical
ventilation system.

The system shall consist of axial fans (with IE-2/EFF-1 motors), GI Ducting, fresh/exhaust air grille,
louvers etc. Fresh air shall be drawn from outside and supplied to mechanically in basement
ventilated areas by means of ducts and grilles at +300 mm from FFL. .

As per NBC-2016, Part-8 (Section-3), it is mandatory to maintain the concentration of toxic gases
within safe limit for an enclosed car parking facility.

Co Detection

The car park ventilation system shall be controlled by an individual CO-Monitoring system for entire
car park. The CO-Monitoring panel shall receive signals from CO sensors and provide its signal to
respective fan. The CO sensor will be located in accordance with the NBC guidelines.

All fans are provided with VFD and will be activated as per requirement after receiving signal from PLC
controller which is interlocked with CO sensor which will monitors the CO level in parking areas.

Contractor 152 Engineer-in-Charge


Fire/smoke detection

The car park ventilation system will interface with the fire alarm control panel to receive signals from
the detectors in case of Fire to activate the fans.

UPPER FLOOR VENTILATION

Smoke extraction has been provided in the corridor and public area as per NBC-2016.

7.2 PRESSURIZATION (as per NBC-2016):

Pressurization is a method adopted for protecting the exits from ingress of smoke.

Air shall be injected into staircases, lobbies to raise their pressure slightly above the pressure in
adjoining parts of the building, as a result of which ingress of smoke into escape routes will be
prevented. It shall be as per NBC 2016 (as given in Table-6) and local by laws.

7.2.1 Staircase Pressurization:-

If internal staircases are not naturally ventilated, staircase pressurization system shall be provided
under fire mode as per fire code requirements. Fans shall be connected to supply air ducts installed in
vertical risers for supplying air at each staircase landing, for achieving effective pressurization. Fans
shall be sized to maintain minimum positive pressure of 50 Pa across the door. Supply air fans serving
stairwell shall be provided with gravity damper at fan discharge to prevent humid fresh air entering
into staircase well.
7.2.2 Lift lobby pressurization:-

Enclosed lift lobbies have been pressurized at 30Pa. The mechanism of pressurization shall be
automatic linked to fire alarm system.

7.2.3 Lift wells/shafts pressurization:-

Lift shafts have been pressurized at 50 Pascals. All fans are automatic linked to fire alarm system. The
lift well shall have a vent at the top, of area not less than 0.2 m2 per lift.

7.4. Kitchen Ventilation:

Kitchen will be provided with fresh air supply (air washer) and exhaust (Dry/wet Scrubber)
arrangement.

8. AUTOMATIC CONTROL SYSTEM CONSIDERATIONS (To be done by BMS vendor)

A fully functional Intelligent Building Management System will be installed to control/monitor all
equipment. Chiller plant manager will be interlocked with BMS system and monitored by IBMS.

All control valves for AHUs have been provided with modulating motors. Each AHU will have a
dedicated DDC controller preferably installed within AHU housing as built-in unit.

The Direct Digital Control [DDC] with a control supervision computer will be provided to efficiently
manage the energy and make the operations easier
9. ROOF INSULATION

Contractor 153 Engineer-in-Charge


All exposed roofs of the areas to be air-conditioned shall be thermally insulated. (To be done by other
agency).
10. ITEMS TO BE PROVIDED BY OTHER AGENCIES
The following items of works shall be provided by other agencies.
10.1 Provision of filtered and softened water up to the expansion tank.
10.2 Provision of main 3 Ph. 50 Hz, 415 VOLTS, 4 wire A.C. main electric supply cables along with main
earthing conductor of required size up to the A.C. Panels.
10.3 False ceiling to cover the ducts and drop ceiling if required.
10.4 Foundation for equipment like water pump sets, water chilling units, pumps, AHUs, Ventilation Fans &
Cooling Towers etc. (Details to be provided by the HVAC contractor).
10.5 Floor traps near air handling units and in the plant room, for drains.
10.6 Except for the works mentioned above which are in the scope of the other agency, rest of all works
directly or indirectly associated with completion of air-conditioning plant are within the scope of air-
conditioning contractor and shall be assumed to have been included by air-conditioning contractor in
his quotation on complete turnkey basis.
10.7 In view of the above, air-conditioning contractor will not be allowed to put forth any claims for extra
charges after award of the contract over and above the total value of the contract. This aspect should
be kept in mind by the tenderer while submitting their quotations.
10.8 After award of contract, air-conditioning contractor shall be solely responsible to provide all items at
site without any extra cost implication to the department, as required to complete the erection and
commissioning of air-conditioning plant on turnkey basis for safe, smooth and trouble free operation
and foolproof performance.
11. INCIDENTAL CIVIL ENGINEERING WORKS
Contractor's scope of work in respect of civil engineering works shall be as per following:
These works shall be done by the contractor within the quoted rates of the contractor for each item
and without any extra charge to the department.
Making opening in walls/floors/ceilings for taking out duct/cables / piping etc., and making them good.
Making openings in walls/floors/ceilings for grouting supports for duct/cables/piping work and
grouting of supports.
Making necessary frames in walls/ceilings for fixing of grilles/diffusers etc.
Protection coating for the embedded pipes for corrosion control.
12. DRAWINGS
The drawings forming part of these specifications provide a feasible scheme for locating the
equipment. The contractor may re-arrange the equipment for improving the layout and meeting the
site conditions. All such changes shall however be subject to the Engineer In Charge approval. These
drawings are not meant to be working drawings, which shall be prepared by the contractor as
required.

Contractor 154 Engineer-in-Charge


13. TEST DATA
The plant as a whole system shall be tested as per specifications given elsewhere and complete test
data shall be furnished on prescribed data sheet.
14. TECHNICAL DATA
The contractor shall furnish complete "technical data" on the equipment offered by him as required
under the heading "technical data".
15. PERFORMANCE GUARANTEE
15.1 The contractor shall guarantee that the air conditioning plant shall maintain the designed inside
Temperature within +2° F tolerance and shall not exceed the specified limit at any point in the given
area.
15.2 The contractor shall guarantee that the capacity of various components as well as the whole system
shall not be less than the specified capacity.
15.3 The contractor shall ensure that the system shall be free of vibrations and disturbing sounds.
15.4 The contractor shall guarantee the consumption of power within the designed
Limits on hourly basis.
16. NOISE LEVEL
Noise criterion for all air conditioned spaces shall be as per NBC-2016/MCG-2017 OR ECBC- 2017.
17. FOREIGN EXCHANGE
The contractor shall make his own arrangements to procure the necessary, specified controls and
other items for which no foreign exchange shall be made available.
18. SHOP DRAWINGS
18.1 The contractor will prepare and supply the following drawings (4 sets) to the architect/consultant
within 20 days from the date of award of work
Duct Layout for all floors
Piping layout for all floors
Plant Room Equipment Layout
Foundation drawing for all equipments in the plant room
Fixing details for cooling tower
Single Line diagram for chilled water circulation system
Single Line diagram for electrical distribution system
Fabrication Drawings for all electrical panels
Control wiring details
18.2 The contractor shall re-submit 4 sets of all the drawings to the architect within 10 days from date of
receiving comments if any from the architect/consultant after incorporating the comments.
19. INSPECTION AND TESTING

Contractor 155 Engineer-in-Charge


19.1 The authorized representative of client/architect/consultant shall have full power to inspect drawings
of any portion of the work, examine the materials and workmanship of the contractor's works or at
any other place from which the material or equipment is obtained. Acceptance of any material or
equipment shall in no way relieve the contractor of his responsibility for meeting the requirement of
the specifications, but shall have to be replaced at its own cost by the contractor in case the
equipment or work is found defective or of inferior quality.
19.2 Routine type tests for the various items of equipment shall be performed at the contractor's works
and tests certificates furnished. The contractor shall permit the department’s authorized
representative to be present during any or all of these tests. After notification to the department that
the installation has been completed, the contractor shall make under the direction of and in the
presence of architect/consultant such tests and inspection as have been specified or as the
architect/consultant shall consider necessary to determine whether or not, the full intent of
requirements of the plans and specifications have been fulfilled. In case the work does not meet the
full intent of specifications, it shall be rectified by the contractor at no extra cost and the contractor
shall bear all expenses for any further tests considered necessary.
19.3 All tools, instruments, plants and labour/operating personnel for the test shall be provided by the
contractor at his own cost.
20. REJECTION OF DEFECTIVE PLANT/EQUIPMENT
If the complete work/equipment or any portion thereof before it is taken over is found defective or
fails to fulfill, the intent of the specifications, the contractor shall, on receipt of a written notice from
the client/architect forth with make good the defective work/equipment. The contractor will be
responsible to rectify the defective work/equipment within a stipulated time mentioned in the written
notice, or replace the equipment at no extra cost to the department.
The client shall have the right to operate all equipments in any operating condition, whether or not
such equipments have been accepted as complete and satisfactory. Repairs and alterations shall be
made at such times and as directed by the department.
21. CLEAN UP WORKS AT SITE
During erection the contractor shall at all times keep the working and storage areas free from waste or
rubbish. On completion of erection he shall remove all temporary structures, debris and leave the
premises clean to the full satisfaction of the department.
22. RATES
Rates for each of the items of Schedule of Quantity shall be firm and consolidated for the equipment
delivered, installed, commissioned and tested at site including all taxes and levies. Prices shall remain
firm and free from variation due to rise and fall in the cost of material equipments. Labour or any
other reason whatsoever due to changes in statutory rules and regulations so far as admissible under
the conditions of the contract.
23. TERMS OF PAYMENT
The terms of payments shall be as indicated in General Conditions of Contract.

24. PAINTING WORK

Contractor 156 Engineer-in-Charge


The painting should be carried out as required and as per the instruction of the department. The
procedure and the standard colour codes are as follows:
1) Cleaning the surface
2) Apply a primer coat of red oxide
3) Applying two coats of enamel paint of APPROVED colour code after applying cement primer for
plastered surface.

4) Standard colour code.


a) Compressor, condenser, belt-guards pump sets Battleship gray
b) Motor Siemens Gray
c) Chiller Dark Blue
d) Air handling units Mulshell gray
e) Chilled water line Inlet line (Hot) Dark blue
Outlet line (Cold) Light blue
f) All supports/stands Black
g) Gas equalizer line Yellow
h) Condenser water piping
Hot Dark green
Cold Light green
i) Cooling towers Approved shade
j) Ducting Concealed Black rust proof Exposed
to grilles insulated/ insulated duct Black Exposed Fiesta blue
k) Electric panel's Steel gray

Contractor 157 Engineer-in-Charge


SECTION – 2

WATER-COOLED MAGNETIC BEARING CENTRIFUGAL CHILLERS WITH VFD

1.0 SCOPE:

This specification covers the general design, materials, construction features, manufacture, shop
inspection and testing at supplier’s works, delivery at site, handling at site, installation, testing,
commissioning at site of Water Cooled Magnetic Bearing Oil-free Centrifugal Chilling Packages with
VFD and standard harmonic filter.

1.1 CODES:

The design, materials, manufacture, inspection, testing and performance of Water Cooled
Magnetic Bearing Centrifugal Chilling Packages with VFD 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 Water Cooled Magnetic Bearing Centrifugal Chilling Packages with VFD shall
conform to the latest edition of following standards.

ASHRAE 15 Safety Code for Mechanical Refrigeration


ASHRAE 23 Methods of Testing for Rating Positive Displacement Refrigerant
Compressors and Condensing Units
ASHRAE 30 Methods of Testing Liquid Chilling Packages
ASME SEC. VIII DIV.1/ GB Boiler and Pressure Vessel Code
Complied/ BIS
ANSI B 31.5 Code for Refrigeration Piping
ARI 550 / 590 Standard for Water Chilling Packages
ARI 575 Standard for Method of Measuring Machinery Sound within an
Equipment Space
ISO 1940 Mechanical Vibration - Balance Quality Requirements of Rigid Rotor
ISO 10816-1 Mechanical Vibration - Evaluation of Machine Vibration by
Measurements on Non-Rotating Parts. General Guidelines
TEMA Standards of the Tubular Exchanger Sub-Contractors Association

1.2 GENERAL:

Water side working pressure: 150 psig working pressure.

Power Supply: 415V-3 phase-50 Hz.

Refrigerant: HFC R-134A only.

Unit shall be completely factory-packaged including evaporator, unit mounted variable speed drive with
standard harmonics filters, condenser, sub-cooler, compressor, motor, refrigerant, advance
microprocessor panel with graphics and all interconnecting unit piping and wiring. Chillers shall be
delivered to the job site completely assembled and charged with refrigerant R134a.

Contractor 158 Engineer-in-Charge


Manufacturer must provide centrifugal chillers with variable refrigerant orifice technology or other
expansion device to allow stable chiller operation Performance shall be certified in accordance with ARI
Standard 550/590. Only chillers that are listed in the AHRI Certification Program for Centrifugal are
acceptable.

1.3 COMPRESSOR

The unit shall utilize magnetic bearing, oil-free, semi-hermetic centrifugal compressors. The
compressor drive train shall be capable of coming to a controlled, safe stop in the event of a power
failure. An electronic expansion valve shall control refrigerant flow to the evaporator. Movable inlet
guide vanes and variable compressor speed shall provide unloading. The compressor shall be
equipped with an automatic suction damper or inlet guide vanes control or guide diffuser, for
regulating its capacity. The chiller controls shall coordinate compressor speed and guide vane position
to optimize chiller efficiency.

Each compressor circuit shall be equipped with a 5% line reactor to help protect against incoming
power surges and help reduce harmonic distortion. The THID at equipment level shall be <30%.

1.4 MOTOR

The motor shall be of the semi-hermetic type, of sufficient size to efficiently fulfill compressor
horsepower requirements. It shall be liquid refrigerant cooled with internal thermal sensing devices in
the stator windings. The motor shall be designed for variable frequency drive operation.

1.5 VARIABLE SPEED DRIVE


The chiller shall be equipped with a refrigerant/liquid cooled and compressor integrated Variable
Frequency Drive (VFD) to automatically regulate compressor speed in response to cooling load and the
compressor pressure lift requirement. The pressure differential switch shall also provide a separate
dry contact which can be connected to the BAS system as a means of notifying operating personnel of
the need to service the filters. If the condenser cooling circuit includes an intermediate heat
exchanger, it must be of the brush cleanable shell and tube style. Brazed plate heat exchangers cannot
be field cleaned and are thus, not acceptable.

1.6 EVAPORATOR & CONDENSER

The evaporator and condenser shall be separate vessels of the shell-and-tube type, designed,
constructed, tested and stamped according to the requirements of the ASME Code, Section VIII/ GB
Complied/ BIS. Regardless of the operating pressure, the refrigerant side of each vessel shall have a
test pressure of 1.1 times the working pressure, but not less than 100 psig. The tubes shall be
individually replaceable and secured to the intermediate supports without rolling or expanding to
facilitate replacement if required.

The evaporator shall be flooded type with copper tubes rolled into carbon steel tube sheets. The
evaporator shall be multi pass. The evaporator shall have dished heads with valved drain and vent
connections. Water connections shall be flanged type installed at factory on the chiller side and
counter flange (pipe side) supplied loose. The heads shall be carbon steel and the tube sheets shall be
carbon steel. The waterside shall be designed for a minimum of 150psig. The wall copper tubes shall
be 0.025 in.

Contractor 159 Engineer-in-Charge


The condenser shall have tubes rolled into carbon steel. The condenser shall have right-hand
connections when looking at the unit control panel. The condenser shall have dished heads with
valved drain and vent connections. The waterside shall be designed for a minimum of 150psig. Water
connections shall be flanged type installed at factory on the chiller side and counter flange (pipe side)
supplied loose. The heads shall be carbon steel and the tube sheets shall be carbon steel. The wall
copper tubes shall be 0.025 in.

Provide sufficient isolation valves and condenser volume to hold the full unit refrigerant charge in the
condenser during servicing or provide a separate pump out system and storage tank sufficient to hold
the charge of the largest unit being furnished.

The evaporator vessel, including water heads, suction line, and any other component or part of a
component subject to condensing moisture shall be factory insulated with ¾ inch closed cell
insulation. All joints and seams shall be carefully sealed to form a vapor barrier.

Provide factory-mounted and wired, DP switches/ flow switch on each vessel to prevent unit operation
with no or low water flow. Chiller manufacturer shall provide neoprene waffle-type vibration isolators
for each corner of the unit.

The power connection shall be Single Point with non-metal compressor conduits and Disconnect
Switch

1.7 ADVANCED MICROPROCESSOR PANEL WITH GRAPHICS

The unit shall have a microprocessor-based control system consisting of a 15-inch VGA touch-screen
operator interface and a unit controller or manufacturers standard.

The touch-screen / graphical display (Microprocessor based control panel – Manufacturers standard)
shall display the unit operating parameters, accept set point changes (multi-level password protected)
and be capable of resetting faults and alarms. The following parameters shall be displayed on the
home screen and also as trend curves on the trend screen:

Entering and leaving chilled water temperatures


Entering and leaving condenser water temperatures
Evaporator saturated refrigerant pressure
Condenser saturated refrigerant pressure
Percent of 100% speed (per compressor)
% of rated load amps for entire unit
In addition to the trended items above, all other important real-time operating parameters shall also
be shown on the touch-screen/ graphical Display. These items shall be displayed on a chiller graphic
showing each component. At a minimum, the following critical areas must be monitored:

Compressor actual speed, maximum speed, percent speed


Liquid line temperature
Chilled water set point
Compressor and unit state and input and output digital and analog values
A fault history shall be displayed using an easy to decipher, color coded set of messages that are date
and time stamped. Time interval scale shall be user selectable as 20 mins, 2 hours, or 8 hours. The

Contractor 160 Engineer-in-Charge


alarm history shall be downloadable from the unit's USB port. An operating and maintenance manual
specific for the unit shall be viewable on the screen.

All set points shall be viewable and changeable (multi-level password protected) on the touch screen
and include set point description and range of set values.

Automatic corrective action to reduce unnecessary cycling shall be accomplished through preemptive
control of low evaporator or high discharge pressure conditions to keep the unit operating through
abnormal transient conditions.

The chiller shall be capable of sequencing up to four other similar chillers. The contractor shall furnish
and wire network isolators for n-1 units.

The chiller shall be capable of automatic control of: evaporator and condenser pumps (primary and
standby), up to 3 stages of cooling tower fan cycling control and a tower modulating bypass valve or
cooling tower fan variable frequency drive.

The capability to interface with a building automation system to provide:

remote chiller start and stop


remote leaving chiller liquid temperature adjust
remote current limit set point adjust
remote ready to start contacts
safety shutdown contacts
cycling shutdown contacts
run contacts
1.8 STARTUP AND OPERATOR TRAINING

The services of a factory trained, field service representative will be provided to supervise the final
commissioning check and the initial startup and conduct concurrent operator instruction.

1.9 FACTORY INSULATION

Factory-applied, anti-sweat insulation shall be attached to the cooler shell, flow chamber, tube sheets,
suction connection, and (as necessary) to the auxiliary tubing. The insulation shall be a flexible, closed-
cell plastic type, 3/4 thick, applied with vapor-proof cement. The insulation will normally prevent
sweating in environments with relative humidity up to 75% and dry bulb temperatures ranging from
50 to 90 °F.

2.0 INTERFACE WITH BUILDING MANAGEMENT SYSTEM

For the integration of Microprocessor Panel of the Chilling machine with the Building Management
System, an Interface Control Document shall be developed and provided by the HVAC Contractor.

• Hardware, Software protocol of Chiller Microprocessor panel


• Communication structure relating to collection of message / event information
• Description of the formatted packets / blocks of data which construe controller commands /
responses
• Complete overview of the system
• All information described above to be available at one point

Contractor 161 Engineer-in-Charge


• Linking of all Chiller Microprocessor panels for communication between panels. Additionally,
single point gateway shall be provide for high level integration with read / write capability to
third party BMS
• The output shall be open protocol either BACnet or Modbus.

3.0 PAINTING

Painting shall be as per manufacturer’s standard design and practice.

4.0 REFRIGERANT

The Chiller shall utilize Eco-friendly Refrigerant R-134a only charged at factory and then performance
tested and dispatched.

5.0 INSTALLATION AND COMMISSIONING

Supervision of Commissioning and the initial startup shall be by factory-trained representatives of the
equipment manufacturer, who have had extensive experience with the particular type of machine
being installed.

This representative shall start up the equipment, adjust and calibrate controls and rectify any faults,
which may be found. Concurrently he shall fully instruct the personnel’s who will later be in charge of
the operation and maintenance of the plant.

This representative shall remain on site as required. Should the liquid chillers be found not working
satisfactorily by the end of this period this representative shall remain on site until in the opinion of
the Consultant/Client the chillers are operating satisfactorily.

The liquid chillers and their components shall be given the following tests and such other tests as the
Consultant/ Client considers necessary to bring the equipment into running order.

(a) Chiller capacity

An approximate check of total refrigeration capacity of the chiller machines shall be carried out if
climatic conditions permit.

(b) Commissioning Tests.

While the manufacturer’s technician is on site the contractor shall arrange the commissioning tests
to be carried out and witnessed by the Engineer in charge. The commissioning tests shall
involve a complete check of the operation of all parts and safety controls associated with the
chilled water machines, including associated pumps, auto start/stop controls, electrical supply and
starter and any associated alarm control system.

The commissioning check of the chiller shall include check of electrical starter and associated control
functions, motor windings, thermistor strips, bearings, water flow quantities, flow switch functions,
purge unit functions, pump out unit functions, electrical wiring interlocks, refrigeration HP/LP controls,
refrigeration low temperature thermostat, low oil pressure cut-out, oil level safety cut-out, high
discharge temperature safety cut-out, leaving water thermostat and control, load limit controller,
functions, recycle timer/programmer functions, and then a check of running pressures,
temperatures, fluid levels, amps, motor overload trip settings to establish that proper operation is
achieved.

Contractor 162 Engineer-in-Charge


6.0 CHILLER PERFORMANCE TESTS

To ensure quality, guaranteed efficiency and performance in compliance with the specified conditions,
at least one unit of each model of the package liquid chiller shall be tested at 25%, 50%, 75% and 100%
load on AHRI certified test bed at works.

The tests shall be conducted at the manufacturer’s factory or workshop where proper testing facilities
are available and the test results shall be submitted to the Engineer in charge upon delivery of chiller.
The design ambient condition should be simulated during the chiller performance test.

After assembly and pressure testing the chiller shall be tested on the following (in accordance
with AHRI tolerance whenever applicable)
• Full load capacity.
• Efficiency at full load
• The contractor shall submit the test schedule at least one (1) month before the proposed date of
testing.

7.0 HARMONIC FILTRATION

The chillers/chiller switchboard shall be equipped with harmonic filters inbuilt on each chiller VFD to
restrict TDD to 30% at source itself.

Contractor 163 Engineer-in-Charge


SECTION – 3

HOT WATER GENERATOR (HWG)

1.1 Hot water generator shall be electric resistance type.


1.2 The hot water generator shall be enclosed in a heavy gage reinforced steel cabinet. The hot water
generator shall be constructed of carbon steel and stamped in accordance with ASME code Section IV
for a maximum pressure of 160 psig and maximum operating temperature of 240 degree F. The hot
water generator shall be insulated with minimum 100mm thick resin bonded fiber glass of minimum
24 Kg/Cum density or equivalent, thermal insulation on all sides. The heating capacity of the hot water
generator shall be rated in KW at 415 volts, 3 phase, 50 cycles AC power supply.
1.3 Heating elements shall be individually removable incoloy sheathed electric resistance heating
elements, mounted in 1501b blind flanges with plated steel compression fittings. Complete flange
assembly shall be inserted horizontally into the vessel and bolted in place. The wall density of incoloy
sheathed blades (heating elements) shall be not exceeding 75 watts per sq. inch.
1.4 All basic controls and terminals shall be located in an integral ventilated control cabinet, factory
wired and functionally tested, Controls shall include fuses with 35 kA interrupting capacity, magnetic
contactors, control circuit transformer with primary and secondary time delay relay on-off switch ,
step controller which recycles to zero on power failure, pilot lights indicating when main power is on,
one additional pilot light for each heating step and control circuit toggle switch. On units with 3 steps
or less, a multistage thermostat maybe used instead of a step controller.
1.5 Pressure and temperature gauge shall be mounted on control panel. Gauge shall indicate working
pressure and temperature of the hot water generator.
1.6 An ASME pressure relief or pressure and temperature relief valve shall be furnished to protect the unit
against excessive pressure.
1.7 A high limit cut out shall be provided to automatically shut off the hot water generator by de-
energizing the control circuit in the event of an overheating condition.
1.8 Manual reset low-water cut off shall be provided so that in the event of a low-water condition, the
control circuit shall sound and audible alarm and cut off power supply to protect heating elements
from damage caused by overheating.
1.9 All other safety control and accessories such as double spring loaded safety valve, main and auxiliary
stop valves, feed check valves, blow down valve, water level sets complete with gauge glasses and
protectors shall be included.

1.10 A free-standing control panel shall incorporate the programming controller for starting up the
operating cycle in the correct sequences, safety lock-up relays, and contactors for the various

Contractor 164 Engineer-in-Charge


electrical item supplied with the hot water generator, such as various stages of heating elements
and the water feed pump. The panel shall also house the test switches, push buttons and indicating
lights indicating the operating status of various items. All components shall be prewired, input and
output circuits shall be grouped for ease of connection to the power supply and to electrical
equipment. Electrical panel shall be in line with the specification given in the document under
“Electrical Installation Section”.
1.11 The hot water generator, when erected, shall be one integrated package unit containing all the
ancillary equipment chassis mounted, with piping and electrical wiring integral and wholly contained
within the unit. All the electrical equipment shall be suitable for 415 volts, 3 phase, 50 cycles AC
supply.
1.12 All electrical wiring shall be completed within the plant room. Accessories described in electrical
installation sections shall be supplied by the contractor, in accordance with the recommendation of
the hot water generator manufacturer and the relevant Indian Standard and Regulations.

Contractor 165 Engineer-in-Charge


SECTION – 4

WATER CIRCULATING EQUIPMENTS

1. GENERAL

The various items of the water circulating system shall be complete in all respects and comply with the
specification given below. The total sound intensity with all fans in operation shall not practically
exceed 60 DB at a distance of 50 meters.

2. PUMP SETS
Various pumps shall be of type and capacity specified in the schedule of quantities.

2.1 SPLIT CASING TYPE PRIMARY CHW / CONDENSER WATER

2.1.1 The pump sets shall be horizontal/vertical inline split coupled type casing with suction and discharge
flanged connections coupled with totally enclosed fan cooled squirrel cage induction motor and
suitable starter as specified.

2.1.8 The pump casting shall be high density cast iron, volute type design and machined to a narrow
tolerance.

2.1.9 The impeller shall be gunmetal double entry shrouded design, properly balanced.

2.1.10 Water mechanical seals shall be provided to minimize water leakage and should be easily serviceable
in the field.

2.1.11 Motor and starter shall conform to relevant specifications and of ratings given in "schedule of
quantities".

2.1.12 All Pumps shall be of IS specification.

2.1.13 The maximum speed of the pump shall be 1450 RPM.

2.2 MONOBLOCK PUMPS


Mon block end-suction design directly connected to motor shall be supplied when asked for. The pump
casing shall be of cast iron construction and the Impeller shall be of bronze construction, hydraulically
balanced and keyed to shaft. Stuffing boxes shall be integral with casing and water sealed. Shaft sleeve
shall be of gun metal extending through stuffing boxes.

3. MISCELLANEOUS

The following shall be included: -

3.1 The chilled /hot water circulating pumps shall be insulated as specified in BOQ.

3.2 Water pressure gauge at inlet and outlet of each pump complete with isolation cocks. Vibration
isolation shall be cushy foots type for each pump. Stainless steel bellows type flexible connections shall
be provided at pump inlet and outlet.

4. INSTALLATION AND TESTS

Contractor 166 Engineer-in-Charge


4.1 The pump sets shall be mounted on cement concrete foundation including grouting nuts, bolts,
channels etc. shall be provided by the contractor.

4.2 On installation the capacity of the pumps shall be checked by measuring water flow, motor current
and measuring pressure difference at inlet and outlet. The readings shall be recorded to compare
actual performance with the specified data.

4.3 Magnetic level switches in each cooling tower sump for alarm shall be provided for low level without
any extra cost to the department.

5. VARIABLE SPEED PUMPING SYSTEM FOR SECONDARY CHW PUMPS

Variable speed pump should provide stable and predictable flow rate over a wide variation of head
pressure including the following:-

The control system shall include as a minimum, the programmable logic pump controller, adjustable
frequency drive(s) and remote sensor/ transmitters as indicated on the drawings. Provide additional
items as specified or as required to properly execute the sequence of operation.

The variable speed pump logic controller, adjustable frequency drives(s), AFD by pass and remote
sensor/ transmitter(s) shall ship as individual components to the job site.

Pump logic controller, adjustable frequency drives, sensor / transmitters and related equipment shall
be installed by the HVAC contractor as shown on the drawing.

Line voltage power wiring shall be installed by the HVAC contractor as shown on the field connection
drawings and wiring diagrams supplied with the pumping package.

Low voltage (24V DC and 110V AC) wiring shall be installed by the BMS contractor as shown on the field
connection drawings and wiring diagrams supplied with the pumping package.

COMPONENTS

Pump Logic Controller

5.1 The Technologic pump logic controller assembly shall be listed by and bear the label of underwriters
Laboratory, Inc. (UL). The controller shall meet part 15 of FCC regulations pertaining to class - A
computing devices. The controller shall be specifically designed for variable speed pumping
application.

5.1.1 The controller shall function to a proven program those safeguards against damaging hydraulic
conditions including:

Motor overload
Pump flow surges
Hunting
End of Curve

5.1.2 The pump logic controller shall be capable of receiving up to 7 remote process variable signals. It will
then select the analogue signal that has deviated the greatest amount from its set point. This selected
signal will be used as the commend feedback input for a hydraulic stabilizing function to minimize
hunting. Each input signal shall be capable of maintaining a different set point value. Controller shall

Contractor 167 Engineer-in-Charge


be capable of controlling up to two pumps in parallel.

5.1.3 The pump logic controller shall have an additional analog input for a flow sensor. This input shall serve
as the criteria for the end of curve protection algorithm.

5.1.4 The hydraulic stabilizer program shall utilize a proportional-integral- derivation control function. The
proportional, integral and derivative values shall be uses adjustable over an infinite range.

5.1.5 The pump logic controller shall be self prompting. All messages shall be displayed in plain English. The
operator interface shall have the following features.
- Multi-fault memory and recall.
- On screen help functions
- LED pilot lights and switches.
- Soft-touch membrane keypad switches.

5.1.6 The readout shall be two lines of forty 0.25” backlit LCD super twist characters capable of displaying
the following values:

- Differential pressure in PSIG


- Pressure in PSIG
- Flow in GPM
- Temperature in degrees °F or °C
- Differential temperature in degree °F or °C

The following communication features shall be provided to the BAS:

- Remote system start/stop


- Failure of any system component
- Process variable
- AFD Speed
- Equipments/ Controllers shall be compatible with existing BMS

5.2 ADJUSTABLE FREQUENCY DRIVE.

5.2.1 The adjustable frequency drive (s) shall be pulse width modulation (PWM) type, microprocessor
controlled design.

5.2.2 The AFD including all factory installed options shall have CSA approval.

5.2.3 Enclosure shall be NEMA 1 ventilated for installation as a wall mounted of free- standing unit,
depending on the amp-rating. A hand-off-auto switch and speed potentiometer shall be function via
AFD key pad.

5.2.4 AFD shall utilize a diode bridge rectifier to convert three phase AC to a fixed DC voltage. Power factor
shall remain above 0.98 regardless of speed or load. AFDs employing power factor correction
capacitors shall not be acceptable.

5.2.5 Insulated gate bipolar transistors shall be used in the inverter section to convert the fixed DC voltage
to a three phase, adjustable frequency, AC output. An internal line reactor shall be provided to lower
harmonic distortion of the power line to increase the fundamental power factor.

Contractor 168 Engineer-in-Charge


5.2.6 The following customer modifiable adjustments shall be provided:

- Accel time: 0.1 to 1800 seconds


- Decel time : 0.1 to 1800 seconds
- Minimum frequency: 0 HZ
- Analog input filter: 0.1 to 10 seconds
- Analog outputs: 10 to 1 gain

5.2.7 Speed reference signal shall be customer selectable for 0-10VDC or 4-20 mA.

5.2.8 The AFD shall be suitable for elevations to 3300 feet above sea level without de-rating .Maximum
operating ambient temperature shall not be less than 104 degrees F. AFD shall be suitable for
operation in environments up to 95% non-condensing humidity.

5.2.9 The AFD shall be capable of displaying the following information in plain English via a 40 character
alphanumeric display:

- Frequency
- Voltage
- Current
- Kilowatts per hour
- Fault identification
- Percent torque
- Percent power
- RPM

5.3 SENSOR/TRANSMITTERS:

Provide adequate Nos. field mounted differential pressure sensor transmitter (s) as required at site.
Unit shall transmit an isolated 4-20A mA DC signal indicative of process variable to the pump logic
controller via standard two wire 24 DC system. Unit shall have a corrosion resistant steel body with
1/8” NPT process connection. It shall have a NEMA 1electrical enclosure capable of withstanding 450
PSI static pressure. Accuracy shall be within 0.5% of full span.

5.4 SEQUENCE OF OPERATION

5.4.1 The system shall consist of a technologic pump logic controller, one duty pump /AFD set, with
duty standby pump selection, automatic alternation and automatic transfer to the standby pump.

5.4.2 The pumping system shall start upon the closure of customer’s contact when the pump logic controller
Mode of Operation selector switch is in the REMOTE position.

5.4.3 When the pump logic controller selector switch is in the LOCAL position, the pumping system shall
operate automatically. Sensor/transmitters shall be provided as indicated on the plans.

5.4.4 Each sensor/transmitter shall send a 4-20mA signal to the technologic pump logic controller, indicative
of process variable condition.

5.4.5 The Technologic pump logic controller shall compare each signal to the independent, engineer/user
determined set points.

Contractor 169 Engineer-in-Charge


5.4.6 When all set points are satisfied by the process variable, the pump speed shall remain constant at the
optimum energy consumption level.

5.4.7 The technologic pump logic controller shall continuously scan and compare each process variable to its
individual set point and control to the least satisfied zone.

5.4.8 As the worst-case zone deviates from set point, the pump logic controller shall send the appropriate
analog signal to the AFD to speed up or slow down the pump/motor.

5.4.9 The redundant variable speed system shall be started through the pump logic controller.

5.4.10 In the event of a system differential pressure failure due to a pump or AFD fault, the pump logic
controller automatically initiates a times sequence of operation to start the redundant pump/AFD set
in the variable speed mode.

5.4.11 In the event of the failure of a zone sensor/transmitter, its process variable signal shall be removed
from the scan / compare program. Alternative zone sensor /transmitters, if available, shall remain in
the scan/compare program for control.

5.4.12 The zone number corresponding to the failed sensor/ transmitter shall be displayed on the operator
interface of the pump logic controller.

5.4.13 In the event of failure to receive all zone process variable signals, the AFD shall maintain 100% speed,
reset shall be automatic upon correction of the zone failure.

5.4.14 Pump or AFD fault shall be continuously scrolled through the display on the operator interface of the
pump logic controller until the fault has been corrected and the Controller has been manually reset.

5.4.15 Manual override arrangement for all control system to be provided.

6. PUMPS SUITABLE FOR VARIABLE SPEED.

Pumps shall be single stage, end suction design with a foot mounted volute to allow servicing of the
impeller and bearing assembly without disturbing piping connections.

Pump volute shall be class 30 cast iron with integrally cast pedestal support feet. The impeller shall be
cast bronze enclosed type, dynamically balanced keyed to the shaft and secured by a locking cap
screw.

The liquid cavity shall be sealed off at the pump shaft by an internally flushed mechanical seal with
ceramic seal seat and carbon seal ring, suitable for continuous operation at 225o F.A. replaceable
bronze shaft sleeve shall completely cover the wetted area under the seal.

Pump shall be rated for minimum of 175 psi working pressure. Volute shall have gauge tappings at the
suction and discharge nozzles and vent and drain tappings at the top and bottom.

Base plate shall be structural steel or fabricated steel channel with fully enclosed sides and ends, and
securely welded cross members. Grouting area shall be fully opened. A flexible type, centre drop-put
design coupler, capable of absorbing torsional vibration shall be employed between the pump and
motor. Coupler shall be shielded by a coupler guard securely fastened to the base.

Motor shall be energy efficient, totally enclosed fan cooled, class ‘F’ insulation and suitable for

Contractor 170 Engineer-in-Charge


operation on AFD (only for secondary side).

Motor shall be specially designed for quite operation and its speed shall not exceed 1450 RPM. The
motor rating shall be such as to ensure non-overloading of the motor throughout its capacity range.
Motor shall be suitable for 415 ± 10% volts, 3 phase, 50 cycles AC power supply.

Contractor 171 Engineer-in-Charge


SECTION – 5

COOLING TOWER (INDUCED DRAFT)

1.1 The cooling towers shall have capacity as specified and shall be induce draft type to meet the
specified conditions of service, the cooling tower shall be CTI (Cooling Tower Institute) certified.

1.2 The cooling tower shall be of F.R.P.

1.3 The basin shall also be of F.R.P.

1.4 The spray system shall consist of G.I. pipe main and branch headers with propylene nozzles.

1.5 The cooling tower shall be complete with suction screen float valve, make up, overflow and drain
connections as well as required hardware and material for assembly.

1.6 Fiber-reinforced plastic cooling towers shall be of approved make, suitable for outdoor use. Tower
shall be vertical, induced draft, up flow, draw through type, fiber-reinforced plastic construction, in
round/ square shape, complete with fan, motor, surface and spray sections, eliminators, automatic
controls and sound attenuation equipment, if required.

1.7 Side casing shall be made out of FRP in a number of equal segments with both side smooth surfaces
for minimum resistance to air flow. It shall have sufficient structural strength to adequately with stand
high wind velocities and vibrations. The casing shall be installed in the fiberglass reinforced basin.
The tower supporting structure shall be made out of hot dipped galvanized steel frame. Air intake
shall be all along the base circumference of cylindrical FRP casing so that tower can be installed quite
independent of prevailing wind direction. A hot dip galvanized expanded metal mesh screen shall
protect the air intake. Sufficient clearance between casing and water basin shall be provided to enable
service personnel to enter the tower comfortably and carry on periodic cleaning and inspection.

1.8 Cold water basins shall be deep fiber glass reinforced sump on which cooling tower super structure
shall be supported. Suction tank with easily removable double brass strainer shall be provided.

1.9 Basin fittings shall include the following:

Bottom Outlet.
i. Screened suction assembly bolted to the casing.
ii. Drain bolted to underside of suction side sheet.
iii. Overflow bolted to inside of casing side sheet.
iv. Built in bleed off attached to inlet header discharging through PVC tube into overflow pipe.
v. Ball types automatic make up water valve.
vi. Quick fill connected to inside of casing side sheet.

1.10 Hot water distribution shall be by sprinkler system consisting of PVC sprinkler pipes screwed into a
rotating head and mounted on top of the vertical pipe installed centrally in the tower. Sprinkler head
shall be made out of aluminum and fitted with ball bearings to take thrust and radial loads. The
sprinkler assembly shall rotate at 5 to 7 RPM by the reaction force from the circulating water.

1.11 Fillings shall be made of corrosion proof and fire safe rigid PVC film in honey comb design and
arranged circular form to facilitate 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 through
scales that may form. The crossing of air and water streams in close proximity shall create a diffused

Contractor 172 Engineer-in-Charge


turbulence, which is essential for evaporation and heat transfer. In order to reduce carry over losses
through entrapment of moisture drops in air streams, multiple rotary drift eliminators shall be
installed. It shall also be designed to allow air flow without appreciable resistance.

1.12 Fan shall be of the axial flow type, cast aluminum, low weight rotor fitted with multiple aerofoil
blades. The entire fan assembly shall be statically and dynamically balanced. Fan shall be directly
driven by a 415 ± 10% volts, 3 phase, 50 cycles A/C supply electrically motor. Fan motor shall be totally
enclosed fan cooled weather proof construction, designed and selected to operate in humid air
stream. Fan shall be protected by a fan guard and shall be easily accessible for inspection and
maintenance. A service ladder shall also be provided for greater convenience.

1.13 The structure of the cooling towers shall be designed for wind and other loads as per IS: 875.

2. INSTALLATION AND TESTS

2.1 The cooling tower shall be mounted on reinforced cement concrete pedestal of suitable size as
recommended by manufacturers to be provided by HVAC contractor.

2.2 On installation the capacity of the cooling tower shall be checked by measuring water flow rate, water
in and out temperature and the ambient W.B. temperature and computing the capacity and efficiency.

2.3 Magnetic level switches in each cooling tower sump for alarm shall be provided for low water level
without any extra cost to the department.

Contractor 173 Engineer-in-Charge


SECTION – 6
CHILLER PLANT MANAGER

1.0 Scope

The scope of work comprises the supply, erection, testing and commissioning of the complete chiller
plant manager conforming to these specifications and in accordance with the requirements.

2.0 General

The Chiller Plant Manager shall be as per the specifications. Network Automation/Control Engine and
Direct Digital Control (DDC) technology shall be used to provide the functions necessary for control of
mechanical systems on this project. The control system shall accommodate simultaneous multiple user
operation. Access to the control system data should be limited only by operator password.
Multiple users shall have access to all valid system data. An operator shall be able to log onto
any work-station on the control system and have access to all appropriate data. The system shall be
fully web enabled as shown on the drawings and as specified in this specification. The control system
shall be designed such that each mechanical system will be able to operate under stand-alone control.
As such, in the event of a network communication failure, or the loss of any other controller, the
control system shall continue to independently operate under control. Communication between the
control panels and all work-stations shall be over a high speed TCP/IP network. All nodes on this
network shall be peers. The operator shall not have to know the panel identifier or location to view or
control an object. Application Specific Controllers shall be constantly scanned by the network
controllers to update point information and alarm information.

3.0 The equipment to be monitored and controlled includes the following:

• Control of Chillers with Primary flow pumps, Condenser Water Pumps, Cooling Towers and Motorized
Butterfly Valves.

• Measurement and monitoring of the chilled water temperatures and flows.

• IkW/TR measurement of each chiller.

• Control of Heat Pumps with Chilled water pumps, Hot Water Pumps and Motorized Butterfly
Valves.

• Heating Capacity, Free cooling & Energy consumption.

• Energy metering using special Energy Software with dashboard and customized reporting Tools.

4.0 System Hardware

The system architecture shall be as follows:

The Chiller Plant Manager (CPM) shall use an open architecture and fully support a multivendor
Environment. To accomplish this effectively, the CPM shall support open communication protocol
standards and integrate a wide variety of third-party devices and applications. The system shall be
designed for use on the Internet, or intranets using off the shelf, industry standard technology

Contractor 174 Engineer-in-Charge


compatible with other owner provided networks. The system shall be designed into three tiers and
contain a field tier (the tier that contains all of the field level controllers, and application specific
controllers), an automation tier (this is the tier that connects all of the field tiers), and an enterprise
tier (this is the tier that connects all of the automation tiers). No two-tier design is acceptable.

The CPM shall consist of the following hardware and software:

1. Standalone Network Automation/Control Engine(s)

2. DDC Field Equipment Controller(s) and BTL Certified Input / Output Module(s)

3. Workstation and Energy Management Software

5.0 Standalone Network Automation/Control Engine

Controller shall provide supervisory control over the control network and shall support all three (3) of
the following communication protocols:

BACnet Standard MS/TP Bus Protocol ASHRAE SSPC-135, Clause 9

It shall be BACnet Testing Labs (BTL) certified and carry the BTL Label.

It shall be tested and certified as a BACnet Building Controller (B-BC).

Control networks shall provide either “Peer-to-Peer,” Master-Slave, or Supervised Token Passing
communications.

A BACnet Protocol Implementation Conformance Statement (PICS) shall be provided for each
controller device (master or slave) that will communicate on the BACnet MS/TP Bus.

• This must have Unlimited number of user license without any additional cost of license on the OWS.

• Network engine shall be able to access by 4 simultaneous users.

• Network engine shall l be browsed by Microsoft Internet Explorer and Netscape Navigator

• Network engine processor should be of 32 bit configuration.

• Network engine should have inbuilt display and keys to operate in absence of PC

• Network engine should have inbuilt IO points , functionally able to act as a DDC controller as well as a
Supervisory controller.

• Network engine should support AHARAE standard BACnet MS/TP protocol , Proprietary Protocol shall
not be accepted

• Network engine should support integration of third party protocol ( eg Modbus-RTU) seamlessly
without adding additional hardware.

For BACnet MS/TP or IP integration, the Network engine should be support auto discovery to discover
the field devices and field points

• Network engine should support DHCP function for IP addressing

Contractor 175 Engineer-in-Charge


• Workstation and Energy Management Software

• The system shall provide a real-time database incorporating data from analog, logical or pulse inputs.

• It should be support up to 1000 TCP/IP addresses for the supervisory controllers in the Enterprise
network

• Historian of point data shall be configurable as part of the point definition. Historian shall be
provided for both snapshots and averages with intervals ranging from 5 seconds to 24 hours

• Trend and change of value data shall be stored within the engine and uploaded to a dedicated
trend database or exported in a selectable data format via a provided data export utility

• The system shall provide a configurable data storage subsystem for the collection of historical
data.

Data can be stored in SQL database format

• The system shall be able to store all the events

• The operator interface shall be flexible in its connection to the CPM server. Serial wireless, 4G and LAN
connection shall be possible. The operator interface shall provide standard dial-up modem support.
Using other packages such as Microsoft Terminal to make the modem connection shall not be
acceptable.

• CPM management level software shall have Unlimited number of user license without any additional
cost of license on the OWS.

• CPM software shall be web based software shall allow 5 simultaneous user access.

• Server software shall be able to browsed by Microsoft Internet Explorer and Netscape Navigator

• Energy Management software capable of fetching the energy data from the BMS and store the data
into separate application database (SQL) for analysis. This Software should have the following Key
features:

• Segmentation of energy information at a glance.

• Customizable energy dash-board.

• Energy report generation against selection of time and frequency.

• Co2 Emission Calculation and Reporting.

• Web Based Tool. No Additional Software should be required.

• Automatic Alarm Email / SMS Option must be available

• The software shall have Ready Access Portal Architecture , graphics and management software shall
be accessible thru smart phones.

Contractor 176 Engineer-in-Charge


• A minimum of 100 unique passwords shall be supported. Provide a minimum of 100 categories of
systems to which individual operators may be assigned.

• Monthly calendars shall be provided that allow for simplified scheduling of holidays and special days
for a minimum of 5 years in advance.

• Alarms shall be routed directly from Network Automation Engines to PCs and servers. It shall be
possible for specific alarms from specific points to be routed to specific PCs and servers.

• The system shall provide flexible trending allowing real-time, historical or archived data to be trended
in a variety of formats. In addition, trend data types shall be able to be combined to allow for
comparisons between data e.g. current real-time data versus archived data

• The system shall support a flexible reporting package to allow easy generation of report data. The
reports provided should include pre-configured standard reports for common requirements such as
Alarm Event reports and custom report generation

• The system shall provide up to six levels of security providing varying degrees of access to system
operation and configuration functions.

6.0 DDC Field Equipment Controller(s) and Input/Output Module(s)

• General purpose DDC controllers shall be minimum 32 bit microprocessor based with FLASH base of
operating system.

• The devices shall be programmable and capable of extensive measuring, control and monitoring
functions.

• All DDCs shall support modular architecture with the following:

• A CPU with Power Supply Module

• Distributed I/O modules to accommodate Input/Output points.

• Energy management programs such as optimum start/stop, load reset, duty cycling, night purge,
distributed demand control and others must be resident on each DDC.

• As a backup, DDC’s shall store DDC programs and data files on non-volatile EEPROM or flash memory
to allow simple and reliable additions and changes. Each DDC shall have a 72 hours battery backed
real-time clock.

• Each panel shall be provided with a socket for a Portable Operators Terminal (POT) which can be
connected via Bluetooth communication for easy access for testing & trouble shooting and no need to
open the panel, and a port for network communications In max. speed of 76Kbps.

• All the DDC should be BTL listed.

• DDC shall support PRAC and PID logic

• The DDC software configuration tool shall use be GUI based logics.

Contractor 177 Engineer-in-Charge


SECTION – 7
AIRHANDLINGUNITS

1.0 Scope

The scope of work comprises the supply, installation, testing and commissioning of the Air- handling
units conforming to these specifications.

2.0 CASING

Double skinned panels to be fabricated with anodized extruded aluminum section framework bolted
together with sandwich panel having 0.8 mm thick GI plasticized outer skin and 0.8 mm thick plain GI
Inner skin ( For CS AHU- panel having 0.63 mm thick GI plasticized outer skin and 0.63 mm thick plain
GI inner skin). 25/43 mm thick (as per requirement specified in BOQ injected PU foam insulation
having density of 42 kg/ m3 material to be sandwiched between two skins.
The panels shall be bolted /screwed to the framework with soft rubber gasket in between to make the
joints airtight. Suitable doors with powder coated hinges and latches shall be provided for access to
various panels for maintenance.

The Fan and the motor arrangement shall be mounted on to the common framework. The entire
housing i.e. The Air Handling Unit shall be mounted on GI Base channel framework. Drain pan shall be
constructed of 18 gauge SS sheet with closed cell nitrile/ PUF insulation. The K-value shall not be more
than 0.029 Kcal/hr-sq.mtr-°C/M at 10°C mean temperature. The pan shall have necessary slope to
facilitate for fast removal of condensate. The coil shall be mounted on the rollers in order to facilitate
easy removal of the coil from the drain pan for cleaning. AHU panels shall be factory fitted with
pressure ports for DPT installation. The number and size of these shall be confirmed in the AHU
technical approval stage. In case opening is to be made in AHU panel, the same shall be with C-channel
all around to prevent entry of PUF into air stream. The channels shall be cut at 45 degrees at the
corners to avoid overlap. Material for the channel shall be same as that of internal skin of AHU.

Rubber grommets shall be provided at all entry points into AHU such as coil connection, cable entry
etc. The same shall be double lip tight fitting to prevent air leakage. All access doors shall be outward
opening. For doors provided downstream of the fan, especially in high static AHUs, additional clamps
shall be provided along periphery of door to maintain constant pressure and ensure proper sealing.

Water resistance marine light with power cabling shall be included. Micro switch with wiring for Door
shall be provided such that fan motor shall stop upon opening the door.

3.0 Thermal Break Profile

AHU’s such as TFA units, AHU with mixing box having return air ducted shall be provided with thermal
break profile as per design.

Contractor 178 Engineer-in-Charge


4.0 Mixing Box

AHUs requiring mixing boxes (if required) shall be complete with fresh and return air dampers.

5.0 Damper

Dampers shall be opposed blade type. Blades shall be made of double skinned aero foil aluminum
sections with integral gasket and assembled within a rigid extruded aluminum alloy frame. All linkages
and supporting spindles shall be made of aluminium or nylon, turning in teflon bushes. Manual
dampers shall be provided with a Bakelite knob for locking the damper blades in position. Linkages
shall be extended wherever specified for motorized operation. Damper frames shall be sectionalized
to minimize blade warping. Air leakage through dampers when in the closed position shall not exceed
1.5% of the maximum design air volume flow rate at the maximum design air total pressure.

6.0 Motor and Drive

Fan motors shall be energy efficient (IE-3) and shall be 415±10% volts, 50 cycles, three phase, totally
enclosed fan-cooled class F, with IP-55 protection. Motors shall be especially designed for
quiet operation. Drive to fan shall be provided through belt-drive arrangement. Belts shall be of the
oil-resistant type.

The fan motor shall be suitable for VFD operation.

7.0 Fan

Fan shall be AMCA certified (For Air and Sound performance) DIDW type centrifugal forward/
backward curved (for belt driven package). The fan housing, impeller shall be fabricated from GI sheet.
Fan impeller shall be mounted on a solid steel shaft statically and dynamically balanced. Shaft shall be
supported to the housing with angle iron frame and pillow block heavy duty ball bearing. Fan housing
shall be made of die-formed side sheets with streamlined inlets and guide vanes to ensure smooth air-
flow into the fans. Fan housing and TEFC Fan motor in IP-55 Construction shall be mounted within the
fan section on a common extruded Aluminum base mounted inside the air handling unit on anti-
vibration mounts. The fan outlet shall be connected with casing with the help of fire retardant canvass.

8.0 Cooling/Heating Coils

Chilled/ Hot water coils shall have 12.7mm(1/2”) to 15 mm(5/8”) dia (O.D) tubes minimum 0.5 mm
thick with sine wave aluminium fins firmly bonded to copper tubes assembled in stainless steel frame.
Face and surface areas shall be such as to ensure rated capacity from each unit and such that the air
velocity across the coil shall not exceed 150 meters per minute (500fpm).The coil shall be pitched in
the unit casing for proper drainage. The coil shall have copper header with chilled water supply &
return connections protruding out of AHU casing by minimum 150 mm and fitted with dielectric
coupling or adapter for connection with MS pipes. Each coil shall be factory-tested at 21 kg per sq. cm
air pressure under water. Tube shall be hydraulically / mechanically expanded for minimum thermal
contact resistance with fins. Fin spacing shall be 11 to 13 fins per inch (4- 5 fins per cm). Water
pressure drop in coil shall not exceed 10 PSIG(0.70 kg/cm.sq.). Coils shall be provided with mechanical
means to purge air from the coil during commissioning by means of a purge valve or nipple. To prevent
splashing, discharge from the same shall be routed to the condensate drain pan by means of flexible

Contractor 179 Engineer-in-Charge


PVC tubing of suitable diameter. Purge valve / nipple shall be accessible externally or by removal of
blanking panel.

All AHU’s shall be provided with minimum 4 Row Cooling Coil (but final as per BOQ). All TFA AHU’s
shall be provided with minimum 8 row cooling coil.

In case AHU has multiple coil stacked one above another, intermediate drain tray of SS 304 (18
gauges) shall be provided so that upper level of coil drains into this drain tray. Copper / SS 304 piping
shall be provided from this drain tray up to main bottom tray.

Computerized cooling coil selection output shall be submitted. Coil rating shall be as per AHRI /
EUROVENT Certified.

The AHUs shall have PHI cells UV lamp/UVGI system for air purification system/ cell based on
advanced oxidation system with100-380 nm wave length capability to generate hydro peroxides
having UL, TUV, EU and CE certification. The UV Lamp shall have ppc sleeve to prevent spirrage. Same
shall be installed inside AHU. UV lamp technical submittal to be provided for approval and complete
arrangement of installation of lamp to be provided by AHU vendor. The equipment shall conform to UL
1598-09:2009, CAN/ CSA-C 22.2, EN 60335-1, EN 60335-2-65, TUV, CSA, EU standards, certifications
for cooling coil application.

All AHU’s cooling coil shall be wrapped around horse shoe heat pipe to control humidity level.

9.0 Air filters


The air used in an air conditioning system must be filtered to maintain a clean atmosphere in the
conditioned space. The concentration of contaminants in the air and the degree of cleanliness
required in the conditioned space will determine the type of filter or filters that must be used.

9.1 Pre – filters

Cleanable filter made out of dry cleanable synthetic type minimum 50mm thick, shall be provided on
the suction side of AHU as standard equipment with the unit. These filters shall have the efficiency of
90% down to 10 micron particle size. When these filters become loaded or full of dirt, it is removed
from service and replaced by another filter. Face velocity across these filters shall not exceed 155
MPM.

9.2 Electronic Air Filter (ESP) equivalents to MERV-13/14

Electrostatic precipitator module having strong adsorption nano scale dust, killing bacteria,
microorganisms. The removal efficiency of PM 2.5 shall be greater than 90 percent @ 2.5 m/s. The
product shall have AFTL and shall zero ozone production. The power consumption per filter shall not
be greater than 8.5 watts for 3400 CMH and 5.8 watts for 1700 CMH. AHU shall have Inbuilt junction
box with complete internal wiring required for ESP to be provided. All internal wiring etc. required
including junction box to be provided including all internal wiring complete in all respect.

OR

Electronic Air cleaner a hybrid air purification system that improves the indoor air quality through
reducing harmful pollutants like particulate matter (PMx), PM 2.5, allergens, pollen, smoke, based on

Contractor 180 Engineer-in-Charge


trap & kill technology. The unit should be UL listed . It should be equivalent to MERV 13/MERV 14 or
better with low pressure drop of 0.25" wg @ 2.5 m/s. It should have IMS (Intelligent maintenance
system) which can be monitored on BMS. The units shall meet 2006/95/EC, 2013/35/EU, 2004/108/EC
and 2014/30/EU or IEC 335-2-65:93 for Electrical safety and EMC tests done and certified by an
international agency. The central air cleaner units must have a valid ANSI/ASHRAE 52.2 test report to
verify filtration efficiency. The system must not emit Ozone,and maximum exposure concentration of
ozone should not exceed 0.01 ppm. Tenderers must submit a Clause-by-Clause Compliance Summary
and provide full documentation/technical literature/data sheets/reports to confirm compliance for
each clause. Please also submit a project reference list.

FILTERS - CODES AND STANDARDS

a. ASHRAE 52.1 Gravimetric and Dust spot procedures for testing Air cleaning devices.

b. IS 7613 Methods of testing panel type Air filters for HVAC

10.0 Isolators

Vibration isolators shall be provided to all air handling units. The fan and motor framework shall be
isolated from the AHU framework by means of spring type vibration isolators. The AHU shall be
mounted on 6 inch high PCC block suitable for weight of the AHU. The platform shall be 4 inch
bigger than the AHU frame size from all sides. The framework of the AHU and the P.C.C. block
shall be isolated by means of neoprene mats of size 150mmx150mm in two layers with 16g G.S.S.
sheet sandwiched in between.

11.0 Fresh Air Intakes

Exhaust/Fresh air louvers of 80 mm thick high performance (55% free area) drainable fixed louver type
Aluminium frame and blades. Mullions to be sliding interlock type with integral internal drain. Jamb
and mullion drains to be open on front face in order to direct water away from inside of louver. Blades
to be one piece extrusions with gutters design to catch and direct water to jamb and mullion drains.
Fasteners to be of aluminium. Louvers to have framed 13 mm mesh removable mill finish aluminium
bird screens. Powder coated fresh air louvers constructed out of extruded aluminium duly anodized
(20 microns and above) complete with bird screen, filters and damper shall be provided in the clear
openings in masonry walls for fresh air of the air handling units. Louvers, filters, damper, and fresh air
duct shall be provided for various air handling units. Fresh air dampers shall be of the interlocking
opposed blade louver type. Blades shall be made of not less than 16 gauge aluminium sheet, edges
covered with felt to provide air-tight closure, and shall be rattle-free. Dampers shall be equipped with
brass / nylon bushes and bush bearings. Filters shall be similar to those earlier specified for air
handling units. All hardware shall be corrosion resistant brass or Stainless steel.

12.0 Accessories

Each air handling unit shall be provided with manual air vent at high point in the cooling coil and drain
plug in the bottom of the coil. In addition, the following accessories may be required at air handling
units, their detailed specifications are given in individual sections.

a. Insulated butterfly valves, balancing valves, `Y’ strainer, union & condensate drain piping with
‘U’ trap up to sump or floor drain in air handling unit room, as described in section “Piping”.

Contractor 181 Engineer-in-Charge


b. Thermometers in the thermometer wells & pressure gauge (with cocks) within gauge ports in chilled /
hot water supply and return lines as per the section “Instruments”.

c. Minimum 2 Nos nameplates (1 in etched metal and other plastic) mounted onto AHU panel with
suitable water-resistant adhesive along with relevant warning stickers on various panels. The
nameplate shall give all relevant details including fan model selected, motor KW, Air quantity and total
static pressure.

13.0 Installation
The air handling unit shall be so installed as to transmit minimum amount of vibration to the
building structure. Adequate vibration isolation shall be provided by use of rubber/ neoprene pads
and/or vibration isolation spring mountings.

14.0 Painting
Shop coats of paint that have become marred during shipment or erection shall be cleaned off with
mineral spirits, wire brushed and spot primed over the affected areas, then coated with paint to
match the finish over the adjoining shop painted surface.

15.0 Performance Data


Air handling unit shall be selected for the lowest operating noise level of the equipment. Fan
performance rating and power consumption data with operating points clearly indicated shall be
submitted and verified at the time of testing and commissioning of the installation. Computerized
selection for all AHUs shall be provided through 3rd party certified software.

16.0 Testing
Cooling capacity of various air handling unit models will be computed from the measurements of air
flow and dry and wet bulb temperatures of air entering and leaving the coil. Flow measurements
shall be by an anemometer and temperature measurements by accurately calibrated mercury-in-
glass thermometers. Computed results shall conform to the specified capacities and quoted ratings.
Power consumption shall be computed from measurements of incoming voltage and input current.

Contractor 182 Engineer-in-Charge


SECTION – 8

HEAT RECOVERY VENTILATION UNIT

1. GENERAL
The scope of this section comprises the supply, erection, testing and commissioning of double skin
construction heat recovery ventilation units, conforming to these specifications and in accordance
with requirements of drawings and of the Schedule of Quantities.
2. The units shall be double skin construction, draw-thru type comprising of various sections such as
prefilter section, coil section and fan section as shown on drawings and included in Schedule of
Quantities.
2.1 CAPACITY
The capacities, maximum motor horsepower and static pressure shall be as shown in Schedule of
Quantities.
2.2 CASING –As specified in AHU section
2.3 MOTOR AND DRIVE–As specified in AHU section
2.4 FAN–As specified in AHU section
2.5. HEAT RECOVERY SECTION (Rotary Air-To-Air HeatExchanger)

Heat recovery wheel shall ensuring very high level energy recovery for both sensible & latent heat.

The rotor media shall be coated with a combination of a corrosion-prohibiting and no migrating
adsorbent Molecular Sieve 3å desiccant to recover sensible heat and latent heat to a very high
degree. Permanently bonded to the rotor surface and specifically developed for an expanding
transfer of water vapors &capacity shall be at a constant high level, valid for year-round use.

The Rotor shall be constructed of alternate layers of corrugated and flat aluminum foil. The Rotor
surface shall reinforced to achieve a polished smooth face surface to ensure that the vertical run out
does not exceed +1 mm for every 1 metre dia, thereby ensuring negligible leakage. The radial run out
also shall not exceed +1 mm for every 1 meter dia which provides optimal sealing surface for brush
seals. Maximum operating temperature of 70 °C.Rotor should rotate at lower than 20 to 25 RPM.
Thereby also ensuring long life of belts and reduced wear and tear of seals. The rotor honeycomb
matrix foil should be so wound and adhered as to make a structurally very strong. Pressure drop
across the heat recovery wheel shall not exceed 2.5 mm for every 0.5 m/s face velocity. The Rotor
shall have smooth air channels to ensure laminar airflow.

The sectorized Rotor shall be delivered in segments. Each Rotor segment shall be stabilized with 5
interior spokes, threaded at the inner- ring and welded at the Rotor periphery for long term form
stability. The spokes shall bind the layers of the rotor together and makes use of adhesives
unnecessary. The segments shall be bound together with a galvanized sheet metal rim.

Contractor 183 Engineer-in-Charge


Standard flute size shall be 1.7mm or less with optimize pressure drop, also the pitch of the flute shall
be 4 mm. The flute design, the depth of the wheel shall be 200 mm with the appropriate surface
exchange area to get the desire efficiency for both sensible & latent energy. The Rotor shall have
smooth air channels to ensure laminar airflow. The Rotor media shall be capable of being cleaned
with air or hot water without degrading unit performance.

3.0 Purge Sector:

The unit shall be provided with a factory-set, purge sector designed to limit cross contamination at
qualified appropriate design conditions. Outdoor Air correction factor i.e OACF should be close to the
value 1 & EATR should be equal to zero. Outdoor air & exhaust air should be equal or close to supply
air volume to ensure the less leakages & saving the power consumption of the exhaust blower.

4.0 Unit Housing:

DS-casing for wheel diameter 2401 – 4200 mm Frame work made of welded aluminium, face panels
of galvanized sheet metal without sidewalls. Casing shall be delivered in 2 parts.

CS-casing for wheel diameter 900 -2400 mm Made of galvanized sheet metal plates without sidewalls
The casing shall be a 'slide in'-model (un- insulated).

5.0 Certification:

Wheel should be Eurovent certified and product should be ISO certified also the product should be
certified as per DIN EN ISO 846 with 0% fungal and bacterial growth at 95% RH andabove.

6.0 FILTERS –As specified in AHU section


7.0 Cooling/Heating Coil –As specified in AHU section
8.0 ISOLATORS–As specified in AHU section
9.0 PAINTING –As specified in AHU section
10.0 PERFORMANCE DATA
The unit shall be selected for the lowest operating noise level of the equipment. Fan performance
rating and power consumption data, with operating points clearly indicated shall be submitted and
verified at the time of testing and commissioning of the installation.
11.0. TESTING
The unit shall be tested to measure air quantity and heat recovery wheel performance by measuring
temperature difference and then calculating the capacity by using the above measurements.
Before painting the units, these shall be inspected by the authorized representative/s of department.

SECTION – 9

FAN COIL UNITS

Contractor 184 Engineer-in-Charge


1 Scope:

The scope of work comprises the supply, installation, testing and commissioning of the fan coil units
conforming to these specifications.

2.0 Fan Coil Units (Ceiling mounted):

The fan coil units shall be finished type, ceiling mounting type complete with finned coil, blower
with motor, drain pan, air filters, 2 way snap acting valve /PID valve along with snap acting
thermostat and actuator with all control wiring etc. and encased in a decorative casing of M.S.
powder coated with aluminium supply & return air grills. The casing shall be fabricated out of
minimum 1.25mm thick G.S.S.sheet.

3.0 Cooling Coil/HeatingCoil


The coil shall be of seamless copper tubes not less than 9 mm O.D. 0.36 mm thick (Minimum), coil
shall have continuous aluminium plate fins and shall have minimum 3 rows. The fins shall be spaced
by forming integral part of the fins. The tubes shall be staggered in the direction of air flow. The coil
circuit should be sized for adequate water velocity but not exceeding 1.8 M/S (6 F.P.S.) the fins shall
be bonded to the tubes by hydraulic expansion of the tubes. The coil shall be of seamless copper
tubes with aluminum fins. The fins shall be uniformly bonded to the tubes by mechanical expansion
of the tubes. The air velocity across the coil shall not exceed 155 m/min.

The coils shall be tested against leaks at a hydraulic pressure of 10 kg/sq. cm. This pressure shall
be maintained for a period of 2 hours. No. drop should be observed indicating anyleaks.

4.0 Fan
This shall consist of (2) two lightweight aluminium impellers of forward curved type, both statically
and dynamically balanced, along with properly designed G.I. sheetcasing.

The two impeller shall be directly mounted on to a double shaft, single phase, multiple winding
motor capable of running at (3) three speed. A G.I. plenum shall connect the fan out let to the coil.

5.0 DrainPan
The drain pan shall be of 1.25 mm G.I. sheet covering the whole of coil section and extended on
one side for accommodating coil connection etc. and complete with a 25 mm drain connection.
The drain pan shall be insulated with 12 mm polyethyleneinsulation.

6.0 AirFilter
The filter shall be cleanable type 15 mm thick with 90% efficiency down to 10 micron of dry
cleanable synthetic type to be mounted behind the return air grill In the Unit casing.

7.0 Water Connections:


The water valves on inlet line shall be of gun metal ball type with integral water strainers, having
BASP (FPT) inlet and flare type MPT outlet connection. The valves on return line shall be as above,
but without the water strainer.

Contractor 185 Engineer-in-Charge


The water lines shall be finally connected to the coil of the fan coil unit, by at least 300 mm long,
type L seamless solid drawn copper tubing with flare fittings connections. The same shall also be
insulated with 15 mm tubularinsulation.

8.0 Controls:
Each unit shall have corded remote for ON/OFF, temperature setting, speed control. It shall also
have 24 hour programmable time, louvers & sweep mode, sleep mode and dry mode. Each unit
shall have a room type thermostat and a PICB valve. The valve shall be fixed at a convenient
location. The thermostat shall be mounted along with the speed control switch on a common plate.
The plate shall clearly indicate the fan positions. The water valves on inlet line shall be of gun metal
ball type with internal water strainers, having SSP female pipe thread inlet and flare type male pipe
thread outlet connection. The valves on return line shall be as above, but without the waterstrainer.

A sturdy switch shall be provided with the unit complete with wiring, for ON/OFF operation and
with minimum three speed control of the fan. Unit shall be enclosed in M.S. powder coated with
Aluminium grills for supply and return air and all controls, valvesetc.

SECTION – 10
CASSETTE TYPE & HI WALL TYPE CHILLED WATERUNIT

1.0 Scope

Contractor 186 Engineer-in-Charge


The scope of work comprises the supply, installation, testing and commissioning of the cassette and hi
wall chilled water units conforming to these specifications.

2.0 Cassette Type Chilled Water Units:

The units shall be ceiling mounted type. The housing of the unit shall be of powder coated
galvanized steel and shall include pre filter, fan section, coil section, etc. The body shall be light in
weight and shall be able to suspend from fourcorners.

The fan shall be aerodynamically designed diffuser turbo fan type. The fan shall be mounted directly
on motor shaft having supported from housing. The fan shaft shall be statically and dynamically
balanced. The fan shall be direct driven type.

The cooling coil shall be of seamless copper tubes, and shall have continuous aluminium fins. The
fins shall be spaced by collars forming integral part of the fins. The tubes shall be staggered in the
direction of air flow. The fins shall be uniformly bonded to the tubes by mechanical expansion of the
tubes. The coils shall be tested againstleaks.

Unit shall have filter cleanable type of resin net (with mold resistant) fixed to an integrally moulded
plastic frame. The filter should be slid away type but neatlyinserted.

Unit shall have a external attractive panel for supply and return air. Unit shall have two/four way
supply air grilles on sides and return air grille in center.

Each unit shall have high lift drain pump, fresh air intake provision (if required). Each unit shall have
a PID valve complete with thermostat & ON/OFF remote.

3.0 Hi Wall Type Chilled Water Units:


The units shall be wall mounted type. The housing of the unit shall be of powder coated galvanized
steel and shall include pre filter, fan section, cooling coil, coil section in built motorized valve, etc.
The body shall be light in weight and shall be able to cordless remote control with LCD display flush
with thewall.

The fan shall be aerodynamically designed cross flow turbo fan type. The fan shall be mounted
directly on motor shaft having supported from housing. The fan shaft shall be statically and
dynamically balanced. The fan shall be direct driven type.

The cooling coil shall be of seamless copper tubes, and shall have continuous aluminium hydrophilic
fins. The fins shall be spaced by collars forming integral part of the fins. The tubes shall be
staggered in the direction of air flow. The fins shall be uniformly bonded to the tubes by mechanical
expansion of the tubes. The coils shall be tested againstleaks.

Unit shall have filter cleanable type of resin net (with mold resistant) fixed to an integrally moulded
plastic frame. The filter should be slid away type but neatly inserted.

Unit shall have a external attractive panel for supply and return air. Unit shall have bottom / down
supply air grilles and return air grille in top.

Each unit shall have a PID valve complete with thermostat & ON/OFF remote.

Contractor 187 Engineer-in-Charge


SECTION – 11
HEAT PIPES
1 U-FrameDehumidifierHeatPipes (Refrigerant)

Treated fresh AirHandler unitshallbeequippedwithDehumidifierHeatPipes to precool the


return/outsideairandreheatthesupplyairinawrap-aroundconfiguration.TheDehumidifier
HeatPipesshallbepre-fabricatedinaU-FramearrangementcomprisedofprecoolHeatPipeandreheat
HeatPipeheatexchangerstogetherinoneassemblysuchthattheassemblymaybeinsertedintoanunitwithth
elegsoftheU-Frameunitoneithersideofthecoolingcoiloftheairconditioningunit. TheU-
FrameassemblyshallbeconfiguredsuchthattheprecoolHeatPipeshallbelocatedimmediately beforethe
coolingcoiland thereheatHeat Pipeshall belocatedimmediatelyafterthecoolingcoil.HeatPipe
circuitscomprise multiple tubesconnected in series,end-to-end toform a closed, continuous loop.
Both vapor
andliquidwilltravelinthesamedirectionaroundthecircuitinasingleconvectionalpath,makingwickingand
capillary yactionunnecessaryforcontinuousheattransfer.Singletubecircuitswheregasandliquidtravelin
thesametubeinoppositedirectionsarenotacceptable.TheinterconnectingpipingbetweentheHeatPipe
modulesshallbelocatedwithintheU-Frameunit.
Heatpipesshallbecompletelymanufacturedandfullyassembledatthe manufacturer’s facility or on site
by factory personnel
TheHeatPipesuppliershallhaveaminimumof5yearsofexperiencedesigningandinstallingHeat Pipes
specifically for dehumidificationapplications.
Thetubesshallbe½”ODcopper,specificdesignedforHeatPipeapplication,permanently
expandedontothefincollartoformafirm,rigid,andcompletepressurecontactatalloperating
conditions.Aluminumtubes willnotbeallowed.
Thefinsurfaceshallbecontinuousplatetypealuminum
copperfinsofspecificdesignto
producemaximumheattransferefficiencyforHeatPipeapplications.Airsidepressurelossshallbe
asgiven,orotherwisespecified.Findensityandthenumberofrowsoftubesshall beasspecified.
TheHeatPipesshallhaveanoptionalprotectivecoatingof E-Coat,similartoElectro
finorphenolic,similartoHeresite.Whenmorethan2rowsoftubesareprovided,coilsshall
bedippedand completely submerged to insure full coverage of coating-
spraycoatingsarenotacceptable.
Heattransfer fluidshallbeR410a or R134a.
Heat pipe performance shall be independently type tested and certified in line with the requirements
of American Standards AHRI 1060-2013 for testing and rating of heat exchangers. All software used to
predict the performance of heat pipes shall be based upon the results of these independent tests.

HeatPipecapacities,enteringandleavingdryandwetbulbtemperatures,andfacevelocityshallbe as
specified.

2.0 Water based Heat Pipes


Heat pipes for enhanced dehumidification shall be of the ‘wrap-around’ type included in the AHU
around the main cooling coil. The heat pipes shall consist of a precool and a reheat fin block. Heat
pipes will be delivered fully factory charged and sealed. A minimum of 100mm gap should be allowed
between the leaving face of the cooling coil and the entering face of the heat pipe reheats section.

Contractor 188 Engineer-in-Charge


This gap will permit the installation of sensors or other instrumentation to monitor the condition of
the air after the cooling coil.

The external fins shall be of aluminium with a minimum thickness of 0.14mm. Fins shall be of the
continuous plate type to maximize the external surface area rather than individually finned tube
pattern. The fins shall be of the rippled or louvered type to suit the application and spaced at such a
distance as required by the conditions specified. If necessary, fin spacing may differ between the two
sections of the heat pipe. In corrosive atmospheres copper fins, vinyl precoated aluminium, or Thermo
guard /Heresite post coated aluminium may be used.

Tubesshall be of refrigeration standard seamless copper C106 for heat exchanger use. Tube diameter
shall be a minimum of 12mm with a grooved inner surface to enhance the internal surface area and
prevent pooling of liquid. The minimum root thickness of the tube shall be 0.35mm. Casings shall be
from galvanized sheet steel with a minimum thickness of 1.2 mm. The casing shall incorporate tube
plates, sideplates and intermediate stiffening plates as required.

The working fluid shall be Water. The heat pipe circuits shall be factory charged with the calculated
weight of water and hermetically sealed. Individual heat pipes shall be manufactured in such a way as
to ensure that all non-condensable gases are removed from the tubes.
Wrap-around heat pipes shall be formed from an array of complete loops such that the working fluid
flows around the loop in only one direction i.e. liquid and vapour flow in the same direction to ensure
that returning liquid is not entrained by the vapour. There will be a multitude of loops in the height of
the heat pipe and each loop shall be individually charged. Heat pipes with header assemblies
containing a single circuit are not suitable as a single leak will render the entire heat pipe inoperative.
Heat pipe loops shall be arranged to slope down to the precool side to allow gravity assisted liquid
return to maximize the internal heat transfer.

Heat pipes shall be designed to comply with the specified conditions when subject to the air volumes
given in the specification.
The Water heat pipe shall be sized using the validated software generated from testing done inline
with AHRI 1060. The manufacturer shall have AHRI certification for water based heat pipes.

SECTION – 12

Contractor 189 Engineer-in-Charge


SPLIT SYSTEMAIRCONDITIONERS

1 Scope

The scope of work comprises the supply, installation, testing and commissioning of the split Air
conditioners units conforming to these specifications.

2 Condensing Units

Each condensing unit shall be complete unit with hermetic sealed rotary/ reciprocating/scroll
compressor/s, air-cooled condenser, condenser fans with motors, internal piping, switches
and internal wiring and shall be enclosed in a weather proof out door type housing.

The compressor shall be hermetic, with enclosed gas cooled motor. The compressors shall be suitable
for R-134a /R-407c/R-410a/ R-32.

The condenser coil shall be air cooled type with Aluminium fins and copper tubes and necessary
refrigerant connections. The copper tubes shall not be less than 1/2" O.D.

The condenser air fans shall be propeller type direct driven, each complete with motor. The air
quantity and area of the condenser shall be adequate for working in the specified outdoor conditions.

The casing shall be fabricated from galvanized steel, zinc phosphate and finished with baked enamel
paint. The casing shall make the whole unit fully weather proof, suitable for outdoor
installation.

The unit shall include a remote control assembly with thermostat and speed switches.

The necessary charge of refrigerant gas and lubricated oil shall be provided to run the system.

The COP & EER of the unit shall be as per latest ECBC and Pwd/Mcg specification for HVAC
Works 2017.

3 INDOOR UNITS
3.1 HIGH WALL MOUNTED UNITS

a) Units:

The units shall be High wall mounted type. The housing of the unit shall be of powder coated
galvanized steel and shall include pre filter, fan section, coil section, etc. The body shall be light in
weight. The fan shall be aerodynamically designed diffuser turbo fan type. The fan shall be mounted
directly on motor shaft having supported from housing. The fan shaft shall be statically and
dynamically balanced. The fan shall be direct driven type. The cooling coil shall be of seamless copper
tubes, and shall have continuous Aluminium fins. The fins shall be spaced by collars forming integral
part of the fins. The tubes shall be staggered in the direction of air flow. The fins shall be uniformly
bonded to the tubes by mechanical expansion of the tubes. The coils shall be tested against leaks.

Unit shall have filter cleanable type of resin net (with mold resistant) fixed to an integrally molded
plastic frame. The filter should be slid away type but neatly inserted.

Contractor 190 Engineer-in-Charge


Unit shall have an external attractive casing for supply and return air. Unit shall have two/four way
supply air grilles on sides and return air grille in center.

b) Control:

Each unit shall be with cordless remote controller to operate & maintain inside conditions.

c) Testing:

The indoor unit shall be tested at air quantity and coil performance.

3.2 CASSETTE UNITS:

The units shall be Cassette type. The housing of the unit shall be of powder coated galvanized steel
and shall include pre filter, fan section, coil section, etc. The body shall be light in weight. The fan
shall be aerodynamically designed diffuser turbo fan type. The fan shall be mounted directly on
motor shaft having supported from housing. The fan shaft shall be statically and dynamically
balanced. The fan shall be direct driven type.

The cooling coil shall be of seamless copper tubes, and shall have continuous aluminium fins. The fins
shall be spaced by collars forming integral part of the fins. The tubes shall be staggered in the
direction of air flow. The fins shall be uniformly bonded to the tubes by mechanical expansion of
the tubes. The coils shall be tested againstleaks.

Unit shall have filter cleanable type of resin net (with mold resistant) fixed to an integrally molded
plastic frame. The filter should be slid away type but neatly inserted.

Unit shall have a external attractive casing for supply and return air. Unit shall have two/four
way supply air grilles on sides and return air grille in center.

Control:

Each unit shall be with corded remote controller to operate maintaining inside conditions.

Testing:

The indoor unit shall be tested to measure air quantity and coil performance by measuring
temperature difference, and then calculating the capacity.

3.3 Ductable Unit:

The units shall be Ductable ceiling mounted type. The housing of the unit shall be powder coated
galvanized steel and shall include pre filter, fan section, coil section, etc. The frame work shall be of
extruded aluminium hallow section. All the frame shall be assembled using pressure die cast
aluminium joints to make a sturdy, strong and self-supporting frame work for various section. It shall
follow manufacturerstandard.

The fan shall be forward curved, double inlet double width type (Sirocco fan). The wheel & housing
shall be fabricated from galvanized steel. The fan impeller shall be mounted on a solid shaft
supported to housing. The impeller & fan shaft shall be statically and dynamically balanced. The fan
outlet shall be connected to casing. The fan shall be direct driventype.

Contractor 191 Engineer-in-Charge


The cooling coil shall be of seamless copper tubes shall have continuous aluminium fins. The fins
shall be spaced by collars forming integral part of the fins. The tubes shall be staggered in the
direction of air flow. The fins shall be uniformly bonded to the tubes by mechanical expansion of the
tubes. The coils shall be tested against leaks at a hydraulic pressure.

Unit shall have filter cleanable type of synthetic material fixed to an integrally moulded plastic frame.
The filter should be slid away type but neatly inserted.

The computerized PID control shall be used to maintain a correct room temperature. Each unit to be
provided with microprocessor thermostat for cooling & heating.

Control

Each unit shall be with wired remote controller LCD type. The LCD remote controller shall memorize
the latest malfunction code for easy maintenance.

Testing:

The fan coil unit shall be tested to measure air quantity and coil performance by measuring
temperature difference, andthencalculating thecapacity.

4 REFRIGERANT PIPING

a) The condensing unit and evaporator unit shall be interconnected by type `L' seamless copper
refrigerant liquid and suction lines using flared or brazed fittings. Each refrigerant circuit shall include
refrigerant filter-drier, liquid line valve and thermostatic expansion valve. Necessary accessories shall
be incorporated in the circuit.

b) The suction line shall be insulated with 13 mm thick pipe section of nitrile rubber.

5 MISCELLANEOUS

a) The unit shall have control panel, housing the starting switches, contactor, relays etc.
b) Isolation pads shall be provided under the units.
c) Drain line shall be provided from fan coil unit upto drain trap.
d) Suitable M.S. angle iron supporting frame shall be provided for the condensing unit and supporting
arrangement for the indoor units.
e) Interconnecting power and control cabling shall be provided between condensing unit and evaporator
unit.

Contractor 192 Engineer-in-Charge


SECTION – 13

VARIABLE FREQUENCY DRIVES FOR AHU

1. GENERAL REQUIREMENTS

1.1 This specification covers complete variable frequency drives (VFDs) designated on the drawing
schedules to be variable speed. All standard and optional features shall be included within the VFD.
1.2 The frequency converter shall not be a general purpose product, but a dedicated HVAC engineered
design.
1.3 The VFD and its options shall be factory mounted and tested as a single unit under full load before
dispatch.
1.4 The VFD shall be tested to UL 508C. The appropriate UL label shall be applied. VFD shall be
manufactured in ISO 9000, 2000 certified facilities.
1.5 The VFD shall be CE marked and conform to the European Union Electro Magnetic Compatibility
directive.
1.6 The VFD shall be UL listed for a short circuit current rating of 100 kA and labeled with this rating.
1.7 The frequency converter shall be supported locally by the manufacturer who will provide full technical
support, spares holding and troubleshooting capability from their own local facility. A training course
shall be provided by the manufacturer to the Engineer-in-charge / contractor / maintenance
engineers.

2. TECHNICAL REQUIREMENTS
2.1 The VFD shall convert incoming fixed frequency three- phase AC power into an adjustable frequency
and voltage for controlling the speed of three-phase AC motors. The motor current shall closely
approximate a sine wave. Motor voltage shall be varied with frequency to maintain desired motor
magnetization current suitable for the driven load and to eliminate the need for motor derating when
properly sized, the VFD shall allow the motor to produce full rated power at rated motor voltage,
current, and speed without using the motor's service factor. VFDs utilizing sine weighted/coded
modulation (with or without 3rd harmonic injection) must provide data verifying that the motors will
not draw more than full load current during full load and full speed operation.

2.3 When properly sized, the VFD shall allow the motor to produce full rated power at rated motor
voltage, current, and speed without using the motor's service factor. VFDs utilizing sine
weighted/coded modulation (with or without 3rd harmonic injection) must provide data verifying that
the motors will not draw more than full load current during full load and full speed operation.

2.4 The VFD shall include an input full-wave bridge rectifier and maintain a fundamental (displacement)
power factor near unity regardless of speed or load.
2.2 The VFD shall convert incoming fixed frequency three-phase AC power into an adjustable frequency
and voltage for controlling the speed of three-phase AC motors. The motor current shall closely
approximate a sine wave. Motor voltage shall be varied with frequency to maintain desired motor
magnetization current suitable for the driven load and to eliminate the need for motor derating.

Contractor 193 Engineer-in-Charge


2.5 The VFD shall have a dual 5% impedance DC link reactor (harmonic filters) on the positive and negative
rails of the DC bus to minimize power line harmonics and protect the VFD from power line transients.
The chokes shall be non-saturating. Swinging chokes that do not provide full harmonic filtering
throughout the entire load range are not acceptable.

2.6 VFDs with saturating (non-linear) DC link reactors shall require an additional 3% AC line reactor to
provide acceptable harmonic performance at full load, where harmonic performance is most critical.

2.7 IEEE519, 1992 recommendations shall be used for the basis of calculation of total harmonic distortion
(THD) at the point of common coupling (PCC). On request VFD manufacturer shall provide THD figures
for the total connected load. The contractor shall provide details of supply transformer rating,
impedance, short circuit current, short circuit impedance etc to allow this calculation to be made.

2.8 All VFDs upto 90 KW shall contain integral EMC Filters to attenuate Radio Frequency Interference
conducted to the AC power line. The VFDs shall comply with the emission and immunity requirements
of IEC 61800-3: 2004, Category C1 with 50m motor cable (unrestricted distribution). The suppliers of
VFDs shall include additional EMC filters if required to meet compliance to this requirement.

2.1 The VFD’s full load output current rating shall meet or exceed the normal rated currents of standard
IEC induction motors. The VFD shall be able to provide full rated output current continuously, 110% of
rated current for 60 seconds and 120% of rated torque for up to 0.5 second while starting.

2.2 The VFD shall provide full motor torque at any selected frequency from 20 Hz to base speed while
providing a variable torque V/Hz output at reduced speed. This is to allow driving direct drive fans
without high speed derating or low speed excessive magnetization, as would occur if a constant torque
V/Hz curve was used at reduced speeds. Breakaway current of 160% shall be available.

2.3 A programmable automatic energy optimization selection feature shall be provided as standard in the
VFD. This feature shall automatically and continuously monitor the motor’s speed and load to adjust
the applied voltage to maximize energy savings.

2.4 The VFD must be able to produce full torque at low speed to operate direct driven fans.

2.5 Output power circuit switching shall be able to be accomplished without interlocks or damage to the
VFD.

2.6 An Automatic Motor Adaptation algorithm shall measure motor stator resistance and reactance to
optimize performance and efficiency. It shall not be necessary to run the motor or de-couple the
motor from the load to perform the test.

2.7 Galvanic isolation shall be provided between the VFD’s power circuitry and control circuitry to ensure
operator safety and to protect connected electronic control equipment from damage caused by
voltage spikes, current surges, and ground loop currents. VFDs not including either galvanic or optical
isolation on both analog I/O and discrete digital I/O shall include additional isolation modules.

2.8 VFD shall minimize the audible motor noise through the use of an adjustable carrier frequency. The
carrier frequency shall be automatically adjusted to optimize motor and VFD operation while reducing
motor noise. VFDs with fixed carrier frequency are not acceptable.

2.9 The VFD shall allow up to at least 100 meters of SWA (Single Wire Armour) cable to be used between
the FC and the motor and allow the use of MICS (Mineral Insulated Copper Sheath) cable in the motor
circuit for fire locations.

Contractor 194 Engineer-in-Charge


3. PROTECTIVE FEATURES

3.1 A minimum of Class 20 I2t electronic motor overload protection for single motor applications shall be
provided. Overload protection shall automatically compensate for changes in motor speed.

3.2 Protection against input transients, loss of AC line phase, output short circuit, output ground fault,
over voltage, under voltage, VFD over temperature and motor over temperature. The VFD shall display
all faults in plain language. Codes are not acceptable.

3.3 Protect VFD from input phase loss. The VFD should be able to protect itself from damage and indicate
the phase loss condition. During an input phase loss condition, the VFD shall be able to be
programmed to either trip off while displaying an alarm, issue a warning while running at reduced
output capacity, or issue a warning while running at full commanded speed. This function is
independent of which input power phase is lost.

3.4 Protect from under voltage. The VFD shall provide full rated output with an input voltage as low as
90% of the nominal. The VFD will continue to operate with reduced output, without faulting, with an
input voltage as low as 70% of the nominal voltage.

3.5 VFD shall include current sensors on all three output phases to accurately measure motor current,
protect the VFD from output short circuits, output ground faults, and act as a motor overload. If an
output phase loss is detected, the VFD will trip off and identify which of the output phases is low or
lost.

3.6 If the temperature of the VFD’s heat sink rises to 80°C, the VFD shall automatically reduce its carrier
frequency to reduce the heat sink temperature. It shall also be possible to program the VFD so that it
reduces its output current limit value if the VFD’s temperature becomes too high.

3.7 In order to ensure operation during periods of overload, it must be possible to program the VFD to
automatically reduce its output current to a programmed value during periods of excessive load. This
allows the VFD to continue to run the load without tripping.

3.8 The VFD shall have temperature controlled cooling fan(s) for quiet operation, minimized losses, and
increased fan life. At low loads or low ambient temperatures, the fan(s) may be off even when the VFD
is running.

3.9 The VFD shall store in memory the last 10 alarms. A description of the alarm, and the date and time of
the alarm shall be recorded.

3.10 When used with a pumping system, the VFD shall be able to detect no-flow situations, dry pump
conditions, and operation off the end of the pump curve. It shall be programmable to take appropriate
protective action when one of the above situations is detected.

4 INTERFACE FEATURES
4.1 Hand, Off and Auto keys shall be provided on the control panel to start and stop the VFD and
determine the source of the speed reference. It shall be possible to either disable these keys or
passwords protect them from undesired operation.

Contractor 195 Engineer-in-Charge


4.2 There shall be an “Info” key on the keypad. The Info key shall include “on-line” context sensitive
assistance for programming and troubleshooting.

4.3 The VFD shall be programmable to provide a digital output signal to indicate whether the VFD is in
Hand or Auto mode. This is to alert the Building Automation System whether the VFD is being
controlled locally or by the Building Automation System.

4.4 Password protected keypad with alphanumeric, graphical, backlit display can be remotely mounted.
Two levels of password protection shall be provided to guard against unauthorized parameter
changes.

4.5 All VFDs shall have the same customer interface. The keypad and display shall be identical and
interchangeable for all sizes of VFDs.

4.6 To set up multiple VFDs, it shall be possible to upload all setup parameters to the VFD’s keypad, place
that keypad on all other VFDs in turn and download the setup parameters to each VFD. To facilitate
setting up VFDs of various sizes, it shall be possible to download from the keypad only size
independent parameters. Keypad shall provide visual indication of copy status.

4.7 Display shall be programmable to communicate in multiple languages including English.

4.8 A red FAULT light, a yellow WARNING light and a green POWER-ON light shall be provided. These
indications shall be visible both on the keypad and on the VFD when the keypad is removed.

4.9 A quick setup menu with factory preset typical HVAC parameters shall be provided on the VFD.

4.10 A two/three-feedback PID controller to control the speed of the VFD shall be standard.

4.10.1 This controller shall accept up to three feedback signals. It shall be programmable to compare the
feedback signals to a common setpoint or to individual setpoints and to automatically select either the
maximum or minimum deviating signal as the controlling signal. It shall also be possible to calculate
the controlling feedback signal as the average of all feedback signals or the difference between a pair
of feedback signals.

4.11 The VFD shall be able to apply individual scaling to each feedback signal.

4.12 For fan flow tracking applications, the VFD shall be able to calculate the square root of any or all
individual feedback signals so that a pressure sensor can be used to measure air flow.

4.13 The VFD’s PID controller shall be able to actively adjust its set point based on flow. This allows the VFD
to compensate for a pressure feedback sensor which is located near the output of the pump rather
than out in the controlled system.

4.14 The VFD shall have three additional PID controllers which can be used to control damper and valve
positioners in the system and to provide set point reset.

4.15 Floating point control interface shall be provided to increase/decrease speed in response to contact
closures.

Contractor 196 Engineer-in-Charge


4.16 Five simultaneous meter displays shall be available. They shall be selectable from (at a minimum),
frequency, motor current, motor voltage, VFD output power, VFD output energy, VFD temperature in
degrees, feedback signals in their own units, among others.

4.17 Programmable Sleep Mode shall be able to stop the VFD. When its output frequency drops below set
“sleep” level for a specified time, when an external contact commands that the VFD go into Sleep
Mode, or when the VFD detects a no-flow situation, the VFD may be programmed to stop. When the
VFD’s speed is being controlled by its PID controller, it shall be possible to program a “wake-up”
feedback value that will cause the VFD to start. To avoid excessive starting and stopping of the driven
equipment, it shall be possible to program a minimum run time before sleep mode can be initiated
and a minimum sleep time for the VFD.

4.18 A run permissive circuit shall be provided to accept a “system ready” signal to ensure that the VFD
does not start until dampers or other auxiliary equipment are in the proper state for VFD operation.
The run permissive circuit shall also be capable of initiating an output “run request” signal to indicate
to the external equipment that the VFD has received a request to run.

4.19 VFD shall be programmable to display feedback signals in appropriate units, such as inches of water
column (in-wg), pressure per square inch (psi) or temperature (°F). Examples can be room temperature
in 0C, return air temperature in 0C, supply air temperature in 0C, CO2concentration in ppm, pressure in
bar, differential pressure in PSI etc.

4.20 VFD shall be programmable to sense the loss of load. The VFD shall be programmable to signal this
condition via a keypad warning, relay output and/or over the serial communications bus. To ensure
against nuisance indications, this feature must be based on motor torque, not current, and must
include a proof timer to keep brief periods of no load from falsely triggering this indication.

4.21 Standard Control and Monitoring Inputs and Outputs

4.21.1 Four dedicated, programmable digital inputs shall be provided for interfacing with the systems control
and safety interlock circuitry.

4.21.2 Two terminals shall be programmable to act as either as digital outputs or additional digital inputs.

4.21.3 Two programmable relay outputs, Form C 240 V AC, 2 A, shall be provided for remote indication of
VFD status.

4.21.3.1 Each relay shall have an adjustable on delay / off delay time.

Contractor 197 Engineer-in-Charge


4.21.4 Two programmable analog inputs shall be provided that can be either direct-or-reverse acting.
4.21.4.1 Each shall be independently selectable to be used with either an analog voltage or current signal.
4.21.4.2 The maximum and minimum range of each shall be able to be independently scalable from 0 to 10 V
dc and 0 to 20 mA.
4.21.4.3 A programmable low-pass filter for either or both of the analog inputs must be included to
compensate for noise.
4.21.5 The VFD shall provide front panel meter displays programmable to show the value of each analog
input signal for system set-up and troubleshooting,
4.21.6 One programmable analog current output (0/4 to 20 mA) shall be provided for indication of VFD
status. This output shall be programmable to show the reference or feedback signal supplied to the
VFD and for VFD output frequency, current and power. It shall be possible to scale the minimum and
maximum values of this output.

It shall be possible to read the status of all analog and digital inputs of the VFD through serial bus
communications.

4.21.7 It shall be possible to command all digital and analog output through the serial communication bus.
4.22 Optional Control and Monitoring Inputs and Outputs
4.22.1 It shall be possible to add optional modules to the VFD in the field to expand its analog and digital
inputs and outputs.
4.22.2 These modules shall use rigid connectors to plug into the VFD’s control card.
4.22.3 The VFD shall automatically recognize the option module after it is powered up. There shall be no
need to manually configure the module.
4.22.4 Modules may include such items as:
4.22.4.1 Additional digital outputs, including relay outputs
4.22.4.2 Additional digital inputs
4.22.4.3 Additional analog outputs
4.22.4.4 Additional analog inputs, including Ni or Pt temperature sensor inputs
4.22.5 It shall be possible through serial bus communications to control the status of all optional analog and
digital outputs of the VFD.
4.23 Standard programmable firefighter’s override mode allows a digital input to control the VFD and
override all other local or remote commands. It shall be possible to program the VFD so that it will
ignore most normal VFD safety circuits including motor overload. The VFD shall display FIREMODE
whenever in firefighter’s override mode. Firemode shall allow selection of forward or reverse operation
and the selection of a speed source or preset speed, as required to accommodate local fire codes,
standards and conditions.

Contractor 198 Engineer-in-Charge


4.24 A real-time clock shall be an integral part of the VFD.
4.24.1 It shall be possible to use this to display the current date and time on the VFD’s display.
4.24.2 Ten programmable time periods, with individually selectable ON and OFF functions shall be available.
The clock shall also be programmable to control start/stop functions, constant speeds, PID parameter
setpoints and output relays. Is shall be possible to program unique events that occur only during
normal work days, others that occur only on non-work days, and others that occur on specific days or
dates. The manufacturer shall provide free PC-based software to set up the calendar for this schedule.
4.24.3 All VFD faults shall be time stamped to aid troubleshooting.
4.24.4 It shall be possible to program maintenance reminders based on date and time, VFD running hours, or
VFD operating hours.
4.24.5 The real-time clock shall be able to time and date stamp all faults recorded in the VFD fault log.
4.25 The VFD shall be able to store load profile data to assist in analyzing the system demand and energy
consumption over time.
4.26 The VFD shall include a sequential logic controller to provide advanced control interface capabilities.
This shall include:
4.26.1 Comparators for comparing VFD analog values to programmed trigger values
4.26.2 Logic operators to combine up to three logic expressions using Boolean algebra
4.26.3 Delay timers
4.26.4 A 20-step programmable structure
4.27 The VFD shall include a Cascade Controller which allows the VFD to operate in closed loop set point
(PID) control mode one motor at a controlled speed and control the operation of 3 additional constant
speed motor starters.
5. SERIAL COMMUNICATIONS
5.1 The VFD shall include a standard EIA-485 communications port and capabilities to be connected to the
following serial communication protocols at no additional cost and without a need to install any
additional hardware or software in the VFD:
5.1.1 Metasys N2
5.1.2 Modbus RTU
5.2 VFD shall have standard USB port for direct connection of Personal Computer (PC) to the VFD. The
manufacturer shall provide no-charge PC software to allow complete setup and access of the VFD and
logs of VFD operation through the USB port. It shall be possible to communicate to the VFD through
this USB port without interrupting VFD communications to the building management system.
5.3 The VFD shall have provisions for an optional 24 V DC back-up power interface to power the VFD’s
control card. This is to allow the VFD to continue to communicate to the building automation system
even if power to the VFD is lost.

Contractor 199 Engineer-in-Charge


6. ADJUSTMENTS
6.1 The VFD shall have a manually adjustable carrier frequency that can be adjusted in 0.5 kHz increments
to allow the user to select the desired operating characteristics. The VFD shall also be programmable
to automatically reduce its carrier frequency to avoid tripping due to thermal loading.

6.2 Four independent setups shall be provided.

6.3 Four preset speeds per setup shall be provided for a total of 16.

6.4 Each setup shall have two programmable ramp up and ramp down times. Acceleration and
deceleration ramp times shall be adjustable over the range from 1 to 3,600 seconds.

6.5 Each setup shall be programmable for a unique current limit value. If the output current from the VFD
reaches this value, any further attempt to increase the current produced by the VFD will cause the VFD
to reduce its output frequency to reduce the load on the VFD. If desired, it shall be possible to
program a timer which will cause the VFD to trip off after a programmed time period.

6.6 If the VFD trips on one of the following conditions, the VFD shall be programmable for automatic or
manual reset: external interlock, under-voltage, over-voltage, current limit, over temperature, and
VFD overload.

6.7 The number of restart attempts shall be selectable from 0 through 20 or infinitely and the time
between attempts shall be adjustable from 0 through 600 seconds.

6.8 An automatic “start delay” may be selected from 0 to 120 seconds. During this delay time, the VFD
shall be programmable to either apply no voltage to the motor or apply a DC braking current if
desired.

6.9 Four programmable critical frequency lockout ranges to prevent the VFD from operating the load at a
speed that causes vibration in the driven equipment shall be provided. Semi-automatic setting of
lockout ranges shall simplify the set-up.
7. OPTIONAL FEATURES
7.1 All optional features shall be built and mounted by VFD manufacturer as an inbuilt factory solution. All
optional features shall be UL listed by the VFD manufacturer as a complete assembly and carry a UL
label.
8. SERVICE CONDITIONS
8.1 Ambient temperature at full speed, full load operation with continuous drive rated output current:
8.1.1 -10°C to 45°C for ratings upto 90 kW without derating
8.1.2 -10°C to 40°C for ratings 110 kW and higher without derating
8.2 Relative Humidity: 0 to 95%, non-condensing.
8.3 Elevation: Up to 3,300 feet without derating.
8.4 AC line voltage variation: + 10% of nominal with full output.
8.5 VFDs upto 90 KW rating Enclosure protection: IP 54, integral, with Mains Disconnect with no
additional cabinets.
8.6 Side Clearances: No side clearance shall be required for cooling.

Contractor 200 Engineer-in-Charge


8.7 All power and control wiring shall be done from the bottom.
8.8 All VFDs shall be plenum rated.
9. QUALITY ASSURANCE
9.1 To ensure quality, the complete VFD shall be tested by the manufacturer. The VFD shall drive a motor
connected to a dynamometer at full load and speed and shall be cycled during the automated test
procedure.
9.2 All optional features shall be functionally tested at the factory for proper operation.

Contractor 201 Engineer-in-Charge


SECTION – 14

VENTILATION SYSTEM

1. General

The ventilation fans, blowers and air washer shall be complete in all respects and shall generally
comply with the specifications given below:

Fans performance rating data shall be tested accordance with AMCA Standard 210-85 (Air Moving and
Conditioning Association), ANSI/ASHRAE Standard 51-1985 “Laboratory Methods of Testing Fans for
Rating”. Sound ratings shall conform to AMCA Standard 300-85, “Reverberant Room Method for
Sound Testing of Fans”

All fans shall be dynamically trim-balanced to ISO1940 and AMCA 204/3 - G2.5 quality grade after
assembly. A computer printout with the vibration spectrum analysis shall be attached to the fans

2. Axial flow fans (AMCA CERTIFIED)

2.1 The Axial Fan Blades shall be of Cast Aluminum of aerofoil design for high efficiency and high static
pressure. The blades shall be joined together on cast aluminum hub. The fan shall be provided with
guided vanes (wherever specified).

2.2 The fan casing shall be GSS/powder coated MS construction.

2.3 The mounting ring shall be of CRCA/sheet steel with steel brackets to connect the frame, with the
Fan/Motor assembly. Rubber mounts shall be provided between the mounting frame and the
mounting brackets.

2.4 Fan shall be complete with motor, motor mount direct driven and vibration isolation type, suspension
arrangement as per approved for construction shop drawings.

2.5 An inspection door with handle and neoprene gasket shall be welded to the casing for connection to
hanger bolts.

2.6 Rotor: hub and blades shall be cast aluminum or cast steel construction. 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.

2.7 Motor shall be energy efficiency squirrel-cage, totally-enclosed, fan cooled standard round frame,
constant speed, continuous duty, single winding, suitable for 415+ 10% volts, 50 cycles, 3 phase AC
power supply, provided with class ‘F’ / ‘H’ class. insulation(as specified in BOQ). Motor shall be
specially designed for quiet operation. Motor conduit box shall be mounted on exterior of fan casing
and lead wires from the motor to the conduit box shall be protected from the air stream by enclosing
in a flexible metal conduit. In case of fire the exhaust fans & motor shall be suitable for operation at
minimum 250 deg C for 2 hours.

Contractor 202 Engineer-in-Charge


2.8 Vibration isolation: The assembly of fan and motor shall be suspended from the slab by vibration
isolation suspension of rubber-in-sheet type.

2.9 Fan shall have painted G.I. wire mesh on both sides.
2.10 The noise level of fan should not exceed 80 db level at 3 mtr.
2.11 Provide hanging/ floor mounting arrangement as per requirement.
Limitation

Outlet velocity shall not exceed 16M/s (3000 FPM) for fan.

3. CABINET FAN SECTION

The ventilation unit shall be of double skin construction housing comprising of various sections such as
filter section etc. fabricated of 18G pre-coated or powder coated galvanized steel sheet from outside.
All corner supporting frames shall be of extruded Aluminum section. It shall have suitable size of inlet
& outlet.

The centrifugal forward curve fan (DIDW) & motor shall be mounted on the common base of
Aluminum, inside the housing including anti-vibration.

The fan outlet shall be connected to the casing with the help of fire retardant flexible canvass.

The fan shall be complete with motor, belt pulley with all accessories.

Fan motors shall be 415  10% volts, 50 cycles, 3 phase, squirrel – cage, totally enclosed fan cooled
with IP – 54 protection. Motor shall be especially designed for quiet operation and motor speed shall
not exceed 1440 RPM. Drive to fan shall be provided.

Each unit shall be provided with a factory assembled filter section with 50 mm thick washable
synthetic type air filters having efficiency 90% down to 10 micron with extruded aluminum frame.

The opening for access doors and gaps between sections shall be provided with the neoprene rubber T
gasket fixed in the extruded sections.

In case of exhaust, the fan outlet shall have Louvers with bird screen.

4. Blower drive assembly

Drive assembly for each blower shall consist of blower pulley, motor pulley, a set of ‘V’ belts, belt
guards, and belt tension adjusting device.

Pulleys shall be selected to provide the required speed. They shall be multi-groove type, with section
and grooves selected to transmit 33% more load than the required power and shall be statically
balanced.

The belt guards shall be of M.S. Sheet with angle iron reinforcements and expanded metal screen.

Contractor 203 Engineer-in-Charge


Motors and starters

The motor for each blower shall be squirrel cage high efficiency (efficiency -1) induction type and
conform to specifications as given under section on control panel, motors and switchgear. The motor
H.P. Shall be atleast 20% more than the limit load of fan and of minimum rating as given under
‘Schedule of Equipments’. The Motors shall be as per IS-325-1996 (Revised to date) with F-Class of
Insulation.

5 Accessories

All necessary accessories shall be provided for proper operation and shall also include (As part of Unit
Price).

o Dunlop cushy foot vibration isolators for the blowers.


o Double canvass connections at the outlet of each fan.
o Nuts, bolts, shims etc. as required for the grouting of the equipment.
o Slide rails for mounting the motor and belt adjustments.
o Bird Screens in the Inlet.
o Louvers for Fresh Air and exhaust openings.
o Detachable and washable fresh air filters at the inlet.

6. Limitation

The air velocity limits shall be as per Schedule of Equipment and/or BOQ but in no case exceed.

Velocity at blower outlet shall not exceed 10.16 M/s (2000 FPM)

Inlet Velocity shall be limited to 8 M/S (1000 FPM)

7. Propeller Fans

7.1 The propeller Fan blades shall be pressed steel of aerofoil design for high fan efficiency and static
pressure. The blades shall be rivetted to a central steel hub.

7.2 The motor and blade assembly shall be mounted in a cast iron/sheet steel frame with steel brackets.
Rubber mounts shall be provided between the mounting frames and brackets.

7.3 The fan motor shall be totally enclosed type.

8 INLINE FANS
8.1 SCOPE
The scope of work comprises of supply, erection, testing and commissioning of inline fans conforming
to these specifications and in accordance with the Schedule of Quantities and drawings , as per
relevant IS Codes ,as per approval of Consultant and/or Engineer-In-charge .
8.2 TYPE

Contractor 204 Engineer-in-Charge


Fans shall be Single Inlet single width (SISW) type. Fan shall have directly driven forward curved
centrifugal impeller, running in a metal scroll balanced to give quite and vibration free operation. Fan
motor assembly shall be statically and dynamically balanced.
The fan shall be assembled in such a manner that the motor and impeller can be easily removed and
reinstalled after servicing. The noise level of the fan should not exceed 40 DB in the factory area.
The air handling capacities, maximum motor H.P., Static pressure shall be as shown on Drawing and in
Schedule of Quantities.

8.3 MATERIAL
Fans casing shall be manufactured from galvanized steel sheets 2.0 mm thick and painted with two
coats of rust proof primer and two coats of synthetic enamel paint.
All other metal parts shall be hot dip galvanized.
8.4 MOTOR
The fan motor shall be equipped with motor with speed regulator giving volume control from 0 to
100% of output including remote and cabling for remote control.
Motors shall be with class ‘F’ insulation wired to an externally mounted weather proofed terminal box.
Motor name plate horsepower shall exceed brake horsepower by minimum of 10%. Motor shall be
designed especially for quiet operation and motor speed shall not exceed 1450 RPM.
Motor should be painted with two coats of rust proof primer and two coats of synthetic enamel paint.
8.5 INSTALLATION
Fan shall have rigid supports and fitted to both ends of the casing.
Wherever the fans are to be suspended from ceiling or mounted on the wall, the contractor shall
include supply and fixing of all the material that may be required to complete the installation in all
respect.

Fan inlet and outlet connections shall be by means of flexible canvas connections having flexibility and
slackness as per relevant IS Codes.
8.6 TESTING
Fan after installation shall be tested for capacities, power consumption, noise level and vibration and
results shall confirm to the approved data furnished by the contractor.

Contractor 205 Engineer-in-Charge


SECTION – 15

AIR WASHERS

1. SCOPE
The scope of this section comprises the supply, erection, testing and commissioning of double skin
construction air washer units including foundation, cabling and connections, conforming to these
specifications and in accordance with the Drawings and Schedule of Quantities, as approved by
Consultant and /or Engineer-In-charge.

2. TYPE
The air washer shall be double skin construction, draw - thru type comprising of various section such
as filter section, humidification section, fan section as per details given on Drawings and in Schedule of
Quantities.

3. CAPACITY
The air handling capacities, maximum motor H.P., Static pressure shall be as shown on Drawing and in
Schedule of Quantities.

4. HOUSING / CASING
The housing/casing of the air washer shall be outdoor type and of double skin (Similar to F/M AHU but
25 mm Thick panel) construction. The frame work shall be of Extruded Aluminum hollow sections. All
frames shall be assembled using pressure die cast aluminum/nylon plastic joints to make a sturdy,
strong and self supporting frame work for various sections.

25mm thick Double Skin Panels shall be made of 0.8 mm pre plasticized GSS on outside and 0.8 mm &
0.8 mm thick plane GI inside with CFC/HCFC free Poly Urethane Foam of 40 kg/cum. in-house injected
in between. These panels shall be screwed from inside on to the frame work with soft rubber gasket in
between to make the joints air tight.

Frame work for each section shall be joined together with soft rubber gasket in between to make the
joints air tight. Suitable air tight access doors/panels with Nylon hinges and locks shall be provided for
access to various sections for maintenance. The entire housing shall be mounted on legs made of
heavy gauge (minimum 16 SWG) MS sheet duly powder coated and Aluminum channel frame work.

5. MOTOR AND DRIVE


Fan motors shall be 415 10% volts, 50 cycles, 3 phase, AC squirrel – cage, totally enclosed fan cooled
with class F Insulation and IP – 54 protection. Motor shall be especially designed for quiet operation
and motor speed shall not exceed 1450 RPM. Drive to fan shall be provided through v-belt – drive
arrangement. Belts shall be of the oil-resistant type.

6. FAN
The fan shall be forward curved, double inlet, double width type. The fan shall be of any of the
approved makes only, factory tested and assembled by original manufacturer. The Wheel & housing
shall be fabricated from heavy gauge galvanized steel. The fan impeller shall be mounted on a solid
shaft supported to housing spider frame and heavy duty ball bearings. The impeller & fan shaft shall
be statically and dynamically balanced. The fan outlet velocity shall not be more than 1800 fpm. Fan
housing with Motor shall be mounted on a common extruded aluminum base mounted inside the air
handling housing on anti-vibration mounts. The fan outlet shall be connected to casing with the help
of fire retardant fabric, mounted on aluminum extruded channels, acting as a flexible connection for
anti-vibration.

Contractor 206 Engineer-in-Charge


2. FILTERS
Each unit shall be provided with a factory assembled filter section containing washable synthetic type
air filters having extruded aluminum frame. The media shall be supported with HDPE mesh on one
side and aluminum mesh on other side. Filter shall fit so as to prevent by pass. Holding frames shall
be provided for installing a number of filter cells in banks. These cells shall be held within the frames
by sliding the cells between guiding channels.

8. WET DECK HUMIDIFIER


Wet deck humidifier pads shall be of cellulose acetate paper (imported cell deck glued by original
manufacturer) of any of the approved makes only, minimum 200 mm deep to provide atleast 90%
saturation efficiency at 500FPM air face velocity. Humidifier section shall be complete with PVC water
distribution header and interacting PVC pipes between pump and distribution header.

9. WATER SUMP
The water sump below the pad section shall be of 18 G. Stainless Steel with welded joints and stiffness.
The tank shall be complete with makeup, quick fill, overflow and drain connections. A float valve shall
be provided for makeup water line.

10. PUMP
Water circulating pumps shall be mono-block type. The capacity and head shall be adequate for the
intended duty. The suction portion shall be at the bottom with proper seal arrangement to directly
pick up water from the sump. The pump shall be suitable to operate at 220V ± 5% V, 50 HZ, 1 phase
AC supply.

Necessary water bleeding arrangements shall be incorporated with separate drain connection
provided in the sump to bleed small percentage of total circulated water in order to ensure
compulsory water change over during running of the system. The pumps shall have following
specifications:

Casing - C1
Impeller - Bronze
Shaft - High tensile steel
Shaft sleeve - MS / Bronze
Bearing - Heavy duty ball / roller
Base plate - Fabricated MS
Packing - Graphite Asbestos

11. ELECTRICALS1 Phase Metal Clad Socket shall be provided for each motor/pump within the air washer
Unit without any extra charge. Connection from Metal Clad socket up to Pump shall be made with
copper conductor multi strand flexible cables pulled through flexible PVC conduits – properly clamped
and terminated as required/directed.

12. SAFETY FEATURES


Each unit must have safety features as under:

The fan access door shall be equipped with port hole window and micro-switch inter locked with fan
motor to enable switching off the fan motor automatically in the event of door opening.
The Access Door shall further have GI 8 SWG wire mesh screen as on added safety feature bolted on to
the unit frame.
Fan and motor base shall be properly earthed from the factory.

Contractor 207 Engineer-in-Charge


All screws used for panel fixing and projecting inside the unit shall be GI and covered with PVC caps to
avoid human injury.

13. PERFORMANCE DATA


The Air washer unit shall be selected for the lowest operating noise level 52 DB of the equipment. Fan
performance rating and power consumption data, with operation points clearly indicating shall be
submitted and verified at the time of testing commissioning of the installation.

14. TESTING
Capacity of various air washer unit models shall be computed from the measurements of air flow. Flow
measurements shall be by an anemometer. Computed results shall conform to the specified capacities
and quoted ratings. Power consumption shall be computed from measurements of incoming voltage
and input current.

Contractor 208 Engineer-in-Charge


SECTION – 16

DRY SCRUBBER

Electrostatic Air Cleaners (ESP/ Dry Scrubbers) For Kitchen Exhaust.

1.0 Equipment Description:

The Electrostatic Air Cleaners shall be supplied as a one-piece factory joined assembly of individual
section(s) selected to treat oil mist, smoke, fume, grease & dust/ powder problems.

2.0 Unit Housing:

Housing shall be constructed with minimum 1.6mm thick steel sheet with reinforcedstructure&
powder coated to protect against rust and corrosion. It shall have a hinged door for cell access,
located one side of the unit. The door shall be gasketed to prevent air leakage. There shall be a safety
interlock switch to cut off primary supply when the access door is opened.

3.0 Finish:

The external finish shall be a durable industrial grade semi-gloss epoxy-polyester coating suitable for
outdoor installations.
4.0 Ionizing-Collecting Cells:

Ionizing-Collecting cell(s) shall be of one-piece construction 13.38” (340mm) deep in direction of


airflow. The dimension of the collection cell shall be 18.89” (480mm) H x 19.76” (502mm)W Max. All
support framing, end plates and ionizer ground electrodes shall be 0.080 inch (2mm) thick aluminum.
Both repelling and collector plates shall be 0.032 inch (0.8mm) thick aluminum alloy material rigidly
retained in place with tubular spacers and tie rods. Each plate shall be corrugated, perpendicular to
airflow direction. Spacing between plates shall be no less than 0.318 inch (8mm). Each cell shall weigh
at least 17 kg with at least 8 stainless steel spiked blade ionizers. Tungsten wire ionizers will not be
accepted.

5.0 Ionizer
Ionizing spiked blade shall be made of Stainless steel 304 material, rigidly supported both
vertically and laterally. Spiked ionizer to ground electrode spacing shall be 1.0" (25mm). High voltage
support insulators shall be of Teflon material for dielectric strength.
6.0 Air handling Capacity

Equipment should be selected on the basis of required Air handling capacity so as to achieve 90-95%
particulate matter removal efficiency according to DOP Test or EN779 European standard (Equivalent
to ASHRAE 52.1). Vendor should submit the Test report from the Lab having Test facility according to
ASHRAE 52.2 or EN779. In the absence of Test report Vendor should demonstrate the efficiency claim
at their manufacturing facility at their expenses.

7.0 Power Supply

Contractor 209 Engineer-in-Charge


Power supplies shall be 100% solid state, operate on 230 VAC, 50 Hz, 1 Phase input and provide a dual
high voltage output of 12-13 KVDC for the ionizer and 6.0-6.5 KVDC for the collector in normal
operation conditions. Current output at the high tension shall be 12mA. A maximum power output for
the solid state power supply shall be 120 watts to maintain the specified collection efficiency.
Integrally mounted Electrical interlocks shall be provided to prevent access to the high voltage
components without first interrupting the primary input power. The power supplyshall operate over a
temperature range of -32 degrees F to 140 degrees F, be overloaded self-protecting and accommodate
an LED lights indicating the performance status of the ionizing/collecting cell. High voltage output
components in the power supply shall be sealed with epoxy for moisture resistance.
8.0 Outstanding Features

The power pack shall incorporate a short circuit arc protection with automatic power restoration
system to prevent overload.

9.0 Perfomance Indicator Lights

There shall be 2 LED lights (Green & Red) installed on the access door of the unit to indicate the status
of the air cleaning system.

10.0 BMS (Building Management System) interface

The power supply (pack) shall have a 2 wire dry contacts (NO/NC) for remote link to Building
Management System. This is for performance indication of the air cleaning system.

11.0 Electrical:

Factory wiring will be in accordance with the National Electrical Code. Required field wiring shall
conform to the National Electrical Code and any local code requirements. The manufacturer shall be
informed of any local

Contractor 210 Engineer-in-Charge


SECTION – 17

CONTROLS VALVE AND ACCESSORIES

1. Dynamic Balancing Cum Flow Control Valves

1.1 Pressure Independent Dynamic Control Valve

1.1.1 Valve shall be electronic, dynamic, modulating, 2 way/3 way, control device. Maximum flow setting
shall be adjustable to 51 different setting within the range of the valve size. It shall be BMS
compatible.
1.2 Valve Actuator

1.2.1 Valve actuator housing shall be rated to IP44. Actuator shall be driven by 24 VDC motor and shall
accept 2010 VDC, 4-20mA, 3-point floating or pulse width modulation electric signal and shall include
resistor to facilitate any of these signals. Actuator shall be capable of providing 4-20mA or 2-10VDC
feedback signal to control system. Optional fail safe system to power valve to either open of closed
position from any position in case of power failure shall be available.
Extended LED read – out of current valve position and maximum valve position setting shall be
standard.
1.3 Valve Housing

1.3.1 Housing shall be ductile iron, ASTM A536-65T, class 60-45-18 rated 4000 kPa static pressure/forged
brass ASTM B584 rated 2500kPa static pressure and 120°C.
2. Temperature Gauge (Thermometer)
Shall be stem type with centigrade & Fahrenheit scales Temperature gauge shall be of the separate
able socket type and shall have extended brass stem, where required, for insulated pipes.
Temperature gauge shall be installed at water supply and return at air handling units, chillers &
condensers as shown on the Drawings. Range of scales shall be 30-120 °F (0-50 °C) for air conditioning
applications.

3. Pressure Gauges

Shall be installed on suction and discharge of pumps, supply & return at air handling units, inlet and
outlet at chillers, and condensers and cooling towers and included in Schedules of Quantities. Suction
side gauges at pumps shall be compound gauges with 100mm dia of the range 0-75 cm (0-30 inches)
mercury vacuum and 0-4 kg. Per sq.cm (0-60 ps) pressure discharge side gauges at pumps and at all
other locations shall be 100 mm dia. Of the range 0.5 kg. Per sq.cm. (0-60 psi) pressure, gauges shall
be connected to the pipes by GI nipple, elbow, ball valve etc. as required for gauge protection during
testing. Range of scale shall be (0-200 psi). Gauges shall be connected to the pipes by GI nipple, ball
valve, elbow etc.

4. Flow Switches

Contractor 211 Engineer-in-Charge


Sockets or necessary arrangements to be made by HVAC Contractor for bellow type flow switches shall
be provided in condensing water outlet and chilled water outlet at the water chilling machines, and at
the water cooled condensing units for refrigeration load. The flow switch shall prevent the compressor
from starting unless the water flow is established in condensing water lines, and chilled water flow is
established chilled water lines.

5. Thermostats (AHU)

5.1 Shall be electric snap-acting fixed differential type as specified herein, with sensing element located in
the return air stream. The profile, mounting arrangement and exact location of the thermostats shall
be as included in schedule of quantities and as approved by the Engineer-in-Charge. All thermostats
shall be supplied with the standard mounting boxes, as recommended by the manufacturer.
6. Motorized Butterfly Valves with actuator

6.1 Butterfly Valves

6.1.1 The butterfly valve shall consist of cast iron body preferably in two piece construction.

6.1.2 The disc shall consist of disc pivot and driving stem shall be in one piece centrally located.

6.1.3 The valve seat shall be synthetic material suitable for water duty. It shall line the whole body.

6.1.4 The disc should move in slide bearings on both ends with ‘o’ ring to prevent leakage.

6.1.5 The handle should have arrangement for locking in any set position.

6.16 The valve should be suitable for 12 Kg/cm2 working pressure.

6.1.7 The actuators of motorized butterfly valve shall be BMS compatible.

7. ON/OFF Motorized butterfly valve with actuator for Chillers, Chilled / Hot Water Piping
7.1 Motorized valve for chillers, Chilled / Hot water piping shall be 2 positions ON/OFF type Butterfly valve
with standard train. The valve shall be controlled by an electric actuator mounted directly on the
valve. The actuator shall have a reversible synchronous motor and generate the desired stoke by gear
train. It shall be suitable for hook up to any major BMS.
7.2 Actuator

7.2.1 Each actuator shall have current limiting circuitry incorporated in its design to prevent damage to the
actuator.
7.2.2 Actuators shall provide the minimum torque required for proper valve close-off against the system
pressure for the required flow.

7.2.3 Two-position or open/closed actuators shall accept 24 or 120 VAC power supply and be UL listed.
Butterfly isolation and other valves, as specified in the sequence of operations, shall be furnished with
adjustable end switches to indicate open/closed position or be hard wired to start/stop the associated
pump or chiller.

8.0 CLOSED EXPANSION TANK, PRESSURIZATION UNIT WITH BUILT-IN DEGASSER

Contractor 212 Engineer-in-Charge


The system shall consist of pump controlled pressurization unit with integrated automatic water make-
up and de-aeration system for heating & cooling water systems.

The unit shall have two pumps and two spill valve units for maintaining system pressure. The two
stainless steel multi-stage pumps shall act as duty/standby/assist with automatic run-time change over
sequences. Both pumps shall be provided with individual adjustable soft start /stop function.

The unit shall have two electrically actuated fail-safe spill ball valves with duty/standby/assist function.
The use of solenoid valves and/or mechanical valves for the unit spill function will not be acceptable to
avoid the pressure peaks. A safety relief valve shall be included and set at 5 Bar to act as a pressure
safe guard for the primary and secondary vessels which must have a design pressure of 6 Bar.

The unit shall be mounted on a base for easy assembly on site and shall be provided with inlet
strainers/pump check valve and lockshield ball valves for individual isolation and system connection
lines. The device shall have EC marking and shall be suitable for use in surroundings where low sound
level is required.

The system pressure should be monitored by a microprocessor based Control Touch Panel. The control
unit shall read the system pressure via a pressure transducer and shall maintain the pressure within
the close tolerance limit of + 0.2 Bar.

The degassing of a partial flow of the installation water shall be processed according to an optimized
time schedule with selected table degassing programmes. After a period of continuous degassing
(adjustable and depending on the installation volume) at the start up, the control shall switch
automatically to an economic mode (interval degassing).

When the water make-up is activated, error message should be triggered. If the water make-up cycle
goes over a time limit and/or if the number of make-up cycles is exceeded over a given period, this
should result in an error message in both cases and interruption.

Vessel: Bladder type expansion vessel - unpressurized built and tested according to EN 13831 and EU
pressure equipment directive 2014/108/EC and shall have 90% acceptance factor.

The vessel shall be of steel construction with anti-corrosion paint protection. High quality butyl
bladder shall be used to prevent permeation of oxygen into the vessel’s contents. The vessel shall be
equipped with an electrode connected to a relay to indicate any rupture/damage to the bladder.
Vessel shall be supplied with two flexible connection sets to suit the hydraulic module, automatic air
vent with non-return valve to avoid the ingress of air (de-aeration), level transducer (tank volume) and
swan neck (anti-vacuum). The vessel shall stand vertically with steel profile or tubular feet.

Fillset with contact water meter: System shall be supplied Pre-fabricated fillset with contact water
meter assembly with a valve for the direct connection of make-up units for heating and cooling
systems with the water mains.

The fillset shall consistof - two isolation ball valves, backflow preventer (RPZ valve) according to DIN
1988/T4 (FA) respectively EN 1/17 (BA), provided with integrated dirt strainer, water meter with volt
free pulse output, and wall bracket supplied for horizontal mounting.

Contractor 213 Engineer-in-Charge


The water supply line shall be fitted with a contact water meter; the total added water volume shall be
indicated on the display and an error message shall be activated in the event of overshooting the
maximum makeupvolume (added up). This shall also be the case when the established input make-up
quantity exceeds against an input volume in one filling cycle, or if the make-up system because of
malfunction lets water through without being activated by the control unit.

The size of the unit shall be calculated based on system volume, static head or system working
pressure and permissible system temperature.
The unit shall contribute to overall cooling/ heating system efficiency through proven third party
certification.

OR

Expansion, pressurization and de-aeration of the chilled water system to be provided by an integrated
unit comprises of Pressure-less expansion tank, coalescing pall rings, Pressurization unit c/w Pump
fittings and state of the art digital controller.
a. Vessel volume shall be calculated according to the system expansion volume. Every vessel in the unit
shall have the same size. Levelling of the vessel shall be facilitated by adjustable feet. Condensate
drain cock shall be installed within the base of the vessel. Efficiency of the vessel volume shall be
minimum 80%. A coalescing (PALL RINGS) de-aerator shall be installed within the inlet of the
expansion vessel providing removal of micro-bubbles >15 μm. Air release shall be via an automatic air
vent installed on the top of the vessel. The expansion vessel(s) shall be fitted with a replaceable butyl
rubber bladder in accordance with DIN 4807-3. Maximum continual working temperature of the
bladder shall be 70 °C (158 °F). A weight sensor shall be fitted to the vessel to provide vessel content
information. Finish shall be with 2-pack epoxy coating.
b. The pressure-less expansion vessel(s) shall be cylindrical, welded and comply to EN 13831:2007.
c. Manufactured and designed in accordance with European Pressure Equipment Directive PED
2014/68/EC.
d. The pressurization unit shall be sized appropriate to the total system expansion volume and maximum
operating pressure.
e. System pressure shall be regulated within ± 0.2 bar (2.9 psi) of the set pressure. High and low pressure
alarm setting shall be selectable by the user.
f. Top-up function shall be programmed according to system requirements. The unit shall be fitted with
an integral, adjustable flood limiter to shut down the system in the event of a serious leak. Water level
in the expansion vessel(s) shall be maintained to a minimum value.
g. The de-aeration function and pressurization function shall be programmable according to system
requirements.
h. The pressurization unit shall have one or two pumps (orientation vertical/horizontal) with non-return
valve, flow restrictor valve and solenoid valve as well as a safety relief valve for the vessel and a “Y”
strainer for system protection.
i. The controller shall display the vessel contents, system pressure and status of the main operating
components in real time on the graphical display. This acts as confirmation that pump(s) or valves are
operating and responding as required, while also verifying the system setup.
j. The controller shall regulate the pump unit to provide duty/standby or parallel/backup operation and
shall be selectable in dual pump units.
k. Controller shall display fault code and generate the alarm in case of any fault situation.

Contractor 214 Engineer-in-Charge


l. Pressurization unit shall be factory assembled. The product shall be installed according to the
manufacturer’s instructions using manufacturer’s approved components.

9.0 Micro bubble Air & Dirt Separator

It shall work on the principle of coalescence. The shell shall be constructed of mild steel with
coalescence media of stainless steel. The water velocity inside the shell shall not exceed 1.5m/sec. The
M.S shell to be fabricated as per IS.2825. or other similar standard. The inlet and outlet
connections shall be flanged to IS.6392. It shall be provided with a high capacity auto air vent at the
top and a drain valve at the bottom. Matching flanges, high tensile bolts & nuts and gasket shall be
also provided by the manufacturer

10.0 ONLINE NON CHEMICAL WATER TREATMENT SYSTEM

a. The unit should be a non-chemical on-line type scale Preventer not requiring any chemicals.
b. Non-chemical water treatment system should prevent the formation of hard scale in cooling circuits of
air conditioning equipment.
c. It should work with a combination of Adsorption, and Turbulence.
d. The inner core should be able to convert the hardness salts into colloidal particles.
e. The unit should not require any electricity or any other source of energy.
f. The unit should not have any recurring, operating and maintenance charges.
g. The size of the unit shall be determined based on the water quality and water flow rate.
h. The pressure drop across the scale preventer system should not be more than 1psi
i. The unit shall be installed in the condenser water circuit/ Chiller circuit
j. The outer casing should be of stainless steel, steel grade 316 with 4mm thickness
k. The company should have method of checking the performance of system through computer
simulation.
l. The unit should be backed by 5year replacement warranty and one year after sale service.

11.0 BTU Meter (Turbine Type inline)

11.1 Thermal Energy Metering System.

The system shall consist of the following components.

a. Flow Meter (Turbine type/ Battery ultrasonic BTU meter cooling energy meter.
b. Temp. Sensors (2 Nos.) for each BTU meter
c. Energy Meter
d. Thermowell (2Nos.) for each BTU meter
11.2 Flow Meter

It shall be multi-jet, dry dial, direct reading type. The flow measurement accuracy shall be within + 2%
in the normal flow range. The meter shall have mechanical indicator to indicate the totalized flow and
a pulse emitter with selectable pulse value.

Choose a location along the pipe where 10 pipe diameters upstream and 5 pipe diameters
downstream of the sensor provide no flow disturbance. Pipe bonds, valves, other fittings, pipe
enlargements and reductions should not be present in this length of pipe.

Contractor 215 Engineer-in-Charge


11.3 Temperature Sensor
It shall be NTC Thermistor with interchangeable accuracy of better than 0.2 Deg. C. The Sensor shall be
housed in brass sleeves suitable for mounting in thermowells.

11.4 Energy Meter

It shall be microprocessor based with power fail back up for retention of stored data and programme.
The meter shall receive signals from Flow Meter and Temperature Sensors; and shall calculate the
thermal energy usage. The meter shall display this

a. Flow Rate
b. Energy Rate
c. Flow Total
d. Energy Total
e. Supply & Return Temperature and Temperature difference.

The Display shall be 8 characters by 2 lines, alphanumeric, dotmatrix STN LCD display with backlight.
The password protection shall be provided to prevent unauthorized tampering of stored parameters
and data.
The meter shall have provision to :
a. Offset the temp. difference between the sensors
b. Pulse Rate selection of flow meter
c. Password change
d. Clear the totalized values.

OR
11.0 BTU METER ULTRASONIC COOLING ENERGY METER
a. Ultrasonic compact energy meter, measurement cycle temperature: 4 sec
b. Ultrasonic compact energy meter, measurement cycle flow: 1 sec
c. Display Energy value: in kWh, MWh (GJ, MJ on request)
d. Display: permanent on
e. Installation: in return / supply pipe
f. Pressure: PN 16 (all version with threaded ends)
g. Pressure: PN 16 (all version with flanged ends)
h. Temperature senor mounting > qp 3.5 m³/h two free sensors
i. Energy unit with battery 3.6 V, D-cell, life time minimum 14 years; min.; 10 service life time minimum
10 years
j. Temperature sensors: PT 500 d= 5,2mm, 2,0 m cable length
k. Cable length between energy unit and flow senor: 1.5 m
l. Display energy unit: in MWh with 2 digit after comma for meter qp = > 10 m³/h
m. Type approval: in accordance with MID in classes 2 and 3 and with PTB K 7.2 (coolingmeters)

Contractor 216 Engineer-in-Charge


n. Flow meter protection class: IP 65
o. Environmental class: E2 + M2
p. Option: radio wireless, 868 MHK, OMS protocol structure, prepare for walk or drive by data reading,
RF transmission interval 16 s permanent
q. Option: additional interfaces: on request, 2 communication slots (MBus, analog signal)

Contractor 217 Engineer-in-Charge


SECTION – 18

PIPE WORK
1.0 Scope:

The scope of work comprises the supply, installation, testing and commissioning of all piping work.
Pipe work shall be conforming to these specifications and in accordance with the requirements of the
project.

The work shall include selection of pipes sizes as per detailed engineering to be done. Pipe Design
shall be conform to the following:

Water velocity in pipes shall not exceed 2.5m/sec.

Butterfly/Ball valves shall be providedat Suction and delivery sides ofpumps, Inlet and outlet of each
condenser, chiller, coolingtower.

All drain connections fromequipments Inlet & outlet of every heat exchanger coil, namely for AHU's,
FCU's, convectoretc.

Non return valve shall be provided at the delivery of each pump. This shall be of swingtype.
Balancing valve shall be provided at the outlet side of chiller, condenser, heating and cooling coils to
regulate the maximum flow rate up to value preset asdesired.

Balancing valves shall be provided, where specified, for AHU's to regulate the maximum flow rate
upto a value preset as desired. A mercury manometer shall be supplied with every 10 nos. or part
thereof of balancing valves, whether or not specifically indicated in the technical specifications.

Air valves shall be provided at all high points in the piping system for venting with a size of 25 mm for
pipes up to 100 mm and 40 mm for largerpipes.

Piping drawings showing the sizes of valves, layout and other details shall be prepared and shall be
got approved from the Engineer-in-Charge before the execution of the piping work.

2.0 Pipes:
The pipes size 150 mm and below shall be M.S. 'C' class as per IS : 1239 and pipes size above 150 mm
shall be welded black steel pipe heavy class as per IS : 3589 from minimum 6.35 mm thick M.S. sheet
for pipes upto 350 mm dia and for minimum 7 mm thick M.S. sheet for pipes for 400 mm dia and
above.
3.0 Fittings:
a. The dimensions of the fittings shall conform to I.S. 1239/69 Part-II unless otherwise indicated, in
thespecifications.
b. All bends in sizes upto and including 150 mm dia, shall be ready, made of heavy duty, wrought
steel of appropriateclass.
c. All bends in sizes 200 mm and larger dia, shall be fabricated from pipes of the same dia and thickness,
with a minimum of 4 sections, and having a minimum centre line radius of 1.5 diameter ofpipes.

Contractor 218 Engineer-in-Charge


d. All fittings such as branches reducers etc. In all sizes shall be fabricated from pipes of the same
Dia. And thickness, and its length should be at least twice the dia of thepipe.
e. The branches may be welded straight to the main line, without making a separate fitting as required
byengineer-in-charge.
f. Blank ends are to be formed with flanged joints and 6 mm thick blank between flange pair for 150
mm and over, in case where, a future extension is to be made otherwise blank end discs of 6
mm thickness are to be welded on, with additional cross stiffners from 50 mm x 50 mm M.S.
Heavy angles, for sizes upto 350 mm. All ends larger than 400 mm dia shall have dishedends.

4.0 Flanges:
All flanges shall be of mild steel as per I.S. 6392/71 and shall be steel slip-on-type, welded to the
pipes, flange thickness shall be to suit class-IIpressures. Flanges may be tack welded into position, but
all final welding shall be done with joints dismounted. 3 mm thick gaskets shall be used with all
flanged joints. The gaskets shall be fibre reinforced rubber as approved by the Engineer-In-Charge.
Special adhesive compound shall be used between flanges of steam, air and gaslines.
Flanges shall be used as follows:-
a. Counter flanges for equipment having flangedconnections.
b. Flanged pairs shall be used on all such equipment, which may require to be isolated or
removed for service e.g. Pumps, refrigeration machines air handling unitsetc.
c. All threaded valves shall be provided with nipples and flanged pairs on both sides to permit flange
connections, for removal of valves from main lines for repair/replacement.

5.0 Valves:
5.1 ButterflyValves
The butterfly valve shall consist of cast iron body preferably in two piececonstruction.
The disc shall consist of disc pivot and driving stem shall be in one piece centrallylocated.
The valve seat shall be synthetic material suitable for water duty. It shall be inline with the whole
body.
The disc should move in slide bearings on both ends with ‘o’ ring to preventleakage.
The handle should have arrangement for locking in any setposition.
The valve should be suitable for 12 Kg/sq.cm workingpressure.
All gate valves and check valves upto & including 65 mm Dia shall be of gunmetal screwed type,
conforming to class 2 of I.S. 778. And shall be with I.S.I. Marking/BS 5155,API 694,ISO etc,
andcertification.
All gate valves and check valves of 80 mm dia and above shall be of cast iron flanged/wafer type
conforming to class 2 of I.S.780/69 (For sizes upto 350 mm). And of I.S. 2906/69 (For sizes 350 mm
and above). All such valves shall be with I.S.I. Marking/BS 5155, API 694,ISO etc, andcertification.
All guage cocks shall be of gunmetal plug type, complete with siphon (brass chromeplated).
All drain valves shall be of gunmetal with a hose union connection of onehand.
All valves on the supply of fan coil units shall be of gunmetal ball type with integral water strainers,
having (BSP) fpt inlet and flare type MPT outletconnection.
All valves on the return line of fan coil units shall be as in 5.6 but without integral water strainer.
5.2 Balancing Valves:
a. The balancing valves upto 80 mm dia shall be of gunmetal screwed type confirming to B.S. 5154 or
equivalentspecifications.

Contractor 219 Engineer-in-Charge


b. The valve shall be cast gunmetal ASTM B-62 and complete with non rising spindle. PTFE disc seal
cast metal handwheel.
c. The port opening shall permit precise regulation of flow rate, by accurately measuring the pressure
drop across theport.
d. The valve shall be complete with two ports for connections to a mercury manometer, to measure
the pressure drop, as well as a drainport.
e. The spindle shall have a shielded screw to set the flow at the desiredlevel.
f. This valve shall be used whereverspecified.
5.3 Strainers:
a. The strainers shall either be pot type or ‘Y’ type with cast iron or fabricated steel body, tested upto
pressure applicable for the valves.
b. Thestrainersshall have a perforated bronze sheet screen with 3 mmperforation andwith
a permanent magnet, to catch ironfillings.
c. Pot strainers shall be provided with flanged connections and ‘Y’ strainers shall be provided with
flangedends.
d. The strainers shall be designed to facilitate easy removal of filter screen forcleaning,without
disconnection of pipeline.

5.4 Jointing:
a. All pipe lines shall be weldedtype.
b. Square cut plain ends will be welded for pipes upto and including 100 mmdia.
c. All pipes 125 mm dia or larger will be bevelled by 35 Deg beforewelding.

5.5 Miscellaneous:
Provide all pipe work as required to make the apparatus connected complete and ready for regular
and safe operation. Unless otherwise noted, connect all apparatus and equipment in accordance with
manufacturer’s standard details, as approved byEngineer-In-Charge.
Unless otherwise specified, pitch the lines of piping as follows:-
All condensation drainage, including air handling unit and fan coil unit shall be pitched in the
direction of flow to ensure adequate drainage, with an adequate trap seal to prevent leakage of air
due to static pressure developed by air conditioning units. Pitch, 20 mm per metre wherever
possible, but not less than 10 mm permeter.
Drains from other equipment shall be pitched similarly without trap seal.
Provide valves and capped connections for all low points in piping system, where necessary or
required for draining systems. Provide isolating valves & Drain valves in allrisers to permit repairs
without interfering with the rest of thesystem.
During construction, temporarily close, open ends of pipes with sheet metal caps, where necessary,
or required to prevent debris from entering the pipingsystem.
Support piping independently of all equipment so that the equipment is not stressed by the piping
weight orexpansion.
To facilitate the maintenance, repair andreplacement:
a. Provide shut-off valves where indicated and for individual equipment, units at inlet and outlet,
to permit unit removal for repairs, without interfering with the remainder of the system. Additional
shut-off valves shall be provided as required to enable all systems to be fully sectionalized. By-pass
and stop valves shall be provided for all automatic control valves as specified.

Contractor 220 Engineer-in-Charge


b. Arrange piping for maximum accessibility for maintenance and repair, locate valves for easy access
and operation. No valves shall be installed with handles pointing down, unless unavoidable.
c. Cut the pipes accurately according to measurements, established at building site & work into place
without springing orforging.
d. Pipe supports shall be adjustable for height and prime coated with rust preventive paint & finish
coated with grey paint, both as approved by engineer-in-charge. The spacing of pipe supports shall
not be more than that specified below:-
Nominal pipesizemm Spacing(metres)

... ... 1.25


20 & 25 ... ... 2.00
32,30,50 & 65 ... ... 2.50
80,100 & 125 ... ... 2.50
150 & Above ... ... 3.00
e. Extra supports shall be provided at the bendsand at heavy fittings like valves to avoid undue
stresses on the pipes. Pipe hangers shall be fixed on walls and ceiling by means of metallic approved
dashfasteners.
f. Insulated piping shall be in such a manner as not to put undue pressure on the insulation, such as
providing teak wood block between pipe andsupport.
g. Where pipes are to be buried under ground, they should be coated with one coat of bituminous
paint. The top of the pipes shall not be less that 75 cms. From the ground level. Where this is not
practical permission of engineer-in-charge shall be obtained for burying the pipes at lesser depth.
The pipes shall be surrounded on all sides by sand cushions of not less than 15 cms. After the pipes
have been laid and top sand cushions provided, the trench shall be refilled with the excavated soil,
excess soil shall be removed from the site of work by the contractor.

5.6 Hangers & Supports:


a. Hangers and supports shall be provided and installed for all piping and tubing wherever indicated,
required or otherwise specified. Wherever necessary, additional hangers and supports shall be
provided to prevent vibration or excessive deflection of piping andtubing.
b. All hangers and supports shall be made of steel or other durable and non-combustible materials,
given two coat of primer red oxide and then painted with Aluminium colour paint. Wood wire or
perforated strap iron shall not be used as permanent hangers orsupports.
c. Hangers shall be supported from structural steel, concrete inserts & pipe racks, as specifically
approved.
d. No hanges shall be secured to underside of light weight roof decking and light weight floorglass.
e. Mechanical equipment shall be suspended midway between steel joists and panelpoints.
f. Drilling or punching of holes in steel joist members will not bepermitted.

5.6.1 Sleeves:
a. Where pipes pass through floors, walls, etc provide Galvanized steel pipe sleeves 50 mm larger than
outside diameter of pipe. Where pipes are insulated, sleeves shall be large enough to ample
clearance forinsulation.
b. Where pipes pass through outside walls or foundations, the space between pipe and sleeve shall be
caulked with lead wool andoakum.
c. The centre of pipes shall be in the centre of sleeves, and sleeves shall be flush with the finished
surface.

5.6.2 Expansion or Contraction:


a. The contractor shall provide for expansion and contraction of all piping installed by the
useofswing connections and expansionloops.
5.6.3 Arrangement and Alignment of Piping:

Contractor 221 Engineer-in-Charge


a. All piping shall be arranged and aligned in accordance with the requirement as specified.
Where special conditions are encountered in the field, the arrangement and alignment of
piping shall be as directed by theengineer-in-charge.

b. The piping shall be installed in a uniform manner, parallel to or perpendicular to walls or ceilings,
and all changes in directions shall be made with fittings. The horizontal piping shall be run at right
angles and shall not run diagonally across rooms or other piping. Wherever possible all piping shall
be arranged to provide maximum headroom.

c. All piping shall be installed as directly as possible between connecting points.

d. All piping shall be carefullyinstalled to provide for proper alignment, slope and expansion.

e. The stresses in pipe lines shall be guided and pipes shall be supported in such a manner that pipe
lines shall not creep, sag orbuckle.

f. Anchors and supports shall be provided wherever necessary to prevent any misalignment of piping.

g. Small tubing guages, controls or other equipment installed on any apparatus, shall not be coiled
nor Excessive in length, but shall be installed neatly, carefully bent at all changes in direction,
secured in place and properly fastened to equipment at intervals to prevent sagging.

h. The piping shall be grouped wherever practical and shall be installed uniformly in straight parallel
lines in either vertical or horizontalpositions.

5.6.4 Testing:

a. In general, tests shall be applied to piping before connection of equipment and appliances. In no
case shall the piping, equipment or appliances be subjected to pressures exceeding their test
ratings.
b. The tests shall be completed and approved before any insulation is applied. Testing of segments
of pipe work will be permitted, provided all open ends are first closed, by blank offs orflanges.
c. After tests have been completed the system shall be drained and flushed 3 to 4 times and
cleaned of all dust and foreign matter. All strainers, valves and fittings shall be cleaned of all
dirt, fillings anddebris.
d. All piping shall be tested to hydraulic test pressure of at least one and half times the maximum
operating pressure but not less than 10 kg/sq.cm for a period of not less than 12 hours. All
leaks and defects in the joints revealed during the testing shall be rectified to the satisfaction of
theengineer-in-charge.
e. All the piping systems shall be tested in the presence of the engineer-in-charge or their
authorized representative. Advance notice of test dates shall be given and all equipments,
labour, materials required for inspection, and repairs during the test shall be provided . A test
shall be repeated till the entire systems are found to be satisfactory to the above authority.
The tests shall be carried out for a part of work if required by Engineer-In- Charge in order to
avoid hindrance in the work of the insulation.
f. All steam and condensate pipes shall be tested and proven tight under hydrostatic pressure of
20 kg/sq.cm, unless otherwise stated, for a minimum period of 4 hours without drop
inpressure.
g. Miscellaneous piping, tests with air at 10.5 kg/sq.cm for a minimum of 24 hours without drop in
pressure.
h. The work shall include proper noiseless circulation is achieved through all piping systems. If due

Contractor 222 Engineer-in-Charge


to poor bond, proper circulation is not achieved, the work shall include carrying out the
rectification work including finishing of floors, walls and ceiling damaged in the process
ofrectifications.
i. The work shall include all labours and materials to make provision for removing water and
throwing it at the proper place, during the testing or/and after the testing to avoid damages to
other‘s properties.

5.6.5 Flexible Connections:


a. The Flexible connections shall be flanged type expansion joint. Flanges shall be non-
compressible and mechanically strong type and the Neoprene rubber shall be provided in
between the flangeends.

b. The connections shall work for a temperature range of minus 10°C to70°C.

c. The length and working pressure of bellows shall be asfollows:

Nominal Bore (mm) Length (mm) Test Pressure


(Bars)
Upto 200 150 16
Above 200 200 16

i) Connections shall be provided with control roads to control the excessive elongation or
compression of pipingsystems.
ii) It shall have torsional movement upto 3° withoutdamage.
iii) Bellows shall be singlearch.
5.6.6 Copper Piping:
a. Heavy gauge soft copper tubing, type M shall be used to make connections to equipment,
wherever required or specified byengineer-in-charge.
b. Flare fittings e.g. flare nuts, tees, elbows, reducers etc. shall all be ofbrass.
5.6.7 Refrigerant Piping:
The refrigerant circuit piping shall be heavy class M.S the fittings shall be heavy class. The pipes and
fittings shall be connected by means of welded joints. The connections to gauges, controls etc. Shall
be with soft copper tubing and flarefittings.

The refrigerant valves, required in the circuit shall be asfollows.

Valve Size ValveMaterial Type ofConnections

Upto 12mm brass/packlesstype flarefittings

16mm&above brass/steelpackedtype brazed/welded Note:- All


valves shall be tested against leaks upto 20kg/sq.cm.

The strainers for the refrigerant liquid line shall be `Y' type with gun metal body and bronze filter
screen of fine mesh. The filter screen shall be easily removable type without dismantling the
strainer from thecircuit.

The moisture indicator in the liquid line shall have leak proof glass on opposite sides to
permit easy inspection of the liquidrefrigerant.

5.6.8 Drain Piping:


a. The drain piping shall beUPVC.

Contractor 223 Engineer-in-Charge


b. Pipe crosses shall be provided at bends, to permit easy cleaning of drainline.
c. The drain line shall be provided upto the nearest drain trap and pitched towards thetrap.
d. Drain lines shall be provided at all the lowest points in the system, as well as at equipments, where
leakage of water is likely to occur, or to remove condensate and water from pumpglands.

5.6.9 Installation:

a. The installation work shall be carried out in accordance with the detailed drawings prepared and
approved by theEngineer-in-charge.
b. Air-conditioning work shall include utilization of structural provisions for Air-conditioning services
wherever provided by the Engineer-in-charge in the building and make his own arrangements for
additionalchanges.
c. Expansion loops or joints shall be provided to take care of expansion or contraction of pipes due to
temperaturechanges.
d. Tee-off connections shall be through equal or reducing tees, otherwise ferrules welded to the main
pipe shall be used. Drilling and tapping of the walls of the main pipe shall not be resortedto.
e. Wherever reducers are to be made in horizontal runs, eccentric reducers shall be used if the piping
is to drain freely, in other locations, concentric reducers may beused.
f. Open ends of piping shall be blocked as soon as the pipe is installed to avoid entrance of
foreignmatter.
g. All pipes using screwed fittings shall be accurately cut to the required size and threaded in
accordance with IS: 554 and burs removed beforelaying.
h. Piping installation shall be supported on or suspended from structure adequately. The work shall
include design of brackets, saddles, clamps, hangers etc. and shall be responsible for their
structureintegrity.
i. Pipe supports, preferably floor mounted shall be of steel, adjustable for height and prime coated
with zinc chromate paint and finish-coated gray. Spacing of pipe supports shall not be more than
that specifiedbelow:
----------------------------------------------------------------------------------------------------------------

Nominal Pipesize(mm) Spacing(Meters)

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

12 and 15 1.25
20 and 25 2.00
32, 40, 50 and 65 2.50
80, 100 and 125 2.50
150 and above 3.00
-----------------------------------------------------------------------------------------------------------------

j. Extra supports shall be provided at the bends and at heavy fittings like valves to avoid undue stress
on the pipes. Pipe hangers shall be fixed on walls and ceiling by means of metallic or rawl plugs or
approved shear fasteners.
1. Insulated piping shall be supported in such a manner as not to put undue pressure on the
insulation.

2. Anti vibration pads, springs or liners of resilient and non-deteriorating, material shall be provided at
each support, so as to prevent transmission of vibration through thesupports.

Contractor 224 Engineer-in-Charge


3. Pipe sleeves of diameter larger than the pipe by least 50 mm shall be provided wherever pipes pass
through walls and the annular spaces shall be filled with felt and finished with retainingrings.

k. Vertical risers shall be parallel to walls and column lines and shall be straight and plumb. Risers
passing from floor to floor shall be supported at each floor by clamps or collars attached to pipe
with a 12 mm thick rubber pad or any other resilient material as approved by the Engineer-in-
charge.

l. The space in the floor cut outs around the pipe work (after insulation work where applicable) shall
be closed using cement concrete (1 :2:4 mix) or steel sheet, from the fire safety considerations,
taking care to see that a small annular space is left around the pipes to prevent transmission of
vibration to thestructure.

m. Riser shall have suitable supports at the lowestpoint.


1. Where pipes are to be buried under ground, the top of the pipes shall be not less than 75cms. from
the ground level. Where this is not practicable, permission of the Engineer-in-charge shall be
obtained for burying the pipes at lesser depth. The pipes shall be surrounded on all sides by sand
cushion of not less than 15 cms. After the pipes have been laid and top sand cushion provided, the
trench shall be refilled with the excavated soil and any extra soil shall be removed from the site of
work.

2. All pipes and their steel supports shall be thoroughly cleaned and given one primer coat of Zinc
chromate before beinginstalled.

3. After all the water piping has been installed, pressure tested in accordance with clause 5.10, all
exposed piping in the plant room shall be given two finish coats of paint, approved by the Engineer-
in-Charge. Similar painting work shall be done over insulated pipe work, valves etc. The direction of
flow of fluid in the pipes shall be indicated with identifyingarrows.

4. 3mm gasket shall be used for flangedjoints.


n. Cut-outs in floor slabs shall be sealed with cement concrete or steel plate after the piping workis
done, from the fire safety point ofview.
7 Steel Wire Rope Hangers& Supports:

Wire Hangers shall be used to suspend all static HVAC & Mechanical services.

Wire Hangers should consist of a pre-formed wire rope sling with a range of end fixings to fit various
substrates and service fixings, these include a ferruled loop, permanently fixed threaded M6 (or M8,
M10) stud, permanently fixed nipple end with toggle, at one end or hook or eyelet, cladding hook,
barrel, wedge anchor, eyebolt anchor or any other end fixture type or size as per manufacturers
recommendation and design. The end fixings and the wire must be of the same manufacturer with
several options available. The system should be secured and tensioned with a Hanger self-locking
grip (double channel lock) at the other end. Once the grip is locked for safety purpose unlocking
should only be done by using a separate setting key and should not be an integral part of the self-
locking grip. Only wire and/or supports supplied and/or approved, shall be used with the system.

a. Wire Hangers should have been independently tested by Lloyds Register. APAVE, TUV, CSA, Chiltern
International fire, ADCAS, Intertek, ECA, and SMACNA, approved by CSA and comply with the
requirements of DW/144 and BSRIA – wire Rope Suspension systems.Wire rope should be
manufactured to BSEN 12385: 2002
b. The work shall includeselection of correct specification of wire hanger to use for supporting each
particular service from table 1 below.Each size is designated with a maximum safe working load limit
(which incorporates a 5:1 safety factor).

Contractor 225 Engineer-in-Charge


The correct specification of wire hanger required is determined using the following formula.

Weight per meter of object suspended (kg) X distance between suspension points (m) = weight
loading per Hanger suspension point (kg).

Where the installed wire rope is not vertical then the working load limit shall be reduced in accordance
with the recommendations give in the manufacturer’s handbook.

Select the correct length of wire rope required to support the service. Lengths from 1-10m lengths.
Specials can be made, check with manufacturer. No in–line joints should be made in the rope.

Table. 1

Wire Hanger Safe Working Loads


minimum breaking load working load limit
size of Wire Rope (kg/lbs)
No. 1 80kg/176 lbs 0-10 kg / 0-22 lbs
No. 2 260kg/572 lbs 10-45 kg / 23-100 lbs
No. 3 580kg/1276 lbs 45-90 kg / 101-200 lbs
No. 4 1500kg/3300 lbs 90-225 kg / 210-495 lbs
No. 5 2160kg/4752 lbs 225-325 kg / 496-715 lbs
No. 6 2500kg/5500 lbs 325-500 kg / 715-1100 lbs

The standard range of Hanger Kits should contain galvanized high tensile steel wire rope or stainless steel
wire rope as per the application, the minimum specification is as above and should be manufactured
to BS 302 (1987), BSEN12385. Comply with manufacturer's load ratings and recommended
installation procedures.Note the testing is done to the minimum breaking load of the wire thus
giving a minimum safety factor of 5:1.

7.1 Mechanical Supports –Hanger Supports are suitable for: Water Pipes, Drainage Pipes, Gas Pipes,
Refrigeration Pipes, Condensation Water Pipes, Chill Beams, Heater, Ceiling Grid, Suspended
Ceiling and Acoustic Baffle.

a. Piping Supports: Rigid supports may be used in conjunction with hangers to assist with alignment of
services. These can be at 30m intervals or so depending on the run of the service. Rigid support must
also be used in conjunction with hangers with pipework at each change of direction or connection or
as per approved shop drawings. For insulated pipe, provide protective sleeve to protect the entire
circumference of the pipe insulation. Stainless Steel Supports should be available for food, chemical
and High Corrosion areas near coastlines.
b. Any other solution can be used based on manufacturer’s recommendation on site conditions after
prior approval. Support piping in accordance with table given below.
c. For insulated pipe, provide protective sleeve to protect the entire circumference of the pipe
insulation. Stainless Steel Supports should be available for food, chemical and High Corrosion areas
near coastlines.
Support should comply with manufacturer's load ratings and recommended installation
procedures. All supporting system to be provided by same manufacturer.

Pipe Hanger Schedule I:

Contractor 226 Engineer-in-Charge


Spacings Spacings
Weight of pipe (pipe + (pipe +
Weight of + fluid per fluid+insul fluid+plaste Total Weight Total Weight Hanger
Pipe Size pipe + fluid Rmt ation) r) of pipe + fluid of pipe + fluid Hanger No. No.
with sand
with sand between between with sand cement with cement
with insulation cement plaster supports supports with insulation plaster insulation plaster
(mm) (kgs/rmts) (kgs/rmts) (mts) (mts) (kgs/rmts) (kgs/rmts) (kgs/rmts) (kgs/rmts)

12-40 6.99 14 2 2 14 28 2 2
50-65 15.22 20 2 2 30 40 2 3
80 34.73 44.67 2 2 69 89.34 3 4
100-200 73 83 2 2 146 166 4 4
250 and above Rigid supports to be used as per Pipe Hanger Schedule II
Pipe Hanger Schedule II:

Rigid Supportsfor pipes to be used in conjunction with wire supports:

Rigid supports if required in conjunction with wire hangers shall be of steel, adjustable for height and Zinc
chromate primer coated and finish coated black. Where supports and clamps are of dissimilar
materials, a gasket shall be provided in between.

PIPE SIZE (mm) PIPE SUPPORT

UP TO 50 Ø 40×40×6 M.S ANGLE

80Ø TO 100Ø 50×50×6 M.S ANGLE

PIPE SIZE (mm)


HORIZONTAL SUPPORT VERTICAL SUPPORT

125Ø TO 200Ø 75×40 M.S CHANNEL 50×50×6 M.S ANGLE

250Ø TO 300Ø 100×50 M.S CHANNEL 75×40 M.S CHANNEL

300Ø TO 400Ø 150×75 M.S CHANNEL 100×50 M.S CHANNEL

450Ø TO 600Ø 200×75 M.S CHANNEL 200×75 M.S CHANNEL

8.0 Pressure Testing:

a. All piping shall be tested to hydrostatic test pressure of at least one and a half times the maximum
operating pressure, but not less than 10 kg/sqcm for a period not less than 24 hours. All leaks and
defects in joints revealed during the testing shall be rectified to the satisfaction of theEngineer-in-
charge.
b. Piping repaired subsequent to the above pressure test shall be re-tested in the samemanner.
c. System maybe tested in sections and such sections shall be securely capped.
d. It shall be made sure that proper noiseless circulation is achieved through all the coils and other
heat exchange equipments in the system. If proper circulation is not achieved due to air-bound
connections rectify the defective connections Insulation shall be applied to piping only after the
completion of the pressure testing to the satisfaction of the Engineer-in-charge.

Contractor 227 Engineer-in-Charge


e. Pressuregaugesmaybecappedoffduringpressuretestingoftheinstallation.
9.0 Balancing:

a. After completion of the installation, all water system shall be adjusted and balanced to deliver the
water quantities as specified, quoted, or asdirected.
b. Automatic control valves and three way diverting valves shall be set for full flow condition during
balancing procedure. Water circuit shall be adjusted by balancing cocks provided for balancing.
These shall be permanently marked after the balancing is completed so that they can be restored to
their correct positions, ifdisturbed.

10.0 Painting:
a. All pipes supports, hangers, etc., shall be given two coats of red oxideprimer.
b. All pipes, which are not to be insulated, shall then be given one coat of finish paint, of a type and
colour, as per ISIcode.

Contractor 228 Engineer-in-Charge


SECTION – 19
DUCT WORK ANDOUTLET

1.0 Scope:

The scope of work comprises the supply, installation, testing and commissioning consist of furnishing
labour materials, equipment and appliances as specified necessary and required to install all sheet
metal and other allied work to make the air conditioning supply, ventilating, and exhaust system ready
for operation conforming to these specifications and in accordance with the requirements of the DBR
and indicative items. Duct work shall mean all ducts, casings, dampers, gaskets, access doors, joints,
stiffeners and hangers. All ducts shall be factory fabricated, in case of critical fittings can be fabricated
at site.

It shall be as per Pwd/Mcg General Specifications for Heating, Ventilation & Air- Conditioning (HVAC)
Works – 2017 amended up to date.

2.0 Duct Materials:

The ducts shall be fabricated from galvanized steel sheets class VIII conforming to IS:277-1962
(revised) or Aluminium sheets conforming to IS:737-1955 (wherever Aluminium ducts are specified).
The steel sheets shall be hot dip galvanized with MAT finish with coating of minimum 120 grams per
square meter (GSM) of Zinc, GI sheets shall be lead free, ecofriendly and RoHS compliant.

All duct work, sheet metal thickness and fabrication unless otherwise directed, shall strictly meet
requirements, as described in IS: 655-1963 with Amendment-I (1971edition)

The thickness of the sheet shall be as follows:-

Sheet Type of Bracing


Sl. Joint Size of Duct
thickness G.I. Aluminium

1 Upto 750mm 0.63 mm 0.80 mm G.I. Flange ----

25x25x3 mm 25x25x3 mm
751 mm to angle iron frame angle iron rame
2 0.80 mm 1.00 mm
1000 mm with 8 mm dia at the rate of
nuts & bolts 1mt.

40x40x5 mm 40x40x3 mm
1001 mm to angle iron frame angle iron rame
3 0.80 mm 1.00 mm
1500mm with 8 mm dia at the rate of
nuts & bolts 1mt.

50x50x5 mm at 40x40x3 mm at
angle iron with the rate of 1.2 mt.
1501 mm to
4 1.00 mm 1.50 mm 10 mm dia nuts & to be crossed
2250 mm
bolts at 125 mm braced diagonally
centre.

Contractor 229 Engineer-in-Charge


50x50x6 mm at 40x40x3 mm at
angle iron the the rate of 1.2 mt.
2251 mm and rate of frame to be crossed
5 1.25 mm 1.80 mm
Above with 1.610 mm braced diagonally
nuts & bolts at
125 mm centre.

Ducts larger than 450 mm shall be cross broken, duct sections upto 1200 mm length may be used
with bracing angles omitted. Changes in section of duct work shall be affected by tapering the ducts
with as long a taper as possible. All branches shall be taken off at not more than 45 Deg. Angle from
the axis of the main duct unless otherwise approved by the Engineer-In-Charge. All ducts shall be
supported from the ceiling/slab by means of M.S. Rods of 9 mm (3/8") Dia with M.S. Angle at the
bottom. The rods shall be anchored to R.C. Slab using metallic expansion fasteners.

3.0 INSTALLATIONS
a. During the construction, the contractor temporarily close duct openings with sheet metal covers to
prevent debris entering ducts and to maintain opening straight and square, as per direction of
Engineer-In-Charge.
b. Great care should be taken ensure that the duct work does not extend outside and beyond height
limits.
c. All duct work shall be of high quality approved galvanized sheet steel guaranteed not to crack or peel
on bending or fabrication of ducts. All joints shall be tight and shall be made in the direction of air
flow. The ducts shall be reinforced where necessary, and must be secured in place so as to avoid
vibration of the duct on its support.
d. All air turns of 45 degrees or more shall include curved metal blades or vanes arranged so as to permit
the air to make the abrupt turns without an appreciable turbulence. Turning vanes shall be securely
fastened to prevent noise or vibration.
e. The duct work shall be varied in shape and position to fit actual conditions at building site all changes
shall be subject to the approval of the Engineer-In-Charge. The contractor shall notify the Engineer-In-
Charge of any difficulty in carrying out his work before fabrication.
f. Sponge rubber or approved equal gaskets shall be installed between duct flanges as well as between
all connections of sheet metal ducts to walls, floor columns, heater casings and filter casings. Sheet
metals connections shall be made to walls and floors by means of wooden member anchored to the
building structure with anchor bolts and with the sheet screwed to them.
g. Flanges bracings and supports are to be black, mild steel and are to be galvanized on all surfaces
before erection. Accessories such as damper blades and access panels are to be of materials of
appropriate thickness and the finish similar to the adjacent ducting, as specified.
h. Joints, seams, sleeves, splitters, branches, takeoffs and supports are to be as per duct
i. Joints requiring bolting or riveting may be fixed by Hexagon nuts and bolts, stove bolts or buck bolts,
rivets or closed centre top rivets or spot welding. Self-tapping screws must not be used. All jointing
material must have a finish such as cadmium plating or Galvanized as appropriate.
j. Flexible joints are to be fitted to the suction and delivery of all fans. The material is to be normally
double heavy canvass or as directed by Engineer-In-Charge. On all circular spigots the flexible materials
are to be screwed or clip band with adjustable screws or toggle fitting. For rectangular ducts the
material is to be flanged and bolted with a backing flat or bolted to mating flange with backing flat.
k. The flexible joints are to be not less than 75 mm and not more than 250 mm between faces.
l. The duct work should be carried out in a manner and at such time as not to hinder or delay the work
of the other agencies especially the boxing or false ceiling

Contractor 230 Engineer-in-Charge


m. For duct supporting Steel wire rope & supports can also be used as per Table 1 given below from the
ceiling/slab.
n. Steel Wire Rope Hangers & Supports to be used for horizontal ducting at floors:
n.1) Wire Hangers shall be used to suspend all static HVAC Air Distribution services.

n.2) Wire Hangers should consist of a pre-formed wire rope sling with a range of end fixings to fit various
substrates and service fixings, these include a ferruled loop, permanently fixed threaded M6 (or M8,
M10) stud, permanently fixed nipple end with toggle, at one end or hook or eyelet, cladding hook,
barrel, wedge anchor, eyebolt anchor or any other end fixture type or size as per manufacturers
recommendation and design. The end fixings and the wire must be of the same manufacturer with
several options available. The system should be secured and tensioned with a Hanger self-locking grip
(double channel lock) at the other end. Once the grip is locked for safety purpose unlocking should
only be done by using a separate setting key and should not be an integral part of the self-locking grip.
Only wire and/or supports supplied and/or approved, shall be used with the system.

n.2.1) Wire Hangers should have been independently tested by Lloyds Register. APAVE, TUV, and BSRIA –
wire Rope Suspension systems. Wire rope should be manufactured to BSEN 12385: 2002

n.2.2) The contractor shall select thess correct specification of wire hanger to use for supporting each
particular service from Table 1 given below. Each size is designated with a maximum safe working load
limit (which incorporates a 5:1 safety factor).

o. The correct specification of wire hanger required is determined using the following formula.
o.1) Weight per meter of object suspended (kg) x distance between suspension points (m) = weight
loading per Hanger suspension point (kg).

p. Where the installed wire rope is not vertical then the working load limit shall be reduced in
accordance with the recommendations give in the manufacturer’s handbook.
q. The contractor shall select the correct length of wire rope required to support the service. Lengths
from 1-10m lengths. Specials can be made, check with manufacturer. No in–line joints should be
made in the rope.
Table 1

Wire Hanger Safe Working Loads

Size Minimum Breaking Working Load Limit


Load of Wire Rope (Kg/Lbs)

No. 1 80kg/176 lbs 0-10 kg / 0-22 lbs

No. 2 260kg/572 lbs 10-45 kg / 23-100 lbs

No. 3 580kg/1276 lbs 45-90 kg / 101-200 lbs

No. 4 1500kg/3300 lbs 90-225 kg / 210-495 lbs

No. 5 2160kg/4752 lbs 225-325 kg / 496-715 lbs

No. 6 2500kg/5500 lbs 325-500 kg / 715-1100 lbs

Contractor 231 Engineer-in-Charge


The standard range of Hanger Kits should contain galvanized high tensile steel wire rope or stainless
steel wire rope as per the application, the minimum specification is as above and should be
manufactured to BS 302 (1987), BSEN12385. Comply with manufacturer's load ratings and
recommended installation procedures.Note the testing is done to the minimum breaking load of the
wire thus giving a minimum safety factor of 5:1.

r) HVAC Supports – Hanger Supports are suitable for : Rectangular duct, Spiral Duct, Oval Duct, Fabric
Duct, Desertification fans, Plenum Boxes & Diffusers.
r.1) Ducting Supports:

r.1.1) All ductwork shall be independently supported from building construction. All horizontal ducts shall
be supported with wire hanger while vertical and terrace ducts shall be supported rigidly and securely
supported, in an approved manner, with hangers formed of galvanized steel wire ropes and
galvanized steel angle/channel or a pair of brackets, connected by galvanized steel wire hangers
under ducts, rigid supports may be provided at certain interval if need be. The spacing between
supports should be not greater than 2.4 meter. All vertical ductwork shall be supported by structural
members on each floor slab. Duct supports may be through galvanized steel insert plates or Toggle
end wire fixing left in slab at the time of slab casting. Galvanized steel cleat with a hole for passing the
wire rope hanger shall be welded to the plates. Trapeze hanger formed of galvanized steel wire rope
using shall be hung through these cleats. Wherever use of metal insert plates is not feasible, duct
support shall be through dash/anchor fastener driven into the concrete slab by electrically operated
gun. Wire rope supports shall hang through the cleats or wire rope threaded studs can be screwed
into the anchor fasteners.

r.1.2) All horizontal ducts shall be adequately secured and supported. In an approved manner, with trapeze
Hangers formed of galvanized steel wire rope in a cradle support method under ducts at no greater
than 3000mmcentre, for 3001mm-above appropriate size angle along with neoprene pad in between
the duct & MS angle should be used with prior approval. All vertical duct work shall be supported by
structural members on each floor slab. Duct support shall be through dash / anchor fastener driven
into the concrete slab by electrically operated gun. Hanger wires shall then hang around the ducting.
Rigid supports shall be used in conjunction with wire rope hangers to assist with alignment of services
where recommended for by the manufacturer. Rigid support must also be used in conjunction with
wire rope hangers with duct work at each change of direction or connection or as per approved shop
drawings. Any other solution can be used based on manufacturer’s recommendation on site
conditions after prior approval of Engineer-In-Charge. In case of Spiral ducting, the wire can be
wrapped directly around the ducting without the need for a spiral ducting clamp for sizes above 1100
a cradle support should be provided, refer to manufacturer’s recommendations.

r.1.3) Ducting over furred ceiling shall be supported from the slab above or from beams after obtaining
approval of Engineer-In-Charge. In no case shall any duct be supported from false ceiling hangers or
be permitted to rest on false ceiling. All metal work in dead or furred down spaces shall be erected in
time to occasion no delay to other work in the building. All supports of pipe shall be taken from
structural slab/wall by means of fastener.

r.1.4) Catenary Supports: Refer to manufacturer’s recommendations on Catenary supports with C-clip,
special care should be taken with tensioning of the wire and angles at which the installation of
services are made.

Contractor 232 Engineer-in-Charge


r.1.5) Stainless Steel Supports should be available for food, chemical and High Corrosion areas near
coastlines.

r.1.6) Support should comply with manufacturer's load ratings and recommended installation procedures.

Duct Hanger to be provided as given below :-

For ducts with external SP upto 250 Pa For ducts with external SP upto 500 Pa

Maximum Duct Gauge Hanger No. Maximum Duct Size Gauge Hanger
Size (mm) (mm) No.

1 - 750 26 1 or 2 1–600 mm 26 1 or 2

751-1000 26 2 601-750 mm 26 2

1001-1200 24 2 or 3 751-1000 mm 24 2 or 3

1201 - 1500 24 3 1001-1200 mm 22 3 or 4

1501 - 1800 22 3 or 4 1201-1300 mm 20 3 or 4

1801-2100 20 3 or 4 1301-1500 mm 18 4

2101-2700 18 4 1501-1800 mm 18 4

1801-2100 mm 18 4

2101-2250 mm 18 4 or 5

2251-2400 mm 18 4 or 5

2401-2700 mm 18 4 or 5

Notes: All supports are considered at 2400 mm interval in above table and may vary as per the
design but should not be greater than 2400mm.

s) Desertification fans, Plenum Boxes.


All units shall be adequately secured and supported in an approved manner using wire hanger
suspension Y fit solution as per manufacturers’ recommendation with prior approval.

All the supporting system should be supplied from same manufacturer.

23.2 DAMPERS

a) At the junction of each branch duct with main duct and split of main duct, volume dampers must be
provided. Dampers shall be two gauges heavier than the gauge of the large duct and shall be rigid in
construction.
b) The volume dampers shall be of an approved type, lever operated and complete with locking devices
which will permit the dampers to be adjusted and locked in any positions.

Contractor 233 Engineer-in-Charge


c) The dampers shall be of splitter, butterfly or louver type. The damper blade shall not be less than
1.25 mm (18) gauge, reinforced with 25 mm angles 3 mm thick along any unsupported side longer
than 250 mm. Angles shall not interfere with the operation of dampers, nor cause any turbulence.
d) Automatic and manual volume opposed blade dampers shall be complete with frames and bronze
bearings. Dampers and frames shall be constructed of 1.6 mm steel sheets and blades shall not be
over 225 mm wide. The dampers for fresh air inlet shall additionally be provided with fly mesh
screen, on the outside, of 0.8 mm thickness with fine mesh.
e) Wherever required for system balancing, a volume balancing opposed blade damper with quadrant
and thumb screw lock shall be provided.
f) After completion of the duct work, dampers are to be adjusted and set to deliver air flow.
g) Automatic fire dampers shall be provided wherever required. The damper shall be multi blade curtain
type. The blades should out of the air stream in open position and shall be constructed with minimum
1.8 mm thick Aluminium sheets. The frame shall be of 1.6 mm thickness. Other materials shall include
return spring, locking device, solenoid actuator, etc. The fire dampers shall be capable of operating
automatically with the actuation of smoke/heat detector. Unit fans shall be interlocked with the
damper.

4.0 ACCESS PANEL


a) A hinged and gasketed access panel measuring at least 450 mm x 450 mm shall be provided on duct
work before each reheat coil and at ach control device that may be located inside the duct work.

5.0 MISCELLANEOUS:
a) All duct work joints are to be true right angle and with all sharp edges removed.
b) Sponge rubber gaskets also to be provided behind the flange of all grilles.
c) Each chute from the duct, leading to a grille, shall be provided with an air deflector to divert the air
into the grill through the chute.
d) Diverting vanes must be provided at the bends exceeding 600 mm and at branches connected into the
main duct without a neck.
e) Proper hangers and supports should be provided to hold the duct rigidly, to keep them straight and to
avoid vibrations. Additional supports are to be provided where required for rigidity or as directed by
Engineer-In-Charge.
f) The ducts should be routed directly with a minimum of directional change.
g) The duct work shall be provided with additional supports/hangers, wherever required or as directed
by the Engineer-In-Charge.
h) All angle iron flanges to be welded electrically and holes to be drilled.
i) All the angle iron flanges to be connected to the G.S.S. ducts by rivets at 100 mm centers.
j) All the flanged joints, to have a sponge rubber packing stuck to the flanges with suitable adhesive.
k) The G.S.S. Ducts should be lapped 6 mm across the flanges.
l) The ducts should be supported by approved type supports at a distance not exceeding 2.4 meters.

6.0 Standard Grilles:


a. The supply and return air grilles shall be fabricated from extruded aluminium sections. The supply air
grilles shall have single/double louvers. The front horizontal louvers shall be of extruded section,
fixed/adjustable type. The rear vertical louvers where required shall of aluminium extruded sections
and adjustable type. The return air grille shall have single horizontal extruded section fixed louvers.
The grilles may or maynot be with an outer frame.

b. The damper blades shall also be of extruded aluminium sections. The grill flange shall be fabricated
out of aluminium extruded section. Grilles longer than 450 mm shall have intermediate supports for
the horizontallouvers.

7.0 Diffusers/Slot Diffusers:

Contractor 234 Engineer-in-Charge


a. The ceiling type square diffusers shall be of aluminium extruded sections with flush or step down
face, as specified with fixed pattern andneck..

b. Square and rectangular wall outlets shall have a flanged frame with the outside edges returned or
curved 5 to 7 mm and fitted with a suitable flexible gasket between the concealed face of the flanges
and the finished wall face. The core of supply air register shall have adjustable front louvers parallel
to the longer side to give upto 22.5 degrees vertical deflection and adjustable back louvers parallel to
the shorter side to achieve a horizontal spread air pattern to at least 45 degrees. Return air grilles
shall have only front louvers. The outer framework of the grilles shall be made of not less than 1.6
mm thick aluminum sheet. The louvers shall be of aero foil design of extruded aluminum section with
minimum thickness of 0.8mm at front and shall be made of 0.8mm thick aluminum sheet. Louvers
may be spaced 18 mmapart.

c. Square and rectangular ceiling outlets/intakes shall have a flange flush with the ceiling into which it is
fitted or shall be of anti-smudge type. The outlets shall comprise an outer shell with duct collar and
removable diffusing assembly. These shall be suitable for discharge in one or more directions as
required. The outer shell shall not be less than 1.6 mm thick extruded section aluminum sheet. The
diffuser assembly shall not be less than 0.80 mm thick extruded aluminum section

d. All supply diffusers shall be provided with extruded aluminium dampers, with arrangement for
adjustment from thebottom.

e. TheslotdiffusersshallbeofAluminiumextrudedsectionswithdiffusionplateandslidingdamper.

f. Circular ceiling outlets/intakes shall have either flush or anti smudge outer cone as specified in the
technical specifications. Flush outer cones shall have the lower edge of the cone not more than 5 mm
below the underside of the finished ceiling into which it is fitted. Anti-smudge cones shall have the
outer cone profile designed to reduce dirt deposit on the ceiling adjacent to the air outlet. The metal
sheet used for construction of these shall be minimum 1.6 mm thick extruded aluminumsheet.
8.0 Linear Diffusers/Grilles:

a. The linear diffusers/grilles shall be fabricated from Aluminium extrudedsections.


b. The diffusion blades shall be extruded, flush mounted type with single or double direction air flow.
c. The frame shall be of aluminium extruded section and shall hold the louvers tightly in fixed position.
d. The dampers as described under grilles shall be provided whereverspecified.
e. Linear diffusers shall have a flanged frame with the outside edges returned 3.5 mm and shall have one
to four slots as required. The air quantity through each slot shall be adjustable. The metal sheet used
for the construction of these shall be minimum 1.6 mm thick extrudedaluminum sheet
9.0 Fresh Air Intakes:
a. Fresh air intake grills shall be made of extruded aluminumsections.
b. A flanged frame using RS sections shall be provided on front face to conceal the gap between the
louvers and the adjoining wall face. Corners of frame shall be welded. The frame shall be made
structurallyrigid.
c. Louvers made from extruded aluminum section shall be in modular panel form for ease of handling.
These shall be free from waves and buckles. Vertical blades shall be truly vertical and horizontal
blades shall be truly horizontal. Butt joints in blades shall not beaccepted.
d. Additional intermediate equally spaced supports and stiffeners shall be provided to prevent

Contractor 235 Engineer-in-Charge


sagging/vibrating of the louvers, at not more than 750mm centers where the louver's length is longer
than750rnm.
e. A bird wire screen made of 12 mm mesh in 1.6 mm steel wire held in angle or channel frame shall be
fixed to the rear face of the louver frame byscreens.

10.0 Firedampers:

a. Fire dampers shall be provided in all the supply air ducts and return air ducts (where provided),
return air passage in the air-handling unit room and at all floor crossings. Access door will be
provided in the duct before each set of firedampers.
b. Fire dampers shall be multi blade louvers type. The blade should remain in the air stream in Open
position &shall allow maximum free area to reduce pressure drop &noise in the air passage. The
blades and frame shall be constructed with minimum 1.6mm thick galvanized sheet &shall be factory
fitted in a sleeve made out of 1.6mm galvanized sheet of minimum
400mmlong.Itshallbecompletewithlockingdevice,motorizedactuator &controlpanel.
c. Fire dampers shall be motorized smoke &fire dampers type. It shall be supplied with spring loaded
fusible link to close fire damper in the event of rise in duct temperature. Fire damper shall also close
on receipt of fire alarm signal to cut off air supply instantaneously. An electric limit switch shall also
be operated by the closing of fire damper, which in turn shall switch off power supply to AHU blower
motor as well as stripheaters.
d. Fire dampers shall be CBRI tested &certified for 90 minutes rating against collapse & name
penetration.
e. Fire dampers shall be compatible with the fire detection system of building & shall be capable of
operating automatically through an electric motor on receiving signal from fire alarmpanel.
Necessary wiring from fire alarm panel up to AHU electric panel shall be provided & further from
AHU electric panel to fire damper shall be provided by contractor.

11.0 VAV Boxes:

a. These shall of the low velocity variable air volume boxes without re-heat coils, and shall be of open
protocol as marketed by a firm specializing in this field.
b. The unit shall be complete with damper, airflow ring, and solid-state electronic controls to provide
accurate room temperature control. The damper shall be aero foil type construction withbearings.
c. Boxes shall be supplied with all internal attenuation treatment and acoustical damped casing
necessary to achieve the required noise criteria. Casing shall be of 22G GSS minimum fitted with a
completely sealed, easily removable means of access to all internal parts. Access to all boxes must
be from the undersideonly.
d. The actuator shall be of 24V AC Bi-directional, direct coupled to the damper shaft. The required
transformer to step down of the voltage range from 230V to 24V shall be part of the unit. The UPS
power point with an isolator near the VAV will be provided by otheragencies.
e. The unit shall be complete with transformer, access panel and other accessories as per the
standard. The noise level shall be less than35Dba.
f. Maximum allowable static pressure to the boxes for its satisfactory operation shall not exceed
0.10WG, otherwise fan and motor selections may beaffected.
g. Boxes shall be able to reset any air flow between 10% and the maximum air quantity that the boxes
can handle without changing orifices or other parts. Air quantity limiters will not be accepted.
h. A suitable device shall be provided for the field adjustment of minimum airflow. All boxes shall be
initially factory set at minimum air quantity of 10% and maximum quantity of 110%of the
designrequirements.

Contractor 236 Engineer-in-Charge


i. Under shut-off conditions, all boxes shall not have air leakage more than 2% of the maximum air
quantity at 75mm staticpressure.
j. The VAVs shall be used in standalone mode complete with its own temperature sensor and
controller and shall perform the function of maintaining the temperature and airflow. However,
the VAVs shall be BMS compatible to enable to network the VAVs to a Network Control Unit and
onto BMS. In this mode all VAV data shall be available at the BMS workstation and it shall be
possible to change set points and flow settings from the BMSworkstation.
k. All boxes shall be electrically controlled. Controllers and operators shall be supplied by the
contractors. The boxes shall be pressure independent. All controllers used for the control of VAV
boxes shall be compliant with BACnet/ MODBUS protocol and be freely communicable to third
party BACnet/ MODBUS IPcontrollers.
l. VAV Box shall have provision to support from floor/ wall/ ceiling and in vertical/ horizontal
condition.

12.0 VAQ Station – General

All the VAQ (Variable Air Quality) Station shall be Pressure Independent type with Direct Digital Controls to
regulate and monitor the primary air flow rate between the scheduled minimum and maximum
values to achieve the specified comfort level and ventilation rates within acceptable noise criteria.

a. The VAQ Station shall controls air to provide desired zone temperature, and required minimum
volume of outdoor air for proper ventilation. The controller shall measures the pressure, position of
the damper blades, and temperature of the air flowing through the damper.
b. The VAQ Station shall have an air measuring station with an ultralow leak, high performance control
damper similar to AMCA Class-II leakage. The complete assembly shall be factory assembled and
tested to provide effective set point monitoring and adjustment. The unit shall come standard with a
pressure transducer, with the output signal proportional to CFM and factory fitted standalone DDC
controller.
c. Overview of VAQ Station-Outdoor Air (For non ducted application)
d. In this application, an air measuring control damper shall provide Outdoor, Return and Exhaust air
control based on a demand signal. The demand signal shall be determined by a set schedule or by
occupancy sensors. Examples of demand signals are carbon dioxide (CO2) concentration, a binary
signal from a motion detector, or a manual switch.
e. Construction
The casing shall be single skin made out of galvanized sheet steel with acoustic lining from inside.
Casing leakage rate shall be Similar to AMCA class II leakage. All VAQ Station shall have rectangular
duct connection with 25 mm. flange connections at the outlet of the station.
f. The VAQ Station shall have a air-flow straighter of 3” deep hexagonal pattern at the inlet of the
station to provide necessary laminar air flow suitable for measurement, and a multi-leaf opposed
blade damper with aluminum, aerofoil blade construction, width 100 mm., and exposed gear driven.
The damper spindle shall be made of steel (10 mm. diameter), rotating in self lubricating Nylon
bearings.
g. Each VAQ Station shall be factory fitted with a multipoint, averaging air flow sensor in the inlet of
the terminal. This air flow sensor shall amplify the air pressure signal linearly with an amplification
factor of at least 3.0. The air flow sensor shall contain not less than 2x8 sensing points, which shall
be arranged in a perpendicular axis of sensing. The points shall be arranged in such a way that they
are located at the center of equal areas not more than 150 mm apart. The signal shall be averaged
and measured from the center of the sensor. And the accuracy shall be within 5% even with irregular
duct approach.
o Controls
o Controller

Contractor 237 Engineer-in-Charge


Controller shall be a programmable logic controller (PLC) with 100Base-T Ethernet capability. Each
unit shall have with numerous analog and digital I/O. Multiple units shall be distributed on an
Ethernet network allowing I/O expansion.

Controller shall be compatible with existing/future BMS system with Ethernet or Modbus.

It should also have a connection facility for commissioning Diagnostic socket for operating devices.

13.0 Balancing:
The entire air distribution system shall be balanced with the help of an anemometer. The measured
air quantities at fan discharge and at the various outlets shall be within ±5 percent of those
specified/ quoted. Branch duct adjustments shall be permanently marked after the air balancing is
completed so that these can be restored to their correct position if disturbed at any time.

14 Painting:
All grilles, and diffusers shall be powder coated, before installation, in approvedcolour.

All ducts immediately behind the grilles/diffusers etc. are to be given two coats of black paint in
mattfinish.

15.0 Testing:
After duct installation, total duct work (Air-conditioning and Mechanical Ventilation Ducts) should
be tested for leakage. The procedure for leak testing should be followed as per SMACNA – “HVAC
Air Duct Leakage Test Manual” (First Edition – 1985)

16.0 Ductwork LeakageTests


a. This section of the specification describes the ductwork leakage testingprocedure.
b. All ductwork shall be pressure tested for leakage, smoke test is notacceptable.
c. Testes shall be witnessed and certified by the Engineer-in-charge. Prior to witness of final tests, the
contractor shall carry out preliminary tests to ensure the test results are within specifiedlimits.
d. All duct work shall be tested for leakage without duct insulation or duct enclosure at thejoints.
e. Accuracy of the test apparatus shall bewithin:
f. ±5%of the indicated flow rate or 0.5 l/s, whichever is greater,and
g. 5% of the indicated static pressure in duct undertest.
h. The test apparatus shall have a calibration certificate, chart of graph dated not earlier than one year
before the test for which it isused.
The entire air distribution system shall be balanced to supply the air quantity as required in various
areas and the final tabulation of air quantity through each outlet shall be submitted to the
engineer-in-charge forapproval.

17 Flexible Duct Specification

General:

The scope of this section comprises supply, installation, testing and commissioning of flexible
ducting conforming to these specification.

17.1 Duct Materials:

a) Un Insulated Flexible duct


Wherever specified, uninsulated flexible duct shall be made of Aluminum/Met Foil permanently
bonded to a coated spring steel wire helix. Duct shall be in tear and puncture resistant construction.

Contractor 238 Engineer-in-Charge


b) Insulated Flexible Duct
Wherever insulated flexible duct are specified inner core for the same should be made of double
lamination of polyester film permanently bonded to a coated spring steel wire helix. Blanket of fibre
glass insulation of R 4.2 (RSI - 0.76 m2K/W) having density of 24 kg/m3 and thickness of 25 mm shall
be wrapped over the inner core & covered with tear and abuse resistant outer jacket cum vapour
barrier made of Pure Aluminum Foil.

c) Installation:
Care must be taken to install all the flexible duct in fully extruded position and bends made with
adequate radius as per manufacturer recommended practices.

d) Hangers and Supports


The flexible duct must be installed fully extended to produce optimum results.

The maximum allowable sag, between any two adjacent suspension points, should not exceed 50
mm per meter.

The distance between any two adjacent suspension points may vary from 1.50 to 3.00 meter,
depending upon the type of flexible duct in use.

Flexible ducts mounted above suspended ceiling should always be independently supported. Ducts
mounted in these locations are susceptible to damage whenever ceiling panels need to be
periodically interchanged, unless they are separately supported.

e) Bending Radius
All bends should be made as large as possible and should have a radius of not less than the diameter
of the duct in use. This reduces un-favorable pressure losses and is particularly important for metal
based products which are more susceptible to stress rupturing. Double bends should be avoided,
however if un-avoidable, ensure that each radius is not less than R = 2 x D.

f) Straps
Ideally the hanging straps should supports the flexible duct with a minimum of half the
circumference surface in contact, and without reducing the effective inside diameter of the duct. It is
also recommended that the minimum width of material to be used for the hanging straps should be
at least 25 mm.

g) Flexible Duct to Conventional Duct Connection


Extra care should be taken when making connection to fixed conventional ducts, etc., and ensure
that they do not become too stressed. An additional support is recommended to obviate this
potential problem.

Metal based flexible duct products are particularly prone to fracturing due to stress caused as a
result of sharp connection.

Connections to ceiling illumination “troffer boxes” should be served in the most direct manner
similar to that described for conventional ducts.

Contractor 239 Engineer-in-Charge


Too many bends, when connecting to “troffer boxes” and / or any other type of air supplying
component, may result in excessive pressure loss and the generation of noise.

h) Longer Length Installation


In the event where extreme length of flexible duct is to be installed, round duct connectors made of
galvanised sheets of at least 30 cm long should be used to connect the duct at every distance of 10
meters. Use metal or galvanised hangers as recommended (point 3) to support the point where
connectios are made. Light railing is a good alternative hanging support when using long length of
flexible duct.

i) Direct Contact
It should be emphasized that the flexible duct must not be in direct physical contact with un-
insulated heating or hot process pipes. If in the event where such situation cannot be avoided,
additional 1” thick insulation should be wrapped around pipes that are in contact with the duct.

18 Kitchen extracts ductwork:

Shall be air and watertight welded construction manufactured from 18 G MS sheets in accordance
with BS 1449, Part 1 Grade CR4 GP. Ductwork shall be painted on the outside with two coats of heat
resistant galvanic paint after manufacture. Volume Control Dampers: All duct dampers shall be
opposed blade louver dampers of robust 16 G GSS construction and tight fitting. Dampers shall be
placed in ducts at every branch supply or return air duct connection.

19.0 Sound Attenuators


Attenuators shall be installed in ducts in accordance with requirements of details drawings.

Noise levels within conditioned spaces shall be not greater than those set out in schedule

below:

a. Noise Level Design Criteria

Space MAXIMUM CONTROL LEVEL

Public Areas NC 40 – NC 45

Offices/ Administrative area, Public Toilets NC 40

Restaurants NC 35 - NC 45

Corridors/ Lobbies NC 35 - NC 45

b. Attenuators shall be of steel construction with casings out of minimum 22 G galvanized steel.

Acoustic fill shall be inert, non-hygroscopic, vermin proof, fibre glass of required density

Adequately protected against corrosion and covered with 26 gage perforated aluminium

sheet. Attenuators shall be supplied complete with flanges.

Manufacturers shall submit a test certificate for acoustic and aerodynamic performance of the
attenuators. Attenuators shall be tested in accordance with ACMA test methods/BS4718 and insertion

Contractor 240 Engineer-in-Charge


loss and self-generated noise for each octave band and pressure drop shall be Stated in the
schedule.

20.0 SENSOR:-
Co Detection

The car park ventilation systems shall be controlled by an individual CO-Monitoring system for entire
car park located on each level to optimize efficiency. The Contractors within the motor control panel
shall be controlled by a Carbon Monoxide monitoring panel which shall contain DDCs (Direct Digital
Controllers) where the pre-determined switching strategy and logic shall be loaded. The CO-
Monitoring panel shall receive signals from CO sensors located throughout the levels at a spacing of no
more than 1 per 500 m2. The 24V AC power supply for the CO sensors shall be mounted in the same
panel. The power supply shall be given directly to each CO sensors. The CO sensor shall provide a 0-10
VDC signal for measuring the CO level in the car park area.

CO monitoring devices shall be mounted remotely throughout the car parks. The devices shall be
mounted in accordance with the manufacturer’s guidelines but not greater than 1.5 m above finish
floor level.

The work shall include specific requirements of the sensor supplier for quantities of CO detectors.

Fire/smoke detection

The car park ventilation system shall be designed based on 12 ACPH in fire mode.

The car park ventilation system shall interface with the fire alarm control panel to receive signals from
the detectors.

The work shall include full integration of the fire alarm and car park ventilation control systems.

CO Sensor

The sensor shall be suitable for wall mount & capable of following features:

CO level range: 0-250 ppm

Analogue output: 2-10VDC/ 4-20mA Low Voltage operation: 24VAC/DC Coverage area: 500m2 as per
NBC-2016.

Housing material: Plastic (ABS) Flame retarded.

Control Panel:-

The manufacturers engineered solution shall allow for a standalone intelligent PLC control panel
system for both CO monitoring and smoke control. Each parking zone shall have individual PLC control
panel. The PLC control system shall be separate for zone of entire car parking and shall control all
exhaust & fresh air located in each zone. The broad logic shall be as follows:-

PLC based logic panel shall be provided to received signals from the CO detector panel and fire control
panel which will give command to fans for their operation on the basis of the logic provided to the
PLC panel. Complete working of the system should be as per NBC-2016.

Contractor 241 Engineer-in-Charge


CO sensors: The CO sensor should be suitable for 24V AC & DC power supply and should able
to provide Analog output signal of 4 to 20mA & 2 to 10V. The CO sensor range should be 0 to
250PPM.

CO2 Sensors: The CO2 sensor should be suitable for 24V AC & DC power supply and should able to
provide Analog output signal of 0-10 V & 0 to 20mA. The CO sensor range should be 0 to 2000
PPM. CO2 is connected with demand control ventilation to control the concentration of CO2 in
each area and accordingly actuator & damper will modulate the fresh air requirement.

21. VENTILATION AIR INTAKE LOUVERS


Ventilation air intake louvers 50 mm deep wherever required as per shop drawing will be made of GI
construction/powder coated extruded AL construction as per BOQ.. The blades are inclined at 45 °on
a 40 mm blade pitch to minimize water ingress. The lowest blade of the assembly shall extend out
slightly to facilitate disposal of rain water without falling in door/wall on which it is mounted.
22. STORM PROOF EXHAUST AIR LOUVERS
Ventilation Exhaust air louvers 80mm deep wherever required as per shop drawing will be made of GI
construction/powder coated extruded AL construction as per BOQ. The blades are inclined at 45
degree on 75 mm blade pitch to minimize water ingress. The lowest blade of the assembly shall
extend out slightly to facilitate disposal of rain water without falling in door / wall on which it is
mounted.
23. ACCESS PANEL
A hinged and gasket access panel shall be provided on duct work before each control device that may
be located inside the duct work.

Contractor 242 Engineer-in-Charge


SECTION – 20

PRE INSULATED DUCT WORK


Preinsulated duct to be provided for all airconditioned area except AHU room, shaft & terrace.
All Approval & Test certificate of Preinsulated ducts to be submitted according to norms
mentioned in item description.

Preinsulated duct material shall be noncombustible as per latest NBC-2016 and also it should be
comply with ECBC-2017 & ASHRAE.

1. PRE-INSULATED GLASS WOOL DUCT WORK FOR THERMAL/ ACOUSTIC APPLICATION


1.1 Duct thermal
Pre-insulated duct board shall be made of high density of rigid resin bonded fire safe glass wool with
both side factory laminated aluminum foil, outer facing foil is having - Reinforced aluminum + Kraft+
glass veil and inner facing foil - Aluminum + Kraft + glass veil. The ‘R’ Value should be as per ECBC code.

1.2 Duct Acoustic

Pre-insulated duct board shall be made of high density of rigid resin bonded fire safe glass wool with
both side factory laminated aluminum foil, outer facing foil is having - Reinforced aluminum + Kraft+
glass veil and inner facing - Black glass textile.

Density of above both pre insulated glass wool duct board shall be 75-80Kg/m3 and at the edge of
panels shall have density of 150Kg/m3. size of panels for duct construction as below.

Thickness(mm) Length(m) Width(m)

25 3 1.19

The thermal conductivity of duct board shall not be exceeding 0.033 W/m K at 10 deg C means
temperature and thermal resistance should be more than 0.6 m2.K/W.

Glass wool duct panels shall be tested as per EN 13403

Vapour permeance of duct panels should be approximate value: 0.013 g/m2. day mm Hg (outer
facing) Mechanical stiffness: R5 rigidity, according to EN 13403 (European Standard for nonmetallic
ducts) this rigidity is the maximum level of the ones established by this standard.

Duct board should withstand pressure under 800 Pa with no evidence of fissures or swelling (test
according to EN 13403)

Fire test: Panels shall be tested as Euroclass: Euro class C-s1, d0

- s1: null smoke emission

Contractor 243 Engineer-in-Charge


- d0: non flaming droplets / particles.

1.3 Joint System: Duct boards should have exclusive design with male / female edges, in order to provide
greater strength for joints, easy installation and shall reduce the number of cutting operation &
exceptional inside finish.

Tools and Accessories for Installation of Duct Boards shall be followed as per recommendation of
manufacturer’s manual.

1.4 Duct Support: Duct board shall be installed, using support as per Pwd/Mcg specification for the work.
Maximum distance between hangers / support shall not exceed for horizontal ducts as:

- 900 mm inner dimension maximum distance of hanger 2.4 m


- 900-1500 mm inner dimension maximum distance of hanger 1.8mm
- Above 1500 mm inner dimension maximum distance of hanger 1.2 m

2. INSPECTION AND TESTING


Duct dimensions shall be checked based on the duct dimension / layout drawings duly approved by
the Architects / Consultants.

The ducts, branches elbows etc. shall be inspected and the joints and connection shall be checked
properly before these are assembled in position. After assembly the system shall be checked for
tightness of male/ female joints to avoid the leakage

Al. tape of 75mm thickness shall be applied on each male / female joint to avoid the leakage of air

Full sized standard dimension sheet as specified are to be used and any patched or made-up pieces of
duct work are liable to be rejected. Joints between male/ female connections shall be fitted properly
and Al. tape of 75 mm thickness shall be applied on joints.

Test points shall be provide at the discharge of each air handling unit and at each individual zone of
the duct work system. Test points shall consist of 25mm diameter sockets fitted with sealing plugs
which can be removed for the fitting of measuring devices. Test points shall be insulated as for the
duct work and shall be provided with identification labels.

Rectangular risers should be free supported by angles or channels secured to the sides of the duct
flanges with bolts or sheet metal screws or blind rivets. The supporting angle or channel should be
freely resting over the slab cut-out. Riser support intervals should be limited to one storey height.

To ensure the air tightness, all ducts shall be checked with Leak Test after completion of duct
fabrication but before installation of duct system.

Contractor 244 Engineer-in-Charge


SECTION – 21
INSULATION

1. General

The scope of work comprises the supply, installation, testing and commissioning of thermal insulation
for chilled water & hot water piping, pumps, tanks, duct work, acoustic lining in duct work, AHU
rooms etc. The insulation shall be complete in all respect and conforming to these specifications.

2. Materials

The insulation material to be used for various applications shall be as per BOQ.

3.0 PipingInsulation

For insulation of water piping, pumps and tanks:-

a. Resin bonded preformed fiber glass pipe section – Chilled water piping & equipment
b. Resin bonded preformed fiber glass pipe section shall be used for pipe insulation like inside
the AC plant room, exposed to outside or buried in ground.

3.1 MaterialSpecifications
Resin Bonded pre-formed fiberglass pipe sections having a uniform density of 80 Kg/m3 and
thermal conductivity shall not be more than 0.033 W/mK at 25º C mean temperature &
covered with a layer of 120 gm/sq.m polythene sheet (vapour barrier) and finally applying 0.63mm
aluminium sheet cladding on it.

The material for piping insulation shall be factory laminated one side with Aluminum foil on the
outside, and fused to the insulation material, as specified. The Aluminum foil shall extend by a
minimum 50 mm on one side of the pipe section along the length to seal all longitudinal joints.
Bonding of insulation material shall be with a cold setting compound. Adhesive Mechduct
(Mechmaark) used for setting the insulation shall be, vapour proof adhesive.

Air separator / ExpansionTank

Fiberglass insulation of 75mm thickness & density 80 kg/cu.m shall be used and finally finished with
0.63mm Aluminium cladding.

3.2 InsulationThickness
The thickness of insulation shall be as indicated below unless specified otherwise in the technical
specifications.

i) For pipe insulation (for chilled water as well as hot waterapplication

Pipe Dia Thickness

(NB) (MM)

Contractor 245 Engineer-in-Charge


20 -150 50

200 -450 75

Above 450 100

3.3 METHOD OF INSULATION APPLICATION:

a. Pipes shall be thoroughly cleaned with wire brush and rendered free from all foreign matter and
grease and primer coated as in item piping.
b. The pipe should be inspected and all joints should be sealed against leakages.
c. Two coats of cold applied bitumen adhesive. shall be applied on the cleaned pipe surface.
d. Fiberglass wool rigid sections shall be fixed tightly to the surface. All joints to be sealed properly. All
joints of Aluminum foil shall be sealed properly by means of 75 mm wide self adhesive aluminium tape
of approved make.
e. Dip 100-200 gram m² thick glass fiber fabric in to Mechbond and wrap over the insulation.
f. Press gently by hand to avoided wrinkles in dipped fabric, and make surface smooth.
g. Apply 1st coat of Mechbond by brush after curing the dipped fabric.
h. Apply finel coat of Mechbond by brush once 1st coat is cured
i. The total spread of Mechbond shall be not less than 1.2 m² per kg with three coats.
j. All valves, fittings, strainers etc. shall be insulated to the same thickness and in the same manner as
for the respective piping , taking care to allow operation of valves without damaging the insulation .
3.4 Application of Insulation onPumps

Fiberglass insulation of 75mm thickness & density 80 kg/cu.m shall be used and finally finished with
0.63mm Aluminium cladding and properly clamped to pump in two semicircular sections.

4.0 Duct Insulation:-


Insulation material shall be non toxic , chemically inert , non combustible, non ignitable, shall have
zero ozone depletion potential, zero calorific value no heat evolution and shall be inherently proof
against rotting , mould and fungal growth and attack by vermin.

The materials shall comply with following standards.

BS 476: Part 4 – Non Combustible (as per new NBC 2016)

BS 476: Part 5 – Not easily Ignitable (Class P)

BS 476: Part 6 – Fire propagation Index (I<12)

BS 476: Part 7 - Surface spread of flame (Class 1)

The material should comply to Class’O’ fire rating as per BS 476 part 6&7.

The product shall be able to work effectively at ambient temperature range of - 100ºC
to 150 ºC

Contractor 246 Engineer-in-Charge


4.1 MATERIAL

Insulation material of Duct shall be factory laminated FSK faced resin bonded fiberglass wool. The
Thermal conductivity of the insulation material shall not exceed 0.034 W/m K at 25 deg C mean
temperature. The thickness of insulation shall be so selected as to prevent any condensation and
should be able to meet R-Value requirements.

The minimum thermal resistance (R-Values) for insulation of ducts (as per Ashrae 90.1-2004 and ECBC
2007) shall be as described below:

Supply Air Ducts R= 1.4 m2 deg. /W (Thickness requirement for glasswool 50MM)

Return Air Ducts R= 0.6 m2 deg. /W (Thickness requirement for glasswool 25MM)

The nominal density of Resin Bonded Fiberglass insulation shall be 32 kg/m3

The minimum thickness of material used for duct thermal insulation shall be 25mm.

4.2 THE INSTALLATION GUIDELINE FOR GLASSWOOL DUCT-WRAP:


a. The duct surface should be cleaned with suitable solvents and rendered free from all physical and
chemical impurities.
b. The duct should be inspected and all joints should be sealed against leakages.
c. For ducts having width greater than 0.6m, heavy duty self-adhesive pins are to be applied to the duct
at appropriate intervals (max 300mm) as per manufacturer‘s Installation Manual.
d. The duct should be covered with two coats of cold applied bitumen adhesive.
e. The insulation of specific R-value and thickness should then be cut to appropriate length and stuck to
the duct while the adhesive is still wet. For proper laying technique, refer to manufacturer’s
Installation Manual.
f. All longitudinal joints and circular overlaps should be sealed with aluminium foil tape (50mm width) to
make the installation leak proof. For large ducts, where adhesive pins have been used, speed
washers/clips should be covered completely with Aluminium foil-tape to have an air-tight finish.

g. The insulation should then be secured over the duct using mechanically fastened nylon/steel straps
(12mm/50mm) at appropriate intervals (max 1.2m).
h. After the installation the vapour retarding foil should be inspected and all tears should be sealed with
Aluminium foil-tape to prevent air leakage.

4.3 DUCT ACOUSTIC LINING

Insulation material for Duct Acoustic Lining shall be resin bounded fiberglass wool with one side
factory laminated either Black Glass Oven Cloth or Black Glass Tissue. The Thermal conductivity of the
fiberglass for air-conditioning application shall not exceed 0.034 W/m K at 25 deg C mean temperature
and average Noise Reduction Coefficient (NRC=1, frequency range from100 Hz to 8000Hz ) .The
density of insulation material shall be either 48 Kg./m3 and thickness of insulation material shall not
less 25mm.

4.4 THE INSTALLATION GUIDELINE FOR GLASSWOOL IN DUCT ACOUSTIC LINING :

Contractor 247 Engineer-in-Charge


a. The inside duct surface should be cleaned with suitable solvents and rendered free from all physical
and chemical impurities.
b. Fix 22 gauge G.I. channels & angle frame work 25mm wide x depth equal to thickness of insulation at
600mm centre, screwed to the sheet metal by means of brass metal screws.
c. Cut the panels of fiberglass wool insulation material & fix in framed work using two coats of cold
applied bitumen.
d. The inner most surface of insulation material shall be covered with factory laminated either Black
Glass Oven Cloth or Black Glass Tissue.
e. Finally cover the insulation with 0.5 mm thick perforated aluminum sheet having 20% perforation with
joints overlapped and screwed to the frame by means of brass metal screws, to produce an even
surface.
5.0 AHU Room Acoustic Insulation

5.1 Acoustic Insulation Product

a. Glass Wool insulation boards


b. Density: 70 to 80 Kg/m3
c. Thickness: 25 mm
d. Lamination: One Side FSK & Other side Black Glass Cloth
e. Size: 3M x 1.2 M or 1.2M x 0.6M
5.2 Specification:

a. Acoustic Board should be applied on AHU walls and ceiling to provide superior acoustic absorption.
b. The insulation should conform to non-combustibility, Class-P (not easily ignitable), Class 1(surface
spread of flame - NIL), and Class ‘O’ rating as per BS 476 standards.

5.3 Installation guidelines:

a. The surface of the wall and roof should be cleaned properly and Acoustic board has to fit directly on
the wall of the room and roof with the help of screw (2 inch) and GI washers (3 inch x 3 inch).
b. The Acoustic board should be placed in such a way that black glass cloth is visible from inside the AHU
room. Complete as required and as per specifications.

Contractor 248 Engineer-in-Charge


SECTION – 22
MOTORS AND SWITCHGEARS

1. GENERAL
The motors and switchgears required for various items shall generally be as per specifications given
below. All electric motors shall be suitable for 3 phase, 50 cycles 415 ± 10% volts A.C. supply. The
starters shall ensure the starting current of motor including compressor motor to 1.5 times full load
currents.

2. SQUIRREL CAGE MOTORS


2.1 The squirrel cage motors shall be either screen protected or totally enclosed fan cooled, depending on
the application and as stated in "schedule of equipment". All motors shall conform to IS 325/1978.
2.2 The body shall be of rugged cast iron construction. The rotor shall be of die cast aluminum. The rotor
and cooling fan (if any) shall both be jointly balanced statically and dynamically at the factory of the
manufacturer.
2.3 The stator winding shall be with class `B' insulation for motors.
2.4 The starting torque shall be sufficient to match the requirement of driven machine.
2.5 The shaft and bearings shall be of generous size and be easy to lubricate.
NOTE : All motors exposed to atmosphere shall be I.P 55.

3. STARTERS
3.1 The starters to be provided for the different type and rating of the motors shall be as follows :-
3.1.1 Squirrel cage motors - Upto 10 H.P - Direct on line
3.1.2 Squirrel cage motors - Above 10 H.P - Automatic star delta Starter.
3.1.3 All starters shall have auxiliary contacts for interlocking different machines, connecting indicating
lights, controls, alarms, etc.
3.1.4 Starters for all the motors shall be provided with ammeters of suitable range of 96mm X 96mm size.
3.2.5 All starters shall be provided with separate single phasing preventers and adjustable over load relays.
3.2 STATOR ROTOR STARTER
i) These starters shall have an air operated stator switch and oil immersed rotor resistance switch.
i) The stator switch shall be complete with trip free mechanism. The rotor starter handle shall not reset
on tripping unless returned to off position. The resistance winding of the motor switch shall be of non
corrosive material with low thermal co-efficiency and matching the resistance of the motor winding.

3.3 AUTOMATIC STAR DELTA STARTERS


3.3.1 These starters shall have heavy duty air break contractors of suitable ratings alongwith an adjustable
timer to automatically switch the motor connections from star to delta connections.

Contractor 249 Engineer-in-Charge


3.3.2 Each starter shall be complete with adjustable overload relays on all three phases, and under voltage
release. The starters should be "hand resets" type.
3.3.3 The "no volt coil" shall be 220 volts rating, wherever any controls of safety device are connected in the
starter circuit, otherwise standard 415 volts coils may be used. There shall be on-off push button for
each starter unless remote operation of the starter is required.
3.4 DIRECT-ON-LINE STARTERS
3.4.1 These starters shall have a heavy duty air break contactors of suitable ratings.
3.4.2 Each starter shall be complete with adjustable overload relays on all three phases, single phase
preventing device and under voltage release. The starters should be "hand reset" type.
3.4.3 The "no volt coil" of the starters shall be 220 volts whenever any controls or safety devices are
connected in the starter circuits. Otherwise standard 415 volts coils may be used. There shall be on-off
push buttons for each starter along with provision for remote operation of the starter.

4. SWITCH PANEL BOARD


4.1 The panel board shall be of paneled cubical type, having in it all switches, starters and accessories and
completely factory prewired. It shall be suitable for voltage systems upto 500 volts, 3 phase, 50 HZ, 4
wire supply capable of functioning satisfactorily in temperatures upto 45 deg C and rupturing capacity,
not below 50 KA.
4.2 The boards shall be fabricated from not less than 2.0mm thick, cold rolled M.S. sheets. The front
opening door panels shall be from 1.6mm thick, cold rolled MS sheets. Suitable stiffeners shall be used
in fabricating the housing. A clear space of 300mm shall be left at the bottom. All steel members shall
first be degreased, then de-scaled using dilute sulfuric acid and a suitable phosphating process. Then
the boards shall be given 2 coats of red oxide primer and finished with stove enamel finish. The switch
board shall be free standing types.

4.3 The main incoming ACB and bus coupler circuit breakers shall be draw out type, of rating as shown on
the drawings. The air circuit breaker shall be complete with all accessories and tripping devices.
4.4 All outgoing feeders shall be protected with the moulded case circuit breakers having a rupturing
capacity of not less than 50 KA.
4.5 No switching starter or accessories shall be provided in the bottom 450mm of the panel.
4.6 The bus bars shall be of aluminum strips of minimum specified ratings with PVC sleeves of appropriate
colour. There shall be adequate clearance between phase to phase and phase to neutral strips. The
neutral bar shall have at least 60% of the phase ratings.
4.7 Items such as ammeters, switches etc. shall be located close to the corresponding switch gear, and
otherwise all items shall be arranged in a neat symmetrical pattern.
4.8 Every starter/ammeter etc., shall be controlled by a MCCB of adequate rating as listed above.
4.9 A voltmeter shall be provided to indicate incoming voltage alongwith a rotary phase selection switch.
4.10 Each MCCB/MCB, ammeter etc., shall be provided with a name plate to indicate controlled items.
5. SUBSIDIARY PANELS

Contractor 250 Engineer-in-Charge


5.1 In the air handling unit rooms the starters shall be directly connected to the MCCB unless heaters are
to be provided. The phase to operate the controls shall be taken from the auxiliary contact of the
starters.
5.2 All starters, for air handling units, shall be remote controlled from the main air conditioning plant
room in addition to having local push buttons and Auto/Manual selector switch.
6. CONTROL CONSOLE
6.1 A floor mounting control and indicating console shall be provided, in the main control room, as shown
on the plans.

7. EQUIPMENT PUSH BOTTONS LAMPS


ON OFF GREEN RED
7.1 WATER COOLED CHILLING UNITS
7.1.1 Compressor X X X X
7.1.2 Antifreeze Switch - - - X
7.1.3 High pressure switch - - - X

7.2 Primary Chilled water pumps X X X X


7.3 Secondary Chilled water pumps X X X X
7.4 Air handling units X X X X
7.5 Cooling Towers X X X X
7.6 Condenser Water Pumps X X X X

X -> Required -> not required

7.8 The console shall contain on/off push buttons and indication lamps for all the items as listed in
schedule of equipment".
7.9 Indicating light for strip heaters, if any shall be provided on the switch board, in the respective unit
room.
7.10 The actual number of switches and lights shall correspond to the number of units being installed. All
controls and alarms shall be suitable for 230 volts on the panel.
7.11 The alarms shall be with reset buttons.
7.12 All controls circuits shall be functionally tested.
7.13 The red indicating lamps should switch on only in case of fault in the controlled items and not during
normal automatic shut off. Thus e.g. in case of starters the red light should come on in case of tripping
of starter on overload or single phasing.
7.14 A common alarm shall be connected to all red indicating lamps through individual relays.

Contractor 251 Engineer-in-Charge


7.15 Lamp testing arrangements shall be provided in console.
7.16 Digital temperature indicators along with necessary sensors shall be provided on the main control
console to indicate the chilled water IN & OUT temperatures (for each water chilling machine) and
Condenser water IN & OUT temperatures.
7.17 A suitable alarm through Hooter and indicator shall be provided for Low chilled water temperature. A
suitable alarm through Hooter and indicator shall also be provided for high Condenser water
temperature.

Contractor 252 Engineer-in-Charge


SECTION – 23
ELECTRICAL INSTALLATIONS

1. GENERAL
1.1 Work shall be carried out in accordance with the specifications, local rules, Indian Electricity act 1910
as amended upto date, and rules issued there under, regulations of the Fire Insurance Company and
Indian Standard Code of practice No. 732-1963 (revised). For items of work not covered by any of the
above regulations, wiring rules in the 13th edition of the Institution of Electrical Engineers (London)
shall apply. Definition of terms shall be as per the rules of the Institution of Electrical Engineers,
1.2 The following exclusion from this contract may be provided by department. Through other agencies,
as per special conditions of contract:
1.2.1 3-1/2 core PVC insulated PVC sheathed Aluminum conductor Armoured cable along with two
independent earth connection upto the incoming breakers in the Air conditioning plant room main
panel only.
2. SCOPE
2.1 The scope of work covered under this section shall be inclusive but not limited to followings, and
everything necessary to complete the work shall be provided by the contractor within the rates
quoted by him for the electrical package on turnkey basis.
2.1.1 All electrical panels including the main panel, local electrical panel boards (EPB) and distribution
boards whether indicated in the drawings or not/ as required for proper functioning of the system.
2.1.2 All aluminum conductor armoured power distribution cables starting from main electrical panel in the
plant room upto the final outlet.
2.1.3 All copper conductor armoured control cables from the final outlets upto the main control console.
2.1.4 A centralized control console to indicate the condition of various drives/equipments and also to
control various feeders/drives/equipments.
3. WIRING SYSTEM
3.1 All power wiring shall be carried out with 650/1100 volts grade PVC insulated, armoured, overall, PVC
sheathed aluminum conductor cables. Cables shall be sized for starting current and by applying proper
de-rating factor. All control wiring shall be carried out by using 650/1100 volts FR insulated copper
conductor wires in wire trays or in conduit. Minimum size of control wiring shall be 1.5 sq.mm. FR
insulated copper conductor wires. Minimum size of conductor for power wiring shall be 4 sq.mm.
650/1100 volts grade PVC insulated aluminum conductor wires in conduit.

Contractor 253 Engineer-in-Charge


4. MAIN PANEL
4.1 The Non-draw out type L.T. Panel shall be with Aluminium bus bars, indoor type, free standing, floor
mounting type, extendable on either side.
4.2 SITE CONDITIONS
Max. peak room temperature in shade: 40°C.
4.3 STANDARDS
The design, manufacture & testing of the various items are covered by the following standards:
IS 8623 – 1977 : Factory built assemblies.
IS 4237 – 1967 : General requirement for Switchgear and Control gear for
voltages not exceeding 1000V.
IS 2147 – 1962 : Degree of protection provided by enclosure for low voltage
switchgear and Control gear.
IS 3619 - 1966) : Phosphate treatment. IS 6005 - 1970)
IS 5 – 1978 : Colour for ready mixed paints & enamels.
IS 5082 – 1969 : Wrought aluminum for electrical purpose.
BS – 162 : Clearance & creepage for bus systems.
IS 375 – 1963 : Marking arrangement for bus bar/cable.
IS 4237 – 1967 : Clearances & creepages for Part I & I devices.
IS 6875 : Push buttons & related control switches including
Part II - 1973. :control contactors.
IS 9224 Part I & : HRC Fuses.
II - 1979.
IS 2516 Part I & : Alternating current circuit breakers (ACB).
II Sec. I – 1977 : Voltage not exceeding 1000V AC or 1200V DC.
IS 3231 – 1965 : Protective relays.
IS 3156 – 1965 : Voltage transformers.
IS 2705 – 1981 : Current transformers.
IS 1248 – 1968 : Elect. indicating instruments.
4.4 SPECIFICATIONS
Rated System : 415V. 50Hz. TPN.
Rated insulation level : 660V rms.
HV withstand level : 2.5 KV rms for power circuit. (for 1 min).
: 1.5KV rms for control circuit

Contractor 254 Engineer-in-Charge


Horizontal busbar : As indicated in S.O.Q. rating. / Drawings.
Rated short time : Upto 50kA rms for 1 sec. 110kA rating
of H.Bus &peak (36MVA). V.Bus.
Protection of enclosure. : As per schedule of quantity or application.

4.5 CONSTRUCTION
The standard L.T. Panel shall contain a basic frame assembly reinforced with formed sheet steel
profiles and cross members. Sheet steel partitions shall be bolted to this frame to form the full
structure. Basic structure is made out of minimum 14 S.W.G (2 mm. thick) sheet steel. The load
bearing members are made out of 14 S.W.G. and non-load member items are out of 16 S.W.G. (1.6
mm.) sheet steel. All sheet steel shall be cold rolled.
The pretreatment process shall involve de-greasing, rinsing, de-scaling, rinsing, de-rusting, rinsing,
phosphating, rinsing & passivation. After this, it shall be spray finished with a primer, oven dried and
spray painted with finish paint, 2 coats wet on wet. Then it shall be baked in oven to achieve a
uniform, smooth and tough film. The standard shade offered shall be light gray shade 631 semigloss
as per IS: 5. The painting shall be with synthetic enamel stoving grade to a final overall dry film
thickness of 30/40 microns stoving grade to a final overall dry film.
The Panel design shall be of single front cubicle with horizontal busbars mounted at top, extendabale
on either side. The breaker, instruments and aux. equipments shall be accessible from front. The cable
terminations shall be accessible either from front top or from the rear side. The panel may also be of
double front arrangement.
Vertical busbars shall be provided at one side. The width and depth of the section shall depend upon
the current rating of the ACBs and busbars incorporated.
Each section shall be divided into various compartments, enclosing either Air Circuit Breakers or On
Load Change over Switch fuse Units or Switch Fuse/Fuse Switch Units or Auxiliary equipments. Max. of
2 tier ACB compartments shall be provided in one section.
A standard transportable shipping section shall contain max. three sections with length not exceeding
3 m and weight not exceeding 2.5 tonnes.
The incoming terminals of the breakers shall be connected to the busbar by suitable links. The
outgoing terminals shall be extended in the cable chamber for direct cable connections. These shall be
identified by coloured PVC tape/paint, wherever required link extension to form busduct entry from
top shall also be provided.
Adequate shrouding and caution notice plate shall be provided to prevent the accidental contact to
live terminals.
The ACBs shall be mounted on the channel frame and shall be partitioned at the top by insulated
barrier on the other side by sheet metal barrier with necessary cutout for power linking for control
wiring. The control equipment, fuses, timers, contactors, etc., shall be laid out in standard fashion on a
painted base plate and fixed with screws to the frame at appropriate location.
Each ACB module compartment shall be provided with front access door made out of 14SWG (2 mm.)
sheet steel. All closing and opening operation of ACB (mechanically or electrically) of draw out ACB

Contractor 255 Engineer-in-Charge


upto test position shall be performed from the front without opening the door. The breaker can be
left in TEST position with the door fully closed.
Basic instrument such as ammeter, voltmeter with selector switch and lamps shall be provided on the
ACB module door itself. Meters such as KW, Hz, PF may be provided in a separate module for a single
tier ACB or on the vertical bus door for a 2 tier ACB panel. Protective relays shall be located in the
bottom most compartment or on the vertical bus chambers. Meters/relays shall be identified with
feeder identification name plates when they are located away from feeder module.
Suitable inscription plates shall be provided to identify the feeders, function of the doors mounted
devices and caution plate shall be provided at appropriate locations.
Suitable M.S. removable, undrilled gland plates shall be provided. For single core cables non magnetic
gland plates shall be provided.
4.6 SAFETY INTERLOCKS
The following safety interlock shall be provided for each module:
i) ACB is ON door cannot be opened - (Defeat interlock to be provided.)
ii) Padlocking in OFF position (locks to be provided.)
iii) Castle interlocks for feeder co-ordination as per standard requirements.
4.7 AIR CIRUIT BREAKERS
The Air Circuit Breakers shall be draw out type.
The air circuit breakers shall comply with IS - 2516 - 1977.
The air circuit breakers shall have 100% certified rating when mounted in the panel. (All de-rating
factors shall be clearly indicated by the contractor in his offer).
The incoming and the outgoing breakers shall be provided either with static trip release integrally
mounted on the breakers/or other suitable relays. This release/relays should have the following
adjustments:
a) Over current pick-up.
b) Inverse tripping time at 6 times the current setting.
c) Short time delay pick-up at various current settings.
d) Short time delay - instantaneous.
e) Earth fault pick-up at various current settings.
f) Earth fault delay - instantaneous.
All Air Circuit Breakers shall be computer compatible.
The incoming breaker shall also have an under-voltage release, the voltage of which shall be calibrated
for pick-up and drop off in accordance with IS 2516 - 1977.
The air circuit breaker being used as incomer shall have the following accessories, indications, meters,
provided on its housing;
i) 1 No. power factor meter (+) 0.5-1-(-) 0.5 range.

Contractor 256 Engineer-in-Charge


ii) 1 No. 0-500 V range voltmeter with selector switch.
iii) 1 No. ammeter of suitable range and C.T.s as indicated on the drawing/s with selector switch.
iv) 1 No. Indicating Lamp for the following;
a) Red for ACB ON.
v) 3 No. Phase indicating Lamps.
4.8 MOULDED CASE CIRCUIT BREAKERS (MCCB)
The normal Moulded case circuit breakers shall have all live parts totally enclosed in a moulded
insulated housing. It shall have a quick make and quick break mechanism. The mechanism shall be trip
free so that the contacts cannot be held closed against a fault. The bi-metallic mechanism shall be
provided for inverse time current trip characteristic, to prevent interruption on normal inrush currents
or temporary overloads. The instantaneous release shall be provided to protect equipment against
very high current or short circuits. There shall be a common trip bar so that in case of fault on any of
the phases, all the three phases trip together.
The arcing shall be totally contained within the housing so that the possibility of any damage to any
adjacent equipment or personnel due to accidental mishandling is avoided. Individual arc chutes shall
be provided on each phase to draw the arc away from the contact tips, thus, quenching it rapidly.
The minimum breaking capacity of Moulded Case Circuit Breakers at 415 V AC and 0.8 PF shall be 35
KA. Each Moulded Case Circuit Breakers shall have the following accessories :
a) Auxiliary switch.
b) Remote trip facility.
It shall also have the following indications and metering;
a) CT operated ammeter of suitable rating as indicated on the drawing/s complete with CT and
selector switch.
b) 1 Nos. indicating lamps for the followings
i) Red for MCCB ON
4.9 CONSTRUCTION OF MCCB
4.9.1 The unit housing shall be of robust construction designed to withstand the hardest conditions met in
industry. It should have double breaks per phase to ensure complete isolation of the fuse links when
the unit is in the `off' (isolation) position. The ‘on’ and ‘off’ positions of the handle shall be clearly
indicated and the action of the switch should be positive. The contacts of all units should be silver-
plated.
Interlocks must be provided to ensure that the enclosure cannot be opened until the switch is in the
`off' position. It should, however, be possible for a competent examiner to operate the switch with
the enclosure open by releasing a suitable interlock.
The switch should have an external earthing terminal to enable the enclosure to be earthed. The
arrangement and disposition of the parts in the unit should provide for straight through connections
thereby avoiding looping in of cables. The unit should be fitted with top and bottom detachable end

Contractor 257 Engineer-in-Charge


cover and provision should be made for fixing cable boxes to the flanges of the unit in place of end
covers.
The unit should be capable of breaking the stalled current of the largest induction motor with which it
is likely to be associated. If necessary, the contractor should be prepared to produce type test
certificates set out in the appropriate Indian standards with which the unit complies.
4.10 BUSBAR SYSTEM
4.10.1 HORIZONTAL BUSBAR
The horizontal busbars shall be located at the top/ bottom/ center busbar compartment. The busbars
shall be of electrical grade, high conductivity, aluminium sections of required ratings.
4.10.2 VERTICAL BUSBAR
The vertical busbar shall also be made from high conductivity electrical grade Aluminum sections, the
rating and size shall depend upon the total rating of all feeders in the column considering the diversity
factors O.9. The busbars shall be provided with black heat shrinkable PVC sleeving/PVC taping with
R.Y.B phase identification at regular intervals.
4.10.3 NEUTRAL BUS
It shall run parallel to horizontal and vertical busbars. Standard neutral busbar size is half the size of
main busbar.
4.10.4 CONTROL BUSBAR
Control bus of 60A and 415V shall be provided at top in the front portion. These shall be supported
with insulator at required interval.
4.10.5 EARTH BUS
50 x 6.3 mm. Cu earth bus shall be provided in the bottom most compartment along the entire length
of the board for connection to project earth at either end.
4.10.6 BUS JOINTS
Joining between busbars shall be by using rigid or flexible bus links.
4.10.7 BUS BAR SUPPORTS
Both horizontal and vertical busbars shall be supported at uniform intervals on high impact, anti-
tracking, non-hygroscopic, arc resistant, flame retardant, self extinguishing GRP (Glass reinforced
plastics), insulators. These insulators shall be type tested for short circuit withstands capacity.
4.11 MODULES
4.11.1 INCOMER
Two number ACBs in single tier or in 2 tier shall be provided as incomer. Cable entry from bottom shall
be provided for each incomer breaker.
4.11.2 OUTGOING FEEDERS
The outgoing feeders shall be as indicated in Drawing. Irrespective of the panel depths, the panels
shall be coupled front flush. Each outgoing feeder shall have the provision for Cable/bus duct
connection from the bottom/top as per site requirement.

Contractor 258 Engineer-in-Charge


4.12 CONTROL WIRING
All control wiring shall be done as a standard, using 1.5 sq.mm. multi-strand FR insulated copper wires.
These shall be black in colour for AC and grey in colour for DC. The C.T. connections shall be done
using 2.5 sq.mm. multi-strand PVC insulated copper wires of red colour.
The outgoing control wires shall be terminated from the equipment terminals to control terminal
block in cable chamber. Whenever required PVC channels shall be used for wire routing. On either
ends of these wires self locking yellow ferrules with black letters shall be provided. Multistrand wire
termination shall be provided with crimping type lugs.
4.13 INTER-MODULE WIRING
The control wiring between modules located in the same vertical section shall be connected at the
respective terminal blocks/terminals. These shall be routed through the cable duct in PVC wire
channels. Inter connections between adjacent cubicle in the same shipping sections shall be done in a
similar way.
4.14 CURRENT TRANSFORMERS
Current transformer meant for metering & protection shall be mounted on the bus links either on the
incoming side or outgoing side as the case may be. They shall be wired and terminated suitably for
external connection.
4.15 FUSES
All fuses shall be of the HRC cartridge type, conforming to IS: 2208 mounted on plug-in type of fuse
bases having a prospective current rating of not less than 46 KA. Fuses shall be provided with visible
operation indicators to show that they have operated. Insulated fuse pulling handle shall be supplied
with each control panel.
4.16 INDICATING INSTRUMENTS & METERS
Electrical indicating instruments shall be flush mounted analogue type having min. 96 mm square dial.
Wherever possible, amp. meters measuring upto 10 amps. shall be directly connected, while those
measuring above 10 amps. shall be connected through suitable CTs.
4.17 CONTROL AND SELECTOR SWITCHES
Control and instrument switches shall be of the rotary type and shall be provided with properly
designated plate. Control switches shall have momentary contacts spring return to center with pistol
grip handle. Instrument and selector switches shall have stay put contacts. The number of contacts
and operation of each switch shall be as per the requirements of the connected circuit enclosed data
sheet/enclosed drawing.
4.18 PUSH BUTTONS
All push buttons shall be of push to actuate type have 2 `NO' and 2 `NC' self reset contacts. They shall
be provided with designation plates, engraved with their functions. Push button contacts shall be
rated for 10 amps at 415V A.C. and 0.6 Amp. inductive breaking at 220V D.C.
4.19 INDICATING LAMPS
Indicating lamps shall be of the filament type having double contact bayonet caps and low watt
consumption. Lamps shall preferably be provided with series resistors to prevent short circuiting of

Contractor 259 Engineer-in-Charge


control supply of filament fusing. Colour of lens shall be as per enclosed drawing/data sheet. Lamp
grip shall be supplied along with the panel so that replacement of the bulb can easily be done from the
front of the panel.
4.20 DRAWINGS
The contractor shall provide the following drawings for approval to the department before
commencement of supply/ fabrication.
i) General layout-Plan, section, elevations
ii) Foundation
iii) Wiring-Power & Control
5. ROTARY SWITCHES
Switches upto 60amps shall be rotary type with compact and robust construction, build up from one
or more stacks with contacts and a positioning mechanism with stop as required. The terminals shall
be shrouded with insulation to prevent accidental contact with live parts. Rotary switches shall be
backed up with moulded type HRC fuse fittings of appropriate rating.
6. SELECTOR SWITCH
When called for, selector switches of rated capacity shall be provided in control panel, to give the
choice of operating equipment in selective mode.
7. STARTERS
Each motor shall be provided with a starter of suitable rating. Starters shall be in accordance with IS:
1822-1967.
Direct on line starters shall be provided for motors upto 7.5 HP. Star Delta type starters shall be
provided for motors of 10.0 HP and above capacity.
Starters contactors shall have 3 main and 3 auxiliary contacts and shall be air break type suitable for
making and breaking contact at minimum power factor of 0.38. `For design consideration of
contactors, the starting current of connected motor shall be assumed to be 6 times the full load
current of the motor in case of direct-on-line starters, and 3 times the full load current of the motor in
case of star delta/Reduced Voltage Starters.
Main and auxiliary contacts shall be silver or silver alloy. The insulation for contactor coils shall be of
class "B". Operating coils of contactors shall be suitable for 220/415 + 10% volts AC, 50 cycles supply
system. The contactors shall drop out when voltage drops to 80% of the rated voltage. The housing of
the contactors shall be heat resistant and having high impact strength. Each starter shall have thermal
overload protection on all three phases and also single phasing preventing relay.
8. OVER LOAD RELAYS
Contactors shall be provided with a three element, positive acting ambient temperature compensated
time lagged hand reset type thermal over load relay with adjustable setting. Hand-reset button shall
be flush with the front door for resetting with starter compartment door closed; Relays shall be
directly connected for motors upto 150 HP capacity. C.T. operated relays shall be provided for motors
above 150 HP capacity. Heater circuit contactors shall also be provided with overload relays.

Contractor 260 Engineer-in-Charge


9. SINGLE PHASE PREVENTERS
Single phase preventers shall be provided on all the three phase motor starters and shall be in
conformity with relevant ISI standards. Single phase preventers shall act when the supply voltage
drops down to 90% of the rated voltage or on failure of one or more phases.
10. TIME DELAY RELAYS
Time delay relays shall be adjustable type with time delay adjustment from 0-180 seconds and shall
have one set of auxiliary contacts for indicating lamp connection.
11. TOGGLE SWITCH
Toggle switches, where called for, shall be in conformity with IS 3854-1969 and shall be of 5 amps
rating.
12. PUSH BUTTON STATIONS
Push button stations shall be provided for manual starting and stopping of motors/equipment as
called for, `RED' and `GREEN' colour push buttons shall be provided for `starting' and `stopping'
operations. `Start' or stop indicating flaps shall be provided for push buttons. Push buttons shall be
suitable for panel mounting and accessible from front without opening door, dock lever shall be
provided for `Stop' push button. One set of normally open and one set of normally closed contacts
shall be provided in push button stations. The push buttons contacts shall be suitable for 15 amps
current capacity.
13. CONDUITS
Conduit work shall be done for wiring as per Pwd/Mcg specifications part - I as amended upto date.
14. CABLES
14.1 M.V. cables shall be PVC insulated aluminum conductor and armoured cables conforming to IS:1554
(part-I) -1988. M.V. cables shall be armoured and suitable for laying in trenches, duct and on cable
trays as required. M.V. cables shall be termite resistant. Control cables, and indicating panel cables
shall be multi core PVC insulated copper conductor and armoured cables. Digging and back filling of
trenches, sand & bricks, saddles clamps etc. shall be included in the package and nothing extra shall be
paid to the contractor on this account.
14.2 WIRES
650/1100 volts grade FR insulated aluminum conductor wires in conduit shall be used.
14.3 Cable Laying
Cable shall be laid generally in accordance with Indian standard code of practice. Cables shall be laid
on 14 gauge perforated M.S. sheet cable trays as approved by the Supervisor. Easy access to all cables
shall be provided to allow cable withdrawal/replacement in the future. Where more than one cable is
running, proper spacing shall be provided to minimize the loss in current carrying capacity.
Cables shall be suitably supported with wooden cleats when run on wall/floor ducts. When buried,
they shall be covered with a layer of soft sifted sand and protected with cement concrete tiles. Special
care shall be taken to ensure that the cable are not damaged at bends. The radius of bend of the
cables when installed shall not be less than 12 times the diameter of cable.

Contractor 261 Engineer-in-Charge


14.4 Cable Sizes
Power Wiring shall be of the following sizes of cables or of sizes indicated on Electrical single line
diagram (which ever is higher);
a) Upto 5 HP motors/2KW heaters. 3x6 sq.mm Aluminum conductor cables.
b) For 9 KW Heaters – 4 x10 sq.mm Aluminum conductor
cables.
c) From 12.5 HP to 15 HP motors 2 Nos 3x6 sq.mm Aluminum conductor
armoured cables.
d) From 20 HP to 25 HP motors 2 Nos. 3x10 sq.mm Aluminum conductor
armoured cables
e) From 30 HP to 35 HP motors 2 Nos. 3x25 sq.mm Aluminum conductor
armoured cables
f) From 40 HP to 50 HP motors 2 Nos. 3x35 sq.mm Aluminum conductor
armoured cables.
g) From 60 HP to 75 HP motors 2 Nos. 3x50 sq.mm Aluminum conductor
armoured cables.
h) 100 HP motor 2 Nos. 3x70 sq.mm Aluminum
conductor armoured cables
i) 150 HP motor 2 Nos. 3x120 sq.mm Aluminum
conductor armoured cables
j) 200 HP motor 2 Nos. 3x150 sq.mm Aluminum
conductor armoured cables.
15. All the switches, contactors, push button stations, indicating lamps shall be distinctly marked with a
small description of the service installed. Circuit wiring diagram of control panel shall be fixed to the
cover of control panel for verification. The following capacity contactors and overload relays shall be
provided for different capacity motors:
Motor rating Type of Contactor current Overload relay
Starter rating range

a. 5 HP motors DOL 16 amps 6-12 amps


b. 7.5 HP motors DOL 16 amps 6-12 amps
c. 10 HP motors DOL 16 amps 6-12 amps
d. 12.5 HP motors Star Delta 32 amps 6-12 amps
e. 15 HP motors Star Delta 32 amps 10-16 amps

Contractor 262 Engineer-in-Charge


f. 20 HP motors Star Delta 63 amps 14-20 amps
g. 25 HP motors Star Delta 63 amps 18-24 amps
h. 30 HP motors Star Delta 63 amps 17-25 amps
i. 35 HP motors Star Delta 63 amps 22-32 amps
j. 40 HP motors Star Delta 63 amps 22-32 amps
k. 45 HP motors Star Delta 125 amps 25-40 amps
l. 50 HP motors Star Delta 125 amps 25-40 amps
m. 60 HP motors Star Delta 125 amps 38-63 amps
n. 65 HP motors - do - 125 amps 38-63 amps
o. 70 HP motors - do - 125 amps 38-63 amps
p. 75 HP motors - do - 125 amps 38-63 amps
q. 100 HP motors - do - 160 amps 50-90 amps
r. 125 HP motors - do - 200 amps 70-110 amps
s. 150 HP motors - do - 200 amps 70-110 amps
t. 200 HP motors -do- 300 amps C.T. operated relay

16. DRAWINGS
Shop drawings for control panels and wiring of equipment showing the route of conduit/cable shall be
submitted by the contractor for approval of purchasers before starting the fabrication of panel and
starting the work. On completion, four sets of completion/"As-installed" drawings incorporating all
details like, conduit routes, number of wires in conduit, location of panels, switches, junction/pull and
cable route etc. shall be furnished by the Contractor.
17. PAINTING
All sheet steel work shall undergo a process of degressing, thorough cleaning, and painting with a high
corrosion resistant primer. All panels shall then be backed in an oven. The finishing treatment shall be
by application of synthetic enamel paint of approved shade.
18. TESTING
Before commissioning of the equipment, the entire electrical installation shall be tested in accordance
with code of Practice IS:732-1963 (Revised) and test report furnished by a qualified and authorized
person.
All tests shall be carried out in the presence of Engineer-in- Charge .
19. MISCELLANEOUS
19.1 The final connections to the equipment shall be through flexible connections in case of conduit wiring
and also where the equipment is likely to be moved back and forth, such as on slide rails.
19.2 An isolator switch shall be provided at any motor which is separated from the main switch panel by a
wall or partition or other barrier or is more than 15 meters away from the main panel.

Contractor 263 Engineer-in-Charge


19.3 Two separate and distinct earthing conductors shall be connected from the equipment upto the main
switch board panel.
19.4 The branch lines from the main panel to each equipment shall be separated and should not cross
other lines.
19.5 The entire installation shall be tested as per electricity rules and IS:732-1963 with amendments 1,2 & 3
prior to the commissioning of the plant and a suitable test report furnished by a competent and
authorized person. The test report will be obtained by contractor himself at his own expenses.
19.6 All exposed switch board panels, conduits, hangers etc. shall be given 2 coats of suitable paint of
approved colour, when all work has been completed.

Contractor 264 Engineer-in-Charge


SECTION – 24
TESTS AT SITE & FACTORY

1. GENERAL
The contractor must perform all inspection and tests of the system as a whole and of components
individually as required, under the supervision of the purchasers/ Engineer-in-charge in accordance
with the provisions of the applicable ASHRAE / SMACNA / ARI standards or approved equal and as per
load requirements.
2. EVAPORATORS/ PUMPS ETC.
2.1 Identification of materials in accordance with test certificates.
2.2 Inspection of various laboratory test certificates for physical properties and technical composition
conducted on test samples of materials to be used for fabrication, forging etc. for all important
components of various equipment.
2.3 Hydraulic test for various components and assembled equipments at 1.5 times design pressure or
double the operating pressure whichever is higher.
2.4 Pneumatic leak test after assemblies at design pressure.
2.5 Inspection of assemblies and dis-assemblies of various parts of equipments and complete equipments
themselves as desired by Engineer-in-charge .
2.6 Mechanical running test on test bed at factory for various equipments in presence of Engineer-in-
charge for at least 8 hours for each equipment.
2.7 Testing of oil passages in compressor at 1.5 times pump discharge pressure.
2.8 Vibration test for various rotating/reciprocating equipments.
2.9 Noise level test for various rotating/reciprocating equipments.
2.10 Pressure drop test for condenser and evaporator.
3. AIR HANDLING UNITS
3.1 BLOWERS
3.1.1 Identification of materials in accordance with test certificates.
3.2 COILS
3.2.1 Identification of materials in accordance with test certificates.
3.2.2 Pneumatic test.
3.3 FILTERS
3.3.1 Manufacturer's test certificates are to be produced for the assembled A.H.U. final dimensional check
will be done. Inspection will be done during assembly of components for quality of workmanship,
painting etc.
3.4 PIPING : Materials check for specifications and size.

Contractor 265 Engineer-in-Charge


3.5 VALVES
Hyd./pneumatic test certificates.
3.6 MOTORS
Manufacturer's test certificate as per motor data sheet.
3.7 INSTRUMENTS AND CONTROLS
Visual examination.
4. FOR ASSOCIATES WORKS AT SITE
4.1 All electrical items will be subjected to inspection at any stage during manufacturing activity. Routine
electrical test as per relevant codes. Inspection of manufacturer's test certification.
4.2 Inspection of raw materials to be used for fabrication and assembly and inspection of manufacturer's
certificates.
4.3 Pressure testing of pipe fittings used for the refrigerant and water services.
4.4 Pressure testing, leak testing of complete piping network for chilled water. Condenser water and
refrigerant/services.
4.5 Checking of electrical circuits (power & controls) and checking functioning of controls of refrigerant
systems and other circuits of air conditioning plant.
4.6 Checking of assemblies for electrical control panel, instruments panels, local panels (dimensional and
functional) annunciator panels etc.
4.7 Inspection of complete electrical installation at site.
4.8 Performance testing of complete A.C. plant as per specifications.
5. The above inspection procedure is given for general guidance and information of vendors and
inspection of purchaser is strictly not limited to these and inspection engineer of purchaser will have
full right to have detailed inspection at any stage right from placement of order to completion of
project as desired by inspection engineer, co-ordination of inspection agency of purchaser with his
factory/sub-contractor's factory/ erection site will be the sole responsibility of successful contractor
after placement of order for complete air conditioning plant covered under these technical
specifications.
6. PIPING SYSTEM
6.1 In general pressure tests shall be applied to piping only before connection of equipment and
appliances. In no case shall piping, equipment or appliances be subjected to pressures exceeding their
test ratings.
6.2 Tests shall be completed and approved before any insulation is applied.
6.3 After tests have been completed, the system shall be drained and cleaned of all dust and foreign
matter. All strainers, valves and fittings shall be cleaned of all dirt, fittings, and debris.

Contractor 266 Engineer-in-Charge


6.4 WATER PIPING
All water piping shall be tested and proven tight under hydrostatic pressure of 1 1/2 times the design
pressure unless stated otherwise in the specifications. Prescribed pressure shall be maintained for four
hours.
7. DUCT WORK
7.1 All branches and outlets shall be tested for air quantity, and the total of the air quantities shall be
within plus five percent (5%) of fan capacity.
7.2 Fire dampers, volume dampers and splitter dampers shall be tested for proper operation.
8. BALANCING AND ADJUSTMENT
All air handling ventilation equipment, duct work and outlets shall be adjusted and balanced to deliver
the specified air quantities indicated, at each inlet and outlet, on the drawings. If these air quantities
cannot be delivered without exceeding the speed range available horse power, the department shall
be notified before proceeding with the balancing of air distribution system.
9. ELECTRICAL EQUIPMENT
9.1 All electrical equipment shall be cleaned and adjusted on site before application of power.
9.2 The following tests shall be carried out :
9.2.1 Wire and cable continuity tests.
9.3 Insulation resistance tests, phase to phase and phase to earth, on all circuits and equipment, using a
500 volt meggar. The meggar reading shall be not less than one meg. ohm.
9.4 Earth resistance between conduit system and earth must not exceed half (1/2) Ohm.
9.5 Phasing out and phase rotation tests.
9.6 Operating tests on all protective relays to prove their correct operation before engineering the main
equipment.
9.7 Operating tests on all starters, circuit breakers, etc.
10. PERFORMANCE TESTS
10.1 The installation as a whole shall be balanced and tested upon completion, and all relevant information,
including the following shall be submitted to the purchasers.
10.1.1 Air volume passing through each unit, duct, grilles, aperures.

10.1.2 Differential pressure readings across each filter, fan and coil, and through each pump.
10.1.3 Electrical current readings, in amperes of full and average load running, and starting, together with
name plate current of each electrical motor.
10.1.4 Continuous recording over a specified period, of ambient wet and dry bulb temperatures under
varying degrees of internal heat loads and use and occupation, in each zone of each part of the
building.

Contractor 267 Engineer-in-Charge


10.1.5 Daily records for a period of seven should be maintained of hourly readings, taken under varying
degrees of internal heat load and use and occupation, of wet and dry bulb temperatures, upstream
"on-coil" of each cooling coil. Also suction temperatures and pressures for each refrigerating unit. The
current and voltage drawn by each machine.
10.1.6 Any other readings shall be taken which may subsequently be specified by the client.
11. MISCELLANEOUS
11.1 The above tests are mentioned herein for general guidance and information only but not by way of
limitation to the provisions of conditions of contract and specification.
11.2 The date of commencement of all tests listed above shall be subject to the approval of the purchaser,
and in accordance with the requirements of this specification.
11.3 The contractor shall supply the skilled staff and all necessary instruments and carry out any test of any
kind on a piece of equipment, apparatus, part of system or on a complete system if the purchaser
requests such a test for determining specified or guaranteed data as given in the specification or on
the drawings.
11.4 Any damage resulting from the tests shall be repaired and/or damaged material replaced, to the entire
satisfaction of the department.
11.5 In the event of any repair or any adjustment having to be made, other than normal running
adjustment, the tests shall be void and shall be recommended after the adjustment or repairs have
been completed.
11.6 The contractor must inform the department when such tests are to be made, giving sufficient notice,
in order that the purchaser or his nominated representative may be present.
11.7 Complete records of all tests must be kept and 3 copies of these and location drawings must be
furnished to the department.
11.8 The contractor may be required to repeat the test as required, should the ambient conditions at the
time not given, in the opinion of the purchaser, sufficient and suitable indication of the effect and
performance of the installation as a whole or of any part, as required.
11.9 In case of equipments being supplied by the contractor from a place outside India for which
department may or may not be able to send its representative, the manufacturers test certificates (for
all acceptance test) for inspection of material and witnessing the various tests at the factory as carried
out by the manufacturer have to be submitted alongwith the supply of equipments. This must be
witnessed by a representative of the contractor.
NOTES :
A. TEST INSTRUMENTS
1. All instruments for testing shall be provided by the air conditioning contractor.
2. Thermometer used for measurement of temperature of water/refrigerant shall have graduations of
0.1oC and shall be got calibrated from N.P.L. or any recognized test house before hand.
3. Thermometers used in the psychrometers shall have graduations of 0.2° C and shall be calibrated as at
(2) above.
4. Pressure gauges shall also be got calibrated before hand from a recognized test houses.

Contractor 268 Engineer-in-Charge


5. Where ever the flow rate vs. pressure drop curves for the heat exchangers of the same mode, as
installed, certified by department on the basis of tests conducted at manufacturer's works are
produced, flow meters for measuring water flow rate through these may not be provided. Actual
water flow shall in such a case, be computed with reference to these curves and the actual pressure
drop measured at site.
6. Integrating type flow meters may be used for measuring water flow through the individual air handling
units.
7. Air flow rates shall measured in the supply duct using pilot tube.
B. CAPACITY COMPUTATIONS
8. AIR-HANDLING UNITS
The capacity shall be computed from the water temperature and water flow measurements. A
tolerance of ± 5% from the A/T value shall be acceptable in the capacity to computed. Air quantity
shall be measured in the supply duct and checked with the quantity specified in the A/T. A tolerance of
±10% in the air quantity shall be acceptable. The enthalpy difference of air entering and leaving the
coil shall be computed from air temperature. The capacity of TFA/HR Units shall be computed 75%
both sensible and latent.

Contractor 269 Engineer-in-Charge


DETAILS OF TESTS TO BE CARRIED OUT AT SITE

1. CONDITIONS UNIT TEST RESULTS

1.1 Ambient conditions


- Date/Day/Time
- Temp. DB/WB °C
- RH %

2. COMPRESSOR
2.1 Compressor Make/Model Name/No.
2.2 Speed RPM
2.3 Refrigerant suction pressure Kg/Sq.cm
2.4 Refrigerant discharge pressure KG/Sq.cm
2.5 Refrigerant discharge temp. °C
2.6 Oil pressure Kg/Sq.cm.
2.7 Capacity specified TR.
2.8 Capacity stipulated at various loading steps TR.

3. COMPRESSOR MOTOR
3.1 Motor make/Model Name/No.
3.2 Speed RPM
3.3 Voltage Volts
3.4 Motor rating KW
3.5 Current at 100% load Amps
3.6 Current down at various loading steps. Amps
4. CONDENSER
4.1 Condenser Make/Model Name/No.
4.2 Refrigerant condensing pressure Kg/Sq.cm.
4.3 Refrigerant condensing temp. °C
4.4 Air entring temperature °C
4.5 No. of condenser fan Nos
4.6 Motor Make/Model Name/No.

Contractor 270 Engineer-in-Charge


4.7 Motor rating KW
4.8 Current Amps.
4.9 Capacity specified TR.
4.10 Capacity stipulated at 100% TR.
load on the compressor
5. CHILLER
5.1 Chiller Make/Model Name/No.
5.2 Water flow rate LPM
5.3 Water temp. entering °C
5.4 Water temp. leaving °C
5.5 Water pressure entering mm HG
5.6 Water pressure leaving mm HG
5.7 Refrigerant Suction Temp. °C
5.8 Refrigerant Suction Pressure mm HG
5.9 Capacity specified Kcal/hr.
5.10 Capacity stipulated at 100% Kcal/hr.
load on the compressor
6. PUMPS
(Pressure to be tested of existing pumps after installation of gauges for performance)
6.1 Pumps Make/Model Name/No.
6.2 Impeller diameter mm
6.3 Speed RPM
6.4 Water pressure entering Kg/Sq.cm.
6.5 Water pressure leaving Kg/Sq.cm.
6.6 Motor rating KW
6.7 Motor current at full load Amps
6.8 Motor voltage at full load Volts
6.9 Water flow rate (specified) LPM
6.10 Water flow rate (computed) LPM
7. AIR HANDLING UNITS
(To be tested after changing of filters and capacity of AHU to evaluate whether they are sufficient to
give required tonnage).
7.1 AHU Make/Model Name/No.
7.2 Fan speed RPM

Contractor 271 Engineer-in-Charge


7.3 Fan Motor rating (specified) KW
7.4 Fan Motor current drawn Amps
7.5 Line voltage Volt
7.6 Fan capacity (specified Air qty.) CFM
7.7 Fan capacity (computed Air qty.) CFM
7.8 Coil face area Sq.m.
7.9 Air temp. entering
- Dry bulb °C
- Wet bulb °C
- Wet bulb °C
7.10 Water temp. entering °C
7.11 Water temp. leaving °C
7.12 Water pressure entering Kg/Sq.cm.
7.13 Water pressure leaving Kg/Sq.cm.
7.14 Water flow rate LPM
7.15 Motor rating KW
7.16 Motor current at full load Amps
7.17 Total cooling capacity (specified) TR.
7.1.8 Cooling capacity (Computed) TR.

8. FAN COIL UNITS


8.1 FCU Make/Model Name/No.
8.2 Fan speed RPM
8.3 Fan Motor rating (specified) KW
8.4 Fan Motor current drawn Amps
8.5 Line voltage Volt
8.6 Fan capacity (specified Air qty.) CFM
8.7 Fan capacity (computed Air qty.) CFM
8.8 Coil face area Sq.m.
8.9 Air temp. entering
- Dry bulb °C
- Wet bulb °C

Contractor 272 Engineer-in-Charge


- Wet bulb °C
8.10 Water temp. entering °C
8.11 Water temp. leaving °C
8.12 Water pressure entering Kg/Sq.cm.
8.13 Water pressure leaving Kg/Sq.cm.
8.14 Water flow rate LPM
8.15 Motor rating KW
8.16 Motor current at full load Amps
8.17 Total cooling capacity (specified) TR.
8.18 Total cooling capacity (Computed) TR.

9. VENTILATION FANS
9.1 FAN Make/Model/Type Name/No.
9.2 Fan speed RPM
9.3 Fan Motor rating (specified) KW
9.4 Fan Motor current drawn Amps
9.5 Line voltage Volt
9.6 Fan capacity (specified Air qty.) CFM
9.7 Fan capacity (computed Air qty.) CFM
10. ROOM CONDITIONS (For all areas)

10.1 Date
10.2 Day
10.3 Time
10.4 Room Temperature AM/PM
- Dry Bulb °C
- Wet Bulb °C
10.5 Ambient Temperature
- Dry Bulb °C
- Wet Bulb °C

Contractor 273 Engineer-in-Charge


SECTION – 25
MODE OF MEASUREMENTS

1. UNIT PRICES IN THE SCHEDULE OF QUANTITIES


1.1 The item description in the schedule of quantities is in the form of a condensed resume. The unit price
shall be held to include everything necessary to complete the work covered by this item in accordance
with the specifications and drawings. The sum total of all the individual item prices shall represent the
total price of the installation ready to be handed over.
1.2 The unit price of the various items shall include the following:
1.2.1 All equipment, machinery, apparatus and materials required as well as the cost of any tests which EIC
may request in addition to the tests generally required to prove quality and performance of
equipment.
1.2.2 All the labour required to supply and install the complete installation in accordance with the
specifications/drawings .
1.2.3 Use of any tools, equipment, machinery, lifting tackle, scaffolding, ladders etc. required by the
contractor to carry out his work.
1.2.4 All the necessary measures to prevent the transmission of vibration.
1.2.5 The necessary material to isolate equipment foundations from the building structure, wherever
necessary.
1.2.6 Storage and insurance of all equipment apparatus and materials.
1.3 The contractor's unit price shall include all equipment, apparatus, material and labour indicated in the
drawings and/or specifications in conjunction with the item in question, as well as all additional
equipment, apparatus, material and labour usual and necessary to make in question on its own (and
within the system as a whole) complete even though not specifically shown, described or otherwise
referred to.
1.3.1 The contractor's unit price shall also include all taxes, duties, octrois, works contract tax etc as
applicable.
2. MEASUREMENTS OF SHEET METAL DUCTS, GRILLES/ DIFFUSERS ETC.
2.1 SHEET METAL DUCTS
2.1.1 All duct measurements shall be taken as per actual outer duct surface area including bends, tees,
reducers, collars, vanes & other fittings. Gaskets, nuts, bolts, vibration reducing pads are included in
the basic duct items of the SOQ./ or as per IS code.
2.1.2 The unit of measurements shall be the finished sheet metal surfaces area in meters squares. No extra
shall be allowed for laps and wastage.
2.1.3 All the guide vanes, deflectors in duct elbows, branches, grille collars quadrant dampers etc. shall be
measured for actual sheet metal surface and paid for at the same rate as duct of same thickness.

Contractor 274 Engineer-in-Charge


2.1.4 The unit duct price shall include all the duct hangers and supports, exposing of concrete reinforcement
for supports and making good of the same as well as any materials and labour required to complete
the duct frame.
2.2 GRILLES/DIFFUSERS
All grilles/diffusers as per tender requirements shall be measured as follows.
2.2.1 All measurements of grilles/diffusers shall be the actual outlet size excluding the outer flanges.
2.2.2 The square or rectangular grills/diffusers shall be measured in sq.m.
2.2.3 All round diffusers shall be measured by their diameters in cm.
2.2.4 All linear diffusers shall be measured as per actual length in metres.
3. MEASUREMENTS OF PIPING, FITTINGS, VALVES, FABRICATED ITEMS
3.1 PIPE
3.1.1 All pipes shall be measured in linear meter (to the nearest cm) along the axis of the pipes and rates
shall be inclusive of all fittings e.g. tees, bends, reducers, elbows etc. Deduction shall be made for
valves in the line.
3.1.2 The rate quoted shall be inclusive of cutting holes, exposing reinforcement in wall and ceiling and
floors and making good the same and inclusive of all items as specified in specification and schedule of
quantities.
3.1.3 Rates quoted shall be inclusive of providing and fixing vibration pads and wooden pieces, wherever
specified or required by the Engineer in charge.
3.1.4 Flexible connections, wherever required or specified shall be measured as part of straight length of
same diameter, with no additional allowance being made for providing the same.
3.1.5 The length of the pipe for the purpose of payment will be taken through the centerline of the pipe and
all fittings (e.g. tees, bends, reducers, elbows, etc.) as through the fittings are also resumed to be pipe
lengths. Nothing extra whatsoever will be paid for over and above for the fittings. For valves and
flanges, section 3.2 below app lies.
3.2 VALVES AND FLANGES
3.2.1 All the extra CI & CM flanged valves shall be measured according to the nominal size in mm and shall
be measured by number. Such valves shall not be counted as part of pipe length hence deduction in
pipe length will be made wherever valves occur.
3.2.2 All gun metal (gate & globe) valves shall include two Nos. of flanges and two numbers 150mm long MS
nipples, with one side threaded matching one of the valves, and other welded to the M.S. slip-on-
flange. Rate shall also include the necessary number of bolts, nuts and washers, 3 mm thick insertion
gasket of required temp. grade and all items specified in the specifications.
3.2.3 The rates quoted shall be inclusive of making connections to the equipment, tanks, pumps etc. and the
connection made with an installed pipe line shall be included in the rates as per the B.O.Q.
3.3 STRUCTURAL SUPPORTS
Structural supports including supports fabricated from pipe lengths for pipes shall be measured as part
of pipe line and hence no separate payment will be made. Rates shall be inclusive of hoisting, cutting,

Contractor 275 Engineer-in-Charge


jointing, welding, cutting of holes and chases in walls, slabs or floors, painting supports and other
items as described in specifications, drawings and schedule of quantities or as required at site by
Engineer in Charge.
3.4 COPPER CONNECTIONS FOR FAN COIL UNITS (Wherever required)
3.4.1 Copper connection assembly for making connections to the fan coil units shall be measured, as part of
the fan coil unit price and shall include brass flare nuts, brass straight connector, brass tees, brass
reducing fittings, fixing of automatic 3 way valve, making connection and leak testing, complete
assembly as per specifications and drawings, nothing extra shall be payable on account of any
variation in the length of copper pipe.
4. INSULATION
4.1 The measurement for vessels, piping insulation shall be made over the bare
Un-insulated surface area of the metal.
4.2 PIPES, DUCTS & VESSELS
4.2.1 PIPES
The measurements for insulation of piping shall be made in linear metres through all valves, flanges,
and fittings. Pipes/bends shall be measured along the centerline radius between tangent points. If the
outer radius is R1 and the inner radius is R2. The center line radius shall be measure as (R1+R2)/2.
Measurement of all valves, flanges and fittings shall be measure with the running metre of pipe line as
if they are also pipe lengths. Nothing extra over the above shall be payable for insulation over valves,
flanges and fittings in pipe line/routings. Fittings that connect two or more different sizes of pipe shall
be measured as part of the larger size.
4.2.2 DUCTS
The measurements for insulation of ducts shall be made in actual square metres of bare uninsulated
duct surface through all dampers, flanges and fittings. In case of bends the area shall be worked out by
taking an average of inner and outer lengths of the bends. Measurements for the dampers, flanges,
fittings shall be for the surface dimension for the connecting duct, nothing extra over the above shall
be payable for insulation over dampers, flanges and fittings in duct routing.
4.2.3 VESSELS
The area of standard dished and flat ends of vessels shall be the square of the diameter of the
uninsulated body of the shell. Areas for other shapes shall be the actual calculated area. There shall
be no deduction or additions for nozzles, handles ribs, dampers, expansion joints etc. All projections
on vessels or tanks shall be measured separately as pipe/duct.
4.3 ACCESSORIES INSULATION
4.3.1 The unit of measurement for accessories such as expansion tank, pumps, chiller heads etc. shall be
uninsulated area in square meters.
4.3.2 In case of curved or irregular surfaces, measurements shall be taken along the curves.
4.3.3 The unit insulation price shall include all necessary adhesives, vapour proofing and finishing materials
as well as additional labour and material required for fixing the insulation.

Contractor 276 Engineer-in-Charge


4.4 ACOUSTIC DUCT LINING
4.4.1 In case of acoustic lining of air ducts, measurements of the bare inside duct surface in square meters,
shall be final for billing purposes.
4.4.2 The insulation/acoustic panels shall include cost of battens, supports, adhesives, vapour proofing,
finished tiles/boards sheets as well as additional labour and material required for completing the
work.

Contractor 277 Engineer-in-Charge


APPENDIX – I

SUBMITTALS TO THE MADE BY THE CONTRACTOR DURING THE EXECUTION OF WORK

1. Daily Progress report stating number of men employed under each trading, Equipment at site etc.

2. Weekly/fortnightly progressing report showing progress against programme.

3. Programme of work for the forthcoming week.

4. Labour and Equipment Deployed at site - Programmed


Requirement vs actual deployed - weekly

5. Updated approved monthly PER CHART along with monthly progress chart - Weekly.

6. Construction materials by Contractor : Status and mobilization programme - Fortnightly.

7. Progress Photographs - Fortnightly.

8. Value of work anticipated to be done in the forth-coming including value of any materials and
equipment of large value - monthly

Contractor 278 Engineer-in-Charge


PROJECT: MCG CULTURAL COMPLEX AT GURUGRAM, HARYANA

APPENDIX – II

LIST OF APPROVE MAKE FOR HVAC WORK

S. NO. ITEMS OFFERED MAKES

1. Chiller (AHRI certified) Trane / Daikin/ Carrier/ York/ Dunham bush/


LG
2. Pumps Grundfoss / Armstrong / Xylem/ Lubi

3. AFD/ Automatic AFD bypass/ Grundfoss / Armstrong / Xylem / Danfoss


Pump controller/ Differential pressure

Sensor//Transmitter

4. Chiller Plant Manager Same as chiller/pump makes

5. Hot Water Generator Rapid Cool/ Emerald/ KEPL

6. Cooling Tower (CTI certified) Bell / Paharpur / Mihir

7. AHU (including cooling coil) Zeco / Edgetech / Waves

8. Centrifugal Fan for AHU Nicotra/Airflow/Kruger/Humidin/Greenheck/ Wolter


9. EAC/ESP filter Pureair/ Honeywell/ RGF/ Eflow

10. UV lamp/ Pureair/ RGF/ Ruks/ Trimed/Ensaviour

11. Fan Section Zeco /Carrier Aircon / System air / Airflow/ Edgetech /
Wolter

12. Filters Mechmark / Thermadyne / Anfilco

13. Fan Coil Unit Zeco / Edgetech / Waves/

14. Chilled water Hi wall & Cassette Caryaire/Trane/Zeco/ Edgetech/ Waves/ Midea/

15. Heat Recovery Wheel DRI/ Ostberg/ Flaktwood

Contractor 279 Engineer-in-Charge


16. Heat Pipe SPC Heat Pipe (U.S.A)/ Heat Pipe
Technology (U.K)/ American Heat Pipe
(U.S.A)
17. Split Unit Daikin / Mitsubishi / Hitachi / Samsung /
Voltas/ LG/ Bluestar/Ogeneral
18. VFD Danfoss/ ABB/ Siemens/ Fuji
19. Air Washer Zeco / Ambassador /Humidin/Waves/
Airflow
20. Wet/Dry Scrubber Ambassador / Zeco /Humidin/ Airwaves
/Espair
21. Axial Flow fan Nicotra/Kruger/Systemair/Greenheck/
Wolter / Airflow/ Humidin/Cynor/Blowtech
22. Inline Fan Caryaire/Kruger/Flaktwood/ Cynor/
Humidin/Spherevent / Wolter/ Ostberg
23. Propeller Fan Alstom / Marathon / Crompton/ Khaitan/
Caryaire
24. Pipes
a) G.I. Tata/Jindal – Hissar / SAIL / APLApollo

b) M.S upto 150mm Tata/Jindal – Hissar / SAIL / APL Apollo


c) M.S. above 150mm SAIL / Tata / Jindal / APL Apollo

d) PVC/uPVC Pipe Finolex / Supreme / Prince / AKG/ Astral

e) Copper pipe Rajco/Mandev

25. Valves

a) Butterfly valve SKS/ Honeywell / Advance/ Emerald


Danfoss / Belimo
b) Ball Valves SKS/ Honeywell / Advance/ Emerald
Danfoss / Belimo
c) Balancing valve SKS/ Honeywell / Advance
Danfoss / Belimo
d) Non Return Valve SKS/ Honeywell / Advance
Danfoss / Belimo/ Emerald
e) Pot/Y- Strainer Emerald/ Rapidcool/ SKS / Emerald

Contractor 280 Engineer-in-Charge


f) Control valve (2/3way) valve with Danfoss / Honeywell / Johnsons Control /
proportionate thermostat/ sensor Flowcon /Siemens/ Belimo/Advance&
controller

g) Actuators & modulating motors Danfoss / Honeywell / Johnsons Control /


Siemens/ Belimo
h) Pressure Gauge /Thermometer H. Guru/ Emerald/ Anergy

i) Flow switch Anergy / Honeywell / Siemens/


Johnsons Control
j) Air Vent Valve SKS/ Honeywell / Danfoss / Siemens /
Belimo/ Sant

k) Flexible Connection Resistoflex / Easyflex

L) Expansion Tank Reflex/ Flamco

M) Air Separator Reflex/ Flamco

N) Pressurization Unit Reflex/ Flamco

O) Refrigerant Valve Brasmatic / SANT

P) Vibration Isolator Resistoflex / Easyflex

Q) Welding Rod Advani/ Ador/ Cosmos/ Super Bond

R) Vaccum Degasser Reflex/ Flamco

S) Online Non Chemical water Treatment Scale Guard/ Crystallo/ Supremo

Scale Preventer

Air Distribution

a) G.I. sheets/ MS Sheet Tata / Nippon / SAIL

b) Factory fabricated Ducts Zeco/ Ductofab/Dustech/ Ecoduct

c) Preinsulated Fibre glass Ducts UP Twiga/ Sant Gobain Isover/

Owen Conning

d) Flexible Ducts UP Twiga/ Atco/ Global

e) Grilles/Diffusers / VCD/ Louvers Caryaire / Mapro / Air Master / Dynamic/

Trox/ Conair/Cynor

f) Fire Dampers/Back draught dampers Caryaire / Mapro / Air Master / Dynamic/

Trox/ Conair / Cynor/ Ruskin

Contractor 281 Engineer-in-Charge


g) Actuators for Fire dampers Belimo/ Siemens / Honeywell

h) Air Curtain Magneto/ Dynamic Engg./ Becon

i) Thermostats Danfoss / Belimo / Siemens / Honeywell

j) Fasteners Hilti/ Fisher

k) Co & CO2 Sensor Danfoss / Honeywell / Johnsons Control /


Siemens/ Belimo/ Greystone/

l) Steel Wire Rope Hangers& Supports Gripple / Hilti / Big foot/Dobbygrip/


Easyflex

m) Demand Control Ventilation Conaire/ Cynor/ Dynamic

n) Sound Attenautor Caryaire/ Ruskin /Titus/ Trox/ Systemair

26. Insulation
a) Nitrile Rubber/EPDM Armacell/ALP / Supreme/ K flex

b) Cross Lnk Polyethylene foam Aerolam/Paramount/ Trocellen

c) Fibre glass insulation UP Twiga/ owen conning/ Kimmco

d) Expanded Polysterene Styrene Packaging /Beardsell / Llyod

e) PUF Pipe supports Malanpur / Lloyd

f) PUF slabs Malanpur / Lloyd

g) Protective coating over Armacell/Armachek/Fosters/Paramount/

Closed cell elestomeric – UP Twiga/ Pidilite

Fibreglass woven cloth

h) Fire Sealant Birla/ 3M / Hilti/ Pidilite

i) UV Protective Coating Amicol/ Armacell Armachek/ Polybond/


Pidilite

27. Electric Motors for


a) All pumps Marathon/Grundfoss/ ITT / Armstrong /
ABB / Siemens

b) AHU / Fan Marathon / ABB/ Kirloskar /


Siemens/ Havells/ Rotomotive/Bharat Bijli

28. Electrical Items


a) Switchgear Schneider Electric / ABB / Siemens /

Contractor 282 Engineer-in-Charge


Larsen & Turbro/Legrand/ Anchor-Panasonic

b) Control Cables Finolex / Bonton/ Polycab /RR Kabel/ KEI/


Rallison/ Paramount/ESC
c) Power Cables Finolex / Bonton/ Polycab /RR Kabel/ KEI/
Rallison/ Paramount/ESC
d) Push Buttons Siemens / Cutler Hammer/ Larsen & Turbro

e) Auxiliary Relays/Contactors Siemens / Larsen & Turbro / BCH / GE


f) Line Type Fuse G.E. / Larsen & Turbro / Siemens
g) Timer Siemens / Larsen & Turbro / Cutler Hammer / GE
h) Indicating Lamps Siemens / Larsen & Turbro / Vaishno
i) Selector Switches Siemens / Larsen & Turbro / Kaycee/Neptune
j) Cable Glands Commet/ Gripwel, Dowell
k) Starter GE/ Larsen & Turbro / Compton

l) Cable Trays RMCON/ Indeana/OBO / Aditya Steel / MEM

m) Electrical Panels Control Well Switchgear/ Digidrives/Neptune/


Precision system control/ Zeta/ Advance Panels/
L.S. Power/ Krypton/ Shivalic / S. B.
Electricals/Brilltech/SPC/Trisquare

Note: For any item not covered in the above list, the contractor shall get the samples approved from the
authorized representative of owner before the supply is made.

Contractor 283 Engineer-in-Charge


TECHNICAL SPECIFICATIONS OF PLUMBING WORK FOR MCG CULTURAL COMPLEX GURUGRAM

SPECIAL CONDITIONS

1. GENERAL

These special conditions are intended to amplify the General Conditions of Contract, and shall be read
in conjunction with the same. For any discrepancies between the General Conditions and these Special
Conditions, the more stringent shall apply.

2. SCOPE OF WORK

The general character and the scope of work to be carried out under this contract is illustrated in
Drawings, Specifications and Schedule of Quantities. The Contractor shall carry out and complete the
said work under this contract in every respect in conformity with the contract documents and with the
direction of and to the satisfaction of the Owner’s site representative. The contractor shall furnish all
labour, materials and equipment (except those to be supplied by the owner) as listed under Schedule
of Quantities and specified otherwise, transportation and incidental necessary for supply, installation,
testing and commissioning of the complete Plumbing / Sanitary System as described in the
Specifications and as shown on the drawings. This also includes any material, equipment, appliances
and incidental work not specifically mentioned herein or noted on the Drawings/Documents as being
furnished or installed, but which are necessary and customary to be performed under this contract.
The Plumbing / Sanitary System shall comprise of following:

a. Sanitary Fixtures and Fittings.

b. Internal Water Supply.

c. External Water Supply

d. Internal Drainage

e. External Drainage

f. Piping for Water Treatment Plant.

g. Plumbing pumps, equipment and electrical panel including connection to the various
equipment.

h. Other Miscellaneous Items.

i. Approval from Local Authorities

j. Wiring & earthing from MCC panels to various plumbing & fire fighting system, control wiring
& interlocking.

k. Cutting holes, chases & like through all types of walls /floors and finishing for all services
crossings, including sealing, frame works, fire proofing, providing sleeve, cover plates, making
good structure and finishes to an approved standard.

Contractor 284 Engineer-in-Charge


l. Balancing, testing & commissioning of the entire plumbing system.

p. Test reports, list of recommended spares, as-installed drawings, operation & maintenance
manual for the entire plumbing system.

q. Training of Owner’s staff.

3. ASSOCIATED CIVIL WORKS

Following civil works associated with Plumbing / Sanitary System installation are excluded from the
scope of this contract. These shall be executed by other agencies in accordance with approved shop
drawings of, and under direct supervision of the Plumbing / Sanitary System contractor.

i. RCC foundation for machines, pumps & large equipment with angle iron frame work at the
edges to protect these from damage.

ii. RCC work for water tanks

iii. PCC foundation blocks with angle iron frame work edging for all motor control centre.

iv. Water proofing of floors.

v. Masonry drain channels and sumps in plant room.

4. ASSOCIATED SERVICES WORKS

4.1 All associated ELECTRICAL WORKS listed below are excluded from the scope of this contract. These
shall be installed by other agencies in accordance with approved shop drawings of, and under direct
supervision of the Plumbing / Sanitary System contractor.

i. Providing power supply with earthing at the incoming of control panel in plant room.

5. PERFORMANCE GUARANTEE

The contractor shall carry out the work in accordance with the Drawings, Specifications, Schedule of
Quantities and other documents forming part of the Contract.

The contractor shall be fully responsible for the performance of the selected equipment (installed by
him) at the specified parameters and for the efficiency of the installation to deliver the required end
result.

The contractor shall guarantee that the Plumbing / Sanitary System as installed shall maintain the
design conditions as described under relevant clauses in the specifications. The guarantee shall be
submitted in the proforma given in Appendix - II.

Complete set of architectural drawings is available in the Architect/Consultant’s office and reference
may be made to same for any details or information. The contractor shall also guarantee that the
performance of various equipment individually, shall not be less than the quoted capacity; also actual
power consumption shall not exceed the quoted rating, during testing and commissioning, handing
over and guarantee period.

Contractor 285 Engineer-in-Charge


6. BYE-LAWS AND REGULATIONS

The installation shall be in conformity with the Bye-laws, Regulations and Standards of the local
authorities concerned, in so far as these become applicable to the installation. But if these
Specifications and Drawings call for a higher standard of materials and / or workmanship than those
required by any of the above regulations and standards, then these Specifications and Drawings shall
take precedence over the said regulations and standards. However, if the Drawings and specifications
require something which violates the Bye-laws and Regulations, then the Bye-laws and Regulations
shall govern the requirement of this installation.

7. FEES AND PERMITS

The contractor shall obtain all permits/ licenses and pay for any and all fees required for the
inspection, approval and commissioning of their installation.

8. DRAWINGS

The Plumbing / Sanitary System Drawings listed under Appendix-I, which may be issued with tenders,
are diagrammatic only and indicate arrangement of various systems and the extent of work covered in
the contract. These Drawings indicate the points of supply and of termination of services and broadly
suggest the routes to be followed. Under no circumstances shall dimensions be scaled from these
Drawings. The architectural/interiors drawings and details shall be examined for exact location of
equipment and water supply / drainage piping etc.

The contractor shall follow the tender drawings in preparation of his shop drawings, and for
subsequent installation work. He shall check the drawings of other trades to verify spaces in which his
work will be installed.

Maximum headroom shall be maintained at all points. Where headroom appears inadequate, the
contractor shall notify the Architect / Consultant / Owner’s site representative before proceeding with
the installation. In case installation is carried out without notifying, the work shall be rejected and
contractor shall rectify the same at his own cost.

The contractor shall examine all architectural, structural, plumbing, electrical and other services
drawings and check the as-built works before starting the work, report to the Owner’s site
representative any discrepancies and obtain clarification. Any changes found essential to coordinate
installation of his work with other services and trades, shall be made with prior approval of the
Architect/Consultant/Owner’s site representative without additional cost to the Owner. The data
given in the Drawings and Specifications is as exact as could be procured, but its accuracy is not
guaranteed.

9. SHOP DRAWINGS

9.1 All the shop drawings shall be prepared on computer through Autocad System based on Architectural
Drawings, site measurements and Interior Designer’s Drawings. Within one week of the award of the
contract, contractor shall furnish, for the approval of the Architect/Consultant, two sets of detailed
shop drawings of all equipment and materials including layouts for Plant room, Pump room, Typical

Contractor 286 Engineer-in-Charge


toilets drawings showing exact location of supports, flanges, bends, tee connections, reducers,
detailed piping drawings showing exact location and type of supports, valves, fittings etc; external
insulation details for pipe insulation etc; electrical panels inside/outside views, power and control
wiring schematics, cable trays, supports and terminations. These shop drawings shall contain all
information required to complete the Project as per specifications and as required by the
Architect/Consultant/Owner’s site representative. These Drawings shall contain details of
construction, size, arrangement, operating clearances, performance characteristics and capacity of all
items of equipment, also the details of all related items of work by other contractors. Each shop
drawing shall contain tabulation of all measurable items of equipment/ materials/works and
progressive cumulative totals from other related drawings to arrive at a variation-in-quantity
statement at the completion of all shop drawings. Minimum 6 sets of drawings shall be submitted
after final approval along with CD.

Each item of equipment/material proposed shall be a standard catalogue product of an established


manufacturer strictly from the manufacturers listed in Appendix-III.

When the Architect/Consultant makes any amendments in the above drawings, the contractor shall
supply two fresh sets of drawings with the amendments duly incorporated along with check prints, for
approval. The contractor shall submit further five sets of shop drawings to the Owner’s site
representative for the exclusive use by the Owner’s site representative and all other agencies. No
material or equipment may be delivered or installed at the job site until the contractor has in his
possession, the approved shop drawing for the particular material/equipment/installation.

9.2 Shop drawings shall be submitted for approval one week in advance of planned delivery and
installation of any material to allow Architect/Consultant ample time for scrutiny. No claims for
extension of time shall be entertained because of any delay in the work due to his failure to produce
shop drawings at the right time, in accordance with the approved programme.

9.3 Manufacturers drawings, catalogues, pamphlets and other documents submitted for approval shall be
in four sets. Each item in each set shall be properly labelled, indicating the specific services for which
material or equipment is to be used, giving reference to the governing section and clause number and
clearly identifying in ink the items and the operating characteristics. Data of general nature shall not
be accepted.

9.4 Samples of all materials like valves, pipes, insulation, control wires etc shall be submitted to the
Owner’s site representative prior to procurement. These will be submitted in two sets for approval
and retention by Owner’s site representative and shall be kept in their site office for reference and
verification till the completion of the Project. Wherever directed a mockup or sample installation shall
be carried out for approval before proceeding for further installation.

9.5 Approval of shop drawings shall not be considered as a guarantee of measurements or of building
dimensions. Where drawings are approved, said approval does not mean that the drawings supercede
the contract requirements, nor does it in any way relieve the contractor of the responsibility or
requirement to furnish material and perform work as required by the contract.

9.6 Where the contractor proposes to use an item of equipment, other than that specified or detailed on
the drawings, which requires any redesign of the structure, partitions, foundation, piping, wiring or
any other part of the mechanical, electrical or architectural layouts; all such re-design, and all new

Contractor 287 Engineer-in-Charge


drawings and detailing required therefore, shall be prepared by the contractor at his own expense and
gotten approved by the Architect/Consultant/ Owner’s site representative. Any delay on such account
shall be at the cost of and consequence of the Contractor.

9.7 Plumbing / Sanitary System Contractor shall prepare coordinated services shop drawings based on the
drawings prepared by Electrical, HVAC & Low Voltage Contractors to ensure adequate clearances are
available for installation of services for each trade.

Where the work of the contractor has to be installed in close proximity to, or will interfere with work
of other trades, he shall assist in working out space conditions to make a satisfactory adjustment. If so
directed by the Owner’s site representative, the contractor shall prepare composite working drawings
and sections at a suitable scale, not less than 1:50, clearly showing how his work is to be installed in
relation to the work of other trades. If the Contractor installs his work before coordinating with other
trades, or so as to cause any interference with work of other trades, he shall make all the necessary
changes without extra cost to the Owner.

9.8 Within one week of approval of all the relevant shop drawings, the contractor shall submit four copies
of a comprehensive variation in quantity statement, and itemized price list of recommended (by
manufacturers) imported and local spare parts and tools, covering all equipment and materials in this
contract. The Project Manager shall make recommendation to Owner for acceptance of anticipated
variation in contract amounts and also advise Owner to initiate action for procurement of spare parts
and tools at the completion of project.

10. ACCESSIBILITY

The Contractor shall verify the sufficiency of the size of the shaft openings, clearances in cavity walls
and suspended ceilings for proper installation of his piping and other ancillaries. His failure to
communicate insufficiency of any of the above, shall constitute his acceptance of sufficiency of the
same. The Contractor shall locate all equipment which must be serviced, operated or maintained in
fully accessible positions. The exact location and size of all access panels, required for each concealed,
valve or other devices requiring attendance, shall be finalized and communicated in sufficient time, to
be provided in the normal course of work. Failing this, the Contractor shall make all the necessary
repairs and changes at his own expense. Access panel shall be standardized for each piece of
equipment / device / accessory and shall be clearly nomenclatured / marked.

11. MATERIALS AND EQUIPMENT

All materials and equipment shall conform to the relevant Indian Standards and shall be of the
approved make and design. Makes shall be strictly in conformity with list of approved manufacturers
as per Appendix - III.

12. MANUFACTURERS INSTRUCTIONS

Where manufacturer has furnished specific instructions, relating to the material and equipment used
in this project, covering points not specifically mentioned in these documents, such instructions shall
be followed in all cases.

13. ELECTRICAL INSTALLATION

Contractor 288 Engineer-in-Charge


The electrical work related to Plumbing / Sanitary System services, shall be carried out in full
knowledge of, and with the complete coordination of the contractor. The electrical installation shall be
in total conformity with the control wiring drawings prepared by the contractor and approved by the
Architect/Consultant. All equipment shall be connected and tested in the presence of an authorized
representative of the contractor.

The Plumbing / Sanitary System shall be commissioned only after the contractor has certified in
writing that the electrical installation work for Plumbing / Sanitary System services has been
thoroughly checked, tested and found to be totally satisfactory and in full conformity with the contract
Drawings, Specifications and manufacturers instructions. It is to be clearly understood that the final
responsibility for the sufficiency, adequacy and conformity to the contract requirements, of the
electrical installation work for Plumbing / Sanitary System services, lies solely with the contractor.

14. COMPLETION CERTIFICATE

On completion of the Electrical installation for Plumbing / Sanitary, a certificate shall be furnished by
the contractor, counter signed by the licensed supervisor, under whose direct supervision the
installation was carried out. This certificate shall be in the prescribed form as required by the local
authority.

The contractor shall be responsible for getting the entire electrical installation for Plumbing / Sanitary
System duly approved by the local authorities concerned, and shall bear expenses if any, in connection
with the same.

15. BALANCING, TESTING AND COMMISSIONING

Balancing of all water systems and all tests as called for the Specifications shall be carried out by the
contractor through a specialist group, in accordance with the Specifications and ASPE / ASHRAE Guide
lines and Standards. Performance test shall consist of three days of 10 hour each operation of system
for each season.

The installation shall be tested again after removal of defects and shall be commissioned only after
approval by the Owner’s site representative. All tests shall be carried out in the presence of the
representatives of the Architect/Consultant and Owner’s site representative.

16. COMPLETION DRAWINGS

Contractor shall periodically submit completion drawings as and when work in all respects is
completed in a particular area. These drawings shall be submitted in the form of two sets of CD’s /
DVD’s and four portfolios (300 x 450 mm) each containing complete set of drawings on approved scale
indicating the work as - installed. These drawings shall clearly indicate complete plant room layouts,
piping layouts, location of wiring and sequencing ofautomatic controls, location of all concealed
piping, valves, controls, wiring and other services. Each portfolio shall also contain consolidated
control diagrams and technical literature on all controls. The contractor shall frame under glass, in the
plant room, one set of these consolidated control diagrams.

Contractor 289 Engineer-in-Charge


17. OPERATING INSTRUCTION & MAINTENANCE MANUAL

Upon completion and commissioning of part Plumbing / Sanitary System the contractor shall submit a
draft copy of comprehensive operating instructions, maintenance schedule and log sheets for all
systems and equipment included in this contract. This shall be supplementary to manufacturer’s
operating and maintenance manuals. Upon approval of the draft, the contractor shall submit four (4)
complete bound sets of typewritten operating instructions and maintenance manuals; one each for
retention by Consultant and Owner’s site representative and two for Owners Operating Personnel.
These manuals shall also include basis of design, detailed technical data for each piece of equipment
as installed, spare parts manual and recommended spares for 4 year period of maintenance of each
equipment.

18. ON SITE TRAINING

Upon completion of all work and all tests, the Contractor shall furnish necessary operators, labour and
helpers for operating the entire installation for a period of fifteen (15) working days of ten (10) hours
each, to enable the Owner’s staff to get aquatinted with the operation of the system. During this
period, the contractor shall train the Owner’s personnel in the operation, adjustment and
maintenance of all equipment installed.

19. TEMPORARY POWER AND WATER

One distribution point for temporary water at the tube well or the Municipal supply tap-off location
and one point for electricity shall be provided by the Owner at ground level. Alternatively the
contractor may be asked to make his own arrangements for water and power for which there shall be
no financial or other liability on the owner. However, cost of electricity consumed shall be charged
from individual contractor at actual. Electricity will not be given free of cost by the Owner. Water, if
supplied from the municipal connection shall be charged from individual contractors on actual basis.
Necessary metering for power and water shall be arranged by the contractor at his own cost.

Contractor at his own cost shall be responsible for all connections pumps, pipes, storage facilities and
all other things necessary to distribute and use services from these distribution points and as may be
required for his work. Owner does not warrant sufficiency nor continuity of supply at these
distribution points. If main supply fails, contractor shall be supplied electricity from the DG set of
other contractor a Rs. 9.00 per unit duly metered. The point of supply and the meter shall be at the
DG set. The cost of meter shall be borne by contractor.

Contractor 290 Engineer-in-Charge


A P P E N D I X - II

LIST OF BUREAU OF INDIAN STANDARDS CODES

All equipment, supply, erection, testing and commissioning shall comply with the requirements of Indian
Standards and code of practices given below as amended upto 30th April, 2003. All equipment and material
being supplied by the contractor shall meet the requirements of IS, electrical inspectorate and Indian
Electricity rules and other Codes / Publications as given below:

1. General

SP : 6 (1) Structural Steel Sections

IS : 27 Pig Lead

IS : 554 Dimensions for pipe threads where pressure tight joints are
required on the threads.

IS : 779 Specification for water meters (domestic type).

IS : 782 Specification for caulking load.

IS : 800 Code of practice for general construction in steel

IS : 1172 Code of Basic requirements for water supply drainage and


sanitation.

IS : 1726 Specification for cast iron manhole covers and frames.

IS : 1742 Code of practice for building drainage.

Contractor 291 Engineer-in-Charge


IS : 2064 Selection, installation and maintenance of sanitary appliance code
of practice.

IS : 2065 Code of practice for water supply in buildings.

IS : 2104 Specification for water meter for boxes (domestic type)

IS : 2379 Colour code for identification of pipe lines.

IS : 2527 Code of practice for fixing rainwater gutters and down pipes for
roof drainage.

IS : 2629 Recommended practice for hot dip galvanizing on iron and Steel.

IS : 3114 Code of practice for laying of cast iron pipe

IS : 4111 (Part 1) Code of practice for ancillary structures in sewerage system: Part 1
manholes.

IS : 4127 Code of practice for laying glazed stoneware pipes.

IS : 5329 Code of practice for sanitary pipe work above ground for buildings.

IS : 6159 Recommended practice for design and fabrication of material, prior


to galvanizing.

IS : 7558 Code of practice for domestic hot water installations.

Contractor 292 Engineer-in-Charge


IS : 8321 Glossary of terms applicable to plumbing work.

IS : 8419 (Part 1) Requirements for water filtration equipment: Part 1 Filtration


medium sand and gravel.

IS : 9668 Code of practice for provision and maintenance of water supplies


and fire fighting.

IS : 9912 Coal tar based coating materials and suitable primers for protecting
iron and steel pipe lines.

IS : 10221 Code of practice for coating and wrapping of underground mild


steel pipelines.

IS : 10446 Glossary of terms relating to water supply and sanitation.

IS : 11149 Rubber Gaskets

IS : 12183 (Part 1) Code of practice for plumbing in multistoried buildings: Part 1


water supply.

IS : 12251 Code of practice for drainage of building basements.

IS : 5572 Code of practice for sanitary pipe work.

BS : 6700 Specification for design, installation, testing and maintenance of


services supplying water for domestic use within buildings and their
cartilages.

BS : 8301 Code of practice for building drainage.

Contractor 293 Engineer-in-Charge


2. Pipes and Fittings

IS : 458 Specification for precast concrete pipes (with and without


reinforcement)

IS : 651 Stone ware pipes

IS : 1239 (Part 1) Mild steel, tubes, tubulars and other wrought steel fittings: Part 1
Mild Steel tubes.

IS : 1239 (Part 2) Mild Steel tubes, tubulars and other wrought steel fittings: Part 2
Mild Steel tubulars and other wrought steel pipe fittings.

IS : 1536 Centrifugally cast (spun) iron pressure pipes for water, gas and
sewage.

IS : 1537 Vertically cast iron pressure pipes for water, gas and sewage.

IS : 1538 Cast Iron fittings for pressure pipes for water, gas and sewage.

IS : 1729 Sand Cast iron spigot and socket soil, waste and ventilating pipes,
fittings and accessories.

IS : 1879 Malleable cast iron pipe fittings.

IS : 3989 Centrifugally cast (sun) iron spigot and socket soil, waste and
ventilating pipes, fittings and accessories.

IS : 4346 Specifications for washers for use with fittings for water services.

Contractor 294 Engineer-in-Charge


IS : 4711 Methods for sampling steel pipes, tubes and fittings.

IS : 6392 Steel pipe flanges

IS : 6418 Cast iron and malleable cast iron flanges for general engineering
purposes.

IS : 7181 Specification for horizontally cast iron double flanged pipe for
water, gas and sewage.

3. Valves

IS : 778 Specification for copper alloy gage, globe and check valves for
water works purposes.

IS : 780 Specification for sluice valves for water works purposes (50 mm to
300 mm size).

IS : 1703 Specification copper alloy float valves (horizontal plunger type) for
water supply fittings.

IS : 5312 (Part 1) Specification for swing check type reflux (non return) valves : part 2
Multi door pattern.

IS : 5312 (Part 2) Specification for swing check type reflux (non return) valves : part 2
Multi door pattern.

IS : 12992 (Part 1) Safety relief valves, spring loaded : Design

Contractor 295 Engineer-in-Charge


IS : 13095 Butterfly valves for general purposes.

Water
4.Quality Tolerance

IS : 3025 (Parts 1 to 44) Method of sampling and test (physical and chemical) for water and
waste water.

IS : 4764 Tolerance limits for sewage effluents discharged into inland surface
waters.

IS : 10500 Drinking Water

5. Pumps & Vessels

IS : 1520 Specification for horizontal centrifugal pumps for clear cold fresh
water.

IS : 2002 Steel plates for pressure vessels for intermediate and high
temperature service including boilers.

IS : 5600 Specification for sewage and drainage pumps

IS : 8034 Specification for submersible pump sets for clear, cold, fresh water.

IS : 8418 Specification for horizontal centrifugal self priming pumps.

Contractor 296 Engineer-in-Charge


TECHNICAL SPECIFICATIONS

(PLUMBING)

SECTION-01 :: BASIS OF DESIGN

1. BASIS OF DESIGN

The Plumbing, Sanitary, Drainage System for the project is designed keeping in view the following:

1.1 Requirement of adequate and equal pressure availability of hot and cold water lines in Public Toilets,
Kitchen and other identified areas.

1.2 Adequate storage of water in under ground raw + overhead treated domestic / Raw water tanks.

1.3 Provision of fire fighting appurtenance such as fire hydrants, hose reel, sprinklers and portable
extinguishers.

1.4 Levels of roads / pavements and other services in the area.

1.5 Landscape layout.

The execution of works and materials used shall be as per the latest relevant I.S. specifications.

Wherever reference has been made to Indian Standard or any other specifications, the same shall
mean to refer to the latest specification irrespective of any particular edition of such specification
being mentioned in the specifications below or Schedule of Quantities.

2. CONCEPT OF THE SYSTEM

The following services are envisaged for the complex:


2.1 Water Treatment System for meeting the domestic water quality requirement with chemical
parameters in acceptable limits as per SP: 35 (S & T) 1987 which is considered safe for human
consumption.
2.2 Domestic/Flushing water supply through Hydropneumaic system and by Gravity system OR
Hydropneumaic system.
2.3 Sewage and Sullage collection system based on IS: 1742 and applicable standards for domestic
drainage and connected to Sewage Treatment Plant.
2.4 Storm / Rain water drainage system from various levels of the building and disposal to Rain Water
Harvesting System / storm water drain.
3. WATER STORAGE & DISTRIBUTION SYSTEM
3.1 Water Requirement
The water requirement for the project is proposed to be based on the provisions of IS: 1172 and
prevalent practice.

Contractor 297 Engineer-in-Charge


3.2 Source of Water

It is expected that part of the daily domestic water requirement for the Complex shall be through
municipal mains supply. The rest will be obtained from tanker / bore-well supply.

3.3 Appurtenant

Following components shall be included in the water supply system for efficient functioning:

i. Automatic air vent


ii. Pressure Gauge.

4. SEWAGE, SULLAGE AND STORM WATER

The soil and waste shall be carried down through two pipe drainage system. Provision of grease trap
shall be made for waste water from Kitchen.

4.1. Design Limitations

The system is designed considering the following:

a. Termination of vent cowl at terrace level.


b. Provision of adequate slope for horizontal header pipes for achieving self-cleaning velocity in
the pipes.
c. Provision of cleanout plug.

5. WORKMANSHIP

The workmanship shall be best of its kind and shall conform to the specifications, as below or Indian
Standard Specifications in every respect or latest trade practices and shall be subject to approval of
the Owner’s Site Representative. All materials and/or Workmanship which in the opinion of the
Owner’s Site Representative / Architect / Consultant is defective or unsuitable shall be removed
immediately from the site and shall be substituted with proper materials and/or workmanship
forthwith.

6. MATERIALS

All materials shall be best of their kind and shall conform to the latest Indian Standards.

All materials shall be of approved quality as per samples and origins approved by the Owner’s Site
Representative / Architect / Consultants.

As and when required by the Owner’s Site Representative / Consultant, the contractor shall arrange to
test the materials and/or portions of works at his own cost to prove their soundness and efficiency. If
after tests any materials, work or portions or work are found defective or unsound by the Owner’s Site
Representative / Consultant, the contractor shall remove the defective material from the site, pull
down and re-execute the works at his own cost to the satisfaction of the Owner’s Site Representative /
Consultant. To prove that the materials used are as specified the contractor shall furnish the Owner’s
Site Representative with original vouchers on demand.

Contractor 298 Engineer-in-Charge


SECTION – 02 :: SANITARY FIXTURES & FITTINGS

1. SCOPE

The scope of this section consists of but is not necessarily limited to supply, installation, testing and
commissioning of following items:

a. Sanitary appliances and fixtures for toilets.

b. Chromium plated brass fittings

c. Stainless steel sinks

d. Accessories e.g. towel rods, toilet paper holders, soap dish, liquid soap dispensers, towel rails,
coat hooks etc.

e. Hand driers etc.

Whether specifically mentioned or not the Contractor shall provide for all appliances and fixtures all
fixing devices, nuts, bolts, screws, hangers as required.

All exposed pipes within toilets and near appliances/fixtures shall be of chromium plated brass or
copper unless otherwise specified.

2. GENERAL REQUIREMENT

Sanitary appliances and fixtures for toilets, chromium plated brass fittings, stainless steel sinks,
bathroom accessories like towel rods, toilet paper holders, soap dish, liquid soap dispensers, towel
rails coat hooks, hand driers, drinking water fountains etc as listed in the relevant items in the
Schedule of Quantities shall be supplied, installed, tested and commissioned by the contractor. The
rates shall be inclusive of accessories (in such case) required for installation.

All appliances, fixtures and fittings shall be provided with all such accessories as are required to
complete the item in working condition whether specifically mentioned or not in the Schedule of
Quantities, specifications, drawings. Accessories shall include proper fixing arrangements, brackets,
nuts, bolts, washers, screws and required connection pieces.

The sanitary fixtures and fittings shall be installed at the correct assigned position as shown on the
drawings and as directed by the Architect / Owner’s Site Representative and shall fully meet with the
aesthetic and symmetrical requirements as demanded by the Architect / Interior Designer

All fixtures and accessories shall be fixed in accordance with a set pattern matching the tiles or interior
finish as per Architect requirements. Wherever necessary, the fittings shall be centered to dimensions
and pattern as called for.

Fixing screws shall be half round head chromium plated (CP) brass screws, with CP brass washers
unless otherwise specified.

Fixtures shall be installed by skilled workman with appropriate tools according to the best trade
practice.

All appliances, fittings and fixtures shall be fixed in a neat workmanlike manner true to level and to
heights shown on the drawings and in accordance with the manufacturers recommendations. Care
shall be taken to fix all inlet and outlet pipes at correct positions. Faulty locations shall be made good
and any damage to the finished floor, tiling, plaster, paint, insulation or terrace shall be made good by
the Contractor at his own cost. Fixtures shall be mounted rigid, plumb and true to alignment.

Contractor 299 Engineer-in-Charge


All materials shall be rustproof; materials in direct or indirect contact shall be compatible to prevent
electrolytic or chemical (bimetallic) corrosion.

Wall flanges shall be provided on all walls, floors, columns etc. wherever supply and disposal pipes
pierce through them. These wall caps shall be or chromium plated brass fittings and the receiving
pipes and shall be large enough to cover the punctures properly.

Sanitary appliances, subject to the type of appliance and specific requirements, shall be fixed in
accordance with the relevant standards and the following:

i. Contractor shall, during the entire period of installation and afterwards protect the appliances
by providing suitable cover or any other protection so as to absolutely prevent any damage to
the appliances until handing over (The original protective wrapping shall be left in position for
as long as possible)

ii. The appliances shall be placed in correct position or marked out in order that pipe work can be
fixed or partially fixed first.

iii. The appliance shall be fixed in a manner such that it will facilitate subsequent removal if
necessary.

iv. The appliance shall be securely fixed. Manufacturer's brackets and fixing methods shall be
used wherever possible. Compatible rust-proofed fixings shall be used. Fixing shall be done in
a manner that minimizes noise transmission.

v. Appliances shall not be bedded (e.g. WC pans, pedestal units) in thick strong mortar that could
crack the unit (e.g. ceramic unit)

vi. Pipe connections shall be made with demountable unions. Pipe work shall not be fixed in a
manner that it supports or partially supports and appliance.

viii. Appliances shall be fixed true to level firmly fixed to anchor or supports provided by the
manufacturer and additional anchors or supports where necessary.

Sizes of sanitary fixtures given in the Specifications or in the Schedule of Quantities are for
identification with reference to the catalogues of make considered. Dimensions of similar models of
other makes may very within + 10% and the same shall be provided and no claim for extra payment
shall be entertained no shall any payment be deducted on this account.

The contractor shall fix all plumbing fittings such as water faucets, shower fittings, mixing valves etc. in
accordance with manufacturer’s instructions and connect to piping system. The contractor shall
supply all fixing materials such as screws, rawl plugs, unions, collars, compression fittings etc., as
required.

Joints / gaps between all sanitary appliances / fixtures and the floor / walls shall be caulked with an
approved mildew resistant sealant, having antifungal properties, of colour and shade to match that of
the appliances / fixture and the floor / wall to the extent possible.

2.1 Water Closet

Water Closet shall be wash down or siphonic wash down type floor or wall mounted set, as shown in
the drawings, designed for low volume flushing from 5-7 litres of water, flushed by means of plastic
cistern installed in shaft. Flush pipe / bend shall be connected to the WC by means of a suitable

Contractor 300 Engineer-in-Charge


rubber adaptor. Wall hung WC shall be supported by CI floor mounted chair which shall be fixed in a
manner as approved by the Owners Site Representative.

Each WC set shall be provided with approved quality of seat, rubber buffers and chromium plated
hinges. Seat shall be so fixed that it remains absolutely stationary in vertical position without falling
down on the WC.

Each WC shall be provided with 110 mm dia (OD) PVC Pan connector connecting the ceramic outlet of
WC to CI pipe.

2.2 Wash Basin

Wash basins shall be cast in situ, however in public areas it shall be white glazed vitreous china of size,
shape and type specified in the Schedule of Quantities.

Each basin shall be provided with painted MS angle or CI brackets and clips and the basin securely
fixed to wall/counter slab. Placing of basins over the brackets without secure fixing shall not be
accepted. The MS angle shall be provided with two coats of red oxide primer and two coats of
synthetic enamel paint of make, brand and colour as approved by the Owner’s Site Representative.
The cost of fixing the basin shall be inclusive of supply and installation of brackets as described above.

Each basin shall be provided with 32mm dia. CP waste with overflow, pop-up waste or rubber plug and
CP brass chain as specified in the Schedule of Quantities.

Each basin shall be provided with hot and cold water mixing fitting or as specified in the Schedule of
Quantities.

2.3 Sinks

Sinks shall be stainless shall or any other material as specified in the Schedule of Quantities.

Each sink shall be provided with painted MS or CI brackets and clips and securely fixed. Counter top
sinks shall be fixed with suitable painted angle iron brackets or clips as recommended by the
manufacturer. Each sink shall be provided with 40mm dia CP waste and rubber plug with CP brass
chain as given in the Schedule of Quantities. The MS angle shall be provided with two coats of red
oxide primer and two coats of synthetic enamel paint of make, brand and colour as approved by the
Owner’s site representative.

Sanitary fittings for sinks shall be deck mounted or wall mounted CP swivel faucets with or without hot
and cold water mixing fittings as specified in the Schedule of Quantities. Installation of fittings shall be
measured and paid for separately.
2.4 Shower Set

Shower set shall comprise of diverter assembly, adjustable type over-head shower with CP shower
arm, all with CP wall flanges of approved quality all as specified in the Schedule of Quantities. Bath
spout, hand showers and pop up wastes shall also be provided wherever, specified. Wall flanges
shall be kept clear off the finished wall. Wall flanges embedded in the finishing shall not be accepted.

2.5 Toilet Paper Holder

Toilet paper holder shall be white glazed vitreous china or chrome plated of size, shape and type
specified in the Schedule of Quantities.

Porcelain toilet paper holder shall be fixed in walls and set in cement mortar 1:2 (1 cement : 2 coarse
sand) and fixed in relation to the tiling work.

Contractor 301 Engineer-in-Charge


The latter (chrome) shall be fixed by means of screws/capping having finish similar to the toilet paper
holder in wall/temper partitions with raw l plugs or nylon sleeves. When fixed on timber partition, it
shall be fixed on a solid wooden base member provided by the Owner’s Site Representative.

2.6 Tower Rail

Tower rail shall be chromium plated brass or of stainless steel or powder coated brass of size, shape
and type specified in the Schedule of Quantities.

Tower rail shall be fixed with screws/capping having finish similar to the towel rail in wall with rawl
plugs or nylon sleeves and shall include cutting and making good as required or directed by the
Owner’s Site Representative.

2.7 Liquid Soap Dispenser

Liquid Soap Dispenser shall be wall/counter mounted suitable for dispensing liquid soaps, lotions,
detergents. The cover shall lock to body with concealed locking arrangement, opened only be key
provided.

3. MOCKUP AND TRIAL ASSEMBLY

The installation of the Sanitary fixtures and fittings shall be as per the shop drawings approved by the
Architect/Consultant.

The contractor shall have to assemble at least one set of each type of sanitary fixtures and fittings in
order to determine precisely the required supply and disposal connections. Relevant instructions from
manufacturers shall be followed as applicable. This trial assembly shall be developed to determine the
location of puncture holes, holding devices etc. which will be required for final installation of all
sanitary fixtures and fittings. The above assembly shall be subject to final approval by the Architect /
Interior Designer.

The fixtures in the trial assembly can be re-used for final installation without any additional payments
for fixing or dismantling of the fixtures.

4. SUPPORTING AND FIXING DEVICES


The contractor shall provide all the necessary supporting and fixing devices to install the sanitary
fixtures and fittings securely in position. The fixing devices shall be rigidly anchored into the building
structure. The devices shall be rust resistant and shall be so fixed that they do not present an unsightly
appearance in the final assembly. Where the location demands, the Architect may instruct the
contractor to provide chromium plated or other similarly finished fixing devices. In such circumstances
the contractor shall arrange to supply the fixing devices and shall be installed complete with
appropriate vibration isolating pads, washers and gaskets.

5. FINAL INSTALLATION
The contractor shall install all sanitary fixtures and fittings in their final position in accordance with
approved trial assemblies and as shown on drawings. The installation shall be complete with all supply
and waste connections. The connection between building and piping system and the sanitary fixtures
shall be through proper unions and flanges to facilitate removal/replacement of sanitary fixtures
without disturbing the built in piping system. All unions and flanges shall match in appearance with
other exposed fittings.

Fixtures shall be mounted rigid, plumb and to alignment. The outlets of water closet pans and similar
appliances shall be examined to ensure that outlet ends are butting on the receiving pipes before
making the joints. It shall be ensured that the receiving pipes are clear of obstruction. When fixtures
are being mounted, attention shall be paid to the possibility of movement and settlement by other

Contractor 302 Engineer-in-Charge


causes. Overflows shall be made to ensure that necessary anchoring devices have been provided for
supporting water closets, wash basins, sinks and other appliances.

6. PROTECTION AGAINST DAMAGE


The contractor shall take every precaution to protect all sanitary fixtures against damage, misuse,
cracking, staining, breakage and pilferage by providing proper wrapping and locking arrangement till
the completion of the installation. At the time of handing over, the contractor shall clean, disinfect and
polish all the fixtures and fittings. Any fixtures and fittings found damaged, cracked chipped stained or
scratched shall be removed and new fixtures and fittings free from defects shall be installed at his own
cost to complete the work.

7. MEASUREMENT

7.1. Rate for supply and fixing of sanitary fixtures accessories, CP fittings shall etc. include all items, and
operations stated in the respective specifications and bill of quantities and nothing extra is payable.

7.2 Rates for all items under specifications para above shall be inclusive of cutting holes and chases and
making good the same, CP screws, nuts, bolts and any fixing arrangements required and
recommended by manufacturers, testing and commissioning and making good to the satisfaction of
the Owner’s Site Representative.

8. TESTING

All appliances, fixtures and fittings shall be tested before and after installation. Water seals of all
appliances shall be tested. The contractor shall block the ends of waste and ventilation pipes and shall
conduct an air test.

Contractor 303 Engineer-in-Charge


SECTION – 03 :: WATER SUPPLY (COLD & HOT)

1 SCOPE

The scope of this section comprises the supply, installation, testing and commissioning of piping
network for water supply for internal & external services as follows:

a. Municipal Water supply.

b. Drinking Water Supply.

c. Flushing Water Supply

d. Hot Water Supply.

e. Washing

f. Connection to various mechanical equipments to be supplied and installed by the other


specialist contractors.

The Contractor shall make all necessary application and arrangements for his work to be inspected by
the Local Authorities.

The Contractor shall be solely responsible for obtaining the Authorities approval of his works prior to
the handing over of the complete water supply / distribution installation to the Owner.

2 PIPING MATERIALS

The piping system shall consist of heavy class galvanized iron pipes and fittings conforming to IS: 1239.
The piping system shall also consist of CPVC pipes and fittings. The sizes and makes are specified in
the Schedule of Quantities.

For any internal works, the pipes and fittings shall be embedded in the wall chase or run on the
floor/ceiling unless otherwise specified. No unsightly exposed runs shall be permitted. Outside the
building the piping shall be installed at least 1.0 m below the finished grade level.

Galvanised Iron Pipes & Fittings


The pipes shall be galvanized mild steel welded (ERW) or (HFW) screwed and socketed conforming to
the requirements of IS: 1239. The Galvanizing shall conform to IS:4736, the zinc coating shall be
uniform, adherent reasonably smooth and free from such imperfections as flux, ash and drop
inclusions, bare patches, black spots, pimples, lumpiness, runs, rust strains, bulky white deposits and
blisters. The pipes and sockets shall be cleanly finished, well galvanized in and out and free from
cracks, surface flaws laminations and other defects. All screw threads shall be clean and well cut. The
ends shall be cut cleanly and square with the axis of the pipe.

The fittings shall be malleable iron and comply with all the requirements of the pipes. The sizes of
pipes and fitting are specified in the schedule of quantities.

Contractor 304 Engineer-in-Charge


Laying and Jointing of GI Pipes

The galvanized pipes and fittings shall run in wall chase or ceiling or as specified. The fixing shall be
done by means of standard pattern holder bat clamps keeping the pipes about 1.5 cm clear of the wall
where to be laid on surface. Where it is specified to conceal the pipes, chasing may be adopted for
pipes fixed in the shafts, ducts etc. there should be sufficient space to work on the pipes with the usual
tools. As far as possible, pipes may be buried for short distances provided adequate protection is given
against damage and where so required special care to be taken at joints. Where directed by the
Owner’s Site Representative, pipe sleeves shall be fixed at a place the pipe is passing through a wall or
floor for reception of the pipe and allow freedom for expansion and contraction and other
movements. In case of pipe is embedded in walls or floors it shall be painted with anticorrosive
bitumastic paints of approved quality. Under the floors the pipes shall be laid in layer of sand filling.

Galvanized iron pipes shall be jointed with threaded and socket joints, using threaded fittings. Pipes
will be made by applying suitable grade of TEFLON tape used for drinking water supply. (Use of red or
white lead and sutli will not be permitted for screwed joints). All pipes shall be fixed in accordance
with layout and alignment shown on drawings. Care shall be taken to avoid air pocket.
3 PIPING INSTALLATION SUPPORT (VALID FOR GI PIPING ONLY)

Tender drawings indicate schematically the size and location of pipes. The Contractor, on the award of
the work, shall prepare detailed working drawings, showing the cross-sections, longitudinal sections,
details of fittings, locations of isolating and control valves, drain and air valves, and all pipe supports.
He must keep in view the specific openings in buildings and other structure through which pipes are
designed to pass.

Piping shall be properly supported on , or suspended from , on stands, clamps, hangers as specified
and as required. The Contractor shall adequately design all the brackets, saddles, anchor, clamps and
hangers, and be responsible for their structural stability.

Pipe work and fittings shall be supported by hangers or brackets so as to permit free expansion and
contraction. To permit free movement of common piping, support shall be from a common hanger
bar.

Pipe hangers shall be provided at the following maximum spacing:

Pipe Dia Hanger Rod Dia Spacing between Supports

(mm) (mm) (m)

Up to 25 6 2

32 to 50 10 2.7

80 to 100 12 2.7

125 to 150 16 3.6

Contractor 305 Engineer-in-Charge


200 to 300 19 5.3

Insulated piping shall be supported in such a manner as not to put undue pressure on the insulation.
14 gauge metal sheet shall be provided between the insulation and the clamp, saddle or roller,
extending atleast 15 cm. on both sides of the clamps, saddles or roller.

All pipe work shall be carried out in a proper workman like manner, causing minimum disturbance to
the existing services, buildings, roads and structure. The entire piping work shall be organized in
consultation with other agencies work, so that area can be carried out in one stretch.

Cut-outs in the floor slab for installing the various pipes area are indicated in the drawings. Contractor
shall carefully examine the cut-outs provided and clearly point out wherever the cut-outs shown in the
drawings, do not meet with the requirements.

The contractor shall make sure that the clamps, brackets, saddles and hangers provided for pipe
supports are adequate or as specified / approved by Consultants. Piping layout shall take due care for
expansion and contraction in pipes and include expansion joints where required.

All pipes shall be accurately cut to the required sizes in accordance with relevant BIS codes and burrs
removed before laying. Open ends of the piping shall be closed as the pipe is installed to avoid
entrance of foreign matter.

All buried pipes for CWS shall be shall be protected against corrosion by applying two layers of 2 mm
thick multi-layer anticorrosive polymeric mix tape applied over a coat of primer as per
recommendations of the manufacturers.

Automatic air valves shall be provided at all high points in the piping system for venting. All valves shall
be of 15mm pipe size and shall be associated with an equal size isolation ball valve. Automatic air
valves shall also be provided on hot water risers.

Discharge from the air valves shall be piped through a galvanized steel pipe to the nearest drain or
sump. All pipes shall be pitched towards drain points.
Pressure gauges shall be provided as shown on the approved drawings and include in Bill of Quantities.
Care shall be taken to protect pressure gauges during pressure testing.

4 WATER METERS

Water meters of approved make and design shall be supplied for installation at locations as shown.
The water meters shall meet with the approval of local supply authorities. Suitable valves and
chambers or wall meter box to house the meters shall also the be provided along with the meters.

The meters shall conform to Indian Standard IS:779 and IS:2373.

Provision shall also be made to lock the water meter. The provision shall be such that the lock is
conveniently operated from the top. Where the provision is designed for use in conjunction with
padlocks, the hole provided for padlocks shall be a diameter not less than 4mm.

4.1 Installation of Water Meter and Stop Cock

Contractor 306 Engineer-in-Charge


The G.I. lines shall be cut to the required lengths at the position where the meter and stop cock are
required to be fixed. Suitable fittings shall be attached to the pipes. The meter and stop cock shall be
fixed in a position by means of connecting pipes, jam nut and socket etc. The stop cock shall be fixed
near the inlet of the water meter. The paper disc inserted in the ripples of the meter shall be
removed. And the meter installed exactly horizontal or vertical in the flow line in the direction shown
by the arrow cast on the body of the meter. Care shall be taken that the factory seal of the meter is
not disturbed. Wherever the meter shall be fixed to a newly fitted pipe line, the pipe line shall have
to be completely washed before fitting the meter.

5. TESTING
The Contractor shall notify the Architect three days in advance of any test so that the Architect can
witness the tests if he so wishes.

All water supply system shall be tested to hydrostatic pressure test of atleast one and a half (1.5) times
the maximum pressure but not less than 10Kg/Sq.cm for a period of not less than 8 hours. All leaks
and defects in joints revealed during the testing shall be rectified and got approved at site by retest.
Piping required subsequent to the above pressure test shall be retested in the same manner.

System may be tested in sections and such sections shall be entirely retested on completion.

The Contractor shall make sure that proper noiseless circulation of fluid is achieved through the entire
piping network of the system concerned. In case of improper circulation, the contractor shall rectify
the defective connections. He shall bear all expenses for carrying out the above rectifications including
the tearing up and refinishing of floors and walls as required.

In addition to the sectional testing carried out during the construction, contractor shall test the entire
installation after connections to the overhead tanks or pumping system or mains. He shall rectify all
leakages and shall replace all defective materials in the system. Any damage done due to carelessness,
open or burst pipes or failure of fittings, to the building, furniture and fixtures shall be made good by
the contractor during the defects liability period without any cost.

After commissioning of the water supply system, contractor shall test each valve by closing and
opening it a number of times to observe if it is working efficiently. Valves which do not effectively
operate shall be replaced by new ones at no extra cost and the same shall be tested as above.

A test register shall be maintained and all entries shall be signed and dated by Contractor(s) and
Owner’s site representative.

6. DISINFECTION OF PIPING SYSTEM AND STORAGE TANKS

Before commissioning the water supply system, the contractor shall arrange to disinfect the entire
system as described in the succeeding paragraph.

The water storage tanks and pipes shall first be filled with water and thoroughly flushed out. The
storage tanks shall then be filled with water again and disinfecting chemical containing chlorine added
gradually while tanks are being filled to ensure thorough mixing. Sufficient chemical shall be used to
give water a dose of 50 parts of chlorine to one million parts of water.

Contractor 307 Engineer-in-Charge


If ordinary bleaching powder is used, the proportions will be 150 gm of power to 1000 liters of water.
The power shall be mixed with water in the storage tank. If a proprietary brand of chemical is used,
the proportions shall be specified by the manufacturer. When the storage tanks is full, the supply shall
be stopped and all the taps on the distributing pipes are opened successively working progressively
away from the storage tank. Each tap shall be closed when the water discharged begins to smell of
chlorine. The storage tank shall then be filled up with water from supply pipe and added with more
disinfecting chemical in the recommended proportions. The storage tank and pipe shall then remain
charged at least for three hours. Finally the tank and pipes shall be thoroughly flushed out before any
water is used for domestic purpose.

The pipe work shall be thoroughly flushed before supply is restored.

7. STERILIZATION OF MAIN

After the pipe work has been tested and approved, but before it is coupled, it shall be sterilized with a
solution of chloride of lime.

8. CUTTING CHASES IN MASONARY WALLS

Cold water distribution pipes to fixtures and equipment exposed to view in the bathrooms, kitchens,
and sanitary compartments shall be chased into walls or floors or placed in wall cavities. The
Contractor shall be responsible for cutting all notches, chases, and recesses in walls and floors and
only a diamond cutter shall be used. The maximum size of conduit or pipe permitted to be concealed
in floor slabs shall be 32 mm diameter unless otherwise approved by the Architect.

The chases upto 7.5 x 7.5 cm shall be made in the walls for housing GI pipes etc. These shall be
provided in correct positions as shown in the drawings or directed by the Architects. Chases shall be
made by chiselling out the masonry to proper line and depth. After the pipes etc are fixed in chases,
the chases shall be filled with cement mortar 1:2:4 or as may be specified, and made flush with the
masonry surface. The concrete surface shall be roughened with wire brush to provide a key for
plastering.
Where pipes pass through beams or structural walls, subject to the approval of the Structural
Consulting Engineer, the Contractor shall ensure that sizes and locations of openings required are
formed in when the relevant beams or walls are cast.

9 VALVES

All valves (gate, air, prv, check, safety) shall be of gun metal suitable for the particular service as
specified. All valves shall be of the particular duty and design as specified. Valves shall either be of
screwed type or flanged type, as specified, with suitable flanges and non-corrosive bolts and
gaskets. Tail pieces as required shall be supplied along with valves. Gate, globe and check valves shall
conform to Indian Standard IS:776 and non-return valves and swing check type reflux to IS:5312.

Sluice valves, where specified shall be flanged sluice valves of cast iron body. The spindle, valve seat
and wedge nuts shall be gunmetal. They shall generally have non-rising spindle and shall be of the
particular duty and design as specified. The valves shall be supplied with suitable flanges, non-
corrosive bolts and asbestos fiber gaskets. Sluice valves shall conform to Indian standard IS:780 and
IS:2906.

Contractor 308 Engineer-in-Charge


(a) Ball Valves:

Valves 50mm dia and below and below shall be screwed type ball valves with stainless steel balls
spindle Teflon seating and gland packing tested to a hydraulic pressure of 20 Kg/Sq.cm. and
accompanying couplings and steel handles to BIS – 5351.

(b) Valves above 50mm dia. shall be Butterfly Valves.


Cast iron (IS 210), grade FG 260 butterfly valves conforming to PN 1.0, heavy duty cast iron disc with
anti corrosive nickel plating, nitrile seat and stainless steel 410 stem with lever/gear operation and
powder coated finish.

Float Valves to be fixed in storage tanks shall consist of cast brass lever arm having copper balls
(26 SWG) screwed to the arm integrally. The copper ball shall have bronze welded seams. The
closing/opening mechanism incorporating the piston and cylinder shall be non-corrosive metal and
include washers. The size and construction of ball valves and float shall be suitable for desired
working pressure operating the supply system. Where called for brass valves shall be supplied with
brass hexagonal back nuts to secure them to the tanks and a socket to connect to supply pipe.

All valves shall be suitable for the working pressure involved.

9.1 Pressure Gauge

The pressure gauge shall be constructed of die cast aluminium and stove enamelled. It shall be
weather proof with an IP 55 enclosure. It shall be a stainless steel Burden tube type pressure gauge
with a scale range from 0 to 16 Kg / cm square and shall be constructed as per IS:3524. Each pressure
gauge shall have a siphon tube connection. The shut off arrangement shall be by Ball Valve.

10 WATER FITTINGS

Unless otherwise specified all Gunmetal fittings such as gate, globe, check & safety valves shall be
fitted in pipe line in workman like manner. Necessary unions shall be provided on both ends of the
valves for easy replacement. The joints between fittings and pipes shall be leak-proof when tested to
desired pressure rating. The defective fittings and joints shall be replaced or redone.

11 CONNECTIONS TO VARIOUS MECHANICAL EQUIPMENT SUPPLIED BY OTHER AGENCIES

All inlets, outlets, valves, piping and other incidental work connected with installation of mechanical
equipment supplied by other agencies all be carried out by the contractor in accordance with the
drawings, requirements for proper performance of equipment, manufacturers instructions and the
directions of the Owner’s site representative / Architect. The equipments to be supplied by the other
agencies consist mainly for Kitchen, Back-of-the-House area and other similar areas. The work of
connections to the various equipments shall be effected through proper unions and isolating
valves. The work of effecting connections shall be executed in consultation with and according to the
requirement of equipment suppliers, under the directions of the Owner’s site representative /
Architect. The various aspects of connection work shall be executed in a similar way to the work of
respective trade mentioned elsewhere in these specifications.

Contractor 309 Engineer-in-Charge


12 CONNECTIONS TO RCC WATER TANKS

The contractor shall provide all inlets, outlets, washouts, vents, ball cocks, overflows control valves
and all such other piping connections including level indicator to water storage tanks as called for.
All pipes crossing through RCC work shall have puddle flanges fabricated from MS/GI pipes of
required size and length and welded to 6/8 mm thick MS plate. All puddle flanges must be fixed in
true alignment and level to ensure further connection in proper order.

Full way gate valves of a approved make shall be provided as near the tank as practicable on every
outlet pipe from the storage tank except the overflow pipe. Overflow and vent pipes shall terminate
with mosquito proof grating.

The overflow pipe shall be so placed to allow the discharge of water being readily seen. The overflow
pipe shall be of size as indicated. A stop valve shall also be provided in the inlet water connection to
the tank. The outlet pipes shall be fixed approximately 75mm above the bottom of the tank towards
which the floor of the tank is sloping to enable the tank to be emptied for cleaning.

13. MEASUREMENTS

The length above ground shall be measured in running meter correct to a cm for the finished work,
which shall include pipe and fittings such as coupling , bends, tees, elbows, reducers, crosses, plugs,
sockets, nipples and nuts, unions. Deductions for length of valves shall be made. Rate quoted shall be
inclusive of all fittings, clamps, cutting holes chased and making good the same and all items
mentioned in the specifications and Bill of Quantities.

All pipes below ground shall be measured per linear meters (to the nearest cm) and shall be inclusive
of all fittings e.g. coupling, tees, bends, elbows, unions, deduction for valves shall be made rate quoted
shall be inclusive of all fittings, excavation, back filling and disposal of surplus earth, cutting holes and
chase and making good all item mentioned in Bill of Quantities.

14. PIPE PROTECTION (FOR COLD WATER PIPES BURIED IN TRENCHES / GROUND / EARTH)

All buried pipes shall be cleaned and protected against corrosion by applying two layers of 2 mm thick
multi-layer anticorrosive polymeric mix tape applied over a coat of primer as per recommendations of
the manufacturers and placed on concrete blocks with PUF saddles dipped in bitumen at every 2
meters. The pipes where laid under floor shall be encased with 100 mm thick jamuna sand all around
in addition to protective coating as described above.

15. THRUST BLOCKS

In case of bigger pipes (80 mm dia and above), thrust blocks of cement concrete 1:2:4 (1 cement: 2
coarse sand : 4 graded stone aggregate of 20 mm nominal size) shall be constructed on all bends as
directed by the Owner’s site representative.

16. MASONRY CHAMBER

i. All masonry chambers for stop cocks, sluice valves and meter etc. shall be built as per supplied
drawings.

Contractor 310 Engineer-in-Charge


ii. The excavation for chambers shall be done true to dimension and level indicated on plans or as
directed by the Owner’s site representative.

iii. Concrete shall be of cement concrete 1:3:6 (1 cement : 3 coarse sand : 6 graded stone aggregate 40
mm nominal size.

iv. Brick shall be of class designation 75 in cement mortar 1:5 (1 cement : 5 fine sand)

v. Inside Plastering not less than 12 mm thick shall be done in cement mortar 1:3 (1 cement : 3 fine
sand) finished with a floating coat of neat cement.

17. SHIFTING OF EXCAVATED SURPLUS MATERIAL

Contractor shall make his own arrangement to shift the surplus excavated material within the site
limits as directed by Owner’s site representative at free of cost within time limit.

18 HOT WATER PIPING INSULATION

MATERIAL

Insulation material for Pipe insulation shall be Closed Cell Elastomeric Nitrile Rubber or closed cell
cross linked polyethylene foam. Thermal conductivity of elastomeric nitrile rubber shall not exceed
0.038 W/moK or 0.0313 Kcal / Mhr oC or 0.212 BTU / (Hr-ft2-oF/inch) at an average temperature of
30oC. The product shall have temperature range of –40 oC to 105oC. Density of material shall not be
less than 0.06 gm/cm3. The insulation shall have fire performance such that it passes minimum CLASS
1 as per BS476 part 7 for surface spread of flame. Water vapour permeability shall not exceed 0.024
perm inch (3 x 10-14 Kgs / m.sec.Pa). The material shall have approval from the Chief Fire Officer.

Thickness of the insulation shall be as specified for the individual application. Each lot of insulation
material delivered at site shall be accompanied with manufacturer test certificate for thermal
conductivity values. Samples of insulation material from each lot delivered at site may be selected by
Owner’s site representative and gotten tested for thermal conductivity and density at Contractor’s
cost all joints shall be sealed properly with adhesive, which shall provide similar vapour barrier as the
original insulating material.

All hot water piping shall be insulated in the manner specified herein. Before applying insulation, all
pipes shall be brushed and cleaned. Thermal insulation shall be applied as follows or as specified in
drawings or schedule of quantity:

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

Pipe size (mm) Thickness of Nitrile rubber insulation -----------------


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

15 mm to 25 mm 9 mm

32 mm to 50 mm 13 mm

65 mm and above 19 mm

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

Contractor 311 Engineer-in-Charge


Insulation for pipes in wall chase and for pipes in shaft / plant room.

Insulating material in tube form shall be sleeved on the pipes. On existing piping, slit opened tube
from insulating material shall be placed over the pipe and adhesive (as recommended by the
manufacturer) shall be applied as suggested by the manufacturer. Adhesive must be allowed to tack
dry and then press surface firmly together starting from butt end and working towards centre.

Wherever flat sheets shall be used it shall be cut out in correct dimension. All longitudinal and
transverse joints shall be sealed as per manufacturer recommendations. The insulation shall be
continuous over the entire run of piping, fittings and valves. All valves, fittings, joints, strainers etc. in
hot water piping shall be insulated to the same thickness as specified for the main run of piping and
application shall be same as above. Valves bonnet, yokes and spindles shall be insulated in such a
manner as not to cause damage to insulation when the valve is used or serviced.

All insulation work shall be carried out by skilled workmen specially trained in this kind of work. All
insulated pipes shall be labeled (HWS / HWR / HWRR) and provided with 300 mm wide band of paint
along circumference at every 1200 mm for colour coding. Direction of fluid shall also be marked. All
painting shall be as per relevant BIS codes.

Protective Coating Over Insulation

To provide mechanical strength and protection from damage & UV rays all exposed pipe insulated with
nitrile rubber as indicated in BOQ shall be covered with fibreglass fabric. The fibreglass fabric shall be
applied with one coat of fire proof epoxy or acrylic compound. The coat shall be allowed to cure to
non stick state. Subsequently second coat of compound shall be applied to give a tough and smooth
finish to the insulated surface.

Measurement Of Insulation

Unless otherwise specified measurement for pipe insulation for the project shall be on the basis of
centre line measurements described herewith
Pipe Insulation shall be measured in units of length along the centre line of the installed pipe, strictly
on the same basis as the piping measurements. The linear measurements shall be taken before the
application of the insulation. It may be noted that for piping measurement, all valves, orifice plates
and strainers shall not be separately measurable by their number and size. It is to be clearly
understood that for the insulation measurements, all these accessories including valves, orifice plates
and strainers etc. shall be considered strictly by linear measurements along the centre line of pipes
and no special rate shall be applicable for insulation of any accessories, fixtures or fittings whatsoever.

Contractor 312 Engineer-in-Charge


SECTION-04 :: INTERNAL DRAINAGE

(SOIL, WASTE, VENT &RAIN WATER PIPES)

1 SCOPE

The scope of this section comprises the supply, installation, testing and commissioning of internal
drainage services.

Work under this section shall consist of furnishing all labor, materials, equipments and appliances
necessary and required to completely install all soil, waste, vent and rainwater pipes and fittings as
required by the drawings, and given in the schedule of quantities.

2. PIPING MATERIALS

2.1 Cast Iron Pipes

Cast iron pipes and fittings shall be of good and tough quality and dark grey on fracture. The pipes and
fittings shall be true to shape, smooth and cylindrical, their inner and outer surface being as nearly as
practicable concentric. They shall be sound and nicely cast, shall be free from cracks, taps, pinholes
and other manufacturing defects.

The pipes and fittings shall conform to IS: 3989 / IS: 1729 as called for. Fittings shall be of required
degree with or without access door. All access doors shall be made up with 3mm thick insertion rubber
gasket of white lead and tightly bolted to make the fittings air and water tight. The fittings shall be of
the same manufacture as the pipes used for soil and waste.

All CI pipes and fittings shall bear the manufacturer's name and ISI specification to which it conforms.

All pipes and fittings shall be coated internally and externally with the same material at the factory,
the fittings being preheated prior to total immersion in a bath containing a uniformly heated
composition having a tar/other suitable base. The coating material shall have good adherence and
shall not scale off. The coating shall be smooth and tenacious and hard enough not to flow when
exposed to a temperature of 77 degree C but not so brittle at a temperature of '0' degree C as to chip
off when scratched lightly with a pen knife.

All pipes and fittings before installation at site shall be tested hydrostatically to a pressure of 0.45
Kg/sq. cm without showing any sign of leakage, sweating or other defects of any kind. The pressure
shall be applied internally and shall be maintained for not less than 15 minutes. All these tests shall be
carried out in the presence of the representative of the Project Manager. Alternatively a test
certificate from manufacturers be obtained before dispatch of material to site.

Cast Iron Specialties

If required, Cast iron specialty items such as deep seal floor traps, urinal traps, trap integral pieces with
integral inlet/outlet connections, manhole cover with frame, chamber cover etc. shall be fabricated to
suit individual location requirements. The contractor shall arrange the fabrication of these items from
an approved source.

Contractor 313 Engineer-in-Charge


Lead Caulked joints with Pig Lead:

The approximate depth and weights of Pig Lead for various diameters of CI pipes and specials shall be
as follows:

Nominal size of Lead per Joint (Kg) Lead per Joint (Kg)
Pipe (mm) IS:3989 IS:1729

50 0.77

75 0.60 0.88

100 0.85 0.99

150 1.5

2.2 Galvanized Iron Pipes

Waste pipes of 50mm dia. and below and where called for shall be galvanized iron pipes screwed and
socketed conforming to the requirements of IS:1239 of heavy grade. The pipes and sockets shall be
cleanly finished, well galvanized in and out and free from cracks, surface flaws, laminations and other
defects. All screw thread shall be clean and well cut. All pipes and fittings shall bear manufacturer's
trade mark and conform to the IS as specified.

3. PIPES HANGERS, SUPPORTS, CLAMPS ETC.

All vertical pipes shall be fixed by clamps and angle brackets truly vertical. Branch pipes shall be
connected to the stack at the same angle as that of the fittings. No collars shall be used on vertical
stacks. Each stack shall be terminated at top with a cowl (terminal guard).

Horizontal pipes running along ceiling shall be fixed on structural adjustable clamps of special design
shown on the drawings or as directed. Horizontal pipes shall be laid to uniform slpe and the clamps
adjusted to the proper levels so that the pipes fully reset on them.

Contractor shall provide all sleeves, openings, hangers, inserts during the construction. He shall
provide all necessary information to the building contractor for making such provisions in the structure
as necessary. All damages shall be made good to restore the surfaces.

Clamps shall be of approved design and fabricated from MS flats (which shall be enamel painted after
fabrication) of thickness and sizes as per drawings or contractor’s shop drawings. Clamps shall be fixed
in accordance to manufacturer’s details / shop drawings to be submitted by the contractors.

When required to be fixed on RCC columns, walls or beam they shall be fixed with approved type of
expansion anchor fasteners (Dash fasteners) of approved design and size according to load.

Structural clamps e.g. trapeze or cluster hangers shall be fabricated by electro-welding from MS
structural members e.g. rods, angles, channels flats as per contractors shop drawings shall be enamel
painted after fabrication.

Contractor 314 Engineer-in-Charge


4. INSTALLATION OF SOIL, WASTE & VENT PIPES

Soil, waste & vent pipes in shafts under the floors / suspended below slab shall consist of cast iron
pipes as described earlier. Waste pipes from bottle trap to floor/urinal traps for wash basin, urinal and
sink shall be GI pipes and fittings.

All Horizontal pipes running below the slab and along the ceiling shall be fixed on structural adjustable
clamps, sturdy hangers of the design as called for in the drawings. The pipes shall be laid in uniform
slope and proper levels. All vertical pipes shall be truly vertical fixed by means of stout clamps in two
sections, bolted together, built into the walls, wedged and neatly jointed. The branch pipes shall be
connected to the stack at the same angle as that of fittings. All connections between soil, waste and
ventilating pipes and branch pipes shall be made by using pipe fittings with inspection doors for
cleaning. Pipes shall be fixed in a manner as to provide easy accessibility for repair and maintenance
and shall not cause obstruction in shafts. Where the horizontal run off the pipe is long or where the
pipes cross over building expansion joints etc. suitable allowance shall be provided for any movements
in the pipes by means of expansion joint etc. such that any such movement does not damage the
installation in any way.

All cast iron pipes and fittings shall be jointed with best quality soft pig lead free from all impurities
conforming to IS 27.

Before jointing, the interior of the socket and exterior of the spigots shall be thoroughly cleaned and
dried. The spigot end shall be inserted into the socket right up to the back of the socket and carefully
centered by two or three laps of threaded spun yarn, twisted into ropes of uniform thickness, well
caulked into the back of the socket. No piece of yarn shall be shorter than the circumference of the
pipe. The jointed pipe line shall be at required levels and alignment. The reminder of the socket is left
for the lead caulking. Where the gasket has been tightly held, a jointing ring shall be placed round the
barrel against the face of the socket. Molten pig lead shall be poured to fill the remainder of the socket
in one pouring. The lead then shall be solidly caulked with suitable tools by hammering right round the
joints to make up for the shrinkage of the molten metal on cooling and preferably finish 3mm behind
the socket face.

The depth of the lead joints for the cast iron pipes shall be 45mm for the pipes upto 100mm dia. and
50mm for the pipes beyond 100mm dia. respectively.

The joint shall not be covered till the pipe line has been tested under pressure. Rest of pipe line shall
be covered so as to prevent the expansion and contraction due to variation in temperature.

Rainwater Pipes

All open terraces shall be drained by rain water down takes.

Rainwater down takes is separate and independent of the soil and waste system and will discharge
into the underground storm water drainage system of the complex.

Rainwater in open courtyards shall be collected in catch basins and connected to the Storm Water
Drains.

Contractor 315 Engineer-in-Charge


Any dry weather flow from waste appliances, e.g. AHU’s pump rooms, waste water sumps shall
connect to sewers after traps and not in the storm water drainage systems.

Balcony / Planter drainage

Wherever required, all balconies, terraces, planters and other frontal landscape areas will be drained
by vertical down takes or other type of drainage system shown on the drawings and directed by the
Project Manager.

5. TRAPS

5.1 Floor Traps

Floor traps where specified shall be siphon type full before P or S type cast iron having a minimum 50
mm deep seal. The trap and waste pipes when buried below ground shall eb set and encased in
cement concrete blocks firmly supported on firm ground or when installed on a sunken RCC structural
slab. The blocks shall be in 1:2:4 mix (1 cement : 2 coarse sand : 4 stone aggregate 20 mm nominal
size).

Contractor shall provide all necessary shuttering and centering for the blocks. Size of the block shall
be 30 x 30 cms of the required depth.

5.2 Floor Trap Inlet /Hopper

Bath room traps and connection shall ensure free and silent flow of discharging water. Where
specified, contractor shall provide a special type of floor inlet fitting fabricated from gI pipe, with one,
two or three inlet sockets welded on side to connect the waste pipe. All joint between waste hopper
and CI inlet socket shall be lead caulked. Inlet shall be connected to a CI “P” trap. Floor trap inlet and
the traps shall be set in cement concrete blocks where burried in floors without extra charge. Floor
trap for the shower cubicle shall suit site and as per the approval of Owner’s site representative. All
fabricated hopper shall be hot dip galvanized.

5.3 Floor Trap Grating

Floor and urinal traps shall be provided with 100 – 150 mm square or round stainless steel gratings,
with frame and rim of approved design and shape or as specified in the schedule of quantities
approved by the Owner’s site representative.

5.4 Cleanout Plugs

Floor Clean Out Plug

Clean out plug for soil, waste or rain water pipes laid under floors shall be provided near pipe junctions
bends, tees, “Ys” and on straight runs at such intervals as required as per site conditions. Cleanout
plugs shall terminate flush with the floor level. They shall eb threaded and provided with key holes for
opening. Cleanout plugs shall be cast brass suitable for the pipe dia. With screwed to a GI socket. The
socket shall be lead caulked to the drain pipes.

Cleanout on Drainage Pipes

Contractor 316 Engineer-in-Charge


Cleanout plugs shall be provided on head of each drain and in between at locations indicated on plans
or directed by Owner’s site representative. Cleanout plugs shall be of size matching the full bore of
the pipe but no exceeding 150 mm dia. CO plugs on drains of greater diameters shall be 150 mm dia.
fixed with a suitable reducing adapter.

Floor cleanout plugs shall be cast brass.

Cleanouts provided at ceiling level pipe shall be fixed to a CI flanged tail piece. The cleanout doors
shall be specially fabricated from light weight galvanized sheets and angles with hinged type doors
with fly nuts, gasket etc. as per drawing.

6. PIPE PROTECTION

Cast iron soil and waste pipes under floor in sunken slabs and in wall chases (when cut specially for the
pipe) shall be encased in cement concrete 1:2:4 mix (1 cement : 2 coarse sand : 4 stone aggregate of
12 mm size) 10 cm bed and alround. When pipes are running well above the structural slabs, the
encased pipes shall be supported with suitable cement concrete pillars of required height and size at
intervals directed by the Project Manager.

7. CUTTING AND MAKING GOOD

Pipes shall be fixed and tested as building proceeds. The contractor shall provide all necessary holes,
cutouts and chases in structural members as building work proceeds. Wherever holes are cut or left
originally they shall be made good with cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 stone
aggregate 20 mm nominal size) or cement mortar 1:2 (1 cement : 2 coarse sand). Cured and the
surface restored to original condition.

8. PAINTING

Soil, waste, vent and rain water pipes in exposed location, in shafts and pipe space shall be painted
with two or more coats of ready mix oil paint to give an even shade. Before painting all dust and
extraneous matter shall be removed.

Paint shall be of approved quality and shade. Where directed by the Owner’s site representative pipes
shall be painted in accordance with approved pipe colour code.

Pipe in chase shall be painted with two coats of bitumen paint, covered with polythene tape and a
final coat of bitumen paint. Exposed pipes shall be painted with synthetic enamel paint after removing
dust and extraneous matter.

C.I. Soil and waste pipes below ground and covered in cement concrete shall not be painted.

9. TESTING

Testing shall be done in accordance with IS:1172 and IS:5329 except as may be modified herein under.

Entire drainage system shall be tested for water tightness and smoke tightness during and after
completion of the installation. No portion of the system shall remain untested. Contractor must have
adequate number of expandable rubber bellow plugs, manometers, smoke testing machines, pipe and
fitting work tests,

Contractor 317 Engineer-in-Charge


All materials obtained and used on site must have manufacturer’s hydraulic test certificate for each
batch of materials used on the site.

Before use at site all CI pipes shall be tested by filling up with water for at least 30 minutes. After
filling, pipes shall be struck with a hammer and inspected for blow holes and cracks. All defective
pipes shall be rejected and removed from the site within 48 hours. Pipes with minor sweating may be
accepted at the discretion of the Project Manager.

Soil and waste pipes shall be tested in sections after installation, by filling up the stack with water. All
openings and connections shall be suitably plugged as approved by the Project Manager. The total
head in the stack shall be 4.5 m at the highest point of the section under test. The period of test shall
be minimum for 30 minutes or as directed by the Project Manager. If any leakage is visible, the
defective part of the work shall be cut out and made good.

On completion of the work the entire installation shall be tested by smoke testing machine. The test
shall be conducted after the plumbing fixtures are installed and all traps have water seal or by plugging
the outlets with bellow plugs. Apply dense smoke keeping the top of stack open and observe for
leakages. Rectify or replace defective sections.

After the installation is fully complete, it should be tested by flushing the toilets, running at least 20%
of all taps simultaneously and ensuring that the entire system is self draining, has no leakages,
blockages etc. rectify and replace where required.

A test register shall be maintained and all entries shall be signed and dated by the Contractor and the
Project Manager or his representative.

All pipes in wall chase or meant to be encased or buried shall be hydro tested before the chase in
plastered or the pipe encased or buried.

Contractor 318 Engineer-in-Charge


SECTION-05 :: EXTERNAL DRAINAGE

(SEWAGE & STORM WATER DISPOSAL)

1 SCOPE

The scope of this section comprises the supply, installation, testing and commissioning of external
drainage & sewage disposal services.
1.1 General Scheme

The contractor shall install a drainage system to effectively collect; drain and dispose all soil and waste
water from various parts of the buildings, appurtenances and equipment. The piping system shall
finally terminate and discharge into the Sewage sump and finally discharge by pumping to Municipal
Sewer line. The piping work mainly consists of laying of Salt glazed stoneware pipes, reinforced cement
concrete pipes and cast iron soil pipes as called for on the drawings. All piping shall be installed at
depth greater than 80 cm below finished ground level. The disposal system shall include construction
of gully traps, manholes, intercepting chambers as indicated. The piping system shall be vented
suitably at the starting point of all branch drains, main drains, the highest/lowest point of drain and at
intervals as shown. All ventilating arrangements shall be un obstructive and concealed. The work shall
be executed strictly in accordance with IS: 1742. The sewage system shall be subject to smoke test for
its soundness as directed by the Project Manager. Wherever the sewerage pipes run above water
supply lines, same shall be completely encased in cement concrete 1:2:4 all round with the prior
approval of the Project Manager.

Without restricting to the generality of the foregoing, the drainage system shall inter-alia include:

a. Sewer lines including earth work for excavation, disposal, back filling and compaction, pipe
lines, manholes, drop connections and connections to the municipal or existing sewer.

b. Storm water drainage, earth works for excavation, disposal, backfilling and compaction, pipe
lines, manholes, catch basins and connections to the existing municipal storm water drain or
connected as indicated by the Project Manager.

General Requirements

All materials shall be new and of quality conforming to specifications and subject to the approval of
the Owner’s site representative. Wherever particular makes are mentioned, the choice of selection
shall remain with the Architect / Consultant / Owner’s site representative.

Drainage lines and open drains shall be laid to the required gradients and profiles.

All drainage work shall be done in accordance with the local municipal bye-laws.

Contractor shall obtain necessary approval and permission for the drainage system from the municipal
or any other competent authority.

Location of all manholes, etc shall be got confirmed by the Project Manager before the actual
execution of work at site. As far as possible, no drains or sewers shall be laid in the middle of road
unless otherwise specifically shown on the drawings or directed by the Project Manager in writing.

Contractor 319 Engineer-in-Charge


All materials shall be rust proofed; materials in direct or indirect contact shall be compatible to
prevent electrolytic or chemical (bimetallic) corrosion.

2. TRENCHING FOR PIPES AND DRAINS

2.1 General

All the material shall be new of best quality conforming to specifications and subject to the approval of
the Architects. Drainage lines shall be laid to the required gradients and profiles. All drainage work
shall be done in accordance with the local municipal by-laws.

Contractor shall obtain necessary approval and permission for the drainage system from the municipal
or any other competent authority. Location of all manholes, catch basins etc. shall be finalized and
shown in approved shop drawings before the actual execution of work at site. All work shall be
executed as directed by the Project Manager.

2.2 Alignment & Grade

The sewer and storm water drainage pipes shall be carefully laid to levels and gradients shown in the
plans and sections but subject to modifications as shall be ordered by the Architects from time to time
to meet the requirements of the works. Great care shall be taken to prevent sand etc. from entering
the pipes. The pipes between two manholes shall be laid truly in straight lines without vertical or
horizontal undulations. The body of the pipes shall rest on an even bed in the trench for its length and
places shall be excavated to receive collar for the purpose of jointing. No deviations from the lines,
depths of cuttings or gradients as called for on the drawings shall be permitted without the written
approval of the Architect. All pipes shall be laid at least 60cms below the finished ground level or as
called for on the drawings.

2.3 Setting out Trenches

The contractor shall set out all trenches, manholes, chambers and such other works to true grades and
alignments as called for. He shall provide the necessary instruments for setting out and verification for
the same. All trenches shall be laid to true grade and in straight lines and as shown on the drawings.
The trenches shall be laid to proper levels by the assistance of boning rods and sight rails which shall
be fixed at intervals not exceeding 10 meters or as directed by the Project Manager.

2.4 Trench Excavation

The trenches for the pipes shall be excavated with bottoms formed to level and gradients as shown on
the drawings or as directed by the Project Manager. In soft and filled in ground, the Project Manager
may require the trenches to be excavated to a greater depth than the shown on the drawings and to
fill up such additional excavation with concrete (1:4:8) consolidated to bring the excavation to the
required levels as shown on the drawings.

All excavations shall be properly protected where necessary by suitable timbering, piling and sheeting
as approved by the Project Manager. All timbering and sheeting when withdrawn shall be done
gradually to avoid falls. All cavities be adequately filled and consolidated. No blasting shall be allowed
without prior approval in writing from the Architect. It shall be carried out under thorough and
competent supervision, with the written permission of the appropriate authorities taking full

Contractor 320 Engineer-in-Charge


precautions connected with the blasting operations. All excavated earth shall be kept clear of the
trenches to a distance equal to 75 cms.

2.5 Timbering of Sewer and Trenches

The Contractor shall at all times support efficiently and effectively the sides of all the trenches and
other excavations by suitable timbering, piling and sheeting and they shall be close timbered in loose
or sandy starta and below the surface of the sub soil water level.

All timbering, sheeting and piling with their wallings and supports shall be of adequate dimensions and
strength and fully braced and strutted so that no risk of collapse or subsidence of the walls of the
trench shall take place.

The Contractor shall be held responsible and shall be accountable for the sufficiency of all timbering,
bracings, sheeting and piling used and also for, all damage to persons and property resulting from
improper quality strength placing, maintaining or removing of the same.

2.6 Shoring of Buildings

The Contractor shall shore up all buildings, walls and other structures, the stability of which is liable to
be endangered by the execution of the work and shall be fully responsible for all damages to persons
or property resulting from any accident.

2.7 Obstruction Road

The contractor shall not occupy or obstruct by his operation more than one half of the width of any
road or street and sufficient space shall then be left for public and private transit. He shall remove the
materials excavated and bring them back again when the trench is required to be refilled. The
contractor shall obtain the consent of the Project Manager in writing before closing any road to
vehicular traffic and the foot walks must be clear at all times.

2.8 Protection of Pipes etc.

All pipes, water mains, cables etc. met in the course of excavation shall be carefully protected and
supported. Care shall be taken not to disturb the cables, the removal of which shall be arranged by the
contractor with the written consent from the Project Manager.

2.9 Trench Back Filling

Refilling of the trenches shall not be commenced until the length of pipes therein has been tested and
approved. All timbering which may be withdrawn safely shall be removed as filling proceeds. Where
the pipes are unprotected by concrete hunching, selected fine material shall be carefully hand-packed
around the lower half of the pipes so as to buttress them to the sides of the trench.

The refilling shall then be continued to 150mm over the top of the pipe using selected fine hand
packed material, watered and rammed on both sides of the pipes with a wooden hammer. The process
of filling and tamping shall proceed evenly in layers not exceeding 150mm thickness, each layer being
watered and consolidated so as to maintain an equal pressure on both sides of the pipe line. In
gardens and fields the top solid and turf if any, shall be carefully replaced.

Contractor 321 Engineer-in-Charge


2.10 Contractor to restore settlement and Damages

The contractor shall at his own costs and expenses, make good promptly during the whole period for
the works in hand if any settlement occurs in the surfaces of roads, beams, footpaths, gardens, open
spaces etc. in the public or private areas caused by his trenches or by his other excavations and he
shall be liable for any accident caused thereby. He shall also, at his own expense and charges, repair
(and make good) any damage done to building and other property. If in the opinion of the Project
Manager he fails to make good such works with all practicable dispatch, the Project Manager shall be
at his liberty to get the work done by other means and the expenses thereof shall be paid by the
contractor or deducted from any money that may be or become due to him or recovered from him by
any other manner according to the laws of land.

The contractor shall at his own costs and charges provide places for disposal of all surplus materials
not required to be used on the works. As each trench is refilled, surplus soil shall be immediately
removed, the surface shall be properly restored and roadways and sides shall be left clear.

2.11 Removal of Water from Sewer, Trench etc.

The contractor shall at all times during the progress of work keep the excavations free from water
which shall be disposed by him in a manner as will neither cause injury to the public health nor to the
public or private property nor to the work completed or in progress nor to the surface of any road or
streets, nor cause any interference with the use of the same by the public.

If any excavation is carried out at any point or points to a greater width of the specified cross section
of the sewer with its cover, the full width of the trench shall be filled with concrete by the contractor
at his own expense and charges to the requirements of the Project Manager.

2.12 Removal of Filth

All night soil, filth or any other offensive mater met with during the execution of the works, shall not
be deposited on the surface of any street or where it is likely to be a nuisance or passed into any sewer
or drain but shall be immediately, after it is taken out of any trench, sewer or cess pool, put into the
carts and removed to a suitable place to be provided by the Contractor.

2.13 Width of Trench

The Project Manager shall have power by giving an order in writing to the Contractor to increase the
maximum width/depth for excavation and backfilling in trenches for various classes of sewer,
manholes and other works in certain length to be specifically laid down by him, where on account of
bad ground on other unusual conditions, he considers that such increased width/depths are necessary
in view of the site conditions.

3 PIPING MATERIAL

3.1 RCC pipes

All pipes shall be centrifugally spun RCC pipes NP2. Pipes shall be true and straight with uniform bore
throughout. Cracked, warped pipes shall not be used on the work. All pipes shall be tested by the
manufacturer and the Contractor shall produce, prior to use on site, a certificate to that effect from
the manufacturer.

Contractor 322 Engineer-in-Charge


The pipes shall be with or without reinforcement as required and of the class as specified. These shall
conform to IS: 458-1971.

All pipes shall be true to shape, straight, perfectly sound and free from cracks and flaws. The external
and internal surface of the pipes shall be smooth and hard. The pipes shall be free from defects
resulting from imperfect grading of the aggregate mixing or moulding.

Laying

RCC spun pipes shall be laid on cement concrete bed of cradles as specified and shown on the detailed
drawings. The cradles may be precast and sufficiently cured to prevent cracks and breakage in
handling. The invert of the cradles shall be left 12 mm below the invert level of the pipe and properly
placed on the soil to prevent any disturbance. The pipe shall then be placed on `the bed concrete or
cradles and set for the line and gradient by means of sight rails and boning rods, etc. Cradles or
concrete bed may be omitted, if directed by the Project Manager.

Jointing

Semi flexible type collar joint.

Hemp rope soaked in neat cement wash shall be passed round the joint and inserted in it by means of
caulking tool. More skein of yarn shall be added and rammed home. Cement mortar with one part of
cement and two part of sand and with minimum water content but on no account soft or sloppy, shall
be carefully inserted, punched and caulked into the collar and more cement mortar added until the
space of the collar has been filled completely with tightly caulked mortar. Provision of rubber sealing
ring in the collar joint shall also be made. The joint shall then be finished off neatly outside the socket
at an angle of 45 deg.

Curing:

The joint shall be cured for at least seven days. Refilling at joints will be permitted only on satisfactory
completion of curing period.

Cement Concrete for Pipe Supports:

a. Unless otherwise directed by the Project Manager cement concrete for bed, all round or in
haunches shall be in the mix 1:4:8(1cement : 4 coarse sand :8 graded stone aggregate 40 mm
nominal size):

Description Upto 1.4 m Upto 3 m Beyond 3 m

Depth (5’) Depth (10’) Depth (10’)

Pipes in open ground all round in haunches all round


(no sub soil water)

RCC/C.I pipes in sub soil water all round in haunches in haunches

Contractor 323 Engineer-in-Charge


RCC/C.I pipes (in all Conditions) all round in haunches in haunches

CC/C.I pipes under all round all round all round

Road or building

b. R.C.C. pipes or CI pipes may be supported on brick masonry or precast RCC or in situ cradles.
Cradles shall be as shown on the drawings.

c. Pipes in loose soil or above ground shall be supported on brick or stone masonry pillars as
shown on the drawings.

Measurement:

a. Excavation

Measurement for excavation of pipes trenches shall be made per linear meter.

b. Trenches shall be measurement between outside walls of manholes at top and the depth shall
be the average depth between the two ends to the nearest cm. The rate quoted shall be for a
depth upto 1.5 metre or as given in the Bill of Quantities.

Payment for trenches more than 1.5 m in depth shall be made for extra depth as given in the
Bill of Quantities and above the rate for depth upto 1.5 m.

c. RCC pipes shall be measured for length of the pipe line per linear meter.

i. Length between manholes shall be recorded from inside of one manhole or inside of
other manhole.
ii. Length between gully trap and manhole shall be recorded between socket of pipe near
gully trap and inside of manhole.

3.3 Salt Glazed Stoneware Pipes

Stoneware pipes shall be new and of First Class quality salt glazed and free from rough texture inside
and outside and straight. All pipes shall comply with IS:651 and have the manufacturers name marked
on them.

Laying of Salt Glazed Stoneware Pipes:

Pipes are liable to be damaged in transit and notwithstanding tests that may have been made before
dispatch each pipe shall be examined carefully on arrival at site. Each pipe shall be lightly struck with
a wooden hammer or mallet and those that do not ring true and clear shall be rejected. Sound pipes
shall be carefully stacked to prevent damage. All defective pipes shall be segregated, marked in a
conspicuous manner and their use in the works prevented by expeditiously removing them from the
work site.

Contractor 324 Engineer-in-Charge


The pipes shall be laid with sockets leading uphill and shall rest on solid and even foundations for the
full length of the barrel. Socket holes shall be formed in the foundation sufficiently deep to allow the
pipe jointer room to work right round the pipe and as short as practicable to admit the socket and
allow the joint to be made.

Where pipes are not bedded on concrete the trench bottom shall be left slightly high and carefully
bottomed up as pipes laying proceeds so that the pipe barrels rest on firm ground. If excavation has
been carried to low it shall be made up with cement concrete 1:4:8 (1 cement: 4 coarse sand: 8 stone
aggregate 20mm nominal size) at the Contractor's cost and charges

Jointing of Salt Glazed Stoneware Pipes:

Tarred gaskin shall first be wrapped round the spigot of each pipe and the spigot shall then be placed
into the socket of the pipe previously laid, the pipe shall then be adjusted and fixed in its correct
position and the gaskin caulked tightly home so as to fill not more than one quarter of the total
length of the socket.

The remainder of the socket shall be filled with stiff mix of cement mortar (1cement: 1 clear sharp
washed sand). When the socket is filled, a fillet shall be of 45 degrees with the barrel of that pipe. The
mortar shall be mixed as needed for immediate use and no mortar shall be beaten up and used after
it has begun to set.

After the joint has been made any extraneous materials shall be removed from the inside of the joint
with a suitable scarper of "badger". The newly made joints shall be protected until set, from the sun,
drying winds, rain or dust. Sackling or other materials which can be kept damp shall be used. The joints
shall be exposed and space left all around the pipes for inspection by the Project Manager. The inside
of the sewer must be left absolutely clear in bore and free from cement mortar or other obstructions
throughout its entire length, and shall efficiently drain and discharge.

S.W. Gully Trap

Gully trap shall be stoneware conforming to IS:651. These shall be sound and free from visible defects
such as fire cracks, or hair cracks. The glaze of the traps shall be free from cracks. They shall give a
sharp clear note when struck with light hammer. There shall be no broken blisters. Each gully trap shall
have one CI grating of square size corresponding to the dimensions of inlet of gully trap. It will also
have a water tight CI cover with frame inside dimensions 300 x 300mm the cover weighing not less
than 4.5 kg and the frame not less than 2.7kg. The grating cover and frame shall be of good casting and
shall have truly square machined seating faces.

Fixing of S.W. Gully Trap

The excavation for gully traps shall be done true to dimensions and levels as indicated on plans or as
directed by the Project Manager /Consultant / Architect. The gully traps shall be fixed on cement
concrete foundation 65cm square and not less than 10cm thick. The mix for the concrete will be 1:4:8.
The jointing of gully outlet to the branch drain shall be done similar to the jointing of S.W. Pipes
described earlier. After fixing and testing gully and branch drain, a brick work of specified class in
cement mortar 1:5 shall be built with a half brick masonry work round the gully trap from the top of

Contractor 325 Engineer-in-Charge


the bed concrete upto ground level. The space between the chamber and trap shall be filled in with
cement concrete 1:3:6. The upper portion of the chamber i.e. above the top level of the trap shall be
plastered inside the cement mortar 1:3 finish with a floating coat of neat cement. The corners and
bottom of the chamber shall be rounded off so as to slope towards the grating.

CI cover with frame 300 x 300 mm (inside) shall then be fixed on the top of the brick masonry with
cement concrete 1:2:4 and rendered smooth. The finished top cover shall be so as to prevent the
surface water from entering the gully trap.

Measurements

Gully traps shall be measured by the number and rate which shall include all excavation, foundation,
concrete, brick masonry, cement plaster inside and outside, C I grating and sealed cover and frame.

4. CONSTRUCTION OF MANHOLE

Where manholes are to be constructed, the excavation, filling back and ramming, disposal of surplus
earth, preparation of bottom and sides etc. shall be carried out as described earlier under trench
excavation. Manhole shall be sized and depths as called for in the drawings and Bill of Quantities.

The manhole shall be built on a base concrete 1:3:6 of 150mm thickness for manholes upto 1500mm
depth and 250mm thickness for manholes from 1500 to 2500mm depth and 300mm thickness
manholes of depth greater than 2500mm. Reinforcement as shown shall be provided in the base slabs.

The walls shall be of brick work of thickness as shown in drawings built in cement mortar 1:5. The
joints of brick work shall be raked and plastered internally in cement mortar 1:3 (at least 12 mm thick)
and finish with a coat of neat cement, external plaster shall be rough plaster in 1:3, PCC benching &
semi circular channels of the same diameter as the pipes shall be provided and finished with neat
cement coating.

Above the horizontal diameter, the sides of channel shall be extended vertically to the same level as
the crown of the outgoing pipe and the top edge shall be suitably rounded off. The branch channels
shall also be similarly constructed with respect to the benching but at their junction with the main
channel an appropriate fall suitably rounded off in the direction of flow in the main channel shall be
given. All manholes / sumps shall be provided with poly propylene coated steel reinforced foot rest.
The polyproplene shall confirm to ASTM D-4101 specification, injection moulded around 12 mm dia IS-
1786 grade FE-415 steel reinforcing bar. These rungs shall be set at 30cms interval in two vertical runs
at 380mm apart horizontally. The top rung shall be 450mm below the manhole cover. Unless
otherwise mentioned, manholes shall be constructed to the requirements of Indian Standard IS:4111
(Part I). All manholes shall be constructed so as to be water tight under test. All angles shall be
rounded to a 75mm radius with cement plaster 20mm thick. The benching at the side shall be carried
out in such a manner so as to provide no lodgment for any splashing in case of accidental flooding.
Manhole cover with frame shall be of cast iron of an approved make. The covers and frame shall
generally be double seal as specified in the Bill of Quantities.

Contractor 326 Engineer-in-Charge


4.1 Measurements

Manhole shall be measured in numbers as indicated in the Bill of Quantity. The depth of manhole
shall be measured from invert of channel to the top of manhole cover.

Manhole with depth greater than specified under the main item shall be paid for under `Extra Depth’
and shall include all items as given for manholes depth will be measured to the nearest cm. Depth of
the manholes shall be measured from top of the manhole cover to bottom of channel. The following
are inclusive in the cost of manhole viz;

i. Bed concrete

ii. Brick work.

iii. Plastering (inside & outside)

iv. R.C.C. top slab, benching and channeling including drop connections.

v. Supply and fix foot rests.

vi. Keeping holes and embedding pipes for all the connections.

vii. Excavation, refilling, necessary de-watering and disposing off surplus soil to a place as directed
by Project Manager.

viii. Curing.

ix. Cost of angle frame and embedding the frame in concrete bed.

x. Testing.

xi. De-watering of chambers.

4.2. Drop Connection

Drop connection shall be provided between branch sewer and main sewer in the main sewer itself in
steep ground when the difference in invert level of two exceeds 60 cms of the required sizes. Drop
connections from gully traps to main sewer in rectangular shall be made inside the manholes and shall
have CI special type’s door bend on to top and heel rest bend at bottom connected by a CI pipe. The
pipe shall be supported by holder bat clamps at 180 cms intervals with atleast one clamp for each drop
connection. All joints shall be lead caulked joints 25mm deep.

Drop connections from branch sewer to main sewer shall be made outside the manhole wall with CI /
CI class LA pipe, connection, vertical pipe and bend at the bottoms. The top of the tee shall be finished
upto the surface level and provided with a CI hinges type frame and cover 30cms x 30cms. The
connection and tee upto the surface chamber of the tee.

Drop connection made from vertical stacks directly into manholes shall not be considered as drop
connections.

Contractor 327 Engineer-in-Charge


4.3 Making Connections

Contractor shall connect the new sewer line to the existing manhole by cutting the walls benching and
restoring them to the original condition. A new channel shall be cut in the benching of the existing
manhole for the new connection. Contractor shall remove all sewage and water if encountered in
making the connection without additional cost.

5. GREASE TRAP

5.1 Size of Grease Trap

The size given in Bill of Quantities and drawings shall be internal size of chamber. The work shall be
done strictly as per standard drawing and following specifications.

5.2 Bed Concrete

Shall be in 1:4:8 cement concrete 150 mm thick.

5.3 Brick work

Brick work shall be with best quality bricks in I:5 CEMENT MORTAR.

Baffle walls shall be of R.C.C and of size as mentioned in Bill of Quantities. Brick partition constructed
of best quality table moulded bricks in cement mortar 1:5 shall be provided for the entire height of
chamber.

5.4 Plaster

The walls of chamber shall be plastered from inside with 12 mm thick cement plaster 1:3 and finished
smooth with a floating coat of neat cement & rough plaster on outside in cement mortar 1:3.

5.5 Chamber Covers

Covers shall be of size and duty as mentioned in Bill of Quantities. Covers shall be of cast iron as per
the details given in the drawing and shall be fixed on frame embedded in concrete.

C. I steps shall be provided at two corners of the chamber.

All Cast Iron and MS items shall be painted with two coats of bitumastic paint.

5.6 Cast iron Manhole cover and Frame

The Cast Iron Manhole Cover and Frame shall conform to IS: 1726 and the grade and types have been
specified in the Bill of Quantities. The cover and frames shall be cleanly cast and they shall be free
from air and sand holes and from cold shuts. They shall be neatly dressed and carefully trimmed. All
castings shall be free from voids whether due to shrinkage, gas inclusion or other causes. Covers shall
have a raised checkered design on the top surface to provide an adequate non-slip grip.

The sizes of covers specified shall be taken as the clear internal dimensions of the frame.

Contractor 328 Engineer-in-Charge


The covers and frames shall be coated with a black bituminous composition. The coating shall be
smooth and tenacious. It shall not flow when exposed to a temperature of 63° C and shall not brittle as
to chip off at a temperature of 0° C.

6. TESTING

All rights of the sewer and drain shall be carefully tested for water tightness by means of water
pressure maintained for not less than 30 minutes. Testing shall be carried out from manhole to
manhole. All pipes shall be subject to a test pressure of 1.5 meter head of water. The test pressure
will however, not exceed 6 meters head at any point. The pipes shall be plugged preferably with
standard design plugs or with rubber plugs on both sides, the upper end shall, however, be connected
to a pipe for filling with water and getting the required head poured at one time.

Sewer lines shall be tested for straightness by :

i. Inserting a smooth ball 12 mm less than the internal diameter of the pipe. In the absence of
obstructions such as yarn or mortar projecting at the joints the ball shall roll down the invert
of the pipe and emerge at the lower end.

ii. means of a mirror at one end a lamp at the other end. If the pipe is straight the full circle of
light will be seen otherwise obstructions or deviations will be apparent.

iii. The contractor shall give a smoke test to the drain and sewer at his own expense and charges,
if directed by the Owner’s site representative.

iv. A test register shall be maintained which shall be signed and dated by contractor and Owner’s
site representative.

Contractor 329 Engineer-in-Charge


TECHNICAL SPECIFICATIONS OF PUMPS & ALLIED WORK FOR MCG CULTURAL COMPLEX GURUGRAM

SPECIAL CONDITIONS

1. GENERAL

These special conditions are intended to amplify the General Conditions of Contract, and shall be read
in conjunction with the same. For any discrepancies between the General Conditions and these Special
Conditions, the more stringent shall apply.

2. SCOPE OF WORK

The general character and the scope of work to be carried out under this contract is illustrated in
Drawings, Specifications and Schedule of Quantities. The Contractor shall carry out and complete the
said work under this contract in every respect in conformity with the contract documents and with the
direction of and to the satisfaction of the Owner’s site representative. The contractor shall furnish all
labour, materials and equipment (except those to be supplied by the owner) as listed under Schedule
of Quantities and specified otherwise, transportation and incidental necessary for supply, installation,
testing and commissioning of the complete Pumping System as described in the Specifications and as
shown on the drawings. This also includes any material, equipment, appliances and incidental work
not specifically mentioned herein or noted on the Drawings/Documents as being furnished or
installed, but which are necessary and customary to be performed under this contract. The Pumping
System shall comprise of following:

a. Piping for Water Treatment Plant.

b. Plumbing pumps, equipment and electrical panel including connection to the various
equipment.

c. Other Miscellaneous Items.

d. Approval from Local Authorities

e. Wiring & earthing from MCC panels to various plumbing & fire fighting system, control wiring
& interlocking.

f. Cutting holes, chases & like through all types of walls /floors and finishing for all services
crossings, including sealing, frame works, fire proofing, providing sleeve, cover plates, making
good structure and finishes to an approved standard.

g. Balancing, testing & commissioning of the entire pumping system.

h. Test reports, list of recommended spares, as-installed drawings, operation & maintenance
manual for the entire pumping system.

i. Training of Owner’s staff.

Contractor 330 Engineer-in-Charge


3. ASSOCIATED CIVIL WORKS

Following civil works associated with Pumping System installation are excluded from the scope of this
contract. These shall be executed by other agencies in accordance with approved shop drawings of,
and under direct supervision of the Pumping System contractor.

i. RCC foundation for machines, pumps & large equipment with angle iron frame work at the
edges to protect these from damage.

ii. RCC work for water tanks

iii. PCC foundation blocks with angle iron frame work edging for all motor control centre.

iv. Water proofing of floors.

v. Masonry drain channels and sumps in plant room.

4. ASSOCIATED SERVICES WORKS

4.1 All associated ELECTRICAL WORKS listed below are excluded from the scope of this contract. These
shall be installed by other agencies in accordance with approved shop drawings of, and under direct
supervision of the Plumbing / Sanitary System contractor.

i. Providing power supply with earthing at the incoming of control panel in plant room.

5. PERFORMANCE GUARANTEE

The contractor shall carry out the work in accordance with the Drawings, Specifications, Schedule of
Quantities and other documents forming part of the Contract.

The contractor shall be fully responsible for the performance of the selected equipment (installed by
him) at the specified parameters and for the efficiency of the installation to deliver the required end
result.

The contractor shall guarantee that the Pumping System as installed shall maintain the design
conditions as described under relevant clauses in the specifications. The guarantee shall be submitted
in the proforma given in Appendix - II.

Complete set of architectural drawings is available in the Architect/Consultant’s office and reference
may be made to same for any details or information. The contractor shall also guarantee that the
performance of various equipment individually, shall not be less than the quoted capacity; also actual
power consumption shall not exceed the quoted rating, during testing and commissioning, handing
over and guarantee period.

6. BYE-LAWS AND REGULATIONS

The installation shall be in conformity with the Bye-laws, Regulations and Standards of the local
authorities concerned, in so far as these become applicable to the installation. But if these
Specifications and Drawings call for a higher standard of materials and / or workmanship than those
required by any of the above regulations and standards, then these Specifications and Drawings shall
take precedence over the said regulations and standards. However, if the Drawings and specifications

Contractor 331 Engineer-in-Charge


require something which violates the Bye-laws and Regulations, then the Bye-laws and Regulations
shall govern the requirement of this installation.

7. FEES AND PERMITS

The contractor shall obtain all permits/ licenses and pay for any and all fees required for the
inspection, approval and commissioning of their installation.

8. DRAWINGS

The Plumbing / Sanitary System Drawings listed under Appendix-I, which may be issued with tenders,
are diagrammatic only and indicate arrangement of various systems and the extent of work covered in
the contract. These Drawings indicate the points of supply and of termination of services and broadly
suggest the routes to be followed. Under no circumstances shall dimensions be scaled from these
Drawings. The architectural/interiors drawings and details shall be examined for exact location of
equipment and water supply / drainage piping etc.

The contractor shall follow the tender drawings in preparation of his shop drawings, and for
subsequent installation work. He shall check the drawings of other trades to verify spaces in which his
work will be installed.

Maximum headroom shall be maintained at all points. Where headroom appears inadequate, the
contractor shall notify the Architect / Consultant / Owner’s site representative before proceeding with
the installation. In case installation is carried out without notifying, the work shall be rejected and
contractor shall rectify the same at his own cost.

The contractor shall examine all architectural, structural, plumbing, electrical and other services
drawings and check the as-built works before starting the work, report to the Owner’s site
representative any discrepancies and obtain clarification. Any changes found essential to coordinate
installation of his work with other services and trades, shall be made with prior approval of the
Architect/Consultant/Owner’s site representative without additional cost to the Owner. The data
given in the Drawings and Specifications is as exact as could be procured, but its accuracy is not
guaranteed.

9. SHOP DRAWINGS

9.1 All the shop drawings shall be prepared on computer through Autocad System based on Architectural
Drawings, site measurements and Interior Designer’s Drawings. Within one week of the award of the
contract, contractor shall furnish, for the approval of the Architect/Consultant, two sets of detailed
shop drawings of all equipment and materials including layouts for Plant room, Pump room, Typical
toilets drawings showing exact location of supports, flanges, bends, tee connections, reducers,
detailed piping drawings showing exact location and type of supports, valves, fittings etc; external
insulation details for pipe insulation etc; electrical panels inside/outside views, power and control
wiring schematics, cable trays, supports and terminations. These shop drawings shall contain all
information required to complete the Project as per specifications and as required by the
Architect/Consultant/Owner’s site representative. These Drawings shall contain details of
construction, size, arrangement, operating clearances, performance characteristics and capacity of all
items of equipment, also the details of all related items of work by other contractors. Each shop
drawing shall contain tabulation of all measurable items of equipment/materials/works and

Contractor 332 Engineer-in-Charge


progressive cumulative totals from other related drawings to arrive at a variation-in-quantity
statement at the completion of all shop drawings. Minimum 6 sets of drawings shall be submitted
after final approval along with CD.

Each item of equipment/material proposed shall be a standard catalogue product of an established


manufacturer strictly from the manufacturers listed in Appendix-III.

When the Architect/Consultant makes any amendments in the above drawings, the contractor shall
supply two fresh sets of drawings with the amendments duly incorporated along with check prints, for
approval. The contractor shall submit further five sets of shop drawings to the Owner’s site
representative for the exclusive use by the Owner’s site representative and all other agencies. No
material or equipment may be delivered or installed at the job site until the contractor has in his
possession, the approved shop drawing for the particular material/equipment/installation.

9.2 Shop drawings shall be submitted for approval one week in advance of planned delivery and
installation of any material to allow Architect/Consultant ample time for scrutiny. No claims for
extension of time shall be entertained because of any delay in the work due to his failure to produce
shop drawings at the right time, in accordance with the approved programme.

9.3 Manufacturers drawings, catalogues, pamphlets and other documents submitted for approval shall be
in four sets. Each item in each set shall be properly labelled, indicating the specific services for which
material or equipment is to be used, giving reference to the governing section and clause number and
clearly identifying in ink the items and the operating characteristics. Data of general nature shall not
be accepted.

9.4 Samples of all materials like valves, pipes, insulation, control wires etc shall be submitted to the
Owner’s site representative prior to procurement. These will be submitted in two sets for approval
and retention by Owner’s site representative and shall be kept in their site office for reference and
verification till the completion of the Project. Wherever directed a mockup or sample installation shall
be carried out for approval before proceeding for further installation.

9.5 Approval of shop drawings shall not be considered as a guarantee of measurements or of building
dimensions. Where drawings are approved, said approval does not mean that the drawings supercede
the contract requirements, nor does it in any way relieve the contractor of the responsibility or
requirement to furnish material and perform work as required by the contract.

9.6 Where the contractor proposes to use an item of equipment, other than that specified or detailed on
the drawings, which requires any redesign of the structure, partitions, foundation, piping, wiring or
any other part of the mechanical, electrical or architectural layouts; all such re-design, and all new
drawings and detailing required therefore, shall be prepared by the contractor at his own expense and
gotten approved by the Architect/Consultant/ Owner’s site representative. Any delay on such account
shall be at the cost of and consequence of the Contractor.

9.7 Pumping System Contractor shall prepare coordinated services shop drawings based on the drawings
prepared by Electrical, HVAC & Low Voltage Contractors to ensure adequate clearances are available
for installation of services for each trade.

Where the work of the contractor has to be installed in close proximity to, or will interfere with work
of other trades, he shall assist in working out space conditions to make a satisfactory adjustment. If so

Contractor 333 Engineer-in-Charge


directed by the Owner’s site representative, the contractor shall prepare composite working drawings
and sections at a suitable scale, not less than 1:50, clearly showing how his work is to be installed in
relation to the work of other trades. If the Contractor installs his work before coordinating with other
trades, or so as to cause any interference with work of other trades, he shall make all the necessary
changes without extra cost to the Owner.

9.8 Within one week of approval of all the relevant shop drawings, the contractor shall submit four copies
of a comprehensive variation in quantity statement, and itemized price list of recommended (by
manufacturers) imported and local spare parts and tools, covering all equipment and materials in this
contract. The Project Manager shall make recommendation to Owner for acceptance of anticipated
variation in contract amounts and also advise Owner to initiate action for procurement of spare parts
and tools at the completion of project.

10. ACCESSIBILITY

The Contractor shall verify the sufficiency of the size of the shaft openings, clearances in cavity walls
and suspended ceilings for proper installation of his piping and other ancillaries. His failure to
communicate insufficiency of any of the above, shall constitute his acceptance of sufficiency of the
same. The Contractor shall locate all equipment which must be serviced, operated or maintained in
fully accessible positions. The exact location and size of all access panels, required for each concealed,
valve or other devices requiring attendance, shall be finalized and communicated in sufficient time, to
be provided in the normal course of work. Failing this, the Contractor shall make all the necessary
repairs and changes at his own expense. Access panel shall be standardised for each piece of
equipment / device / accessory and shall be clearly nomenclatured / marked.

11. MATERIALS AND EQUIPMENT

All materials and equipment shall conform to the relevant Indian Standards and shall be of the
approved make and design. Makes shall be strictly in conformity with list of approved manufacturers
as per Appendix - III.

12. MANUFACTURERS INSTRUCTIONS

Where manufacturer has furnished specific instructions, relating to the material and equipment used
in this project, covering points not specifically mentioned in these documents, such instructions shall
be followed in all cases.

13. ELECTRICAL INSTALLATION

The electrical work related to Plumbing / Sanitary System services, shall be carried out in full
knowledge of, and with the complete coordination of the contractor. The electrical installation shall be
in total conformity with the control wiring drawings prepared by the contractor and approved by the
Architect/Consultant. All equipment shall be connected and tested in the presence of an authorised
representative of the contractor.

The Plumbing / Sanitary System shall be commissioned only after the contractor has certified in
writing that the electrical installation work for Plumbing / Sanitary System services has been
thoroughly checked, tested and found to be totally satisfactory and in full conformity with the contract
Drawings, Specifications and manufacturers instructions. It is to be clearly understood that the final

Contractor 334 Engineer-in-Charge


responsibility for the sufficiency, adequacy and conformity to the contract requirements, of the
electrical installation work for Pumping System services, lies solely with the contractor.

14. COMPLETION CERTIFICATE

On completion of the Electrical installation for Pumping system, a certificate shall be furnished by the
contractor, counter signed by the licensed supervisor, under whose direct supervision the installation
was carried out. This certificate shall be in the prescribed form as required by the local authority.

The contractor shall be responsible for getting the entire electrical installation for Plumbing / Sanitary
System duly approved by the local authorities concerned, and shall bear expenses if any, in connection
with the same.

15. BALANCING, TESTING AND COMMISSIONING

Balancing of all water systems and all tests as called for the Specifications shall be carried out by the
contractor through a specialist group, in accordance with the Specifications and ASPE / ASHRAE Guide
lines and Standards. Performance test shall consist of three days of 10 hour each operation of system
for each season.

The installation shall be tested again after removal of defects and shall be commissioned only after
approval by the Owner’s site representative. All tests shall be carried out in the presence of the
representatives of the Architect/Consultant and Owner’s site representative.

16. COMPLETION DRAWINGS

Contractor shall periodically submit completion drawings as and when work in all respects is
completed in a particular area. These drawings shall be submitted in the form of two sets of CD’s /
DVD’s and four portfolios (300 x 450 mm) each containing complete set of drawings on approved scale
indicating the work as - installed. These drawings shall clearly indicate complete plant room layouts,
piping layouts, location of wiring and sequencing ofautomatic controls, location of all concealed
piping, valves, controls, wiring and other services. Each portfolio shall also contain consolidated
control diagrams and technical literature on all controls. The contractor shall frame under glass, in the
plant room, one set of these consolidated control diagrams.

17. OPERATING INSTRUCTION & MAINTENANCE MANUAL

Upon completion and commissioning of part Pumping System the contractor shall submit a draft copy
of comprehensive operating instructions, maintenance schedule and log sheets for all systems and
equipment included in this contract. This shall be supplementary to manufacturer’s operating and
maintenance manuals. Upon approval of the draft, the contractor shall submit four (4) complete
bound sets of typewritten operating instructions and maintenance manuals; one each for retention by
Consultant and Owner’s site representative and two for Owners Operating Personnel. These manuals
shall also include basis of design, detailed technical data for each piece of equipment as installed,
spare parts manual and recommended spares for 4 year period of maintenance of each equipment.

Contractor 335 Engineer-in-Charge


18. ON SITE TRAINING

Upon completion of all work and all tests, the Contractor shall furnish necessary operators, labour and
helpers for operating the entire installation for a period of fifteen (15) working days of ten (10) hours
each, to enable the Owner’s staff to get aquainted with the operation of the system. During this
period, the contractor shall train the Owner’s personnel in the operation, adjustment and
maintenance of all equipment installed.

19. TEMPORARY POWER AND WATER

One distribution point for temporary water at the tube well or the Municipal supply tap-off location
and one point for electricity shall be provided by the Owner at ground level. Alternatively the
contractor may be asked to make his own arrangements for water and power for which there shall be
no financial or other liability on the owner. However, cost of electricity consumed shall be charged
from individual contractor at actual. Electricity will not be given free of cost by the Owner. Water, if
supplied from the municipal connection shall be charged from individual contractors on actual basis.
Necessary metering for power and water shall be arranged by the contractor at his own cost.

Contractor at his own cost shall be responsible for all connections pumps, pipes, storage facilities and
all other things necessary to distribute and use services from these distribution points and as may be
required for his work. Owner does not warrant sufficiency nor continuity of supply at these
distribution points. If main supply fails, contractor shall be supplied electricity from the DG set of
other contractor a Rs. 9.00 per unit duly metered. The point of supply and the meter shall be at the
DG set. The cost of meter shall be borne by contractor.

Contractor 336 Engineer-in-Charge


APPENDIX-I

GUARANTEE PROFORMA

GUARANTEE FOR PLUMBING / SANITARY SYSTEM INSTALLATION

We hereby guarantee the year round Plumbing, Sanitary, Drainage and water
treatment system which we have installed in the Complex Described Below:

Building : MCG Cultural Complex

Location : Gurgaon

Owner : M/S ……………………………….

For a period of ONE YEAR from the date of acceptance of the total installation, WE
AGREE TO repair or replace to the satisfaction of the Owner, any or all such work that
may prove defective in workmanship, equipment or materials within that period,
ordinary wear and tear and unusual abuse or neglect excluded, together with any
other work, which may be damaged or displaced in so doing. In the event of our
failure to comply with the above mentioned conditions within a reasonable time,
after being notified in writing, we collectively and separately, do hereby authorize the
Owner to proceed to have the defects repaired and made good at our expense, and
we shall pay the cost and charges thereof, immediately upon demand.

SIGNATURE OF CONTRACTOR

DATE
SEAL

Contractor 337 Engineer-in-Charge


A P P E N D I X - II

LIST OF BUREAU OF INDIAN STANDARDS CODES

All equipment, supply, erection, testing and commissioning shall comply with the requirements of Indian
Standards and code of practices given below as amended upto 30th April, 2003. All equipment and material
being supplied by the contractor shall meet the requirements of IS, electrical inspectorate and Indian
Electricity rules and other Codes / Publications as given below:

1. General

SP : 6 (1) Structural Steel Sections

IS : 27 Pig Lead

IS : 554 Dimensions for pipe threads where pressure tight joints are
required on the threads.

IS : 779 Specification for water meters (domestic type).

IS : 782 Specification for caulking load.

IS : 800 Code of practice for general construction in steel

IS : 1172 Code of Basic requirements for water supply drainage and


sanitation.

IS : 1726 Specification for cast iron manhole covers and frames.

IS : 1742 Code of practice for building drainage.

Contractor 338 Engineer-in-Charge


IS : 2064 Selection, installation and maintenance of sanitary appliance code
of practice.

IS : 2065 Code of practice for water supply in buildings.

IS : 2104 Specification for water meter for boxes (domestic type)

IS : 2379 Colour code for identification of pipe lines.

IS : 2527 Code of practice for fixing rainwater gutters and down pipes for
roof drainage.

IS : 2629 Recommended practice for hot dip galvanizing on iron and Steel.

IS : 3114 Code of practice for laying of cast iron pipe

IS : 4111 (Part 1) Code of practice for ancillary structures in sewerage system: Part 1
manholes.

IS : 4127 Code of practice for laying glazed stoneware pipes.

IS : 5329 Code of practice for sanitary pipe work above ground for buildings.

IS : 6159 Recommended practice for design and fabrication of material, prior


to galvanizing.

IS : 7558 Code of practice for domestic hot water installations.

Contractor 339 Engineer-in-Charge


IS : 8321 Glossary of terms applicable to plumbing work.

IS : 8419 (Part 1) Requirements for water filtration equipment: Part 1 Filtration


medium sand and gravel.

IS : 9668 Code of practice for provision and maintenance of water supplies


and fire fighting.

IS : 9912 Coal tar based coating materials and suitable primers for protecting
iron and steel pipe lines.

IS : 10221 Code of practice for coating and wrapping of underground mild


steel pipelines.

IS : 10446 Glossary of terms relating to water supply and sanitation.

IS : 11149 Rubber Gaskets

IS : 12183 (Part 1) Code of practice for plumbing in multistoried buildings: Part 1


water supply.

IS : 12251 Code of practice for drainage of building basements.

IS : 5572 Code of practice for sanitary pipe work.

BS : 6700 Specification for design, installation, testing and maintenance of


services supplying water for domestic use within buildings and their
cartilages.

BS : 8301 Code of practice for building drainage.

Contractor 340 Engineer-in-Charge


2. Pipes and Fittings

IS : 458 Specification for precast concrete pipes (with and without


reinforcement)

IS : 651 Stone ware pipes

IS : 1239 (Part 1) Mild steel, tubes, tubulars and other wrought steel fittings: Part 1
Mild Steel tubes.

IS : 1239 (Part 2) Mild Steel tubes, tubulars and other wrought steel fittings: Part 2
Mild Steel tubulars and other wrought steel pipe fittings.

IS : 1536 Centrifugally cast (spun) iron pressure pipes for water, gas and
sewage.

IS : 1537 Vertically cast iron pressure pipes for water, gas and sewage.

IS : 1538 Cast Iron fittings for pressure pipes for water, gas and sewage.

IS : 1729 Sand Cast iron spigot and socket soil, waste and ventilating pipes,
fittings and accessories.

IS : 1879 Malleable cast iron pipe fittings.

IS : 3989 Centrifugally cast (sun) iron spigot and socket soil, waste and
ventilating pipes, fittings and accessories.

IS : 4346 Specifications for washers for use with fittings for water services.

Contractor 341 Engineer-in-Charge


IS : 4711 Methods for sampling steel pipes, tubes and fittings.

IS : 6392 Steel pipe flanges

IS : 6418 Cast iron and malleable cast iron flanges for general engineering
purposes.

IS : 7181 Specification for horizontally cast iron double flanged pipe for
water, gas and sewage.

3. Valves

IS : 778 Specification for copper alloy gage, globe and check valves for
water works purposes.

IS : 780 Specification for sluice valves for water works purposes (50 mm to
300 mm size).

IS : 1703 Specification copper alloy float valves (horizontal plunger type) for
water supply fittings.

IS : 5312 (Part 1) Specification for swing check type reflux (non return) valves : part 2
Multi door pattern.

IS : 5312 (Part 2) Specification for swing check type reflux (non return) valves : part 2
Multi door pattern.

IS : 12992 (Part 1) Safety relief valves, spring loaded : Design

IS : 13095 Butterfly valves for general purposes.

Contractor 342 Engineer-in-Charge


4. Water Quality

IS : 3025 (Parts 1 to 44) Method of sampling and test (physical and chemical) for water and
waste water.

IS : 4764 Tolerance limits for sewage effluents discharged into inland surface
waters.

IS : 10500 Drinking Water

5. Pumps & Vessels

IS : 1520 Specification for horizontal centrifugal pumps for clear cold fresh
water.

IS : 2002 Steel plates for pressure vessels for intermediate and high
temperature service including boilers.

IS : 5600 Specification for sewage and drainage pumps

IS : 8034 Specification for submersible pump sets for clear, cold, fresh water.

IS : 8418 Specification for horizontal centrifugal self priming pumps.

Contractor 343 Engineer-in-Charge


TECHNICAL SPECIFICATIONS

(PLUMBING)

SECTION-01 :: BASIS OF DESIGN

1. BASIS OF DESIGN
The Plumbing, Sanitary, Drainage System for the project is designed keeping in view the following:
1.1 Requirement of adequate and equal pressure availability of hot and cold water ` lines in Public Toilets,
Kitchen and other identified areas.
1.2 Adequate storage of water in under ground raw + overhead treated domestic water tanks.
1.3 Provision of fire fighting appurtenance such as fire hydrants, hose reel, sprinklers and portable
extinguishers.
1.4 Levels of roads / pavements and other services in the area.
1.5 Landscape layout.
The execution of works and materials used shall be as per the latest relevant I.S. specifications.
Wherever reference has been made to Indian Standard or any other specifications, the same shall
mean to refer to the latest specification irrespective of any particular edition of such specification
being mentioned in the specifications below or Schedule of Quantities.
2. CONCEPT OF THE SYSTEM
The following services are envisaged for the complex:
2.1 Water Treatment System for meeting the domestic water quality requirement with chemical
parameters in acceptable limits as per SP:35(S & T) 1987 which is considered safe for human
consumption.
2.2 Domestic/Flushing water supply through Hydropneumaic system.
2.3 Sewage and Sullage collection system based on IS:1742 and applicable standards for domestic
drainage and connected to Sewage Treatment Plant.
2.4 Storm / Rain water drainage system from various levels of the building and disposal to Rain Water
Harvesting System / storm water drain.
3. WATER STORAGE & DISTRIBUTION SYSTEM
3.1 Water Requirement
The water requirement for the project is proposed to be based on the provisions of IS: 1172 and
prevalent practice.
3.2 Source of Water
It is expected that part of the daily domestic water requirement for the Complex shall be through
municipal mains supply. The rest will be obtained from bore wells.

Contractor 344 Engineer-in-Charge


3.4 Appurtenant
Following components shall be included in the water supply system for efficient functioning:
i. Automatic air vent
ii. Pressure Gauge.
4. SEWAGE, SULLAGE AND STORM WATER
The soil and waste shall be carried down through one pipe drainage system. Independent vent pipe
for common soil & water stack is also provided to avoid foul smell entering through trapped gully in
WC. Provision of grease trap shall be made for waste water from Kitchen.
4.1. Design Limitations
The system is designed considering the following:
a. Termination of vent cowl at terrace level.
b. Provision of adequate slope for horizontal header pipes for achieving self-cleaning velocity in
the pipes.
c. Provision of cleanout plug.
5. WORKMANSHIP
The workmanship shall be best of its kind and shall conform to the specifications, as below or Indian
Standard Specifications in every respect or latest trade practices and shall be subject to approval of
the Owner’s Site Representative. All materials and/or Workmanship which in the opinion of the
Owner’s Site Representative / Architect / Consultant is defective or unsuitable shall be removed
immediately from the site and shall be substituted with proper materials and/or workmanship
forthwith.
6. MATERIALS
All materials shall be best of their kind and shall conform to the latest Indian Standards.
All materials shall be of approved quality as per samples and origins approved by the Owner’s Site
Representative / Architect / Consultants.
As and when required by the Owner’s Site Representative / Consultant, the contractor shall arrange to
test the materials and/or portions of works at his own cost to prove their soundness and efficiency. If
after tests any materials, work or portions or work are found defective or unsound by the Owner’s Site
Representative / Consultant, the contractor shall remove the defective material from the site, pull
down and re-execute the works at his own cost to the satisfaction of the Owner’s Site Representative /
Consultant. To prove that the materials used are as specified the contractor shall furnish the Owner’s
Site Representative with original vouchers on demand.

Contractor 345 Engineer-in-Charge


SECTION-01 :: PUMPING SYSTEM

1. PUMP

1.1 Positive Suction (Centrifugal)

Pump shall be centrifugal installed adjacent to water tank. The MOC shall be as per schedule of
quantity.

1.2 HYDROPNEUMATIC SYSTEM & PUMPING MAINS

1.2.1 SCOPE

This section of the contract involves the design, supply, installation, testing and commissioning of the
complete Hydropneumatic pumping system and other pumping systems complete with all controls
and electrical work for domestic water supply. All submersible, drainage pumps for the project are also
included in this contract. It also involves testing and commissioning of the pumping system with the
domestic water and flushing water supply & distribution.

This specification described the particulars of the contract, designs and systems chosen, and mode of
operation.

All installation work shall comply with the latest rules and regulations.

The work embraced by thisspecifications covers the design, submission to authorities, supply, delivery
on site, installation, testing, commissioning and maintenance of the Hydropneumatic pumping system,
other pumping system installation of the building in accordance with this specification and associated
drawings.

The scope of work shall include the following (list is indicative and not exhaustive) :

- Variable speed pumping units domestic water supply & distribution.

- Suitably sized food grade quality, non-toxic diaphragm type pressure vessels complete with
necessary interconnections and controls.
- Control panel for pump control complete with variable speed drives, circuit breakers, fusses,
pressure transmitters etc. complete with all interconnections to pumps and electrical supply
panels.

- Pump control units complete with pre-programmed micro-processorchip.

- Pump monitoring units to monitor operation of pumps.

- Each Hydropneumatic Pumping unit shall be supplied as a complete set including variable
speed pumps, pressure vessels suction and discharge common manifolds, non-return valves,
isolating valves, pressure transmitters on the discharge side and level electrode at the suction
tank. Each unit shall be provided with electronic microprocessors for unit control and all
necessary electrical work for the unit.

Contractor 346 Engineer-in-Charge


- Submersible drainage pumps for plant room drainage complete with electrical panels and
necessary accessories with automation for pump operation.

- The Hydropneumatic system supplier shall provide the pumping units in the designated pump
rooms as complete units included all necessary piping within plant such that only discharge
connections are required to be connected into the unit’s discharge manifolds just inside the
plant room, by the Plumbing tenderer. The Hydropneumatic system tenderer shall guarantee
specified pump performance at various pump speeds and Hydropneumatic pumps must be
able to supply at least 2 bar pressure at the highest/farthest fitting.

- Electrical equipment and installation work including the PLC in Control panel.

- Painting and labelling of pipework and equipment;

- Provision of all hold down bolts, spigots struts and the like required to be built in during
construction;
- Provision of all level switches, flow switches and other sensing devices for status indication.
- All interfacing work with other trades.

- Testing and commissioning and balancing of the Hydropneumatic & Pumping system;
- Provisions of operating instructions and maintenance manuals;
- Provision of spare parts;
- Training of the employer's staff for proper operation of the entire systems;
- Liaison with Local Authorities to obtain all necessary certificates and approvals, including the
completion of all submission drawings, forms and payment of any fees and charges. All the
costs for all the tests required by Local Authorities shall be included. To attend to any
Authorities inspection regardless of whether this inspection is carried out after the defect
liability period;

- Provisions of the necessary installation which include pumping works, pipe work within the
pumping unit up to suction and discharge manifolds, conduit and control wiring, etc. to form a
workable system required;
- All other works and systems as specified in the Contract document and or shown on the
drawings.

- All cutting, patching, framing up, furring in, chasing and making good associated with the
building construction for the passage of pipes, conduits and the like including providing GI
pipes sleeves of required size corresponding to pipe dia, wherever pipes crossing fire rated
walls and floors and sealing with glass wool in between and fire sealant compound on either
end. Details on shop drawings shall also be provided.

2 GENERAL

Equipment offered for supply and installation shall include the following:

All minor items and incidental work, equipment accessories and materials may not be specifically
mentioned but are required for the proper completion of the installations in accordance with the true
intent and meaning of this Specification.

Contractor 347 Engineer-in-Charge


Readily accessible, dust-proof lubricating facilities on all moving parts and equipment including
provision for cleaning all lubricating lines and bearings and charging same with the correct lubricants
after installation but prior to testing and commissioning.

Clearly visible and robust manufacturer's name-plates permanently fitted each and every item of
equipment and showing the manufacturer's name, type and/or model number, serial number, and all
essential operating data such as speed, capacity, voltage, current draw, etc.

The Tenderer also shall allow provision for the inspection of all plant and equipment by the
manufacturer or his licensed representative, at least twice during the course of the installation.

3. PIPING

The pipes and fittings in the domestic Water Treatment plant room shall be GI class `C' (heavy class)
conforming to IS: 1239 (Part-I) for pipes and IS: 1879 (Part 1 to 10) for malleable cast iron galvanized
fittings or specified in the BOQ.

4 PUMPS FOR HYDROPNEUMATIC & DRAINAGE SYSTEM

4.1 PUMPS

Pumps shall be vertical, centrifugal, multistage directly coupled to motor. Provision of pump with
pump head & base of cast iron and other parts in SS 304 shall be made for pumps required in
Hydropneumatic System. Impeller shall be hydraulically balanced and keyed to shaft. Pump shall be
mounted on a concrete foundation, projecting at least 15 CM above finished floor level. The pumps
base shall be set on a vibration elimination pad. The pump shall be lubricated in strict accordance with
the manufacturer’s instructions and shall be factory aligned prior to shipment. All motors and bases
shall be painted with approved finish shop coat of paint. The pump shall be selected for the lowest
operating noise level and shall be complete with flexible connections, valves, and pressure gauges. The
pumps shall include cost of foundation channel complete.

The Tenderer shall supply and install pumps of the type and performance as shown on the drawings.
All duties of pumps given in the Tender Drawings shall be checked and where necessary corrected
before ordering. All the parts of the pumps that are in contact with water e.g. shaft, impeller etc.
shall be of stainless steel construction.

Pumps shall be so selected that the design duty point is within 5% of the maximum efficiency point.
The pump casing so selected shall have ample space to take an impeller one size larger than that
capable of performing the design duty.

The pump shall have a speed of not more than 1500 rpm. However pumps of 2900 rpm with high
efficiency and low noise motor can be selected and noise data submitted for approval. All pumps and
motors shall be of minimum vibration and noise level during operation. Vibration isolators shall be
provided for all pump sets.

Facilities shall be provided to prevent starting of pumps when the water tank is at low water level. An
indicator for this low water level alarm shall be provided.

Facilities to select which pump to be duty pump and standby pump shall be provided and be
interchangeable.

Contractor 348 Engineer-in-Charge


Pump curves for all pumps offered shall be submitted. All curve indicating excessive shut-off head will
not be approved.

Each pump shall be provided with a gate valve at suction and discharge, approved check valve at
discharge, approved strainer at suction, flexible connections at pump suction and discharge, eccentric
reducer at suction, concentric reducer at discharge, pressure gauges at suction and discharge,
circulation relief valve and automatic air relief valve.

Appropriate neoprene vibration isolation mountings shall be provided for each pump sets.

Vertical Pumps

Multi-stage pumps shall be of centrifugal type and arranged with shafts vertically installed. The
impellers shall be of stainless steel mechanically balanced and keyed to shaft. Renewable guide rings
are to be provided in the casting, keyed to prevent rotation.

Pumps shall be driven by elevated in-line TEFC squirrel cage motors via extended vertical shafted
complete with universal couplings.

The shafts shall be stainless steel. Stainless steel sleeves shall be provided to protect the shaft in the
water space and through the sealing glands. The sleeves shall be keyed to prevent rotation and
secured against axial movement.

The bearings shall be of ball or roller type protected against ingress of water, dirt and other matter.

Vertical multistage pumps shall have universal flanges. Intermediate bearing, support bearing shall be
provided in the pump.

The shaft seal shall be easily serviceable and shall allow for correct adjustment and loading of the seal..
Pump motors above 7.5 kW shall be equipped with a spacer coupling which allows changing of shaft
seals without removing the motor. The pump motors shall be of Class “F” insulation and IP55 rating
and shall be provided with built-in thermistors for protection against overheating.

4.2 VARIABLE SPEED HYDROPNEUMATIC PUMPING SYSTEM

Variable speed Hydropneumatic pumping units shall be provided for supply of domestic water,
flushing water supply for the project. The units shall be selected so as to provide at minimum of 1.5
bar pressure at the highest/farthest fitting in each plumbing system, the unit serves. The
hdyropnematic pumping units shall have the following features;

4.2.1 System Description

The system shall be supplied as complete sets including suction and discharge common manifolds,
non-return valves, isolating valves, pressure transmitter on the discharge side and electrode at the
suction tank.

The system operation will be such that the initial small water demand shall be met by the charged
diaphragm pressure vessel. Should the water demand continue the system pressure will dip to a
preset pump cut-in point when the lead pump starts to operate at reduced speed through the variable

Contractor 349 Engineer-in-Charge


speed drive. However, should the system pressure be still below the preset value, the controller
continuously increases pump speed to meet the system demand. When the lead pump is not able to
meet the system pressure at full speed, the second pump also starts to operate.

At peak demand all the pumps operate, similarly, if there is a drop in water demand the duty pump
speed starts to reduce, then standby pumps cuts-off, followed by stopping of the duty pump.

The closed diaphragm pressure vessel shall be of polyethylene material with a pressure gauge and
isolating valve. The interior shall be of non-toxic lining suitable for use with potable water. The vessel
shall be manufactured to conform to ASME pressure vessel code/standards.

The system shall be under the control of an electronic microprocessor unit (EMU).

A pressure transmitter shall detect the pressure at the delivery manifold and feedback to the
microprocessor control panel via control circuit.

The system shall incorporate a frequency converter or frequency converter motors on the pumps and
the pressure transmitter shall register the actual pressure on the discharge side.

The variable speed drive pumping system shall maintain a constant pressure regardless of the system
demand. If there is a drop in pressure outside the preset point, the Variable Speed Drive (VSD) pump
shall start to run until the pressure increases to the preset limit, or it will continue to increase the
pump speeds to the upper limit of the frequency. If the water system demand still cannot be met, the
second pump shall be called in to run, the VSD will then alter the pump speed to meet the preset
pressure point. If the set point is still unable to be met, the third pump is then activated to run (in case
of 3 pumps units).

This shall be achieved by continuously varying the motor speed of the duty pump according to the
demand up to a maximum designed capacity.

Under decreasing hydraulic demand the reverse sequence to the above description shall apply.

The EMU shall ensure alternation of all the duty and standby pumps for even running hours for all the
pumps.

The frequency converter shall be linked to the motor of the duty pump for continuous speed
adjustment and ultimately the water delivery shall be maintained at constant pressure at the preset
value.

4.2.2 Local Motor Control Panel

The motor control panel shall be equipped with all the necessary electrical components including a
microprocessor control unit and a frequency drive. The control panel and the microprocessor shall
cover the followings functions:

- Flexibility and simplicity in allowing the necessary re-adjustment of the pumping system pre-
set delivery pressure to operate the pumps within the specified maximum and minimum
delivery ranges.

Contractor 350 Engineer-in-Charge


- Built-in frictional loss compensation factor which will automatically increase the delivery
pressure setting, in collaboration with the increase in flow demand. This shall be able to
minimize the system pressure differences and provide a more constant pressure along the
supply line and also to save the energy consumption of the motor when running at low speed.

- Automatic changeover of the pumps to be controlled by the microprocessor which dictates


the duty and standby pumps to run at variable speed.

- Built-in clock functions with weekly programming and with switch on system to operate at at
least 10 different pre-set pressure points as required.

- When the system has not been operated for more than 24 hours, it shall automatically start
the pumps for a few seconds/day to ensure the pumps readiness at all times. The standby
pumps shall be activated upon failure of duty pump(s). In event of control failure, the pumps
shall be able to be start/stopped manually at the local panel by means of pressure switches.

- The microprocessor control panel shall be able to cut-off the pumping system when excess
pressure is registered in the discharge common manifold.

- The system shall have the capability of receiving input signal concerning reduced water level in
suction tanks and shall have control mechanisms to prevent the pumps form running dry.

- Automatically starting the pumps when the water level is back to normal.

- In case of pump failure due to motor overload, the standby pump is switched on
automatically. Alarm signal is displayed on the LCD Display unit and alarm lights are activated.

- Functions to limit the no. of start/stop of pumps per hour.

- The system control panel shall incorporate at least the following components:

a. LCD Display

b. Pumps selections for up to 4 pumps so that system controller can control up to 6


pumps

c. Pump status button to display duty pump speed and system capacity

d. Zone status button to display operating parameters for different pumping units

e. Setting button to input preset pressure, system start/stop time etc.

f. ±1 button to key in numeric data such as pressure set point, etc.

g. Enter button for confirmation of input into the system

h. Alarm button to show location of fault - self diagnostic function display

i. Hour Run measurement for each supplied pumpset

j. Buttons for scrolling to select the actual display reading for system configuration, i.e.
up and down scroll concept.

Contractor 351 Engineer-in-Charge


k. Necessary devices for programming, supervising and monitoring operation
data/system, status shall be incorporating into the control panel.

4.2.3 Operations

Local control panel shall perform as follows:

Auto mode

The desired delivery pressure within the range specified shall be set at the duty local control panel.
The pressure transmitter shall detect the delivery pressure continuously within 1 second and feedback
to the microprocessor which will control the variable speed drive frequency converter for speed
control of the duty pump. When demand increases, the subsequent pumps in the system will be
activated to boost up the pressure. Ultimately the duty pump set shall be operated fully automatically
to maintain the delivery pressure constantly at the desired set value.

Manual Mode

The on/off function of the pumps shall be manually adjusted at the microprocessor located at the local
control panel.

Frequency Control By-pass Mode

All the pump sets shall be started/ stopped automatically with the pump output at fixed maximum
rotational speed. All the control and protection functions shall remain active. The cut in/cut out
pressure shall be internally calculated by the microprocessor for each pump.

4.2.4 System Features

The required performance features of each Hydropneumatic pumping unit shall be as follows:

System Configuration

Variable speed pumps with pressure vessels.

Control panel consisting of the following components:

- Pump Functional Unit (PFU) - control unit c/w pre-programmed microprocessor chip. This unit
shall control all pumping unit operations through electronic controller.

- Pumping Monitoring Unit (PMU) - monitor the operation of the pump sets. This unit shall allow
for monitoring and setting of all control parameter.

- Variable Speed Drive

- Circuit Breakers

- Fusses

- Pressure Transmitter

Contractor 352 Engineer-in-Charge


Set Point

Ten separate pressure “set points” shall be able to be programmed into the PMU, and switching
between set points is timed by a real time clock when a lower pressure is acceptable during certain
periods, for instance after hours or weekends, the set point shall be lowered to minimise power
consumption.

An external input shall also be used to switch between set points, or manually adjust a set point at any
time.

Friction Loss Compensation

It shall be possible to allow for the friction loss component of the system, calculated at full flow and
set as a percentage of the set point which will reduce the working pressure of the pump set depending
on the actual no. of pumps in operation. A linear approximation of system resistance curve can
therefore be allowed for, and pressure will automatically increase as system flow and subsequent
frictional losses increase. As such power consumption shall reduce which is required for the pumping
system.

Displays

Through the PMU keypad all variable parameters shall be adjustable, current status of settings and
measured values shall be able to display on the 2 line x 24 character liquid crystal display.

Individual menus shall be available for monitoring individual pumps, zones, settings, alarms and
ON/OFF functions.

Pump Status

Running hours of each pump

Actual pump status (running, not available, standby, allocated to zone, fault)

Maximum head of pump at zero flow.

Zone Status

This menu shall be the main operating menu where at the setting and operating parameters can be
viewed,

a. Current operating set point


b. Measured values in the system
c. Operating capacity in terms of total output
d. Mode of operation for the zone
e. Clock programs (relating to set point pressures)
f. Standby pumps
g. Pump change over time
h. Zone configuration
i. Pressure transducer scaling
j. Friction loss compensation
k. Pump priority
l. Inlet pressure measuring (if required)

Contractor 353 Engineer-in-Charge


m. System response times
n. Allowable number of starts per hour for the pumps
o. Minimum limit (loss of water, burst mains protection)

Setting Menu (Set)

In this menu all parameters for the operation of the pump set shall be able to be adjusted as required.

a Set points (up to 10)

b. On/Off function (used to prevent unnecessary cycling at low demands)

c. Displayed pressure units (Bar, PSI, mBar, kPa)

d. Real time clock programming for any time of the day, week, or weekend

e. Zone configuration

f. Friction loss compensation

Alarm

The alarm menu shall display all faults that occur during operation, logging the time and date of when
the fault occurred and when it was corrected, or whether it is still an actual fault, up to 10 faults can
be maintained as history in the controller. The following type of faults shall be diagnosed by the
controller.

a. Mains failure

b. Frequency converter fault

c. Analogue input (pressure transducer) fault

d. High discharge pressure fault

e. Low discharge pressure fault

f. Motor thermal overload fault

Variable Frequency Drive

Variable frequency drive shall be of a reputable make acceptable to Project Manager and shall be
complete with RFI filter and harmonic dampers.

Enclosure

An IP 54 powder coated steel enclosure shall house all the electrical components.

The enclosure can be supplied loose for remote mounting, or mounted on a common base with the
pumps, it shall be adequately ventilated for use in conditions up to a maximum ambient temperature
of 45 degrees Celsius.

Electrical Componentry

Contractor 354 Engineer-in-Charge


All circuit breakers, thermal overloads and contactors shall be of reputable make acceptable to the
architect. Electrical supply to the pump controller shall be protected using an isolating circuit breaker.

Method of Starting

The panel shall be built to start the pumps in suitable starting modes, i.e. D.O.L., Star/Delta, or using
Soft Starters.

Quality and Testing

Manufacture of the pumps, plus design and assembly of the complete packaged Hydropneumatic
pumping system shall be factory assembled and the pump station shall be fully tested hydraulically
and electrically prior to dispatch to site. Test reports etc. shall be submitted for review before
dispatch.

4.2.5 Pump Pressure Vessel

Diaphragm type pressure vessels shall be provided as shown on the drawings. They shall be
incorporated into the system so that during normal operation the pump shall not need to be start
within 30 seconds of it switching off in order to prevent the pump hunting.

The pressure vessel shall be of adequate capacity to accommodate a considerable fluctuation in water
demand by the system with minimum start/ stop cycles of the pumps. The vessel shall be constructed
of steel plate built to ASME Standards for Unfired Pressure Vessel. A rubber diaphragm shall be
provided in the vessel for separating the water and pre-charge nitrogen. The pre-charge pressure shall
be adjustable and charging port with non-return device shall be provided. The adjustable cut-in and
cut-off pressure unit for the pumps shall be built-in at the vessel to suit the system.

4.3 FLOATLESS TYPE LEVEL SWITCH IN WATER TANKS

The Tenderer shall supply and install floatless type switch probes in the water tanks as indicated below
and shown on the drawings.

Raw Water Tanks at Basement

· High level alarm (over-flow);

· Low level alarm;

· Low level cut-out for raw water pumps;

· Earthing probe.

Cooling Tower Make-up

· High level alarm (over-flow);

· Low level alarm;

· Low level cut-out for supply pumps;

· Earthing probe.

Contractor 355 Engineer-in-Charge


Potable Water Tank at Basement Level

· High level alarm (over-flow);

Low level alarm;

Low water level cut-out for the domestic hydropneumatic pumps;

· Earthing probe.

Soft Water Tank at Basement Level

· High level alarm (over-flow);

Low level alarm;

Low water level cut-out for the domestic hydropneumatic pumps;

· Earthing probe.

flushing Water Tank at Basement Level

· High level alarm (over-flow);

Low level alarm;

Low water level cut-out for the domestic hydropneumatic pumps;

· Earthing probe.

Each probe shall be of the correct length for the particular application and tank location. Electrodes
shall be of polished stainless steel 20 mm OD. Electrode holders shall be weatherproof in all respect.

The earthing probes shall be connected and wired to the building earth systems of the building.

Each set of electrodes shall be installed inside a 230 mm diameter PVC pipe acting as a wave barrier.

The level switch set shall operate with a stepped down voltage at 24V maximum. Stepped down
transformers shall be provided for each set of control probes and shall be installed inside centralised
control cubicles inside pump room.

Mechanical steel stuffing boxes shall be used.

Control of Duty / Standby Pumps

Operation of the duty and standby pumps shall be carried out by the following method:

a. Automatically by means of pressure sensor (i.e. pressure switches);

b. Manually by means of a local start/stop push buttons on pump local motor control panel and
emergency stop switch.

Contractor 356 Engineer-in-Charge


The pressure switch shall be installed next to the manual release valve. When the pressure drops to
the pre-determined level, a signal will be sent to the pump local motor control panel to start the
pump.

Automatic controls shall be operated by electronic, float less type level switches.

Pump Indicator

The following audible and visible indication shall be provided at the pump local control panels as
applicable:

a. Red "overflow level" indicator with buzzer for the associated water tanks;
b. Amber "extra high water level" indicator for the associated water tank;
c. Amber "high water level" indicator;
d. Amber "low water level" indicator;
e. Red "pump trip" indicator for each pump;
f. Green "pump on" indicator for each pump;
g. "Pump electrical supply healthy" indicator for each pump;
h. Amber "remote/local" status indicator.

1.2 Submersible Pumps

These shall be fully submersible with a fully submersible motor. The pumps shall be provided with an
automatic level controller and all interconnecting power and control cabling which shall cause the
pumps to operate when the water level in the sump rises to a preset level and stop when the preset
low level is reached.

Pumps for drainage shall be single stage, single entry.

Pump shall be with a dynamically balanced impeller connected to a common shaft of the motor. The
vane for sewage pump will be open type, while for drainage pump, etc. it will be of semi open type.
The MOC of the pump shall be in accordance to schedule of quantity.

Each pump shall be provided with a suitably rated induction motor suitable for 415 volts, 3 phase, 50
Hz A.C. power supply.

Each pump shall be provided with in built liquid level controller for operating the pump between
predetermined levels.

The pumping set shall be for stationary application and shall be provided with pump connector unit.
The delivery pipe shall be joined to the pump through a rubber diaphragm, and bend and guide pipe
for easy installation.

Pump shall be provided with all accessories and devices necessary and required for the pump to
make it a complete working system.

Sump pump shall be complete with level controllers, power and control switch gear, Auto/off/Manual
switches, pumps priority selections and control and power cabling upto motor and controller/probes
etc. (Including earthing). Level control shall be such that one pump starts on required level, 2nd pump
cuts in at high level and alarms is given at extra high level. All level controllers shall be provided with
remote level indications.
1.3 Motor Design for Submersible Pump

Contractor 357 Engineer-in-Charge


The pump motor shall be a squirrel cage induction, housed in air filled water-tight enclosure. Oil filled
motors are not acceptable. The stator windings shall be Class "F" insulation (155 degree C or 311
degree F) for general usage and class `H' insulation (180 degree C or 317-8 grade 2) for submersible
type.

The stator shall be heat shrunk fitted into the enclosure and shall not use bolts, pins or other fasteners
that penetrate through the stator enclosure. The starter shall be equipped with a thermal switch
embedded in series in the coils of the stator windings to protect the stator from wheel.

The motors shall be designed for continuous running duty type at 415 volts, 3 phase, 50 Hz power
supply and capable of sustaining a minimum of 20 starts/stops per hour.

Between stator housing and pump, a tandem seal arrangement will be provided with an oil barrier.
Both seals run in oil, allowing dry running without seal damage. Both seals shall be of the rubber
bellows or metallic bellow type with positive drive between shaft and rotating seal face.

Contractor 358 Engineer-in-Charge


SECTION – 02 :: WATER TREATMENT SYSTEM & ACCESSORIES

1 FILTERATION

1.1 SCOPE

The scope of this section comprises the supply, installation and commissioning of MSEP filter, dosing
system, piping, valves, support arrangement for filter, electrical panel and cabling.

1.2 MSEP FILTERS

Filter shall be designed in accordance with code of unfired pressure vessel conforming to IS for steel
constitution.

Filters shall be vertical type of required diameter. The shell and dished ends shall be fabricated with
M.S. Plates of 6 mm & 8 mm thickness. The filter shall have at least one pressure tight manhole cover.
Filter shall be painted inside with one coat of epoxy primer & two coats of food grade, non toxic
corrosion resistant epoxy paint (50 Micron on each coat) and two coats of Zinc chromate outside,
finished with two coats of approved synthetic enamel colour. Each filter shall be provided with an
efficient under drain system. The inlet distribution system shall comprise of inverted manifold plate
and the under bed draft off system shall comprise of bed plate with PP strainers.

1.3 FACE PIPING

Each filter shall be provided with interconnecting face piping comprising of inlet, outlet, and backwash
complete with butterfly / ball / diaphragm valves.

1.4 ACCESSORIES

Each filter shall be provided with following accessories:-

a. Inlet and outlet pressure gauge

b. Sampling cock / valve on raw water inlet and filter water outlet

c. Individual drain connection with gunmetal full way valve for each filter.

d. Air release valve with connecting pipe

1.5 FILTER MEDIA

The filter media shall comprise of desired media as specified in the Schedule of Quantities or gravel /
silica of various grade in varying thickness. The cut-section of the filter along with filter media detail
shall be subject to approval by the Consultant.

Contractor 359 Engineer-in-Charge


SECTION – 3 - SPECIFICATION FOR ELECTRICAL WORK AND INSTRUMENTATION

1. Work under this section shall consist of providing detailed designing, labour, materials and equipment
necessary and required to provide all electrical equipment for the treatment plant.
Without restricting to the generality of the foregoing the electrical installation work shall consist of:-

1.1 Electric motors for all equipment.


1.2 Cabling to all electrical motors.
1.3 Wiring for pumping station and control room.

1.3 Motor control centre


1.5 Instrumentation

1.6 Internal electrification of all pumps/control rotors.

2. GENERAL

2.1 All electrical motors and other equipment shall be suitable for 415 ± 10% volts, 3 phase, 50 cycles.
Motor 1 H.P. or below shall be single phase. All motors installed in open area must have space heaters
and the circuits should have provision for automated operation.

2.2 All motors shall be rated 10.0% above the required H.P.

2.3 Each motor shall be provided with weather proof terminal box and motors in exposed conditions shall
be provided with suitable removable PVC covers.

2.4 Connections to all motors shall be made with flexible connections with suitable bushes and terminal
lugs.

2.5 All electrical equipment supplied shall conform to relevant Indian or British standards wherever
applicable and of reputed makes. All items shall be tested at manufacturer’s works and certified copies
of such tests shall be supplied to the owners.
2.6 All electrical work shall be executed by authorized and qualified persons competent to undertake such
works under the rules and regulations of the local electric supply authority.

3.MOTORS

3.1 Electric motors shall be totally enclosed fan cooled induction type squirrel cage motors conforming to
I.S. 325.

4. GENERAL SPECIFICATION FOR ELECTRICAL PANEL

CONSTRUCTION FEATURES:

GENERAL:

4.1 Electrical Panel shall be fabricated out of CRCA sheet steel cubicle, indoor floor mounting, dead front
freestanding type. The design shall be totally enclosed, completely dust tight and vermin proof. The
sheet steel used shall be 16 SWG thick, gaskets of 2mm thick shall be used between all adjacent units
and beneath all covers to render the joints effectively dust proof. Sheet steel work shall be of high
quality. All openings and outlets in the doors shall be machine made and shall be free from burrs.
Welded runs shall be ground smooth. All sheet surfaces shall be free from dents and hammer marks. A

Contractor 360 Engineer-in-Charge


base channel of 100mm x 50mm fabricated out of 3mm thick hot rolled sheet steel painted black shall
be provided to prevent corrosion of the sheet steel cubicles and to facilitate cleaning of floors. For
convenience of operation and ease of cable termination, there shall be a gap of at least 150 mm
between the floor level and the bottom most unit.

4.2 The design of framework and end covers shall be such as to require a minimum number of screws
visible from outside. The frame work shall be made of steel sheets folded to impart strength which will
also serve as continuous barriers between logically arranged switch board components. The
arrangement of horizontal and vertical bus bars, switchgear compartment and cable space shall be
used on modular construction.

4.3 Each module shall be fitted with individual dust proof doors provided with insulated thumbscrews. The
switchboard shall have uniform height and depth throughout its length and shall present a flush
appearance. The maximum operation height shall not exceed 2000mm. Adequate lifting facilities shall
be provided for each shipping section to facilitate handling and transport. The compartment doors
shall be so inter locked that it shall not be possible to open the doors with the switch in closed
position. An arrangement for defeating this door inter lock shall be provided for testing purposes.

4.4 Outgoing links from feeders shall be rigidly supported and suitably extended in cable box chamber for
ease of cable connections. Insulated shields shall cover Cable lugs and links. Barriers shall be provided
between the modules accommodating equipments associated with the outgoing circuits. All vertical
sections shall have covering at the bottom so that entry of dust, rats and vermin is not possible.

5. MCCB COMPARTMENT:
The MCCB shall be of the air break type in order to eliminate fire and explosion risk. The compartment
doors should be so inter locked that they do not open when the MCCB is in closed position. The
MCCBs shall have rupturing capacity of 25 KA.

6. BUS BAR:

Three phase & neutral Al. bus bars shall be provided of rating as specified. Al. alloy used for bus bars
and connections shall be equivalent to E.91-E-WP of I.S.5082/1969. Busbars shall be housed in
separate busbar chambers. The busbars shall be suitably braced to with stand the fault level and shall
be supported on unbreakable non-hygroscopic fingered/SMC type insulators rigidly held to the
framework of the chamber. Busbar chamber shall have a separate screwed cover and means shall be
provided to identify the various phases of the busbars.

7. CABLE COMPARTMENTS:

A full height cable compartment shall be provided for easy termination of all incoming and outgoing
cables entering either from top or from bottom. Adequate supports shall be provided for the cables
where necessary. The cable compartment shall have it's own hinged cover which can be removed for
case of access during cabling.

8. INTER CONNECTION AND CONTROL WIRING:

Switch board shall be completely factory wired ready for connecting to the equipment. Power
connection of the circuits shall be done by Al. flats or by adequate size of P.V.C. insulated standard

Contractor 361 Engineer-in-Charge


copper wires. Control wiring shall be done by P.V.C. insulated wires of minimum size 1.5 Sq.mm
copper. All control wiring shall be fitted with identification ferrule at each end and not more than two
connections shall be made at any one terminal. The wires shall be arranged and supported in such a
manner that there shall be no strain on the terminations.

9. TERMINAL ARRANGEMENTS:

The termination shall be of adequate current rating and size to suit individual feeder requirements. For
connections above 63 amps .rating cable lugs shall be used. These cable lugs shall be mounted in such
a manner so as to facilitate easy cable connections. Terminals shall be mounted in the cable
compartment.

Tap off connections at the busbar shall be made with nuts, bolts and washers. Busbars shall not be
threaded for terminating wire connections.

10. CABLE ENTRY:

The switchboard shall be designed to facilitate for termination of incoming and outgoing Al. conductor
P.V.C. cable from top and/or bottom as the case may be. Removable sheet steel plates provided with
suitable size of cable glands as specified shall be fitted at the top/bottom.

11. INDICATION INSTRUMENTS:

The indicating instruments shall be of a reputed make conforming to relevant I.S. The arrangement of
the instruments shall be logical. The size of the instruments shall be 96 mm x 96 mm.

12. LABLES: Engraved P.V.C. labels shall be provided on all the incoming and outgoing feeder
compartments. The exact legend to be engraved will be furnished by the Department.

13. EARTHING BUS BARS:

The earth busbars shall be copper and size 25mm x 3mm minimum and should run throughout.

The length of panel and earth studs is to be provided at both ends.

14. PAINTING: All steel work shall undergo a process of degreasing, pickling in acid, cold rinsing,
phosphating, passivating and then powder coated with approved colour.
15. CABLING

15.1 Contractor shall supply install and commission all cables from the M.C.C. panel to each motor.
Underground cables shall be laid to a minimum depth of 900 cms. and shall be protected with sand
and bricks on top. Cables running on surfaces shall be neatly clipped to aluminium saddles at suitable
intervals.

15.2 All cables shall be PVC sheathed cables of 1100 volts grade conforming to I.S: 1554 part-I. All cabling
work shall be as per standard practice in accordance with i.e. rules.

16. Approval

Contractor 362 Engineer-in-Charge


16.1. Contractor shall comply with the provisions of Govt. acts regulations and bylaws of local authorities
and any other competent authority to whose supply the proposed installation is to be connected.

16.2 Contractor shall obtain all the necessary permits. He shall be responsible for submitting all tests reports;
application forms payments of fees etc.

17. INSTRUMENTATION

17.1 Contractor shall provide, install and commission instrumentation system / equipments wherever
found desirable for the proper and efficient functioning of the Effluent Treatment Plant. All
instruments shall be of heavy-duty type and resistant to corrosion and suitable for outdoor
installation.

17.2 METERING INSTRUMENTS

17.2.1 Provide one float operated venturi flume type rate of flow meter at grit chamber inlet with
calibrations in cum/hr. or litres/min.

17.2.2 Provide one bulk flow meter (in chased type) for measurement of final effluent.

17.2.3 All pumps shall be provided with Bourden type pressure gauge calibrated in kg./sq. cm. each pressure
gauge shall be provided with one gunmetal isolation cock.

Contractor 363 Engineer-in-Charge


SECTION – 4 :: COMMISSIONING & GUARANTEE

1. SCOPE OF WORK

Work under this section shall be executed without any additional cost. The rates quoted in this tender
shall be inclusive of the works given in this section.

Contractor shall provide all tools, equipment, metering and testing devices required for the purpose.

On award of work, Contractor shall submit a detailed proposal giving methods of testing and gauging
the performance of the equipment to be supplied and installed under this contract.

All tests shall be made in the presence of the Architect or his representative or any inspecting
authority. At least five working days notice in writing shall be given to the inspecting parties before
preforming any test.

Water flow rates of all equipment and in pipe lines through valves shall be adjusted to design
conditions. Complete results of adjustments shall be recorded and submitted.

Contractor shall ensure proper balancing of the hydraulic system and for the pipes / valves installed in
his scope of work by regulating the flow rates in the pipe line by valve operation. The contractor shall
also provide permanent Tee connection (with plug) in water supply lines for ease of installing pressure
gauge, temperature gauge & rotameters. Contractor shall also supply all required pressure gauge,
temperature gauge & rotameter for system commissioning and balancing. The balancing shall be to
the satisfaction of Consultant / Project Manager.

Three copies of all test results shall be submitted to the Engineer in A4 size sheet paper within two
weeks after completion of the tests.

2 PRECOMMISSIONNIG

On completion of the installation of all pumps, piping, valves, pipe connections, insulation etc. the
Contractor shall proceed as follows:

a. Prior to start-up and hydraulic testing, the Contractor shall clean the entire installation
including all fitments and pipework and the like after installation and keep them in a new
condition. All pumping systems shall be flushed and drained at least once through to get rid of
contaminating materials. All pipes shall be rodded to ensure clearance of debris, cleaning and
flushing shall be carried out in sections as the installation becomes completed.

b. All strainers shall be inspected and cleaned out or replaced.

c. When the entire systems are reasonably clean, a pre-treatment chemical shall be introduced
and circulated for at least 8 hours. Warning signs shall be provided at all outlets during pre-
treatment. The pre-treatment chemical shall:

· Remove oil, grease and foreign residue from the pipe work and fittings;

Contractor 364 Engineer-in-Charge


· Pre-condition the metal surfaces to resist reaction with water or air.

· Establish an initial protective film;

· After pre-treatment, the system shall be drained and refilled with fresh water and left
until the system is put into operation.

· Details and procedures of the pre-treatment shall be submitted to the Architect for
approval.

d. Check all clamps, supports and hangers provided for the pipes.

e. Check all the equipment, piping and valves coming under hot water system and operate each
and every valve on the system to see if the valves are functioning properly. Thereafter conduct
& hydro test of the system as for (b) above.

f. Fill up pipes with water and apply hydrostatic pressure to the system as given in the relevant
section of the specification. If any leakage is found, rectify the same and retest the pipes.

4 FINAL ACCEPTANCE TESTS

Following commissioning and inspection of the entire installation, and prior to issue of the Completion
Certificate, the Contractor shall carry out final acceptance tests in accordance with a programme to be
agreed with the Architect.

Should the results of the acceptance tests show that plant, systems and/or equipment fail to perform
to the efficiencies or other performance figures as given in this Specification, the Contractor shall
adjust, modify and if necessary replace the equipment without further payment in order that the
required performance is obtained.

Where acceptance tests are required by the relevant Authorities having jurisdiction, these tests shall
be carried out by the Contractor prior to the issue of Completion Certificate to the acceptance of the
Authorities.

5 REJECTION OF INSTALLATION / PLANT

Any item of plant or system or component which fails to comply with the requirements of this
Specification in any respect whatsoever at any stage of manufacture, test, erection or on completion
at site may be rejected by the Architect either in whole or in part as he considers
necessary/appropriate. Adjustment and/or modification work as required by the Architect so as to
comply with the Authority's requirements and the intent of the Specification shall be carried out by
the Contractor at his own expense and to the satisfaction of the Authority/Architect.

After works have been accepted, the Contractor may be required to carry out assist in carrying out
additional performance tests as reasonably required by the Architect/ Employer.

6. WARRANTY AND HANDOVER

The Contractor shall warrant that all plant, materials and equipment supplied and all workmanship
performed by him to be free from defects of whatsoever nature before handover to the Owner.

Contractor 365 Engineer-in-Charge


7. HANDING OVER OF DOCUMENTS

All testing and commissioning shall be done by the Contractor to the entire satisfaction of the Owner’s
site representative and all testing and commissioning documents shall be handed over to the Owner’s
site representative.

The Contractor shall also hand over all maintenance and operation manuals, all certificates and all
other documentation as per the terms of the contract to the Owner’s site representative.

8. PIPE COLOUR CODE:

S. No. Pipe Lines Ground / Base First Second


Colour
Colour Band Colour Band

1 Drinking Water (All cold water Sea Green French Blue Single Red
lines after filter)

2 Treated Water (Soft Water) Sea Green Light Orange

3 Domestic Hot Water Sea Green Light Grey

4 Drainage Black

Colour Code to Conform to


IS:2379:1990

Contractor 366 Engineer-in-Charge


TECHNICAL SPECIFICATIONS FOR SEWAGE TREATMENT PLANT FOR MCG CULTURAL

COMPLEX GURUGRAM

SECTION – 1 – SCOPE OF WORK

1. Scope of Work:

1.1 The scope of work under this tender in brief shall be as under.
Design, Supply, Installation, Testing, Commissioning, Operation and Maintenance of Sewage
Treatment Plant on turnkey basis, which include the following:-
a) The entire work of 160cum per day modular Sewage Treatment Plant will be executed by the
contractor on a lump sum turnkey basis based on accepted design, drawings & specifications.
b) The treatment plant should be compact, most efficient with 100% recycling for
irrigation/horticulture purpose. The plant should be easy for repair, maintenance and
operation.
c) The executing agency shall be fully responsible for design, preparation of shop drawings,
getting approval from the Engineer, erection, commissioning and successful results as per
design data, with a view to have overall responsibility for getting clearance and No Objection
Certificate from the Local/ Central Pollution Control Board. Besides above, the successful
bidder shall be also responsible for operation and maintenance of the plant for a period of the
free maintenance warranty period of one year.
d) The main activities under this contract are detailed below, which may be changed/ modified
according to the process adopted by the contractor with the approval of the Engineer.
e) Basic and detailed Engineering and preparation of drawings for;
i) Process flow sheet
ii) Hydraulic profile
iii) Layout
iv) Basic & detailed drawings of Civil Works.
v) Equipment, piping and electrical layout drawings.
f) Preparation and submission of project report to Pollution Control Board and getting approval
of the same. However license fee shall be borne by the client.
g) Supply, erection and commissioning of all Electro-mechanical equipment.
h) Commissioning and successful running of S.T.P. for 3 weeks before handing over.
i) Performance Guarantee and Warranty.
j) Manual of operator and maintenance instructions.
k) Operation and Maintenance and defects liability of the plant for a period of 12 months.
l) All other items as described in succeeding sub – paras.
m) The contractor shall bear responsibility for the characteristics of the final effluent and shall
make any addition / alterations to the equipment or plant, if the same fails to meet the
desired characteristics without any extra cost. During the execution of the work if the
contractor makes any changes in drawings or specifications accepted at the time of award of
contract, the contractor shall do the same at his own cost with the approval of Engineer.
n) Work under this contract shall consist of furnishing all labour, materials, equipment and
appliances necessary and required designs, detail shop drawings and other details required to
construct, erect, commission, operate and maintain the sewage treatment plant completely in
accordance with the specifications and drawing shall be submitted by the Contractor and
approved by the Engineer. After acceptance of the tender the contractor shall submit 4 sets of
design drawings and specifications.

Contractor 367 Engineer-in-Charge


o) Detailed Engineering and preparation of all working drawings as per design data given in this
document and actual site conditions to be determined by the contractor.
p) Construction of all elements of the plant including excavation for pipe lines, gravity lines as per
requirement.
q) Interconnecting piping between all units, valves, gates and all other appurtenances and
devices as required.
r) All mechanical equipments duly protected against corrosion.
s) All electric drives, motor control centres, power and control cables (except main incoming
feeder and yard lighting)
t) All instrumentation, control cabling, panels complete in all respects
u) Detailed layout and flow scheme with levels shall be worked out by the contractor, within the
basic design data given as below of this contract documents.
v) Free maintenance period: 12 months from the date of handing over the functional Sewage
Treatment Plant.
w) All Equipments including tank, pumps, filters & electrical panels shall be water proof (IP 66).
1.2.1 STP, even if running at 25% capacity shall continue to function at properly.

1.3 The contractor shall submit the operation and maintenance manual for the plant with complete set of
drawings and normal operations instructions at the time of handing over the plant.

Contractor 368 Engineer-in-Charge


DESIGN DATA

1.0 Waste Water Details

The STP will be designed keeping in view the location , its weather conditions, seismic effects, rainfall,
wind conditions etc.

1.1 Ultimate Av. Daily Flow : 160 Cum. /day.


1.2 Peak Factor : 3

1.3 Temperature : Maximum 40OC

1.4 pH : 6.5 to 8.5

1.5 Colour : Mild

1.6 T.S.S (mg/l) : 150 to 300

1.7 BOD (5) (mg/l) : 250 to 300

1.8 COD (mg/l) : 500 to 600

1.9 E-Coli : 105 – 107 MPN

1.10 Oil & Grease : 20-75 mg/l

2.0 Final Effluent Characteristics Desired

2.1 pH : 7.0 to 8.5

2.2 Oil & Grease : < 1 mg/l

2.3 B.O.D : < 5 mg/l

2.4 C.O.D : < 40 mg/l

2.5 Total suspended solids : Nil

2.6 E-Coli : < 1000 MPN

Contractor 369 Engineer-in-Charge


SECTION – 2 – DESCRIPTION OF TREATMENT PROCESS

1.0 PROCESS DESCRIPTION: FAB (Fluidized Aeration BED) Process

In order to conserve water, the treatment plant shall be designed to ensure that treated effluent
(water) characteristics are well below the permissible limits, even under varying flow conditions which
are typical for such systems. This implies that the selected process shall be able to withstand a shock
load situation.

It is proposed to use activated sludge system working on the principle of Fluidized Aerobic Bio-reactor
process based on the FAB process.

Waste water will flow via gravity through a bar screen chamber & Oil & Grease Trap to an Equalization
Tank. A bar screen shall be provided at the inlet point in the bar screen chamber and the waste
water will flow through this bar screen into the Tank. Bar screen shall be so designed that it can be
cleaned manually from outside the Tank. The oil & grease from the Oil & Grease Trap would have to be
removed manually. Waste water from the equalization tank shall be transferred by means of Pumps
into the FAB tank where it will be mixed with living organisms also called MLSS (Mixed Liquor
Suspended Solids) in presence of air & air shall be introduced through submerged air diffusers (MLSS
in aeration tank shall be maintained 2500-3000 Mg/L). The FAB system shall be designed in a way so as
to achieve complete mixing of organisms with raw sewage. After achieving a complete mixing of
organisms over a retention period of 10-12 hrs, the effluent would flow via gravity into the Tube
Settler. In the tube settler, PVC Tube Media would be provided to enhance settling of the sludge with
attached settling process. Through the use of baffles the liquid in the Tube Settler is maintained in
quiescent condition which allows the solids to settle to the bottom for collection. The accumulating
solids known as “Sludge” shall be constantly pumped back into the FAB tank by sludge recycle pumps.
This return sludge undergoes further digestion in the aeration tank and also provides the active
organism needed to digest the incoming raw sewage.

The Tube Settler shall be provided with adjustable overflow weir to collect the treated effluent and a
scum baffle shall keep any floating matter from passing out in the final treated water. Treated water
from Tube Settler shall over flow into a chlorine contact tank where hypochlorite solution shall be
added to disinfect the treated water.

Excess sludge from the bottom of the Tube Settler shall be wasted in an adjoining aerobic digester cum
thickener tank. In this tank sludge shall be aerated. The air shall be shut off periodically and
supernatant water shall flow into the collection tank. This way the sludge shall be thickened and its
volume shall be reduced. The sludge digester cum thickener tank shall be sized to hold excess sludge.
The excess sludge would be further passed into a filter press where the sludge would be pressed
between plates manually and the liquid concentration in the sludge would be further reduced. The
sludge would then form into semi-solid cake which can be removed for disposal.

Contractor 370 Engineer-in-Charge


SECTION – 3 – GUARANTEES

1. SCOPE

1.1 The work under this section shall consist of providing guarantees for all process, and equipment under
this contract.

2. EQUIPMENT GUARANTEE

2.1 All equipment supplied and installed by the contractor under this contract (whether manufactured by
him or not) shall be guarantees for a period of twelve months from the date of commissioning of the
plant against defective workmanship, installation and materials.

2.2 The guarantee shall cover replacement of defective parts with new ones. Replaced parts shall also be
covered by a similar guarantee.

2.3 The replaced parts shall be of genuine make and approved by the engineer-in-charge.

3. SPARES GUARANTEE

3.1 Guarantee shall include availability and replacements of all spares through the Contractor or his
representative for a period of 10 years from completion of the Defects Liability Period.

4. PERFORMANCE GUARANTEE

4.1 The contractor shall guarantee the performance of the entire process, equipment and plant for a
period of one year from the date of commissioning.

4.2 The guarantee shall cover the structural stability, performance rating of each individual element of the
plant. Performance rating shall include the quality of effluent to meet all requirements and the norms
of the local state government pollution control board.
4.3 In case in the influent characteristics vary from what is specified, the operation schedule should be
modified to obtain the final effluent as required.

4.4 Acceptance of the contractor’s tender shall automatically make him liable for the above guarantees
and contractor’s security deposit shall be released only after the warranty period is complete.

Contractor 371 Engineer-in-Charge


LIST OF APPROVED MAKES FOR EQUIPMENT & MATERIALS

PLUMBING

S. No. Details of Materials / Equipment Manufacturer’s Name

1 Sanitary ware such as EWS, Wash basin, 1. Hindware


Urinal, Urinal partitions, toilet paper roll 2. Parryware
holder 3. CERA
4. Kohler
5. Grohe
6. American Standard
7. Jaquar
2 W.C. seat cover 1. Hindware
2. Parryware
3. CERA
4. Kohler
5. Grohe
6. American Standard
7. Jaquar
3 C.P. brass flush valve for WC and Urinals 1. Jaquar
2. Ess Ess
3.Aquaplus
4. Kohler
5. Grohe
4 C.P. brass fittings such as pillar cocks, stop 1. Jaquar
cocks angular stop cocks, C.P. flexible pipes, 2. Ess Ess
C.P. brass waste, C.P. brass cast bottle trap, 3. Aquaplus
4. Kohler
C.P. brass shower rose, long body bib taps,
5. Grohe
C.P. brass health faucets, single lever mixing
fittings etc.

5 Automatic hand drier 1. Kopal


2. Blue Circle
3. TOTO
4. Toshi
6 Automatic flushing system for Urinals 1. Jaquar
2. AOS
3.Toshi
7 Stainless Steel Kitchen Sink 1. Neelkanth
2. AMC
3. Cobra
8 Cast Iron Pipes & Fittings, Manhole covers and
frames

a. As per IS:3989 1. NECO


2. SKF
3. RIF

Contractor 372 Engineer-in-Charge


S. No. Details of Materials / Equipment Manufacturer’s Name

10 C.P. Grating for Floor Trap 1. Chilly Cockroach Trap

11 GI/MS Pipes (IS : 1239 and IS : 3589) 1. Tata Steel


2. Jindal (Hissar)
3. Surya
4. APL Apollo
12 GI pipes fittings 1. Unik
2. Zoloto M
3. Leader
4. DRP-M
13 CPVC Pipes and Valves 1. Supreme
2. AKG
3. Finolex
4. SFMC
5. Ashirwad
6. APL Apollo
14 PVC Pipe 1. Supreme
2. AKG
3. Finolex
4. SFMC
5. Ashirwad
6. APL Apollo
15 RCC Pipe 1. K K
2. Pranali
16 Stoneware Pipes, Gully Traps 1. Perfect Potteries, JABALPUR
Approved equivalent ISI marked

17 GM / Forged Brass Valves 1. Zoloto


2. DRP
3. Cim
4. AIP
5. C&R
6. Emerlald
18 Sluice Valves 1. Zoloto
2. DRP
3. Cim
4. AIP
5. C&R
6. Emerlald
19 Butterfly Valve 1. Zoloto
2. DRP
3. Cim
4. AIP
5. C&R
6. Emerlald

Contractor 373 Engineer-in-Charge


S. No. Details of Materials / Equipment Manufacturer’s Name

20 Check Valve 1. Zoloto


2. DRP
3. Cim
4. AIP
5. C&R
6. Emerlald
21 Air Release Valve 1. Zoloto
2. DRP
3. Cim
4. AIP
5. C&R
6. Emerlald
22 Y Strainer 1. Emerald
2. Zoloto
3. SKS
23 Pumps 1. Grundfos
2. Xylem
3. Wilo
4. Armstrong
5. Lubi
24 Variable Frequency Drives 1. Siemens
2. Danfoss
3. Fuji
4. Schneider

25 Drinking Water Cooler 1. Blue Star


2. Voltas
26 Couplings 1. Lovejoy

27 Anti Vibration Mounting 1. Dunlop


2. Resistoflex
28 Pressure Gauge 1. Emerald
2. Fiebig
3. HGURU
29 Water Meter (Mechanical Type) 1. Kaycee

30 Level Controller (Water) 1. Active Controls


2. Minilec
3. Technika
31 Level Indicator (Water) 1. Active Controls
2. Minilec
3. Technika
32 Paints 1. Asian Paints
2. Shalimar Paints
3. Rajdoot
33 MH / Water Tank Plastic Steps 1. KGM

Contractor 374 Engineer-in-Charge


S. No. Details of Materials / Equipment Manufacturer’s Name

34 Water Treatment Plant, R.O., Filters etc. 1. Bikon


2. Thermax
3. Watcon
4. Ion Exchange
5. Fontus
6. Pure india
7. Netsol water

35 Water Treatment Vessel 1. Structural


2. Astral
36 Ultra Violet Water Purifier 1. Eureka Forbes
2. Pentair
3. Eurostar
4. Aquatech
37 Dosing Pumps 1. LMI
2. Toschon
3. Pulser Feeder
38 Insulation for Hot Water Pipes 1. Armacel – Armaflex (UK)
2. Eurobatex – Union Foam (Italy)
3. K-Flex
39 Flanges 1. Class 150 Table H

40 Pypcoat for Burried Piping 1. IWL


2. Coaltek
41 Welding Rods 1. Advani

42 CI (LA) Pipes and fittings 1. Electrosteel


2. Kesoram
43 Hot Water Generators 1. Thermax
2. Olympia
3. AO Smith
44 Calorifiers / PHE 1. Alpha Laval

45 Solar Heating System 1. Solahart


2. Tata BP
3. Honeywell

Contractor 375 Engineer-in-Charge


ELETRICAL (FOR PLUMBING)

S. No. Details of Materials/Equipment Manufacture’s Name

1. Power Cables 1. Finolex


2. Bonton
3. Polycab
4. RR Kabel
5. KEI
6. Rallison
7. Paramount
8. ESC

2. Conduit ERW (ISI marked) 1. B.E.C.


2. Indeana
3. RMCON
4. Anchor-Panasonic

3. Switches, MCCB, Contactors, Aux. contactors & 1. L&T


Overload Relays, Starters 2. ABB
3. Anchor-Panasonic
4. Legrand
5. Schneider

4. Fuse link 1. L&T


2. Siemens
3. GE Power
4. Anchor-Panasonic

5. Electronic Digital Meter 1. Enercon


2. Ducatti
3. Neptune

6. CT / PT Transformer 1. AE
2. Kappa
3. Anchor-Panasonic

7. S.F. Unit 1. L&T


2. ABB
3. Siemens
4. Legrand
5. Schneider

8. Cable Trays 1. Indeana


2. RMCON
3. Aditya Steel
4. OBO Betterman
5. KME
6. MEM

Contractor 376 Engineer-in-Charge


S. No. Details of Materials/Equipment Manufacture’s Name

9. Indicating Lamps (LED type) / Push Buttons 1. L&T


2. Siemens
3. GE power
4. BCH
5. Vaishno
10. Electrical Pump Panels 1. Digidrives
2. Control Well Switchgear
3. Neptune
4. Precision system control
5. Zeta
6. Advance Panels
7. L.S. Power
8. Krypton
9. Shivalic
10. S. B. Electricals
11. Brilltech
12. SPC
13. Trisquare
11. Terminal 1. Elemax
2. Tosha

12. Indicating Instruments 1. AE


2. Equivalent

13. Selector Switch 1. Kaycee


2. Salzer

14. Change Over Switch 1. HH Elcon


2. HPL-Socomec

15. MCB 1.Legrand


2. Seimens
3. Anchor-Panasonic
4. ABB
5. Schneider
16. Starter Contactor 1. Schneider Electric (TE)
2. L&T
3. Siemens-Sicop
17. Air Circuit Breaker 1. L&T
2. ABB
3. Siemens
4. Schneider
18. Over load relay with built in single phase 1. Schneider Electric (Telemechanique)
preventer 2. ABB
3. L&T

Contractor 377 Engineer-in-Charge


MCG CULTURAL COMPLEX, GURUGRAM- MAKE LIST STP WORKS
A. MECHANICAL
M.S pipe Tata Steel/Jindal (Hissar)/Surya/APL Apollo

Sluice/Gate valve Zoloto/DRP/Cim/AIP/C&R/Emerlald

Non-return valve Zoloto/DRP/Cim/AIP/C&R/Emerlald

G.I. pipe Tata Steel/Jindal (Hissar)/Surya/APL Apollo


Supreme/AKG/ Finolex/SFMC/Ashirwad/APL Apollo
PVC pipe

HDPE pipe EMCO/ ORI-PLAST

Butterfly valve Zoloto/DRP/Cim/AIP/C&R/Emerlald

Ball valve Zoloto/DRP/Cim/AIP/C&R/Emerlald

C.I pipe IISCO / Electro steel casting

Sludge/Sewage Pump Grundfos / Wilo /Xylem/Armstrong/Lubi

Pumps Grundfos / Wilo /Xylem/Armstrong/Lubi


Ion Exchange / Netsol Water /Thermax / Bikon / Watcon /
Plate settler
Environze/ Pure India/ Brisanzia
Ion Exchange / Netsol Water /Thermax /Bikon / Watcon /
Agitator
Environze/ Pure India/ Brisanzia
Air blower Swam / Key / Everest

Reduction gear box Radicon / Elicon / Shanti

Pressure gauge AV Instruments / H.Guru / FIBIG/Honeywell

Chlorinator ALM / Toshkon

Sump pump Grundfos / Wilo /Xylem/Armstrong/Lubi

B. ELECTRICAL

415 V, switchgear GEC /Siemens/L&T

Motors Kirloskar/ NGEF/ SIEMENS/HBB/Crompton

Switches and Fuses L&T/GEC

Contactors L&T/GEC
Push button element /
L&T
indicating lamp
Protective Relay GECA/ABB

Indicating meters AEP / IMP / GECA / MECO / SIMCO / RISHAB/Neptune

Contractor 378 Engineer-in-Charge


Lighting distribution board Controls & Switchgear

MCB Distribution Boards Schneider/ABB/MK/Anchor-Panasonic/Legrand/L&T


Finolex/ Bonton/ Polycab /RR Kabel/KEI/ Rallison
Cables
/ Paramount/ESC
Exhaust fan GECA / Crompton / Bajaj
Digidrives/Control Well Switchgear/Neptune/ Precision
system control/Zeta/Advance Panels/L.S.
Electrical Panel
Power/Krypton/Shivalic/S. B. Electricals/Brilltech/SPC/
Trisquare

C. INSTRUMENTATION CONTROL

Pressure Gauge/ D.P Gauge Emerald/Fiebig/HGURU

Level Controller/Indicator ADVANCE

Flow Meter KENT/Honeywell

Contractor 379 Engineer-in-Charge


PART – D

SCHEDULE OF QUANTITIES
AND DRAWING
NON SCHEDULE/SCHEDULE ITEM

Contractor 380 Engineer-in-Charge


HSR as per DNIT
S No HSR Item DESCRIPTION OF ITEM Unit Qty Rate Ceiling Amount in
No Premium Rate+C Rs
P

CHAPTER: 6 - EARTHWORK
1 6.2 Earth work excavation in ordinary soil exclusive of compensation of earth-
2 b Earthwork undressed with a combined lead upto 15meters including 586.60 425%
breaking of clods. 100 Cum 1,325 3,080 4,081,368
3 c Basement with over all lead upto 10Km (HSR 4.1a+5.2a) loading / unloading 25.75 425%
and carriage ( 21+3+1.75) cum 132,527 135 17,915,994
4 6.2e extra for hard soil with DBD ( dry bulk density) from 1.6 to 1.7 96.95 425%
100 Cum 1,325 509 674,546
6.3 Dressing for Earthwork:
5 (i) new work or remodeling work 45.90 425%
100 Cum 1,325 241 319,357
6 6.6 Earthwork in excavation in foundation, trenches etc in all kinds of souls, not 1,108.10 425%
exceeding 2meters depth including dresing of bottom and sides of 2,316 5,818 13,475,921
trenches, stacking the excavated soil, clear from the edge of excavation and
subsequent filling around masonry in 15 cm layers with compaction,
including disposal of surplus soil as directed within lead of 30 meters. 100 cum
7 6.2c Extra of lead beyond 495meters earth work, for lead upto 1 km (5.2b) 16.75 425%
including loading and unloading ( 4.1a)( 12+loading=3+unloading 231,644 88 20,370,155
1.75=16.75) cum
8 6.13a Earth filling under floors with surplus soil, excavated from foundation and 729.70 425%
taken only from outside the building plinth, in 15 cm layers, including 2,002 3,831 7,670,970
ramming watering and consolidating lead upto 30 meters. 100 cum
9 6.15a (i) providing and injecting chemical emulsion for pre-constructional 133.75 200%
antitermite treatment and creating a chemical barrier under and around 16,991 401 6,817,639
the column pits, wall trenches, basement excavation,top surface of plinth
filling junction of wall and floor, alonghwith the joints, surrounding of pipes
and conduite etc, complete (plinth area of the building at ground floor only
shall be measured) Aldrin Embulsifable concentrate (0.5%) sqm
Contractor 381 Engineer-in-Charge
S No HSR Item DESCRIPTION OF ITEM Unit Qty Rate Ceiling Amount in
No Premium Rate+C Rs
P

CHAPTER : 9 - CENTERING AND SHUTTERING

9.1 Centering and shuttering for flat surfaces such as suspended floors, roofs,
landings, chajjas, shelvels etc. inclination not exceeding 25 degree with
horizontal
10 Basement / Stilt ( 40.65+ 2x0.6+0.6) 42.45 400%
sqm 14,674 212 3,114,493
11 Ground Floor 40.65 400%
sqm 14,674 203 2,982,430
12 First Storey( 40.65+0.6+0.6) 41.85 400%
sqm 8,020 209 1,678,185
13 Second Storey( 40.65+ 2*0.6+0.6) 42.45 400%
sqm 8,020 212 1,702,245
14 Third Storey(40.65+3*0.6+0.6) 44.25 400%
sqm 5,873 221 1,299,401
15 Fourth Storey(40.65+4*0.6+0.6) 45.45 400%
sqm 5,873 227 1,334,639
16 Fifth Storey(40.65+5*0.6+0.6) 47.85 400%
sqm 4,338 239 1,037,867
17 Sixth Storey(40.65+6*0.6+0.6) 49.65 400%
sqm 927 248 230,128
18 9.5 Centering and shuttering for faces of walls, paritions, retaining walls, well 56.65 400%
stening and the like ( vertical or battering) including attached pilasters, 6,884 283 1,949,768
butteresses - basement ( 54.85+2*0.6+0.6) sqm
9.7 Centering and Shuttering for sides and soffits of beams, haunchings,
girders, bressumers and lintels
19 Basement / Stilt ( 57.8+2*0.6+0.6) 59.60 400%
sqm 9,268 298 2,761,745
20 Ground Floor 57.80 400%
sqm 9,268 289 2,678,336
Contractor 382 Engineer-in-Charge
S No HSR Item DESCRIPTION OF ITEM Unit Qty Rate Ceiling Amount in
No Premium Rate+C Rs
P

21 First Storey (57.8+0.6+0.6) 59.00 400%


sqm 4,484 295 1,322,811
22 Second Storey(57.8+2*0.6+0.6) 59.60 400%
sqm 4,484 298 1,336,263
23 Third Storey(57.8+3*0.6+0.6) 60.20 400%
sqm 3,125 301 940,558
24 Fourth Storey(57.8+4*0.6+0.6) 60.80 400%
sqm 3,125 304 949,933
25 Fifth Storey(57.8+5*0.6+0.6) 61.40 400%
sqm 2,617 307 803,471
26 Sixth Storey(57.8+6*0.6+0.6) 62.00 400%
sqm 346 310 107,169
9.9 Centering and shuttering for columns ( Square or rectangular or polygonal
in plan)
27 Basement / Stilt(49.45+2*0.6+0.6) 51.25 400%
sqm 8,495 256 2,176,921
28 Ground Floor 49.45 400%
sqm 9,221 247 2,279,874
29 First Storey(49.45+0.6+0.6) 50.65 400%
sqm 3,923 253 993,566
30 Second Storey(49.45+2*0.6+0.6) 51.25 400%
sqm 3,923 256 1,005,335
31 Third Storey(49.45+3*0.6+0.6) 51.85 400%
sqm 2,462 259 638,349
32 Fourth Storey(49.45+4*0.6+0.6) 53.65 400%
sqm 2,462 268 660,509
33 Fifth Storey(49.45+5*0.6+0.6) 53.05 400%
sqm 2,136 265 566,479
34 Sixth Storey(49.45+6*0.6+0.6) 53.65 400%
sqm 763 268 204,648
Contractor 383 Engineer-in-Charge
S No HSR Item DESCRIPTION OF ITEM Unit Qty Rate Ceiling Amount in
No Premium Rate+C Rs
P

35 9.13 Shuttering for faces of concrete foundations and foundation beams ( 31.85 400%
vertical or battering)(30.65+2*0.6) sqm 3,248 159 517,256
CHAPTER : 10 - CONCRETE
36 10.38 Cement concrete 1:4:8 with stone aggregate 20mm nominal size in 425.10 450%
foundation and plinth- Note e(1)- (420+2*2.55) cum 1,822 2,338 4,260,840
37 10.67 Design mix cemment concrete of grade M-30 with cement content 420 795.10 450%
kg/cum in foundation and plinth (790+2*2.55) cum 14,715 4,373 64,351,170
38 10.74 Design mix cemment concrete of grade M-30 with cement content420
kg/cum in first storey upto 4 meters above plinth level
39 Third Storey( 796.25+3*2.55+2.55) 806.45 450%
cum 1,075 4,435 4,766,090
40 Fourth Storey( 796.25+4*2.55+2.55) 809.00 450%
cum 1,075 4,450 4,781,161
41 Fifth Storey( 796.25+5*2.55+2.55) 811.55 450%
cum 1,211 4,464 5,406,800
42 Sixth Storey( 796.25+6*2.55+2.55) 814.10 450%
cum 214 4,478 957,417
43 10.68 Design mix cemment concrete of grade M-35 with cement content 430 815.10 450%
kg/cum in foundation and plinth (810+2*2.55) cum 5,252 4,483 23,543,365
44 10.75 Design mix cemment concrete of grade M-35 with cement content 430 816.25 450%
kg/cum in first storey upto 4 meters above plinth level cum 5,252 4,489 23,576,581
45 First Storey( 816.25+2.55+2.55) 821.35 450%
cum 2,140 4,517 9,667,084
46 Second Storey( 816.25+2*2.55+2.55) 823.90 450%
cum 2,140 4,531 9,697,097
47 Third Storey( 816.25+3*2.55+2.55) 826.45 450%
cum 467 4,545 2,122,870
48 Fourth Storey( 816.25+4*2.55+2.55) 829.00 450%
cum 467 4,560 2,129,420
49 10.69 Design mix cemment concrete of grade M-40 with cement content 440 cum 835.10 450%
Contractor 384 Engineer-in-Charge
S No HSR Item DESCRIPTION OF ITEM Unit Qty Rate Ceiling Amount in
No Premium Rate+C Rs
P

kg/cum in foundation and plinth(830+2*2.55) 2,727 4,593 12,523,050


50 10.76 Design mix cemment concrete of grade M-40 with cement content 440 2,008 836.25 450% 4,599 9,235,453
kg/cum in first storey upto 4 meters above plinth level cum
51 First Storey( 836.25+2.55+2.55) 841.35 450%
cum 675 4,627 3,125,057
52 Second Storey( 836.25+2*2.55+2.55) 843.90 450%
cum 675 4,641 3,134,529
53 Third Storey( 836.25+3*2.55+2.55) 846.45 450%
cum 409 4,655 1,904,459
54 Fourth Storey( 836.25+4*2.55+2.55) 849.00 450%
cum 409 4,670 1,910,197
55 Fifth Storey( 836.25+5*2.55+2.55) 851.55 450%
cum 346 4,684 1,619,811
56 Sixth Storey( 836.25+6*2.55+2.55) 854.10 450%
cum 101 4,698 474,591
57 10.77 Pre-cast cement concrete 1:2:4 with stone aggregate 20 mm nominal size cum 942.50 450%
in Kerbs and the like items, finished smooth with 6 mm thick cement 86 5,184 446,969
plaster 1:3 on exposed surface indluding from work, placing and fixing in
position, complete at the ground level or in first storey.
58 10.158 Providing and laying 60mm thick interlocking paver blocks of all shapes and sqm 492.00 0%
colours in design mix cement M-35 over a bed of 25mm thick fine sand 1,537 492 756,007
complete in all respect
CHAPTER : 11 - BRICKWORK
59 11.9 First Class brickwork laid in cement sand mortar 1:4 in first storey upto 4
meters and above plinth level
60 Basement 445.60 600%
cum 703 3,119 2,192,531
61 Stilt Level 445.60 600%
cum 105 3,119 328,782
62 Ground Floor cum 445.60 600%
Contractor 385 Engineer-in-Charge
S No HSR Item DESCRIPTION OF ITEM Unit Qty Rate Ceiling Amount in
No Premium Rate+C Rs
P

2,131 3,119 6,647,202


63 First floor(445.60+4.13+4.13) cum 721 453.86 600% 3,177 2,290,686
64 Second Floor(445.60+2*4.13+4.13) 457.99 600%
cum 727 3,206 2,329,283
65 Third Floor(445.60+3*4.13+4.13) 462.12 600%
cum 711 3,235 2,299,162
66 Fourth Floor(445.60+4*4.13+4.13) 466.25 600%
cum 708 3,264 2,311,289
67 Fifth Floor(445.60+5*4.13+4.13) 470.38 600%
cum 95 3,293 314,194
68 Parapet(445.60+6*4.13+4.13) cum 254 474.51 600% 3,322 843,413
69 11.46 11.43 cm thick brick wall with every fourth course, reinforced with hoop-
iron, laid in 1:4 cement sand mortar in superstructure
70 Stilt Level sqm 11 62.85 600% 440 5,028
71 Ground Floor sqm 271 62.85 600% 440 119,148
72 First floor (62.85+0.95+0.95) sqm 245 64.75 600% 453 111,104
73 Second Floor(62.85+2*0.95+0.95) sqm 396 65.70 600% 460 182,209
74 Third Floor(62.85+3*0.95+0.95) sqm 272 66.65 600% 467 127,049
75 Fourth Floor(62.85+4*0.95+0.95) sqm 168 67.60 600% 473 79,345
CHAPTER : 13 - HOASTING AND ROOFING
76 13.18 Corrugated GI sheet roofing 0.8mm thick fixed with galvanised iron "J" or L sqm 3,870 137.40 300% 550 2,126,952
hook, 10mm dia GI limpet and bitumen washer cmplete excluding cost of
purlins, rafters and trusses
77 13.5 Top khurras 0.6mx 0.6m for rain water pipe in 25mm thick cement concrete sqm 51.00 12.30 240% 42 2,133
1:2:4 over 50mm thick cement concrete 1:8:16
78 13.62 Providing and laying four course of water proofing treatment consisting of sqm 2,099 31.00 240% 105 221,265
first and third course of blown type bitumen grade
85/25 applied hot at 1/6 kg per sqm for each course and second course of
fiber glass R.P Tissue and fourth and final
course of stone grit 6 mm and down size or pea-sized grit spread at 0.006
Contractor 386 Engineer-in-Charge
S No HSR Item DESCRIPTION OF ITEM Unit Qty Rate Ceiling Amount in
No Premium Rate+C Rs
P

cum per sqm including preparation of surface


79 13.64 Cement Concrete 1:2:4 gola 10cm x 10cm quadrant along junction of roof rmt 862 5.35 240% 18 15,673
with parapet wall finished smooth, where specially specified.
80 13.94 Providing and laying average 6mm thick POP Coating on walls, ceiling, sqm 49,524 90.00 10% 99 4,902,885
beams and lintels etc. complete in all respect as approved by the Engineer-
In-Charge.
81 13.93 Providing and fixing ceiling with grooves with 12mm to 15mm thick, sqm 8,189 800.00 10% 880 7,206,567
600mm x 600mm best quality mineral fiber tiles of approved make fixed on
M.S. Steel runners frame i/c cost of screws angels, cleats, rawel plugs, with
taping, filling with gypsum compound and applying priming coat, etc.
complete in all respects as approved by the Engineer - In- Charge.
CHAPTER : 14 - FLOORING AND DADOS

14.59 Fine dressed and rubbed red stone ( from Agra) 25mm to 30mm thick on
wall facing (lining) on wall, pillars, skirting, dado and rised of step laid in
any patter on 12mm thick cement coarse sand mortar 1:3 with an admixure
of pigment to match the shade of stone including labour for fixing cramps,
dowels and pnis etc

82 Ground Floor sqm 1,325 190.40 140% 458 665,671

14.62 Kotah stone flooring minimum 25mm thick in flooring in any pattern as
specified over 20mm thick base of cement coarse sand mortar 1:3 laid and
jointed with neat cement slurry mixed with pigment to match the shade of
stone including rubbing and polishing

83 Basement(201.95+2*0.3) sqm 52 202.55 250% 709 36,900


84 Stilt floor sqm 24 201.95 250% 16,930
707
85 Ground Floor sqm 157 201.95 250% 707 110,813

Contractor 387 Engineer-in-Charge


S No HSR Item DESCRIPTION OF ITEM Unit Qty Rate Ceiling Amount in
No Premium Rate+C Rs
P

86 First Floor(201.95+0.3) sqm 98 202.25 250% 708 69,478

87 Second Floor(201.95+0.3*2) sqm 202.55 250%


88 709 62,680
88 Third Floor(201.95+0.3*3) sqm 202.85 250%
88 710 62,773
89 Fourth Floor(201.95+0.3*4) sqm 203.15 250%
54 711 38,534
90 14.66 Kotah stone 20mm thick in skirting rised of steps, dados pillars and wall sqm
facing ( lining) in any pattern as specified 12mm thick cement coarse sand
plaster 1:3 laid and jointed with neat cement slurry mixed with pigment to
match the shade of stone including rubbing and polishing including labours 99 237.00 250% 830 82,177
for mixing cramps, dowels and pins etc.
91 14.74 50mm thick ironite floor consisting of 40mm thick cement concrete 1:2:4 sqm
base and top layer 10mm thick laid with one part of ironite and grey
cement mixed together in the ratio of 1:4 by weight to two parts of hard 16,817 71.80 400% 359 6,037,313
granite chipping 6mm gauge by volume finished smooth with hard rubbing
14.89 Providing & fixing vitrified tiles of size 600mm x 600mm of approved make
in flooring ,laid in any pattern as specified over base of 20mm thick cement
coarse sand mortar 1:3 & jointed with cement slurry mixed with pigment to
match the shade to tiles. Note:- the tile shall be of premium quallity
(firstquality) of reputed manufacturer.
92 Basement (924.3+2*0.3) sqm 924.90 -15%
90 786 70,589
93 Stilt floor sqm 924.30 -15%
1,896 786 1,489,543
94 Ground Floor sqm 924.30 -15%
1,465 786 1,150,623
95 First Floor(924.3+0.3) sqm 924.60 -15%
1,199 786 942,240

Contractor 388 Engineer-in-Charge


S No HSR Item DESCRIPTION OF ITEM Unit Qty Rate Ceiling Amount in
No Premium Rate+C Rs
P

96 Second Floor(924.3+0.3*2) sqm 1,067 924.90 -15% 786 838,784


97 Third Floor(924.3+0.3*3) sqm 1,067 925.20 -15% 786 839,056
98 Fourth Floor(924.3+0.3*4) sqm 392 925.50 -15% 787 308,595
14.90 Providing & fixing Vitrified tiles of size 600x600mm of approved make in
skirting/dado laid in any pattern as specified over base of 12 mm thick
cement coarse sand mortar 1:3 and jointed with white cement slurry mixed
with pigment to match the shade to tiles
99 Basement (929.80+2*0.3) sqm 3 930.40 -15% 791 2,067
100 Stilt floor sqm 5 929.80 -15%
790 3,699
101 Ground Floor sqm 207 929.80 -15%
790 163,728
102 First Floor(929.80+0.3) sqm 23 930.10 -15%
791 18,239
103 Second Floor(929.80+0.3*2) sqm 25 930.40 -15%
791 19,376
104 Third Floor(929.80+0.3*3) sqm 66 930.70 -15% 791 51,847
105 14.96 Laying and fixing Granite stone in all shades 15mm to 18mm thick in sqm 30,644 370.00 0% 370 11,338,299
flooring, laid in any pattern as specified over base of 20mm thick cement
course sand mortar 1:3 and jointed with white cement slurry mixed with
pigment to match the shade of granite stone ( excluding the cost of granite
stone)
106 14.65 Extra for nosing in granite steps rmt 1,864.96 6.10 200% 18 34,129
107 14.82 Stamping of making grooves on top of steps in staircase sqm 559 2.30 200% 7 3,860
CHAPTER : 15 - PLASTERING AND POINTING
15.10 15mm thick cement plaster 1:4 on the rough side of singgle or half brick
wall
108 Basement(15.65+0.18*2+0.35) sqm 6,149 16.36 500% 98 603,593
109 Stilt Level sqm 1,101 15.65 500% 94 103,380
110 Ground Floor sqm 10,988 15.65 500% 94 1,031,816
Contractor 389 Engineer-in-Charge
S No HSR Item DESCRIPTION OF ITEM Unit Qty Rate Ceiling Amount in
No Premium Rate+C Rs
P

111 First floor(15.65+0.18+0.35) sqm 8,463 16.18 500% 97 821,585


112 Second Floor(15.65+0.18*2+0.35) sqm 7,535 16.36 500% 98 739,619
113 Third Floor(15.65+0.18*3+0.35) sqm 7,536 16.54 500% 99 747,846
114 Fourth Floor(15.65+0.18*4+0.35) sqm 16.72 500% 100 498,468
4,969
115 Fifth floor(15.65+0.18*5+0.35) sqm 830 16.90 500% 101 84,138
15.49 6mm thick cement plaster 1:3
116 Basement (11.35+0.18*2+0.35) sqm 14,211 12.06 500% 72 1,028,313
117 Stilt Level sqm 3,839 11.35 500% 68 261,456
118 Ground Floor sqm 1,612 11.35 500% 68 109,804
119 First floor(11.35+0.18+0.35) sqm 2,441 11.88 500% 71 174,030
120 Second Floor(11.35+0.18*2+0.35) sqm 1,820 12.06 500% 72 131,731
121 Third Floor(11.35+0.18*3+0.35) sqm 2,095 12.24 500% 73 153,829
122 Fourth Floor(11.35+0.18*4+0.35) sqm 309 12.42 500% 75 23,043
123 Fifth floor(11.35+0.18*5+0.35) sqm 437 12.60 500% 76 33,041
CHAPTER : 16 - PAINTING
124 16.3 Painting two coats exlcuding priming coat with synthetic enamel oaint in all sqm 3909 9.4 230% 31 121,254
shades on new wood work or metalic or plastered or concrete surface to
give even shade
125 16.30 Painting two coats of plastic emulsion paint on walls on new work to give sqm 6073 10.70 230% 35 214,423
an even shade
126 16.48 Three coats of white wash sqm 83 1.25 230% 4 343
127 16.58 Distempering with washable oil bound distemper of approved sqm 24697 9.10 230% 30 741,637
manufacturer two coats over one priming coat on new works
128 16.9 Applying priming coat with metal primer on new steel or iron work sqm 5668 3.15 230% 10 58,919
including metal primer on new steel or iron work including preparation of
surface
129 16.17 Painting two coats excluding priming coat with ready mixed paint for sqm 5668 7.00 230% 23 130,931
metalic surfaces in all shades on new steel or iron work

Contractor 390 Engineer-in-Charge


S No HSR Item DESCRIPTION OF ITEM Unit Qty Rate Ceiling Amount in
No Premium Rate+C Rs
P

CHAPTER : 17 - WOOD WORK

130 17.13 Teakwood chowkats of doors and windows including iron hold fasts, corner cum 13 23,687 300% 94,748 1,226,216
straps, screws, bolts for hold fasts, corner straps, screws, etc. complete
fixed in position
17.93 Factory manufactured solid flush door shutters, with block board core as
per IS No. 1659-1969 bonded with water proof type phenol
formaldehyde synthetic resin, hot-pressed, conforming to IS 2202 part-I
and II , fixed in position, including iron hinges, screws, chocks/cleats and
stops etc., ( excluding the cost of any fittings other than specified above ,
but including labour for fixing the same in position)
i) in case of lipping of teak wood battens 25mm depth on all edges of
shutter is provided increase the thorough rates of above item by 26.50 rs
per sqm.
iii) in case brass hinges and screws are provided, instead of iron hinges and
screws, the throrough rate of this item shall be increased by Rs. 44.20 per
sqm
131 a(iii) 35mm thick(448+26.5+44.20) sqm 743 518.70 165% 1,375 1,021,844
17.93c(iii) decorative veenering with vertical grains or cross bands and face veneer on
both side teak facing and edges lipped with teakwood lippped with
laminated core with brass hinges
132 35mm thick sqm 743 629.00 165% 1,667 1,239,136
17.16B Planking of unveneered teak wood particle board 3 layer flat pressed
bonded with phinol formaldehyde/ synthetic resins, rebated and fixed in
position including nails and screws. Add for one side decorative veneer(
note 3 page no 140)
133 b 25mm thick( 288.15+88.3) sqm 3,293 376.45 300% 1,506 4,958,761
17.16A planking of medium density fiber board (MDF) interior grade fixed in
position including nails & screws
134 c) 12mm thick sqm 3,293 136.50 300% 546 1,798,037

Contractor 391 Engineer-in-Charge


S No HSR Item DESCRIPTION OF ITEM Unit Qty Rate Ceiling Amount in
No Premium Rate+C Rs
P

17.70 Cost of brass fittings complete for doors and windows, such as tower bolts,
handles, etc, and screws for these fittings
(excluding sliding bolt)-
135 a) for single leaf shutter sqm 398 38.55 300% 154 61,341
136 b) for double leaf shutter sqm 346 59.55 300% 238 82,322
137 17.74 Providing and fixing six-levers brass 10 cm mortise latch, with one dead bolt each 191 119.00 300% 476 90,916
and a pair of lever handles with necessary screws, etc., complete (Indian
mad of reputed firm, such as Godrej or equivalent)
138 17.82( c) Supplying and fixing hydraulic door Closer, I.S.I mark, with necessary each 191 216.50 300% 866 165,406
Screws, etc., complete-
139 17.104 Providing and fixing double glazing consisting of glass 6mm(toughned) sqm 5,729 3,654.00 0% 3,654 20,933,039
and6mm anneled plain glass including 12mm air gap including cost of
structural silicon sealent & weather sealent (DC795/DC789) and double
sided acrylic foam tape in structural glazing works uoto four storey. the
outer glass shall have U value < 1:8, solar factor < 0.35 light transmission >
49%.
140 17.95 Providing and fixing 50 micron polyster powder coated aluminium work for kg 57,559 262.30 5% 275 15,852,637
doors, windows, ventilators and partitons with extruded built up standard
tublar sactions/appropriate Z sections and other sections of approved
make conforming to IS : 733 and IS 1285 fixed with rawl plugs and screws or
with fixing clips or with epansion hold fasterners including necessary filling
up of gaps at junctions, at top, bottom, and sides with required neoprene
felt etc. aluminium sections shall be smooth, rust free straight mitered and
jointed mechanically whereever required including cleart angles,
Aluminiums snap beading for glazing panelling. C.P. brass/stainless steel
screws, all completeFixed portion anodized aluminium transparent or dyed
to required shade according to IS:1868, minimum anodic coating of grade
AC 15
141 17.96 Providing and fixing 50 micron polyster powder coated aluminium work for kg 407 273.70 5% 287 116,856
doors , windows, ventilators and partitions with extruded built up standard

Contractor 392 Engineer-in-Charge


S No HSR Item DESCRIPTION OF ITEM Unit Qty Rate Ceiling Amount in
No Premium Rate+C Rs
P

tubular sections/ appropriate Z sections and other sections of approved


make conforming to IS, 733 and IS : 1285 Fixed with rawlplugs and screws
or with fixing clips or with expansion hold fasteners including necessary
filling up of gaps at junctions, at top, bottom and sides with required
neoprene felt etc. aluminium sections shall be smooth, rust free straight
mitred and jointed mechanically wherever required including cleat
angle.Aluminium snap beading for glazing/ panelling C.P Brass/ stainless
steel screws, etc.complete Shutters of doors, windows & ventilators
including providng and fixing
hinges / pivots and making provision for fixing of fittings wheerever
required including the cost of PVC/ neoprene gasket required including.
Aluminium fitting.(ii) Add for Rs 20 per kg extra fpr polyster powder
coating of 50 micron is done instead of anodizing. (253.70+20)
142 17.98 Providing and fixing glazing in aluminium door, windows, ventilator shutter
and parition etc with pvc/ neoprene gasket etrc complete( cost of
aluminium snap beading shall be paid in basic items)

(b) with float glass panes of 5.0mm thickness sqm 136 700.00 15% 805 109,110

CHAPTER : 18 - STEEL WORKS

143 18.22 Fe- 500 EQR TMT steel bars for R.C.C., works, where not included in the Quintal 62,914 917.05 500% 5,502 346,170,02
complete rate of R.C.C., including bending, binding and placing in position
complete
144 18.8 Structural steel work in angles, tees and flats weladed inlcuding cutting Quintal 1,417 1,122.00 500% 6,732 9,539,294
fixing all gueest plates, bolts, nuts, welding rods etc with hoisting and
ercting in posion: for roof trusses, well kerbs, plates and trussed girders etc
of any span for buildings and bridges
CHAPTER 24: ROAD WORKS
145 24.1. Preparation of sub grade, including trenching, rough dressing of soil final 100 sqm 73 83.00 370% 390 28,419
dressing of earth,to given levels and camber, watering, rolling with road

Contractor 393 Engineer-in-Charge


S No HSR Item DESCRIPTION OF ITEM Unit Qty Rate Ceiling Amount in
No Premium Rate+C Rs
P

roller, and compacting the bed


146 24.7. Laying and consolidation of stone metal, soling coat to water bound cum 2,003 23.50 370% 110 221,271
macadam specification caryying the metal from stacks, and spreading to
templates, screening and spreading the binding material and consolidating
the stone metal and binding material to proper camber,with road roller,
excluding the cost of templates, barriers and lighting arrangement and
Chowkidars,
147 24.35 Providing and fixing premoulded bituminous joint filler, for expansion per meter 2,395 2.45 350% 11 26,406
joints, including the cost of sealing compound and primer coat- per cm
depth
CHAPTER 30 -SANITARY INSTALLATIONS
148 30.71 Providing and fixing in position best indian make bevelled edge 5.5mm sqm 84 396.30 340% 1,744 145,624
thick mirror mounted on asbestos sheet ground fixed in postion by means
of 4 nos of chromium plated brass screws and washers over rubber wahser
and rawl plug embeded in the wall or chromium plated brass clamps with
CP brass scres ( as requried by Engineer in charge) complet including cutting
and making good the wall etc. (107/(0.6*0.45)= 296.30 rs per sqm)
HORTICULTURE WORKS
149 33.1 Supplying at site of work well-decayed farm-yardmanure, from any cum 1505 61.6 400% 308 463,540
available source, approved by the Engineer-in-charge including screening
and stacking

Contractor 394 Engineer-in-Charge


HSR Rate Premium Total HSR Amount
S. No HSR No. Description of Item Unit Qty
(Rs.) on HSR % HSR+Premium (Rs.)

A) SECTION- I - ELECTRICAL HIGH SIDE

SUB HEAD - I - EARTHING


31.22HSR Earthing
1 31.22(iii) Earthing with G.I. earth plate 600 mm x 600 mm x 600 mm x 6
mm thick including accessories and providing enclosures
accessories and providing enclosures with cover plate having
locking arrangement and watering pipe etc. (but without
charcoal or coke and salt) complete as required.
(Transformer 2 x 3 = 6 Nos., LT Panel room- 2 Nos., Electrical
Room - 4 Nos., Lift & Escalator 13 x 2 = 26 Nos.) Set 38 453.00 350.00 2038.50 77463.00

2 31.22(iv) Earthing with tinned copper earth plate 600 mm x 600 mm x 3 Set 6 1149.00 350.00 5170.50 31023.00
mm thick including accessories and providing masonry
enclosures with cover plate having locking arrangement and
watering pipe etc. ( but without charcoal or coke and salt )
comlete as equired. (Transformer 2 x 2 = 4 Nos.)

3 31.22(v) Extra for charcoal or coke and salt for G.I. Plate or copper plate Set 44 186.00 350.00 837.00 36828.00
earth electrode.

7 31.22(viii) Supplying and laying 25 mm X 5 mm G.I strip at 0.50 metre below Mtrs. 400 16.20 350.00 72.90 29160.00
ground as strip earth electrode, including soldering etc. as
required

8 31.22(xi) Providing and fixing 25 mm x 5 mm G.I. strip in 40 mm dia G.I.


pipe from earth electrode as required. Mtr. 150 65.10 350.00 292.95 43942.50
TOTAL 218416.50
B) SECTION- II - ELECTRICAL INTERNAL
Contractor 395 Engineer-in-Charge
HSR Rate Premium Total HSR Amount
S. No HSR No. Description of Item Unit Qty
(Rs.) on HSR % HSR+Premium (Rs.)

SUB HEAD - I - POINT WIRING

1 31.36 Wiring in 1.5 sqmm PVC insulated copper conductor cable in 1.6
mm thick conduit pipe.
31.36(i) Fan Point .
1.1 a) Short Point Each 2 343.00 10.00 377.30 754.60
1.2 b) Medium Point Each 6 524.00 10.00 576.40 3,458.40
1.3 a) Long Point Each 12 733.00 10.00 806.30 9,675.60

2 31.36(ii) Light Point .


2.1 a) Short Point Each 600 251.00 10.00 276.10 165,660.00
2.2 b) Medium Point Each 1,600 433.00 10.00 476.30 762,080.00
2.3 a) Long Point Each 630 639.00 10.00 702.90 442,827.00

3 31.36(iii) Twin control light point with 2-way, 5 amp. Single pole switch.
3.1 a) Long Point Each 10 726.00 10.00 798.60 7,986.00

4 31.36(iv) Light Point without control.


4.1 a) Short Point Each 700 157.00 10.00 172.70 120,890.00
4.2 b) Medium Point Each 2,500 312.00 10.00 343.20 858,000.00
4.3 a) Long Point Each 1,040 498.00 10.00 547.80 569,712.00

5 31.36(vi) Call bell point including MS box of size 180mmx100mmx60mm


deep for call bell .
5.1 a) Long Point Each 8 664.00 10.00 730.40 5,843.20
Contractor 396 Engineer-in-Charge
HSR Rate Premium Total HSR Amount
S. No HSR No. Description of Item Unit Qty
(Rs.) on HSR % HSR+Premium (Rs.)

6 31.36(vii) 3-pin 5 amp. Plug point including earthing the 3rd. pin etc.
6.1 a) Short Point Each 100 283.00 10.00 311.30 31,130.00
6.2 b) Medium Point Each 300 466.00 10.00 512.60 153,780.00
6.3 a) Long Point Each 132 672.00 10.00 739.20 97,574.40

7 31.36(viii) 3-pin 15 amp. Plug point including earthing the 3rd. Pin etc.
with 4 sqmm PVC insulated copper conductor cable..
7.1 a) Short Point Each 175 403.00 10.00 443.30 77,577.50
7.2 b) Medium Point Each 294 667.00 10.00 733.70 215,707.80
7.3 a) Long Point Each 75 970.00 10.00 1,067.00 80,025.00

8 31. 40 Supply and erection of PVC unsheathed copper conductor cable


single core 1100 volts grade in pipe of suitable size excluding
cost and erection of pipe.
8.1 31.40 (i) Cable size 1.5 sqmm. ( 3/0.81mm ) . Mtr 5,380 10.20 10.00 11.22 60,363.60
8.2 31.40 (ii) Cable size 2.5 sqmm. ( 3/1.05mm ) . Mtr 37,920 16.30 10.00 17.93 679,905.60
8.3 31.40 (iii) Cable size 4 sqmm. ( 7/0.85mm ) . Mtr 19,230 24.50 10.00 26.95 518,248.50
8.4 31.40 (iv) Cable size 6 sqmm. ( 7/1.05mm ). Mtr 200 35.60 10.00 39.16 7,832.00
8.5 31.40 (v) Cable size 10 sqmm. ( 7/1.35mm ). Mtr 50 50.00 10.00 55.00 2,750.00
8.6 31.40 (vi) Cable size 16 sqmm. ( 7/1.70mm ). Mtr 50 83.70 10.00 92.07 4,603.50

9 31.56 Providing and fixing modular type accessories of approved make


in existing box including fixing and making necessary connection,
complete in all respect.

Contractor 397 Engineer-in-Charge


HSR Rate Premium Total HSR Amount
S. No HSR No. Description of Item Unit Qty
(Rs.) on HSR % HSR+Premium (Rs.)

9.1 31.56 (i) 10 amp. 1 way switch Each 1,640 87.00 0.00 87.00 142,680.00
9.2 31.56 (ii) 10 amp. 2 way switch Each 10 100.00 0.00 100.00 1,000.00
9.3 31.56 (iii) 20 amp. switch Each 544 116.00 0.00 116.00 63,104.00
9.4 31.56 (iv) 10 amp. Socket Each 532 106.00 0.00 106.00 56,392.00
9.5 31.56 (v) 16 amp. Socket Each 544 165.00 0.00 165.00 89,760.00
9.6 31.56 (vi) Bell Push Each 8 102.00 0.00 102.00 816.00
9.7 31.56 (vii) Fan Regulator Each 20 397.00 0.00 397.00 7,940.00
9.8 31.56 (viii) Call bell Ding-Dong (Monica) Each 8 99.00 0.00 99.00 792.00

9.9 31.56 (ix) Blanking plate. Each 250 25.00 0.00 25.00 6,250.00

10 31.57 Providing and fixing GI concealed sheet metal boxes with inner
and outer faceplate including concealing the box in wall and
fixing in position with inner plate and face plate with all labour
and material required for the job complete in all respect.

10.1 31.57 (i) 1 & 2 Modules Each 532 101.00 0.00 101.00 53,732.00
10.2 31.57 (ii) 3 Modules Each 550 128.00 0.00 128.00 70,400.00
10.3 31.57 (iii) 4 Modules Each 15 148.00 0.00 148.00 2,220.00
10.4 31.57 (iv) 6 Modules Each 250 214.00 0.00 214.00 53,500.00
10.5 31.57 (v) 8 Modules Each 20 269.00 0.00 269.00 5,380.00
10.6 31.57 (vi) 12 Modules Each 91 336.00 0.00 336.00 30,576.00

Contractor 398 Engineer-in-Charge


HSR Rate Premium Total HSR Amount
S. No HSR No. Description of Item Unit Qty
(Rs.) on HSR % HSR+Premium (Rs.)

11 31.41 Supply and erection of double door sheet steel enclosure


distribution board suitable for MCBs and ELCBs etc. recessed in
wall including bonding to earth with all labour and material
required to complete the job in all respect up to the entire
satisfaction of the Engineer-in-charge of the work.

11.1 31.41 (ii) 8-way , SP&N ( Horizontal) Each - 870.00 10.00 957.00
11.2 31.41 (iii) 12-way ,SP&N (Horizontal) . Each 4 1110.00 10.00 1,221.00 4,884.00
11.3 31.41 (v) 4-way , TP&N (Horizontal) (8+12) Each 16 1670.00 10.00 1,837.00 29,392.00
11.4 31.41 (vi) 8-way , TP&N (Horizontal) (8+24) Each 16 2100.00 10.00 2,310.00 36,960.00
11.5 31.41 (x) 8-way , TP&N (Vertical) (8+24) Each 3 4890.00 10.00 5,379.00 16,137.00
11.6 31.41 (xi) 12-way TP&N (Vertical) (8+36) Each 44 6300.00 10.00 6,930.00 304,920.00

12 31.42 Supply and erection Double pole / Four pole Residual Current -
Circuit Breaker ( RCCB/ELCB) suitable for operation on 240 /
415V , 50 Hz. AC supply installed in existing sheet steel
enclosure including making necessary connections and bonding
to earth with all labour and material required to complete the
job in all respect up to the entiresatisfaction of the Engineer-in-
charge of the work.
12.1 31.42 (iv) 25/240V DP ELCB 100 MA sensitivity. Each - 1240.00 10.00 1,364.00 -
12.2 31.42 (viii) 40/240V DP ELCB 100 MA sensitivity. Each 48 1330.00 10.00 1,463.00 70,224.00

12.3 31.42 (x) 63/240V DP ELCB 100 MA sensitivity. Each 193 1700.00 10.00 1,870.00 360,910.00
12.4 31.42 (xiv) 40/415V FP ELCB 100 MA sensitivity. Each 16 1600.00 10.00 1,760.00 28,160.00

12.5 31.42 (xv) 63/415V FP ELCB 100 MA sensitivity. Each 63 2050.00 10.00 2,255.00 142,065.00

Contractor 399 Engineer-in-Charge


HSR Rate Premium Total HSR Amount
S. No HSR No. Description of Item Unit Qty
(Rs.) on HSR % HSR+Premium (Rs.)

13 31.17 Supply and erection of miniature circuit breaker / isolator


240 /415 V in the existing distribution board including making
necessary connections.
(a) Miniature circuit breakers of 9 KA breaking capacity.
13.1 31.17a) (ii) SP MCB of 9 KA breaking capacity 6 amp. to 32 amp. Each 2,190 403.00 30.00 523.90 1,147,341.00

14 31.16 Blanking sheet .


14.1 31.16 (i) Supply and erection of blanking sheet in existing distribution Each 30 225.00 50.00 337.50 10,125.00
board.

15 31.45 Supply and erection of copper lugs including crimping etc.upto -


the entire satisfaction of Engineer-in-charge of work.
15.1 31.45 (a) Size 1.5 sqmm to 2.5 sqmm Each 1,050 4.80 10.00 5.28 5,544.00
15.2 31.45 (b) Size 4 sqmm to 6 sqmm Each 1,200 6.00 10.00 6.60 7,920.00
15.3 31.45 (c) Size 10 sqmm Each 20 8.20 10.00 9.02 180.40

16 31.21 Supply and erection of pipe for wiring purposes including bends
inspection boxes etc. where necessary and painting as required.
16.1 31.21 (xv) Heavy guage welded conduit pipe 20 mm dia 1.60 mm thickness Metre 14.90 350.00 67.05 -
on surface.
16.2 31.21 (xvi) Heavy guage welded conduit pipe 25 mm dia 1.60 mm thickness Metre 20,000 18.40 350.00 82.80 1,656,000.00
on surface.
16.3 31.21 (xxi) Heavy guage welded conduit pipe 20 mm dia 1.60 mm thickness Metre 16.30 350.00 73.35 -
flushed.
Contractor 400 Engineer-in-Charge
HSR Rate Premium Total HSR Amount
S. No HSR No. Description of Item Unit Qty
(Rs.) on HSR % HSR+Premium (Rs.)

16.4 31.21 (xxii) Heavy guage welded conduit pipe 25 mm dia 1.60 mm thickness Metre 9,000 19.60 350.00 88.20 793,800.00
flushed.
16.5 31.21 (xxiii) Heavy guage welded conduit pipe 32 mm dia 1.60 mm thickness Metre 300 24.20 350.00 108.90 32,670.00
flushed.

17 31.44 Supply and erection of PVC pipe ISI marked ( Medium ) recessed
in wall / ceiling etc. including the cost of PVC bends , inspection
boxes , iron hooks and cement concrete etc. complete in all
respect upto the entire satisfaction of Engineer-in-charge of
work.
17.1 31.44 (i) 20 mm dia. Metre - 31.00 10.00 34.10 -
17.2 31.44 (ii) 25 mm dia. Metre 500 37.00 10.00 40.70 20,350.00

18 31.58 Supply and erection of PVC pipe ISI marked ( Medium ) recessed
in wall / ceiling etc. including the cost of PVC bends , inspection
boxes , iron hooks and cement concrete etc. complete in all
respect up to the entire satisfaction of Engineer-in-charge of
work.
18.1 31.58 (i) PVC pipe of 32mm dia Mtr. 50 45.00 0.00 45.00 2,250.00
18.2 31.58 (ii) PVC pipe of 40mm dia Mtr. 50 56.00 0.00 56.00 2,800.00
RECOVERY ITEMS
19 31.18 Supply and erection of Fittings and Accessories.
19.1 31.18 (xii) Switch 5 amp. On existing sheet. Each 1 3.80 150.00 9.50 9.50
19.2 31.18 (xiii) Wall socket 5 amp. On existing sheet. Each 250 4.40 150.00 11.00 2,750.00
19.3 31.18 (xiv) 15 amp. Switch on existing sheet . Each 1 10.30 150.00 25.75 25.75
19.4 31.18 (xv) 3 pin 15 amp. Multi socket on existing sheet. Each 1 11.20 150.00 28.00 28.00

Contractor 401 Engineer-in-Charge


HSR Rate Premium Total HSR Amount
S. No HSR No. Description of Item Unit Qty
(Rs.) on HSR % HSR+Premium (Rs.)

20 31.18 (xxvii) Supply and erection of 10.5c.m dia M.S. Fan box including 10mm Each 20 26.30 150.00 65.75 1,315.00
dia 30c.m long M.S. Road made into suitable suspension hook
and erected in R.C.C. Slab for erection of fan complete with all
labour and material required to complete the job.

TOTAL 10,137,687.35
C) SECTION- III -DG SET WORKS

SUB HEAD - 1 - ELECTRICAL WORK

31.22HSR Earthing
1 31.22(iii) Earthing with G.I. earth plate 600 mm x 600 mm x 600 mm x 6
mm thick including accessories and providing enclosures
accessories and providing enclosures with cover plate having
locking arrangement and watering pipe etc. (but without
charcoal or coke and salt) complete as required. 4 Sets 453.00 350.00 2038.50 8154.00

2 31.22(iv) Earthing with tinned copper earth plate 600 mm x 600 mm x 3


mm thick including accessories and providing masonry
enclosures with cover plate having locking arrangement and
watering pipe etc. ( but without charcoal or coke and salt )
comlete as required. 8 Sets 1149.00 350.00 5170.50 41364.00

3 31.22(v) Extra for charcoal or coke and salt for G.I. Plate or copper plate
earth electrode. 12 Sets 186.00 350.00 837.00 10044.00
TOTAL 59,562.00
D) SECTION- IV - UPS WORKS

Contractor 402 Engineer-in-Charge


HSR Rate Premium Total HSR Amount
S. No HSR No. Description of Item Unit Qty
(Rs.) on HSR % HSR+Premium (Rs.)

SUB HEAD - III - EARTHING


31.22HSR Earthing
1 31.22(iii) Earthing with tinned copper earth plate 600 mm x 600 mm x 3
mm thick including accessories and providing masonry
enclosures with cover plate having locking arrangement and
watering pipe etc. ( but without charcoal or coke and salt )
comlete as equired. Set 8 1149.00 350.00 5170.50 41364.00

2 31.22(iv) Earthing with G.I. earth plate 600 mm x 600 mm x 600 mm x 6


mm thick including accessories and providing enclosures
accessories and providing enclosures with cover plate having
locking arrangement and watering pipe etc. (but without
charcoal or coke and salt) complete as required. Set 4 453.00 350.00 2038.50 8154.00

3 31.22(v) Extra for charcoal or coke and salt for G.I. Plate or copper plate Set 12 186.00 350.00 837.00 10044.00
earth electrode.
4 31.22(x) Providing and fixing 25 mm x 5 mm Copper strip in 40 mm dia Mtr. 150 155.00 350.00 697.50 104625.00
G.I. pipe from earth electrode as required.

6 31.22(viii) Supplying and laying 25 mm X 5 mm G.I strip at 0.50 metre below Mtrs. 100 16.20 350.00 72.90 7290.00
ground as strip earth electrode, including soldering etc. as
required

7 31.22(xi) Providing and fixing 25 mm x 5 mm G.I. strip in 40 mm dia G.I. Mtr. 50 65.10 350.00 292.95 14647.50
pipe from earth electrode as required.

TOTAL 186,124.50
E) SECTION- V - HVAC WORKS
1 31.22(iii) Earthing with GI earth plate 600 mm x 600 mm x 6 mm thick Set 4 453.00 350.00 2038.50 8 154
including accessories, and providing masonry enclosure with
Contractor 403 Engineer-in-Charge
HSR Rate Premium Total HSR Amount
S. No HSR No. Description of Item Unit Qty
(Rs.) on HSR % HSR+Premium (Rs.)

cover plate having locking arrangement and watering pipe of 2.6


metre long etc. with charcoal / coke and salt as required.

2 31.22(xi) Providing and fixing 25 x 5 mm G.I. Strip in 40 mm dia. G.I. pipe Mtrs. 40 65.10 350.00 292.95 11718.00
from earth electrode including connection with G.I. nut, bolt,
spring, washer excavation and re-filling etc. as required.

TOTAL 19,872.00

F) SECTION- VI - FIRE FIGHTING WORKS

1 31.22(iv) Earthing with G.I. earth plate 600 mm X 600 mm X 6 mm thick Nos. 2 1149.00 350.00 5170.50 10341.00
including accessories, and providing masonry enclosure with
cover plate having locking arrangement and watering pipe of 2.7
metre long etc. with charcoal/ coke and salt as required.

2 31.22(xi) Providing and fixing 25 mm x 5 mm G.I. strip in 40 mm dia G.I. Mtrs. 15 65.10 350.00 292.95 4394.25
pipe from earth electrode as required.
TOTAL 14,735.25
G) SECTION- VII - PLUMBING INTERNAL WORKS

A. INTERNAL PLUMBING WORK

SUB HEAD - I - SANITARY FIXTURES


1 30.5 PROVIDING AND FIXING IN POSITION BEST INDIAN MAKE (as
approved by the Engineer-in-charge) EUROPEAN TYPE WATER
CLOSET SUITE, SYPHONIC TYPE, Consisting of-

Contractor 404 Engineer-in-Charge


HSR Rate Premium Total HSR Amount
S. No HSR No. Description of Item Unit Qty
(Rs.) on HSR % HSR+Premium (Rs.)

(i) VITREOUS CHINAWARE SYPHONIC SUITE WITH 15 LITRES


CAPACITY MATCHING CHINAWARE CISTERN and all internal brass
fittings COMPLETE WITH ‘P’ or ‘S’ TRAP with or without vent; (as
approved by the Engineer-in-charge)
(ii) One piece SEAT AND LID IN HOLLOW BLACK OR WHITE PLASTIC
fitted with chromium plated hinges and rubber buffers, (to the
approval of the Engineer-in-charge) COMPLETE in all respects
INCLUDING CUTTING AND MAKING GOOD THE WALLS AND
FLOORS.
(b) Double trap symphonic W.C. Suite

(ii) Single Colour Each 76 2829 340 12447.6 946017.60

3 30.42 PROVIDING AND FIXING IN POSITION BEST INDIAN MAKE


LAVATORY SUITES (WITH FULL ANTI SPLASH RIM IN VITREOUS
CHINAWARE and all other necessary fittings DESCRIBED IN
ITEM NO.30.41
(IV) Size 630mm x 450mm with one no. tap Each 81 675 340 2970 240570.00

4 30.27. PROVIDING AND FIXING IN POSITION BEST INDIAN MAKE A


RANGE OF THREE URINALS LARGE FLAT BACK OR ANGULAR
LIPPED FRONT IN 610 MM HIGH IN VITREOUS CHINA-WARE
WITH 10 LITRES CAPACITY BEST INDIAN MAKE C.I. AUTOMATIC
FLUSHING CISTERN WITH FITTINGS AND FLUSH PIPE ETC.,
COMPLETE AS FULLY DESCRIBED IN ITEM NO 30.25
Range of three urinals
(i) White Each 40 2679 200 8037 321480.00

Contractor 405 Engineer-in-Charge


HSR Rate Premium Total HSR Amount
S. No HSR No. Description of Item Unit Qty
(Rs.) on HSR % HSR+Premium (Rs.)

5 30.53 PROVIDING AND FIXING IN POSITION BEST QUALITY STAINLESS


STEEL SINKS WITH COMPLETE FITTINGS AS FULLY DESCRIBED IN
ITEM NO. 30.51 .
(a) 600 mm x 450 mm x 200 mm Each 6 5386 340 23698.4 142190.40

6 30.77. Providing and fixing C.P brass liquid soap container of best
quality (as required by the Engineer-in-charge) Each 81 52.5 340 231 18711.00

7 30.116 PROVIDING AND FIXING IN POSITION BEST INDIAN MAKE AIR


PURIFIER COMPLETE WITH FIRST CHANGE (as approved by the
Engineer-in-charge)
(b) in metal Container Each 76 32 340 140.8 10700.80

8 30.82. PROVIDING AND FIXING IN POSITION BEST INDIAN MAKE


FLEXIBLE TUBE CONNECTION
(b) C.P Brass
(i) 15 mm x 450 mm Each 105 40 340 176 18480.00

9 30.67 PROVIDING AND FIXING IN POSITION BEST INDIAN MAKE PAPER


HOLDERS FIXED INTO wall with C.P Brass screws complete in all
respects INCLUDING CUTTING AND MAKING GOOD THE WALLS
ETC.
9.1 (a) C.P brass Each 76 27.5 340 121 9196.00

10 30.68 PROVIDING AND FIXING IN POSITION BEST INDIAN MAKE TOWEL


RAILS FIXED in with rawlslugs embedded in walls with C.P brass
screws. Complete in all respect INCLUDING CUTTING AND
MAKING GOOD THE WALLS ETC.
(a) 25 MM DIA C.P BRASS ADJUSTABLE

Contractor 406 Engineer-in-Charge


HSR Rate Premium Total HSR Amount
S. No HSR No. Description of Item Unit Qty
(Rs.) on HSR % HSR+Premium (Rs.)

(ii) 600 mm long. Each 8 61 340 268.4 2147.20


(e) C.P brass towel ring. Each 81 53.5 340 235.4 19067.40

11 30.66 PROVIDING AND FIXING IN POSITION BEST INDIAN MAKE


SHOWER WITH 15 OR 20 I/D INLET.
(a) VITREOUS CHINA WARE ROSE SHOWERS
Single colour
(i) 175 mm diameter. Each 8 46.5 340 204.6 1636.80

12 30.81. PROVIDING AND FIXING IN POSITION BEST INDIAN MAKE C.P


BRASS WALL MIXER 15 MM
(b) Without Telephonic shower Each 8 311 340 1368.4 10947.20

TOTAL CARRIED TO SUMMARY 1741144.40


SUB HEAD - II - SOIL, WASTE AND VENT PIPES, RAIN WATER
PIPES

1 30.84 Providing and fixing in position H.C.I, soil waste vent or


antisyphonage pipes to I.S.I, specifications of E.L.C. Manufacture
or of any other reputed firm including cutting and wastage etc.
And making holes in walls, roofs or floor etc. And making good to
ITS original condition but excluding cost of lead jointing.
1.1 (a) 100mm internal diameter Metre 2156.25 97.5 350 438.75 946054.69

2 30.87. Providing Lead Caulked Joints To H.C.I Pipes Specials Conforming


To I.S.I Specifications of E.L.C Manufacture Or Any Other Reputed
Firm Including Cost of Lead Yarn, Fuel And Tools, Etc.
(a) 100 mm internal diameter (1.13 kg) Each 2182.125 53.5 350 240.75 525346.59

Contractor 407 Engineer-in-Charge


HSR Rate Premium Total HSR Amount
S. No HSR No. Description of Item Unit Qty
(Rs.) on HSR % HSR+Premium (Rs.)

3 30.88. Providing and fixing in position M.S. or heavy flat iron clamps
made out of M.S flat not less than 5 mm of the approved design
for fixing C.I. Soil waste vent or anti pipes to walls complete in all
respects including cutting and making good the walls and floors
etc., and painting.
3.2 (a) For 100 mm internal diameter pipes Metre 504.5625 12.5 350 56.25 28381.64

4 30.91. PROVIDING AND FIXING IN POSITION H.C.I SPECIALS FOR SOIL,


WASTE VENT OR ANTI-SYPHONAGE PIPES TO I.S.I MARKED
INCLUDING cutting and wastage etc., CUTTING HOLES IN WALLS
ROOFS OR FLOORS ETC, AND MAKING GOOD to its original
condition BUT EXCLUDING COST OF LEAD JOINTING.

(a) FGR 100 MM I/D PIPES


(i) Heal rest bend Each 51.865 58 350 261 13536.77
(ii) Double junction with door 100 mm x 100 mm x 100 mm x 100
mm Each 10 99 350 445.5 4455.00
(iii) Pass over pipe 52 350 234 0.00
(iv) Single junction with door 100 mm x 100 mm x 100 mm Each 172.5 86.5 350 389.25 67145.63
350 0.00
(v) Double junction plain 100 mm x 100 mm x 100 mm x 100 mm Each 20 88.5 350 398.25 7965.00
(vi) Single junction plain 150 mm x 150 mm x 150mm Each 21.85 350 0 0.00
(vii) Single junction plain 150 mm x 100 mm x 150mm Each 5.681 350 0 0.00
(viii) Single junction plain 100 mm x 100 mm x 100 mm Each 109.9688 76.5 350 344.25 37856.74
(ix) Bend with door Each 51.865 63 350 283.5 14703.73
(x) Bend plain(100 MM) Each 539.0625 350 0 0.00
(xi) Bend plain(150 MM) Each 20 350 0 0.00
(xii) Terminal guard Each 32 39.5 350 177.75 5688.00
(xiii) Cowls Each 32 36.5 350 164.25 5256.00

Contractor 408 Engineer-in-Charge


HSR Rate Premium Total HSR Amount
S. No HSR No. Description of Item Unit Qty
(Rs.) on HSR % HSR+Premium (Rs.)

(xiv) Door piece Each 50 53 350 238.5 11925.00


(xv) Hand hole pipe 350 0 0.00
(xvi) Diminishing pipe piece 350 0 0.00
(xvii) P or S trap with vent 350 0 0.00
(xviii) P or S trap without vent Each 119 76.5 350 344.25 40965.75
(xix) Collars (100 MM) Each 596.6667 27.5 350 123.75 73837.50
(xx) Collars (150 MM) Each 126.6667 350 0 0.00
(xxi) WATER CLOSER CONNECTIONS (PLAIN) 350 0 0.00
(xxii) 150 mm long 350 0 0.00
(b) 225 mm long Each 76 16.5 350 74.25 5643.00

5 30.89 Providing and Fixing H.C.I. FLOOR TRAP I.S.I. MARKED OF THE
SELF CLEANING DESIGN WITH C.P. BRASS HINGED GRATING
WITH FRAME WITH OR WITHOUT VENT ARM AND INCLUDING
CEMENT CONCRETE 1:2:4 under and around the floor trap where
required upto floor level COMPLETE IN ALL RESPECTS INCLUDING
CUTTING AND MAKING GOOD THE WALLS AND FLOORS, ETC.,
minimum depth of water should be 150mm with minimum seal
of 50mm.

(a) with 50 mm i/d outlet Each 105 350 472.5


(b) with 75mm i/d outlet Each 105 350 472.5

6 30.105. Painting H.C.I Soil Waste Vent And Pipes And Fitting With
Superior Quality Synthetic Enamel Paint in all shades on existing
on new work Two Coats paints including cleaning rubbing etc.
6.1 (a) 100 mm internal diameter Metre 2156.25 3.8 350 17.1 36871.88
TOTAL CARRIED TO SUMMARY 1825632.91

Contractor 409 Engineer-in-Charge


HSR Rate Premium Total HSR Amount
S. No HSR No. Description of Item Unit Qty
(Rs.) on HSR % HSR+Premium (Rs.)

SUB HEAD - III - WATER SUPPLY

1 30.75. Providing and fixing in position 15 mm i/d C.P brass bib Cocks of
best quality (as required by Engineer-in-charge)
1.1 (b) Bib cock sparrow with Permix and flange Each 6 105 340 462 2772.00

2 30.76. Providing and fixing in position C.P brass stop cocks (as Approved
by the Engineer-in-charge)
(a) 15 MM STOP COCK
(i) Stop cock male & female Each 68 101 340 444.4 30219.20
(ii) Concealed stop cock with flange. Each 8 130 340 572 4576.00

TOTAL CARRIED TO SUMMARY 37567.20

Contractor 410 Engineer-in-Charge


S No HSR Item DESCRIPTION OF ITEM Unit Qty Rate Amount in Rs
No

1 NS1 Providing and fixing chicken mesh/MURGA JALI at jointing including fixing JALI with Nails prior to sqm 7,940
plaster on walls.
2 NS2 Providing and mixing integral crystalline admixture for waterproofing treatment to RCC kg 44,990
structures like basement raft, retaining walls, reservoir, sewage & water treatment plant, tunnels
/ subway and bridge deck etc. at the time of transporting of concrete into the drum of the ready-
mix truck, using integral crystalline admixture @0.80% (minimum) to the weight of cement
content per cubic meter of concrete) or higher as recommended by the manufacturer's
specification in reinforced cement concrete at site of work. The material shall meet the
requirements as specified in ACI-212-3R-2010 i.e. by reducing permeability of concrete by more
than 90%, compared with control concrete as per DIN 1048 and resistant to 16 bar hydrostatic
pressure. The crystalline admixture shall be capable of self-healing of cracks up to a width of
0.50mm. The work shall be carried out all complete as per specification and the direction of the
Engineer-in-charge. The product performance shall carry guarantee for 10 years against any
leakage.
3 NS3 Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3mm sqm 29,108
thick water proofing membrane, black finished reinforced with non-woven polyester matt
consisting of a coat of bitumen primer for bitumen membrane @ 0.40 ltr/sqm. by the same
membrane manufacture of density at 25°C, 0.87-0.89 kg/ltr and viscosity 70-160 cps. Over the
primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc., and
preparing the surface complete. The vital physical and chemical parameters of the membrane
shall be as under : Joint strength in longitudinal and transverse direction at 23°C as
650/450N/5cm. Tear strength in longitudinal and transverse direction as 300/250N. Softening
point of membrane not less than 150°C. Cold flexibility shall be upto -2°C when tested in
accordance with ASTM, D - 5147. The laying of membrane shall be got done through the
authorised applicator of the manufacturer of membrane : 3 mm thick
4 NS4 Providing and laying integral cement based water proofing treatment including preparation of sqm 6,402
surface as required for treatment of roofs, balconies, terraces etc consisting of following
operations:
(a) Applying a slurry coat of neat cement using 2.75 kg/sqm of cement admixed with water
proofing compound conforming to IS. 2645 and approved by Engineer-in-charge over the RCC
slab including adjoining walls upto 300 mm height including cleaning the surface before

Contractor 411 Engineer-in-Charge


S No HSR Item DESCRIPTION OF ITEM Unit Qty Rate Amount in Rs
No

treatment.
(b) Laying brick bats with mortar using broken bricks/brick bats 25 mm to 115 mm size with 50%
of cement mortar 1:5 (1 cement : 5 coarse sand) admixed with water proofing compound
conforming to IS : 2645 and approved by Engineer-in-charge over 20 mm thick layer of cement
mortar of mix 1:5 (1 cement :5 coarse sand) admixed with water proofing compound conforming
to IS : 2645 and approved by Engineer-in-charge to required slope and treating similarly the
adjoining walls upto 300 mm height including rounding of junctions of walls and slabs.
(c) After two days of proper curing applying a second coat of cement slurry using 2.75 kg/ sqm of
cement admixed with water proofing compound conforming to IS : 2645 and approved by
Engineer- in-charge.
(d) Finishing the surface with 20 mm thick jointless cement mortar of mix 1:4 (1 cement :4
coarse sand) admixed with water proofing compound conforming to IS : 2645 and approved by
Engineer- in-charge including laying glass fibre cloth of approved quality in top layer of plaster
and finally finishing the surface with trowel with neat cement slurry and making pattern of
300x300 mm square 3 mm deep.
(e) The whole terrace so finished shall be flooded with water for a minimum period of two
weeks for curing and for final test. All above operations to be done in order and as directed and
specified by the Engineer-in-Charge :
22.7.1 With average thickness of 120 mm and minimum thickness at khurra as 65 mm.

Contractor 412 Engineer-in-Charge


S No HSR Item DESCRIPTION OF ITEM Unit Qty Rate Amount in Rs
No

5 NS5 Providing, fixing and applying POP false ceiling consisting of (a) frame work made with 50x50mm sqm 14,449
M.S. tube of 18 G thickness as main runners @ 600mm c/c (approx.) welded together with 50x45
channel of 18 G runners suspended/supported from existing RCC slab with adjustable
25mmx4mm MS flat @ 1200mm c/c (approx.). welded to reinforcement bars including exposing
the reinforcement bars and making good the damages with cement mortar including providing
and fixing expanded metal of size 6x25 mesh (weighing 0.80 Kg/sq.m) welded to frame work with
8mm dia M.S. rod in between main runners (b) applying POP (calcium sulphate semi-hydrate
variety) to a thickness of not less than 10mm over the XPM finished smooth to line and level and
(c) applying two or more coats of plastic emulsion paint over a coat or primer all of approved
make and quality and shade including providing extra frame work as necessary for electric point
fittings, A.C., diffusers and/or any other cutouts etc. all as per specification, drawing and
direction of Engineer-in-Charge, all labour and materials complete.The rate shall also include for
necessary supports, scaffolding etc. as required for completing the work in all respects in dry
surface i.e. flat, vertical or curved ones (Payment shall be made per sq.m of the POP finished
surface consisting of all the operations stated above.

6 NS6 P/F Trap Door with 19 mm board with 1mm thk laminater inclding Hardware Complate paint each 210
finish etc (Size 2' X 2')
7 NS7 Providing and fixing in Ceiling panneling 12mm commercial ply fixed with 12x 25mm aluminium sqm 10,186
frame work then on the top 1.5mm laminate with necessary screws /synthetic resin adhesiveed
to be fix including making of grooves whose sides also to be finished by fixing . all complete .as
per architectural drawings and the direction of Engineer -in-charge.

Contractor 413 Engineer-in-Charge


S No HSR Item DESCRIPTION OF ITEM Unit Qty Rate Amount in Rs
No

8 NS8 Providing and fixing dry cladding upto 10 metre heights with 30mm thick gang saw cut stone with sqm 8,688
(machine cut edges) of uniform colour and size upto 1mx1m, fixed to structural steel frame work
and/ or with the help of cramps, pins etc. and sealing the joints with approved weather sealant
as per Architectural drawing and direction of Engineer-in-charge. (The steel frame work, stainless
steel cramps and pins etc. shall be paid for separately).

9 NS9 Providing and fixing adjustable stainless steel cramps of approved quality, required shape and each 34,752
size, adjustable with stainless steel nuts, bolts and washer (total weight not less than 260 gms),
for dry stone cladding fixed on frame work at suitable location, including making necessary
recesses in stone slab, drilling required holes etc complete as per direction of the Engineer-in-
charge.
10 NS10 Supply of Granite stone in all shades 15mm to 18mm thick sqm 30,644
11 NS11 Stone tile work for wall lining upto 10 m height with special adhesive over 17-18mm thick bed of sqm 7,913
cement mortar 1:3 (1 cement : 3 coarse sand), including pointing in white cement with an
admixture of pigment to match the stone shade.8mm thick (mirror polished and machine cut
edge).Granite stone of any colour and shade
12 NS12 Supplying And Applying 2mm Thick Epoxy Floor Topping As Per The Approved Method Of sqm 14,049
Statement, Specification And Scope Of Work Etc., In Selected Colour.
13 NS14 Providing and fixing stone jali 40 mm thick throughout in cement mortar 1:3 (1 cement : 3 coarse
sand), including pointing in white cement mortar 1:2 (1 white cement : 2 stone dust) with an
admixture of pigment,matching the stone shade, jali slab without any chamfers etc.

Red Sand Stone sqm 74


14 NS15 Extra for stone work for wall lining on exterior walls of height more than 10 m from ground level sqm 17,203
for every additional height of 3 m or part there of.
15 NS16 Grouting using Epoxy base Grout: sqm 38,147
Providing and fixing spacer between stone pieces as per architectural design and grouting the
same with approved make (as per drawing or as directed by project incharge), resin and hardner

Contractor 414 Engineer-in-Charge


S No HSR Item DESCRIPTION OF ITEM Unit Qty Rate Amount in Rs
No

based three component 100% solid epoxy grout confirming to standard ANSI118.6, as per
manufacture's installation methodology.
16 NS17 Providing & applying water based silicon sealer for 5 side coating for stone with appoved make sqm 30,644
applying at the rete of 2 ltr per 75 sqft of surface area of sand stone complete as per direction of
Engineer in Charge & manufacture specification.
17 NS18 Providing and applying High performance sealer of approved make (as per drawing or as directed sqm 8,688
by project incharge) on the exposed surface on sand stone cladding to form invisible barrier by
allowing vapour to escape for resistance against water alklies, acid staining and freeze thaw
damages. The sealer should be applied at the rate of 2 ltr per 285 sqft of surface area complete
as per direction of Engineer in Charge.
18 NS20 Providing and applying Texture Paint of brand and shade as per the specification/drawings sqm 2142
attached. Including preparing surfaces, applying paint, curing all as per the manufacturer's
specification, scaffolding, etc. complete and as directed.
19 NS23 Supply & Installation of glass doors Providing, supplying and fixing of Frameless Double Leaf sqm 2,048
Swing Glass Door of approved make or equivalent make in glazing using 12mm thick toughened
glass of Saint Gobain / or approved equivalent with die cast patch fitting with stainless steel
cover including fixing of patch fittings, floor springs, locks, handles etc. using the hardware items
as detailed, complete in all respects as per detailed drawings, manufacturers specifications and
direction of Engineer in charge. Double Leaf Door with Hardware’s as specified:- Swing Glass
Door which includes two nos each of Top Pivot PT 24, Bottom Patch PT 10, Top Patch PT 20, Floor
Lock US 10, Strike Plate , Floor Spring BTS 75v, or any patch PT 40/PT 60 or any other patch as per
site requirement with pair of TGDIH SS Pull Handle 25 mm dia x 450 mm long and other
accessories for self closing feature as per detailed drawings.
20 NS24 Supply,fabrication and erection of glass skylight structure made Of MS structure with aluminium sqm 2,830
flat fixed with both side adhesive Norton tape with structural silicone (dow corning/GE make) for
fixing of glass as per design painted with fixing of 11.52mm toughend clear laminated glass
skylight structure with necessary weather sealant at joints to make leak proof skylight.

21 NS25 Providing and fixing stainless steel ( Grade 304) railing made of Hollow tubes, channels, plates kg 26,189
etc., including welding, grinding, buffing, polishing and making curvature (wherever required)
and fitting the same with necessary stainless steel nuts and bolts complete, i/c fixing the railing
Contractor 415 Engineer-in-Charge
S No HSR Item DESCRIPTION OF ITEM Unit Qty Rate Amount in Rs
No

with necessary accessories & stainless steel dash fasteners , stainless steel bolts etc., of required
size, on the top of the floor or the side of waist slab with suitable arrangement as per approval of
Engineer-in- charge, (for payment purpose only weight of stainless steel members shall be
considered excluding fixing accessories such as nuts, bolts, fasteners etc.).
22 NS26 Level Line Glass infill @ staircase & atrium area(SS304) rmt 476
Supply of Modular floor fixed balustrade system at staicase/atrium area of material grade AISI
304 satin polished steel, comprising of 54x12mm solid bar uprights fixed in RCC at max. spacing
of 1500mm c/c with MS Galv. Base Plate of size Ø115x8mm thk. welded at bottom and anchored
with 3 nos. of HSA-M8 anchors and covered with SS cover of Ø118x18x1mm thk. Handrail of Ø
42.4 x 2 mm thk fit to site, supported with unified bracket and fixed at maximum railing height
from FFL will be 1100 mm,adjusted to be plum and in-line with all other balustrade posts. 13.52
mm thick toughened laminated glass to be supported with through-hole fixation etc complete
with all necessary bends & terminations.

23 NS27 Providing and fixing wooden fire rated door of 55 mm thk and 120 min fire rating, including Door sqm 230
frame.
24 NS28 With clear fire resistant glass panes 6 mm thick of approved brand, having minimum 120 minutes sqm 2
fire resistance.
25 NS29 Providing and fixing 2 hrs fire rated dead lock of approved make with 55mm backseat and 20mm each 41
square for end prepared for euro profile cylinder including strike plate and EPC 70mm length
both side key operation and escutcheons in SS finish etc. all complete as per manufecturer's
specifications, approved drawing and direction of Engineer - in - charge.
26 NS30 Providing and applying two coats of fire retardant paint on cleaned wood/ply surface @ 3.5 sqm sqm 459
per litre per coat including preparation of base surface as per recommendations of manufacturer
to make the surface fire retardant.
27 NS31 Providing and fixing of Fire Rated Door Closer (Heavy duty) of approved make with necessary each 41
accessories and SS screws etc. complete. as per direction of Engineer-in-charge.

Contractor 416 Engineer-in-Charge


S No HSR Item DESCRIPTION OF ITEM Unit Qty Rate Amount in Rs
No

28 NS34 Providing and fixing toilet cubicles of varying sizes made of solid compact laminate with textured each 61
finish melamine on both sides having properties of colour fastness, scratch, moisture and impact
resistance. The intermediate shall be of one continuous panel without any joint. All visible edges
will be chamfered, All pilasters are to be supported with Nylon (Polyamide-6) (with M12
threaded - Rod inserted for stability) or stainless steel adjustable foot and anchored to the floor
with SS screws, The intermediate panel / dividers shall be mounted to the wall with thick
aluminium U channel section using SS screws. The Door will include providing for environ seal/
brush in the shutter. The top rail of the system shall be of 2mm thick, semi- round heavy duty
aluminium channel section fixed to the top of pilaster with SS screws. All aluminium channel shall
be anodized (Grade 6063 T5 15 Micron) or epoxy powder coated) Each type Cubicles shall be
equipped with the following Nylon or stainless steel accessories: Door Knob; coat hook with
rubber stopper; self closing. hinges shall be normal ; privacy Thumbturn.

Contractor 417 Engineer-in-Charge


S No HSR Item DESCRIPTION OF ITEM Unit Qty Rate Amount in Rs
No

29 NS37 i. Automatic sliding door operating system. sqm 351


ii. Accessories like screws, flass to the controller fixing assembly etc. all should be Included.
iii. Reader or a sensor device to detect motion in the proximity to operate the door.
iv. Safety sensor - to direct object in between the doors before closing. v. The
toughened glass door (Modi Guard/ Saint Gobain) of thickness minimum 12mm.(This will cover
the opening which is 2m. wide and 10 feet in height, 2 glasses of the Same size should cover the
opening and should side in their direction to open the Door completely.) The glass also should be
finished with frosted film making National Emblem as per the direction of the Department.
The following functionality is essential:
i. Provision to control the door without motion sensor. This feature may be used in case keep
the door in open or in close state - avoiding the normal operation of the door.
ii. Provision for manual button (from inside the premises) to open the door - in case the sensor
develops some problem.
iii. Possibility to integrate the emergency signal into the device to open the door in case of fire or
another disastrous situation.
iv. The detection range of the motion sensing device to be adjustable within 3 to 5 feet all the
machinery of doors and all accessories of ozone make, toughened glass door & automatic sensor
system

Contractor 418 Engineer-in-Charge


S No HSR Item DESCRIPTION OF ITEM Unit Qty Rate Amount in Rs
No

30 NS45 Acoustic Treatment for Low Frequency Absorption for Walls: sqm 474
Providing and Fixing Channelled Magnesium Board Grooved Panel of width 133mm, thickness of
18mm and length 2440 mm or as required by the Architect/ acoustic consultant, made of
Magnesium board surface finish by high pressure Laminate as per the approved shade/ species &
finish and has outstanding environmental flame retardant, waterproof, termite proof. The boards
shall have a special perforation pattern 13/3 (12.8% perforation rate). The panels shall provide
fire retardant grade A2(GB), environment protection grade E1 (GB) and NRC 0.85. The edges of
the panels shall be “tongue-and-grooved” to receive special clips for installation. Installation of
panels on GI Channels of section 50mm x 35mm x 0.5mm on 40 X 40 X 5mm GI angle Supports
(1200 x 1200 mm C-to-C) Fixed to solid wall having 50mm air gap. GI panels fixed horizontally at
spacing of 600mm center to centre and screwed aluminum extruded keel for channelled wood
works with 50mm thick thermal banded polyester non-woven wadding fiber of 1000 gm/sqm.
The fiber to be held in position with chicken wire mesh. The final color of the material and design
horizontal or vertical to be approved by the consultant and the architect both to ensure the final
looks of the installation is as per the design intended for, contractor to take a final sign off before
start of work. The panels shall be mounted on special aluminum splines using clips. All Makes
and models of all items/samples should be approved by the consultant prior to the installation.

Contractor 419 Engineer-in-Charge


S No HSR Item DESCRIPTION OF ITEM Unit Qty Rate Amount in Rs
No

31 NS47 Acoustic Treatment for Mid & High Frequency Absorption for Walls: sqm 1193
Providing & fixing in position, Stretch fabric by using FR grade acoustically transparent fabric (100
% Polyester quality stretch crape) of size approx 1200mm width, abrasion & flame resistant as
per approved color. Fabric shall be stretched by using 10mm thick commercial ply strips vertical
50mm wide fixed on the, PVC Gripper of size 35mm (W) x 12mm (T) x 2000mm (L). The system to
be mounted on 50 x 35 x 0.5mm GI frame on 40 X 40 X 5mm GI angle Supports (1200 x 1200 mm
C-to-C) Fixed to solid wall having air gap with 50mm thick thermal banded polyester non-woven
wadding fiber of 1000 gm/sqm infill with requisite accessories & tools. The fiber to be held in
position with chicken wire mesh. All material to be approved by the Acoustic Consultant prior to
installation. Tracks/ Gripper to be installed on wooden base, by first applying stick adhesive on
both surfaces for a true and continuous secure grip, and heavy-duty fasteners at 150mm centers
on one/ both sides of Stretch Tracks. NRC better than 0.8.

32 NS49 Skirting: rmt 120


Providing & fixing 150 mm Skirting out of 12 mm thick commercial ply (of reputed make ISI
marked). with 1 mm laminate (of reputed make ISI marked). of approved shade, to be fixed as
per the drawings on framework of 50 x 35 x 0.5mm GI frame fixed at 300(v) x 600(h)mm (or
wherever required as per design drawing) centre jointed with each other with GI cleats & drive
all screws. The Framework to be supported on the wall at the interval of 1800mm centre to
centre with 40x40x5mm angle cleats / fasteners of required length (MS anchor fasteners of size
65mm x 10 mm dia.) The entire work to be executed as per the drawings /Acoustic consultant,
instructions of the Engineer-in-change. All Makes and models of all items/samples should be
approved by the consultant prior to the installation.

Flooring
33 NS52 Stage Flooring: sqm 228
Providing and fixing 75x19 mm teakwood plank (min. 900mm long) flooring with tongue and
groove joints (concealed screwing and minimum length 1.5m) on 12mm thick BWP plywood
bonded with phenolic resin with half headless GI nails/steel screws wherever necessary, with

Contractor 420 Engineer-in-Charge


S No HSR Item DESCRIPTION OF ITEM Unit Qty Rate Amount in Rs
No

joints staggered, fixed with wooden screws to teakwood joists framework comprising 50x50mm
teakwood joist 600mm centre to centre in one direction and 50x50mm teak wood battens
600mm centre to centre on other direction with 50mm thick polyester wadding of 1000gsm infill,
teakwood joists resiliently supported on 150 x 150mm pads of 5mm nominal thickness of waffle,
neoprene pad ribbed (50 p.s.i. grade) and 50x50x6mm thick MS angle cleat fixed with 150mm
long with 10mm dia GI bolts and expansion fasteners, over floor slab 1200x1200 centre to
centre, support locations including providing and applying a coat of ready mixed aluminium
primer and a coat of synthetic enamel paint both of approved brand and manufacturer over
exposed surfaces and edges of marine ply. Stage edge: Fixing 90x50mm teakwood moulding as
per architect on the edges of stage wooden flooring including wax polishing after filling wood
filler and sand papering up to smooth finish in natural colour. Entire work to be done complete as
per drawings, specifications and direction of Engineer in Charge & Consultant including wax
polishing of teak wood planks after filling wood filler and sand papering up to smooth finish in
natural colour. All Makes and models of all items/samples should be approved by the consultant
prior to the installation.
34 NS53 Carpet flooring: sqm 720
Providing and fixing 22 oz. loop pile carpet with precision tufted loop piles and underlay of 8mm
thick PU foam fixed to existing levelled floor with synthetic adhesives as approved by the
manufacturer.
35 NS55 STAGE CURTAIN: each 1
P/F of Stage MAIN curtain made out of crushed/ velvet/ as approved curtain cloth with
Horizontal sliding arrangement complete with fixing rails, brackets, Gathering arrangement &
motorised operation complete with runners, master runners, pullies, 3mm steel wire rope, 1 HP
motor 2nos. air breaker contactors, 2nos. micro switches for auto stop, 3 nos push buttons for
forward, reverse and stop positions. The curtain should be draped to half area when in closed
position. Minimum overlap at centre should be 900mm and should be stitched in double
gathering
Appx. Size:- 60' x 20'
Make / Type: Approved Equivalent curtain system

Contractor 421 Engineer-in-Charge


S No HSR Item DESCRIPTION OF ITEM Unit Qty Rate Amount in Rs
No

36 NS56 Middle Curtain aqnd Rear curtain in black matt satin/ crushed/ velvet curtain cloth \ with each 2
horizontal sliding arrangement complete with fixing rails, brackets, sliding arrangement &
motorised operation complete with runners, master runners, pullies, 3mm steel wire rope, 1 HP
motor 2nos. air breaker contactors, 2nos. micro switches for auto stop, 3 nos push buttons for
forward, reverse and stop positions. The curtain should be draped to half area when in closed
position. Minimum overlap at centre should be 900mm and should be stitched in double
gathering.

appx. Size: 60' x 20' middle curtain and 50'x 20' rear curtain
Make / Type: Approved Equivalent curtain system
37 NS57 CYCLORAMA :- Providing and fixing cyclorama curtain cum screen in High Gain WHITE MATT each 1
projection screen material duly stretched on MS pipe frame. The screen to be fixed on tubular
frame made out of 35mm dia MS pipe or on wall frame as suitable and approved.

Appx. Size:- 35' X 20'


Make/ Type: As Approved
38 NS59 Stage Wings: Providing and fixing cloth wings made out of black glazed cotton cloth fixed on each 6
32mm dia Pivoted bar and stretched with bottom weight.
Make / Type: Approved Equivalent Stage wings system
39 NS60 FRILLS :- Providing and fixing light bar and stage frills made out of double gathering glazed cotton 6
cloth to be installed above the stage on 28mm dia GI pipe or GI channel. each
Make / Type: Approved Equivalent stage frill system
40 NS61 Stage Personium Wall: sqm 45
MS Rectangular Pipe Frame Structure: MS Pipe size : 50mmx 25 mm x 16 G
Structure Size : 2400 mm width x stage Height approx 6400m; both sides and 1200 x 18000 on
top. Structure to be made using rectangular Pipe frame at 1200 x 600 c/c.

Contractor 422 Engineer-in-Charge


S No HSR Item DESCRIPTION OF ITEM Unit Qty Rate Amount in Rs
No

41 NS62 MS grid steel structure: sqm 120


MS Rectangular Pipe Frame Structure: MS Pipe size : dia 60mm x 16 G
Structure Size : approx. 20000 mm length x 6000mm width.
Structure to be made using 60mm round Pipe frame at 1200 x 1200 c/c with supporting MS
angles and cleats of 40 x40 x 5mm .
The Frame structure to be supported and hanged from main ceiling members with MS angles.
complete structure to be duly painted black in colour.

42 NS63 Supplying, Installation, Testing & Commissioning of Stage light bars in respective position duly each 4
fixed with MS angles and fastners. Bar of GI PIPE, 50mm B class Duly supported from ceiling with
MS angles and connectors as per the Bar position to be provided. Lights with clamps will be hung
on the bars and wiring will be done in the sockets, complete etc. as required.

43 NS64 Supply, installation, testing and commissioning of M.S. Pipe Ladders to be provided on sides of each 6
the Stage to be fixed on the existing GI pipe or top grid. Made of 50mm x 25mm MS pipe of
following Size: - 1200 x 600
Audittorium Chairs
44 NS 65 P/F Auditorium chairs of over all size 550mm(w) x 600mm(D) x 950mm(H) with Push back and each 500
Sliding mechanism consisting of HRC sheet metal (all exposed and visible surface painted) having
PU-foam of density 50 kg/cum covered with approved colour sample of fabric (basic rate of fabric
Rs.300 / meter to be considered) with upholstered arm rest. Seat numering on top / back of seats
and Row numbering along the aisle shall be provided. There shall be provision for lighting on
sides of Arm rest. Each armrest to be provided with a PU beverage holder.

Make: AS Approved
45 NS66 ACOUSTIC STRETCH FABRIC CEILING
Providing and Fixing Acoustics Stretch Fabric System on G.I studs 2400mm X 50mm web, flanges sqm 771.77
15 & 50mrn fully knurled giving It high strength, hot dipped galvanized steel with 120GSM zinc
Coating specially designed for Acoustic vibration management and long life with a backing 50mm
thick insulation. ‘Aphony fibrette’ 600x1200x20mm tile with NRC 1.00 to be mechanically

Contractor 423 Engineer-in-Charge


S No HSR Item DESCRIPTION OF ITEM Unit Qty Rate Amount in Rs
No

fastened on the G.I studs. Acoustical infill of absorb wool 10mm which is adhered to the
acoustical panel on the front side. Then 12mm/20mm vinyl tracks are screw fixed on to the 6mm
ply and Acoustics panels. Then the fabric is stretched over the vinyl tracks. The installed system
should provide NRC of 1.00 fabric color as per architect choice- Ref attached specification for
more details. To be installed on G.I studs 600x600mm center to center 2400mmx50mm web
thickness 0.5mm, flanges 15 & 50mm fully knurled giving it high strength, hot dipped galvanized
steel with 120GSM zinc coating specially designed for Acoustic vibration management and long
life with a backing of ACOUSTICS, 50mm thick, 1000 GSM absorb wool tested as per Fire
Retardant ASTMD 635-1991/Insulation and IS 15061-2002 for excellent result. Fire Retardant
acoustic fabric that comes as final layer in installation.
46 NS67 ACOUSTIC STRETCH FABRIC WALL PANEL
Providing and Fixing Acoustics Stretch Fabric System on G.I studs 2400mm X 50mm web, flanges sqm 201.1
15 & 50mrn fully knurled giving It high strength, hot dipped galvanized steel with 120GSM zinc
Coating specially designed for Acoustic vibration management and long life with a backing 50mm
thick insulation. ‘Aphony fibrette’ 600x1200x20mm tile with NRC 1.00 to be mechanically
fastened on the G.I studs. Acoustical infill of absorb wool 10mm which is adhered to the
acoustical panel on the front side. Then 12mm/20mm vinyl tracks are screw fixed on to the 6mm
ply and Acoustics panels. Then the fabric is stretched over the vinyl tracks. The installed system
should provide NRC of 1.00 fabric color as per architect choice- Ref attached specification for
more details. To be installed on G.I studs 600x600mm center to center 2400mmx50mm web
thickness 0.5mm, flanges 15 & 50mm fully knurled giving it high strength, hot dipped galvanized
steel with 120GSM zinc coating specially designed for Acoustic vibration management and long
life with a backing of ACOUSTICS, 50mm thick, 1000 GSM absorb wool tested as per Fire
Retardant ASTMD 635-1991/Insulation and IS 15061-2002 for excellent result. Fire Retardant
acoustic fabric that comes as final layer in installation.

47 NS68 Perforated Slates- Acoustic Wooden Slats with Fleece FR

Contractor 424 Engineer-in-Charge


S No HSR Item DESCRIPTION OF ITEM Unit Qty Rate Amount in Rs
No

Providing and fixing dexiwood grooved panel having system NRC up to 0.75 with lineal sqm 105.64
perforation. The panels shall be fire resistance(FR) BS476 Part 7 with melamine laminate panels
2440mm x128mm x 16mm with 2mm groove at 14mm pitch, Tongue and Groove edges for
seamless mounting having density of 800kg/m3(base panel confirming to IS 12406 and laminated
panel confirming to IS 14587). The black of the panels are perforated with a nonwoven fabric
covering of 0.2mm for providing Sound absorption via the acoustic impedance method. Panel is
fixed by using GI Framework spaced at 600mm centers @ aluminum framework spaced at
400mm centers with suitable brackets and he system is backline with glasswool and along with
all accessories. Installation wooden battens (provided by others) of section 50mmx50mm or as
approved by the Architect on the solid wall horizontally using screws and plugs at spacing of
600mm centre-to-centre. Screw the aluminum extruded keel for channeled woodworks provided
by manufacture over the lowest and second wooden batten at an on- center distance of 600mm.
Install the first set of wooden panels by inserting the clips for border channeled woodworks and
insert the groove of the panel into the projecting flange of the aluminum clip. Continue installing
rows of panels by inserting the tongue into the groove of the earlier inserted panel and
progressively installing clips for inside channeled woodworks into the next keel till the actual
height is achieved. Use clips for border channeled woodworks to finish off the installation. Finish
off the edges using wooden molding of matching color.

48 NS69 Perforated Panel- Acoustic Wooden Slats with Fleece FR


49 NS70 STUCCO MARBLE/ VELVET FINISH
Providing and applying of high vapour permeable water based Stucco Marble Finish/velvet sqm 17185
tapestry designer finish of interior grade as per approved Sample, including two coats of base
coat & one coat of quartz primer over smooth POP + putty surface but excluding the cost of
surface preperation & scaffolding, all completes as per manufacturer's specification with the
direction of Engineer-in-Charge. (Basic Rates of Designer Paints @Rs.110/- persqft). Approved
make : blKOS, SKK, Armourcoat, Asian ( Quote 1270+ 18% GSt)

Contractor 425 Engineer-in-Charge


S No HSR Item DESCRIPTION OF ITEM Unit Qty Rate Amount in Rs
No

Providing and fixing dexiwood grooved panel having system NRC up to 0.75 with lineal sqm 86.9
perforation. The panels shall be fire resistance(FR) BS476 Part 7 with melamine laminate panels
2440mm x128mm x 16mm with 2mm groove at 14mm pitch, Tongue and Groove edges for
seamless mounting having density of 800kg/m3(base panel confirming to IS 12406 and laminated
panel confirming to IS 14587). The black of the panels are perforated with a nonwoven fabric
covering of 0.2mm for providing Sound absorption via the acoustic impedance method. Panel is
fixed by using GI Framework spaced at 600mm centers @ aluminum framework spaced at
400mm centers with suitable brackets and he system is backline with glasswool and along with
all accessories. Installation wooden battens (provided by others) of section 50mmx50mm or as
approved by the Architect on the solid wall horizontally using screws and plugs at spacing of
600mm centre-to-centre. Screw the aluminum extruded keel for channeled woodworks provided
by manufacture over the lowest and second wooden batten at an on- center distance of 600mm.
Install the first set of wooden panels by inserting the clips for border channeled woodworks and
insert the groove of the panel into the projecting flange of the aluminum clip. Continue installing
rows of panels by inserting the tongue into the groove of the earlier inserted panel and
progressively installing clips for inside channeled woodworks into the next keel till the actual
height is achieved. Use clips for border channeled woodworks to finish off the installation. Finish
off the edges using wooden molding of matching color.

ART WORKS
50 NS71 ELEPHENT SCUPLTURE- front of Garden area each 8
51 NS72 Dancing Figures- GF building entrance each 4
52 NS73 Wall Sculpture- GF- Near Escalators each 2
53 NS74 Abstract Art- Stilt Floor- Stilt Bays each 8
54 NS75 Figure Sculptures each 5
55 NS76 Wall Sculpture each 2
56 NS77 Wall Sculpture each 2

Contractor 426 Engineer-in-Charge


S No HSR Item DESCRIPTION OF ITEM Unit Qty Rate Amount in Rs
No

Site Preparation
57 NS78 Designing, Providing, supplying, installing, profiling, stressing and cement grouting all post MT 11
tensioning tendons of HT strands confirming to IS 14268-1995, Class II, casting, Barrels, Wedges,
and HDPE duct. Supply and execution of Post tensioning work must be carried out by a specialist
agency, with their own equipments, accessories and skilled manpower as per approved
construction drawings. The rate quoted shall be inclusive of Designs of PT structure & approvals,
cost towards supply , execution of strand, ducts, and supply, fixing, profiling of tendons,
stressing, grouting, complete as shown in the drawing and as per specification. The unit rate for
Post tensioning work shall also be inclusive of all materials , labour, equipment accessories and
technical supervision of the post tension system supplier, who will monitor, insure and certify the
correctness of the pre-stressing operations and as per specification.

58 NS79 Providing and fixing of Approved Make or equivalent make Hollow metal fire rated doors sqm 230
confirming to BS 476 part 20& 22 , IS 3614 part-1 & part-2 for stability and integrity with Pressed
Galvanized steel confirming to IS 277 with doors tested at CBRI/ NABL approved lab for maximum
rating of 2hrs tested Glass used for vision panels to be supported by certificates confirming the
required fire ratings /panels being a part of the fire door assembly. The Doors should be finished
in Thermosetting Powder Coating desired RAL Shades and Fire Coating primer with VOC Content
for Flat: <50g/l, non flat: < 150 g/l. All Hardware should pass European certificate "CE" of
conformity / UL with required fire ratings. Door frame shall be double rebate profile of minimum
size 154mm X 77 mm made out of min 1.50mm minimum thick galvanized steel sheet. NDRF
154x77 Frames shall be Butt jointed and field assembled with self bolted. All provision should be
mortised, drilled and tapped for receiving appropriate hardware. Frames should be provided
with back plate bracket and anchor fasteners for installation on a finished plastered masonry wall
opening. Door leaf shall be minimum 49mm thick fully flush double skin door with or without
visionlite. Door leaf shall be manufactured from 1.0mm minimum thick galvanized steel
sheet.The internal construction of the door should be rigid reinforcement pads for receiving
appropriate hardware. The infill material shall be mineral wool treated with Viper FRS 881 LH/
Honey Comb Paper. All doors NSD 12049 shall be factory prepped for receiving appropriate
hardware and provided with necessary reinforcement for hinges, locks, and door closers. The
Contractor 427 Engineer-in-Charge
S No HSR Item DESCRIPTION OF ITEM Unit Qty Rate Amount in Rs
No

edges should be interlocked with a bending radius of 1.4mm. For pair of doors astragals has to be
provided on the meeting stile for both active and inactive leaf. Visionlite wherever applicable
should be provided as per manufacturers recommendation with a beading and screws from
inside. All hardware shall be as specified in detailed specifications and to the satisfaction of
engineer in charge. The work includes carrying out tests at CBRI/ NABL approved lab and
certificates for 2 Hours fire rating as per relevant codes and standards. Hardwares:1.Approved
make or Equivalent Hinge 3090F, 5 Knuckle, 2 bearing butt hinges size 4" x 3" x 3mm, in SS 304
and in satin stainless steel. As per EN 1935, CE Marked. Suitable for door weights upto 120kgs.
2.Panic Bar System PHCR 1 - 1200 series Panic Hardware consisting of Main Panic Latch
component, End Component, Push bar, Striker Kit, end caps in Silver finish. Complete set with
screws & fixing accessories. 3.External Trim Lever Type Finish : Silver. Complete set including
Spindle, screws & all fixing accessories.4.Door Closer rack and pinion door closer TS 71 EN size
3/4, with std. arm and with two independent closing valves and latching speed adjustable by
arm. Full plastic cover. Silver finish. As per EN 1154. 5.Delta Seal for acoustic, fire and smoke
protection, suitable for wooden and steel frames, self adhesive, Finish = Black, . Floor door stop
half dome with 45mm dia with fixing accessories, in satin Chrome .
59 NS80 Supplying and stacking of good earth at site including royalty and carriage upto 5 km complete cum 9865
(earth measured in stacks will be reduced by 20% for payment)
60 NS82 Filling mixture of earth and sludge or manure in the desired proportion in trenches, flooding with cum 11370
water and leveling (cost of supplying earth and sludge or manure and mixing excluded).

61 NS83 Planting best quality container- grown healthy trees of species and height as specified. All trees
to be approved before planting. Inclusive of maintenance (as specified in section I, item 6.2) for
one year after planting.
62 NS83.1 Ficus nuda topiary, bushy of 750-900 mm height, in 350 mm cement pot. each 27
63 NS83.2 Bambusa ventricosa, of 750-900 mm height with canopy of 3-4 sukers in 500 mm cement pot. each 135

Contractor 428 Engineer-in-Charge


S No HSR Item DESCRIPTION OF ITEM Unit Qty Rate Amount in Rs
No

64 NS84 Planting best quality bushy shrubs with healthy root ball, of species and height as specified. All
shrubs to Planting best quality pot-grown healthy shrubs of species and height as specified,
inclusive of preparation and cultivation of shrub beds as specified in section I. All plants to be
approved before planting. Inclusive of maintenance (as specified in section I, item 6.2) for one
year after planting.
65 NS84.1 Bird of paradise of 900-1200 mm height in 300 mm earthen/plastic/cement pot each 215
66 NS84.2 Ficus Panda of 450-600 mm height spread over 6-7 branches in big 250 mm each 27
earthen/plastic/cement pot
67 NS85 Planting best quality ground covers of species and height as specified. All ground covers to be
planted should be best quality pot-grown healthy ground covers inclusive of preparation and
cultivation of ground cover beds as specified in Section I. All plants to be approved before
planting. Inclusive of maintenance (as specified in Section I, Item 6.2)upto one year after
planting.
68 NS85.1 Tabernaemontana dwarf in earthen/plastic/cement pot size of 200 mm each 1230
Site Preparation
69 NS86 Uprooting rank vegetation and weeds by digging the area to a depth of 60 cm, removing all sqm 6830
weeds and other growth with roots by forking repeatedly, breaking clods, rough dressing,
flooding with water, uprooting fresh growths after 10 to 15 days and then fine dressing for
planting new grass, including disposal of all rubbish with all leads and lifts.
70 NS87 Preparation of mounds of various size and shape by available excavated / supplied earth in layers cum 45
not exceeding 20 cm in depth, breaking clods, watering of each layer, dressing etc., lead upto 50
meter and lift upto 1.5 m complete as per direction of Officer-in-charge.
GRASS
71 NS88 Mixing earth and sludge or manure in the required proportion specified or directed by the cum 826
Officer-in-charge
72 NS89 Spreading of sludge, dump manure and/or good earth in required thickness as per direction of cum 796
officer-in-charge (cost of sludge, dump manure and/ or good earth to be paid separately).

Contractor 429 Engineer-in-Charge


S No HSR Item DESCRIPTION OF ITEM Unit Qty Rate Amount in Rs
No

73 NS90 Providing & laying Selection no. 1 grass turf with earth 50mm to 60mm thickness on existing sqm 150
ground prepared with proper level and ramming with required tools wooden and than rolling the
surface with light roller make the surface smoothen and light watering the same, as per direction
of officer in charge
74 NS91 Supplying & Stacking of Selection No.1 Grass at site fresh & free from weeds having proper roots sqm 2400
in green including loading, unloading, carriage and all taxes paid etc.and as per direction of
officer in charge
75 NS92 Providing and laying Neelgiri/Mexican grass turf with earth 50mm to 60mm thickness of existing sqm 1580
ground prepared with proper level and ramming with tools wooden (Dhurmos) and than rolling
the surface with light roller make the surface smoothen and light waterning with sprinkler and
maintenance for 30 days or more till the grass establish properly, as per direction of officer-in-
charge.
TREES
Supply and plantation
76 NS94 Planting best quality container- grown healthy trees of species and height as specified. All trees
to be approved before planting. Inclusive of maintenance (as specified in section I, item 6.2) for
one year after planting.
77 NS94.1 Chorisia speciosa (Kapok/ Silk Floss Tree), height- 1500-1650 mm, pot- earthen/plastic/cement of each 7
250mm big size
78 NS94.2 Chukrasia tabularis (Indian mahogany Tree), height- 1500-1650 mm, pot- earthen/plastic/cement each 2
of 250mm big size
79 NS94.3 Ficus infectoria (pilkhan), height- 1500-1650 mm, pot- earthen/plastic/cement of 250mm big size each 13

80 NS94.4 Ficus benjamina( Green), height- 1500-1650 mm, Bih HDPE bag each 27
81 NS94.5 Jacaranda mimosifolia (Neeli gulmohar Tree), height- 1500-1650 mm, pot- each 4
earthen/plastic/cement of 250mm big size
82 NS94.6 Lagerstroemia flos reginae , height- 1500-1650 mm, pot- earthen / plastic / cement of 250mm big each 42
size

Contractor 430 Engineer-in-Charge


S No HSR Item DESCRIPTION OF ITEM Unit Qty Rate Amount in Rs
No

83 NS94.7 Michelia champa(Golden Champa), height- 1200-1350 mm, pot- earthen/plastic/cement of each 5
250mm big size
84 NS94.8 Millingtonia hortensis (Indian cork Tree), height- 1500-1650 mm, pot- earthen/plastic/cement of each 21
250mm big size
85 NS94.9 Mimusops elengii (Maulsari ), height- 1800-1950 mm, Big HDPE bag each 8
86 NS94.10 Peltophorum ferrugineum, height- 1500-1650 mm, pot- earthen/plastic/cement of 250mm big each 6
size
87 NS94.11 Plumeria alba- with 3-4 branches, height- 1650-1800 mm, big HDPE bag each 8
88 NS94.12 Pterospermum acerifolium (Kanak Champa) , height- 1500-1650 mm, pot- each 24
earthen/plastic/cement of 250mm big size
89 NS94.13 Schleichera trijuga (Kusum) , height- 1500-1650 mm, pot- earthen/plastic/cement of 250mm big each 8
size
90 NS94.14 Ficus retusa Topiary- 5-6 balls, height- 1500-1650 mm, pot- earthen/plastic/cement of 250mm each 12
big size
91 NS94.15 Ficus blackii (F. Vivon), with 8-10 bushy branches, height- 1500-1650 mm, pot- each 28
earthen/plastic/cement of 300mm big size
92 NS94.16 Cycas revoluta (Sago palm)- stem ht-400 with 300-350 mm leaves, height 450-500 mm each 23
93 NS94.17 Wodyetia bifurcata (foxtail palm), with 350-400 mm grith and 2400-2700 mm height each 10
94 NS94.18 Phoenix roebelenii (Pigmy date palm), with stem ht and 900-1050 mm height each 55
95 NS94.19 Phoenix sylvestris Roxb. (Wild date palm/khajur) , height- 1500-1650 mm, big HDPE bag each 10
96 NS94.20 Roystonea regia (Bottle Palm), with 400-500 mm girth and 2700-3000 mm height in big HDPE bag each 24

97 NS94.21 Washingtonia filifea palm , with 8-10 healthy leaves, 1200-1500 mm height in big HDPE bag each 5

98 NS94.22 Raphis palm, with 15-18 suckers of 750-900 mm height in 350 mm pot each 196
99 NS94.23 Furcaria variegated, foliage 20 and above in 350 mm pot each 12

Contractor 431 Engineer-in-Charge


S No HSR Item DESCRIPTION OF ITEM Unit Qty Rate Amount in Rs
No

SHRUBS
Pit Preparation
100 NS95 Preparation of beds for hedging and shrubbery by excavating 60 cm deep and trenching the cum 1301
excavated base to a further depth of 30 cm, refilling the excavated earth after breaking clods and
mixing with sludge or manure in the ratio of 8:1 (8 parts of stacked volume of earth after
reduction by 20% : one part of stacked volume of sludge or manure after reduction by 8%),
flooding with water, filling with earth if necessary, watering and finally fine dressing, leveling etc.
including stacking and disposal of materials declared unserviceable and surplus earth by
spreading and leveling as directed, within a lead of 50 m, lift up to 1.5 m complete (cost of
sludge, manure or extra earth to be paid for separately)

Supply and plantation


101 NS96 Planting best quality bushy shrubs with healthy root ball, of species and height as specified. All
shrubs to Planting best quality pot-grown healthy shrubs of species and height as specified,
inclusive of preparation and cultivation of shrub beds as specified in section I. All plants to be
approved before planting. Inclusive of maintenance (as specified in section I, item 6.2) for one
year after planting.
102 NS96.1 Caesalpinia pulcherrima, height 450-600 mm, in 200 mm pot each 325
103 NS96.2 Cassia biflora, with 4-5 bushy branches, 900-1050 height in big HDPE bag each 90
104 NS96.3 Ficus Panda, with 6-7 branches, 450-600 height in 250 mm big pot each 2490
105 NS96.4 Hamelia patens , with 6-8 branches, 600-750 height in 250 mm big pot each 255
106 NS96.5 Murraya exotica, 450-600 height in 200 mm big pot each 630
107 NS96.6 Plumbago capensis, 300-450 height in 200 mm big pot each 415
108 NS96.7 Clerodendron inerme , 300-450 height in 250 mm big pot each 980
109 NS96.8 Draceana mahatma, 300-450 height in 200 mm big pot each 840
GROUND COVER
Pit Preparation

Contractor 432 Engineer-in-Charge


S No HSR Item DESCRIPTION OF ITEM Unit Qty Rate Amount in Rs
No

110 NS97 Preparation of beds for Ground cover by excavating 30 cm deep and trenching the excavated cum 0
base to a further depth of 20 cm, refilling the excavated earth after breaking clods and mixing
with sludge or manure in the ratio of 8:1 (8 parts of stacked volume of earth after reduction by
20% : one part of stacked volume of sludge or manure after reduction by 8%), flooding with
water, filling with earth if necessary, watering and finally fine dressing, leveling etc. including
stacking and disposal of materials declared unserviceable and surplus earth by spreading and
leveling as directed, within a lead of 50 m, lift up to 1.5 m complete (cost of sludge, manure or
extra earth to be paid for separately)
Supply and plantation
111 NS98 Planting best quality ground covers of species and height as specified. All ground covers to be
planted should be best quality pot-grown healthy ground covers inclusive of preparation and
cultivation of ground cover beds as specified in Section I. All plants to be approved before
planting. Inclusive of maintenance (as specified in Section I, Item 6.2)upto one year after
planting.
112 NS98.1 Asparagus sprengeri, 300-450 height in 200 mm big pot each 8820
113 NS98.2 Duranta goldiana, 150-200 high bushy in 200 mm big pot each 2605
114 NS98.3 Ophiopogon green/black in 200 mm big pot each 10390
115 NS98.4 Portulacaria afra , with 5-6 branches in 200 mm big pot each 520
116 NS98.5 Setcreasea purpurea, full variegated leaves in 200 mm big pot each 975
117 NS98.6 Syngonium golden, with 2-3 suckers and 300-450 height in 200 mm big pot each 13870
118 NS98.7 Wedelia trilobata (Creeper daisy), in 150 mm big pot each 6160
119 NS98.8 Philedendron xanadu, with 15-20 leaves in 250 mm big pot each 7860
120 NS98.9 Tabernaemontana dwarf in 200 mm big pot each 935
121 NS 99 Providing and laying of Granite cobble stone of size 100x100x75mm over the cement dust mortar sqm 755.474
in 1:5 complete as per pattern specified.
122 NS100 Designing, providing, installing,fixing temporary, removable earth retaining structure using steel sqm 4,350
sheet piles /soldier piles /H-beams with waler beams, hard wood wooden lagging of required
thickness, MS clamps or other suitable arrangement etc, strutting, shoring or using anchors for all
lead, lift and depth including boring holes for soldier piles/ strutting structural members up to
Contractor 433 Engineer-in-Charge
S No HSR Item DESCRIPTION OF ITEM Unit Qty Rate Amount in Rs
No

required depths and filling holes, embedding soldier piles below foundation level all as per
approved structural design/ drawings, Particular specifications, IS :3764 (Excavation work - Code
of Safety), and other BIS codes .
The temporary earth retaining structure shall be taken out after completion of raft and retaining
walls, the structural members cast with raft shall be cut from raft top and shall remain
embedded permanently.
The rate shall be inclusive of all material, machineries, equipment, tools , tackles, design, re-
design, operations, wastage and other incidentals to complete the item.
123 NS101 Supply of WBM consiting of using stone aggregates of nominal size 65 mm, including filling voids cum 2,003
with similar stone of smaller size, grit dry rolling, spreading the binding material like murum,
watering and consolidation with 8-10 Mt vibro road roller etc. (to get CBR value10) all complete
as directed.
Note : The scope of work in this item is not exhaustive but includes:
a) Detailed design/drawings/ calculations and approval there of from IIT/CBRI
b) Mobilisation to site all necessary machineries and equipments for execution of above item
including installation, driving, redriving, pulling out, dismantling as per the directions of Engineer-
in-charge.
c ) For the payment of temporary earth retaining structure, the depth of exposed excavated
vertical earth face up to the dredge line and the perimeter in straight horizontal length correct
to a centimeter shall measured. The area shall be worked out in sqm nearest to two decimal
places. Embedded structural member below dredge line will not be measured for the purpose of
payment.

Contractor 434 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
A) SECTION - I - ELECTRICAL HIGH SIDE WORK
SUB HEAD - I - HT EQUIPMENT,TRANSFORMER & H.T CABLE
1 NS102 1 VCB HT PANEL BOARD (11 KV)- (1 incoming as well as Outgoings) Near gate
NS102.1 Supplying of indoor type floor mounted metal clad, 11KV VCB panel with 1 No. VCBs, totally
enclosed & fully interlocked, suitable with shunt trip mechanism, including internal wiring with 1.5
Sq mm PVC insulated FRLS Copper conductor cable and CT wiring with 2.5 Sq mm PVC insulated
FRLS Copper conductor cable, horizontal drawout, horizontal/ vertical isolation type breaker as per
IS 13118, as amended up to date and additional specifications, having capacities as mentioned
below, single break, trip free mechanism, motorised charged and auto/manually closing breaker
suitable for use on 11 KV, 3 Phase, 50Hz A.C. supply with short circuit fault level of 350 MVA,
complete with self contained, fully interlocked, rack in and rack out mechanism, air insulated but
encapsulated copper bus bars of 630 Amps capacity extensible type, breaker featured with
mechanical ON/OFF indicator with hand trip device, spring release coil, shunt trip coil and

auxiliary switch of 4 NO + 4 NC and equipped with following switchgears and accessories i/c
connections suitable for 3 x 300 sq.mm. (for incoming )/ 3 X 300 Sq .mm. (for outgoing) XLPE 11KV
cable (cable entry from top)with suitable size cable end box, end termination with heat shrinkable
jointing material, Electronic hooter suitable for 230 Volt operation etc. as required with suitable
size foundation as required at site .(Note-Cost of end termination not included in this item)

A. a) Incoming/Outgoing - 1 No. 630 Amp. VCB


b) 1 No. - 11KV/ 110 Volts PT Class 0.5 accuracy and 100 VA burden with 1 Nos. caliberated
Intelligent multifunction digital panel meters of class 0.5 accuracy with communication interface
port RS 485 for giving output on BACNET/MODBUS protocol of IBMS for recording V, A, KVA, KW,
KWhr, KVAR, pf etc. complete with wiring , connections etc.

c)1 No.s -Microprocessor based numerical relay with O/L , E/F and S/C protection .
d)1 sets of dual core dual ratio 3 CTs 300/150/5/5 A of 15VA burden and accuracy Class-0.5 for

Contractor 435 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
metering and class 5P10 for protection .
e) Indicating Lights , Push buttons, Space heater with thermostat complete with all standard
acessories.
f) 8 Way annunciator window - 1 Nos.
g)power pack with 220 Volt AC input & 24Volt DC continuous output suitable for closing/
tripping/indication of 1 Nos. HT panel boards with 2 Nos. 12 Volts each maintenance free batteries
of 100 (suitable) AH each, charging unit, capacitor bank for emergency delivering for trip system
complete with suitable capacity of Ammeter & Voltmeter i/c connections with 2.5 sq. mm FRLS
insulated copper conductorcable etc. as required.- 1 job

VCB PANEL as above Set 1


2 NS103 4 VCB HT PANEL BOARD (11 KV)- (1 incoming / 3 Outgoings)
NS103.1 Supplying of indoor type floor mounted metal clad, 11KV VCB panel with 4 No. VCBs, totally
enclosed & fully interlocked, suitable with shunt trip mechanism, including internal wiring with 1.5
Sq mm PVC insulated FRLS Copper conductor cable and CT wiring with 2.5 Sq mm PVC insulated
FRLS Copper conductor cable, horizontal drawout, horizontal/ vertical isolation type breaker as per
IS 13118, as amended up to date and additional specifications, having capacities as mentioned
below, single break, trip free mechanism, motorised charged and auto/manually closing breaker
suitable for use on 11 KV, 3 Phase, 50Hz A.C. supply with short circuit fault level of 350 MVA,
complete with self contained, fully interlocked, rack in and rack out mechanism, air insulated but
encapsulated copper bus bars of 630 Amps capacity extensible type, breaker featured with
mechanical ON/OFF indicator with hand trip device, spring release coil, shunt trip coil and

auxiliary switch of 4 NO + 4 NC and equipped with following switchgears and accessories i/c
connections suitable for 3 x 300 sq.mm. (for incoming )/ 3 X 300 Sq .mm. (for outgoing) XLPE 11KV
cable (cable entry from top)with suitable size cable end box, end termination with heat shrinkable
jointing material, Electronic hooter suitable for 230 Volt operation etc. as required with suitable
size foundation as required at site .(Note-Cost of end termination not included in this item)
A. a) Incoming - 1 No. 630 Amp. VCB

Contractor 436 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
b) 1 No. - 11KV/ 110 Volts PT Class 0.5 accuracy and 100 VA burden with 1 Nos. caliberated
Intelligent multifunction digital panel meters of class 0.5 accuracy with communication interface
port RS 485 for giving output on BACNET/MODBUS protocol of IBMS for recording V, A, KVA, KW,
KWhr, KVAR, pf etc. complete with wiring , connections etc.

c)1 No.s -Microprocessor based numerical relay with O/L , E/F and S/C protection .
d)1 sets of dual core dual ratio 3 CTs 300/150/5/5 A of 15VA burden and accuracy Class-0.5 for
metering and class 5P10 for protection .
e) Indicating Lights , Push buttons, Space heater with thermostat complete with all standard
acessories.
f) 8 Way annunciator window - 1 Nos.
g)power pack with 220 Volt AC input & 24Volt DC continuous output suitable for closing/
tripping/indication of 1 Nos. HT panel boards with 2 Nos. 12 Volts each maintenance free batteries
of 100 (suitable) AH each, charging unit, capacitor bank for emergency delivering for trip system
complete with suitable capacity of Ammeter & Voltmeter i/c connections with 2.5 sq. mm FRLS
insulated copper conductorcable etc. as required.- 1 job
B. Bus Bar
630 A 3P Cu. Bus Bar 11 KV,350 MVA
C. a) Outgoing - 3 Nos. 630 A VCB
b) 3 Nos. caliberated Intelligent multifunction digital panel meters of class 0.5 accuracy with
communication interface port RS 485 for giving output on BACNET/MODBUS protocol of IBMS for
recording V, A, KVA, KW, KWhr, KVAR, pf etc. complete with wiring , connections etc.

c) 3 Nos. - Microprocessor based numerical relays with O/L,E/F & S/C protections .
d) 3 sets of dual core dual ratio 3 CTs 200/100/5/5 A of 15VA burden and accuracy Class- 0.5 for
metering and class 5P10 for protection.
e) Indicating Lights , Push buttons, Space heater with thermostat complete with all standard
acessories for each outgoing.
Contractor 437 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
f) 8 Way annunciator window - 3 Nos.
g) Auxiliary relay for protection of transformer - 3 Nos.
VCB PANEL as above Set 1
3.0 NS104 TRANSFORMER (11KV/.433KV,1600 KVA)
3.1 NS104.1 Supplying of Cast Resin Dry Type Transformer 1600 KVA 11/0.433 KV, 3 Phase, 50Hz, Dyn11 vector
group, copper wound, class F insulation associated with winding temperature indicator/controller
actuated by means of resistance temperature detector embedded in LV windings, indoor type
Transformer IP 23 protection with approximately 6.25 % impedence, maximum allowable losses as
per ECBC compliant, with ON Load tap changer ( +5% to -15%, ) with R.T.C on HV side in steps of
1.25%, having cable end boxes on HV side suitable for 3x 300 Sqmm XLPE cable of 11KV grade and
2500 Amp. bus trunking arrangement on LV side including supplying and laying of copper
conductor multicore armoured control cable from transformer to HT breaker for safety tripping
,suitable channels shall be fixed for mounting the transformer on the existing hard floor at site i/c
all accessories and confirming to IS 11171:1985 & as per specification attached complete in all
respects as required at site.

The above transformer shall have losses as per ECBC compliant. The acceptable tolerances in
regard to transformer shall be as per relevant IS Code. Set 3
HT CABLES & TERMINATIONS
4 NS105 Laying of one number PVC insulated and PVC sheathed / XLPE power cable of 11 KV grade of
following size direct in ground including excavation, sand cushioning, protective covering and
refilling the trench etc. as required.
4.1 NS105.1 Above 120 sq. mm and upto 400 sq. mm RM 240
5 NS106 Supplying of following size of Al conductor, XLPE insulated armoured and over all PVC sheathed, 11
KV (E) grade earthed cable as per technical specifications
5.1 NS106.1 3Cx240 sq.mm. XLPE insulated Al. Ar. Cable RM 240

Contractor 438 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
6 NS107 supplying and making indoor cable end termination with heat shrinkable jointing kit complete with
all accessories including lugs suitable for following size of 3 core, XLPE aluminium conductor cable
of 11 KV grade as required.
6.1 NS107.1 240 sq. Mm Set 8
TOTAL
SUB HEAD - II - PANEL
1 NS108 Supplying, Installtion, Testing and commissioning of dust, damp and vermin proof cubicle free
floor, indoor type factory built sheet steel enclosed modular bolted construction extendable type
PLC BASED AUTO SYNCHRONISING, AUTO LOAD TRANSFER, AUTO LOAD SHARING, AUTO LOAD
BALANCING DG PANEL, suitable for operation on 415 ±10% volts, 50 Hz AC 3 phase 4 wire supply
system fabricated out of suitable sized square tubular section and covered with CRCA sheet steel
of 2mm thick for frame work and 1.6mm covers (non load bearing), 3mm thick for gland plates i/c
cleaning & finishing complete with 7 tank process for powder coating in approved shade, having
extensible type TPN Aluminium bus bars of high conductivity, SMC bus bar supports, with bottom
base channel of section not less than ISMC 75mm, fabrication shall be done in transportable
sections, entire panel shall have a common G.I. earth bus bar to switch gears with required size of
Alum. bus bars and inter-connection with solid copper conductor wires / aluminium strips, neutral
links, including control wiring with 1.5 / 2.5sqmm. PVC insulated FRLS copper conductor Single
Core cable, cable alleys, cable gland plates in two half, etc. necessary metering protections &
indications and mounted with the following switch gears as per drawing and technical
specifications etc. complete as required.

The Panel should be IBMS compatible for ON/OFF/TRIP status


PLC BASED AUTO SYNCHRONISING, AUTO LOAD TRANSFER, AUTO LOAD SHARING, AUTO LOAD
BALANCING PANEL HAVING FACILITY FOR PLC BASED AUTOMATIC OPERATION OF DG SETS (2
Nos. 1500 KVA & 2 Nos. 500KVA D.G. SETS) COMPLETE IN ALL RESPECT AS REQUIRED.

Contractor 439 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
Incoming
A Air Circuit Breaker Horizontal drawout type of fault breaking capacity 50kA (Ics=lcu=Icw for 1 sec)
upto 433V Electrically Draw Out Motorized operated, fitted with interlocked door, automatic
safety shutters, ready to close contact, mechanical ON/OFF and service/ test/ isolated position
indicators and frame earthing contact, conforming to IS-13947-2 1993 as amended up-to-date
complete with following accessories for each ACB.
Independent Electrical & manual spring closing mechanism - 1 Nos.
Microprocessor release (EMI & EMC certified) for over current, earth fault & short circuit
protection - 1 sets.
3 Nos. Phase indication LED lamps for each with 2Amp back up MCB, breaker 'ON/OFF' indicating
light with 2A MCB, test terminal block set, circuits as per standard practice, auxiliary contacts for
positive interlocking of the breakers as required.
1 Nos. Intelligent multi-function digital panel meters of class 1.0 accuracy with communication
interface port RS 485 for recording V (Between Phases and between each phase and neutral, A (In
each phase and neutral), KWHr with suitable rating CTs, CT shorting links, R, Y, B LED indicating
lamp and 2 A control SP MCB's.
Shunt trip coil 220V A.C.
2500 Amp. 4 Pole ACB - 2 set.
800 Amp. 4 Pole ACB - 2 set.
C Bus bar
4P aluminium extensible type main bus bars of minimum of 3000 Amp capacity and auxiliary bus
bar of suitable capacity with heat shrinkable coloured sleeves and i/c DMC/SMC bus bars supports
at required intervals complete for cross section, size supports & their spacing etc. (N=100%)

D Bus coupler
Air Circuit Breaker Horizontal drawout type of fault breaking capacity 50kA (Ics=lcu=Icw for 1 sec)
upto 433V Electrically Draw Out Motorized operated, fitted with interlocked door, automatic
safety shutters, ready to close contact, mechanical ON/OFF and service/ test/ isolated position
Contractor 440 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
indicators and frame earthing contact, conforming to IS-13947-2 1993 as amended up-to-date
complete with following accessories for each ACB.
Independent Electrical & manual spring closing mechanism - 1 Nos.
c) 3 Nos. Phase indication LED lamps with 2Amp back up MCB, breaker 'ON/OFF' indicating light
with 2A MCB, test terminal block set, circuits as per standard practice, auxiliary contacts for
positive interlocking of the breakers as required.
2500 Amp 4 pole ACB - 2 set.
800 Amp 4 pole ACB - 1 set.
Outgoings
A Air Circuit Breaker Horizontal drawout type of fault breaking capacity 50kA (Ics=lcu =Icw for 1 sec)
upto 433V Electrically Draw Out Motorized operated, fitted with interlocked door, automatic
safety shutters, ready to close contact, mechanical ON/OFF and service/ test/ isolated position
indicators and frame earthing contact, conforming to IS-13947-2 1993 as amended up-to-date
complete with following accessories for each ACB.
Independent Electrical & manual spring closing mechanism - 1 Nos.
Microprocessor release (EMI & EMC certified) for over current, earth fault & short circuit
protection - 1 sets.
3 Nos. Phase indication LED lamps for each with 2Amp back up MCB, breaker 'ON/OFF' indicating
light with 2A MCB, test terminal block set, circuits as per standard practice, auxiliary contacts for
positive interlocking of the breakers as required.
1 Nos. Intelligent multi-function digital panel meters of class 1.0 accuracy with communication
interface port RS 485 for recording V (Between Phases and between each phase and neutral, A (In
each phase and neutral), KWHr with suitable rating CTs, CT shorting links, R, Y, B LED indicating
lamp and 2 A control SP MCB's.
i) 2500 Amp 4 pole ACB - 3 set.
Interlocking:

Contractor 441 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
Electrical Interlocking through advance contacts / contactors in MCCB/ACB's (Incomers & Bus
couplers) should be provided to ensure that only one supply is available at a time on each section
of bus and to eliminate any possibility of accidentally approaching two supplies at one bus section
as per single line diagram enclosed.
Necessary interlocking/ controlling with PLC auto controls etc. as required.
Battery Charger
Supplying, installing, testing and commissioning of 230 V, Single Phase, 50 HZ, AC operated Battery
Charger for DC supply of following rating with Boost and trickle charging facility and protection
from over charging the D.G. set starting battery and a DC DB with required numbers of outgoing
DP MCB's plus 2 Nos. of 16 Amp. DP MCB's as spare feeders complete as required and as per
specifications.

PLC BASED AUTO SYNCHRONISING, AUTO LOAD TRANSFER, AUTO LOAD SHARING, AUTO LOAD
BALANCING PANEL HAVING FACILITY FOR PLC BASED AUTOMATIC OPERATION OF DG SETS (3
Nos. 1250 KVA D.G. SETS) COMPLETE IN ALL RESPECT AS REQUIRED.
4 Nos. voltage monitoring relay
1 No. Manual/Auto switch.
Push buttons for Test, Accept, Reset, Fault Reset, Engine Start, Engine stop, ACB close, ACB Trip
Emergency stop.
Compact logics PLC Hardware as required and as per specifications.
Auxiliary relays as required and as per specifications.
230V AC/24V DC, 10A, stabilized power supply with voltage trimmer and maintenance free
battery.
Annunciators as required and as per specifications.
KW tranducer-4 Nos.
16 Window annunciation panel-4 Nos. (for 4 Nos. D.G. Set) for following indications/alarms

Contractor 442 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
i) Set fails to start
ii) Jacket water temperature high
iii) Common alarm
iv) High temperature
v) Low lube oil pressure
vi) Over speed
vii) Low fuel oil level
viii) Cooling water flow failure
ix) Breaker Trip
x) Generator fault
xi) DC Control supply failure
xii) common fault
xiii) Spares.
Mimic Panel
i) Indication for DG power panel incomer ACB & Bus coupler ON, OFF and trip status.
ii) Indication for main L.T. panel incomer ACB for DG set and transformer and Bus coupler- ON,OFF
and trip status.
iii) Luminous push button shall be provided for all breaker except D.G. Set incomer.
iv) Control wiring for all the above.
Analog input module-12 Channel of 4 to 20 mA
PLC panel described as above complete with necessary configuration latest branded PC, with cord
less Key Board, 21 inch LED Monitor,i5 processor,4 Gigabytes RAM memory,1TB of hard disk space
and Laser Printer A-4 size etc. and potential free contacts required for integration with BMS shall
be provided.

Contractor 443 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
PCC Networking to be provided to take all electrical and mechanical parameters of PCC to PC for
data logging. Necessary hardware for the above to be considered in DG Set as well as PLC Panel
like D.G. Set communication card-1 No per D.G. Set and MODLON converter -1 no per site, power
view software etc. including supplying and laying of necessary cabling including termination
complete as required.
Necessary interlocking with PLC auto controls such that 2 No Bus Coupler, 3Nos DG incomer,
shall be successfully operational in all possible combinations. SET 1
MAIN LT PANEL
2 NS109 Supplying, installation, testing & commissioning of cubical type LT panel suitable for 433V, 3 Phase,
4Wire 50 Hz AC supply system, fabricated in compartmentalized design from CRCA sheet steel of
2mm thick for frame work and covers, 3mm thick for gland plates i/c cleaning & finishing complete
with 7 tank process for powder coating in approved shade, having 5000 Amp capacity extensible
type FP Aluminium Alloy bus bars of high conductivity, encapsulated with PVC sleeve, DMC/ SMC
bus bar supports, with short circuit withstand capacity of 50 MVA for 1 Sec., bottom base channel
of MS section not less than 100mm x 50mm x 5mm thick, fabrication shall be done in
transportable sections, entire panel shall have a common copper earth bar of size 50mm x 6mm at
the rear with 2 Nos. earth stud, 24V DC powerpack, solid connections from main bus bar to switch
gears with required size of Al. bus bars and control wiring with 2.5sq.mm. PVC insulated copper
conductor S/C cable, cable alleys, cable gland plates in two half, i/c providing following switch
gears:-
a.) Incoming
ATS
i) 2600A, 4P ATS (Automatic Transfer Switch) Stand-Alone with overlapping neutral for 415V,
50hz supply with complete in-phase monitor tested for short time WCR of 42KA for 18 cycles &
100KA for 3 cycles as per UL-1008 With Indicating Lamps & Micro Processor controller etc.
complete as required.- 3 Set
ii) 3 set. of three phase indicating lamps along with 2A SP MCB backup protection.- 2 Set
ACB

Contractor 444 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
3 Nos. - 2500 Amps each four pole horizontal drawout type air circuit breaker of fault breaking
capacity 50 kA (Ics = Icu = Icw upto 433V) electrically operated(EDO), fitted with interlocked door,
automatic safety shutters, mechanical ON/OFF and service/test/isolated position indicators and
frame earthing contact, conforming to IS-13947-2 1993 as amended up-to-date complete with
following accessories for each ACB.
Independent electrical/manual spring closing mechanism - 1 No.
Microprocessor releases based numerical relay(EMI & EMC certified) for over current, earth fault
& short circuit protection - 1 set.
Undervoltage with definite time relay - 1 No
Master trip relay - 1 No
Dual core calibrated digital Multifuctional meter of class 1.0 to record demand (KVA), energy
(KWH & KVAH), power factor, current (in each phase and the neutral), volatge (between phases
and between each phase and neutral), Total haramonic distoration (THD) as a percentage of total
current,and 3 Nos. dual core CT of 1250 /5 A Class 1.0 accuracy and 30 VA burden.

Shunt trip coil 220V A.C.


Following indicating lamps and push buttons for each ACB with back up 2A SP MCB .
i) 3 No. Phase indicating Lamps .
Indicating Lamps for the following;
ii) Red for ACB ON.
iii) Orange for Auto Trip.
iv) Push buttons for the followings,
v) Green for ACB ON
vi) Red for ACB OFF.
vii) Yellow for trip alarm cancellation.
d.) Bus Coupler

Contractor 445 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
i) 2 Nos. - 2500 Amps horizontal four pole drawout type, air circuit breakers of fault breaking
capacity 50 kA (Ics=Icu upto 433V) electrically operated(EDO), with interlocked door, automatic
safety shutters, mechanical ON/OFF and service/test/isolated position indicators and frame
earthing contact, conforming to IS-13947-2-1993 as amended upto date complete with following
accessories
Independent /electrical/manual spring closing mechanism - 1 No.
Microprocessor releases based relay(EMI & EMC certified) - 1 set.
Breaker 'ON' indicating light with back up 2A SP MCB test terminal block, fuses, circuits as per
standard practice - 1 set.
Shunt trip coil 220V A.C.
BUS BAR
3200A, 4P Aluminium bus bar 4P Aluminium bus bar with extendable arrangement.
e.) Outgoing:-
Following rated 415V, ACB's/MCCB's with overcurrent and short circuit releases Microprocessor
based with ON,Trip indications, front operating handle & door interlock with 1 Set of three phase
R,Y,B indicating lamps along with 2A SP MCB backup protection and control terminals & wiring as
required. etc. complete in all respects as mentioned in specifications and as required For each
outgoing: ( All Outgoings of Icu=Ics= 50 KA Rating)

1250 A 50 KA, TPN MDO ACB - 2 Nos. ( For Cap. Panel- 525 KVAr)
800 A 50 KA, TPN MDO ACB - 2 Nos. ( For Cap. Panel 265 KVAr)
2500 A 50 KA, 4P MDO ACB - 2 Nos.
2000 A 50 KA, 4P MDO ACB - 4 Nos. (2 Nos. for AC panel + 2 spare)
` 800 A 50 KA, TPN MDO ACB - 3 Nos. ( For Power rising mains + spare )
630 A 50 KA, 4P MCCB - 14 Nos.(1 No. light rising mains + 3 Nos for Vent panel + 2 Nos F.F.P + 1
Nos main AHU floor panel + 1 No. for utility panel + 2 No.DG aux. panel + 4 spare)

Contractor 446 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
400 A 50 KA, 4P MCCB - 12 Nos.( 3 Nos for Vent panel + 1 No. lighting rising main + 2 Nos. UPS
panel +1 Nos main AHU floor panel + power rising mains + 4 spare)
250 A 4P 50 KA MCCB - 5 Nos.( Light rising mains + 1 No. Audi panel + 3 Nos. )
200 A 4P 50 KA MCCB - 5 Nos.( 2 Nos. fedder to Lift Panel + 2 Nos. Rising mains + 1 No.for
Escalator )
100 A 50 KA 4P MCCB - 8 Nos. ( 4 No. Lift Panel + 8 spare )
Necessary interlocking with PLC auto controls such that 2 Nos. T/F incomer, 2 No Bus cupler,
shall be successfully operational in all possible combinations.
NS109.1 Main LT panel Described as above complete with necessary suitable UPS etc. as required. Set 1
3 NS110 Capacitor Panel (525 KVAr)
NS110.1 Supplying, installation, testing & commissioning of cubical type LT panel suitable for 433V, 3 Phase,
4Wire 50 Hz AC supply system, fabricated in compartmentalized design from CRCA sheet steel of
2mm thick for frame work and covers, 3mm thick for gland plates i/c cleaning & finishing complete
with 7 tank process for powder coating in approved shade, having 1600 Amp capacity extensible
type TPN Aluminium Alloy bus bars of high conductivity, encapsulated with PVC sleeve, DMC/ SMC
bus bar supports, with short circuit withstand capacity of 50 MVA for 1 Sec., bottom base channel
of MS section not less than 100mm x 50mm x 5mm thick, fabrication shall be done in
transportable sections, entire panel shall have a common copper earth bar of size 50mm x 6mm at
the rear with 2 Nos. earth stud, 24V DC powerpack, solid connections from main bus bar to switch
gears with required size of Al. bus bars and control wiring with 2.5sq.mm. PVC insulated copper
conductor S/C cable, cable alleys, cable gland plates in two half, i/c providing following switch
gears:-
a) Necessary solid state binary type power factor sensing and correction relay (12stages) complete
with CT.s and its all other acessories etc. as required.
b) Necessary thyristor controls, meters, control circuits etc. as required and specified in detail
specifications.
c) Suitable rating 1600A TPN Al Bus Bar

Contractor 447 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
d) L.T. Power factor improving capacitors of indoor type suitable for operation on 415 V, AC 3 phase
50Hz complete with banking arrangement, interconnections with suitable size of copper
conductor PVC insulated PVC sheathed unarmoured cable, discharge resistance etc. as required.

i) Bank of 5 KVAr rating each with 32 amp TP MCCB - 1 Set


ii) Bank of 10 KVAr rating each with 32 amp TP MCCB -2 Set
iii) Bank of 25 KVAr rating with 63 amp TP MCCB - 4 Set
iv) Bank of 50 KVAr rating each with 125 amp TP MCCB - 1 Set
v) Bank of 100 KVAr rating each with 250 amp TP MCCB - 3 Set
vi) Bank of 50 KVAr rating (fixed) each with 125 amp TP MCCB - 1 Set
Complete panel described as above Set 2
4 NS111 Capacitor Panel (265 KVAr)
NS111.1 Supplying, installation, testing & commissioning of cubical type panel suitable for 433V, 3 Phase,
4Wire 50 Hz AC supply system, fabricated in compartmentalized design from CRCA sheet steel of
2mm thick for frame work and covers, 3mm thick for gland plates i/c cleaning & finishing complete
with 7 tank process for powder coating in approved shade, having 800 Amp capacity extensible
type TPN Aluminium Alloy bus bars of high conductivity, encapsulated with PVC sleeve, DMC/ SMC
bus bar supports, with short circuit withstand capacity of 50 MVA for 1 Sec., bottom base channel
of MS section not less than 100mm x 50mm x 5mm thick, fabrication shall be done in
transportable sections, entire panel shall have a common copper earth bar of size 50mm x 6mm at
the rear with 2 Nos. earth stud, 24V DC powerpack, solid connections from main bus bar to switch
gears with required size of Al. bus bars and control wiring with 2.5sq.mm. PVC insulated copper
conductor S/C cable, cable alleys, cable gland plates in two half, i/c providing following switch
gears:-
a) Necessary solid state binary type power factor sensing and correction relay (12stages) complete
with CT.s and its all other acessories etc. as required.
b) Necessary thyristor controls, meters, control circuits etc. as required and specified in detail
specifications.
c) Suitable rating 800A TPN Al Bus Bar

Contractor 448 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
d) L.T. Power factor improving capacitors of indoor type suitable for operation on 415 V, AC 3 phase
50Hz complete with banking arrangement, interconnections with suitable size of copper
conductor PVC insulated PVC sheathed unarmoured cable, discharge resistance etc. as required.
i) Bank of 5 KVAr rating each with 32 amp TP MCCB - 1 Set
ii) Bank of 10 KVAr rating each with 32 amp TP MCCB -1 Set
iii) Bank of 25 KVAr rating with 63 amp TP MCCB - 2 Set
iv) Bank of 50 KVAr rating each with 125 amp TP MCCB - 1 Set
v) Bank of 100 KVAr rating each with 250 amp TP MCCB - 1 Set
vi) Bank of 25 KVAr rating (fixed) with 63 amp TP MCCB - 2 Set
Complete panel described as above Set 2
5 NS112 Feeder Pillar for External Lighting
NS112.1 Supply, assembly, erection, connecting, testing & commissioning of LT weather proof dust and
vermin proof, outdoor feeder pillar, fabricated out of suitable sized angle iron and flats and
covered with 3mm thick CRCA sheet steel including canopy, duly stove enamel painted, both sides
(front and rear) openable with locking arrangement, rubber gasket cable glands, etc. Bakelite
phase separators and bus bar supports including PCC 1:2:4 (1 cement: 2 coarse sand : 4 graded
stone aggregate 20mm nominal size) foundation, 450 mm deep and 150 mm above the ground.
The feeder pillars shall be complete with 3 phase and neutral bus bars of capacities as described
below and moulded case circuit breakers (MCCBs) with adjustable overload relays for incomers
and outgoing circuits ( including ON indication for each MCCB to be provided) , complete in all
respects as per specifications as required.
Incoming
a) 100A 4P MCCB - 1 No. with thermal magnetic releaase with o/c,s/c protection release all
indication,front operating hand & door interlock

Bus Bars
a) TPN bus bar of 150A rating

Contractor 449 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
Outgoing
a) 32A TPN MCB (10ka) - 4 nos.
a) 63A TPN MCB (10ka) -1 nos.
b) 63A, 4P Contactor - 1 No.
c) Astronomical Time Switch with daily dial - 1 No.
d) Auto Manual Selector Switch - 1 No.
e) 25A TPN MCB (10ka) - 9 nos.
e) 25A DP MCB (10ka) - 6 nos.

a) 40A DP MCB - 1 No.


b) 40A, DP Contactor - 1 No.
c) Astronomical Time Switch with daily dial - 1 No.
d) Auto Manual Selector Switch - 1 No.
e) 25A DP MCB (10ka) - 8 nos.
Feeder pilllar Described as above. Set 1

6 NS113 DISTRIBUTION PANELS

Contractor 450 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
Supplying, installation, testing & commissioning of cubical type wall mounted motor control L T
panel suitable for 415V, 3 Phase, 4Wire 50 Hz AC supply system fabricated in compartmentalized
design from CRCA sheet steel of 2mm thick for frame work and covers, 3 mm thick for gland plates
i/c cleaning & finishing complete with 7 tank process for powder coating in approved shade,
having suitable capacity extensible type FP Aluminium Alloy bus bars of high conductivity, DMC/
SMC bus bar supports, with short circuit withstand capacity of 31 MV A for I Sec. with 2 Nos. earth
stud, solid connections from main bus bar to switch gears with required size of Al. bus bars and
control wiring with 1.5 sq.mm. PVC insulated FRLS copper conductor Single Core cable, cable
alleys, cable gland plates in two half, i/c additional NO/NC contacts in all outgoing starters for
automatic operation through BMS and providing & fixing following switch gears:-

6.1 NS113.1 Main utility panel


I) Incomer
1No. 630 Amps Four Pole, 35 KA, MCCB with thermal & magnetic releases.with 3 Nos. R,Y,B
Indication Lamps with 2A back up SP MCB with ON indication.MCCB shall be provided with
spreader link and direct rotary handle.

II) Busbar:
FP aluminium bus bars of minimum of 700 A 35 kA capacity with heat shrinkable coloured sleeves
and i/c DMC/SMC bus bars supports at required intervals complete for cross section, size supports
& their spacing etc.

III) Outgoings
Supplying and fixing following outgoing MCCB/MCB including connection, inter-connection etc.
with suitable size of wires complete as required.(Each MCCB to be provided with ON indiation with
2A backup SP MCB)
125 Amp 4P MCCB '25KA' - 2 Nos.( Common Area Panel for Basement & stilt & spare )
125 Amp 4P MCCB '25KA' - 5Nos.( Plumbing panel + STP+ External lighting + 2 spare)

Contractor 451 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
40 Amp TPN MCB 'C' curve - 5 Nos. ( LPDB Pump room/STP/ESS+ 1 spare)
MR panel described as above Set 1

6.2 NS113.2 Common Area Basement Panel For Basement & Stilt Floor
I) Incomer
1 No. - 125 Amps Four Pole, 35 KA (ICU=ICS), MCCB with adjustable thermal and adjustable
magnetic release, direct rotary handle.
Digital Multifuctional meter of class 0.5 or better accuracy to record demand (KVA), energy (KWH),
Total power factor, current (in each phase and the neutral), volatge (between phases and between
each phase and neutral), Total haramonic distoration (THD) as a percentage of total current,
comprises of suitable communication port for connection to IBMS.

II) Busbar:
FP aluminium bus bars of minimum of 150 A 35 kA capacity with heat shrinkable coloured sleeves
and i/c DMC/SMC bus bars supports at required intervals complete for cross section, size supports
& their spacing etc.

III) Outgoings
Supplying and fixing following outgoing MCCB/MCB including connection, inter-connection etc.
with suitable size of wires complete as required.(Each MCB/MCCB to be provided with ON
indiation with 2A backup SP MCB)
63 Amp 4P MCB '10 KA' - 6 Nos.(LPDB + spare)
32 Amp 4P MCB '10 KA' - 6 Nos.
32 Amp DP MCB '10 KA' - 4 Nos.
panel described as above Set 2

6.3 NS113.3 FLOOR PANELS for lighting (Typical) Block A & ( Light + power - Typical - Block B)

Contractor 452 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
I) Incomer
1 No. - 125 Amps Four Pole, 35 KA (ICU=ICS), MCCB with adjustable thermal and adjustable
magnetic release, direct rotary handle.
Digital Multifuctional meter of class 0.5 or better accuracy to record demand (KVA), energy (KWH),
Total power factor, current (in each phase and the neutral), volatge (between phases and between
each phase and neutral), Total haramonic distoration (THD) as a percentage of total current,
comprises of suitable communication port for connection to IBMS.

II) Busbar:
FP aluminium bus bars of minimum of 150 A 35 kA capacity with heat shrinkable coloured sleeves
and i/c DMC/SMC bus bars supports at required intervals complete for cross section, size supports
& their spacing etc.

III) Outgoings
Supplying and fixing following outgoing MCB including connection, inter-connection etc. with
suitable size of wires complete as required.
63 Amp 4P MCB '10 KA' - 5 Nos
63 Amp 4P MCCB '10 KA' - 2 Nos.
panel described as above Set 9

6.4 NS113.4 FLOOR PANELS for lighting (Typical) Block A & ( Light + power - Typical - Block B)
I) Incomer
1 No. - 200 Amps Four Pole, 35 KA (ICU=ICS), MCCB with adjustable thermal and adjustable
magnetic release, direct rotary handle.

Contractor 453 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
Digital Multifuctional meter of class 0.5 or better accuracy to record demand (KVA), energy (KWH),
Total power factor, current (in each phase and the neutral), volatge (between phases and between
each phase and neutral), Total haramonic distoration (THD) as a percentage of total current,
comprises of suitable communication port for connection to IBMS.

II) Busbar:
FP aluminium bus bars of minimum of 150 A 35 kA capacity with heat shrinkable coloured sleeves
and i/c DMC/SMC bus bars supports at required intervals complete for cross section, size supports
& their spacing etc.

III) Outgoings
Supplying and fixing following outgoing MCB including connection, inter-connection etc. with
suitable size of wires complete as required.
63 Amp 4P MCB '10 KA' - 8 Nos
63 Amp 4P MCCB '10 KA' - 2 Nos.
panel described as above Set 4

6.5 NS113.5 FLOOR PANELS for lighting (Typical) Block A & ( Light + power - Typical - Block B)
I) Incomer
1 No. - 100 Amps Four Pole, 35 KA (ICU=ICS), MCCB with adjustable thermal and adjustable
magnetic release, direct rotary handle.
Digital Multifuctional meter of class 0.5 or better accuracy to record demand (KVA), energy (KWH),
Total power factor, current (in each phase and the neutral), volatge (between phases and between
each phase and neutral), Total haramonic distoration (THD) as a percentage of total current,
comprises of suitable communication port for connection to IBMS.

II) Busbar:

Contractor 454 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
FP aluminium bus bars of minimum of 150 A 35 kA capacity with heat shrinkable coloured sleeves
and i/c DMC/SMC bus bars supports at required intervals complete for cross section, size supports
& their spacing etc.

III) Outgoings
Supplying and fixing following outgoing MCCB/MCB including connection, inter-connection etc.
with suitable size of wires complete as required.(Each MCB/MCCB to be provided with ON
indiation with 2A backup SP MCB)
63 Amp TPN MCB '10 KA' - 4 Nos .
panel described as above Set 3

6.6 NS113.6 FLOOR PANELS for UPS


I) Incomer
1 No. - 100 Amps Four Pole, 35 KA (ICU=ICS), MCCB with adjustable thermal and adjustable
magnetic release, direct rotary handle.
Digital Multifuctional meter of class 0.5 or better accuracy to record demand (KVA), energy (KWH),
Total power factor, current (in each phase and the neutral), volatge (between phases and between
each phase and neutral), Total haramonic distoration (THD) as a percentage of total current,
comprises of suitable communication port for connection to IBMS.

II) Busbar:
FP aluminium bus bars of minimum of 150 A 35 kA capacity with heat shrinkable coloured sleeves
and i/c DMC/SMC bus bars supports at required intervals complete for cross section, size supports
& their spacing etc.

III) Outgoings

Contractor 455 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
Supplying and fixing following outgoing MCCB/MCB including connection, inter-connection etc.
with suitable size of wires complete as required.(Each MCB/MCCB to be provided with ON
indiation with 2A backup SP MCB)
63 Amp TPN MCB '10 KA' - 4 Nos .

panel described as above Set 7

6.7 NS113.7 FLOOR PANELS for UPS


I) Incomer
1 No. - 63Amps Four Pole, 35 KA (ICU=ICS), MCCB with adjustable thermal and adjustable magnetic
release, direct rotary handle.
Digital Multifuctional meter of class 0.5 or better accuracy to record demand (KVA), energy (KWH),
Total power factor, current (in each phase and the neutral), volatge (between phases and between
each phase and neutral), Total haramonic distoration (THD) as a percentage of total current,
comprises of suitable communication port for connection to IBMS.

II) Busbar:
FP aluminium bus bars of minimum of 150 A 35 kA capacity with heat shrinkable coloured sleeves
and i/c DMC/SMC bus bars supports at required intervals complete for cross section, size supports
& their spacing etc.

III) Outgoings
Supplying and fixing following outgoing MCCB/MCB including connection, inter-connection etc.
with suitable size of wires complete as required.(Each MCB/MCCB to be provided with ON
indiation with 2A backup SP MCB)
40 Amp TPN MCB '10 KA' - 4 Nos .

Contractor 456 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
panel described as above Set 5

6.8 NS113.8 Auditorium panel


I) Incomer
1 No. - 250 Amps Four Pole, 35 KA (ICU=ICS), MCCB with adjustable thermal and adjustable
magnetic release, direct rotary handle.
Digital Multifuctional meter of class 0.5 or better accuracy to record demand (KVA), energy (KWH),
Total power factor, current (in each phase and the neutral), volatge (between phases and between
each phase and neutral), Total haramonic distoration (THD) as a percentage of total current,
comprises of suitable communication port for connection to IBMS.

II) Busbar:
FP aluminium bus bars of minimum of 300 A 35 kA capacity with heat shrinkable coloured sleeves
and i/c DMC/SMC bus bars supports at required intervals complete for cross section, size supports
& their spacing etc.

III) Outgoings
Supplying and fixing following outgoing MCCB/MCB including connection, inter-connection etc.
with suitable size of wires complete as required.(Each MCB/MCCB to be provided with ON
indiation with 2A backup SP MCB)
63 Amp TPN MCB '10 KA' - 8 Nos .
2 No. -160 Amps Four Pole, 35 KA (ICU=ICS), MCCB
panel described as above Set 1

6.9 NS113.9 Lift Panel For 4 Lifts (Block-B)


I) Incomer

Contractor 457 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
1No. 160A 4P 230 series ATS with controller having AMF features with 160 Amps 4 Pole, 25 KA,
MCCB with thermal & magnetic releases.with 3 Nos. R,Y,B Indication Lamps with 2A back up SP
MCB with ON indication.MCCB shall be provided with spreader link and direct rotary
handle.(including interlocking to be done with coupler b/n 2 incomings of the panel ,one incomer
will be operating at a time )

II) Busbar:
FP aluminium bus bars of minimum of 200 A 35 kA capacity with heat shrinkable coloured sleeves
and i/c DMC/SMC bus bars supports at required intervals complete for cross section, size supports
& their spacing etc.

III) Outgoings
Supplying and fixing following outgoing MCCB/MCB including connection, inter-connection etc.
with suitable size of wires complete as required.(Each MCCB to be provided with ON indiation with
2A backup SP MCB)
63 Amp 4P MCCB '25KA' - 5 Nos.(4 Lifts + 1 spare)
32 Amp DP MCB 'C' curve - 2 Nos. ((2 Lift shaft DB + 1 spare)
MR panel described as above Set 1

6.10 NS113.10 Lift Panel For 3 Lifts (Block-A)


I) Incomer
1No. 100A 4P 230 series ATS with controller having AMF features with 125 Amps 4 Pole, 25 KA,
MCCB with thermal & magnetic releases.with 3 Nos. R,Y,B Indication Lamps with 2A back up SP
MCB with ON indication.MCCB shall be provided with spreader link and direct rotary
handle.(including interlocking to be done with coupler b/n 2 incomings of the panel ,one incomer
will be operating at a time )

II) Busbar:

Contractor 458 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
FP aluminium bus bars of minimum of 200 A 35 kA capacity with heat shrinkable coloured sleeves
and i/c DMC/SMC bus bars supports at required intervals complete for cross section, size supports
& their spacing etc.

III) Outgoings
Supplying and fixing following outgoing MCCB/MCB including connection, inter-connection etc.
with suitable size of wires complete as required.(Each MCCB to be provided with ON indiation with
2A backup SP MCB)
63 Amp 4P MCCB '25KA' - 4 Nos.(3 Lifts + 1 spare)
32 Amp DP MCB 'C' curve - 2 Nos. ((1 Lift shaft DB,1 spare)
panel described as above Set 1

6.11 NS113.11 Lift Panel For 2 Lifts (Block-A)


I) Incomer
1No. 100A 4P 230 series ATS with controller having AMF features with 125 Amps 4 Pole, 25 KA,
MCCB with thermal & magnetic releases.with 3 Nos. R,Y,B Indication Lamps with 2A back up SP
MCB with ON indication.MCCB shall be provided with spreader link and direct rotary
handle.(including interlocking to be done with coupler b/n 2 incomings of the panel ,one incomer
will be operating at a time )

II) Busbar:
FP aluminium bus bars of minimum of 150 A 35 kA capacity with heat shrinkable coloured sleeves
and i/c DMC/SMC bus bars supports at required intervals complete for cross section, size supports
& their spacing etc.

III) Outgoings

Contractor 459 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
Supplying and fixing following outgoing MCCB/MCB including connection, inter-connection etc.
with suitable size of wires complete as required. (Each MCCB to be provided with ON indiation
with 2A backup SP MCB)
63 Amp 4P MCCB '25KA' - 3 Nos.(2 Lifts + 1 spare)
32 Amp DP MCB 'C' curve - 2 Nos. ((1 Lift shaft DB,1 spare)
panel described as above Set 1

6.12 NS113.12 Escalator Panel For 4 Escalator (Block-A)


I) Incomer
1No. 200A 4P, 35 KA, MCCB with thermal & magnetic releases.with 3 Nos. R,Y,B Indication Lamps
with 2A back up SP MCB with ON indication.MCCB shall be provided with spreader link and direct
rotary handle.

II) Busbar:
FP aluminium bus bars of minimum of 300 A 35 kA capacity with heat shrinkable coloured sleeves
and i/c DMC/SMC bus bars supports at required intervals complete for cross section, size supports
& their spacing etc.

III) Outgoings
Supplying and fixing following outgoing MCCB/MCB including connection, inter-connection etc.
with suitable size of wires complete as required.(Each MCCB to be provided with ON indiation with
2A backup SP MCB)
63 Amp 4P MCCB '25KA' - 5 Nos.(4 Escalator + 1 spare)
32 Amp TPN MCB 'C' curve - 2 Nos.
panel described as above Set 1

TOTAL

Contractor 460 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
SECTION - III - (BUS DUCT /RISING MAINS/CABLES, CABLE TRAY)

1 NS114 Supplying, installing by suspension on ceiling, testing and commissioning of following capacity
Sandwich Type Bus Trunking for use on 3 phase 4 wire 415 volts, 50Hz A.C. supply with metal clad
enclosure made of 1.6mm thick steel sheet duly powder coated in convenient sections complete
with 4 Nos aluminium bus bars, necessary joints, elbow joints & expansion joints and bends, fire
barrier at each floor, provision of tapping at every metre, adopter box and copper flexible for
joints, continuous earthing with 2 Nos aluminium strip of suitable size (one on each side) including,
G.I. clamping brackets, suspenders, angle iron bracket, steel fasteners, connecting to earthing
system etc. as required

1.1 NS114.1 2500 amps 50KA SC for 1 sec (T/R to LT Panel & DG Panel to LT Panel) Metre 90

2 NS115 Supplying, installing on wall, testing and commissioning of following capacity Air Insulated
Compact Type Bus Trunking for use on 3 phase 4 wire 415 volts, 50Hz A.C. supply with metal clad
enclosure made of 1.6mm thick steel sheet duly powder coated in convenient sections complete
with 4 Nos aluminium bus bars, necessary joints, elbow joints & expansion joints, fire barrier at
each floor, provision of tapping at every metre, continuous earthing with 2 Nos aluminium strip of
suitable size (one on each side) including, G.I. clamping brackets, angle iron bracket, steel
fasteners, connecting to earthing system etc. as required.
2.1 NS115.1 800 amps 50KA SC for 1 sec (for power block-A) Mtr. 21

2.2 NS115.2 630 amps 50KA SC for 1 sec (for light block-A & B) Mtr. 39

2.3 NS115.3 400 amps 25KA SC for 1 sec (for UPS) Mtr. 18

2.4 NS115.4 160 amps 25KA SC for 1 sec (for UPS) Mtr. 18

3 NS116 Supplying, installing, connecting to existing Air Insulated Compact Type bus trunking/ rising mains,
Contractor 461 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
testing and commissioning of following capacity Plug In/ Tap Off Box for use on 3 phase 4 wire 415
volts, 50Hz A.C. supply with 1.6mm thick steel sheet enclosure duly powder coated with provision
of MCCB (but without MCCB) complete etc. as required
3.1 NS116.1 200 amps 25KA SC for 1 sec Nos. 4

3.2 NS116.2 160 amps 25KA SC for 1 sec Nos. 1

3.3 NS116.3 125 amps 15KA SC for 1 sec Nos. 9

3.4 NS116.4 100 amps 15KA SC for 1 sec Nos. 12

3.5 NS116.5 63 amps 15KA SC for 1 sec Nos. 5

4 NS117 Supplying, installing, connecting to existing Air Insulated Compact Type bus trunking/ rising mains,
testing and commissioning of following capacity End Feed Unit for use on 3 phase 4 wire 415 volts,
50Hz A.C. supply made with 1.6mm thick steel sheet enclosure duly powder coated with provision
of MCCB/ACB (but without MCCB/ACB) complete with necessary joints including clamping
brackets, angle iron bracket, steel fasteners, connecting to earthing system etc. as required
4.1 NS117.1 800 amps 50KA SC for 1 sec Nos. 1

4.2 NS117.2 630 amps 50KA SC for 1 sec Nos. 2

4.3 NS117.3 400 amps 25KA SC for 1 sec Nos. 1

4.4 NS117.4 160 amps 15KA SC for 1 sec Nos. 1

5 NS118 Providing and fixing following rating and breaking capacity and pole MCCB in existing cubicle panel

Contractor 462 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
board including drilling holes in cubicle panel, making connections, etc. as required.
5.1 NS118.1 63 Amp, 16 KA,TPMCCB (Icu = Ics) Nos. 5

5.2 NS118.2 100 Amp, 16 KA,TPMCCB (Icu = Ics) Nos. 12

5.3 NS118.3 125 Amp, 16 KA,TPMCCB (Icu = Ics) Nos. 9

5.4 NS118.4 160 Amp, 16 KA,TPMCCB (Icu = Ics) Nos. 2

5.5 NS118.5 200 Amp, 25 KA,TPMCCB (Icu = Ics) Nos. 4

5.6 NS118.6 400 Amp, 35 KA,TPMCCB (Icu = Ics) Nos. 1

5.7 NS118.7 630 Amp, 50 KA,TPMCCB (Icu = Ics) Nos. 2

5.8 NS118.8 800 Amp, 50 KA,TPMCCB (Icu = Ics) Nos. 1

CABLES & CABLE TRAY


6 NS119 Supply of following sizes of PVC sheathed LT XLPE armoured, aluminium 1.1KV grade, as required
of the following sizes.
6.1 NS119.1 3-½ x 300 Sq.mm. Mtr 3405

6.2 NS119.2 3-½ x 240 Sq.mm. Mtr 785

6.3 NS119.3 3-½ x 185 Sq.mm. Mtr 830

6.4 NS119.4 3-½ x 120 Sq.mm. Mtr 210


6.5 NS119.5 3-½ x 95 Sq.mm. Mtr 160
Contractor 463 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
6.6 NS119.6 3-½ x 70 Sq.mm. Mtr 300
6.7 NS119.7 3-½ x 50 Sq.mm. Mtr 150
6.8 NS119.8 3-½ x 35 Sq.mm. Mtr 45
6.9 NS119.9 4 x 25 Sq.mm. Mtr 1230
6.10 NS119.10 4 x 16 Sq.mm. Mtr 2645
6.11 NS119.11 4 x 10 Sq.mm. Mtr 925
6.12 NS119.12 4 x 6 Sq.mm. Mtr 600
6.13 NS119.13 2 x 10 Sq.mm. Mtr 115

7 NS120 Supply, installation, testing & commisioning of LPCB approved Fire Survival armoured cable as per
BS 7846, fire Test as per BS 6387 CWZ, copper conductor /mica taped/ Flame Barrier/ Cross Linked
Insulation/ Halogen Free Inner Sheath/ SWA/ Halogen Free Outer Sheath (1000V), LPCB Certified
for power cables. etc. complete as required. (Tagging to be provided with aluminium strips on both
the ends as approved).
7.1 NS120.1 4 x 300 Sq.mm. Mtr 600
7.2 NS120.2 4 x 240 Sq.mm. Mtr 1410
7.3 NS120.3 4 x 185 Sq.mm. Mtr 235
7.4 NS120.4 4 x 95 Sq.mm. Mtr 630
7.5 NS120.5 4 x 70 Sq.mm. Mtr 865
7.6 NS120.6 4 x 10 Sq.mm. Mtr 175
7.7 NS120.7 3 x 16 Sq.mm. Mtr 810

8 NS121 Laying and fixing of one number PVC insulated and PVC sheathed/ XLPE power cable of 1.1 KV
grade of following size on cable tray as required.
8.1 NS121.1 Upto 35 sq. mm (clamped with 1mm thick saddle) Mtr 6525
8.2 NS121.2 Above 35 sq. mm and upto 95 sq. mm (clamped with 25x3mm MS flat clamp) Mtr 2085
8.3 NS121.3 Above 95 sq. mm and upto 185 sq. mm (clamped with 25/40x3mm MS flat clamp) Mtr 1265
Contractor 464 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
8.4 NS121.4 Above 185 sq. mm and upto 400 sq. mm (clamped with 40x3mm MS flat clamp) Mtr 6190

9 NS122 Laying and fixing of one number PVC insulated and PVC sheathed/ XLPE power cable of 1.1 KV
grade of following size on wall surface as required.
9.1 NS122.1 Upto 35 sq. mm (clamped with 1mm thick saddle) Mtr 20
9.2 NS122.2 Above 35 sq. mm and upto 95 sq. mm (clamped with 25x3mm MS flat clamp) Mtr 20
9.3 NS122.3 Above 95 sq. mm and upto 185 sq. mm (clamped with 25/40x3mm MS flat clamp) Mtr 10
9.4 NS122.4 Above 185 sq. mm and upto 400 sq. mm (clamped with 40x3mm MS flat clamp) Mtr 10

10 NS123 Supplying and making end termination with brass compression gland and aluminium lugs for
following size of PVC insulated and PVC sheathed / XLPE aluminium conductor cable of 1.1 KV
grade as required.
10.1 NS123.1 3½ X 300 sq. mm (70mm) Nos 56
10.2 NS123.2 3½ X 240 sq. mm (62mm) Nos 16
10.3 NS123.3 3½ X 185 sq. mm (45mm) Nos 16
10.4 NS123.4 3½ X 120 sq. mm (45mm) Nos 4
10.5 NS123.5 3½ X 95 sq. mm (45mm) Nos 16
10.6 NS123.6 3½ X 70 sq. mm (38mm) Nos 16
10.7 NS123.7 3½ X 50 sq. mm (35mm) Nos 20
10.8 NS123.8 3½ X 35 sq. mm (32mm) Nos 8
10.9 NS123.9 4 X 25 sq. mm (28mm) Nos 36
10.10 NS123.10 4 X 16 sq. mm (28mm) Nos 82
10.11 NS123.11 4 X 10 sq. mm (25mm) Nos 28
10.12 NS123.12 4 X 6 sq. mm (25mm) Nos 16
10.13 NS123.13 2 X 10 sq. mm (19mm) Nos 8

Contractor 465 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
11 NS124 Providing & fixing of control wiring/power cabling with following sizes of copper conductor
armoured cable between indoor and outdoor units directly on surface of wall/ existing channel i/c
making connection etc. as reqd.
11.1 NS124.1 4 x 300 Sq.mm. Nos 8
11.2 NS124.2 4 x 240 Sq.mm. Nos 12
11.3 NS124.3 4 x 185 Sq.mm. Nos 6
11.4 NS124.4 4 x 95 Sq.mm. Nos 4
11.5 NS124.5 4 x 70 Sq.mm. Nos 8
11.6 NS124.6 4 x 10 Sq.mm. Nos 18
11.7 NS124.7 3 x 16 Sq.mm. Nos 64

12 NS125 Supplying and installing following size of perforated pre-painted powder coated GI cable trays with
perforation not more than 17.5%, in convenient sections, joined with connectors, suspended from
the ceiling with M.S. suspenders including bolts & nuts, painting suspenders etc as required.
12.1 NS125.1 150 mm. Width x 50mm. Depth x 1.6mm. Thickness. Mtr. 1450
12.2 NS125.2 300 mm. Width x 50mm. Depth x 2.0 mm. Thickness. Mtr. 550
12.3 NS125.3 450 mm. Width x 50mm. Depth x 2.0 mm. thickness. Mtr. 400
12.4 NS125.4 600 mm. Width x 65mm. Depth x 2.0 mm. thickness. Mtr. 350
12.5 NS125.5 1200 mm. Width x 65mm. Depth x 2.0 mm. thickness. Mtr. 600

13 NS126 Supplying and installing following size of perforated pre-painted M.S. cable trays Tee's with
perforation not more than 17.5%, joined with connectors, suspended from the ceiling with M.S.
suspenders including bolts & nuts, painting suspenders etc as required.
13.1 NS126.1 150 mm width X 50 mm depth X 1.6 mm thickness Each 4
13.2 NS126.2 300 mm width X 62.5 mm depth X 2.0 mm thickness Each 4
13.3 NS126.3 450 mm width X 62.5 mm depth X 2.0 mm thickness Each 1
13.4 NS126.4 600 mm width X 62.5 mm depth X 2.0 mm thickness Each 1

Contractor 466 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
13.5 NS126.5 750 mm width X 62.5 mm depth X 2.0 mm thickness Each 1

14 NS127 Supplying and installing following size of perforated pre-painted M.S. cable trays bends with
perforation not more than 17.5%,, joined with connectors, suspended from the ceiling with M.S.
suspenders including bolts & nuts, painting suspenders etc as required.
14.1 NS127.1 150 mm width X 50 mm depth X 1.6 mm thickness Each 1
14.2 NS127.2 300 mm width X 62.5 mm depth X 2.0 mm thickness Each 1
14.3 NS127.3 450 mm width X 62.5 mm depth X 2.0 mm thickness Each 1
14.4 NS127.4 600 mm width X 62.5 mm depth X 2.0 mm thickness Each 1
14.5 NS127.5 750 mm width X 62.5 mm depth X 2.0 mm thickness Each 1

TOTAL

SUB HEAD - IV - EARTHING

1 NS128 Providing and fixing 50 mm X 6 mm size of G.I. strip in 80 mm dia 'B' class G.I. pipe from earth
electrode as required Mtr. 380

2 NS129 Providing and fixing 50 mm X 6 mm G.I. strip on surface or in recess for connections etc, as
required Mtr. 3040

3 NS130 Providing and fixing 50 mm X 6 mm size of copper strip in 80 mm dia 'B' class G.I. pipe from earth
electrode as required Mtr. 60

4 NS131 Providing and fixing 50mm X 6 mm copper strip on surface or in recess for connections etc, as
required Mtr. 180

Contractor 467 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
5 NS132 Providing and fixing 6 SWG dia G.I. wire on surface or in recess for loop earthing along with
existing surface/ recessed conduit/ submain wiring/ cable as required. Mtrs. 140

6 NS133 Supply and fixing of following GI strip/ wire including all necessary fixing accessories and effecting
connections as required & approved by the Engineer Incharge.
6.1 NS133.1 25 x 3 mm GI strip Mtr. 5300

TOTAL

SECTION - V - MISCELLANEOUS

SUB STATION EQUIPMENT

1 NS134 Providing and fixing M.V. danger notice plate of 200 mm X 150 mm, made of mild steel, at least 2
mm thick, and vitreous enameled white on both sides, and with inscription in single red colour on
front side as required. Nos. 8

2 NS135 Providing and fixing H.T. danger notice plate of 250 mm X 200 mm, made of mild steel, at least 2
mm thick, and vitreous enameled white on both sides, and with inscription in single red colour on
front side as required. Nos. 2

3 NS136 Supply and fixing in position the approved shock treatment / restoration charts written in Hindi
and English duly framed in teak wood frame and covered with 2.8mm glass as required. Nos 2

4 NS137 Supply, Installation, Testing and Commissioning of following size of FRLS PVC insulated armoured
copper contol cable.
4.1 NS137.1 6C X 1.5 sqmm Mtr 250

Contractor 468 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
5 NS138 Supplying and fixing of fire buckets 5 Nos.in each set of approved quality, red painted from outside
and white from inside conforming to IS : 2546/1974 with additional handle at the bottom, filled
with fine sand and fixed on an angle iron frame including MS pedestal stand suitable for
supporting five buckets as per the requirement of local authorities. Nos 2

6 NS139 Supplying and fixing First Aid Box of 18 S.W.G. M.S sheet,painted as approved & prescribed by
Indian Red Cross Society & as per attached specifications. Sets 2

7 NS140 Supplying and fixing of caution Boards of 16 S.W.G. , M.S. sheet of 300 mm x 150mm size, duly
painted & having "MAN ON LINE' & "DO NOT SWITCH ON' written in Red complete with hanging
arrangement as required. Nos 2

8 NS141 Providing, laying and fixing following dia G.I. pipe (medium class) in ground complete with G.I.
fittings Mtr 50
8.1 NS141.1 150 mm dia pipe

9 NS142 Providing, laying and fixing following dia RCC pipe NP 2 class (light duty) in ground complete with
RCC collars, jointing with cement mortar 1:2 (1 cement : 2 fine sand) including trenching (75 cm
deep) and refilling etc. as required.
9.1 NS142.1 150 mm dia Mtr 210
TOTAL
SECTION - VI - FIRE SUPRESSION SYSTEM FOR HT/ LT PANELS /TRNASFORMER.

HT PANEL/LT PANEL/DG PANEL/CA PANEL IN ESS


A) NS143 Supply, fixing, testing and commissioning of automatic Linear pneumatic Tube Detection based
Novec 1230 System for Electrical Panels (Linear Pnuematic Heat Detection Tube Panel Protection
System), consisting of the Mentioned components

Contractor 469 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
1 NS143.1 Supply, installation, testing and commissioning of 4kg capacity Novec 1230 /FK 5-1-12, DLP Nos. 9
Assembly with automatic valve, push in connector for tube,4kg Novec 1230/FK 5-1-12 gas Filed in
UL refilling Plant, mounting bracket, End of Line adopter and low pressure switch for monitoring
system activation.
2 NS143.2 Supply, installation, testing and commissioning of 2kg capacity Novec 1230 /FK 5-1-12, DLP Nos. 4
Assembly with automatic valve, push in connector for tube, 2 kg Novec 1230/FK 5-1-12 gas filled in
UL refilling Plant, mounting bracket, End of Line adopter and low pressure switch for monitoring
system activation.
3 NS143.3 Linear pneumatic heat Detection Tube with all necessary fittings & supports. Mtrs. 490
4 NS143.4 Master Control Unit for controlling each system, complete with pressure switches, buzzers and Nos 13
electronic hooters, including all necessary accessories + electrical wiring to make each entire
system functional.

B) FOR TRANSFORMER
NS144 Supply, fixing, testing and commissioning of automatic Linear pneumatic Tube Detection based
Novec 1230 System for Electrical Panels (Linear Pnuematic Heat Detection Tube Panel Protection
System), consisting of the Mentioned components
1 NS144.1 45 Kg capacity CO2, IHP Valve Assembly with automatic valve, push in connector for tube,45 Kg
CO2 gas & mounting bracket. Nos. 3
2 NS144.2 End of Line Adapter Nos. 3
3 NS144.3 Pressure Switch Nos. 3
4 NS144.4 Linear pneumatic heat Detection Tube with all necessary fittings & supports. Mtr. 110
5 NS144.5 Master Control Unit for controlling each system, complete with pressure switches, buzzers and
electronic hooters, including all necessary accessories + electrical wiring to make each entire
system functional. Nos. 3
6 NS144.6 2 Mtr discharge Hose with Discharge Nozzle with Adapters,Fitting and Support Nos. 3
7 NS144.7 Auto weight measuring unit for cylinders with Nos. 3

TOTAL

Contractor 470 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
B) SECTION-II - ELECTRICAL INTERNAL WORKS
SUB HEAD - I - POINT WIRING
1 NS145 Supply, assembly and laying of under floor trunking made out of 1.6mm thick GI sheet complete
with jointing sleeve, horizontal bends, floor junction box, vertical bends, level adjustment
components and closer, vertical elbow, covers, access outlet. etc. complete with all other
accessories under floor installation including cutting and chasing the floor/ or on surface, making
good the same, placing in position and cleaning from inside complete etc. as required.
1.1 NS145.1 250 mm x 38 mm (3 compartment) 450 RM
1.2 NS145.2 150 mm x 38 mm (2 compartment) 300 RM
1.3 NS145.3 100 mm x 38 mm (2 compartment) 300 RM
1.4 NS145.4 50 mm x 38 mm (1 compartment) 150 RM

TOTAL

SUB HEAD - II - (TELEPHONE / TV / DATA SYSTEM)

1 NS146 Supplying and fixing following modular switch/ socket on the existing modular plate & switch box
including connections but excluding modular plate etc. as required.
1.1 NS146.1 Telephone socket outlet 90 Each
1.2 NS146.2 TV antenna socket outlet 15 Each

2 NS147 Supplying and fixing following size/ modules, GI box alongwith modular base & cover plate for
modular switches in recess etc as required.
2.1 NS147.1 1 or 2 Module (75mm X 75mm) 105 Each
3 NS148 Supplying, Installation, testing and commissioning of following sizes of telephone distribution
board in M.S. hinged type box duly painted complete with Krone type tag block etc. including
terminations of cable as required.
3.1 NS148.1 10 Pair 4 Each
Contractor 471 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
3.2 NS148.2 20 Pair 8 Each
3.3 NS148.3 100 Pair 1 Each

4 NS149 Supplying and drawing following pair 0.5 mm dia FRLS PVC insulated annealed copper conductor,
unarmored telephone cable in the existing surface/ recessed steel/ PVC conduit as required.
4.1 NS149.1 2 Pair 3600 Metre

5 NS150 Supplying, Installation, testing and commissioning of following sizes of 0.5 mm dia annealed tinned
copper conductor PVC insulated and PVC sheathed unarmoured telephone cable on surface/
existing cable tray complete as required.
5.1 NS150.1 10 Pair 500 Metre
5.2 NS150.2 20 Pair 400 Metre
5.3 NS150.3 100 Pair 1000 Metre

6 NS151 Supplying and fixing modular type Information Outlet RJ -45, CAT 6 Data , front plate and suitable
size metal box on surface or in recess including connections etc.complete as required. 1372 Each

7 NS152 Supplying and drawing co-axial TV cable following grade, 0.7 mm solid copper conductor PE
insulated, shielded with fine tinned copper braid and protected with PVC sheath in the existing
surface/ recessed steel/ PVC conduit as required.
7.1 NS152.1 RG-11 100 Metre
7.2 NS152.2 RG-6 750 Metre

8 NS153 Supplying and drawing of UTP 4 pair CAT 6A LAN Cable in the existing surface/ recessed steel/ PVC
conduit as required. 18750 Metre
9 NS154 Supplying, erection, testing and commissioning of following tap off / splitter as per specification in
1.6 mm thick CRCA sheet steel enclosure for CATV system.
9.1 NS154.1 4 Way splitter box 8 Each

Contractor 472 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)

10 NS155 Supplying and fixing modular type call bell/ buzzer with LED indication, suitable for single phase,
230 volts, complete as required. 8 Each

11 NS156 Supplying and fixing of following sizes of steel conduit along with accessories in surface/recess
including painting in case of surface conduit, or cutting the wall and making good the same in case
of recessed conduit as required. (For tel./ TV / Data wiring)
11.1 NS156.1 25 mm 17000 Metre
11.2 NS156.2 32 mm 1000 Metre

Dimmer control System

12 NS157 Supply, installation, Testing and commisioning of Dimmable Controller of 0-10 volt dimming 23 set
module, with 4 corresponding feed through 10 ampere switched outputs.Each 0-10 volt output
can source or sink 50ma per output. Includes QS communication link to any QS device. Requires
mains/linevoltage feed (100ma). (Model no. Lutron QSNE-4T-10D)

13 NS158 Supply, installation, Testing and commisioning of Keypad Wall stations 7-button and raise/lower 23 set
wallstation. Two contact closure inputs via a connector on the back of the wallstation. Unit
dimensions with faceplate: (87 mm x 87 mm). Mounts in European and UK wallboxes. (Model no.
Lutron QSWE-7BRLN-AW)

14 NS159 Supply, installation, Testing and commisioning of Corner Mounted Sensor Wireless
Occupancy/Vacancy Corner Mounted Sensor with a WPC approved frequency of 865MHz, Passive
Infrared Sensor with XCT technology to detect minor motions, 90˚ coverage ranges from 113.8 sq
mtrs to 232.3 sq mtr, with guranteed 10 year battery life.Front accessible test buttons make
programming easy along with necessary fixing arrangements. (Model no. Lutron LRF5-OCR2B-P-
WH) 32 set

Contractor 473 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
15 NS160 Supply, installation, Testing and commisioning of Wall Mounted Wireless Occupancy/Vacancy Wall
Mounted Sensor with a WPC approved frequency of 865MHz, Passive Infrared Sensor with XCT
technology to detect minor motions, 180˚ coverage ranges from 139.4 sq mtrs to 278.7 sq mtr,
with guranteed 10 year battery life.Front accessible test buttons make programming easy along
with necessary fixing arrangements. (Model no. Lutron LRF5-OWLB-P-WH ) 14 set

16 NS161 Supply, installation, Testing and commisioning of Antenna Sensor Module, to connect 10 number
of sensors either of the Occupancy / Daylight / Personal sensors/PIco. No wired connections,
ceiling mount.(Model no. Lutron QSM5-XW-C) 16 set
17 NS162 Supply, installation,Testing and commisioning of Input/Output Control Interface providing 5 dry
contact closure, equipments that has contact closure I/O like Motorised projection Screen,
projectors,Security Systems,Movable walls.Provides both Normally Open and Normally Close
contacts.(Model no. Lutron QSE IO) 2 set

TOTAL
SUB HEAD - III - LIGHT FIXTURES AND FANS

1 NS163 Supply Installation, testing and commissioning of following fittings/ luminaires/ ceiling fans
complete with necessary starter/s & copper wound/ electronic ballasts, capacitors, lamps, louvers
& all other accessories, down rods of suitable length, connections with 1.5 sq.mm. PVC insulated
FRLS, copper conductor, single core cable including loop earthing with 1.5 sq mm FRLS PVC
insulated copper conductor, single core cable etc. complete as required.
1.1 NS163.1 Supply of LED bulkhead suitable for surface/wall mounting, powder coated PDC housing,
comprising of LED’s of approved makes with Constant current output Switchable electronic driver
with THD<20%, Power factor 0.9 or higher, having a system level lumen of 950 lumens with
luminaire efficacy of not less than 95 lm/W, CRI>80, IP rating - IP65 or higher, Service Life of
luminaire minimum 35,000 burning hours).& as per specifications as required. 204 Nos.
1.2 NS163.2 Supply of LED Mirror batten light with a system wattage of 10W. CCT shall be 5700 - 6500K and CRI
≥ 80. Housing shall be extruded aluminimum with powder coating & with IP20 protection. The
luminaire shall meet IP20 rating with THD≤20% and PF ≥ 0.90. The luminiare manufacturer shall 81 Nos.
Contractor 474 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
provide LM79 report from NABL accrediated lab & LM80 report issued by LED manufacturer.
Similar to Trilux LED Batten D OTA LED 1000-857 ET
1.3 NS163.3 Supply of LED recessed mounted Downlighter 12W with a nominal system lumen output of 1320
lumens and a minimum system efficacy of 110lm/W. The luminaire should have a color
temperature of 5700K and CRI≥80. The luminaire shall meet IP20 rating with THD≤10% and PF ≥
0.95. Driver Efficiency >85% & should be Isolated with having SELV feature in built. The luminaire
housing should made of Extruded aluminum with PMMA diffuser. Fixture compliance with LG7
guidelines. Life Class of 50,000 hours @L70 and in compliance to IEC Safety Standards. The fixture
should comply with the parameters as per IS10322. The luminiare manufacturer shall provide
LM79 report from NABL accrediated lab & LM80 report issued by LED manufacturer. 153 Nos.
1.4 NS163.4 Supply of LED recessed mounted Downlighter 15W with a nominal system lumen output of 1650
lumens and a minimum system efficacy of 110lm/W. The luminaire should have a color
temperature of 5700K and CRI≥80. The luminaire shall meet IP20 rating with THD≤10% and PF ≥
0.95. Driver Efficiency>85% & should be Isolated with having SELV feature in built. The luminaire
housing should make of Extruded aluminum with PMMA diffuser. Fixture compliance with LG7
guidelines. Life Class of 50,000 hours @L70 and in compliance to IEC Safety Standards. The fixture
should comply with the parameters as per IS10322. The luminiare manufacturer shall provide
LM79 report from NABL accrediated lab & LM80 report issued by LED manufacturer. 1931 Nos
1.5 NS163.5 Supply of LED batten light with system wattage of 20W. CCT shall be 6500K and CRI ≥ 80. Housing
shall be extruded aluminimum with powder coating & with IP20 protection. The luminaire shall
meet IP20 rating with THD≤20% and PF ≥ 0.90. The luminiare manufacturer shall provide LM79
report from NABL accrediated lab & LM80 report issued by LED manufacturer. 88 Nos.
1.6 NS163.6 Supply of LED batten light with system wattage of 20W. CCT shall be 6500K and CRI ≥ 80. Housing
shall be extruded aluminimum with powder coating & with IP20 protection. The luminaire shall
meet IP20 rating with THD≤20% and PF ≥ 0.90. The luminiare manufacturer shall provide LM79
report from NABL accrediated lab & LM80 report issued by LED manufacturer. 264 Nos.

Contractor 475 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
1.7 NS163.7 Supply of Surface mounted Weather proof battens with IP 65 ratings for Basement and other
applications in exposed climates requiring higher degree of ingress protection. Best in class LEDs,
with Luminaire luminous flux 3600 lm, connected load 36 W , luminous efficiency of luminaire 100
lm/W. Colour temperature 6000 K, Colour rendering index Ra > 80. Operating Temperature range -
20 C to 50 C. IP 65, IK- 10, LM 79 and LM 80 reports need to be submitted. Service life L70(tq 35 °C)
= 50,000 h. Luminaire body - extruded polycarbonate with size 1200mm x 50 mm x 70 mm. 728 Nos.
1.8 NS163.8 Supply of LED Based Recessed light fixture suitable for mounting in modular false ceiling systems
with 600mm x 600mm module with a maximum system wattage of 28 Watts and a minimum
system lumen output of 3500 lumens, Luminaire Efficiency 125 Lm/W CCT of 5700K, Luminaire
Height < 60mm & Weight < 3KG. Constant Current Electronic Gear with Power Factor >0.95 and
Driver Efficiency >85% & should be Isolated with having SELV feature in built, RA > 80, UGR <19
Powder Coated CRCA Housing , Life Class of 50,000 hours @L70 and in compliance to IEC Safety
Standards With 0-10 Volt analog dimmable driver. LM 79 and LM 80 reports to be submitted with
all accessories. . 2623 Nos.
1.9 NS163.9 Supply of LED Surface mounted Downlighter 15W with a nominal system lumen output of 1650
lumens and a minimum system efficacy of 110lm/W. The luminaire should have a color
temperature of 5700K and CRI≥80. The luminaire shall meet IP20 rating with THD≤10% and PF ≥
0.95. The luminaire housing should make of Extruded aluminum with PMMA diffuser. Fixture
compliance with LG7 guidelines. Life Class of 50,000 hours @L70 and in compliance to IEC Safety
Standards. The fixture should comply with the parameters as per IS10322. The luminiare
manufacturer shall provide LM79 report from NABL accrediated lab & LM80 report issued by LED
manufacturer. 164 Nos.
1.10 NS163.10 Supply of LED recessed mounted Downlighter 24W with a nominal system lumen output of 2640
lumens and a minimum system efficacy of 110lm/W. The luminaire should have a color
temperature of 5700K and CRI≥80. The luminaire shall meet IP20 rating with THD≤10% and PF ≥
0.95. Driver Efficiency>85% & should be Isolated with having SELV feature in built. The luminaire
housing should make of Extruded aluminum with PMMA diffuser. Fixture compliance with LG7
guidelines. Life Class of 50,000 hours @L70 and in compliance to IEC Safety Standards. The fixture
should comply with the parameters as per IS10322. The luminiare manufacturer shall provide
LM79 report from NABL accrediated lab & LM80 report issued by LED manufacturer. 150 Nos.

Contractor 476 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
1.11 NS163.11 Supply of LED recessed mounted DALI Dimmable Downlighter 24W with a nominal system lumen
output of 2640 lumens and a minimum system efficacy of 110lm/W. The luminaire should have a
color temperature of 5700K and CRI≥80. The luminaire shall meet IP20 rating with THD≤10% and
PF ≥ 0.95. Driver Efficiency>85% & should be Isolated with having SELV feature in built. The
luminaire housing should make of Extruded aluminum with PMMA diffuser. Fixture compliance
with LG7 guidelines. Life Class of 50,000 hours @L70 and in compliance to IEC Safety Standards.
The fixture should comply with the parameters as per IS10322. The luminiare manufacturer shall
provide LM79 report from NABL accrediated lab & LM80 report issued by LED manufacturer. R.O Nos.
1.12 NS163.12 Supply of LED batten light with system wattage of 20W. CCT shall be 6500K and CRI ≥ 80. Housing
shall be extruded aluminimum with powder coating & with IP20 protection. The luminaire shall
meet IP20 rating with THD≤20% and PF ≥ 0.90. The luminiare manufacturer shall provide LM79
report from NABL accrediated lab & LM80 report issued by LED manufacturer R.O Nos.
1.13 NS163.13 Supply of LED Based step light with a system wattage of 4 Watts, CRI>75, Ingress Protection of
IP65, Polycarbonate Diffuser with all accessories. . 27 Nos.
1.14 NS163.14 Supply of 3-CIRCUIT TRACK Luminaire type 3-ph system global Mounting Surface-mounted /
recessed / pendant Length 1000 mm, 2000 mm, 3000 mm Colour white, silver/grey, black
Connection AC current 230 V = max. 3,600 W (16 A) three-circuit current 400 V = max. 3 x 3,600 W
= 10.800 W with individuel fusing of all 3 circuits (3 x 16 A) complete with all required accessories
As Trilux Oktalite. Fixture should be made in Europe & country of origin would be required
at the time of supply.Similar product shall be accepted as per approval of Engineer-in-
charge/Architect/Consultant. 20 Nos.
1.15 NS163.15 Suppy of Track mounted directional spotlight Application areas Accent lighting, High-level
decoration Pan/tilt range 180° tilt and swivel ranges Mounting 3-circuit power track adapter,
suitable for vertical mounting Lighting technology LED Lumen category 3000 lm - 4000 lm Light
colour White 2700 K, 3000 K, 3100 K Best Colour, 3100 K Efficient Colour, 3500 K, 4000 K Cooling
passive Supply unit driver integrated Luminaire colour RAL 9005 jet black, RAL 9006 white
aluminium, RAL 9016 traffic white. Surface structure powder-coated Nominal voltage 220 - 240 V,
50/60Hz. As Trilux Oktalite TARO MINI. Fixture should be made in Europe & country of origin
would be required at the time of supply.Similar product shall be accepted as per approval of
Engineer-in-charge/Architect/Consultant. 20 Nos.

Contractor 477 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
1.16 NS163.16 Supplying, installation, testing and commissioning of Passive Infrared (PIR) technology based
occupancy sensor with day light dimming (lighting level shall be regulated as per availability of
natural day light in an area along with occupancy detection.) having high preformance, regulating
programmable type, suitable for connected load upto 10 Amp , for mounting height
up to 2.8 mtr and for 5 m diameter coverage area alongwith necessary fixing arrangements i/c
programming at site etc.complete as required. 320 Nos.
1.17 NS163.17 Supplying, installation, testing and commissioning of Microwave technology based occupancy
sensor having high preformance, non regulating programmable type, suitable for connected load
upto 10 Amp , for mounting height up to 2.6 mtr and for 5m X 20m coverage area along with
necessary fixing arrangements i/cprogramming at site etc. complete as required. 4 Nos.
1.18 NS163.18 Supply, Installation, testing and commissioning of 5 star rateing 1200mm ceiling fans complete
with double ball bearing, motor, blades, canopies, capacitor etc. suitable for operation on 230
volts, 50 Hz., 1 phase, AC supply complete as required. Ceiling fan, including wiring the down rods
of standard length (upto 30 cm) with 1.5 sq. mm FR PVC insulated, copper conductor, single core
cable, including providing and fixing phenoliclaminated sheet cover on the fan box etc. as
Required. 20 Nos.
1.19 NS163.19 Supplying and fixing stepped type electronic fan regulator on the existing modular plate switch box
including connections but excluding modular plate etc. as required. 20 Nos.
1.20 NS163.20 Supplying, Installation, testing and commissioning of 450 mm dia wall bracket fan complete in all
respect as required. 10 Nos.

SUB HEAD - IV - LIGHTENING PROTECTION SYSTEM


1.1 Air Termination Network:

supply, Installation,Testing and commissioning of single spike air terminals of 10/16 mm dia.&
1000 mm length as required and as per site conditions. the air terminal shall be manufactured with
a 163a
aluminium. The terminal shall be provided with the integrated / attached threaded base support
suitable for mounting the terminals as per site condition. 16 Nos.

Contractor 478 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
Roof Conductor for Air Tremination Connection, Parapet and for making mesh: supply,
Installation,Testing and commissioning of 8 mm dia aluminium round conductor for making mesh
1.2 163b
& connecting all vertical air terminal, to be installed on terrace, with suitable type of clamps,
Connectors, Conductor holder , hardware etc. as required. 4212 RM

2 Down Conductor

supply, Installation,Testing and commissioning of 8 mm dia aluminium round conductor for Down
2.1 163c conductors to be installed on vertical façade of mesonery / glass / metalic work, with suitable
accessories like type of clamps, wall conductor holder etc. as required and as per specifications. 1400 RM

supply, Installation,Testing and commissioning of Test Clamp to disconnect the down conductor
2.2 163d
from the earth termination network for regular checks of the earth termination resistance value. 56 Nos.

supply, Installation,Testing and commissioning of Expansion piece of made of 8mm aluminium at


2.3 163e
every 20 mtr to maintain the flexibility to the conductor due to heat. 281 Nos.

Lightning Strike counter Model: JMV 6D for counting the number of lightning strikes without any
power supply, Installation,Testing and commissioning . The Counter should be mounted on the
2.4 163f
Down Conductor. The Lightning Counter should be IP65 rated enclosure suitable for external
application. (Optional) 10 Nos.

3.0 Earth Termination Network:

supply, Installation,Testing and commissioning of Earthing termination made of copper-bonded


rod of 10 feet length,17.2 mm dia. (Minimum copper bonding shall be 0.25mm) along with Rod-to-
3.1 163g
Conductor connectors, Earth enhancement material, Pit Cover and other accessories as required
and as per specification and other applicable codes. 56 Nos.

Contractor 479 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
supply, Installation,Testing and commissioning of 10 mm dia. round GI conductor laid at 600mm
3.2 163h
below the ground, as Required and as per specification and code of practice. 1374 Nos.

4.0 Surge Protection Device:

Supply,Installation,testing and comissioning of Class B/Type I Single Phase Surge Protection


Devices as per IEC 62305-4 and tested according to IEC 61643 – 11, DIN Rail mountable with
Maximum Continuous Operating Voltage of 320 V and Voltage Protection Level of 1.3 kV (L-N).
4.1 163i
Response Time should be less than 100 ns (L-N & N-PE). The maximum impulse test current should
be 65 kA (10/350 µs) per pole and 100 kA (10/350 µs) neutral to protective earth. The surge
protection devices shall be enclosed in polycarbonate enclosure of IP 65 rating. (For Main LT panel) 1 Nos.

Supply,Installation,testing and comissioning of Class C/Type II Single Phase Surge Protection


Devices as per IEC 62305-4 and tested according to IEC 61643 – 11, DIN Rail mountable with
Maximum Continuous Operating Voltage of 320 V and Voltage Protection Level of 1.3 kV (L-N).
Response Time should be less than 25 ns per pole and less than 100 ns between neutral to
4.2 163j
protective earth. The maximum impulse discharge surge current should be 40 kA (8/20 µs) per
pole and 60 kA (8/20 µs) neutral to protective earth. The surge protection devices shall be
enclosed in polycarbonate enclosure of IP 65 rating. (For Sub Distribution Box & Each floor 1 SPD
is required) 1 Nos.

TOTAL
C) SECTION-III -DG SET WORKS
SUB HEAD - I - DG-Sets
DG SETS
1 NS164 Providing, Installing, Testing and Commissioning of Diesel Generating set along with Prime Power
Rating of 1500 KVA 415 volts at 1500 RPM, 0.8 lagging power factor at 415 V suitable for 50 HZ, 3
phase system & for 0.8Load factor and consisting of the followings:

Contractor 480 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
a) Diesel Engine
Diesel engine 4 stroke with HE, cooled with Remote radiator, electric start, of suitable BHP at 1500
RPM suitable for above output of alternator at 1500 RPM suitable for above output of alternator
at 40 Degree C, 50% RH & at 1000 Meter MSL and conforming to BS 5514, BS 649, IS 10000,
capable of taking 10% over loading for one hour after 12 hours of continuous operation. The
engine will be fitted complete with all the required accessories

b) Engine mounted Instrument Panel fitted with and having digital display for following:
(i) Start-Stop switch with push button
(ii) Water temperature indication
(iii) Lubrication Oil pressure indication
(iv) Battery charging indication
(v) RPM indication
(vi) Over speed indication
(vii) Engine Hours indication
(viii) Digital electronic governor/digital voltage regulator
(ix) Battery monitoring system & weak battery warning
(x) Digital metering for current, voltage, PF, KWH, KVA
(xi) Alternator protection for under/over voltage, under/over frequency, reverses power, over current.

c) Alternator:
Synchronous alternator rated at 1500 KVA, 415 volts at 1500 RPM, 3 phase 50 HZ, AC supply with
0.8 lagging power factor at 40 Degree C, 50% RH & at 1000 Meter MSL. The alternator shall be
having SPDP enclosure, brushless, continuous duty self excited and self-regulated through AVR
conforming to IS: 4722/BS 2613 suitable for tropical condition and ambient temperature at 40
Degree C and as per manufacturer's standard specifications with class-H insulation.

(d) Auto Start/Auto synchronization should be through controller type PCC 3.3 / DSE7320 or approved
equipment.
Contractor 481 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)

(e) Base Frame & Foundation:


Both the engine and alternator shall be mounted on suitable base frame made of MS channel with
necessary PCC block of 1:1.5:3 ratio of cement concrete of depth of 300 mm with suitable
reinforcement which shall be installed on existing hard concrete floor and vibration isolation
arrangement as per recommendation of manufacturer.

(f) Exhaust System:


Dry exhaust manifold of suitable dia, welded blank MS B Class pipe confirming to IS: 3589 cut to
required lengths (max. 2 mtrs) and installed with necessary bends, supports and clamps, anti-
vibration mountings, insulation of exhaust system with 50mm thick mineral wool/Rockwool, wire
mesh and aluminium cladding 0.8 mm thick etc.as required as per specifications with Residential
typeexhaust silencer.

(g) Starting System:


24V DC Starting system comprising of starter motors: Voltage regulator and arrangement for initial
excitation complete with suitable nos. of batteries (25 Plates, 180 Amp. Hour capacity
maintenance free) as required as per specifications.

(h) Fuel Tank:


Daily service fuel tank of 990 liters capacity fabricated out of 2-3 mm thick MS sheet complete with
all standard accessories and fuel piping between fuel tank and diesel engine with MS Class C pipe
of suitable dia complete with valves, level indication, flow switch with potential free contacts for
giving signal to existing BMS system and accessories as required as per specifications.
D.G Set 1500 KVA Described as above 2 Set
1.1 NS164.1 MDO ACB'S With INDOOR HOUSING
2500 Amps each four pole horizontal EDO type EF air circuit breaker of fault breaking capacity 50
kA (Ics = Icu = Icw upto 433V), having indoor type Housing (IP-43) & fitted with interlocked door,
automatic safety shutters and frame earthing contact, conforming to IS-13947-2 1993 as amended
Contractor 482 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
up-to-date complete with following accessories as required.(near t/f).
a) Independent electrical/manual spring closing mechanism - 1 No.
b) Microprocessor based numerical relay(EMI & EMC certified) for over current, earth fault & short
circuit protection - 1 set.
c) Dual core calibrated digital Multifunctional meter of class 1.0 to record demand (KVA), energy
(KWH & KVAH), power factor, current (in each phase and the neutral), voltage (between phases
and between each phase and neutral),and 3 Nos. dual core CT of 2500 /5 A Class 1.0 accuracy and
30 VA burden.
d) Shunt trip coil 220V A.C.
e) Following indicating lamps and push buttons for each ACB with back up 2A SP MCB.
i) 3 No. Phase indicating Lamps.
ii) Indicating Lamps for the following;
a) Red for MCCB ON.
b) Orange for Auto Trip.
c) Push buttons for the followings,
d) Green for ACB ON
e) Red for ACB OFF.
f) Yellow for trip alarm cancellation. 2 Set

2 NS165 Providing, Installing, Testing and Commissioning of 'Silent Type' Diesel Generating set having
Prime Power Continuous Rated 500 KVA' 415 volts at 1500 RPM, 0.8 lagging power factor at 433 V
suitable for 50 HZ, 3 phase system & consisting of the followings:

a) Diesel Engine
Diesel engine 4 stroke with HE, cooled with Remote radiator, electric start, of suitable BHP at 1500
RPM suitable for above output of alternator at 1500 RPM suitable for above output of alternator
at 40 Degree C, 50%RH & at 1000 Meter MSL and conforming to BS 5514, BS 649, IS 10000,
capable of taking 10% over loading for one hour after 12 hours of continuous operation. The

Contractor 483 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
engine will be fitted complete with all the required accessories

b) Engine mounted Instrument Panel fitted with and having the for following:
(I) Start-Stop switch with key
(II) Battery charging indication
(III) RPM indication
(IV) Over speed indication
(V) Low lub. Oil trip indication
(VI) Engine Hours indication
(VII) Controller Type 3.3 / DSE7320 or Equivalent

c) Alternator:
Alternator shall be self excited, self regulated, self ventilated in brushless design rated at 550 KVA,
415 volts at 1500 RPM, 3 phase 50 HZ, AC supply with 0.8 lagging power factor at 40 Degree C,
50% RH& at 1000 Meter MSL. The alternator shall be suitably derated to give continuous output of
750KVA at 40 degree C. The alternator shall be having SPDP enclosure, brushless, continuous duty,
self-regulated through AVR conforming to BS: 2613 or BS: 5000 and with class F or better
insulation.

(d) Base Frame & Foundation:


Both the engine (Built in Diesel Tank 990 ltr). and alternator shall be mounted on suitable base
frame made of MS channel with necessary reinforcement which shall be installed on suitable
cement concrete foundation and vibration isolation arrangement as per recommendation of
manufacturer.

(e) Fuel Piping:


Fuel piping between fuel tank and diesel engine with MS class 'C' pipes of suitable dia. Complete
with valves, level indication & accessories as required as per specifications.

Contractor 484 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)

(f) Exhaust System:


Dry exhaust manifold of suitable dia, welded black MS B Class pipe confirming to IS:3589 cut to
required lengths max. 2 meters and installed with necessary bends, supports and clamps, anti-
vibration mountings, insulation of exhaust system with mineral wool/Rockwool 50mm thick, wire
mesh stainless steel exhaust flexible below and aluminium cladding etc. as required as per
specifications with residential type exhaust silencer and catalytic convertor.

(g) Starting System:


24V DC Starting system comprising of starter motors: Voltage regulator and arrangement for initial
excitation complete with suitable nos. of batteries (25 Plates, 160 Amp. Hour capacity lead acid
type) as required as per specification.

(h) 1 No. of 1250 Amp. Rating, EDO type, spring charged 4 pole ACB draw out type, complete with
metering, indications and relays/releases as required.

(h) NS165.1 Acoustic and weather proof enclosure with arangement for fresh air intake for cooling of the 2 Set
engine & alternator, extraction, discharging hot air in to the atmosphere as per specifications.

3 NS166 Supplying & Fixing of following dia M.S. Pipe with all accessories for DG Exhaust as per relevant
IS:3589 including LRV rock wool insulation having 100 kg per m3 density 75 mm thick for 450/350
mm , chicken wire mesh and cladding with 24 gauge aluminium sheet, for exhaust of smoke of
D.G. Sets including fixing the M.S. cladded pipes on the existing structure (including fixing of
silencers, flexible bellows to be supplied by the owner as part of standard D.G. Supply) on the wall/
ceiling including cutting, welding primer coating and painting cost of suitable sizes of angle iron /
MS channels supports along with a wall etc. complete as required
3.1 NS166.1 400 mm dia x 5.2 mm nominal thick 210 mtr
3.2 NS166.2 200 mm dia x 4.85 mm nominal thick 210 mtr

Contractor 485 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
4 NS167 Chimney support (This is only for free standing structure above the terrace)
NS167.1 Providing, designing, welding, fixing & painting (two coats of primer & two coats of synthetic 1 Ton
enamel paint of approved shade) with suitable sizes of angle iron / MS channels supports along
with a wall / water piping support and free standing structure on roof of terrace along with
lightening arrester / aviation light for DG fume pipes as per CPCB approved norms & complete as
required. (support details shall be got approved before execution).
5 NS168 Supply, installation, testing and commissioning of HSD service tank (rectangular) MS (IS:226) 3mm 1 Job
thick sheet construction with capacity of 990 ltrs complete with inlet, outlet, overflow, drain, vent
with flame arrestor and all standard accessories, structural support etc. complete as required.
(Buffer Tank)
6 NS169 Supplying & Fixing of following dia M.S. Pipe (B Class)as per relevant IS specifications for HSD lines
including all fittings, fixed on the wall/ ceiling including cutting, welding, primer coating and
painting, cost of supports etc. complete as required
6.1 NS169.1 25 mm nominal dia. 100 mtr
6.2 NS169.2 32 mm nominal dia. 40 mtr
7 NS 170 Supplying & Fixing of following dia Brass Ball Valve as per relevant IS specifications for HSD lines
including fittings, painting, cost of supports etc. complete as required
7.1 NS170.1 25 mm 2 nos.
7.2 NS170.2 32 mm 2 nos.
TOTAL
SUB HEAD - II - Coil Cooler and Accessories (1500 KVA)
1 NS171 Coil Cooler
NS171.1 supply installation, testing and commissioning of air-cooled coil cooler of suitable capacity for 2 Nos
1500KVA DG set complete with necessary frame work, suitable for GI casings, seemless copper
tubes coil bundle, coil headers, main headers, flanges, fan section with tubes, motor, drain
sockets, air purge valves, isolation valves, junction box, top channels as per specification as
required.
2 NS172 PUMPS

Contractor 486 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
Supply, erection, testing and commissioning of vertical inline split casing pump set of suitable
capacity and head for 1500 KVA DG set & air cooled coil cooler at height of approx. 40 mtr each
comprising of the following and complete as per specifications as required.
a) Vertical inline split casing type pump set with bronze impeller, SS shaft with mechanical seal.
b) Suitable HP (Miniumu 15 HP), TEFC squirrel cage induction motor with class 'F' insulation, 1500
rpm synchronous speed, operating on 415 Volts ± 10%, 3 phase, 50 Hz AC supply
c) 2 nos- 150mm dia dial type pressure gauges, temperature guages, angle valve.
e) NS172.1 Lot- RCC/cement concrete foundation for the pump unit 4 Nos
3 NS173 Valves, Piping
Supply, installation, testing and commissioning of MS 'C' class piping with bends, reducers tees,
supports, clamps, vibration isolators etc. As per approved drawings and specifications of following
pipe sizes.
3.1 NS173.1 125mm dia- MS pipe 360 Mtr
3.2 NS174 BUTTERFLY VALVE (MANUAL) with C I body SS disc nitrile sheet & O - ring & PN 16 pressure rating
as specified.
3.2.1 NS174.1 Butterfly valve- 125 mm 16 Nos
3.3 NS175 Strainer - 125 mm 4 Nos
3.4 NS176 Ball valve - 25 mm 8 Nos
3.5 NS177 NON - RETURN VALVE with dual plate of C I body SS plates vulcanized NBR seal flanged end & PN
16 pressure rating as specified.
3.5.1 NS177.1 Non-return valve - 125 mm 8 Nos
TOTAL
SUB HEAD - III - Coil Cooler and Accessories (500 KVA)
1 NS178 COIL COOLER
NS178.1 supply installation, testing and commissioning of air-cooled coil cooler of suitable capacity for 2 No.
500KVA DG set complete with necessary frame work, suitable for GI casings, seemless copper
tubes coil bundle, coil headers, main headers, flanges, fan section with tubes, motor, drain
sockets, air purge valves, isolation valves, junction box, top channels as per specification as
required.
Contractor 487 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
2 NS179 PUMPS
Supply, erection, testing and commissioning of vertical inline split casing pump set of suitable
capacity and head for 500 KVA DG set & air cooled coil cooler at height of approx. 40 mtr each
comprising of the following and complete as per specifications as required.
a) Vertical inline split casing type pump set with bronze impeller, SS shaft with mechanical seal.
b) Suitable HP (Miniumu 10 HP), TEFC squirrel cage induction motor with class 'F' insulation, 1500
rpm synchronous speed, operating on 415 Volts +- 10%, 3 phase, 50 Hz AC supply
c) 2 nos- 150mm dia dial type pressure gauges, temperature guages, angle valve.
e) NS179.1 Lot- RCC/cement concrete foundation for the pump unit 4 Nos
3 NS180 Valves, Piping
Supply, installation, testing and commissioning of MS 'C' class piping with bends, reducers tees,
supports, clamps, vibration isolators etc. As per approved drawings and specifications of following
pipe sizes.
3.1 NS180.1 125/100mm dia- MS pipe 360 Mtr
3.2 NS181 BUTTERFLY VALVE (MANUAL) with C I body SS disc nitrile sheet & O - ring & PN 16 pressure rating
as specified.
3.2.1 NS181.1 Butterfly valve- 100 mm 16 Nos
3.3 NS182 Strainer - 100 mm 4 Nos
3.4 NS183 Ball valve - 25 mm 6 Nos
3.5 NS184 NON - RETURN VALVE with dual plate of C I body SS plates vulcanized NBR seal flanged end & PN
16 pressure rating as specified.
3.5.1 NS184.1 Non-return valve - 100 mm 8 Nos
TOTAL
SUB HEAD - IV - ACOUSTIC OF D.G. SETS ROOM
1 NS185 Supplying, fixing acoustic lining on wall and ceiling of AHU rooms with 50mm thick, density 32 650 Sq.mtr
kg/cu.m resin bonded glass fiber insulation friction fixed in 610mm x 610 mm frame work made of .
25 X 50 X50 X 50 X 25 mm made out of 0.6mm thick GI sheet U shaped channel and covered with
reinforced fiber glass tissue and finished with 0.80 mm perforated aluminium sheet etc. complete
as required and as per specifications.

Contractor 488 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
TOTAL
SUB HEAD - V - ELECTRICAL WORK
1 NS186 D.G. Aux. Panel
Supplying, installation, testing & commissioning of cubical type floor mounted panel having
minimum depth of 1.50 Mtr. and suitable front face area suitable for 415V, 3 Phase, 4Wire 50 Hz
AC supply system fabricated in compartmentalized design from CRCA sheet steel of 2mm thick for
frame work and covers, 3mm thick for gland plates i/c cleaning & surface treatment with 7 tank
process before powder coating in approved shade, having 500 Amp capacity extensible type TPN
Aluminium Alloy bus bars with suitable rating Neutral of high conductivity, DMC/ SMC bus bar
supports, with short circuit withstand capacity of 35 MV A for I Sec.,
Incoming:
630 A 230 series ATS with controller having AMF features with 630 Amps Four Pole, 35
KA(ICU=ICS), MCCB with thermal & magnetic releases. With 3 Nos. R,Y,B Indication Lamps with 2A
back up SP MCB with ON indication. MCCB shall be provided with spreader link and direct rotary
handle.
Outgoing
63Amp TP,25 kA MCCB - 20 Nos.( 8 Nos. Fan 15 K.W fan + 8 Nos. Remote radiator pump 15 k.w + 4
spare)
63Amp TPN,10 kA MCB - 8 Nos.( 4 spare)
Fully automatic Star Delta starter suitable for operating 15.0 kw motors/fan capacity, complete
with contactors, Timer, overload protection relay, current sensing type single phase preventer, ON
indications, push buttons, auto / manual / off selector switch, other accessories. complete as
required. - 16 set.
SN186.1 Panel described as above 1 Set

Contractor 489 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
2 NS187 Supplying, installing by suspension on ceiling, testing and commissioning of following capacity
Sandwich Type Bus Trunking for use on 3 phase 4 wire 415 volts, 50Hz A.C. supply with metal clad
enclosure made of 1.6mm thick steel sheet duly powder coated in convenient sections complete
with 4 Nos aluminium bus bars, necessary joints, elbow joints & expansion joints and bends, fire
barrier at each floor, provision of tapping at every metre, adopter box and copper flexible for
joints, continuous earthing with 2 Nos aluminium strip of suitable size (one on each side) including,
G.I. clamping brackets, suspenders, angle iron bracket, steel fasteners, connecting to earthing
system etc. as required

2.1 NS187.1 800 amps 50KA SC for 1 sec (500 KVA DG) 80 Mtr
2.2 NS187.2 2500 amps 50KA SC for 1 sec (1500KVA DG) 80 Mtr
3 NS188 Supplying, laying and fixing of the following sizes amoured aluminium conductor XLPE power cable
of 1.1 KV grade confirming to IS 7098(Part I) amended upto date of following sizes on existing,
cable tray as required.
3.1 NS188.1 3C x 16 Sq.mm 3520 Mtr
4 NS189 Supplying and making end termination with brass compression gland and aluminium lugs for
following size of PVC insulated and PVC sheathed / XLPE aluminium conductor cable of 1.1 KV
grade as required.
4.1 NS189.1 3 X 16 sq. mm (25mm) 64 Set
7 NS190 Providing and fixing 50 mm X 6 mm G.I. strip in 80 mm dia G.I. pipe from earth electrode including
connection with G.I. nut, bolt, spring, washer excavation and re-filling etc. as required. 50 Mtr.
8 NS191 Providing and fixing 50 mm X 6 mm copper strip in 80 mm dia G.I. pipe from earth electrode
including connection with brass nut, bolt, spring, washer excavation and re-filling etc. as required. 80 Mtr.
9 NS192 Providing and fixing 50 mm X 6 mm G.I. strip on surface or in recess for connections etc. as
required. 180 Mtr.
10 NS193 Providing and fixing 50 mm X 6 mm Copper. strip on surface or in recess for connections etc. as
required. 320 Mtr.
11 NS194 Providing and fixing 6 SWG dia G.I. wire on surface or in recess for loop earthing along with 100 Mtr.
Contractor 490 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
existing surface/ recessed conduit/ submain wiring/ cable as required.
12 NS195 Supplying and installing following size of perforated pre-painted M.S. cable trays with perforation
not more than 17.5%, in convenient sections, joined with connectors, suspended from the ceiling
with M.S. suspenders including bolts & nuts, painting suspenders etc as required.
12.1 NS195.1 150 mm width X 50 mm depth X 1.6 mm thickness 130 Mtr.
12.2 NS195.2 300 mm width X 62.5 mm depth X 2.0 mm thickness
60 Mtr.
13 NS196 Supplying and installing following size of perforated pre-painted M.S. cable trays Tee's with
perforation not more than 17.5%, joined with connectors, suspended from the ceiling with M.S.
suspenders including bolts & nuts, painting suspenders etc as required.
13.1 NS196.1 150 mm width X 50 mm depth X 1.6 mm thickness 4 Each
13.2 NS196.2 300 mm width X 62.5 mm depth X 2.0 mm thickness 4 Each

14 NS197 Supplying and installing following size of perforated pre-painted M.S. cable trays bends with
perforation not more than 17.5%,, joined with connectors, suspended from the ceiling with M.S.
suspenders including bolts & nuts, painting suspenders etc as required.
14.1 NS197.1 150 mm width X 50 mm depth X 1.6 mm thickness 2 Each
14.2 NS197.2 300 mm width X 62.5 mm depth X 2.0 mm thickness 2 Each

TOTAL
D) SECTION-IV - CCTV WORKS
SUBHEAD-I: CCTV SYSTEM
Supplying, installation, testing and commissioning of 2 megapixels resolution Network Dome
Camera for true HD quality images,2.8 – 12 mm varifocal lens,True Day/Night (TDN) functionality
for true color image ,Motion Detection 4 Zones, Multi- Level Sensitivity Privacy Zones 4
1 NS198 Zones,Snapshoot Support JPEG format Password Protection Support Character Display
Support(Channel /Date) ONVIF Yes,IR Illumination20-30M IR illuminators for clear images in low
light conditions Wide Dynamic Range 3D noise reduction for sharper images and lower bandwidth
use in low light ONVIF compliant complete in all respect Each 77

Contractor 491 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
Supply, installation, testing and commissioning of 2 megapixels resolution Network Bullet camera
camera,Imager 1/2.8”SONY 2.43 mega low illumination CMOS,Video Compression.
.H.264/MJPEG,Day/Night .Mechanical ICR,Minimum Illumination-0Lux/F1.4(IR ON) IR Illumination-
40-50M,,Electronic Shutter-Auto/Manual(1/25~1/10000) Lens 2.8 – 12 mm varifocal
lens,Resolution Main-stream:D1/Q1080P(960*540)/HD720P/ HD1080P 1-25/30fps,Digital Noise
2 NS199
Reduction-3D,Wide Dynamic Range-Digital WDR Motion Detection -4 Zones, Multi- Level
Sensitivity,Privacy Zones-4 Zones,Snapshoot-Support JPEG format,Password Protection-
Support,Character Display-Support(Channel /Date).Regulatory Emissions-FCC Part 15 CE:
EN55022,Immunity -CE: EN50130-4,IP Rating- IP66 rated enclosure to protect against dust and
water damage ONVIF compliant . Each 16
Supplying of 1/2.8’’ Progressive Scan CMOS PTZ Dome Camera with laser IR,Compression-
H.264/MJPEG/MPEG4,Focal Length - 4.3-129mm, Optical zoom 30x and digital zoom 16x,Max.
Image Resolution-1920×1080,Frame Rate 50Hz: 25fps(1920×1080) 360° endless pan range and -2°-
90° tilt range,240°/s Pan Preset Speed and 200°/s Tilt Preset Speed,0.1°-160°/s Manual Pan Speed
and 1°-120°/s Manual Tilt Speed,256 presets programmable; preset image freezing capability ,8
3 NS200
patrols, up to 32 presets per patrol 4 patterns, with the recording time not less than 10 minutes
per pattern,SD/SDHC card local storage Support up to 8 NAS storage; Edge recording (transmit the
videos from SD card to the NAS after network resumed) High performance Laser IR LED covering
up to 500m (IR) distance 3D intelligent positioning function,3D DNR,Protection Level-IP66
standard,TVS 6,000V lightning protection, surge protection and voltage transient protection. Each 7

Contractor 492 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
Supplying of 4U Rack mount single chassis Network Video Recorder with dual Gb NIC, 1 DVI-I +
HDMI
+ 1 Display Port, max 2 simultaneous monitors, RS-232/485 serial port, DVD, Server Operating
System- Windows 10,Ubuntu Linux 16.04, Gen 4 Intel Core i7, Local Client Display Rate
(FPS)Windows – 700 FPS (HD)Linux – 900 FPS (HD),High Performance, High Reliability IP
Recorder. — Continuously records 400Mbps (Windows) & 800 Mbps (Linux)of video while
hosting a local client, multiple remote clients and the web server on a single server,RAM-8 GB, 16
4 NS201
GB (Optional)solid-state operating system drive,USB-6 x USB 2.0, 2 x USB 3.0 high air flow
cooling and hardware monitoring features ensure maximum uptime. keyboard and mouse,
Professional Grade client and server software pre-installed and software updates. Access live and
recorded video on multiple client PCs with free Windows, Mac or Linux client application. web
server application is pre-installed on the server to access video through a web browser or free
Mobile iPhone / iPad and Android apps. Maximum Storage Capacity 240TB RAID6 & Maximum
Hard Drive 20 Slot(Up to 12TB) Support Up to 128 IP Camera. Make-Tyco/Mobotix/Pelco Each 1
5 NS202 Supply, installation, testing and commissioning of Enterprise Class 6TB HDD. Each 22
Supply, installation, testing and commissioning of Video Management System (VMS) software
shall be used to view live and recorded video from capture cards and IP devices connected to local
and wide area networks. The VMS software shall have a client/server-based architecture that can
be configured as a standalone VMS system with the client software running on the server
hardware and/or the client running on any network-connected TCP/IP workstation. Multiple client
workstations shall be capable of simultaneously viewing live and/or recorded video from one or
6 NS203
more servers. Multiple servers shall also be able to simultaneously provide live and/or recorded
video to one or more workstations. The VMS server software shall also have the ability to be
installed on an IP edge device—such as an IP camera or encoder that allows for 3rd party
applications—allowing the device to serve as both a server and IP video recording device.The VMS
shall not charge for the number of concurrent clients (min. 50 thick clients and 16 mobile clients to
be provided along with VMS). Each 100
Supply, installation, testing & commissioning of Client Workstation having Intel Core i5 orginal
7 NS204 motherboard, 16 GB RAM, Video graphics card 2 GB Licensed Windows 8 Professional (64 bit) and
1 TB Hard Disk with Web camera,Printer and finger print scanner. Each 2

Contractor 493 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
Supplying, Installation,Testing & Commissioning of 55 " LED Full HD TV Resolution 1920 x 1080
,Contrast Ratio (Typical) 5000:1,Built-in Speaker (10W + 10W), Magic Clone (to USB), Auto Source
Switching & Recovery, Lamp Error Detection, Super Clear Coating, Temperature Sensor, Plug and
8 NS205
Play (DDC2B), Pivot Display, Clock Battery, PIP/PBP, Video Wall (10x10), Image Rotation, Button
Lock, HDCP Support, Smart Scheduling, Smart F/W update, Built-In MagicInfo Premium-Swith
Mounting Brackets as per Technical Specification complete in all respect. Each 2
TOTAL
E) SECTION-V - EPABX SYSTEM
SUBHEAD-I: EPABX SYSTEM

Supplying Installation, Testing and Commissioning of Server Based EPABX Fully Computerized IP
System, SIP Compliant. Multi slot 19: U Rack Mountable 2U Rack Expandable upto 700 Ports
Presently Configuration as Below complete in all respect. Dual Forwarding facility should be
available for Digital Phones.
CO Line 16 Nos.
1 NS206 PRI(30 Channel) 01 Nos.
IP Extension 08 Nos
Digital Extension Circuits 32 Nos.
SIP VOIP Trunk 32 Nos.
Analog Extension 150 Nos Lot 1.00
Supply Installation, Testing and Commissioning of 4 Level IVR software with 6 different languages
2 NS207
and 4 time schedule with Supply Installation, Testing and Commissioning of PC(As per OEM). Lot 1.00
Supply Installation Testing and Commissioning of Digital Phone (24Key+ 60-line DSS Console)
Backlit keypad Hands-free, full duplex ,Headset support Easy to use soft keys/LCD
3 NS208
prompts,Directory dialling,Navigation wheel,Call history,Backlit LCD screen,Bluetooth support
(BCAZ),Security lock key XML open interface . Each 1.00
Supply Installation Testing and Commissioning of 24Key Digital Phone Backlit keypad Hands-free,
full duplex ,Headset support Easy to use soft keys/LCD prompts,Directory dialling,Navigation
4 NS209
wheel,Call history,Backlit LCD screen,Bluetooth support (BCAZ),Security lock key XML open
interface . Each 2.00
Contractor 494 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
Supply Installation Testing and Commissioning of Digital Phone 12 key display Backlit keypad
Hands-free working Easy to use soft keys / LCD prompts on display model Directory dial key 1000
5 NS210
system, 1000 group, 10 personal, 600 phone bookConference key Wall mountable Message
waiting indicator Each 8
Supply Installation Testing and Commissioning of Digital Phone 6 key display Backlit keypad Hands-
free working Easy to use soft keys / LCD prompts on display model Directory dial key 1000 system,
6 NS211
1000 group, 10 personal, 600 phone bookConference key Wall mountable Message waiting
indicator Each 8
7 NS212 Supply Installation, Testing and Commissioning of Analog CLI Phone with handsfree. Each 75
TOTAL
F) SECTION-VI -FIRE ALARM SYSTEM
SUBHEAD - I - FIRE ALARM

1. NS213 Supply, Installation, Testing & Commissioning of Microprocessor based intelligent, addressable,
modular networkable, below loop capacity for detector and devices (each loop shall have
minimum 125 detectors and 125 devices), fire alarm control panel with minimum 6" approx.
graphic touch screen display / LCD display / 150 Character with for displaying alarm, Diagnostic
functions for total current consumption, Day/Night operation function, Remote maintenance
service feature etc. The panel shall capable to operate on 240 volts AC power supply, automatic
battery charger, 24 volts, sealed lead acid maintenance free batteries sufficient for 24 hours
normal working and then be capable of operating the system for 30 minutes during emergency
condition as per detailed specifications complete as required.
The fire alarm control panel will be fully compatible with third party BMS system including any
hardware / software required for achieving this work with Modbus / bacnet interface.
1.1 NS213.1 20 Loop Set 1

2. NS214 Supply, Installation, Testing and Commissioning of the GUI (Graphic User Interface) based main
network Fire Detection, Digital PAVA (Public Address Voice Announcement) and 2 way
communication common software must be capable of graphically representing each facility being
No 1
Contractor 495 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
monitored with floor plans and icons depicting the actual locations of the various systems; and / or
sensors’ locations. The GUI software shall be located in control room in one of the Floors and shall
monitor all the Floor Fire Detection, Digital PAVA and 2 way communication panel connected with
each other through fibre optics. . (UL 9th Edition Approved and NFPA compliant) complete as
required.

3. NS215 Supply, Installation, Testing and Commissioning of Networked Fire Fighters 19 inch Touch screen
Graphical Display Mimic Panel at main entry to inform & guide Fire Fighters for carrying out Fire
fighting operations. (UL 9th Edition Approved and NFPA compliant) complete in all respect as
required and as per specifications. No 1

4. NS216 Supply, Installation, Testing & Commissioning of Network Repeater Panel with minimum 150-
characters; The LCD shall Display all events / detectors, devices status of complete systems in the
network as required. No. 1

5. NS216 Supply, installation, testing and commissioning of Operator work station complete with necessary
compatible operating and fire alarm system control software, complete as specified including
following accessories.
a. Operator work station with PC having Intel i7 including Serial ports (RS232) and USB ports and
following accessories etc. complete with software all as specified.
b. 6/8 Gigabytes of RAM memory
c. 1 TB of hard disk space
d. DVD ROM
e. 21” TFT colour monitor
f. Mouse with Mouse Pad
g. Standard Key Board
h. Latest Windows Operating System
i. Compatible Fire Alarm System Control Software
j. Laser Printer A-4 size- 1 No Job 1
Contractor 496 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)

6. NS217 Supply, Installation, Testing & Commissioning of Intelligent addressable micro-processor based
multi sensor optical smoke cum Heat detectors with base UL listed completeetc. as per
specification as required. Nos 2363.9
7. NS218 Supply, Installation, Testing & Commissioning of addressable type Air sampling type/duct smoke
detectors complete i/c accessories complete as per specifications as required. (UL Listed) Each 20
8. NS219 Supply, Installation, Testing & Commissioning of Analog addressable Photoelectric Laser type
detector / very ealry warning detector with mounting based LED, Address Switch / electronic
programming to programme the detectors, complete as required. (UL 9th Edition Approved and
NFPA T6/318 compliant) Nos. 5
9. NS220 Supply, installing, testing and commissioning of addressable beam detector settings with
addressable relay to programme the detectors complete as per specification. (It shall be UL/FM
listed). Nos. 8
10. NS221 Supply, Installation, Testing & Commissioning of fault isolator for isolating shorted, dewired and
loose circuit between to successive fault isolator with automatic resetting arrangement including
base etc. as per specification as required. (UL Listed) Nos 120
11. NS222 Supplying, assembling, erection, testing & commissioning of Response Indicator which consists of
steady glowing LED. This LED shall be mounted within a M.S. box and connected in parallel to the
built in indicator of the detector as per specifications. The RI shall come "ON" as soon as the
detector activates complete in all respects as per specification. (UL listed) Nos. 120

12. NS223 Supply, Installation, Testing & Commissioning of addressable Control Module for trip of AHU, Fire
Damper, for multitone hooter, pressurization fans etc. with inbuilt Address Switch complete as
required. (UL listed) Nos 200
13. NS224 Supply, Installation, Testing & Commissioning of addressable Monitor Module with inbuilt
Address Switch for sprinkler flow switch etc. complete as required.(UL listed) Nos 30
14. NS225 Supply, Installation, Testing & Commissioning of Intelligent addressable Manual Call Point / Pull
station break glass type with alarm LED as detailed complete as required. (UL listed) Nos 54
15. NS226 Supply, Installation , Testing & Commissioning of Sounders with 80-90 dB level to direct Occupants
for fast & safe Evacuation as specified in NFPA 72 - 2007 edition. (UL Listed) Nos 54

Contractor 497 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
Total

SUBHEAD - II - CONDUITS AND CABLES

1 NS227 Supplying & drawng of LPCB certified HPSR Insulated Fire Survival Cable, armoured Copper
Conductor as per BS7629, HPSR Insulated overall shielded, Halogen Free Sheathed. Fire Test as per
BS6387 CWZ, BSEN 50200 complete as required.
1.1 NS227.1 2 x 1.5 sq.mm Mtrs. 18300
1.2 NS227.2 4 x 1.5 sq.mm Mtrs. 700
1.3 NS227.3 6 x 1.5 sq.mm Mtrs. 500

2 NS228 Supplying and fixing of following sizes of steel conduit along with accessories in surface/recess
including painting in case of surface conduit, or cutting the wall and making good the same in case
of recessed conduit as required.
2.1 NS228.1 20 mm Mtrs. 100
2.2 NS228.2 25 mm Mtrs. 23000

3 NS229 Providing and fixing MS flexible conduit 20 mm dia. (NS) in the false ceiling complete as required. Mtrs. 1250

4 NS230 Providing and fixing 25 mm size (NS) al. channel on surface complete as required. Mtrs. 300

Total
G) SECTION-VII -LAN SYSTEM
SUBHEAD-I : DATA & TELEPHONE NETWORK
Supplying & Fixing of Non- PCB based Information Outlet (I/O) RJ45, Tolless Termination TIA-568C
Category-6, Termination of Catergory-6 UTP Cable, UL listed ,Shall conform to Category-6 as per
1 NS231 the EIA/TIA-568C.2,Shall support network line speeds up to 1 Gbps, Shall have RJ-45 type
connector with bend limiting and strain relief boot for securing IDC contacts from external forces Nos 350
Contractor 498 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
and for maintaining the bend radius of the cable, Shall have minimum duraility of 950 or Above
mating cycles and 200 termination cycles. Certified by independent labs like ETL/GHMT/3P for
compliance to EIA/TIA-568C.2 complete in all respect.

Supplying & Fixing of Single Faceplate Shall be Single port (RJ45) square plate, dimension as per
commercially available modular office furniture.Shall have spring shuttered front access for
2 NS232
preventing ingress of dust,Shall be supplied with Gang Box of the same size by System Integrator
complete in all respect. Nos 40
Supplying & Fixing of Single Faceplate Shall be Duplex Port (RJ45) square plate, dimension as per
commercially available modular office furniture.Shall have spring shuttered front access for
3 NS233
preventing ingress of dust,Shall be supplied with Gang Box of the same size by System Integrator
complete in all respect. Nos 155
Supplying & Fixing of UTP Jack Panel, loaded with 24 nos UTP ports for Non-PCB based IO Jacks
(RJ45, TIA-568C Category-6, Shall have integrated bonding bar or other mechanism for grounding,
Shall be loaded with individually replaceable 24 nos. Category-6 certification by Jacks complying
4 NS234 with TIA-568.C.2 , Shall be having a 6 port module construction for better cable dressing at the
rear, the jacks shall have RJ-45 type connector with bend limiting and strain relief boot for securing
IDC contacts from external forces and for maintaining the bend radius of the cable complete in all
respect. Nos 22
Supplying of 4-pair Unshielded twisted pair with a cross filler (+), meeting Category 6 standards as
5 NS235 per TIA-568C.2, The cable should be tested till 250 MHz , Shall be Fire-Retardant, Low-Smoke &
Zero-Halogen as per IEC 60332-1, IEC 61034-2 & IEC 60754-1 respectively. Mtrs 15750
Supplying & Fixing of Category 6, UTP patch cords shall be constructed of 24-27 AWG unshielded
twisted pair stranded copper cable with an enhanced performance modular plug at each end.
Patch cord cable shall be offered in multiple colored UTP cable for design flexibility with a clear
6 NS236
strain relief boot on each modular plug. All patch cords shall be compatible with both T568A and
T568B wiring schemes. UTP Cable will be 1.0 mtr. complete in all respect. Jacket - LSZH Make-
Siemon/Panduit/Legrand Nos 350

Contractor 499 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
Supplying & Fixing of Category 6 UTP patch cords shall be constructed of 24-27 AWG unshielded
twisted pair stranded copper cable with an enhanced performance modular plug at each end.
7 NS237 Patch cord cable shall be offered in multiple colored UTP cable for design flexibility with a clear
strain relief boot on each modular plug. All patch cords shall be compatible with both T568A and
T568B wiring schemes. Blue UTP Cable, 2 Meter complete in all respect. Jacket -LSZH Nos 230
Supplying & Fixing of Fiber Optic LC style fully loaded Patch Panel (FOPP), 19" Rack Mount ,Shall
8 NS238 have all accessories including coupler plates pre loaded with 12 Nos of LC couplers (OM3) with all
accessories complete in all respect. Pigtails Should Complie to ITU-G657.B-Bend insestive fiber. Nos 12
Supplying & Fixing of Fiber Optic LC style fully loaded Patch Panel (FOPP), 19" Rack Mount ,Shall
9 NS239 have all accessories including coupler plates pre loaded with 24 Nos of LC couplers (OM3) with all
accessories complete in all respect. Pigtails Should Complie to ITU-G657.B-Bend insestive fiber. Nos 6
Supplying & Fixing of Fiber Optic Patch Cable (LC-LC), 3 Mtrs. Long, ISO/IEC-11801-OM3 50μ
Duplex, LSZH,All patch cords shall conform to EIA/TIA-568C.3 and ISO/IEC-11801,Shall be Duplex
10 NS240
Multi Mode Fiber Optic Patch Cords OM3 50μ,Shall support network line speeds up to 10
Gbps.Shall have LC-LC Connector connectors at the ends complete in all respect. Nos 24
Supply & Fixing of OM3 50/125μ Type Pigtails of ISO/IEC-11801-OM3 Pigtails with LC Type
11 NS241
Connectors,pigtails for terminating fibers on the FOPP complete in all respect. Nos 144
Supplying, Installation, Testing & Commissioning of 50μ, 6-core Multi mode OM3 metallic
armored Fiber cable as per ISO/IEC-11801, Shall be able to meet Gigabit & 10 Gigabit Ethernet
performance up to 300 meters requirement specified by IEEE 802.3z (1000 Base-X) & IEEE 802.3ae
12 NS242 (10G Base-X) Tensile load should be 4000 Newton or higher and crush resistance should be 4000
Newton or higher ,The attenuation @ 850 nm should be ≤ 2.7 (Max) db/Km and @ 1300 nm should
be ≤ 0.7 (Max) dB/Km, the fiber construction can be unitube or multitube, but tensile and crush
resistance parameters should be matched, the jacket shall be FRLSZH complete in all respect. RM 750
Supplying, of 50 Pair anealed tinned copper conductor PVC insulated and sheathed armoured
13 NS243 copper telephone cables with suitable clamps, saddles and including making terminal joints
complete as required. RM 750
14 NS244 Supplying, Installation, Testing & Commissioning of of 50 Port telephone Jack Panel Approved. Nos 4
Supplying Installation testing and Commissioning of 12 port 10/100/1000BASE-T POE ports and
15 NS245
four GbE/10GbE SFP/SFP+ uplink ports, layer 3 from day1 having static & RIP ,stackable upto 10 Nos 9

Contractor 500 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
switches, should support external redundant power supply, certified , each switch should be
provided with stacking port/cable complete in all respect
Supplying Installation testing and Commissioning of 24 port 10/100/1000BASE-T ports and four
GbE/10GbE SFP/SFP+ uplink ports, layer 3 from day1 having static & RIP ,stackable upto 10
16 NS246
switches, should support external redundant power supply, certified , each switch should be
provided with stacking port/cable complete in all respect Nos 15
Supplying Installation testing and Commissioning of SFP+ 10 Gigabit Ethernet Direct Attach Copper
17 NS247
(twinax copper cable) 1m in length complete in all respect. Nos 24
Supplying Installation testing and Commissioning of Small Form Factor Pluggable 1 Gigabit
18 NS248 Ethernet (SFP+) SR Optics Nos 24
Supplying Installation testing and Commissioning of 32 Port Fiber Switch 10/100/1000BASE-T
ports, with up to 4X 10GbE uplinks and 2X 40GbE uplinks, Switch should support stacking
19 NS249 bandwidth of minimum 160gbps, Modular operating system, 32 1 Gig SFP port with additional 4
no. of 10g SFP+PORT, redundant power supply, layer3 switch, each switch should be provided with
stacking port/cable complete in all respect. Nos 2
Supplying Installation testing and Commissioning of SFP 1000Base-T 10/100/1000 Copper
20 NS250
Transceiver Module for up to 100m transmission on Cat6 complete in all respect. Nos 2
Supplying & Fixing of Floor Standing Network/Server Rack - 42U / 800w / 800d, with Heavy Duty
Extruded Aluminium Frame for rigidity. Top cover with FHU provision. Top & Bottom cover with
cable entry gland plates. Two pairs of 19” mounting angles with ‘U’ marking. Depth support
channels - 3 pairs. With a Overall Weight Carrying Capicity of 500Kgs. Side Panels - 42U/800d
21 NS251 Front MS Door Perforated honeycomb 42U/800w Rear MS Door Split Perforated honeycomb
42U/800wFan 90CFM 230V AC, 4” dia Castors with Brake (set of 4) Vertical Cable manager
80mmW 42U Shelf, Stationery 700mm N/W PDU 12Sockets 5/15Amps with MCB Mounting
Hardware (Pkt. Of 20) earthing Kit 150mmH Cable manager 1U MS with Loops complete in all
respect. Nos 2

Contractor 501 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
Supplying & Fixing of Floor Standing Network Rack - 22U / 600w / 800d, with Heavy Duty Extruded
Aluminium Frame for rigidity. Top cover with FHU provision. Top & Bottom cover with cable entry
gland plates. Two pairs of 19” mounting angles with ‘U’ marking. Depth support channels - 3 pairs.
With a Overall Weight Carrying Capicity of 500Kgs. Side Panels - 22U/800d Front MS Door
22 NS252
perforated honeycomb 22U/600w Rear MS Door (Fully Perforated - Mesh) 22U/600w Fan 90CFM
230V AC, 4” dia Castors with Brake (set of 4) Cable manager 1U MS with Loops Shelf, Stationery
475mm N/W PDU 7Sockets 5Amps with MCB Mounting Hardware (Pkt. Of 20) Vertical Cable
Channel 50mmW 22U complete in all respect. Nos 10
Total
H) SECTION-VIII -PA AND ACCESS CONTROL SYSTEM WORK
SUBHEAD-I: PA SYSTEM

1 NS253 Supply Installation Testing and Commissioning of 6W Recessed Ceining speakers with following
features:-Speaker Drive 6", Complete Aluminium grille and Metal baffle, line matching transformer
100/70V line. Variable wattage tappings of 6 / 3 / 1.5, Effective frequency range 110-15kHz
(BS6840), SPL@1m/1W=91dB, Peak SPL 97dB complete with necessary mounting hardware &
accesories. (Tapping at 6W) Nos 520
2 NS254 Supply Installation Testing and Commissioning of 15W Re-entrant paging Horn speakers with
following features:- IP66, Inustrial application, ABS Enclosure, Built-in 100 / 70 V LMT, Variable
wattage tappings of 15/7.5/3.75 Watt, SPL 1W/1m = 103dB, SPL@Full power = 115dB Nos 38
3 NS255 Supply Installation Testing and Commissioning of 10W Wall Mount Speaker with Frequency
Response 150Hz - 15kHz, with Line Matching transformer 100V. Variable tapping 10W/5W,
SPL@1M/1W - 90dB, Peak SPL 98dB. Material ABS. (Tapping at 10W) Nos 13
4 NS256 Supply Installation Testing and Commissioning of Audio decoder shall be IP based and It should be
use to transmit the signal over internet to loudspeaker zones. the controller shall have all zone mic
input to connect emergency microphone for control room. The Decoder shall have following
features: Sampling rate - 8K~48kHz, Frequency response 20 Hz - 16kHz, THD <0.1 %, S/N ratio -
>85dB, Zone indicators over voice alarm, priority input and Network audio input, Power
Consumption < 40W. Nos 6

Contractor 502 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
5 NS257 Supply Installation Testing and Commissioning of IP Based Remote paging microphone with full
duplex network audio system with built in one way and two way communication. The Paging
microphone can be install anywhere over LAN and it shall allow several paging modes include Zone
Paging, group paging, all zone paging, two way intercom, conferencing system , discussion. The
Microphone shall have built in LCD display for program status, and its IP based address. The
Microphone shall have built in 2W speaker with good sound clearance to ensure the
communication is good and clear, It should have inbuilt Echo cancellation and avoid data delay.
The Microphone shall have following features: Sampling rate - 8 kHz ~48kHz, THD<0.1%, S/N Ratio
>85dB. Nos 2
6 NS258 Supply Installation Testing and Commissioning of IP Network Audio System software with built in
System Set up, System Monitor, Media Player, Program Timer, System Memory function and many
more functions. The Software shall be capable to broadcast MP3 files, Schedule and matrix
function to designated Zones. Flexible multiple zone definitions, Built in Weekly timer, Analog to
digital encoding, Graphic Map display for Visual simple monitoring and Operation. The System
shall be full duplex system and it can be able to use for Network paging system and and intercom
two systems. The System shall be able to TCP/IP communication protocol built in decoder to
transfer analog signal to digital signal. The Server shall have built in weekly timer to program over
music or sound files to automatically broadcast to designated zones at pre set time. Built in System
display to survelliance each unit working status, Priority selection, Licenses code registration,
Password protection to change the configuration and user log in, Customized mapped connection
diagram shall also be available. Nos 1
7 NS259 Supply Installation Testing and Commissioning of 500W RMS SIngle Channel Class-D Digital Power
Amplifier with Switch power technology for power electricity saving, Amplifier shall have Following
Features: 500W RMS per Channel, Amplifier Output 100V, Supply input AC 220 +/- 10% - 50/60Hz,
Short Circuit, Power, Tempreature, Overload Protection, Auto Cooling Fans. THD <0.1%, Frequency
Response 20Hz - 20kHz, AC & DC Fuse, SNR >80dB. Nos 6
8 NS260 Supply Installation Testing and Commissioning of Professional CD/DVD player with USB flash port
& 19" Rack mount arrangement RM 1
9 NS261 SITC of 19-inch Equipment Rack with standardized frame or enclosure for mounting multiple PA
controllers, CD player, FM sources, Amplifiers etc modules. Size 18U Nos 1

Contractor 503 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
10 NS262 Supplying and fixing of following sizes of steel/MS conduit along with the accessories in
surface/recess including painting in case of surface conduit or cutting the Wall and making good
the same in case of recessed conduit as required. 20 MM Dia RM 9800
11 NS263 2 x 1.5 SQ mm Speaker cable Suitable for Music and Audio Signal RM 10000

Total
SUBHEAD-II: ACCESS CONTROL SYSTEM

1 NS264 Supply, Installation, testing and commissioning of Surface mounted Networkable multiprocessor
controlled 4 reader controller capable of controlling multiple readers (IN/OUT) alongwith TCP/IP
connectivity complete as per specifications. Control panel housed in MS Powder Coated Cabinet
with Tamper Switch, Complete with power supply unit for Controllers & Magnetic Locks . Each 5.0
2 NS265 Supply, installation, testing and commissioning of Access Control System Server Software. .Should
be capable of integrating with following as a part of this Tender , and / Or in Future as per the
directive of the Consultant / Client :Time attendance,Basic Visitor management , Vehicle
Management Systems,Asset tracking system, Canteen management system, IP Modbus
integration with BMS,Cardholder records – 2,000 expandable up to 250,000 as per user
requirement.Escort Functionality for any specified Zone / Reader Set / Access controller defined to
the directives of the client/ consultant.Client workstations - 32 minimum. Access Control System
Support prepetual Licenses and Should support 2 PC for Licenses. The System Should Support
Offline registration. Each 1
3 NS266 Supply Installation testing and Commissioning of Biometric Attendance Device fingerprint
technology inside 1:10,000 user identification in 1 second,Anti-fraud features,Fake finger
detection, duress finger, timed anti-pass back,Tough design,CPU: ARM® Cortex™-A9 core
1GHz.Linux Operating System, 1:N mode: 10,000 user (*3 templates each, including 1 duress),1:1
mode: 250,000 user IDs,1 Million transaction logs.Inputs/outputs: Wiegand In & Out,as per
technical specification. Approved Make-Tyco/Morpho/HID Each 18
4 NS267 Supplying,installation, testing & commissioning of Double Leaf EM lock with holding force of
750lbs with LED feedback Each 18
5 NS268 Supply , Installation ,testing and commissioning of Metalic Exit push button Each 18

Contractor 504 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
6 NS269 Supply, Installation ,testing and commissioning of PVC Cable 2x1.5 sq mm Multistranded Copper
Conductor power Cable Acceptable Meter 1,000
7 NS270 Supply supply, Installation ,testing and commissioning of PVC Cable 8Cx1sqmm Multistand
shielded. Acceptable Meter 1,000

Total
I) SECTION-IX -BMS WORK
SUBHEAD-1: BMS SYSTEM
1.00 NS271 Software and Operator Workstation
Supply, installation, testing and commissioning of core i7-4790k or Xeon E5-1650 v3 processor,
Memory of 32 GB, Hard disk size (2x 800 GB Professional/Enterprise SSD with SATA or SAS), Giga
1.1 NS271.1
speed Network card with 2 GB Graphic card of Resolution 2.560 x 1600 with Onboard Intel 4600
HD Windows 8.1, 64 bit Edition or Windows Server 2008 R2 and original anti virus software. No. 1
1.2 NS271.2 32 Inch HD Color LED Monitor. No. 1
1.3 NS271.3 Laser jet Printer (A4 size, Colour) No. 1
Supply, installation, testing and commissioning of Layer 2/3 unmanaged switch with 16 or 24 ports
(RJ-45) port. The switch shall have 2 RSTP enabled ports to communicate with other switches to
built a ring topology network on CAT6 A cable. The switch shall have 1 GB port to communicate
with other switches including Passive components inbuilt 2 SFP ports including SFP modules, rack
1.4 NS271.4
mountable, SMPS power supply & other termination accessories (Like Pigtails/LIUs/
Convertors/Splicing equipment ,Patch panel, Patch Cord, Etc) complete as per specifications and as
required for BMS DDC Panel Networking. The switch to switch distance shall not exceed beyond 80
meters.
a 24 Port No. 12

2.00 NS272 BUILDING MANAGEMENT SYSTEM WEB-BASED SERVER SOFTWARE


Supply, Installation, Testing & Commissioning of software for Building Management Software with
2.1 NS272.1 features like 3D vector dynamic graphics with Autocad import of plan with Zoom In & Zoom Out
facility, Graphic Builder, Plant Viewer, Trend Viewer, Object Viewer, Report Viewer, Alarm router, Set 1
Contractor 505 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
Log Viewer. The Web-Based Server software shall permit use of Standard Web-Browsers such as
Microsoft Internet Explorer, Netscape Navigator, etc. The software shall be capable of integartion
third-party systems and should supports latest IP technology (IP V4/V6). The Management Stations
shall match the BACnet Profile B-AWS (Advanced workstation) as per the BTL Listing. The Web
based software shall include 1 Client License for remote viewing. The same includes the necessary
dongles as required for each of the workstation. Sms/Email feature for accessing critical alarms on
mobile phone & Mobile App and Web Service sessions. The Vendor shall include cost of GSM
Module in the quoted price. Number of IO points shall be considered as per the IO summary
considering 15% spares.
Supply, Installation, Testing & Commissioning of High-quality CAPACTIVE touch 7.0'' panels for
technical on-site operation of plants as well as room operation. The Touch Panel shall have
2.2 NS272.2 integrated web server and a BACnet/ IP web interface to connect a HTML5 browser to a device on
the network. Generic operation and monitoring of plant functions (alarms, schedulers, calendars,
set point changes, display of actual values, etc.) Set 1
3 NS273 PROGRAMMABLE & APPLICATION SPECIFIC CONTROLLER (DDC) - UL LISTED/BTL certified.
Supply, Installation, Testing & Commissioning of True IP Based Standalone 32 Bit Intelligent, BTL
Listed & UL certified interoperable DDC as per the specification. Each DDC Controller shall have
inbuilt IP port & shall directly connect to the Network switches. The DDC shall be Programmable
and Application specific with Real Time clock.The Controller shall have minimum 18 onboard
points and can be expandable upto max of 52 points. The DDC must support trending at Controller
level. All trend data must be created and saved to the automation station to achieve gap-free
trend documentation during communication failure. The Operating Voltage shall be AC 24 V, RAM
of 128 MByte SDRAM (DDR3) and 512 MByte NAND Flash. The A/D Resolution (analog in) shall be
14 Bit & D/A Resolution (analog out) shall be 12 Bit. No Supervisory Controller/Router shall be
acceptable for IP conversion.
The above shall be housed in IP 55 vandal proof, lockable & secure MS Cabinets to be supplied
along with all necessary switchgear protections as required. Number of controllers shall have spare
capacity of 15% for future expansion.
A HVAC & Ventilation system
3.1 NS273.1 DDC for Chilled Plant Manager includes Chiller, Primary, Secondary, Condensor, Hot Water Set 1

Contractor 506 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
Generator, Cooling Tower
3.2 NS273.2 DDC for Air Handling Units (Max 1 AHU per DDC) Set 26
3.3 NS273.3 DDC for Air Handling Units (Max 2 AHU per DDC) Set 30
3.4 NS273.4 DDC for FCU Units (Max 3 FCU per DDC) Set 10
3.5 NS273.5 DDC for TFA & HRW Units (Max 1 per DDC) Set 6
3.6 NS273.6 DDC for Smoke Extraxtion Fans (Max 4 Fan per DDC) Set 15
3.7 NS273.7 DDC for Staircase Pressurization Fans (Max 4 Fan per DDC) Set 4
3.8 NS273.8 DDC for Basement Ventilation System (Max 2 Fan per DDC) Set 8
B Electrical System
3.9 NS273.9 DDC for DG system Set 1
3.10 NS273.10 DDC for HT/LT/Transformer Set 1
3.11 NS273.11 DDC for Lifts (Max 2 Lifts per DDC) Set 3
C Plumbing System
3.12 NS273.12 Water Supply Pumps Set 1
3.13 NS273.13 Sump Pumps Set 1
3.14 NS273.14 UG & OH Tanks Set 1
3.15 NS273.15 Fire Fighting System Set 1
4 NS274 SYSTEM INTEGRATION UNITS for 3rd party integartions - UL listed Controllers & BTL label
Supply, Installation, Testing & Commissioning of True IP Based System Integration unit consisting
of microprocessor based controller units BTL & UL Listed for third party integration. The same
should support operations/ monitoring via portable operator terminal. .The controller shall be
Native BACnet type with communication via BACnet/LonTalk, Integration platforms and system
controllers for third-party devices and systems via KNX, Modbus, M-Bus and other protocols into
the automation level via BACnet. The same shall Support operation via local or network-
compatible operator units. It should store trend logs and event buffer for a typical duration of up
to 30 Days. All the Integrators shall be seperate.
Note: No 3rd party make integartor shall be accepted.
4.1 NS274.1 Chillers Integartion on Modbus or BacnetIP Protocol Set 1
Contractor 507 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
4.2 NS274.2 VFD Integration of Sec. Pumps, Hot Water Pumps, Cooling Tower on Modbus Protocol Set 1
4.3 NS274.3 AHUs VFD Integartion on Modbus RTU with RS 485 Communication Port Set 1
4.4 NS274.4 Integartion of Combined PM1, PM2.5, PM10, VOC on Modbus or Bacnet/IP Sensor Set 1
4.5 NS274.5 Basement Fans VFD Integartion on Modbus RTU with RS 485 Communication Port Set 1
4.6 NS274.6 DG to be on Modbus RTU with RS 485 Communication Port Set 1
4.7 NS274.7 Energy Meters to be on Modbus RTU with RS 485 Communication Port - 10 Points per Meter Set 1
4.8 NS274.8 UPS System Integartion on Modbus RTU with RS 485 Communication Port Set 1
4.9 NS274.9 FAS System Integartion on Bacnet/IP Protocol Set 1
4.10 NS274.10 Plumbing System PLC Integartion on Modbus Set 1
5 NS275 Field instruments

Supplying, installing, testing and commissioning of the following sensors / transducers /


transmitters.
Supply, Installation, Testing & Commissioning of Immersion temperature sensor 100 mm Pt1000
5.1 NS275.1
with Brass Thermowell. No. 12
Supply, Installation, Testing & Commissioning of Outside air temperature + humidity sensors for
5.2 NS275.2
measuring outside air temperature. It should be provided with sun sheild and rain protection. No. 1
Supply, Installation, Testing & Commissioning of In line Type Electromagnetic Water Flow Meter -
5.3 NS275.3
Dia Size 350 mm No. 1
5.4 NS275.4 Supply, Installation, Testing & Commissioning of Differential Pressure Switch Water No. 14
5.5 NS275.5 Supply, Installation, Testing & Commissioning of Water Flow Switch No. 1
Supply, Installation, Testing & Commissioning of Water Differential pressure sensor for liquids
5.6 NS275.6
(0…10 V) No. 4
5.7 NS275.7 Supply, Installation, Testing & Commissioning of PH Analyser No. 1
5.8 NS275.8 Supply, Installation, Testing & Commissioning of TDS Analyser No. 1
5.9 NS275.9 Supply, Installation, Testing & Commissioning of Current Relay No. 60
Supply, Installation, Testing & Commissioning of Differential pressure switch for Blower Status (Pa
5.10 NS275.10
Range 50…300 Pa) No. 76
5.11 NS275.11 Supply, Installation, Testing & Commissioning of Differential pressure switch Filter Status (Pa No. 81
Contractor 508 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
Range 50...500 Pa)
5.12 NS275.12 Supply, Installation, Testing & Commissioning of Duct type temperature sensor No. 55
5.13 NS275.13 Supply, Installation, Testing & Commissioning of Duct Static Pressure Sensor No. 26
Supply, Installation, Testing & Commissioning of Carbon dioxide Sensor for Basement. (Range 0 to
5.14 NS275.14
300 ppm) No. 3
Supply, Installation, Testing & Commissioning of Carbon Monoxide Sensor for Basement. (Range 0
5.15 NS275.15
to 300 ppm) No. 29
5.16 NS275.16 Supply, Installation, Testing & Commissioning of Flameproof Level Transmitter No. 4
5.17 NS275.17 Supply, Installation, Testing & Commissioning of Voltage Transducer No. 4
5.18 NS275.18 Supply, Installation, Testing & Commissioning of Bi Level Switch No. 15
Supply, Installation, Testing & Commissioning of Combined PM1, PM2.5, PM10, VOC, CO2 with 3.5
5.19 NS275.19
inch Touch Screen display. No. 26
5.20 NS275.20 Supply, Installation, Testing & Commissioning of FCU Thermostat with Modbus Compatibilty No. 29
5.21 NS275.21 Supply, Installation, Testing & Commissioning of Water Pressure Sensor No. 2
6 MS276 Cabling and Conduiting
Supplying, laying, termination, testing and commissioning of signal cables. (2 core x 1.5 Sq.mm),
6.1 NS276.1
PVC insulated, Shielded tinned copper conductor cable. Rmt 15000
Supplying, laying, termination, testing and commissioning of 3 Core 1.5 Sqmm, unarmoured ATC
6.2 NS276.2
conductor multistranded, FRLS cable for Powering DDC , Actuators. Rmt 5000
Supplying, laying, termination, testing & commissioning of CAT 6A unarmoured Cables with
6.3 NS276.3
required accessories like RJ45 connector etc. Rmt 5000
Supplying and fixing of following sizes of steel conduit along with accessories in surface/recess
6.4 NS276.4 including painting in case of surface conduit, or cutting the wall and making good the same
in case of recessed conduit as required
6.4.1 NS276.5 25 mm Rmt 15000
6.5 NS276.6 Supply, Installation, Testing & Commissioning of GI Flexible Rmt 5000
Supplying, installing, testing and commissioning of 2 mm thick GI perforated cable trays of the
6.6 NS276.7
following sizes complete with angle iron supports/hanging arrangement etc
6.6.1 NS276.8 100 x 50 Rmt 50

Contractor 509 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
6.6.2 NS276.9 200 x 50 Rmt 50
TOTAL

J) SECTION-X -UPS WORK


SUB HEAD - I - UPS
1 NS277 UPS for back up Supply
Supply, Installation, Testing and Commissioning of 3 Phase input and 3 phase output, 4 x 60 KVA
UPS (Parellel redundant) at 0.99 power factor True Online Double Conversion DSP PWM with IGBT
technology having IGBT based rectifier and IGBT based inverter. The UPS should also give
minimum 92.5% efficiency at 25% load. The UPS shall have computer communication possibilities
consisting of standard software, double conversion system suitable for providing power supply to
computers/servers sports lighting, corridor lighting delivery atleast 30 minutes backup, suitable for
incoming 415 volts, 3phase +10% -15%, 50Hz supply and three phase output voltage, including,
rectifier/dual converter, bypass switch, inverter, filter. Bypass & static transfer switch for
automatic switch over, providing static bypass module, high switching frequency microprocessor
based with built-in technical protections like short circuits, over load, high / low voltage cut off
protection of load from source inclusive of bypass facility without giving any break of power,
maintenance bypass switch. and as per attached specification.
Microprocessor/ software controlled annunciation, protection (including against input phase
reversal), and menu run diagnostic module, associated cabling, connections, termination, erection
including associated foundation/ masonry or RCC work for mounting on base channels etc.
complete as required and connectioin and inter connection between battery bank and UPS etc as
per specifications.
4x60KVA UPS in parellel redundant mode as per above specification as required. set 1
2 NS278 Battery Bank as per above specification (4x60KVA)
a. Providing,testing and comissioning of Sealed maintenance free VRLA Battery Banks and BCB
consisting of 1 set of 12V (... Ah, ….. Nos.) Cells SMF Type, suitable for providing 30 mins battery
NS278.1 backup for individual UPS.
b. NS278.2 Matching racks to house SMF batteries for 4x60KVA UPS system for minimum 30 minutes backup

Contractor 510 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
along with inteconnecting links, BCB etc as required
30 minutes battery back-up as per above specification for (4x60KVA) Set 1
3 NS279 UPS Panel
Supplying, installation, testing & commissioning of cubical type wall mounted motor control L T
panel suitable for 415V, 3 Phase, 4Wire 50 Hz AC supply system fabricated in compartmentalized
design from CRCA sheet steel of 2mm thick for frame work and covers, 3 mm thick for gland plates
i/c cleaning & finishing complete with 7 tank process for powder coating in approved shade,
having Suitable capacity extensible type FP Aluminium Alloy bus bars of high conductivity, DMC/
SMC bus bar supports, with short circuit withstand capacity of 31 MV A for I Sec. with 2 Nos. earth
stud, solid connections from main bus bar to switch gears with required size of Al. bus bars and
control wiring with 1.5 sq.mm. PVC insulated FRLS copper conductor Single Core cable, cable
alleys, cable gland plates in two half, i/c additional NO/NC contacts in all outgoing starters for
automatic operation through BMS and providing & fixing following switch gears:-

3.1 NS279.1 UPS INPUT PANEL


Incomer
1 Nos. 630A 230 Series ATS with controller having AMF features with 630 Amps Four Pole, 35 KA
MCCB (Icu=Ics) with micro processor based releases with 3 Nos. R,Y,B Indication Lamps with 2A
back up SP MCB with ON,Trip indication.MCCB shall be provided with spreader link and direct
rotary handle.
Interlocking
Both the incomer should have electrical and mechanical interlocking system
Busbar:
FP CU. bus bars of minimum of 700A 35 kA capacity with heat shrinkable coloured sleeves and i/c
DMC/SMC bus bars supports at required intervals complete for cross section, size supports & their
spacing etc.
Outgoings
5 No. 125A 4P MCCB having breaking capacity 35 KA (Ics=Icu) with thermal magnetic releaase with
o/c,s/c protection release all indication,front operating handle & door interlock.

Contractor 511 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
panel described as above Set 1

3.2 NS279.2 UPS OUTPUT PANEL


I) Incomer
4 No. 125A 4P MCCB having breaking capacity 35 KA (Ics=Icu) with thermal magnetic releaase with
o/c,s/c protection release all indication,front operating handle & door interlock.
Digital Multifuctional meter of class 0.5 or better accuracy to record demand (KVA), energy (KWH),
Total power factor, current (in each phase and the neutral), volatge (between phases and between
each phase and neutral), Total haramonic distoration (THD) as a percentage of total current,
comprises of suitable communication port for connection to IBMS.
II) Busbar:
2 Sections of FP copper bus bars of minimum of 600A 35 kA capacity with heat shrinkable coloured
sleeves and i/c DMC/SMC bus bars supports at required intervals complete for cross section, size
supports & their spacing etc.
III) Bus Coupler
1 Nos. - 250 Amps Four Pole, 35 KA (ICU=ICS), MCCB with adjustable thermal and adjustable
magnetic release, direct rotary handle. (necessary interlocking to be done with the incomers)
IV) Outgoings
Supplying and fixing following outgoing MCCB/MCB including connection, inter-connection etc.
with suitable size of wires complete as required. (Each MCB/ MCCB to be provided with ON
indiation with 2A backup SP MCB)
250 Amp TPN MCCB '36 KA' - 2 Nos.
200 Amp TPN MCCB '25 KA' - 2 Nos.
63 Amp TPN MCB '10 KA' - 8 Nos.
63 Amp DP MCB '10 KA' - 8 Nos.
Panel described as above Set 1
TOTAL
SUB HEAD - II - (CABLES, CABLE TRAY )

Contractor 512 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
CABLES & CABLE TRAY
1 Laying and fixing of one number PVC insulated and PVC sheathed/ XLPE power cable of 1.1 KV
NS280 grade of following size on cable tray as required.
1.1 NS280.1 Above 95 sq. mm and upto 185 sq. mm (clamped with 25/40x3mm MS flat clamp) Mtr 530
2 Supply of following sizes of PVC sheathed LT XLPE/PVC armoured, Copper 1.1KV grade, as required
NS281 of the following sizes.
2.1 NS281.1 1 X 50 Sq. mm CU. armoured XLPE insulated PVC Sheathed Mtr 530
3 Supplying and making end termination with brass compression gland and lugs for following size of
XLPE insulated and PVC sheathed Unarmoured. Cooper conductor cable of 1.1 KV grade as
NS282 required.
3.1 NS282.1 1 x 50 Sq.mm. Nos 64
4 Supplying and installing following size of perforated pre-painted M.S. cable trays with perforation
not more than 17.5%, in convenient sections, joined with connectors, suspended from the ceiling
NS283 with M.S. suspenders including bolts & nuts, painting suspenders etc as required..
4.1 NS283.1 150 mm width X 50 mm depth X 1.6 mm thickness Mtr. 30
4.2 NS283.2 300 mm width X 62.5 mm depth X 2.0 mm thickness Mtr. 20
4.3 NS283.3 450 mm width X 62.5 mm depth X 2.0 mm thickness Mtr. 10
5 Supplying and installing following size of perforated pre-painted M.S. cable trays Tee's with
perforation not more than 17.5%, joined with connectors, suspended from the ceiling with M.S.
NS284 suspenders including bolts & nuts, painting suspenders etc as required.
5.1 NS284.1 150 mm width X 50 mm depth X 1.6 mm thickness Each 1
5.2 NS284.2 300 mm width X 62.5 mm depth X 2.0 mm thickness Each 1
5.3 NS284.3 450 mm width X 62.5 mm depth X 2.0 mm thickness Each 1
6 Supplying and installing following size of perforated pre-painted M.S. cable trays bends with
perforation not more than 17.5%,, joined with connectors, suspended from the ceiling with M.S.
NS285 suspenders including bolts & nuts, painting suspenders etc as required.
6.1 NS285.1 150 mm width X 50 mm depth X 1.6 mm thickness Each 1
6.2 NS285.2 300 mm width X 62.5 mm depth X 2.0 mm thickness Each 1
6.3 NS285.3 450 mm width X 62.5 mm depth X 2.0 mm thickness Each 1
Contractor 513 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
TOTAL
SUB HEAD - III - EARTHING
5 Supplying and laying 25 mm X 5 mm copper strip at 0.50 metre below ground as strip earth
electrode, including connection/ terminating with nut, bolt, spring, washer etc. as required.
(Jointing shall be done by overlapping and with 2 sets of brass nut bolt & spring washer spaced at
NS286 50mm) Mtr. 80
8 Providing and fixing 6 SWG dia G.I. wire on surface or in recess for loop earthing along with
NS286 existing surface/ recessed conduit/ submain wiring/ cable as required. Mtrs. 200
TOTAL
SUB HEAD - IV - MISCELLANEOUS
SUB STATION EQUIPMENT
1 Providing and fixing M.V. danger notice plate of 200 mm X 150 mm, made of mild steel, at least 2
mm thick, and vitreous enameled white on both sides, and with inscription in single red colour on
NS287 front side as required. Nos. 4
TOTAL
K) SECTION-XI -AUDITORIUM WORK

B STAGE LIGHTING FOR THE AUDITORIUM


1 NS288 Supply, installation, testing and commissioning of LED PAR Light with 54 x 3W high quality LED’s,
100-120V and 200-240V AC, 50/60Hz (200W@220V), RGBW colour mixting; linearly adjustable
colour temperature, 0-100% linearly adjustable dimmer, Strobe 0~20 F.P.S, DMX mode, display
setting status, operation mode can be transmitted by synchronous control. Each 16
Ist Lighting BAR
2 NS289 Supply, installation, testing and commissioning of 1000W Halogen Fresnel light consisting of Each 4
1000W Halogen Bipin T-11 lamp, 150mm dia imported fresenel lens, Imported socket, bottom
sliding knob, yoke, colour frame & suitable clamp.
3 NS290 Supply, installation, testing and commissioning of 575/750W Profile Light with 575/750W Halogen
Lamp, G 9.5 Socket, and Manufacturer rated lamp life is 250 Hours, IP 20 Casting aluminium
housing, in conformity with the CE Standard and ROHS directive. Each 4

Contractor 514 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
4 NS291 SITC of 1000W Planoconvex Spot Light complete with 1000W Halogen Bipin T-11 lamp, G-38 base
socket, spherical anodised reflector, 200 mm dia Planoconvex lens, rear sliding knob, yoke, colour
frame & suitable clamp. Each 3
2nd Lighting BAR
5 NS292 Supply, installation, testing and commissioning of 1000 W Halogen light with mash & barndoor
consisting of 2nos. single contact compressible holders, yoke, 1000W halogen tube & suitable
clamp. Each 2
6 NS293 Supply, installation, testing and commissioning of 575/750W Profile Light with 575/750W Halogen
Lamp, G 9.5 Socket, and Manufacturer rated lamp life is 250 Hours, IP 20 Casting aluminium
housing, in conformity with the CE Standard and ROHS directive. Each 4

7 NS294 Supply, installation, testing and commissioning of 1000W Halogen Fresnel light consisting of
1000W Halogen Bipin T-11 lamp, 150mm dia imported fresenel lens, Imported socket, bottom
sliding knob, yoke, colour frame & suitable clamp. Each 3
8 NS296 SITC of 1000W Planoconvex Spot Light complete with 1000W Halogen Bipin T-11 lamp, G-38 base
socket, spherical anodised reflector, 200 mm dia Planoconvex lens, rear sliding knob, yoke, colour
frame & suitable clamp. Each 3
3rd Lighting BAR
9 NS297 Supply, installation, testing and commissioning of 575/750W Profile Light with 575/750W Halogen
Lamp, G 9.5 Socket, and Manufacturer rated lamp life is 250 Hours, IP 20 Casting aluminium
housing, in conformity with the CE Standard and ROHS directive. Each 3
10 NS298 Supply, installation, testing and commissioning of 1000W Halogen Fresnel light consisting of
1000W Halogen Bipin T-11 lamp, 150mm dia imported fresenel lens, Imported socket, bottom
sliding knob, yoke, colour frame & suitable clamp. Each 3
11 NS299 SITC of 1000W Planoconvex Spot Light complete with 1000W Halogen Bipin T-11 lamp, G-38 base
socket, spherical anodised reflector, 200 mm dia Planoconvex lens, rear sliding knob, yoke, colour
frame & suitable clamp. Each 3
Cyclorama Lighting BAR

Contractor 515 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
12 NS300 Supply, installation, testing and commissioning of 9 LED Matrix Moving Head: 9 pcs., 10W RGBW
moving head LED light with RGBW infinite Color Mixing, multiple built in programs; 0-100% Linear
Dimming System having nd strobe and 20 DMX channels; operating at 110-240V/ 50-60Hz; power
150W. Each 12
Side Light Ladder
13 NS301 Supply, installation, testing and commissioning of LED PAR Light with 54 x 3W high quality LED’s,
100-120V and 200-240V AC, 50/60Hz (200W@220V), RGBW colour mixting; linearly adjustable
colour temperature, 0-100% linearly adjustable dimmer, Strobe 0~20 F.P.S, DMX mode, display
setting status, operation mode can be transmitted by synchronous control. Each 12
SPECIAL EFFECT LIGHT
14 NS302 Supply, installation, testing and commissioning of MOVING HEAD SHARPY 17R: Moving Head
Sharpy Beam 17R Light with Lamp YODN 280WR10, Color Temperature 8500K, electronic ballast;
14 color + blank colour wheel; 17 fixed gobos + blank gobo; rotation 16 face prism, bilateral
rotation; high precision optical lens; adjustable wash effects angle; 0-100% linear adjustment;
parallel beam angle 0 - 3.8 degree; double lens strobe; standard DMX 512, Automatic and master /
slave mode operatio/50-60Hz. Each 4

15 NS303 Supply, installation, testing and commissioning of 6 Channel DMX Splitter for ensure maximum
safety and DMX Signal distribution . The DMX splitter provided on DMX input and Six Buffered
output. The conections are thru 3 pin or 5 pin XLR Connectors. Each 2
16 NS304 Supply, installation, testing and commissioning of Electronic dimmer with Patch Panel; wall mount
type 12ch x 4kw Auto sensing of supply voltage (140-260VAC) Automatic supply frequecy tacking
40-60HZ, Liner dimming High quality RF noise supperssion,Radio frequency curve,Neon'Load
present'indicators interference suppression to better than BS-800 guidelines,12 channels-99.5%
duty circle,Singl,Dual or three operation,phase monitoring Neon,Control signal monitring LEDs.0-
10 Volt control input by one 8-pin Din socket,Soft start function at power up, lamp pre-heat level
selector for longer lamp life, individual channel test controls,individual channel blown fuse
indicators,Individual channel status blown fuse indicators,Individual channel status indicators. Each 2

17 NS305 Providing/ fixing STAGE1024 *Controller *1024DMX Channel;, 2x512 Channel *Control 96 Each 1

Contractor 516 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
Intellegent Lights With Upto 40 Channel Each; consisting of sub masters, separate pages manual
controls with 2 sub masters, 1 master fader , blinker switches, effects control, DMX output and
soft patch to 512 DMX channels, LCD menus , HTP control, Provision for Controlling intelligent
lights etc.
18 NS306 Supply, installation, testing and commissioning Inter connection wiring for Dimmer to Control
Room with required connectors. job 1
19 NS307 Supply, installation, testing and commissioning Light Point Wiring from Patch Panel to be provided
near stage to various stage light fixtures with 1.5 Sq.mm 3 Core PVC Insulated and PVC Sheathed
Cable including Cable Tray of suitable size for laying these wires on the tray including 20 amps
connectors at top. Each 40
20 NS308 Supply, installation, testing and commissioning DMX Point Wiring Each 40
TOTAL for STAGE LIGHTING

B STAGE LIGHTING & STAGE FURNISHINGS


custom
1 NS309 Supplying, Installation, Testing & Commissioning of Stage light bars in respective position duly
fixed with MS angles and fastners. Bar of GI PIPE, 50mm B class (make:jindal Hisar/ Hindustan).
Duly supported from ceiling with MS angles and connectors as per the Bar position to be
provided.Lights with clamps will be hung on the bars and wiring will be done in the sockets,
complete etc. as required. 4 nos.

Total cost of stage furnishing

C Sound Re-enforcement Sytsem - Audio


NS310 Supply, installation, testing and commissioning of Front Line Array Powered Loudspeaker
System (L, C & R): 1750 Watts Peak;875 Watts Continuous; 12" two-way powered line
array;Frequency Range 57 Hz - 20 kHz(-10 dB);Frequency Response 75 Hz - 20 Hz
1
(+/-3db);Maximum Peak Output 136 dB SPL at 1m; Coverage Pattern 100 x 15 nominal; LF Driver
12 inch 750 Watts;HF Driver 1.5 in 125Watts;Signal Processings DSP based, resident in Input
Module;Annular Ring Diaphragm HF drivers;arrays of up to five units 9 Nos.
Contractor 517 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
2 NS311 Supply, installation, testing and commissioning of Array Frame for suspending Line Array speakers 3 nos.
NS312 Supply, installation, testing and commissioning of Subwoofer: 18" woofer;1500 Watts Peak;Class
D;Frequency Range 31 Hz – 220 Hz;Frequency Response 34 Hz – 220 Hz;Maximum Peak Output
3
126 dB SPL at 1m;DSP based, resident in Input Module;DSP based limiters for mechanical and
thermal protection; 2 nos.
NS313 Supply, installation, testing and commissioning of Dual Channel Digital Power Amplifier, 3000 W@
4
2 ohm, 2100W @ 4 ohm, 1200 W @ 8 ohm per channel 2 Nos.
NS314 Supply, installation, testing and commissioning of Stage Monitor: 12" Two Way Full Range Floor
Monitor;90° x 50° coverage;Frequency Range (-10 dB) 50 Hz – 20 kHz;Frequency Response (+3 dB)
5
62 Hz – 19 kHz;System Sensitivity 95 dB SPL (1w@1m);300 W / 600 W / 1200 W
(Continuous/Program/Peak);Maximum SPL 126 dB SPL peak 4 Nos.
NS315 Supply, installation, testing and commissioning of Dual Channel Power Amplifier:1600W @2Ω;
6
1200W @ 4Ω; 650W@8Ω 1 Nos.
NS316 Supply, installation, testing and commissioning of Surround loudspeaker: Frequency Range (-10
dB) 50 Hz - 20 kHz;Frequency Response (±3 dB) 65 Hz - 18 kHz;150 watts continuous;94 dB-SPL
half-space / wall-mounted;Maximum Peak SPL 122 dB/1m;Hor. Coverage Angle (-6 dB) 100°
7
averaged 400 Hz to 12 kHz;Vert. Coverage Angle (-6 dB) 90° averaged 400 Hz to 12 kHz;Directivity
Factor (Q) 7 averaged 400 Hz to 12 kHz;Directivity Index (DI) 8.4 dB averaged 400 Hz to 12
kHz;Crossover Frequency 3 kHz; 16 Nos.
NS317 SITC of Professional rack mount 7.2 Dolby Digital Surround sound processor with Balnaced
8
XLRpreamp outputs 1 Nos.
NS318 Supply, installation, testing and commissioning of Green Room Speaker:90° x 90° high frequency
9 horn, 50 W Continuous Program Power, 5 W @ 70V, 10 W @ 100V;Frequency Range 100Hz to
21kHz (-10 dB); 2 Nos.
10 NS319 Dual Channel Power Amplifier: 1000W @ 2Ω;800W @ 4Ω; 475W @ 8Ω 1 Nos.
NS320 Supply, installation, testing and commissioning of Networked Digital signal processor: 12 Analog
Inputs (with 48v Phantom Power per Channel);Analog Outputs 8;Signal Processing 400 MHz; 48
11
Channel, Low Latency, Fault Tolerant Digital Audio Bus;12 Control Inputs and 6 Logic Outputs for
GPIO Integration 1 Nos.

Contractor 518 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
NS321 Supply, installation, testing and commissioning of Digital Mixer: 24 recallable mic pre amps;16
line inputs;4 internal stereo; FX returns;AES;64x64 expansion slot;20 sub-group / aux busses; 4 FX
12
busses; 8 Matrix busses;Delay on inputs and outputs; 4 Mute Groups; Freely assignable insert
loops;Colour touch screen interface;Assignable Fader Layers; 1 Nos.
NS322 SITC of wireless diversity handheld microphone with hypercardiod/supercardiod polar pattern; 12
selectable freq/band; RF freq range 500 to 865Mhz; Modulation: FM; Audio Bandwidth>35Hz to
13
20kHz; 50mW RF Power; THD<0.3%; S/N Ratio > 120dB-A; battery status LCD in transmitter
complete with standard accessories. 4 Nos.
NS323 SITC of wireless diversity headset microphone with hypercardiod/supercardiod polar pattern; 12
selectable freq/band; RF freq range 500 to 865Mhz; Modulation: FM; Audio Bandwidth>35Hz to
14
20kHz; 50mW RF Power; THD<0.3%; S/N Ratio > 120dB-A; battery status LCD in transmitter
complete with standard accessories. 4 Nos.
NS324 Supply, installation, testing and commissioning of Gooseneck cardioid Microphone, polar pattern
15 Cardioid, Frequency Range 70-18000 Hz, Sensitivity18mV/Pa, Impedance >2000 ohms with base
stand with on/off swich 2 Nos.
NS325 Supply, installation, testing and commissioning of Dynamic Vocal Microphone, polar pattern
16
Supercardiod, Frequency Range 70-20000 Hz, Sensitivity2.5mV/Pa, Impedance <600 ohms 4 Nos.
NS326 Supply, installation, testing and commissioning of cardiod wired Dynamic handheld Instrument
17 microphone with 3 pin XLR; freq range 75Hz to 20kHz; sensitivity ≥ 4mV/Pa, impeadence ≤
200Ohms 4 Nos.
18 NS327 Supply, installation, testing and commissioning of Stage junctoin box for Mike and speaker points 6 Nos.
19 NS328 Supply, installation, testing and commissioning of Microphone stands - Long (with Tripod) 4 Nos.
20 NS329 Supply, installation, testing and commissioning of Microphone Stands - Short (Tripod stand) 4 Nos.
NS330 Supply, installation, testing and commissioning of Loudspeaker Cable: 2 core 2.5 sqmm
21
loudspeaker cable 700 Mtrs.
NS331 Supply, installation, testing and commissioning of Microphone Cable: 2 core shielded microphone
22
cable 800 Mtrs.
23 NS332 Supply, installation, testing and commissioning of connectors for equipments interconnections. 1 lot
24 NS333 Supply, installation, testing and commissioning of40MM PVC Conduits 200 mtrs

Contractor 519 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
NS334 Supply, installation, testing and commissioning of Rack: 40 U Equipment Rack for housing all rack
25 mountable equipments with internal wiring, front glass door; heat dessipation fans; movement
wheels, power distribution units etc. 1 Nos.
26 NS335 SITC of online IGBT based 15 KVA UPS 1 Nos.

Total Cost of material for Sound Reinforcement System

E Video Display equipments MCG Auditorium

1 NS336 Supply, installation, testing and commissioning of Digital Projection System with, 3 LCD system,
20000 hours of no maintenance, 16:10, Brightness 7000 (Lumens), Light source LASER , Resolution
(Native) WUXGA (1920 x 1200), Connectivity 1 x Component Video, RGBHV, RGBS or RGsB (5 BNC),
1 x Composite Video BNC), 1 x S-Video (4-pin mini-DIN) 1 x VGA (D15 connector), for RS232 In/out,
brightest quality. 1 Nos.
2 NS337 Supply, installation, testing and commissioning of Long Throw Projection Zoom Lens to Project
desired size from a particular distance and as per the specifications, complete as required 1 Nos.
3 NS338 SITC of 55 Inch Display support UHD video resolution, Brightness 400 nits, 1200:1 contrast ratio,
Inputs : 2 X HDMI, 1 X VGA, Control : RS232 input, Display mount bracket etc. complete with
installation as per the site requirement. 2 Nos.
4 NS339 SITC of HDMI Transmitter over Cat 6( HDBT) upto 100 meter with Inputs 1 HDMI, 1VGA with Audio
,1 Cat6 HDBTOutput, 2K and 4K support, HDTV Compatible, HDCP Compliant with RS-232 etc
complete as required. 2 Nos.
5 NS340 SITC of HDMI Receiver over Cat 6 ( HDBaseT) upto 70 meter with Inputs 1 Cat6 (HDBaseT), 1 HDMI
Output, 2K and 4K support, HDTV Compatible, HDCP Compliant with IR and RS-232 etc complete as
required. 5 Nos.
6 NS341 SITC of HDMI Transmitter over Cat 6 ( HDBaseT) upto 70 meter with 1 HDMI input, 1 Cat6
(HDBaseT) Output, 2K and 4K support, HDTV Compatible, HDCP Compliant with IR and RS-232 etc
complete as required. 3 Nos.

Contractor 520 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
7 NS342 SITC of 4K Presentation Matrix Switcher cum scaler with min. 4 Nos. of HDMI, 2 No. of
VGA/DVI/HDMI with Audio & 2 Nos. of Cat6 (HDBaseT) inputs, 2No. of HDMI & 2Nos. of Cat6
(HDBaseT) scaled output with Audio De-embedder, HDTV Compatible & HDCP compliant etc. 1 Nos.
8 NS343 SITC of 4K 1:2 HDMI distributorum with min. 2 Nos. of HDMI input & 1 HDMI output, HDTV
Compatible & HDCP compliant etc. 1 Nos.
9 NS344 SITC of Control System should be equipped with at least 4 bidirectional RS-232 serial ports, at least
4 IR ports, at least 4 Digital I/O ports, at least 4 low voltage relays for controlling room functions, at
least 1 Ethernet monitoring and control port, Rack mounting (1U), etc. 1 Nos.
10 NS345 SITC of Control Keypad with 12 buttons & volume knob to control audio volume level, Should have
communication port to communicate with control sysyem of same OEM as control processor 1 Nos.
11 NS346 SITC of 7 inch Touch panel, screen resolution 800 X 480, brightness 350cd/m2, contrast ratio
400:1, Ethernet Communication RJ45 port, inbuilt speaker & mic, etc. Should be supplied with
table mount as well as wall mount kit.Should have appropriate app 1 Nos.
12 NS347 SITC of Wireless presentation devices supports video resolution upto 1080p (Full HD), with HDMI
output, Ethernet port, USB port for connecting keyboard & mouse, Supports Windows laptops and
MAC, as well as iOS, Windows and Android mobile operating systems, display minimum 4 users
screen through HDMI ouput, Supports DHCP, Audio out, supports annotation & whiteboard
feature. 1 Nos.
13 NS348 SITC of Wi-Fi Router with 2.4 GHz WLAN, WPS, 5 GHz WLAN, Internet, Should have reset button &
power switch, Should be 802.11ac Wi-Fi specification, WPA/WPA2 encryption to secure your
wireless traffic 1 Nos.
14 NS349 SITC of DVD Player with HDMI Ouput 1 Nos.
15 NS350 Supply and Laying of 3.0Metres HDMI patch cord in existing conduit. 3 Nos.
16 NS351 Supply and Laying of 3.0Metres VGA with Audio patch cord in existing conduit. 2 Nos.
17 NS352 Supply and Laying of 1.8Metres HDMI patch cord in existing conduit. 11 Nos.

Total for Video Presentation Devices

L) SECTION-XII -LIFT & ESCALATORS WORK

Contractor 521 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
SUB HEAD - I - LIFTS
1 NS353 Passenger Lift - 3 Nos. (Block-A)
NS353.1 Supply, Installation, Testing & Commisioning of 23 Passenger lift (1564Kg) electric traction, with
machine room lift having contract speed of 1.5 Meter per second serving different floors in the lift
shaft of size 2550mm (W) x 2600mm (D), 1600 mm pit depth as per detailed specifications
attached and as under complete with all the equipement and accessories.
Location of lift: Block-A (Lift No. P1, P2, P3) - 3 Nos. (1 bank of 3 lifts)
i) Speed - 1.5 Meter per second
ii) Floor - 1st Basement + Stilt Floor + Ground Floor + 4 Floors = 7 Floors
iii) Travel - 33.85 Meter (approx.)
iv) Stop and Opening - 7 Stop & 7 openings (All opening be same side)

v) Controller - A.C. variable voltage and varialble frequency.


vi) Automatice Rescue Device (ARD) complete with dry maintenance free batteries as required.
vii) Operation - Microprocessor based triplex selective - collective (with/without - attendant)
viii) Power : 415 Volts ± 10%, 3 Phase 4 wire 50 Hz AC system.
ix) Car Encloser: Stainless steel scracth proof (Moon Rock Finish) on all sides.
x) Type of Doors:
a) Car : Power operated, central opening, horizontal sliding stainless steel scratch proof (Honeycomb
/ Hairling Finish)
b) Landing doors : Power operated, central opening, horizontal sliding stainless steel screatch proof
(Honeycomb/ Hairline Finish)
xi) A hand rail not less than 600 mm long at 900 mm above floor level to be fixd adjacent to control
panel in the lift car.
xii) Voice announcement system in the car to announce the position of the elevator in the hoist way as
the car passes of stops at floor served by the elevator.
xiii) a) Combinded luminous Hall Button and Digital Hall position indicator.
b) Battery operated Alarm Bell and Emergency Light
c) Firemen Switch
Contractor 522 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
d) Infra-red Door Curtain - Full Screen
e) Integral full height car operating panel with luminous buttons with additional brail inscriptions,
Digital car position indicator with direction arrows, with overload warning indicator.
xiv) Flooring : Decorative flooring as per manufacturer's standards.
Lift described as above 3 Nos
2 NS354 Passenger Lift - 3 Nos. (Block-B)
NS354.1 Supply, Installation, Testing & Commisioning of 23 Passenger lift (1564Kg) electric traction, with
machine room lift having contract speed of 1.5 Meter per second serving different floors in the lift
shaft of size 2550mm (W) x 2500mm (D), 1600 mm pit depth as per detailed specifications
attached and as under complete with all the equipement and accessories.
Location of lift: Block-A (Lift No. P1, P2, P3) - 3 Nos. (1 bank of 3 lifts)
i) Speed - 1.5 Meter per second
ii) Floor - 1st Basement + Stilt Floor + Ground Floor + 3 Floors = 6 Floors
iii) Travel - 28.65 Meter (approx.)
iv) Stop and Opening - 6 Stop & 6 openings (All opening be same side)
v) Controller - A.C. variable voltage and varialble frequency.
vi) Automatice Rescue Device (ARD) complete with dry maintenance free batteries as required.
vii) Operation - Microprocessor based triplex selective - collective (with/without - attendant)
viii) Power : 415 Volts ± 10%, 3 Phase 4 wire 50 Hz AC system.
ix) Car Encloser: Stainless steel scracth proof (Moon Rock Finish) on all sides.
x) Type of Doors:
a) Car : Power operated, central opening, horizontal sliding stainless steel scratch proof (Honeycomb
/ Hairling Finish)
b) Landing doors : Power operated, central opening, horizontal sliding stainless steel screatch proof
(Honeycomb/ Hairline Finish)
xi) A hand rail not less than 600 mm long at 900 mm above floor level to be fixd adjacent to control
panel in the lift car.
xii) Voice announcement system in the car to announce the position of the elevator in the hoist way as
the car passes of stops at floor served by the elevator.
Contractor 523 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
xiii) a) Combinded luminous Hall Button and Digital Hall position indicator.
b) Battery operated Alarm Bell and Emergency Light
c) Firemen Switch
d) Infra-red Door Curtain - Full Screen
e) Integral full height car operating panel with luminous buttons with additional brail inscriptions,
Digital car position indicator with direction arrows, with overload warning indicator.
xiv) Flooring : Decorative flooring as per manufacturer's standards.
Lift described as above 3 Nos
3 NS355 Goods /Service Lift (Block-A)
NS355.1 Supply, Installation, Testing & Commisioning of (3000Kg) passengers Goods cum passenger lift,
with machine room lift having contract speed of 1.0 Meter per second serving different floors in
the lift shaft of size 2900mm(W) x 3050mm (D) and 1600 mm pit depth as per detailed
specifications attached and as under complete with all the equipement and accessories.
Location of lift: Block-A (Lift No. S1, S2) - 2 Nos. (1 bank of 2 lifts)
i) Speed - 1.0 Meter per second
ii) Floor - 1st Basement + Stilt Floor + Ground Floor + 4 Floors = 7 Floors
iii) Travel - 33.85 Meter (approx.)
iv) Stop and Opening - 7 Stop & 7 openings (All opening be same side)
v) Controller - A.C. variable voltage and varialble frequency.
vi) Automatice Rescue Device (ARD) complete with dry maintenance free batteries as required.
vii) Operation - Microprocessor based duplex selective - collective (with/without - attendant)
viii) Power : 415 Volts ± 10%, 3 Phase 4 wire 50 Hz AC system.
ix) Car Encloser: Stainless steel scracth proof (Moon Rock Finish) on all sides.
x) Type of Doors:
a) Car : Power operated, central opening, horizontal sliding stainless steel scratch proof (Honeycomb
/ Hairling Finish)
b) Landing doors : Power operated, central opening, horizontal sliding stainless steel screatch proof
(Honeycomb/ Hairline Finish)
xi) A hand rail not less than 600 mm long at 900 mm above floor level to be fixd adjacent to control
Contractor 524 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
panel in the lift car.
xii) Voice announcement system in the car to announce the position of the elevator in the hoist way as
the car passes of stops at floor served by the elevator.
xiii) a) Combinded luminous Hall Button and Digital Hall position indicator.
b) Battery operated Alarm Bell and Emergency Light
c) Firemen Switch
d) Infra-red Door Curtain - Full Screen
e) Integral full height car operating panel with luminous buttons with additional brail inscriptions,
Digital car position indicator with direction arrows, with overload warning indicator.
xiv) Flooring : Decorative flooring as per manufacturer's standards.
Lift described as above 2 Nos
4 NS356 Goods /Service Lift (Block-B)
NS356.1 Supply, Installation, Testing & Commisioning of (3000Kg) passengers Goods cum passenger lift,
with machine room lift having contract speed of 1.0 Meter per second serving different floors in
the lift shaft of size 2900mm(W) x 3050mm (D) and 1600 mm pit depth as per detailed
specifications attached and as under complete with all the equipement and accessories.
Location of lift: Block-B (Lift No. S1) - 1 No. (1 bank of 1 lift)
i) Speed - 1.0 Meter per second
ii) Floor - 1st Basement + Stilt Floor + Ground Floor + 3 Floors = 6 Floors
iii) Travel - 28.65 Meter (approx.)
iv) Stop and Opening - 6 Stop & 6 openings (All opening be same side)
v) Controller - A.C. variable voltage and varialble frequency.
vi) Automatice Rescue Device (ARD) complete with dry maintenance free batteries as required.
vii) Operation - Microprocessor based simplex selective - collective (with/without - attendant)
viii) Power : 415 Volts ± 10%, 3 Phase 4 wire 50 Hz AC system.
ix) Car Encloser: Stainless steel scracth proof (Moon Rock Finish) on all sides.
x) Type of Doors:
a) Car : Power operated, central opening, horizontal sliding stainless steel scratch proof (Honeycomb

Contractor 525 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
/ Hairling Finish)
b) Landing doors : Power operated, central opening, horizontal sliding stainless steel screatch proof
(Honeycomb/ Hairline Finish)
xi) A hand rail not less than 600 mm long at 900 mm above floor level to be fixd adjacent to control
panel in the lift car.
xii) Voice announcement system in the car to announce the position of the elevator in the hoist way as
the car passes of stops at floor served by the elevator.
xiii) a) Combinded luminous Hall Button and Digital Hall position indicator.
b) Battery operated Alarm Bell and Emergency Light
c) Firemen Switch
d) Infra-red Door Curtain - Full Screen
e) Integral full height car operating panel with luminous buttons with additional brail inscriptions,
Digital car position indicator with direction arrows, with overload warning indicator.
xiv) Flooring : Decorative flooring as per manufacturer's standards.
Lift described as above 1 Nos
TOTAL OF SUBHEAD -I
SUBHEAD - II ESCALATORS
Supplying, Assembling, Erection, Testing & Commissioning of Following Escalators as per detailed
specifications & as required with following details:
1 NS357 Supplying, Assembling, Erection, Testing & Commissioning of Escalators with 1000 mm step width,
0.5 mtr/sec. speed,3 horizontal flat step on each upper and lower landing, capacity complete with
all necessary equipment, electrical drives, electrical control panel etc. ground floor to 1st floor
having a rise of 5 meter (approx.) at the inclination of 30 degree (1 going up & 1 coming down),
2750 mm minimum vertical clearance from step nosing to soffit of structure, 2500 mm clear
headroom from step nosing line to finished ceiling complete as required. 1 set

Contractor 526 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
2 NS358 Supplying, Assembling, Erection, Testing & Commissioning of Escalators with 1000 mm step width,
0.5 mtr/sec. speed,3 horizontal flat step on each upper and lower landing, capacity complete with
all necessary equipment, electrical drives, electrical control panel etc. 1st floor to 2nd floor having
a rise of 5 meter (approx.) at the inclination of 30 degree (1 going up & 1 coming down), 2750 mm
minimum vertical clearance from step nosing to soffit of structure, 2500 mm clear headroom from
step nosing line to finished ceiling complete as required. 1 set
NOTE : All the escalators above shall have all mandatery provisions, without any extra charge to
the owner.
TOTAL OF SUBHEAD -II
M) SECTION-XIII -SOLAR SYSTEM
SUBHEAD-I - SOLAR PLANT EQUIPMENT AND ACCESSORIES
A NS359 200 KW SOLAR PLANT (2x100KW)
1 Solar Panels: 200 KW (DC Output)
Supply and Installation of 325 Wp X 616 Nos. Poly Crystalline Modules
Imported Make: Renesola / Trina /Canadian Solar
NS359.1 Indian Make: Alpex Solar / Vikram Solar / Emvee
Grid Tie Inverter -200 KW suitable for 100 KW DC
EPC (Engineering, Procurement & Commissioning):
Design, Supply, Installation, Testing and Commissioning of turnkey
project including following works:
- Civil, Mechanical & Electrical works
- Hot Dip Galvanized Module mounting structure
- AC & DC Copper Solar Application Cables
- Earthing for Solar Structure and Inverter
- Remote Monitoring
- Balance of System (BOS): Conducting material, Metal Trays,
Switches, SPD’s, AC/DC Disconnect, clips, fasteners, MC4
Connectors etc. as per actuals. 1 Job
TOTAL
N) SECTION-XIV - EXTERNAL LIGHTING
Contractor 527 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
SUB-HEAD - I - EXTERNAL LIGHTING
1.0 L1 -03 Mtr High Pole Light Fixture
NS360 Supply, Installation, Testing and Commissioning of LED Post top , fixture should be IP 66 IK 08 with
minimum LED wattage of 45 W- 54 W. Fixture housing should be made of Die cast Al, in vandal-
resistant V2 self-extinguishing polycarbonate, UV-stabilized. Optics: Optics made of PMMA with
high temperature resistance and UV rays. Flow recovery in V0 polycarbonate, metallized high yield.
Diffuser: in transparent, vandal resistant and V2 self-extinguishing polycarbonate, UV-stabilized
Standard supply: Automatic temperature control inside the device with automatic resetting. Safety
diode to protect against voltage peaks compliant with EN 61547. With dedicated electronic device
to protect the LED module. Complete with quick connection. LED: Power factor ≥0.9 Luminous flux
maintenance should be 70% 60000h (L70B20), CRI- 4000K - 6000lm - CRI>70, Fixture should have
reputed LED like lumiled, cree or Nichia, LM 79 & LM80 must be provided at the time of exection.
Fixture should be made in Europe & country of origin would be required at the time of supply. 4 Nos
2.0 NS361 3 mtr GI Pole
NS361.1 Supply, Installation, Testing and Commissioning of 3mtr GI pole, Pole should have Anti rust coating
& should be PU Painted, 4 nos of foundation nut & bolt(16mm dia & 400 mm long with templates)
with a base plate of 250mmx250mm, Base Plate thickness- 15 mm. GI Pole Thickness- 3.0mm.
Pole OD should be 114 mm dia with inbuilt junction box. Pole should have a din rail for MCB
mounting provision with Bakelite sheet and 32 mm Electrical Connector with Bubble sheet Packing
suitable for BOQ article L3A. 4 Nos
3.0 NS362 3 mtr GI Pole with Solar system
NS362.1 Supply, Installation, Testing and Commissioning of 3mtr GI pole, Pole should have Anti rust coating
& should be PU Painted, 4 nos of foundation nut & bolt(20mm dia & 700 mm long with templates)
with a base plate of 350mmx350mm, Base Plate thickness- 20 mm. GI Pole Thickness- 3.0mm.
Pole OD should be 114 mm dia with inbuilt junction box. Pole Should have with single arm per
requirement at site. Pole should have a din rail for MCB mounting provision with Bakelite sheet
and 32 mm Electrical Connector with Bubble sheet Packing including Standalone solar System with
150 WP panel, 150 AH battery, 12 V system, galvanised sheet metal battery box with all
accessories Suitable for BOQ Item no 2. System should be with Radio disturbance characteristics,
EMC Immunity requirements, General requirements and tests with overcharge protection for 1 Nos
Contractor 528 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
battery, with deep discharge protection for battery, with reverse polarity protection for panel and
battery, with Temperature compensated charging for battery complete as required in all respect.

4.00 NS363 6 Mtr Street Light


NS363.1 Supply, Installation, Testing and Commissioning of IP66/IK08 LED Street Light, Fixture should be in
die-cast aluminium and designed with a very small surface exposed to wind having cooling fins
integrated into the cover. Pole connection of the fixture should be in die-cast aluminium and with
gaskets to secure the frame according to different inclinations, adjustable ranges: between 0° and
20° for side mount; and between 0° and 15° for mast-top mounting with inclination pace: 5°.
Diffuser should be in clear tempered glass, 4 mm thick, resistant to thermal shock and impacts
compliant to UNI-EN 12150-1:2001 standard. Fixture should also be compliant to EC 89/336/EEC,
CE73/23/EEC, UNI EN ISO9227, EN 60598, EN60529, EN60598-1 CEI 34-21, EN62471 standard.
Fixture should have polyester resin powder coating, resistant to corrosion and saline
environments.
Fixture should have automatic temperature control inside the device with automatic resetting and
a safety diode to protect against voltage peaks compliant with EN 61547 standard with dedicated
electronic device to protect the LED module upto 10kV. Fixture should be complete with IP67
airtight connector for mains connection, supplied with double insulation switch that cuts off
electricity. Optics should be in PMMA, highly resistant to temperature and UV radiation. LED
Power Factor should be more than 0.9, LED color should be 4000K with maximum LED power of
56W and a LED lumen package of minimum 6500lm. Minimum LED efficacy required is 110lm/W.
CRI should be equal or above 70. Luminous flux maintenance 70% 80000hrs (L70B20). Driver
current should not be more than 700mA. Fixture should have inbuilt driver provision. Fixture
should have class II insulation provision. Fixture should be ENEC approved. LM79, LM80 reports
along with country of origin should be produced at the time of supply. 48 Nos

5.00 NS364 6 mtr GI Pole


NS364.1 Supply, Installation, Testing and Commissioning of 6mtr GI pole, Pole should have Anti rust coating
& should be PU Painted, 4 nos of foundation nut & bolt(20mm dia & 700 mm long with templates)
with a base plate of 350mmx350mm, Base Plate thickness- 20 mm. GI Pole Thickness- 3.0mm. 48 Nos
Contractor 529 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
Pole OD should be 114 mm dia with inbuilt junction box. Pole Should have with single arm or
Double Arm as per requirement at site. Pole should have a din rail for MCB mounting provision
with Bakelite sheet and 32 mm Electrical Connector with Bubble sheet Packing complete as
required.

6.00 NS365 6 mtr GI Pole with Solar system


NS365.1 Supply, Installation, Testing and Commissioning of 6mtr GI pole, Pole should have Anti rust coating
& should be PU Painted, 4 nos of foundation nut & bolt(20mm dia & 700 mm long with templates)
with a base plate of 350mmx350mm, Base Plate thickness- 20 mm. GI Pole Thickness- 3.0mm.
Pole OD should be 114 mm dia with inbuilt junction box. Pole Should have with single arm per
requirement at site. Pole should have a din rail for MCB mounting provision with Bakelite sheet
and 32 mm Electrical Connector with Bubble sheet Packing including Standalone solar System with
150 WP panel, 150 AH battery, 12 V system, galvanised sheet metal battery box with all
accessories Suitable for BOQ Item no 2. System should be with Radio disturbance characteristics,
EMC Immunity requirements, General requirements and tests with overcharge protection for
battery, with deep discharge protection for battery, with reverse polarity protection for panel and
battery, with Temperature compensated charging for battery complete as required in all respect. 12 Nos
7.00 NS366 L6 Plannter Light
NS366.1 Supply, Installation, Testing and Commissioning of Mini Accent Spot Light - LED 13-15W power
LED,3000K, minimum 1500lumen at 350 mA, IP 65,46 degree beam, IP 65/IK 08. Housing/frame: In
die cast aluminium with wide cooling fins for reat heat dissipation. Base: In vandal resistant fiber
glass nylon. Diffuser: In silkscreen printed tempered glass. Painting: In several stages. First stage:
black epoxy cationic electro coating, resistant to corrosive and saline environments. Second stage:
UV-stabilizing primer, and lastly rough finish with metallic silver acrylic/grey graphite coating.
Equipment: Cable gland Ø 3/8 gas thread. Regulations: Produced according to applicable
EN60598-1 CEI34-21 standards. Fixture should have reputed LED like lumiled, cree or Nichia, LM 79
& LM80 must be provided at the time of exection. Fixture should be made in Europe & country of
origin would be required at the time of supply. 10 Nos
8.00 NS367 Linear Inground Uplighter
NS367.1 Supply, Installation, Testing and Commissioning of Surface mounted driveover, Fixture housing 10 Nos
Contractor 530 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
should be in die-cast aluminium. Diffuser should be in hemispherical glass, resistant to thermal
shocks, impacts and loads. LED Waatge should not be mora than 25W with minimum 1500lm -
3000K/4000K. Fixture should have 3 window to lit up the surface. Degree of Protection: IP67-IK08.
Load Bearing capacity should be minium 2000KG.

9.00 NS368 Bollard


NS368.1 Supply, Installation, Testing and Commissioning of 10W LED Bollard as per approved list of make
with integrated driver, IP65, IK08 as per EN 60598 standards, with minimum LED lumen package of
900Lm at 110mA, CRI 80, 4000K color tempreature. The light distribution is Direct, Downward,
with < 5% upward Light, suitable for Green Building Application, Clear Non yellowing
polycarbonate diffuser. The dark grey color housing made up of Extruded Aluminium Cylindrical
Section, Polyester Powder Coated. Fixture should have reputed LED like lumiled, cree or Nichia, LM
79 & LM80 must be provided at the time of exection. Fixture should be made in Europe & country
of origin would be required at the time of supply. 8 Nos

10.00 NS369 Supplying and drawing following sizes of PVC insulated PVC sheathed copper conductor
unarmoured multicore cable in the existing poles and bracket from cable termination connector to
the fitting i/c providing suitable copper lugs connections etc. complete in all respect as required.
10.1 NS369.1 3 core 1.5 sq.mm. 360 Mtr.

11.00 NS370 Marked along with all accessories like socket, bend, couplers etc. conforming to IS 14930, Part II
complete with fitting and cutting, jointing etc. Direct in ground (75 cm below ground level)
including excavation and refilling the trench but excluding sand cushioning and protective covering
etc., complete as required.
11.1 NS370.1 90 mm dia (OD-90 mm & ID-76 mm nominal) 1400 Mtr.

12.00 NS371 Supply & laying of following size of 1.1KV grade multicore aluminium conductor XLPE insulated
and PVC sheathed armoured cable in existing trenches/ Hume pipe/in ground as per IS :
7098:1988 with upto date amendments complete in all respect as required.
Contractor 531 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
12.1 NS371.1 4c x 16 sq.mm 1400 Meter
12.2 NS371.2 4c x 10 sq.mm 100 Meter
12.3 NS371.3 2c x 6 sq.mm 50 Meter

13.00 NS372 Supplying and making end termination with brass compression gland and aluminium lugs for
following size of PVC insulated and PVC sheathed / XLPE aluminium conductor cable of 1.1 KV
grade as required.
13.1 NS372.1 4 X 16 sq. mm (28mm) 120 Each
13.2 NS372.2 4 X 10 sq. mm (25mm) 8 Each
13.3 NS372.3 2 X 6 sq. mm (19mm) 32 Each

14.00 NS373 Providing, laying and fixing following dia RCC pipe NP 2 class (light duty) in ground complete with
RCC collars, jointing with cement mortar 1:2 (1 cement : 2 fine sand) including trenching (75 cm
deep) and refilling etc. as required.
14.1 NS373.1 150 mm dia. 50 Meter

15.00 NS374 Earthing with G.I. earth pipe 4.5 metre long, 40 mm dia including accessories, and providing
masonry enclosure with cover plate having locking arrangement and watering pipe etc. with
charcoal/ coke and salt as required.c with cover & chamber. Complete in all respects as per
direction of E/I. 15 Each

16.00 NS374.1 Providing and fixing 6 SWG dia GI wire on surface / in pipe / in trench for loop earthing along with
the existing surface / recess conduit / submain wiring / cable as reqd. 2400 Meter

TOTAL
O) SECTION-XV - HVAC SYSTEM
SUB-HEAD 'A' - EQUIPMENT

Contractor 532 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
1 NS375 Water Cooled Magnetic Centrifugal Compressor Chiller of 350TR with high COP of 6.4
NS375.1 Supplying, installation, testing and commissioning of AHRI Certified Water chilling machine with
Magnetic Type centrifugal Chiller with one/two compressors, refrigerant cooled motor and VFD,
insulated chiller, water cooled shell & tube condenser, integral refrigerant piping, automatic
controls & accessories etc. all mounted on steel frame as per specifications. Motor shall be of high
efficiency suitable for 415 ± 10% volts, 50± 3% Hz, 3 phase AC supply. Refrigerant shall be
environmentally friendly R134a. Controls shall be suitable for hookup to BMS interface, compatible
with BacNet / Modbus. Chiller shall be complete with VFD (Variable Frequency Drive) with
harmonic filteration less than or equal to 30% at source.
Chiller shall come with complete first charge of refrigerant.
Chiller shall have Micro-processor based controls with alpha-numeric display in English for all
operating parameters such as supply voltage, frequency, load current, chilled water inlet, chilled
water outlet, condenser water inlet and outlet temperature & operating pressures etc. Grooved
couplings/counter flange at the Chiller / Condenser inlet and outlet shall be supplied along with
the chiller package.The chiller shall be complete with all required control components & necessary
vibration isolators.
The chiller sound pressure level shall be less than 78dBA at 1m distance as per AHRI standard.
Chiller shall be capabale of unloading from 100%-25% even at constant condenser water temp
without surging and without hot gas bypass or any other external means.
Flow switch at chiller and condenser
Chiller operating parameters shall be :
Chilled water IN 54ºF (12.2ºC)
Chilled water OUT 44ºF (6.7ºC)
Chilled water flow 840 US GPM
Condenser water IN 90ºF (32.2ºC)
Condenser water OUT 100ºF (37.7ºC)
Condenser water flow 1050 US GPM
Chiller Fouling Factor 0.0005 FPS
Condenser Fouling Factor 0.001 FPS

Contractor 533 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
Refrigerant R134a
Maximum Power Consumed 0.65 kW/TR
NPLV 0.35 (Max)
Max. Pressure Drop for Evap : 10 Mtr
Max. Pressure Drop for Condenser: 10 Mtr
COP : 6.4 at AHRI
IPLV 0.32 ( Max)
The price shall include Freight, Insurance, Port clearance, loading / unloading, Installation, testing
and commissioning as per specifications.
350 TR actual capacity water chilling machine as described above and at above mentioned
operating conditions. Nos. 4

2 NS376 Pump Set (Condenser Water)


NS376.1 Supply, installation, testing and commissioning of Horizontal/ vertical split casing type pump in
cast iron body & Bronze impeller, mechanical seals,complete driven with TEFC squirrel cage
induction motor with class-F insulation & efficiency class IE-2 suitable for operation on 415 + 10%
volts, 3 phase, 50 Hz., AC supply, base plate, MS fabricated mounting channel frame, all required
fittings & accessories including coupling, coupling guard, vibration isolation arrangement by means
of rubber type mounting, foundation nuts, bolts complete as required & as per specification.
1 No. Horizontal/ vertical inline split coupled type pump.
1 No- Suitable HP, TEFC squirrel cage induction motor with class 'F' insulations & efficiency class
IE2, 1450 rpm synchronous speed , operating on 415 +10% volts ,3 phase , 50 Hz A.C.supply.
Min. pump efficiency at duty conditions shall be 75%

Lot- Mounting frame work with anti vibration pads.

Condenser water pump as descirbed above

Contractor 534 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
Capacity : 1050 USGPM
Head : 30 Mtrs
Tentative motor rating : 30 kW Nos. 4

3 NS377 Chilled Water Primary Pumps


NS377.1 Supply, installation, testing and commissioning of Horizontal/ vertical split casing type pump in
cast iron body & Bronze impeller, mechanical seals,complete driven with TEFC squirrel cage
induction motor with class-F insulation & efficiency class IE-2 suitable for operation on 415 + 10%
volts, 3 phase, 50 Hz., AC supply, base plate, MS fabricated mounting channel frame, all required
fittings & accessories including coupling, coupling guard, vibration isolation arrangement by means
of rubber type mounting, foundation nuts, bolts complete as required & as per specification.
1 No. Horizontal/ vertical inline split coupled type pump.
1 No- Suitable HP, TEFC squirrel cage induction motor with class 'F' insulations & efficiency class
IE2, 1450 rpm synchronous speed , operating on 415 +10% volts ,3 phase , 50 Hz A.C.supply.
Min. pump efficiency at duty conditions shall be 75%

Lot- Mounting frame work with anti vibration pads.


Fiberglass insulation of 75mm thickness & density 80 kg/cu.m shall be used and finally finished
with 0.63mm Aluminium cladding and properly clamped to pump in two semicircular sections.

Chilled water Primary pump as descirbed above


Capacity : 840 USGPM
Head : 15 Mtrs
Tentative motor rating : 15 kW Nos. 4

3 NS378 Chilled Water Secondary Pumps & Variable Speed Pumping System
Supply, installation, testing and commissioning of Horizontal / vertical split casing type pump in
cast iron body & Bronze impeller, mechanical seals,complete driven with TEFC squirrel cage
Contractor 535 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
induction motor with class-F insulation & efficiency class IE-2 suitable for operation on 415 + 10%
volts, 3 phase, 50 Hz., AC supply, base plate, MS fabricated mounting channel frame, all required
fittings & accessories including coupling, coupling guard, vibration isolation arrangement by means
of rubber type mounting, foundation nuts, bolts complete as required & as per specification.
1 No. Horizontal/ vertical inline split coupled type pump.
1 No- Suitable HP, TEFC squirrel cage induction motor with class 'F' insulations & efficiency class
IE2, 1450 rpm synchronous speed , operating on 415 +10% volts ,3 phase , 50 Hz A.C.supply.
Min. pump efficiency at duty conditions shall be 75%

Lot- Mounting frame work with anti vibration pads.


Fiberglass insulation of 75mm thickness & density 80 kg/cu.m shall be used and finally finished
with 0.63mm Aluminium cladding and properly clamped to pump in two semicircular sections.

3.1 NS378.1 Chilled water Secondary pump as descirbed above


Capacity : 840 USGPM
Head : 28 Mtrs
Tentative motor rating : 22 kW Nos. 4

3.2 NS378.2 Providing, fixing, testing and commissioning of variable speed pumping system consisting of 4
Nos. pumps, 1 No. distribution microprocessor based pump controller with parallel pumping
software duly downloaded, 4 Nos. adjustable frequency drives (rating as per pump) and multiple
differential pressure sensor / transmitters as necessary and as described in the specifications. The
system shall be complete in all respects and suitable for mentioned capacity/rating. Set 1

Note:- The entire pumping system must be sourced from single manufacturer only for unit
responsibility.

4 NS379 CHILLER PLANT MANAGER

Contractor 536 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
4.1 NS379.1 WORKSTATION, HARDWARE & SOFTWARE
Supply, Installation, testing & commissioning of Chiller Plant Manager for systematic operation of
AC plant comprising of: 4 Nos. 350TR Water Cooled Magnetic Chillers with VFD (3 Working + 1
Stand by) , Condenser Water Pumps 4 Nos. (4 Working +1 Stand By), Primary Chilled Water pumps
4 Nos.( 3 working +1 Stand By) pumps, Secondary Chilled water pump with VFD 4 Nos. (3 Working
+ 1 Stand By), Cooling towers with VFD 4 Nos. (3working + 1 Stand By) & Hot water generator 2
Nos. (Both working) etc. as per IO summary attached.

Workstation as required (Intel core i7 processor with 4 GB RAM, 1GB Graphic Card and 500B HDD,
a) Windows 7 64 bit.) including 21" LED Monitor, keyboard, mouse, and all required accessories
complete including Latest version of MS Office and Antivirus software and as required
Network superwise controller unit (Imported UL listed) for connecting all controllers to it and
b) software integration and transfering data to P.C. The processors shall be 32 bit, 50 MHZ, shall be
able to store reports and event logs & on BACnet / IP
c) Dedicated Chiller Plant manager software having inbuilt application.
Programmable controller (Imported UL Listed) having processors of 32 Bit 50 MHZ, LON CHIP)
BACNET compatible/Modbus/ IP protocol, controller for Pumps,Cooling Tower . The controller
d) shall support easy Graphical Programming and shall be able to store the programme in the
controller rather than store in the PC. It should include Lockable Mounting Cabinets duly powder
coated, connector strip, internal wiring & relays etc.
CPM should be able to communicate/interface with main IBMS. All required software and
e)
hardware to be provided.
f) Any other hardwares required etc..

4.2 NS379.2 FIELD DEVICES-Qtys. as per IO SUMMARY


Immerssion type Temperature Sensor with thermowell
Outside Temp. & RH Sensor
Level Switch
Flow sensor/ Flow meter
Differential Pressure Sensors
Contractor 537 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)

4.3 NS379.3 Lot of CABLES, CONDUITS & CABLE TRAY


Cabling from all instruments, controls & valves to DDC and communication cabling from DDC to
central equipment complete with cable gland, earthing, supports & PVC conduits etc. Surface laid
or cable tray laid cables shall be ferruled and tagged, and shall use lugs for termination at both
ends. Wherever multicore cables are used, the price shall include the cost of Marshalling Boxes
(MS Powder Coated with Elmex Terminals) to connect the multicore cables to 2 core cables for
termination in equipments.

NS379.4 Supplying, laying and fixing 2 x1.0 Sq. mm copper conductor PVC Flexible cable overall shielded
4.4 Signal Cable, including termination/ connection etc. as required on surface/wireway etc. as
required.

NS379.5 Supplying, laying and fixing 2 x1.0 Sq. mm copper conductor PVC Flexible cable overall Unshielded
4.5 Signal Cable, including termination/ connection etc. as required on surface/wireway etc. as
required.

NS379.6 Supplying, laying and fixing CAT 6 unarmoured Cables with required accessories like RJ45
4.6
connector etc.

NS379.7 Supplying, laying and fixing 3 x1.5 Sq. mm copper conductor PVC FRLS including
4.7
termination/connection etc. as required on surface/wireway etc. as required.

4.8 NS379.8 PVC Conduits


NS379.8. Supply & laying of 25mm dia heavy guage rigid FRLS PVC pipe on surface/recess including cutting/
4.8.1
1 filling chases along with GI pulling wire, accessories etc as required for complete installation.

NS379.8. Supplying and laying of 25mm dia PVC Flexible Steel Reinforced conduit on surface/recess
4.8.2 2 including cutting/filling chases along with conduit accessories such as coupless etc. complete as
required.
Contractor 538 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)

4.9 NS379.9 Steel Conduits


NS379.9. Supply & laying of 25mm dia steel conduit along with accessories in surface including painting in
4.9.1 1 case of surface conduit, or cutting the wall and making good the same in case of recessed conduit
as required.
NS379.10 Supplying, installation, testing and commissioning of 1.6 mm thick GI cable tray with of the
4.10
required sizes complete with angle iron supports/hanging arrangement etc
Complete Chiller Plant Manager as decsibed above Set 1
5 NS380 Cooling Tower (CTI CERTIFIED)
Supply, installation, testing and commissioning of FRP CTI Certified induced draft cooling tower
with FRP water basin, PVC fills with integral louvers and drift eliminators complete with hot water
basin either fitted with spray nozzles or having self rotating sprinklers, statically & dynamically
balanced direct driven axial/propeller fan with TEFC/TEAO induction motor of class F insulation,
efficiency class IE-3 (IP-55) suitable for VFD operation at 415 + 10% volts, 50 Hz. AC supply; suction
screen, make up-quick fill arrangement, overflow and drain connections with all necessary valves
& foot valves, suitable inspection ladder, access arrangement for cooling tower interior, steel
/masonary supporting structure with proper design, anti-vibration mountings, foundation nuts,
bolts, painting etc. complete as required and as per specification.

The sound level should not more than 70-75dba at distance of 3mtr. from cooling tower.

Capacity : Suitable for chiller of 350TR


Water Leaving Temperature : 32.2 °C (90 °F)
Water Entering Temperature : 37.7 °C (100 °F)
Wet Bulb Temperature : 28.3 °C (83 °F)
Water flow : 1050 US GPM
Tentative Motor Rating : 2*7.5KW
Cooling Tower As described above Nos. 4
6 NS381 Hot Water Generator

Contractor 539 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
Supplying, installation, testing and commissioning of Electric Hot Water Generator of 325KW
capacity conforming to BIS standards at the flow rates of 246 USGPM and hot water in let / out let
temperature of 45 / 50 Deg.C complete as required and as per specificaitons.
Matching electrical immersion heater banks.
All automatic and safety controls such as manual reset, high temperature cut off, step controller
and recycling relay, thermostats, pilot light, low water cut off and other controls.
Electrical panel mounted on generator frame complete with internal wiring, contactors, switches,
digital ammeter with C.T.s etc. (Electrical termination suitable for copper bus duct)
Interconnecting cables between panel and heater
Hot Water Generator as decribed above of 325 KW Nos. 2
7 NS382 Floor Mounted Air handling Units
Supply, Installation, Testing and commissioning of factory built floor mounted chilled water double
skin type horizontal air handling units made of 25 mm thick panels consisting of preplasticized G.I.
casing of thickness 0.8mm outside layer and 0.8mm inside layer with polyurethane foam (PUF)
insulation having density of 42kg/m3 factory injected between them by injection moulding
machine, complete with DIDW backward curve SA blower section with blower (AMCA Certified)
suitable for static pressure as required, minimum 2 bend GSS/PVC eliminators,cooling coil section
with aluminium finned copper tubes (tubes thickness not less than 0.5 mm) cooling coil of
minimum 6/8 rows deep ( as specifed below), ESP/EAC equivalent to MERV-13 filter section, belt
drive package with TEFC drive motor of efficiency class IE3 suitable for 415 ± 10% V, 50Hz, 3 Phase
AC supply suitably designed for VFD applications, drain connections, stainless steel (18G) drain pan
with nitrile rubber insulation, dial type pressure gauges (2 Nos.)and industrial type thermometers
(2 Nos.) at the inlet and outlet of coil, auto purge valve wherever required, necessary vibration
isolation arrangement,gravity louver, fire retardent canvas connection inside AHU & for duct
connection complete with metallic flange & rubber gasket complete as per specification and of
following capacities.Suitable capacity of TP isolator within M.S enclosure box complete as
required and as per specifications
Electronic Air cleaner/Electrostatic precipitator module a hybrid air purification system that
improves the indoor air quality through reducing harmful pollutants like particulate matter (PMx),
PM 2.5, allergens, pollen, smoke,based on trap & kill technology. The unit should be UL listed . It
Contractor 540 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
should be equivalent to MERV 13 with low pressure drop of 0.25" wg @ 2.5 m/s. It should have
IMS (Intelligent maintenance system) which can be monitored on BMS. The units shall meet
2006/95/EC, 2013/35/EU, 2004/108/EC and 2014/30/EU or IEC 335-2-65:93 for Electrical
safety and EMC tests done and certified by an international agency. The central air cleaner units
must have a valid ANSI/ASHRAE 52.2 test report to verify filtration efficiency. The system must not
emit Ozone,and maximum exposure concentration of ozone should not exceed 0.01 ppm.The
power consumption per filter shall not be greater than 8.5 watts for 3400 CMH and 5.8 watts for
1700 CMH. All internal wiring etc. required including junction box to be provided by contractor
including all internal wiring complete in all respect. Filter should comply all parameters as specified
in technical specification.

AHU coils shall be AHRI/Eurovent certified


The AHUs shall have PHI cells UV lamp for air purification system/ cell based on advanced
oxidation system with100-380 nm wave length capability to generate hydro peroxides having UL,
TUV, EU and CE certification. The UV Lamp shall have ppc sleeve to prevent spirrage.Same shall be
installed inside AHU.UV lamp technical submittal to be provided for approval and complete
arrangement of installation of lamp to be provided by AHU vendor.The equipment shall conform
to UL 1598-09:2009, CAN/ CSA-C 22.2, EN 60335-1, EN 60335-2-65, TUV, CSA, EU standards,
certifications for cooling coil application.

7.1 NS382.1 5500 CFM, 50 mmwg, 6row deep cooling coil, 9.5 TR No. 1
7.2 NS382.2 12500 CFM, 50 mmwg, 6row deep cooling coil, 24.0 TR No. 4
7.3 NS382.3 13000 CFM, 60 mmwg, 6row deep cooling coil, 22.5 TR. AHU with mixing box No. 2
7.4 NS382.4 13500 CFM, 50 mmwg, 6row deep cooling coil, 25.5 TR No. 4
7.5 NS382.5 14000 CFM, 50 mmwg, 6row deep cooling coil, 26.5 TR No. 4
7.6 NS382.6 16000 CFM, 50 mmwg, 6row deep cooling coil, 26.5 TR No. 1
7.7 NS382.7 17000 CFM, 50 mmwg, 6row deep cooling coil, 27.5 TR No. 2
7.8 NS382.8 18000 CFM, 50 mmwg, 6row deep cooling coil, 29.0 TR No. 4
7.9 NS382.9 20000 CFM, 50 mmwg, 6row deep cooling coil, 37.0 TR No. 2

Contractor 541 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
7.10 NS382.10 21000 CFM, 50 mmwg, 6row deep cooling coil, 35.0 TR No. 1

7.11 NS382.11 24000 CFM, 50 mmwg, 6row deep cooling coil, 40.0 TR No. 1
7.12 NS382.12 11000 CFM, 55 mmwg, 8row deep cooling coil, 58.0 TR. AHU with 43 mm thick panels & thermal
break profile and weather proof canopy. Horse shoe heat pipe wrapped around cooling coil to be
provided. No. 2
7.13 NS382.13 9500 CFM, 55 mmwg, 8row deep cooling coil, 50.0 TR. AHU with 43 mm thick panels & thermal
break profile and weather proof canopy.Horse shoe heat pipe wrapped around cooling coil to be
provided. No. 1
8 NS383 Ceiling Suspended Air handling Units
Supply, Installation, Testing and commissioning of factory built floor mounted chilled water double
skin type ceiling suspendedair handling units made of 25 mm thick panels consisting of
preplasticized G.I. casing of thickness 0.63mm outside layer and 0.63mm inside layer with
polyurethane foam (PUF) insulation having density of 42kg/m3 factory injected between them
by injection moulding machine, complete with DIDW forward curve SA blower section with blower
(AMCA Certified) suitable for static pressure as required, minimum 2 bend GSS/PVC
eliminators,cooling coil section with aluminium finned copper tubes (tubes thickness not less than
0.5 mm) cooling coil of minimum 4/6 rows deep( as specified below), ESP/EAC equivalent to
MERV-13 filter section, belt drive package with TEFC drive motor of efficiency class IE3 suitable for
415 ± 10% V, 50Hz, 3 Phase AC supply suitably designed for VFD applications, drain connections,
stainless steel (18G) drain pan with nitrile rubber insulation, dial type pressure gauges (2 Nos.)and
industrial type thermometers (2 Nos.) at the inlet and outlet of coil, auto purge valve wherever
required, necessary vibration isolation arrangement,gravity louver, fire retardent canvas
connection inside AHU & for duct connection complete with metallic flange & rubber gasket
complete as per specification and of following capacities.Suitable capacity of TP isolator within M.S
enclosure box complete as required and as per specifications

Contractor 542 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
Electronic Air cleaner/Electrostatic precipitator module a hybrid air purification system that
improves the indoor air quality through reducing harmful pollutants like particulate matter (PMx),
PM 2.5, allergens, pollen, smoke,based on trap & kill technology. The unit should be UL listed . It
should be equivalent to MERV 13 with low pressure drop of 0.25" wg @ 2.5 m/s. It should have
IMS (Intelligent maintenance system) which can be monitored on BMS. The units shall meet
2006/95/EC, 2013/35/EU, 2004/108/EC and 2014/30/EU or IEC 335-2-65:93 for Electrical
safety and EMC tests done and certified by an international agency. The central air cleaner units
must have a valid ANSI/ASHRAE 52.2 test report to verify filtration efficiency. The system must not
emit Ozone,and maximum exposure concentration of ozone should not exceed 0.01 ppm.The
power consumption per filter shall not be greater than 8.5 watts for 3400 CMH and 5.8 watts for
1700 CMH. All internal wiring etc. required including junction box to be provided by contractor
including all internal wiring complete in all respect. Filter should comply all parameters as specified
in technical specification.
AHU coils shall be AHRI/Eurovent certified
The AHUs shall have PHI cells UV lamp for air purification system/ cell based on advanced
oxidation system with100-380 nm wave length capability to generate hydro peroxides having UL,
TUV, EU and CE certification. The UV Lamp shall have ppc sleeve to prevent spirrage.Same shall be
installed inside AHU.UV lamp technical submittal to be provided for approval and complete
arrangement of installation of lamp to be provided by AHU vendor.The equipment shall conform
to UL 1598-09:2009, CAN/ CSA-C 22.2, EN 60335-1, EN 60335-2-65, TUV, CSA, EU standards,
certifications for cooling coil application.
8.1 NS383.1 1500 CFM, 35 mmwg, 4row deep cooling coil, 2.5TR No. 4
8.2 NS383.2 2000 CFM, 35 mmwg, 4row deep cooling coil, 4.0TR No. 1
8.3 NS383.3 2500 CFM, 35 mmwg, 4row deep cooling coil, 5.0TR No. 6
8.4 NS383.4 3000 CFM, 35 mmwg, 4row deep cooling coil, 5.0TR No. 3
8.5 NS383.5 3000 CFM, 35 mmwg, 4row deep cooling coil, 6.0TR No. 9
8.6 NS383.6 3500 CFM, 35 mmwg, 4row deep cooling coil, 6.0TR No. 5
8.7 NS383.7 3500 CFM, 35 mmwg, 4row deep cooling coil, 6.5TR No. 2
8.8 NS383.8 3500 CFM, 35 mmwg, 4row deep cooling coil, 7.0TR No. 5
Contractor 543 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
8.9 NS383.9 4000 CFM, 35 mmwg, 4row deep cooling coil, 7.0TR No. 5
8.10 NS383.10 4500 CFM, 35 mmwg, 4row deep cooling coil, 7.5TR No. 1
8.11 NS383.11 5000 CFM, 40mmwg, 4row deep cooling coil, 8.5TR No. 4
8.12 NS383.12 5000 CFM, 40mmwg, 4row deep cooling coil, 9.0TR No. 4
8.13 NS383.13 5500 CFM, 40mmwg, 4row deep cooling coil, 9.0TR No. 2
8.14 NS383.14 6000 CFM, 40mmwg, 4row deep cooling coil, 11.0 TR No. 2
8.15 NS383.15 6500 CFM, 40mmwg, 4row deep cooling coil, 11.5 TR No. 4
8.16 NS383.16 1000 CFM, 40mmwg, 8row deep cooling coil, 6.5 TR No. 3
9 NS384 FAN COIL UNIT
Supply, installation, testing and commissioning of ceiling suspended High static type FCU's having
minimum adequate external static pressure to take 25 FT (equivalent) duct length, each complete
with 3 row deep cooling coil of copper tubes aluminium fins construction, centrifugal fan, 3 speed
motor, filters, insulated drain pan, canvas connection, coil piping connections, condensate U trap
drain connection, complete as required complete with bronze/brass ball valve with and without
strainer, PID valves, thermostats and electrical wiring, manual air vent valve etc. as required as per
specification & drawings with the following capacities:- (All valves shall be insulated at site.)

9.1 NS384.1 1.0 TR, 400 CFM No. 3


9.2 NS384.2 1.5 TR, 600 CFM No. 10
9.3 NS384.3 2.0 TR, 800 CFM No. 8
9.4 NS384.4 2.5 TR, 1000 CFM No. 4
9.5 NS384.5 3.0 TR, 1200 CFM No. 7
10 NS385 CHIILED WATER CASSETTE UNIT

Contractor 544 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
Supply, installation, testing and commissioning of ceiling mounted chilled water hyronic cassette
type unit, powder coated galvanized steel housing, each complete with 3 row deep cooling coil of
copper tubes aluminium fins construction, centrifugal fan, 3 speed motor, filters, insulated drain
pan, in built drain pump,coil piping connections, condensate drain connection, complete as
required complete with bronze/brass ball valve with and without strainer, PID valves, thermostats,
ON/OFF remote and electrical wiring etc. as required as per specification & drawings with the
following capacities:- (All valves shall be insulated at site.)
10.1 NS385.1 2.0 TR, 800 CFM No. 6
11 NS386 HEAT RECOVERY WHEEL UNIT
Supply, installation, testing and commissioning of Heat recovery unit Double skin unit with 43 mm
thick with Thermal break profile consisting of 0.8 mm thick Pre-Coated GI sheet Outer skin & 0.8
mm thk GI sheet metal cabinet type plain Inner skin , 42 kg/cum polyurethane foam sandwiched
between panels complete with pre filter of MERV -8 efficiency at fresh air inlet and ESP/EAC
equivalent to MERV-13 filter at fresh air outlet, MERV-8 filter at return air outlet. Supply air &
Exhaust/ return air fan sections complete with blowers DIDW backward curved centrifugal fans
(AMCA Certified) suitable for static pressure as required, belt drive package with TEFC drive
motors of efficiency class IE3 suitable for 415 ± 10% V, 50Hz, 3 Phase AC supply suitably designed
for VFD applications. Heat recovery unit shall be wheel type of aluminium with 3 angstrom
molecular sieve which is for recovery of both latest and sensible load. The unit shall have two
separate passages one for supply of fresh air and the other for exhaust of cool air from the rooms
after the recovery of energy, with all accessories as required. The fan outlet velocity shall be
limited to 9.5 MPS maximum and face velocity across filter shall be limited to 500 FPM maximum.
The unit wheel shall be min. 275 mm thick and shall be capable of recovering at least 75% latent as
well as sensible energy. The unit shall be complete as per drawings and specifications. The unit
shall be provided with weather proof canopy.Suitable capacity of TP isolator within M.S enclosure
box complete as required and as per specifications
Electronic Air cleaner/Electrostatic precipitator module a hybrid air purification system that
improves the indoor air quality through reducing harmful pollutants like particulate matter (PMx),
PM 2.5, allergens, pollen, smoke,based on trap & kill technology. The unit should be UL listed . It
should be equivalent to MERV 13 with low pressure drop of 0.25" wg @ 2.5 m/s. It should have
Contractor 545 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
IMS (Intelligent maintenance system) which can be monitored on BMS. The units shall meet
2006/95/EC, 2013/35/EU, 2004/108/EC and 2014/30/EU or IEC 335-2-65:93 for Electrical
safety and EMC tests done and certified by an international agency. The central air cleaner units
must have a valid ANSI/ASHRAE 52.2 test report to verify filtration efficiency. The system must not
emit Ozone,and maximum exposure concentration of ozone should not exceed 0.01 ppm.The
power consumption per filter shall not be greater than 8.5 watts for 3400 CMH and 5.8 watts for
1700 CMH. All internal wiring etc. required including junction box to be provided by contractor
including all internal wiring complete in all respect. Filter should comply all parameters as specified
in technical specification.
HRW unit have minimum 2 bend GSS/PVC eliminators,cooling coil section with aluminium finned
copper tubes (tubes thickness not less than 0.5 mm) cooling coil of minimum 8 rows deep (coils
shall be AHRI/Eurovent certified),drain connections, stainless steel (18G) drain pan with nitrile
rubber insulation, dial type pressure gauges (2 Nos.)and industrial type thermometers (2 Nos.) at
the inlet and outlet of coil, auto purge valve wherever required, necessary vibration isolation
arrangement,gravity louver, fire retardent canvas connection inside unit & for duct connection
complete with metallic flange & rubber gasket complete as per specification and of following
capacities.
The unit shall have PHI cells UV lamp for air purification system/ cell based on advanced oxidation
system with100-380 nm wave length capability to generate hydro peroxides having UL, TUV, EU
and CE certification. The UV Lamp shall have ppc sleeve to prevent spirrage.Same shall be installed
inside HRW unit.UV lamp technical submittal to be provided for approval and complete
arrangement of installation of lamp to be provided by vendor. The equipment shall conform to UL
1598-09:2009, CAN/ CSA-C 22.2, EN 60335-1, EN 60335-2-65, TUV, CSA, EU standards,
certifications for cooling coil application.
Heat recovery wheel shall be designed for ambient temperature of:
Summer -DBT 110 °F & WBT 75 °F
Monsoon-DBT 95 °F & WBT 83 °F
Winter-DBT 45 °F & WBT 41 °F
The return air temperature of air stream will be DBT 27°C in summer / monsoon respectively & RH
55%.
Contractor 546 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
The return air temperature of air stream will be DBT 15°C in winter respectively & RH 55%.

NS386.1 Supply Air fan- 17500 CFM, 75 mmwg Static Pressure (11.0 KW)
11.1 Return Air fan- 10000 CFM, 50 mmwg Static Pressure (5.5 KW)
Cooling coil-92.0TR No. 1

NS386.2 Supply Air fan- 7000 CFM, 75 mmwg Static Pressure (5.5 KW)
11.2 Return Air fan- 5500 CFM, 50 mmwg Static Pressure (3.7 KW)
Cooling coil-37.0TR No. 1

NS386.3 Supply Air fan- 20000 CFM, 75 mmwg Static Pressure (15 KW)
11.3 Return Air fan- 16000 CFM, 50 mmwg Static Pressure (7.5 KW)
Cooling coil-105.0TR No. 1

12 NS387 HI-WALL SPLIT UNIT


Supply, Installation, testing and commissioning of following capacity Hi Wall type split air-
conditioning unit suitable to operate between 180-260 volt, 50 Hz, 1 phase power supply, with air-
cooled evaporator with coil, fan, and fan motor, air-cooled condenser with hermetically sealed
rotary/ scroll compressor(with R-410a/R-32/R-407c/R-134a), condenser coil, propeller fans
controls, control panel, including control wiring,cordless remote, Necessary supporting
arrangement for indoor unit, M.S. frame duly Powder Coated/ Epoxy painted as per approved
shade by architect to locate Outdoor Unit with necessary vibration isolation arrangement as per
site condition etc. The Unit should be at least 3 Star rated (on the date of procurements, the
minimum EER value of the units should be as per ECBC-2017). The Refrigerant pipe size and gas
quantity should suit to the copper pipe length at actual. The capacity guarantee should be ensured
by the manufacturer. The provided unit should have inbuilt automatic voltage stabilizer with time
delay realy.
Civil Work such as wall hole making , wall chisling ,refilling of chiseling part with mortar etc as per
site condition.

Contractor 547 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
Nitrogen pressure testing for leakages & flushing during installation & after commissioning
between IDU & ODU with flare nuts
The Outdoor unit Compressor must be provided with 5 Year Warranty Period.

12.1 NS387.1 2.0 TR Nos. 2


12.2 NS387.2 1.5 TR Nos. 3

13 NS388 REFRIGERANT PIPING WITH CABLE


Supply, Installation, Testing & Commissioning including pressure testing as per specifications of
copper refrigerant piping complete with all copper fittings for the split units along with connecting
control/ power cable required for IDU to ODU. Piping associated with the units to be insulated
with 13 mm thick closed cell elastomeric nitrile rubber insulation in tubing form as required.
Piping along with connecting cable shall be laid on proper slotted angle trays and cost for the
same shall be included. Cost of sealant to be included for sealing all refrigerant sleeves after
installation of pipes with insulation & pressure testing.

13.1 NS388.1 Pair of soft copper refrigerant piping for 2.0TR,1.5TR & 1.0TR Hi wall split unit. Price shall be
inclusive of all fittings (elbows, bends, reducers etc.) along with required size of control/power
cable. Rmt. 50

14 NS389 DRAIN PIPING


Providing & fixing of uPVC Pipe complete with fittings, supports as per specifications and duly
insulated with 9 mm thick pipe section of closed cell nitrile rubber as per direction of Engineer-In-
Charge & specifications enclosed as reqd.

14.1 NS389.1 25 mm dia Rmt. 20


14.2 NS389.2 20 mm dia Rmt. 30

15 NS390 Supply,Installation,Testing and Commissioning of Auto Sequencing timer controller complete with

Contractor 548 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
enclosure/accessories having facility for configuration of the same as per requirement for
sequenced Start/Stop for Central control room’s units (dedicated for each room).

15.1 NS390.1 1.5 TR-Fire Control Room (1W+1S) Set 1


15.2 NS390.2 1.5 TR-Fire Control Room (1W+1S) Set 1

16 NS391 VARIABLE FREQUENCY DRIVES

Supply of following HVAC dedicated VFDs with IP 20 (for Indoor application), for outddor
application (IP-65) enclosures , complying with the tender specifications and having:
1. Without any active harmonic filters and accessories, required to limit THDI & THDV to 30%.
2. built-in EMC Filters (electromagnetic compatibility filters) for for VFDs for restriction of
conducted emissions to comply with IEC61800: 3 (unrestricted distribution):2004 Category C 3,
3. Two feedback PID controller having capability to simultaneously accept 3 feedback signals from
temperature sensors or pressure sensors or CO2 sensors for process optimization and accordingly
regulate the speed of the AHUs or pumps.
4. Automatic Energy Optimization / Load dependent flux optimization functionality for maximum
energy savings.
5. MODBUS RTU / BACNET as the communication protocol between BMS & VFDs.

16.1 NS391.1 3.7KW No. 2


16.2 NS391.2 5.5KW No. 5
16.3 NS391.3 7.5KW No. 15
16.4 NS391.4 9.3 KW No. 3
16.5 NS391.5 11.0KW No. 8
16.6 NS391.6 15.0KW No. 2
16.7 NS391.7 18.5KW No. 24
16.8 NS391.8 22.0 KW No. 4
Contractor 549 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
16.9 NS391.9 30.0 KW No. 4

17 NS392 BASEMENT VENTILATION FAN

17.1 NS392.1 FRESH AIR FAN


Supply, installation, testing and commissioning of vane axial flow type supply air fan of following
capacity with powder coated MS/GSS casing and aluminium alloy impellers with high efficiency
aero-foil sections, blades, the impeller directly driven by TEFC induction motor (IE-2) suitable for
VFD application and ‘F’ class insulation suitable for 3 Phase, 50 Hz, 415±10% Volt, ac supply (motor
suitable for 725/900/1400/2900 RPM or 2/4/6/8 pole). Fans should be AMCA certified for air and
sound performance in accordance to AMCA. The sound pressure should not exceed 80db(A) at a
distance of 3 Mts. The minimum efficiency of fan should not be less than 65%. Fan to be supplied
with factory fitted round to square transition connector not less than 18G GSS sheet complete in
all respect as required OR shall be manufactured with factory fabricated MS square flanges on the
Suction & discharge fan itself (AS PER SITE CONDITIONS).Fan should be complete with all
accessories including vibration isolators, double canvas connection,inlet & outlet cone, mounting
brackets,nut, bolts, bird screen at inlet & outlet, garvity louver etc. as specified in the specification.
Suitable capacity of TP isolator within M.S enclosure box complete as required and as per
specifications

17.1.1 NS392.1.
43000 CFM, Static Pressure 45 mmwg
1 Nos. 2
17.1.2 NS392.1. 41500 CFM, Static Pressure 45 mmwg
2 Nos. 2
17.1.3 NS392.1. 48000 CFM, Static Pressure 45 mmwg
3 Nos. 2
17.1.4 NS392.1. 25000 CFM, Static Pressure 45 mmwg
4 Nos. 4
17.1.5 NS392.1.
26000 CFM, Static Pressure 45 mmwg
5 Nos. 4
Contractor 550 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
17.1.6 NS392.1.
11500 CFM, Static Pressure 30 mmwg
6 Nos. 1
17.1.7 NS392.1. 34500 CFM, Static Pressure 30 mmwg
7 Nos. 4
17.1.8 NS392.1. 14000 CFM, Static Pressure 30 mmwg
8 Nos. 1
17.1.9 NS392.1.
9 20000 CFM, Static Pressure 30 mmwg
Nos. 1
17.1.10 NS392.1.
8000 CFM, Static Pressure 30 mmwg
10 Nos. 1

17.2 NS392.2 EXHAUST AIR FAN

Contractor 551 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
Supply, installation, testing and commissioning of vane axial flow type supply air fan of following
capacity with powder coated MS/GSS casing and aluminium alloy impellers with high efficiency
aero-foil sections, blades, the impeller directly driven by TEFC induction motor (IE-2) suitable for
VFD application and ‘H’ class insulation suitable for 3 Phase, 50 Hz, 415±10% Volt, ac supply (motor
suitable for 725/900/1400/2900 RPM ot 2/4/6/8 pole). Fans should be UL listed & AMCA certified
for air and sound performance in accordance to AMCA. Fan and Motor for Fire exhaust fans shall
be suitable for operation at minimum 250 deg C for 2 hrs.The sound pressure should not exceed
80db(A) at a distance of 3 Mts. The minimum efficiency of fan should not be less than 65%. Fan to
be supplied with factory fitted round to square transition connector not less than 18G GSS sheet
complete in all respect as required OR shall be manufactured with factory fabricated MS square
flanges on the Suction & discharge fan itself (AS PER SITE CONDITIONS). Fan should be complete
with all accessories including vibration isolators, double canvas connection,inlet & outlet cone,
mounting brackets,nut, bolts, bird screen at inlet & outlet, gravity louver etc. as specified in the
specification. Suitable capacity of TP isolator within M.S enclosure box complete as required and
as per specifications

17.2.1 NS392.2. 43000 CFM, Static Pressure 45 mmwg


1 Nos. 2
17.2.2 NS392.2. 41500 CFM, Static Pressure 45 mmwg
2 Nos. 2
17.2.3 NS392.2.
48000 CFM, Static Pressure 45 mmwg
3 Nos. 2
17.2.4 NS392.2.
25000 CFM, Static Pressure 45 mmwg
4 Nos. 4
17.2.5 NS392.2.
26000 CFM, Static Pressure 45 mmwg
5 Nos. 4

Contractor 552 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
17.2.6 NS392.2.
11500 CFM, Static Pressure 30 mmwg
6 Nos. 1
17.2.7 NS392.2.
34500 CFM, Static Pressure 30 mmwg
7 Nos. 4
17.2.8 NS392.2.
14000 CFM, Static Pressure 30 mmwg
8 Nos. 1
17.2.9 NS392.2.
20000 CFM, Static Pressure 30 mmwg
9 Nos. 1
17.2.10 NS392.2.
8000 CFM, Static Pressure 30 mmwg
10 Nos. 1

18 NS399 SMOKE EXTRACTION FOR UPPER FLOOR & PRESSURIZATION

18.1 NS399.1 FRESH AIR FAN


Supply, installation, testing and commissioning of tube axial flow type supply air fan of following
capacity with powder coated MS/GSS casing and aluminium alloy impellers with high efficiency
aero-foil sections, blades, the impeller directly driven by TEFC induction motor (IE-2) suitable for
VFD application and ‘F’ class insulation suitable for 3 Phase, 50 Hz, 415±10% Volt, ac supply (motor
suitable for 725/900/1400/2900 RPM ot 2/4/6/8 pole). Fans should be AMCA certified for air and
sound performance in accordance to AMCA. The sound pressure should not exceed 80 db(A) at a
distance of 3 Mts. The minimum efficiency of fan should not be less than 60%. Fan to be supplied
with factory fitted round to square transition connector not less than 18G GSS sheet complete in
all respect as required OR shall be manufactured with factory fabricated MS square flanges on the
Suction & discharge fan itself (AS PER SITE CONDITIONS). Fan should be complete with all
accessories including vibration isolators, double canvas connection,inlet & outlet cone, mounting
brackets,nut, bolts, bird screen at inlet & outlet, gravity louver etc. as specified in the specification.
Suitable capacity of TP isolator within M.S enclosure box complete as required and as per
specifications

Contractor 553 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
18.1.1 NS399.1.
14000 CFM, Static Pressure 35 mmwg
1 Nos. 8
18.1.2 NS399.1.
29000 CFM, Static Pressure 35 mmwg
2 Nos. 4
18.1.3 NS399.1.
27500 CFM, Static Pressure 35 mmwg
3 Nos. 2
18.1.4 NS399.1.
8000 CFM, Static Pressure 35 mmwg
4 Nos. 1
18.1.5 NS399.1.
12500 CFM, Static Pressure 35 mmwg
5 Nos. 2
18.1.6 NS399.1.
26000 CFM, Static Pressure 35 mmwg
6 Nos. 2
18.1.7 NS399.1.
13500 CFM, Static Pressure 35 mmwg
7 Nos. 1
18.1.8 NS399.1.
22000 CFM, Static Pressure 35 mmwg
8 Nos. 2
18.1.9 NS399.1.
28500 CFM, Static Pressure 35 mmwg
9 Nos. 2
18.1.10 NS399.1.
6500 CFM, Static Pressure 35 mmwg
10 Nos. 4
18.1.11 NS399.1.
18000 CFM, Static Pressure 35 mmwg
11 Nos. 1
18.1.12 NS399.1.
8000 CFM, Static Pressure 30 mmwg
12 Nos. 1

PRESSURIZATION FAN
18.1.13 NS399.1.
8000 CFM, Static Pressure 30 mmwg
13 Nos. 7
18.1.14 NS399.1.
9000 CFM, Static Pressure 30 mmwg
14 Nos. 1

Contractor 554 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
18.1.15 NS399.1.
10000 CFM, Static Pressure 30 mmwg
15 Nos. 2
18.1.16 NS399.1.
11000 CFM, Static Pressure 30 mmwg
16 Nos. 1
18.1.17 NS399.1.
11500 CFM, Static Pressure 30 mmwg
17 Nos. 2
18.1.18 NS399.1.
19000 CFM, Static Pressure 30 mmwg
18 Nos. 2

18.2 NS399.2 EXHAUST AIR FAN


Supply, installation, testing and commissioning of vane axial flow type supply air fan of following
capacity with powder coated MS/GSS casing and aluminium alloy impellers with high efficiency
aero-foil sections, blades, the impeller directly driven by TEFC induction motor (IE-2) suitable for
VFD application and ‘H’ class insulation suitable for 3 Phase, 50 Hz, 415±10% Volt, ac supply (motor
suitable for 725/900/1400/2900 RPM ot 2/4/6/8 pole). Fans should be UL listed & AMCA certified
for air and sound performance in accordance to AMCA. Fan and Motor for Fire exhaust fans shall
be suitable for operation at minimum 250 deg C for 2 hrs.The sound pressure should not exceed
80 db(A) at a distance of 3 Mts. The minimum efficiency of fan should not be less than 60%. Fan to
be supplied with factory fitted round to square transition connector not less than 18G GSS sheet
complete in all respect as required OR shall be manufactured with factory fabricated MS square
flanges on the Suction & discharge fan itself (AS PER SITE CONDITIONS). Fan should be complete
with all accessories including vibration isolators, double canvas connection,inlet & outlet cone,
mounting brackets,nut, bolts, bird screen at inlet & outlet, gravity louver etc. as specified in the
specification. Suitable capacity of TP isolator within M.S enclosure box complete as required and
as per specifications

18.2.1 NS399.2. 14000 CFM, Static Pressure 35 mmwg


1 Nos. 8
18.2.2 NS399.2. 29000 CFM, Static Pressure 35 mmwg
2 Nos. 4
Contractor 555 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
18.2.3 NS399.2. 27500 CFM, Static Pressure 35 mmwg
3 Nos. 2
18.2.4 NS399.2. 8000 CFM, Static Pressure 35 mmwg
4 Nos. 1
18.2.5 NS399.2. 12500 CFM, Static Pressure 35 mmwg
5 Nos. 2
18.2.6 NS399.2. 26000 CFM, Static Pressure 35 mmwg
6 Nos. 2

18.2.7 NS399.2. 13500 CFM, Static Pressure 35 mmwg


7 Nos. 1
18.2.8 NS399.2.
22000 CFM, Static Pressure 35 mmwg
8 Nos. 2
18.2.9 NS399.2.
28500 CFM, Static Pressure 35 mmwg
9 Nos. 2
18.2.10 NS399.2.
6500 CFM, Static Pressure 35 mmwg
10 Nos. 4
18.2.11 NS399.2.
18000 CFM, Static Pressure 35 mmwg
11 Nos. 1

19 NS400 INLINE FAN


Supply , installation ,testing and commissioning of Inline fan suitable for following capacities
complete with sheet metal casing, electric motor and centrifugal fan suitable for operation on
220 V ± 10%,50 Hz, 1 phase AC supply fitted with speed regulator, 15 Amp plug and wiring
between the fan and the socket and accessories like gravity louvers , canvas coonection for
duct,wire guard & bird screen etc.

19.1 NS400.1 500 CFM, 15mm Static Pressure Nos 2

20 NS402 PROPELLER FAN


Contractor 556 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
Supplying, installation, testing & commissioning of Propeller type fans for following capacities
complete with electric motor suitable for operation on 220 V ± 10%,50 Hz, 1 phase AC supply
fitted with speed regulator, 15 Amp plug and wiring between the fan and the socke, mountings,
frames, louvers and bird screen etc.

20.1 NS402.1 150mm dia Nos 1

21 NS403 AIR WASHER UNITS FOR KITCHEN


Supply,installation,testing and commissioning of "Package" outdoor type double skin Evaporative
air washer, made of 25 mm thick panels consisting of pre painted/preplasticized GSS sheet of
thickness 0.8 mm outside layer and 0.8 mm inside layer with polyurethane foam (PUF) insulation
of density 40 kg/m3 factory injected between them by injection moulding machine, comprising of
DIDW GI epoxy coated fan,Forward / Backward curved,complete with base frame,casing made out
of 16G galvanised sheet powder coated having flanged and bolted panels insulated with TF quality
expanded polystyrene,wet section & tank shall be made of 2 mm thick SS 304. The Air-washer shall
be complete with fill of depth 200 mm (Celdek Fill), 50mm thick HDPE prefilter & face velocity
across the fill shall be limited to 500 FPM. The complete Air-washer shall have an adiabatic effiency
of 90% & shall be complete with TEFC sq. cage induction motor (IE-2) with IP-55 protection
suitable for operation on 415 ± 10% voltage, 50 Hz A/c 3 phase,1440rpm, belt, drive package, GI B
Class interconnecting piping aluminum viscous filter,float valve, quick fill,makeup, overflow and
drain connection, spray headers, strainer of wire mesh brass screen etc. & of the following
capacities. The Air-washer shall be complete with water circulation pumps including one No. stand
by pump. The pump / motor should have suitable protection cover. The unit should be complete
with all accessories including internal flexible connection with flanges, canvas connection for duct ,
vibration isolators, gravity louvers as required as per specification.Suitable capacity of TP isolator
within M.S enclosure box complete as required and as per specifications
21.1 NS403.1 8500 CFM, 50mm Static Pressure Nos 3

22 NS404 DRY SCRUBBER UNIT FOR KITCHEN

Contractor 557 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
Supply, Installation, Testing and Commissioning of Electrostatic Type Kitchen Exhaust Air Cleaner
(Dry Scrubber) complete with the following accessories, components etc.making it a completely
functional dry scrubber suitable for Kitchen Hood Exhaust.

The component to be included are


1. Casing - Shall be made of 0.8mm galvanized pre-plasticized/powder coated sheet on outside and
0.8 mm GI sheet inside with PUF foam of 42 kg/m3 density insulation in between sheets to make
25 mm thick panels.
2. Pre Filter Section with Wire Mesh SS Filters for Coarse Particle Removal
3. Electrostatic Precipitator Section - Electrostatic section shall be made of 16 gauge galvanised
sheet, high bake epoxy powder coated, SS Spiked ionizers to create highvoltage DC field, aluminum
collector plates which should be alternatively charged positive and negative with large collecting
area with deep cell, to work as magnet for charged smoke and oil particles. Average efficiency of
90-95% in single pass as per ASHRAE/DOP test method. Electrostatic Precipitator should be able to
charge particles from 0.01 micron to 10 microns through solid state power supply. Collector cell
should be of permanent type and incorporate slide out facility for easy removal for cleaning.Power
supplies shall be 100% solid state.
4. Outdoor type fan section with DIDW Backward Curved Fan having suitable capacity @ specified
SP and should be complete with suitable TEFC Induction Motor (IE-2) and Belt Drive arrangements
as required and as per specification.
5.Fan should be complete with all accessories including canvas connection inside unit & for duct
connection,vibartion isloator, gravity louvers etc. as specified in the specification.Suitable capacity
of TP isolator within M.S enclosure box complete as required and as per specifications

22.1 NS404.1 10000 CFM, 90mm Static Pressure Nos 3

TOTAL-SUB-HEAD 'A' - EQUIPMENT

SUB-HEAD 'B' - CHILLED WATER & CONDENSER WATER PIPING WORK

Contractor 558 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)

1 NS405 CHILLED WATER PIPING (INSULATED)


NS405.1 Supplying, laying/ fixing, testing and commissioning of following nominal sizes of chilled water
piping inside the building (withnecessary clamps, vibration isolators and fittings but excluding
valves, strainers, gauges etc.) duly insulated with 80 kg/cumdensity resin bonded fiber glass (non
Combustible) pipe section insulation and finally applying 0.63mm aluminium sheet cladding
complete with type3 , grade 1 roofing feltstrip(as per IS:1322 as amended up to date ) at joints and
repairing of damage to building etc. as per specifications and as required.
Note: The Pipes of sizes 150mm & below shall be M.S. 'C' classas per IS : 1239 and pipes size above
150mm shall be weldedblack steel pipe heavy class as per IS: 3589, from minimum
6.35mm thick M.S. Sheet for pipes upto 350 mm dia. and fromminimum 7mm thick MS sheet for
pipes of 400 mm dia andabove.
1.1 NS405.1. 300 mm dia. (75 mm thick insulation)
1 RM. 410
1.2 NS405.1. 250 mm dia. (75 mm thick insulation)
2 RM. 120
1.3 NS405.1.
200 mm dia. (75 mm thick insulation)
3 RM. 185

1.4 NS405.1.
150 mm dia. (50 mm thick insulation)
4 RM. 130
1.5 NS405.1.
125 mm dia. (50 mm thick insulation)
5 RM. 155
1.6 NS405.1.
100 mm dia. (50 mm thick insulation)
6 RM. 110
1.7 NS405.1.
80 mm dia. (50 mm thick insulation)
7 RM. 535
1.8 NS405.1.
65 mm dia. (50 mm thick insulation)
8 RM. 630
1.9 NS405.1. 50 mm dia. (50 mm thick insulation) RM. 520
Contractor 559 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
9
1.10 NS405.1.
40 mm dia. (50 mm thick insulation)
10 RM. 380
1.11 NS405.1.
32 mm dia. (50 mm thick insulation)
11 RM. 735
1.12 NS405.1.
25 mm dia. (50 mm thick insulation)
12 RM. 440

2 NS406 INSULATED VALVES

Supplying, fixing, testing and commissioning of valves, strainers, gauges in the chilled water duly
insulated to the same specifications as the connected piping and adequately supported
completely as per specifications.All valves to be insulated at site only.
2.1 NS406.1 Supplying, fixing, testing and commissioning of following sizes Motorized Butterfly Valve with CI
Body, SS Disc, O - ring and minimum PN-16 pressure rating, conforming to BS 5155, IS 13095, with
IP-55 actuator, capable of accepting upto 10V DC , and upto 20 mA electric signal and providing
similar transduced feedback output to control system as required.

2.1.1 NS406.1.
200 mm dia.
1 Nos. 5

2.2 NS406.2 BUTTERFLY VALVE (MANUAL) with C I body SS Disc, Nitrile Rubber Seal & O- Ring PN 16 pressure
rating for chilled water/ hot water circulation as specified.

2.2.1 NS406.2.
300 mm dia.
1 Nos. 7
2.2.2 NS406.2.
200 mm dia.
2 Nos. 22
2.2.3 NS406.2. 150 mm dia. Nos. 2
Contractor 560 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
3
2.2.4 NS406.2.
125 mm dia.
4 Nos. 2
2.2.5 NS406.2.
100 mm dia.
5 Nos. 22
2.2.6 NS406.2.
80mm dia.
6 Nos. 22
2.2.7 NS406.2.
65mm dia.
7 Nos. 46
2.2.8 NS406.2.
50mm dia.
8 Nos. 4

2.3 NS406.3 Y - Strainer of Ductile CI Body flanged ends with stainless steel strainer for chilled water
circulation including insulation as specified.

2.3.1 NS406.3.
200 mm dia.
1 Nos. 8
2.3.2 NS406.3.
125 mm dia.
2 Nos. 1
2.3.3 NS406.3.
100 mm dia.
3 Nos. 2
2.3.4 NS406.3.
80mm dia.
4 Nos. 6
2.3.5 NS406.3.
65mm dia.
5 Nos. 21
2.3.6 NS406.3.
50mm dia.
6 Nos. 1

Contractor 561 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
2.4 NS406.4 Balancing Valve with Built in Measuring Facility with C I body flanged construction with EPDM
coated disc with longpitch with protected out pipe insulation & PN 16 pressure ratingfor chilled /
hot water circulation as specified.

2.4.1 NS406.4.
300 mm dia.
1 Nos. 1
2.4.2 NS406.4.
200 mm dia.
2 Nos. 5
2.4.3 NS406.4.
150 mm dia.
3 Nos. 1
2.4.4 NS406.4.
125 mm dia.
4 Nos. 1
2.4.5 NS406.4.
100 mm dia.
5 Nos. 7
2.4.6 NS406.4.
80 mm dia.
6 Nos. 5
2.4.7 NS406.4.
65 mm dia.
7 Nos. 1
2.4.8 NS406.4.
50 mm dia.
8 Nos. 2

2.5 NS406.5 Non return valve with dual plate of CI body and SS plates vulcanized NBR seal flanged and PN 16
pressure rating for chilled / hot water circulation including insulation as specified.

2.5.1 NS406.5.
200 mm dia.
1 Nos. 8

2.6 NS406.6 Flexible Connection (Neoprene Rubber Type)

Contractor 562 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
2.6.1 NS406.6.
200 mm dia.
1 Nos. 24

2.7 NS406.7 Ball Valves


2.7.1 NS406.7.
40mm dia. With strainer
1 Nos. 16
2.7.2 NS406.7.
40mm dia. Without strainer
2 Nos. 16
2.7.3 NS406.7.
32mm dia.With strainer
3 Nos. 39
2.7.4 NS406.7.
32mm dia.Without strainer
4 Nos. 39
2.7.5 NS406.7.
25mm dia. With strainer
5 Nos. 4
2.7.6 NS406.7.
25mm dia. Without strainer
6 Nos. 4

2.8 NS406.8 PRESSURE INDEPENDENT BALANCING CUM CONTROL VALVE WITH THERMOSTAT/HIGH
RANGEABILITY VALVE WITH THERMOSTAT FOR AHU
Supply, Installation, Testing and Commissioning of following sizes electronic, self-balancing,
pressure independent type dynamic balancing valve with integrated 2 way modulating control
valve in a single body. The actuator shall be capable of accepting upto 10V DC and upto 20 mA
electric signal and shall provide similar transduced feedback output to control system. Maximum
close off pressure shall not be less than 6 Bar for upto 50 mm valves and 7 Bar for 65 mm & above.
Valves should have pressure rating of 25 Bar minimum.

2.8.1 NS406.8. 19 - 34.0 LPM Set 2


1
2.8.2 NS406.8. 34.1 - 64.2 LPM Set 39
2
Contractor 563 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
2.8.3 NS406.8. 64.6 - 102 LPM Set 14
3
2.8.4 NS406.8. 102.4 - 189 LPM Set 4
4
2.8.5 NS406.8. 189.4 - 310 LPM Set 21
5
2.8.6 NS406.8. 310.3 - 567 LPM Set 8
6
2.8.7 NS406.8. 567.3 - 1134 LPM Set 2
7

2.9 NS406.9 Closed Expansion Tank with Pressurized Unit


Supply, installation, testing and commissioning of duly insulated pressureless closed expansion
tank with pressurized units with pumps with built in dearator or non precharged closed expansion
tank with pressurized units with built in degasser. The system should be complete with all
accessories as required and specified in specification.
2.9.1 NS406.9. 1500ltrs.
1 Set 1

2.10 NS406.10 Vaccum Degasser


Supply,installation,testing and commissioning of duly insulated vaccum degasser complete with
connection and as per the specifications.

2.10.1 NS406.10 Total TR- 1050/ 2520US GPM & 300mm dia chilled water main line Set 1
.1

2.11 NS406.11 Air Separator & Dirt Separator

Contractor 564 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)

Supply, Installation, Testing & Commissioning of duly insulated Air separator & Dirt Separators for
air & dirt removal including magnetic particles using a ferro magnet. The dirt separator should be
able to remove particle sizes upto 5 microns, and shall be located on the return water line at pump
suction. The separator should be complete with service valve, non return valve, butterfly valve
connection for makeup water inlet, flanges, drain valve etc. and complete as per the specifications.
The separator shall be of floowing flow rates:-

2.11.1 NS406.11
.1 1050TR/ 2520 USGPM (300mm dia chilled water main line)
Set 1

2.12 NS406.12 Providing and fixing of in position the industrial type pressure gauges with gun metal / brass valves
complete as required. Nos. 40

2.13 NS406.13
Providing and fixing of in position the mercury in glass industrial type thermometers.
Nos. 16

2.14 NS406.14 Auto Airvent 25 mm dia Nos. 6

2.15 NS406.15 Manual Airvent 25 mm dia Nos. 20

2.16 NS406.16 BTU Meter-Main Chilled water header


Supply, installation,testing and commissioning of Thermal Energy Metering System comprising
turbine type/ultrasonic type in-line flow meter with integral flow total display and pulse output, a
pair of accurate temperature sensors, pair of thermowell and microprocessor based electronic
integrator with non-volatile memory, 2 line LCD display. The intergrator shall display the supply
and return water temperature,temperature differential and energy total. It shall be suitable for

Contractor 565 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
BMS Connectivity. BTU meter should be complete in all respect including all accessories.

2.16.1 NS406.16
BLOCK-A ART GALLERY-Suitable for 300mm pipe dia
.1 Nos. 1
2.16.2 NS406.16 BLOCK-B ACADEMY/AUDITORIUM-Suitable for 250mm pipe dia Nos. 1
.2

3 NS407 CONDENSER WATER PIPING

Supplying, fixing, testing and commissioning of condenser water pipes of following sizes of MS ‘C’
class along with necessary clamps, vibration isolators and fittings such as bends,tees etc..but
excluding valves, strainers, gauges etc. adequately supported on rigid supports duly
painted/buried in ground excavation and refilling etc. as per specification and as required
complete in all respect.
Note:-The Pipes size 150 mm & below shall be M.S. ‘C’ class as per IS : 1239 and pipes size above
150 mm shall be welded black steel pipe heavy class as per IS: 3589, from minimum 6.35 mm thick
M.S. Sheet for pipes upto 350 mm dia. and from minimum 7mm thick MS sheet for pipes of 400
mm dia and above.

3.1 NS407.1 350 mm dia. RM. 505


3.2 NS407.2 250 mm dia. RM. 35
3.3 NS407.3 200 mm dia. RM. 55
3.4 NS407.4 150 mm dia. RM. 100
3.5 NS407.5 125 mm dia. RM. 5
3.6 NS407.6 100 mm dia. RM. 20
3.7 NS407.7 80 mm dia. RM. 15
3.8 NS407.8 65 mm dia. RM. 20
3.9 NS407.9 50 mm dia. RM. 40
Contractor 566 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
3.10 NS407.10 40 mm dia. RM. 50
4 NS408 VALVES WITHOUT INSULATION
Supplying, fixing, testing and commissioning of following valves, strainers, gauges for condenser
water circulation as per specifications.

4.1 NS408.1 Supplying, fixing, testing and commissioning of following sizes Motorized Butterfly Valve with CI
Body, SS Disc, O - ring and minimum PN-16 pressure rating, conforming to BS 5155, IS 13095, with
IP-55 actuator, capable of accepting upto 10V DC, and upto 20 mA electric signal and providing
similar transduced feedback output to control system as required.

4.1.1 NS408.1. 200 mm dia. Nos. 4


1

4.1.2 NS408.1. 150 mm dia. Nos. 8


2

4.2 NS408.2 BUTTERFLY VALVE (MANUAL) with CI body SS disc nitrile sheet & O - ring & PN 16 pressure rating
as specified.

4.2.1 NS408.2. 350 mm dia. Nos. 3


1
4.2.2 NS408.2.
200 mm dia.
2 Nos. 20
4.2.3 NS408.2.
150 mm dia.
3 Nos. 8
4.2.4 NS408.2.
50 mm dia.
4 Nos. 4
4.2.5 NS408.2.
40 mm dia.
5 Nos. 4
Contractor 567 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)

4.3 NS408.3 Balancing Valve with Built in Measuring Facility with C I body flanged construction with EPDM
coated disc with longpitch with protected out pipe insulation & PN 16 pressure ratingfor chilled /
hot water circulation as specified.

4.3.1 NS408.3.
200 mm dia.
1 Nos. 8

4.4 NS408.4 NON - RETURN VALVE with dual plate of C I body SS plates vulcanized NBR seal flanged end & PN
16 pressure rating as specified.

4.4.1 NS408.4.
200 mm dia.
1 Nos. 4

4.5 NS408.5 Y - Strainer of Ductile CI Body flanged ends with stainless steel strainer for chilled / hot water
circulation PN16 including insulation as specified.

4.5.1 NS408.5.
200 mm dia.
1 Nos. 4

4.6 NS408.6 Pot Strainer


Supplying, fixing, testing and commissioning of Pot- Strainer as per specification (PN-16 rating)

4.6.1 NS408.6.
350 mm dia.
1 Set 1

4.7 NS408.7 Flexible Pipe Connection

Contractor 568 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
4.7.1 NS408.7.
200 mm dia.
1 Nos. 16

4.8 NS408.8 Supply, Installation, Testing and Commissioning of On line, Non-Chemical Water Treatment Scale
Preventer System provided in condenser line of each chiller of 350TR, having flow rate- 1050
USGPM. Set 4

4.9 NS408.9 Condensate Drain Pipe For AHU


Supplying, fixing, testing and commissioning of G.I. medium class water pipes of suitable size
along with necessary clamps, fittings such as bends, tees, reducers etc. adequately supported and
duly insulated with 9mm thick, close cell Nitrile rubber as required & as per specifications. .

4.9.1 NS408.9.
65 mm dia.
1 RM. 30
4.9.2 NS408.9.
50 mm dia.
2 RM. 90
4.9.3 NS408.9.
40 mm dia.
3 RM. 120
4.9.4 NS408.9.
32 mm dia.
4 RM. 180
4.9.5 NS408.9.
25 mm dia.
5 RM. 120

4.10 NS408.10 Condensate Drain Pipe For FCU/CS AHU


Supplying, fixing, testing and commissioning of UPVC drain piping with all fitting such as bends,
tees etc. necessary clamps, adequate support duly insulate with 9 mm nitrile rubber insulation
complete as per specifications, requirement, standardard and drawings.

4.10.1 NS408.10 25 mm dia. RM. 120

Contractor 569 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
.1
4.10.2 NS408.10
20 mm dia.
.2 RM. 150

TOTAL-SUB-HEAD 'B'
SUB-HEAD 'C' - AIR DISTRIBUTION WORKS

1 NS409 GSS DUCT

1.1 NS409.1 Factory Fabricated GSS Duct


Supply, installation, balancing and commissioning of factory fabricated GSS sheet metal
rectangular/round ducting complete with neoprene rubber gaskets, elbows, splitter dampers,
vanes, hangers, supports etc. as per approved drawings and specifications of following sheet
thickness complete as required.

1.1.1 NS409.1. Thickness 0.63 mm sheet


1 SQM. 3260
1.1.2 NS409.1. Thickness 0.80 mm sheet
2 SQM. 7000
1.1.3 NS409.1. Thickness 1.00 mm sheet
3 SQM. 2398
1.1.4 NS409.1. Thickness 1.25 mm sheet
4 SQM. 2648

1.2 NS409.2 Site Fabricated GSS Duct


Supply, installation, balancing and commissioning of fabricated at site GSS sheet metal
rectangular/round ducting complete with neoprene rubber gaskets, elbows, splitter dampers,
vanes, hangers, supports etc. as per approved drawings and specifications of following sheet

Contractor 570 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
thickness complete as required.

1.2.1 NS409.2. Thickness 0.63 mm sheet


1 SQM. 362
1.2.2 NS409.2. Thickness 0.80 mm sheet
2 SQM. 778
1.2.3 NS409.2. Thickness 1.00 mm sheet
3 SQM. 266
1.2.4 NS409.2. Thickness 1.25 mm sheet
4 SQM. 294

2 NS410 Supply, Fabrication, Installation and testing of MS sheet metal rectangular ducts , accordance with
the approved shop floor drawings and specifications.

2.1 NS410.1 1.25 mm thickness welded sheet MS ducting for kitchen exhaust. SQM. 300
3 NS411 PREINSULATED DUCT FOR AIRCONDITIONING
Note:-Preinsulated duct to be provided for all airconditioned area except AHU room, shaft &
terrace. All Approval & Test certificate of Preinsulated ducts to be submitted according to norms
mentioned in item description.
Preinsulated duct material shall be non combustible as per latest NBC-2016 and also it should be
comply with ECBC-2017 & ASHRAE.

Contractor 571 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
NS411.1 Supply, fabrication, installation, balancing and commissioning of Pre-Insulated Fiberglass wool
Duct having 25mm thickness with both side factory laminated aluminum foil. Density of pre
insulated glass wool duct board shall be 75-80Kg/m3 and at the edge of panels shall have density
3.1 of 150Kg/m3. size of panels for duct construction.The fire and smoke classification shall comply to
Class "O" of BS 476 part 4,5 6 &7. All accessories, adhesive, sealent and tape used in duct
fabrication shoud be same as panel manufacturer.The outer facing shall be Reinforced aluminum.
Kraft and glass veil and inner facing foil - Aluminum, Kraft and glass veil. SQM. 14680
NS411.2 Supply, installation, testing & commissioning of pre insulated flexible duct duly insulated with 25
3.2 mm thick glass wool of 24 Kg/Cum density of following sizes duly supported at regular interval as
per site requirement etc. complete as required as per specifications.

3.2.1 NS411.2. 100 mm Dia.


1 Mtrs. 10
3.2.2 NS411.2. 150 mm Dia.
2 Mtrs. 10
3.2.3 NS411.2. 200 mm Dia.
3 Mtrs. 10

NS411.3 Supply, Installation and Testing of single piece GI round spigot made out of spinning process
3.3 with 50mm height and having grooves on both sides and circular flanges. Spigots shall be installed
on main ducts to facilitate connection of flexible ducts.

3.3.1 NS411.3. 100 mm Dia.


1 Nos. 2
3.3.2 NS411.3. 150 mm Dia.
2 Nos. 2
3.3.3 NS411.3. 200 mm Dia.
3 Nos. 2

Contractor 572 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
4 NS412 Supply, installation, testing and commissioning of GI volume control duct damper complete with
neoprene rubber gaskets, nuts, bolts, screws linkages, flanges etc., as per specifications. SQM. 51
5 NS413 Supplying & fixing of powder coated extruded aluminium Supply Air Grills with aluminium volume
control dampers as per specifications. SQM. 110
6 NS414 Supplying & fixing of powder coated extruded aluminium Return Air/Exhaust Air Grills with louvers
but without volume control dampers complete as required. SQM. 125
7 NS415 Supplying, fixing testing commissioning of supply air diffusers of powder coated aluminium with
aluminium volume control dampers with anti smudge ring & removable core. SQM. 120
8 NS416 Supplying, fixing testing commissioning of Return air diffusers of powder coated aluminium
without volume control dampers with anti smudge ring & removable core. SQM. 120
9 NS417 Supplying, Fixing,testing and commissioning of fire dampers in supply air duct/main branch and
return air path as and where required of required sizes i/c control wiring,the damper shall be
motorized and spring return so as to close the damper in the event of power failure automatically
and open the same in case of power being restored. The spring return action shall be inbuilt
mechanism and not externally mounted. The damper shall also be closed in the event of fire signal
complete as required and as per specifications.
9.1 NS417.1 Fire damper SQM. 58
9.2 NS417.2 Actuator Nos 68

10 NS418 Supply, installation, testing of extruded aluminium powder coated linear grill without volume
control damper as per drawings.

10.1 NS418.1 100MM RM 10


10.2 NS418.2 150MM RM 1100
10.3 NS418.3 200MM RM 10
11 NS419 Supply, Installation and Testing of collar damper of galvanised steel sheet, provided with suitable
links, levers and quadrants for manual control of volume of air flow and for proper balancing of air
distribution as per approved shop floor drawings and specifications. SQM. 32
12 NS420 Supplying & fixing of powder coated extruded aluminium Quard type (4Way) Supply Air Grills with
aluminium volume control dampers as per specifications. SQM. 12.5
Contractor 573 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
13 NS421 Supply, fixing and commissioning of Fresh/ exhaust air louvers with section comprising of powder
coated Aluminium louvers & bird screen as required. SQM. 160
14 NS422 Supplying, Fixing,testing and commissioning of dampers in duct/main branch as and where
required of required sizes as in shown in drawings i/c control wiring,the damper shall be motorized
and spring return so as to close the damper in the event of power failure/in case of fire
automatically and open the same in case of fire/power being restored. The spring return action
shall be inbuilt mechanism and not externally mounted. The damper shall also be closed/open in
the event of fire signal complete as per requirement and as per specifications.
14.1 NS422.1 Bare damper SQM. 10
14.2 NS422.2 Actuator with control panel and spring return action and suitable for 10-12 NM Torque. Nos. 10

15 NS423 Supply, fixing and commissioning of powder coated extruded aluminium Door Transfer Grill
complete with nuts, bolts, SS screws etc. complete as required. SQM. 5
16 NS424 Supply,Installation ,Testing and commissioning of powder coated extruded aluminium 2/3-slot
supply air diffusers(Hit-Miss Type) as per approved drawings and colour . Sqm. 0.5
17 NS425 Supply,Installation ,Testing and commissioning of powder coated extruded aluminium 2/3-slot
return air diffusers as per approved drawings and colour . Sqm. 0.5
18 NS426 Supply, installation & testing of GI back draught dampers similar construction of gravity louvers
provided with suitable links to prevent the back pressure of air.Back draft damper to be provided
at the discharge side of the fan. SQM. 60
19 NS427 VAQ STATION (DEMAND CONTROL VENTILATION SYSTEM)

Supply, installation, Testing & Commissioning of complete (VAQ) demand control ventilation
system for Audi's fresh air fed from fan section, heavy gauge extruded aluminium of 1.5 mm
nominal thickness complete with Zero leakage (aerofoil construction) extruded aluminium profile
volume control damper, Rapid Average Pitot tube; Air Flow Straightner (Honey-comb Patterned)
with Motorized Assembly for Dampers with programmable single space DCV Controller combined
with integrator; differential pressure sensor; & step down transformer of 24V.IVAQ sytem shall
communicate through modbus/any open protocol provide signal to VSD of air handle/ fan sectionr
unit. The system should complete in all respect including conrol panel/integrator, CO2 sensor,
Contractor 574 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
thermostat, actuator, all wiring,conduiting between sensor, actuator, thermostat and to connect
with VSD shall be included, in the package.

19.1 NS427.1 Bare dampers in extruded aluminium construction. SQM 10


19.2 NS427.2 Actuator with control panel, necessary sensors and spring return action and suitable for 10 NM
Torque. Nos. 70
19.3 NS427.3 CO2 Sensor for fresh air modulation. Nos. 70
19.4 NS427.4 Control panel / Integrator / circuit or max 20 Nos. CO2 sensor. Nos. 6

20 NS428 Supplying, installation, testing and commissioning of CO sensors complete with all accessories to
monitor CO level in the basement parking area as required. The coverage area of each CO sensor
should be typically to 500 Sq.mtr. Maximum distance of any corner in the car park to the nearest
sensor should be less than 25 m. Nos. 29

TOTAL-SUB-HEAD 'C'

SUB-HEAD 'D' - INSULATION WORKS

1 NS429 DUCT ACOUSTIC LINING


NS429.1 Supply and fixing of acoustic lining of supply air duct and plenumwith 25 mm thick resin bonded
glass wool having density of 32kg/m³, with 25 mm X 25 mm GI section of 1.25 mm thick, at 600
mm centre to centre covered with Reinforced Plastic tissue paperand 0.5 mm thick perforated
aluminum sheet fixed to insidesurface of ducts with cadmium plated nuts, bolts, stick pins, CPRX
compound etc. complete as required and as per specifications. SQM. 650

2 NS430 THERMAL INSULATION FOR DUCT (AHU ROOM, SHAFT & TERRACE)
NS430.1 Supply and installation of 50mm thick 32 kg/m3 density Fiberglass wool insulation with factory
laminated FSK facing wrapped with protective coating for duct inside AHU room, exposed at SQM. 3200

Contractor 575 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
terrace and shaft ducting complete as required and as per specifications.The protective coating
shall be applied over all duct with reinforcement of 7mil glass fiber cloth. The coating shall be as
per BS 476 PART 7 & cloth shall be non combustible as per NBC-2016.

3 NS431 ACOUSTIC INSULATION FOR AHU ROOM


NS431.1 Supply and installation of acoustic lining on wall and ceiling of AHU rooms, 25mm thick Rigid
Board of Glass wool one side aluminum faced and other side black glass cloth lamination, density
70 to 80 kg/m3, surface of the wall and roof/ceiling should be cleaned properly and Acoustic
board has to fit directly on the wall of the room and roof with the help of screw (2 inch) and GI
washers (3 inch x 3 inch).b. The Acoustic board should be placed in such a way that black glass
cloth is visible from inside the AHU room. Complete as required and as per specifications. SQM. 2455

TOTAL-SUB-HEAD 'D'

SUB HEAD 'E' - ELECTRICAL WORKS

NOTE: The following provisions shall be required to be made in all the switchboard detailed
below:

The Switchboard shall have provision for entry of all PVC cables / bus duct from the top / bottom
a.
as required.
All live accessible parts shall be shrouded and all equipment shall be ginger touch proof. The
b. busbar insulation shall be with heat shrinkable sleeves SMC / DMC shrouds and busbar supports
shall be used.
Suitable tinned copper extension links for incoming / outgoing cables shall be provided wherever
c.
required.
Control circuits includes breader control switch, outo manual selector switch, anti pumping relay,
d. spring charging trip indication, TIMER, Control wiring, Auxiliary contactors MCB's as required at
site.
Contractor 576 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
All fault level breaking capacity indicates shall be I.C.S. value at 415 volts. (ICS=ICU=ICW=100%) for
e.
1 sec
f. All MCCB above 100 Amp shall have variable overload setting.
g. All MCCB shall have with Rotary Handles.
h. Space heater / light / air filter shall be provided for each vertical compartment.
i. Padlocking facility shall be provided on all outgoing feeders
j. All ACB's shall have all standard accessories such as CT,s Arc Chute, safety shutters etc.
Link and drops from ACB / MCCB shall be designed for fall rated current of ACB / MCCB rating at
k.
same amount of current density as of main busbar.
l. All meters shall be digital of size 96 mm x 96 mm.
m. All indicating light shall be LEED type.
n. Interlocking wiring facility with fire alarm for starting the fan in case of fire (For smoke fan only).
o. Wiring for micro switch for stopping the fan when fire damper closes (in case of Fan only)
All starters shall be provided with suitable potential free contract for connections to the Building
p.
Automation System.

HVAC Panel
1 NS432 AC Panel (Plant Room)
NS432.1 Supplying, installation, testing and commissioning of dust, damp and vermin proof free floor,
indoor type standing factory built sheet steel enclosed modular construction extendable panel,
suitable for operation on 415±10% volts, 50 Hz AC 3 phase 4 wire system fabricated out of suitable
sized square tubular section and covered with CRCA sheet steel of 2mm thick for frame work and
covers, 3mm thick for gland plates i/c cleaning & finishing complete with 6 tank process for
powder coating in approved shade, complete with Aluminium bus bars, inter-connection with
solid copper conductor wires / aluminium strips, neutral links, earth bus etc. necessary metering
protections & indications and mounted with the following as per drawing and technical
specifications attached etc.
Complete as required. Control wiring with 1.5 sq.mm. PVC insulated FRLS copper conductor Single
Core cable. Each starter should have remote control and interlocking facilities including auto

Contractor 577 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
manual switch, NO/NC contacts for BMS control etc. complete as required.

The Panel should be IBMS compatible. (The starter should have auto manual operation to take
signal from fire panel for automatic operation of fan in case of fire.)

NOTE: The following provisions shall be required to be made in the switchboard detailed below:

a. The Switchboard shall have provision for entry of all PVC cables / bus duct from the top / bottom
as required.
b. All live accessible parts shall be shrouded and all equipment shall be ginger touch proof. The
busbar insulation shall be with heat shrinkable sleeves SMC / DMC shrouds and busbar supports
shall be used.
c. Suitable tinned copper extension links for incoming / outgoing cables shall be provided wherever
required.
d. Control circuits includes breader control switch, outo manual selector switch, anti pumping relay,
spring charging trip indication, TIMER, Control wiring, Auxiliary contactors MCB's as required at
site.
e. All fault level breaking capacity indicates shall be I.C.S. value at 415 volts. (ICS=ICU=ICW=100%) for
1 sec
f. All MCCB above 100 Amp shall have variable overload setting.
g. All MCCB shall have with Rotary Handles.
h. Space heater / light / air filter shall be provided for each vertical compartment.
i. Padlocking facility shall be provided on all outgoing feeders
j. All ACB's shall have all standard accessories such as CT,s Arc Chute, safety shutters etc.
k. Link and drops from ACB / MCCB shall be designed for fall rated current of ACB / MCCB rating at
same amount of current density as of main busbar.
l. All meters shall be digital of size 96 mm x 96 mm.
m. All indicating light shall be LEED type.
n. Interlocking wiring facility with fire alarm for starting the fan in case of fire (For smoke fan only).

Contractor 578 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
o. Wiring for micro switch for stopping the fan when fire damper closes (in case of Fan only)
p. All starters shall be provided with suitable potential free contract for connections to the Building
Automation System.

Incoming:
Air Circuit Breaker Horizontal draw out type of fault breaking capacity 50kA (Ics=lcu =Icw) upto
433V Electrically Draw Out, fitted with interlocked door, automatic safety shutters, mechanical
ON/OFF and service/ test/ isolated position indicators and frame earthing contact, conforming to
IS-13946-2 1993 as amended up-to-date complete with following accessories for each ACB.
Independent Electrical / manual spring closing mechanism - 1 Nos.
Microprocessor release (EMI & EMC certified) for over current, earth fault & short circuit
protection - 1 sets.
3 Nos. Phase indication LED lamps for each with 2Amp back up MCB, breaker 'ON/OFF' indicating
light with 2A MCB, test terminal block set, circuits as per standard practice, auxiliary contacts for
positive interlocking of the breakers as required.
1 Nos. Intelligent multi-function digital panel meters of class 1.0 accuracy with communication
interface port RS 485 for recording V (Between Phases and between each phase and neutral, A (In
each phase and neutral), KWHr with suitable rating CTs, CT shorting links, R, Y, B LED indicating
lamp and 2 A control SP MCB's.
Shunt trip coil 220V A.C.
i) 2000 Amp TPN EDO ACB - 2 sets.

Bus Bar :
TPN aluminium extensible type main bus bars of minimum of 2500 Amp capacity and auxiliary bus
bar of suitable capacity with heat shrinkable coloured sleeves and i/c DMC/SMC bus bars supports
at required intervals complete for cross section, size supports & their spacing etc.- 2 Nos.

Bus Coupler:

Contractor 579 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
2000 A, 415V (Ics=Icu=Icw 50 KA for 1 second), TPN, EDO ACB Electrically interlocked, with all
indications, push buttons etc. complete in all respects as mentioned in specifications and as
required - 1 Sets
1 Set of ON/Trip indicating lamps.
1 No. DC under voltage trip relay
Outgoings:
All MCCB/ACB (Ics=Icu upto 433 V) Microprocessor based release with over current and short
circuit, earth fault releases, all indication, front operating handle & door interlock ) of following
capacity (Ics=Icu upto 433 V) with caliberated Intelligent multifunction digital panel meters of class
1.0 accuracy for recording V (Between Phases and between each phase and neutral), A (In each
Phase and neutral) with suitable rating CTs complete with wiring connections etc.
800 Amp. TPN MDO ACB, 50 kA - 2 Nos. (2 Nos. For Hot water Generator)
630 Amp. TPN MDO ACB, 50 kA - 4 Nos. (4 Nos. Chillers - 3W + 1S)
100 Amp. TPN MCCB, 25 kA - 4 Nos. (Sec . Pump 4 Nos. with VFD - 3W + 1S)
63 Amp. TPN MCB, 10 kA - 10 Nos. (8 Nos. Cooling Tower - 6W + 2S) + Spare
63 Amp. TP MCCB, 25 kA Fully automatic Star Delta starter suitable for operating 15 kw motors /
fan capacity, complete with contactors, overload protection relay, current sensing type single
phase preventor, ON/OFF indications, push buttons, auto / manual / off selector switch, Digital
Ammeter with CT's and all other accessories with suitable rating PVC insulated FRLS single core
copper conductor cable etc. complete as required. - 4 sets. (4Nos.primary pump - 3W + 1S)
125 Amp. TP MCCB, 25 kA with Fully automatic Star Delta starter suitable for operating 30 KW
motors/fan capacity, complete with contactors, overload protection relay, current sensing type
single phase preventor, ON/OFF indications, push buttons, auto / manual / off selector switch,
Digital Ammeter with CT's and all other accessories with suitable rating PVC insulated FRLS single
core copper conductor cable etc. complete as required. - 4 sets. (4 Nos. CDW Pump - 3W + 1S)
25 Amp. TP MCB, 10 kA with Fully automatic DOL starter suitable for operating 1.5 KW motors/fan
capacity, complete with contactors, overload protection relay, current sensing type single phase
preventor, ON/OFF indications, push buttons, auto / manual / off selector switch, Digital Ammeter
with CT's and all other accessories with suitable rating PVC insulated FRLS single core copper
conductor cable etc. complete as required. - 2 sets. (2 Nos. Press. Pump - 1W + 1S)
Contractor 580 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
100 Amp. TP MCCB, 35 kA - 1 No. ( 1 spare )
NS432.1. HVAC PANEL AS ABOVE
Set 1
1

2.0 NS433 AHU STARTER


2.1 NS433.1 Supplying, assembling, erecting, testing and commissioning of wall mounted weather proof
Isolator box with IP-65 enclosure with 1 No. 63 AMP, 4P MCB of 10 KA. (For AHU's and cooling Set 1
tower )
2.2 NS433.2 Supplying, assembling, erecting, testing and commissioning of wall mounted Isolator box with IP-
Set 1
55 enclosure with 1 No. 40 AMP, 4P MCB of 10 KA.
2.3 NS433.3 Panel- ( For 7.5 KW) DOL Starter Panel for CSU AHU & for cabinet fan section
1 Nos. 63 Amps, TPN MCB 10 kA.
1No. Voltmeter and selector switch with MCB control
1 Nos. CT operated Digital Ammeter
1 RYB indication lamp
1 Nos. DOL Starter for 1 nos. x 7.5 KW motor.
Each star delta / DOL starter consists of current operated MN type over load relay, contractor,
push button, ON/OFF indication light, A/M Switch & NO/NC Contact for BMS as required.
Panel described as above Set 1

2.4 NS433.4 Panel- ( For 2.2 KW) DOL Starter Panel for CSU AHU
1 Nos. 20 Amps, TPN MCB 10 kA.
1No. Voltmeter and selector switch with MCB control
1 Nos. CT operated Digital Ammeter
1 RYB indication lamp
1 Nos. DOL Starter for 1 nos. x 2.2 KW motor.
Each star delta / DOL starter consists of current operated MN type over load relay, contractor,
push button, ON/OFF indication light, A/M Switch & NO/NC Contact for BMS as required.

Contractor 581 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
Panel described as above Set 1

2.5 NS433.5 Panel- ( For 1.5 KW) DOL Starter Panel for CSU AHU
1 Nos. 20 Amps, TPN MCB 10 kA.
1No. Voltmeter and selector switch with MCB control
1 Nos. CT operated Digital Ammeter
1 RYB indication lamp
1 Nos. DOL Starter for 1 nos. x 2.2 KW motor.
Each star delta / DOL starter consists of current operated MN type over load relay, contractor,
push button, ON/OFF indication light, A/M Switch & NO/NC Contact for BMS as required.
Panel described as above Set 1

2.6 NS433.6 Panel- ( For 0.75 KW) DOL Starter Panel for CSU AHU
1 Nos. 20 Amps, TPN MCB 10 kA.
1No. Voltmeter and selector switch with MCB control
1 Nos. CT operated Digital Ammeter
1 RYB indication lamp
1 Nos. DOL Starter for 1 nos. x 2.2 KW motor.
Each star delta / DOL starter consists of current operated MN type over load relay, contractor,
push button, ON/OFF indication light, A/M Switch & NO/NC Contact for BMS as required.
Panel described as above Set 1

3.0 NS434 MAIN AHU FOR BLOCK - A

INCOMING
a. 1 no. 630 amp 35KA TPN MCCB
b. 1 No. digital voltmeter & selector switch with MCB Control
Contractor 582 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
c. 1 Set of RYB indication lamps.
d. 1 Set of 800 Amps, TPN Al. Bus bar with 50% neutral duly sleeved as required.

OUTGOING
Supplying and fixing following outgoing MCCB/MCB including connection, inter-connection etc.
a. with suitable size of wires complete as required.(Each MCCB to be provided with ON indiation with
2A backup SP MCB)
b. 160 Amp. TPN MCCB, 25 kA - 3 Nos. (2 For Gr & 1st floor AHU panel + spare)
c. 125 Amp. TPN MCCB, 25 kA - 5 Nos. (4 For 2nd, 3rd, 4th & Terrace floor AHU panel + spare)
d. 63 Amp. TPN MCCB, 25 kA - 2 Nos. (1 for Stilt floor AHU panel + spare)

NS434.1 Panel described as above No 1

4.0 NS435 MAIN AHU FOR BLOCK - B

INCOMING
a. 1 no. 400 amp 35KA TPN MCCB
b. 1 No. digital voltmeter & selector switch with MCB Control
c. 1 Set of RYB indication lamps.
d. 1 Set of 500 Amps, TPN Al. Bus bar with 50% neutral duly sleeved as required.

OUTGOING

Supplying and fixing following outgoing MCCB/MCB including connection, inter-connection etc.
a. with suitable size of wires complete as required.(Each MCCB to be provided with ON indiation with
2A backup SP MCB)
b. 125 Amp. TPN MCCB, 25 kA - 2 Nos. (1 For Gr AHU panel + spare)
c. 100 Amp. TPN MCCB, 25 kA - 5 Nos. (4 For 1st, 2nd, 3rd & Terrace floor AHU panel + spare)

Contractor 583 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)

NS435.1 Panel described as above No 1

5.0 NS436 Stilt Floor AHU Panel Block-A


INCOMING
a. 1 no. 63 amp 25KA TPN MCCB
b. 1 No. digital voltmeter & selector switch with MCB Control
c. 1 Set of RYB indication lamps.
d. 1 Set of 100 Amps, TPN Al. Bus bar with 50% neutral duly sleeved as required.

OUTGOING
7 Nos. 25 amps 10KA TPN MCB with 100% neutral link with internal copper bus bars, phase
a. indicating lamp ,interconnection etc. with dual source CT operated energy meter having IP
provision for BMS on door with CT Shorting terminal, CT's complete as required.
b. 3 Nos. DOL Starter for 3 nos. x 1.5 KW motor.
c. 2 Nos. DOL Starter for 2 nos. x 2.2 KW motor.
NS436.1 Panel described as above No 1

6.0 NS437 Ground & First Floor AHU Panel Block-A


INCOMING
a. 1 no. 160 amp 35KA TPN MCCB
b. 1 No. digital voltmeter & selector switch with MCB Control
c. 1 Set of RYB indication lamps.
d. 1 Set of 200 Amps, TPN Al. Bus bar with 50% neutral duly sleeved as required.

OUTGOING

Contractor 584 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
3Nos. 63 amps 25KA TPN MCCB with 100% neutral link with internal copper bus bars, phase
indicating lamp ,interconnection etc. with dual source CT operated energy meter having IP
a.
provision for BMS on door with CT Shorting terminal, CT's complete as required. (2for 11kW FM
AHU + spare)
5Nos. 63 amps 10KA TPN MCB with 100% neutral link with internal copper bus bars, phase
indicating lamp ,interconnection etc. with dual source CT operated energy meter having IP
a.
provision for BMS on door with CT Shorting terminal, CT's complete as required. (4for 7.5kW FM
AHU + spare)
3Nos. 25 amps 10KA TPN MCB with 100% neutral link with internal copper bus bars, phase
b. indicating lamp ,interconnection etc. with dual source CT operated energy meter having IP
provision for BMS on door with CT Shorting terminal, CT's complete as required.
c. 2 Nos. DOL Starter for 2 nos. x 1.5 / 2.2 KW motor.
NS437.1 Panel described as above Nos 2

7.0 NS438 Second & Third Floor AHU Panel Block-A


INCOMING
a. 1 no. 125 amp 35KA TPN MCCB
b. 1 No. digital voltmeter & selector switch with MCB Control
c. 1 Set of RYB indication lamps.
d. 1 Set of 200 Amps, TPN Al. Bus bar with 50% neutral duly sleeved as required.

OUTGOING
3Nos. 63 amps 25KA TPN MCCB with 100% neutral link with internal copper bus bars, phase
indicating lamp ,interconnection etc. with dual source CT operated energy meter having IP
a.
provision for BMS on door with CT Shorting terminal, CT's complete as required. (2for 15 / 11 kW
FM AHU + spare)
3Nos. 63 amps 10KA TPN MCB with 100% neutral link with internal copper bus bars, phase
a. indicating lamp ,interconnection etc. with dual source CT operated energy meter having IP
provision for BMS on door with CT Shorting terminal, CT's complete as required. (2for 7.5kW FM

Contractor 585 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
AHU + spare)
NS438.1 Panel described as above Nos 2

8.0 NS439 4th Floor AHU Panel Block-A


INCOMING
a. 1 no. 125 amp 35KA TPN MCCB
b. 1 No. digital voltmeter & selector switch with MCB Control
c. 1 Set of RYB indication lamps.
d. 1 Set of 200 Amps, TPN Al. Bus bar with 50% neutral duly sleeved as required.

OUTGOING
3Nos. 63 amps 10KA TPN MCB with 100% neutral link with internal copper bus bars, phase
indicating lamp ,interconnection etc. with dual source CT operated energy meter having IP
a.
provision for BMS on door with CT Shorting terminal, CT's complete as required. (2for 9.3kW FM
AHU + spare)
1No. 20 amps 10KA TPN MCB with 100% neutral link with internal copper bus bars, phase
indicating lamp ,interconnection etc. with dual source CT operated energy meter having IP
a.
provision for BMS on door with CT Shorting terminal, CT's complete as required. (1for 0.75kW
TFA)
8Nos. 25 amps 10KA TPN MCB with 100% neutral link with internal copper bus bars, phase
b. indicating lamp ,interconnection etc. with dual source CT operated energy meter having IP
provision for BMS on door with CT Shorting terminal, CT's complete as required.
c. 7 Nos. DOL Starter for 7 nos. x 1.1 / 1.5 / 2.2 KW motor.
NS439.1 Panel described as above No 1

9.0 NS440 Terrace AHU Panel Block-A


INCOMING
a. 1 no. 125 amp 35KA TPN MCCB
Contractor 586 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
b. 1 No. digital voltmeter & selector switch with MCB Control
c. 1 Set of RYB indication lamps.
d. 1 Set of 200 Amps, TPN Al. Bus bar with 50% neutral duly sleeved as required.

OUTGOING
2Nos. 63 amps 25KA TPN MCCB with 100% neutral link with internal copper bus bars, phase
indicating lamp ,interconnection etc. with dual source CT operated energy meter having IP
a.
provision for BMS on door with CT Shorting terminal, CT's complete as required. (1for 15kW
HRW + spare)
2Nos. 63 amps 10KA TPN MCB with 100% neutral link with internal copper bus bars, phase
indicating lamp ,interconnection etc. with dual source CT operated energy meter having IP
a.
provision for BMS on door with CT Shorting terminal, CT's complete as required. (1for 7.5kW
HRW + spare)
3Nos. 63 amps 10KA TPN MCB with 100% neutral link with internal copper bus bars, phase
indicating lamp ,interconnection etc. with dual source CT operated energy meter having IP
b.
provision for BMS on door with CT Shorting terminal, CT's complete as required. (3for 5.5kW
TFA)
NS440.1 Panel described as above No 1

10.0 NS441 Ground Floor AHU Panel Block-B


INCOMING
a. 1 no. 125 amp 10KA TPN MCB
b. 1 No. digital voltmeter & selector switch with MCB Control
c. 1 Set of RYB indication lamps.

d. 1 Set of 200 Amps, TPN Al. Bus bar with 50% neutral duly sleeved as required.

Contractor 587 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
OUTGOING

2Nos. 63 amps 10KA TPN MCB with 100% neutral link with internal copper bus bars, phase
indicating lamp ,interconnection etc. with dual source CT operated energy meter having IP
a.
provision for BMS on door with CT Shorting terminal, CT's complete as required. (1for 9.3kW FM
AHU + spare)
2Nos. 40 amps 10KA TPN MCB with 100% neutral link with internal copper bus bars, phase
indicating lamp ,interconnection etc. with dual source CT operated energy meter having IP
a.
provision for BMS on door with CT Shorting terminal, CT's complete as required. (1for 3.7kW FM
AHU + spare)
1No. 20 amps 10KA TPN MCB with 100% neutral link with internal copper bus bars, phase
indicating lamp ,interconnection etc. with dual source CT operated energy meter having IP
a.
provision for BMS on door with CT Shorting terminal, CT's complete as required. (1for 0.75kW
TFA)
4Nos. 40 amps 10KA TPN MCB with 100% neutral link with internal copper bus bars, phase
a. indicating lamp ,interconnection etc. with dual source CT operated energy meter having IP
provision for BMS on door with CT Shorting terminal, CT's complete as required.
b. 4 Nos. DOL Starter for 4 nos. x 3.7 KW motor.
7Nos. 25 amps 10KA TPN MCB with 100% neutral link with internal copper bus bars, phase
a. indicating lamp ,interconnection etc. with dual source CT operated energy meter having IP
provision for BMS on door with CT Shorting terminal, CT's complete as required.
b. 2 Nos. DOL Starter for 2 nos. x 1.1 KW motor.
c. 4 Nos. DOL Starter for 4 nos. x 2.2 KW motor.
NS441.1 Panel described as above No 1

11.0 NS442 First Floor AHU Panel Block-B


INCOMING
a. 1 no. 100 amp 35KA TPN MCCB
b. 1 No. digital voltmeter & selector switch with MCB Control

Contractor 588 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
c. 1 Set of RYB indication lamps.

d. 1 Set of 150 Amps, TPN Al. Bus bar with 50% neutral duly sleeved as required.

OUTGOING
1No. 20 amps 10KA TPN MCB with 100% neutral link with internal copper bus bars, phase
indicating lamp ,interconnection etc. with dual source CT operated energy meter having IP
a.
provision for BMS on door with CT Shorting terminal, CT's complete as required. (1for 0.75kW
TFA)
3Nos. 40 amps 10KA TPN MCB with 100% neutral link with internal copper bus bars, phase
b. indicating lamp ,interconnection etc. with dual source CT operated energy meter having IP
provision for BMS on door with CT Shorting terminal, CT's complete as required.
c. 2 Nos. DOL Starter for 4 nos. x 3.7 KW motor.
12Nos. 25 amps 10KA TPN MCB with 100% neutral link with internal copper bus bars, phase
e indicating lamp ,interconnection etc. with dual source CT operated energy meter having IP
provision for BMS on door with CT Shorting terminal, CT's complete as required.
e 5 Nos. DOL Starter for 5 nos. x 1.5 KW motor.
NS442.1 5 Nos. DOL Starter for 5 nos. x 2.2 KW motor. No 1

12.0 NS443 Second Floor AHU Panel Block-B


INCOMING
a. 1 no. 100 amp 35KA TPN MCCB
b. 1 No. digital voltmeter & selector switch with MCB Control
c. 1 Set of RYB indication lamps.
d. 1 Set of 150 Amps, TPN Al. Bus bar with 50% neutral duly sleeved as required.
OUTGOING

Contractor 589 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
3Nos. 63 amps 10KA TPN MCB with 100% neutral link with internal copper bus bars, phase
indicating lamp ,interconnection etc. with dual source CT operated energy meter having IP
a.
provision for BMS on door with CT Shorting terminal, CT's complete as required. (1for 7.5kW FM
AHU + spare)
3Nos. 40 amps 10KA TPN MCB with 100% neutral link with internal copper bus bars, phase
b indicating lamp ,interconnection etc. with dual source CT operated energy meter having IP
provision for BMS on door with CT Shorting terminal, CT's complete as required.
c 2 Nos. DOL Starter for 4 nos. x 3.7 KW motor.
10Nos. 25 amps 10KA TPN MCB with 100% neutral link with internal copper bus bars, phase
d indicating lamp ,interconnection etc. with dual source CT operated energy meter having IP
provision for BMS on door with CT Shorting terminal, CT's complete as required.
2 Nos. DOL Starter for 6 nos. x 1.5 KW motor.
6 Nos. DOL Starter for 6 nos. x 2.2 KW motor.
NS443.1 Panel described as above No 1

13.0 NS444 Third Floor AHU Panel Block-B


INCOMING
a. 1 no. 100 amp 35KA TPN MCCB
b. 1 No. digital voltmeter & selector switch with MCB Control
c. 1 Set of RYB indication lamps.
d. 1 Set of 150 Amps, TPN Al. Bus bar with 50% neutral duly sleeved as required.

OUTGOING
14Nos. 25 amps 10KA TPN MCB with 100% neutral link with internal copper bus bars, phase
a. indicating lamp ,interconnection etc. with dual source CT operated energy meter having IP
provision for BMS on door with CT Shorting terminal, CT's complete as required.
6 Nos. DOL Starter for 6 nos. x 1.5 KW motor.
6 Nos. DOL Starter for 6 nos. x 2.2 KW motor.

Contractor 590 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
NS444.1 Panel described as above No 1

14.0 NS445 Terrace AHU Panel Block-B


INCOMING
a. 1 no. 100 amp 35KA TPN MCCB
b. 1 No. digital voltmeter & selector switch with MCB Control
c. 1 Set of RYB indication lamps.
d. 1 Set of 150 Amps, TPN Al. Bus bar with 50% neutral duly sleeved as required.

OUTGOING
2Nos. 63 amps 25KA TPN MCCB with 100% neutral link with internal copper bus bars, phase
indicating lamp ,interconnection etc. with dual source CT operated energy meter having IP
a.
provision for BMS on door with CT Shorting terminal, CT's complete as required. (1for 11kW
HRW + spare)
2Nos. 63 amps 10KA TPN MCB with 100% neutral link with internal copper bus bars, phase
indicating lamp ,interconnection etc. with dual source CT operated energy meter having IP
a.
provision for BMS on door with CT Shorting terminal, CT's complete as required. (1for 5.5kW
HRW + spare)
1No. 63 amps 10KA TPN MCB with 100% neutral link with internal copper bus bars, phase
indicating lamp ,interconnection etc. with dual source CT operated energy meter having IP
b.
provision for BMS on door with CT Shorting terminal, CT's complete as required. (1for 5.5kW
TFA)
1No. 40 amps 10KA TPN MCB with 100% neutral link with internal copper bus bars, phase
indicating lamp ,interconnection etc. with dual source CT operated energy meter having IP
b.
provision for BMS on door with CT Shorting terminal, CT's complete as required. (1for 3.7kW
TFA)
NS445.1 Panel described as above No 1
15 NS446 VENTILATION PANELS (SUPPLY AND INSTALLING COMPLETE)

Contractor 591 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
Design, manufacture, supplying, receiving, loading, shifting installation, testing & commissioning of
cubical type floor mounted Ventilation panel suitable for 415V, 3 Phase, 4Wire 50 Hz AC supply
system fabricated in compartmentalized design from CRCA sheet steel of 2mm thick for frame
work and covers, 3mm thick for gland plates i/c cleaning & finishing complete with 7 tank process
before powder coating in approved shade, having suitable capacity extensible type TPN
Aluminium Alloy bus bars of high conductivity, DMC/ SMC bus bar supports, with short circuit
withstand capacity of 31 MV A for I Sec., bottom base channel of MS section not less than 100mm
x 50mm x 5mm thick, fabrication shall be done in transportable sections, entire panel shall have a
common GI earth bar of size 32mm x 5mm at the rear with 2 Nos. earth stud, solid connections
from main bus bar to switch gears with required size of Al. bus bars and control wiring with 1.5
sq.mm. PVC insulated FRLS copper conductor Single Core cable, cable alleys, cable gland plates in
two half, i/c providing following switch gears:-
The Panel should be IBMS compatible. (The starter should have auto manual operation to take
signal from fire panel for automatic operation of fan in case of fire.)

15.1 NS446.1 MAIN VENTILATION PANEL - 1 FOR ZONE - 1 & 2

INCOMING
a. 1 no. 630 amp 35KA TPN MCCB
b. 1 No. digital voltmeter & selector switch with MCB Control
c. 1 Set of RYB indication lamps.
d. 1 Set of 800 Amps, TPN Al. Bus bar with 50% neutral duly sleeved as required.

OUTGOING
a. 5 Nos. 125 Amps, TPN MCCB 25 kA. (for 4 nos. x 30 KW motor + spare)
b. 5 Nos. 100 Amps, TPN MCCB 25 kA. (for 4 nos. x 22 KW motor + spare)
c. 2 Nos. 63 Amps, TPN MCB 10 kA. (spare)
d. 8 Nos. CT operated Digital Ammeter in Y Phase

Contractor 592 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
1No. 160A TPN MCCB 25KA with thermal magnetic release having overload and short circuit
g.
protection (For Terrace Press. Panel Block-A)
PLC logic for CO sensor, integration for car parking ventilation fan, normal / smoke exhaust / fresh
h.
air fan.
j. 1 no. PLC Interlock 12 nos. CO Sensor, Software & Wiring
k. 1 No. Power Supply for 24V DC, Auxiliary contactors, MCB as required.

l. 1 no. 250 VA 230/24V A.C. Transformer for supply to CO Sensor

m. Auxiliary contractor, relay, MCB, ON/OFF LED light for indication.

n. 4 No. Analog Input (AI), 3 no. Digital output (DO), As per 12 Nos. CO Sensor

o. NO/NC Contact for STATUS ON BMS

PLC logic controller shall be suitable for interlocking with CO Sensor, Auto Start / Stop of Normal /
p.
Fresh Air / Smoke Axial and Centrifugal Fans.

q. The logic of PLC shall be as under:


r. PPM < 30 No fun shall operate (OFF)
s. PPM > 30 < 70 Only Normal Exhaust Fan shall operate (ON)

t. PPM > 70 All Normal Smoke & Fresh Air fans shall operate (ON)

Each star delta / DOL starter consists of current operated MN type over load relay, contractor,
u.
push button, ON/OFF indication light, A/M Switch & NO/NC Contact for BMS as required.

Panel described as above No 1

15.2 NS446.2 MAIN VENTILATION PANEL - 2 FOR ZONE - 3 & 4

Contractor 593 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)

INCOMING
a. 1 no. 630 amp 35KA TPN MCCB
b. 1 No. digital voltmeter & selector switch with MCB Control
c. 1 Set of RYB indication lamps.
d. 1 Set of 800 Amps, TPN Al. Bus bar with 50% neutral duly sleeved as required.

OUTGOING
a. 18 Nos. 100 Amps, TPN MCCB 25 kA. (for 16 nos. x 18.5 KW motor + spare)
b. 2 Nos. 63 Amps, TPN MCB 10 kA. (spare)
c. 16 Nos. CT operated Digital Ammeter in Y Phase
PLC logic for CO sensor, integration for car parking ventilation fan, normal / smoke exhaust / fresh
d.
air fan.
g. 1 no. PLC Interlock 12 nos. CO Sensor, Software & Wiring
h. 1 No. Power Supply for 24V DC, Auxiliary contactors, MCB as required.
j. 1 no. 250 VA 230/24V A.C. Transformer for supply to CO Sensor
k. Auxiliary contractor, relay, MCB, ON/OFF LED light for indication.
l. 4 No. Analog Input (AI), 3 no. Digital output (DO), As per 12 Nos. CO Sensor
m. NO/NC Contact for STATUS ON BMS
PLC logic controller shall be suitable for interlocking with CO Sensor, Auto Start / Stop of Normal /
n.
Fresh Air / Smoke Axial and Centrifugal Fans.
o. The logic of PLC shall be as under:
p. PPM < 30 No fun shall operate (OFF)
q. PPM > 30 < 70 Only Normal Exhaust Fan shall operate (ON)
r. PPM > 70 All Normal Smoke & Fresh Air fans shall operate (ON)
Each star delta / DOL starter consists of current operated MN type over load relay, contractor,
s.
push button, ON/OFF indication light, A/M Switch & NO/NC Contact for BMS as required.
Panel described as above No 1
Contractor 594 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)

15.3 NS446.3 MAIN VENTILATION PANEL - 3 FOR ZONE - 5 & Service Area

INCOMING
a. 1 no. 630 amp 35KA TPN MCCB
b. 1 No. digital voltmeter & selector switch with MCB Control
c. 1 Set of RYB indication lamps.
d. 1 Set of 800 Amps, TPN Al. Bus bar with 50% neutral duly sleeved as required.

OUTGOING
a. 5 Nos. 100 Amps, TPN MCCB 25 kA. (for 4 nos. x 18.5 KW motor + spare)
b. 2 No. 63 Amps, TPN MCB 10 kA.
c. 2 Nos. DOL Starter for 2 nos. x 7.5 KW motor.
d. 4 No. 63 Amps, TPN MCB 10 kA.
e. 4 Nos. DOL Starter for 4 nos. x 5.5 KW motor.
f. 3 Nos. 40 Amps, TPN MCB 10 kA.
g. 3 Nos. DOL Starter for 3 nos. x 3.7 KW motor.
h. 2 Nos. 63 Amps, TPN MCB 10 kA. (spare)
i. 13 Nos. CT operated Digital Ammeter in Y Phase
1No. 315A TPN MCCB 35KA with thermal magnetic release having overload and short circuit
j.
protection (For Ground Floor Ventolation Panel Block-B)
1No. 100A TPN MCCB 25KA with thermal magnetic release having overload and short circuit
k.
protection (For Terrace Press Panel Block-B)
PLC logic for CO sensor, integration for car parking ventilation fan, normal / smoke exhaust / fresh
l.
air fan.
m. 1 no. PLC Interlock 6 nos. CO Sensor, Software & Wiring
n. 1 No. Power Supply for 24V DC, Auxiliary contactors, MCB as required.
Contractor 595 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
o. 1 no. 250 VA 230/24V A.C. Transformer for supply to CO Sensor
p. Auxiliary contractor, relay, MCB, ON/OFF LED light for indication.
q. 4 No. Analog Input (AI), 3 no. Digital output (DO), As per 6 No. CO Sensor
r. NO/NC Contact for STATUS ON BMS
PLC logic controller shall be suitable for interlocking with CO Sensor, Auto Start / Stop of Normal /
s.
Fresh Air / Smoke Axial and Centrifugal Fans.
t. The logic of PLC shall be as under:
u. PPM < 30 No fun shall operate (OFF)
v. PPM > 30 < 70 Only Normal Exhaust Fan shall operate (ON)
w. PPM > 70 All Normal Smoke & Fresh Air fans shall operate (ON)
Each star delta / DOL starter consists of current operated MN type over load relay, contractor,
x.
push button, ON/OFF indication light, A/M Switch & NO/NC Contact for BMS as required.
Panel described as above No 1

15.4 NS446.4 GROUND FLOOR MAIN VENTILATION PANEL - BLOCK-A

INCOMING
a. 1 no. 400 amp 35KA TPN MCCB
b. 1 No. digital voltmeter & selector switch with MCB Control
c. 1 Set of RYB indication lamps.
d. 1 Set of 500 Amps, TPN Al. Bus bar with 50% neutral duly sleeved as required.

OUTGOING
a. 3 Nos. 63 Amps, TPN MCCB 25 kA.
b. 2 Nos. Star/ Delta Starter for 2 nos. x 11 KW motor.
c. 2 Nos. 63 Amps, TPN MCCB 25 kA.
d. 2 Nos. Star/ Delta Starter for 2 nos. x 15 KW motor.

Contractor 596 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
e. 6 Nos. 63 Amps, TPN MCB 10 kA.
f. 4 Nos. DOL Starter for 4 nos. x 5.5 KW motor.
g. 8 Nos. CT operated Digital Ammeter in Y Phase
1No. 250A TPN MCCB 25KA with thermal magnetic release having overload and short circuit
h.
protection (For First Floor Vent. PAnel Block-A)
Each star delta / DOL starter consists of current operated MN type over load relay, contractor,
i.
push button, ON/OFF indication light, A/M Switch & NO/NC Contact for BMS as required.
Panel described as above No 1

15.5 NS446.5 FIRST FLOOR VENTILATION PANEL - BLOCK-A

INCOMING
a. 1 no. 250 amp 25KA TPN MCCB
b. 1 No. digital voltmeter & selector switch with MCB Control
c. 1 Set of RYB indication lamps.
d. 1 Set of 300 Amps, TPN Al. Bus bar with 50% neutral duly sleeved as required.

OUTGOING
a. 5 Nos. 63 Amps, TPN MCCB 25 kA.
b. 4 Nos. Star/ Delta Starter for 4 nos. x 11 KW motor.
c. 2 Nos. 63 Amps, TPN MCCB 25 kA.
d. 2 Nos. Star/ Delta Starter for 2 nos. x 15 KW motor.
e. 6 Nos. 63 Amps, TPN MCB 10 kA.
f. 4 Nos. DOL Starter for 4 nos. x 5.5 KW motor.
g. 10 Nos. CT operated Digital Ammeter in Y Phase
Each star delta / DOL starter consists of current operated MN type over load relay, contractor,
h.
push button, ON/OFF indication light, A/M Switch & NO/NC Contact for BMS as required.
Panel described as above No 1

Contractor 597 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)

15.6 NS446.6 2ND FLOOR MAIN VENTILATION PANEL - BLOCK-A

INCOMING
a. 1 no. 400 amp 35KA TPN MCCB
b. 1 No. digital voltmeter & selector switch with MCB Control
c. 1 Set of RYB indication lamps.
d. 1 Set of 500 Amps, TPN Al. Bus bar with 50% neutral duly sleeved as required.

OUTGOING
a. 2 Nos. 63 Amps, TPN MCB 10 kA.
b. 2 Nos. Star/ Delta Starter for 2 nos. x 9.3 KW motor.
c. 3 Nos. 63 Amps, TPN MCCB 25 kA.
d. 2 Nos. Star/ Delta Starter for 2 nos. x 15 KW motor.
e. 6 Nos. 63 Amps, TPN MCB 10 kA.
f. 4 Nos. DOL Starter for 4 nos. x 5.5 KW motor.
g. 8 Nos. CT operated Digital Ammeter in Y Phase
1No. 200A TPN MCCB 25KA with thermal magnetic release having overload and short circuit
h.
protection (For First Floor Vent. PAnel Block-A)
Each star delta / DOL starter consists of current operated MN type over load relay, contractor,
i.
push button, ON/OFF indication light, A/M Switch & NO/NC Contact for BMS as required.
Panel described as above No 1

15.7 NS446.7 3RD & 4TH FLOOR VENTILATION PANEL - BLOCK-A

INCOMING
a. 1 no. 200 amp 25KA TPN MCCB

Contractor 598 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
b. 1 No. digital voltmeter & selector switch with MCB Control
c. 1 Set of RYB indication lamps.
d. 1 Set of 300 Amps, TPN Al. Bus bar with 50% neutral duly sleeved as required.

OUTGOING
a. 4 Nos. 63 Amps, TPN MCB 10 kA.

b. 4 Nos. Star/ Delta Starter for 4 nos. x 9.3 KW motor. (2 for 4th floor)

c. 3 Nos. 63 Amps, TPN MCCB 25 kA.


d. 2 Nos. Star/ Delta Starter for 2 nos. x 15 KW motor.
e. 6 Nos. 63 Amps, TPN MCB 10 kA.
f. 4 Nos. DOL Starter for 4 nos. x 5.5 KW motor.
g. 10 Nos. CT operated Digital Ammeter in Y Phase
Each star delta / DOL starter consists of current operated MN type over load relay, contractor,
h.
push button, ON/OFF indication light, A/M Switch & NO/NC Contact for BMS as required.
Panel described as above No 1

15.8 NS446.8 GROUND FLOOR MAIN VENTILATION PANEL - BLOCK-B

INCOMING
a. 1 no. 315 amp 35KA TPN MCCB
b. 1 No. digital voltmeter & selector switch with MCB Control
c. 1 Set of RYB indication lamps.
d. 1 Set of 400 Amps, TPN Al. Bus bar with 50% neutral duly sleeved as required.

OUTGOING
a. 4 Nos. 63 Amps, TPN MCB 10 kA.

Contractor 599 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
b. 2 Nos. DOL Starter for 4 nos. x 5.5 KW motor.
c. 4 Nos. 40 Amps, TPN MCB 10 kA.
d. 2 Nos. DOL Starter for 2 nos. x 5.5 KW motor.
e. 4 Nos. CT operated Digital Ammeter in Y Phase
2Nos. 125A TPN MCCB 25KA with thermal magnetic release having overload and short circuit
f.
protection (For First & 2nd Floor Vent. Panel Block-B)
1No. 63A TPN MCCB 25KA with thermal magnetic release having overload and short circuit
g.
protection (For3rd Floor Vent. Panel Block-B)
Each star delta / DOL starter consists of current operated MN type over load relay, contractor,
h.
push button, ON/OFF indication light, A/M Switch & NO/NC Contact for BMS as required.
Panel described as above No 1

15.9 NS446.9 FIRST FLOOR VENTILATION PANEL - BLOCK-B

INCOMING
a. 1 no. 125 amp 25KA TPN MCCB
b. 1 No. digital voltmeter & selector switch with MCB Control
c. 1 Set of RYB indication lamps.
d. 1 Set of 200 Amps, TPN Al. Bus bar with 50% neutral duly sleeved as required.

OUTGOING
a. 3 Nos. 63 Amps, TPN MCCB 25 kA.
b. 2 Nos. Star/ Delta Starter for 2 nos. x 15 KW motor.
c. 6 Nos. 63 Amps, TPN MCB 10 kA.
d. 4 Nos. DOL Starter for 4 nos. x 5.5 KW motor.
e. 6 Nos. CT operated Digital Ammeter in Y Phase
Each star delta / DOL starter consists of current operated MN type over load relay, contractor,
f.
push button, ON/OFF indication light, A/M Switch & NO/NC Contact for BMS as required.
Contractor 600 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
Panel described as above No 1

15.10 NS446.10 2ND FLOOR VENTILATION PANEL - BLOCK-B

INCOMING
a. 1 no. 125 amp 25KA TPN MCCB
b. 1 No. digital voltmeter & selector switch with MCB Control
c. 1 Set of RYB indication lamps.
d. 1 Set of 200 Amps, TPN Al. Bus bar with 50% neutral duly sleeved as required.

OUTGOING
a. 6 Nos. 40 Amps, TPN MCB 10 kA.
b. 4 Nos. DOL Starter for 4 nos. x 3.7 KW motor.
c. 3 Nos. 63 Amps, TPN MCCB 25 kA.
d. 2 Nos. Star/ Delta Starter for 2 nos. x 15 KW motor.
e. 6 Nos. CT operated Digital Ammeter in Y Phase
Each star delta / DOL starter consists of current operated MN type over load relay, contractor,
f.
push button, ON/OFF indication light, A/M Switch & NO/NC Contact for BMS as required.
Panel described as above No 1

15.11 NS446.11 3RD FLOOR VENTILATION PANEL - BLOCK-B

INCOMING
a. 1 no. 63 amp 25KA TPN MCCB
b. 1 No. digital voltmeter & selector switch with MCB Control
c. 1 Set of RYB indication lamps.
d. 1 Set of 100 Amps, TPN Al. Bus bar with 50% neutral duly sleeved as required.

Contractor 601 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)

OUTGOING
a. 6 Nos. 40 Amps, TPN MCB 10 kA.
b. 4 Nos. DOL Starter for 4 nos. x 3.7 KW motor.
c. 4 Nos. CT operated Digital Ammeter in Y Phase
Each star delta / DOL starter consists of current operated MN type over load relay, contractor,
d.
push button, ON/OFF indication light, A/M Switch & NO/NC Contact for BMS as required.
e. 4 Nos. CT operated Digital Ammeter in Y Phase
Each star delta / DOL starter consists of current operated MN type over load relay, contractor,
f.
push button, ON/OFF indication light, A/M Switch & NO/NC Contact for BMS as required.
Panel described as above No 1

15.12 NS446.12 Terrace ventilation Panel For Block-A


INCOMING
a. 1 no. 160 amp 25KA TPN MCCB
b. 1 No. digital voltmeter & selector switch with MCB Control
c. 1 Set of RYB indication lamps.
d. 1 Set of 200 Amps, TPN Al. Bus bar with 50% neutral duly sleeved as required.

OUTGOING
a. 6 Nos. 40 Amps, TPN MCB 10 kA.
b. 5 Nos. DOL Starter for 5 nos. x 3.7 KW motor.
c. 4 Nos. 63 Amps, TPN MCB 10 kA.
d. 2 Nos. DOL Starter for 2 nos. x 5.5 KW motor.
e. 2 Nos. 63 Amps, TPN MCB 10 kA.
f. 2 Nos. DOL Starter for 2 nos. x 7.5 KW motor.
g. 3 Nos. 63 Amps, TPN MCCB 25 kA.

Contractor 602 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
h. 2 Nos. star delta Starter for 2 nos. x 11KW motor.
i. 11 Nos. CT operated Digital Ammeter
Each star delta / DOL starter consists of current operated MN type over load relay, contractor,
j.
push button, ON/OFF indication light, A/M Switch & NO/NC Contact for BMS as required.
N.S Panel described as above Set 1

15.13 NS446.13 Terrace ventilation Panel- Block-B


INCOMING
a. 1 no. 100 amp 25KA TPN MCCB
b. 1 No. digital voltmeter & selector switch with MCB Control
c. 1 Set of RYB indication lamps.
d. 1 Set of 150 Amps, TPN Al. Bus bar with 50% neutral duly sleeved as required.

OUTGOING
a. 6 Nos. 40 Amps, TPN MCB 10 kA.
b. 4 Nos. DOL Starter for 4 nos. x 3.7 KW motor.
c. 3 Nos. 63 Amps, TPN MCB 10 kA.
d. 1 No. DOL Starter for 1 no. x 5.5 KW motor.
e. 5 Nos. CT operated Digital Ammeter
Each star delta / DOL starter consists of current operated MN type over load relay, contractor,
f.
push button, ON/OFF indication light, A/M Switch & NO/NC Contact for BMS as required.
Panel described as above No 1

For AC Work

Contractor 603 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
NS447 Supply, Installation, testing & commissioning of 1100 V grade following aluminium/copper
conductor (as specified below) extruded XLPE insulated PVC inner sheath, unarmoured / GI wire /
tape armoured (as specified below) and outer PVC sheathed cable of following specifications and
16
sizes in trenches, cable racks or trays or pipes, including supply of GI clamps and screws and
providing aluminum cable tags at every 20 metres and at both termination points, including
unloading and transportation of cables at site, unpacking complete with labour and material.
Note:- Actual length of cable should be verified at site as per actual site condition before
ordering and should be approved from the client.
16.1 NS447.1 3 Core 6 Sqmm. -Aluminium Mtrs. 3700
16.2 NS447.2 3 Core 16 Sqmm. -Aluminium Mtrs. 135
16.3 NS447.3 3 Core 25 Sqmm. -Aluminium Mtrs. 2225
16.4 NS447.4 3 Core 35 Sqmm.-Aluminium Mtrs. 190
16.5 NS447.5 4 Core 6 Sqmm. -Aluminium Mtrs. 270
16.6 NS447.6 4 Core 10 Sqmm. -Aluminium Mtrs. 985
16.7 NS447.7 4 Core 16 Sqmm. -Aluminium Mtrs. 570
16.8 NS447.8 3.5 Core 35 Sqmm.-Aluminium Mtrs. 540
16.9 NS447.9 3.5 Core 50 Sqmm.-Aluminium Mtrs. 220
16.10 NS447.10 3.5 Core 70 Sqmm.-Aluminium Mtrs. 50
16.1 NS447.11 3.5 Core 240 Sqmm.-Aluminium Mtrs. 210
16.1 NS447.12 3.5 Core 300 Sqmm.-Aluminium Mtrs. 90

NS448 Supplying and making end termination with brass compression glands and Al. lugs for following
17
size of PVC insulated and PVC sheathed / XLPE Al. conductor cable of 1.1 KV grade as required.
17.1 NS448.1 3 Core 6 Sqmm. -Aluminium Set 120
17.2 NS448.2 3 Core 16 Sqmm. -Aluminium Set 16
17.3 NS448.3 3 Core 25 Sqmm. -Aluminium Set 16
17.4 NS448.4 3 Core 35 Sqmm.-Aluminium Set 16
17.5 NS448.5 4 Core 6 Sqmm. -Aluminium Set 10
17.6 NS448.6 4 Core 10 Sqmm. -Aluminium Set 44
17.7 NS448.7 4 Core 16 Sqmm. -Aluminium Set 24
Contractor 604 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
17.8 NS448.8 3.5 Core 35 Sqmm.-Aluminium Set 18
17.9 NS448.9 3.5 Core 50 Sqmm.-Aluminium Set 8

17.10 NS448.10 3.5 Core 70 Sqmm.-Aluminium Set 4

17.1 NS448.11 3.5 Core 240 Sqmm.-Aluminium Set 16

17.1 NS448.12 3.5 Core 300 Sqmm.-Aluminium Set 8

For Ventilation work


NS449 Supply, installation, testing & commisioning of LPCB approved Fire Survival armoured cable as per
BS 7846, fire Test as per BS 6387 CWZ, copper conductor /mica taped/ Flame Barrier/ Cross Linked
18 Insulation/ Halogen Free Inner Sheath/ SWA/ Halogen Free Outer Sheath (1000V), LPCB Certified
for power cables. etc. complete as required. (Tagging to be provided with aluminium strips on both
the ends as approved).
Note:- Actual length of cable should be verified at site as per actual site condition before
ordering and should be approved from the client.
18.1 NS449.1 4 Core 240 Sqmm. Mtrs. 90
18.2 NS449.2 4 Core 120 Sqmm. Mtrs. 35
18.3 NS449.3 4 Core 95 Sqmm. Mtrs. 90
18.4 NS449.4 4 Core 50 Sqmm Mtrs. 40
18.5 NS449.5 4 Core 35 Sqmm Mtrs. 415
18.6 NS449.6 4 Core 25 Sqmm Mtrs. 220
18.7 NS449.7 4 Core 16 Sqmm Mtrs. 1310
18.8 NS449.8 3 Core 16 Sqmm Mtrs. 1390
18.9 NS449.9 3 Core 10 Sqmm Mtrs. 4085
18.10 NS449.10 3 Core 6 Sqmm Mtrs. 1130

Contractor 605 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
NS450 Supply, installation, testing & commisioning of cable termination of above cables with copper lugs
19 &flameproof brass compression glands on both the ends with inhibting compound etc. complete
as required.
19.1 NS450.1 4 Core 240 Sqmm. Set 2
19.2 NS450.2 4 Core 120 Sqmm. Set 4
19.3 NS466.3 4 Core 95 Sqmm. Set 2
19.4 NS450.4 4 Core 50 Sqmm Set 4
19.5 NS450.5 4 Core 35 Sqmm Set 10
19.6 NS450.6 4 Core 25 Sqmm Set 10
19.7 NS450.7 4 Core 16 Sqmm Set 40
19.8 NS450.8 3 Core 16 Sqmm Set 48
19.9 NS450.9 3 Core 10 Sqmm Set 126
19.10 NS450.10 3 Core 6 Sqmm Set 40

NS451 Providing & fixing of control wiring/power cabling with following sizes of copper conductor
20 armoured cable between indoor and outdoor units directly on surface of wall/ existing channel i/c
making connection etc. as reqd.
20.1 NS451.1 6 x 1.5 sq.mm Mtrs. 100
20.2 NS451.2 4 x 1.5 sq.mm Mtrs. 200
20.3 NS451.3 2 x 1.5 sq.mm Mtrs. 700
20.4 NS451.4 3 x 1.5 sq.mm control wiring for CO sensor Mtrs. 4650

NS452 Supplying and fixing of following sizes of steel conduit along with accessories in surface/recess
21 including painting in case of surface conduit, or cutting the wall and making good the same in case
of recessed conduit as required
21.1 NS452.1 20mm Mtrs. 50
21.2 NS452.2 25mm Mtrs. 1500

Contractor 606 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
NS453 Supplying and installing following size of perforated Hot Dipped Galvanised Iron cable tray
(Galvanisation thickness not less than 50 microns) with perforation not more than 17.5%, in
22
convenient sections, joined with connectors, suspended from the ceiling with G.I. suspenders
including G.I. bolts & nuts, etc.as required.
22.1 NS453.1 100 mm. Width x 50mm. Depth x 1.6mm. Thickness. Mtrs. 775
22.2 NS453.2 150 mm. Width x 50mm. Depth x 1.6mm. Thickness. Mtrs. 450
22.3 NS453.3 300 mm. Width x 50mm. Depth x 1.6mm. Thickness. Mtrs. 150
22.4 NS453.4 450 mm. Width x 50mm. Depth x 2.0 mm. thickness. Mtrs. 80

NS454 Providing and fixing 6 SWG dia. GI wire on surface or in recess for loop earthing along with the
24 Mtrs. 1450
existing surface / recessed conduits / submain wiring / cable as required.
NS455 Providing and fixing 25 x 5 mm G.I. Strip on surface /on existing cable tray for connections etc. as
25 Mtrs. 900
required.
NS456 Providing and fixing 50 x 6 mm G.I. Strip on surface /on existing cable tray for connections etc. as
26 Mtrs. 200
required.

Total
P) SECTION-XVI - FIRE FIGHTING
Sub Head - I - (Wet Riser System - Pumping Equipments )

1 NS457 Supply, Installation, Testing and Commissioning of Electric Driven Main Fire Pump suitable for
auto operation & consisting of following: complete in all respect as required.

a) Horizontal Split casing type, centrifugal, multistage, pump of cast iron body and bronze impeller
with stainless steel shaft, mechanical seal to ensure a minimum pressure of 3.5 kg/sq. cm. at
highest and farthest outlet at specified flow of 2850 lpm at 85 Mtr. head confirming to IS 1520.

b) Suitable HP (Minimum 90 hp) squirrel cage induction motor, TEFC synchronous speed 1500 RPM
(with permissible slip), suitable for operation on 415 volts, 3 phase 50 Hz. AC with IP 55 protection

Contractor 607 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
for enclosure, horizontal foot mounted type with Class-' F' insulation, confirming to IS-325.

c) Common base frame fabricated out of M.S channel of suitable size, flexible coupling, coupling
guard, foundation bolts and pressure gauge with valve etc. Suitable cement concrete foundation
duly plastered, with anti vibration pads etc. complete as per manufacturer's design & standards
and as per detailed specifications. Set 2

2 NS458 Supply, Installation, Testing and Commissioning of Diesel Engine Driven Main Fire Pump suitable
for auto operation and consisting of following: complete in all respect as required.

a) Horizontal Split casing type, centrifugal, multistage pump of cast iron body and bronze impeller
with stainless steel shaft, mechanical seal to ensure a minimum pressure of 3.5 kg/sq.cm. at
highest and farthest outlet at specified flow of 2850lpm at 85 Mtr. head confirming to IS 1520.

b) Suitable HP 1500 RPM, 4 stroke, cold starting type Diesel Engine with Heat Exchanger confirming
to relevant BIS & IS Standards, complete with all required accessories / system, fuel oil filter,
lubricant oil pump with filter, 2 Nos. starting batteries of 180 AH capacity each with suitable angle
iron stand, engine starting panel having all the controls meters, gauges, tachometer, hour meters,
starting switch with keys for manual starting, auto starting mechanism, 24 Volts electric starting
equipment, Diesel Tank for 8 hrs continuous running of diesel engine, having minimum capacity of
200 Ltrs. (tank made out of 3mm thick M.S. Sheet with filling Cap, drain Cock, diesel indicator duly
mounted on M.S. angle) exhaust pipe of minimum 30 Metre length, duly insulated with 50 mm.
thick glass wool with 1.0 mm. thick aluminium sheet cladding, exhaust residential silencer, stop
solenoid for auto stop in the event of fault with audio indications, painted with post office red
colour etc. as required.

c) M.S. fabricated Common base frame, flexible coupling, coupling guard, foundation bolts and
pressure gauge with valve etc. Suitable cement concrete foundation duly plastered, with anti Set 1
Contractor 608 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
vibration pads etc. complete as per manufacturer's design & standards and as per detailed
specifications.

3 NS459 Supplying, Installation, Testing and Commissioning of Electric Driven Pressurization Pump (Jockey
Pump) suitable for auto operation and consisting of following: complete in all respects as required.

a) Horizontal type, centrifugal end suction type pump of cast iron body and bronze impeller with
stainless steel shaft, mechanical seal, gland packing and flow of 180 Ipm at 85 Mtr. head
confirming to IS:1520.

b) Suitable HP (Minimum 7.5 HP) squirrel cage induction motor TEFC type 2900 RPM suitable for
operation on 415 volts, 3 phase 50 Hz. AC with IP 55 class of protection for enclosure, horizontal
foot mounted type with Class -'F' insulation, confirming to IS:325.

c) Common base frame fabricated out of M.S channel of suitable size, flexible coupling, coupling
guard, foundation bolts and pressure gauge with valve etc. Suitable cement concrete foundation
duly plastered, with anti vibration pads etc. complete as per manufacturer's design & standards
and as per detailed specifications. Set 2

4 NS460 Supply, Installation, Testing and Commissioning of Electric Driven Fire Pump for Water Curtain
suitable for auto operation & consisting of following: complete in all respect as required.

Horizontal Split casing type, centrifugal, multistage, pump of cast iron body and bronze impeller
with stainless steel shaft, mechanical seal to ensure a minimum pressure of 3.5 kg/sq. cm. at
highest and farthest outlet at specified flow of 2280 lpm at 50Mtr. head confirming to IS 1520.

Suitable HP (Minimum 45 hp) squirrel cage induction motor, TEFC synchronous speed 1900 RPM
(with permissible slip), suitable for operation on 415 volts, 3 phase 50 Hz. AC with IP 55 protection
for enclosure, horizontal foot mounted type with Class-' F' insulation, confirming to IS-325.

Contractor 609 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)

Common base frame fabricated out of M.S channel of suitable size, flexible coupling, coupling
guard, foundation bolts and pressure gauge with valve etc. Suitable cement concrete foundation
duly plastered, with anti vibration pads etc. complete as per manufacturer's design & standards
and as per detailed specifications. set 1

5 NS461 Fabricating, Supplying, Installation, Testing and Commissioning Air Vessel of continuous welded
construction with flanged discharge header on the top of each riser fabricated out of 10 mm thick
dished ends and 8 mm thick MS sheet, Air Release Valve complete with suitable drain
arrangement with 25 mm dia gun metal wheel valve complete with all accessories etc. as required
of the following sizes
5.1 NS461.1 1.2 Meter high and 250 mm dia Each 6

6 NS462 Fabricating, Supplying, Installation, Testing and Commissioning Air Vessel of continuous welded
construction with flanged discharge header in pump house fabricated out of 10 mm thick dished
ends and 8 mm thick MS sheet, Air Release Valve, complete with drain arrangement with 25 mm
dia gun metal wheel valve complete with all accessories etc. as required of the following sizes
6.1 NS462.1 2 Meter high and 450 mm dia suitable to operate Jockey Pump, Main Fire Pump & Diesel Engine
Driven Fire Pump Each 2

7 NS463 Supply, Installation, testing and commissioning of pressure switches for Hydrant / Diesel Engine
Driven Pump / Jockey Pumps, diaphragm type, adjustable range from 0-9 bar and a regulation
range of 0.1 1.5 bar direct mounted SNAP acting type made from die cast aluminium with epoxy
powder coated finish and SS316 diaphragm and other wetted parts, including necessary wiring
upto control panel & other materials as required as per specifications. Each 6

TOTAL
Sub Head - II - (Hydrants System)

Contractor 610 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
1 NS464 Supplying and fixing Single Headed Internal Hydrant Valve oblique patternwith instantaneous
Stainless Steel coupling of 63 mm dia with cast iron wheel ISI marked, conforming to IS : 5290
(Type A), with 80 mm dia flanged inlet, with ABS cap and chain complete with all accessories etc.
as required. Each 57

2 NS465 Supply, Installation, Testing and Commissioning 100% synthetic flax canvas Non-percolating FIRE
hose (Type A), I.S.I marked 63mm dia x 15m long with stainless steel male & female couplings (ISI
marked) bound & riveted to hose pipes with copper rivets and copper wire as required. Each 114

3 NS466 Supplying and fixing Stainless Steel branch pipe with 20mm dia nozzle conforming to IS:903.
suitable for installation connections to hose coupling etc. as required. Each 69

4 NS467 Supplying and Fixing First Aid Hose Reel, wall mounting swinging type complete with drum &
bracket of MS construction, spray painted in Post office Red, confirming to IS 884/1995 with upto
date amendments, complete with the following as required.
(a) 36 Meter long 20 mm dia water hose Thermoplastic (Textile reinforced) Type - 2 as per IS : 12585
(b) 25 mm dia gun metal ball valve & nozzle.
(c) Drum and brackets for fixing the equipments on wall.
(d) Connection from riser with stop valve (gun metal) & M.S. Pipe Each 57

5 NS468 SITC weather proof M.S cabinet size 1200 mm x 2100 mm x 800mm
Supplying, installation, testing and commissioning of weather proof M.S cabinet size 1200 mm x
2100 mm x 800mm deep fabricated from 1.6mm thick M.S. sheets and M.S angle
40mmx40mmx6mm complete with glass, locking arrangements to accommodate the following: -
a) Gunmetal single headed Hydrant valve - 1 No.
b) Fire Hoses 63mm, 15 M long with accessories - 2 Nos.
c) Short branch - 1 No.
d) First Aid hose Reel - 1 No.
e) Fire Extinguisher - 2 Nos.

Contractor 611 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
f) Fireman's Axe - 1 No.
g) Pressure Gauge - 1 No.
The cabinet shall be painted with one coat of primer and 2 coats of synthetic enamel paint of
approved shade. Each 57

6 NS469 Providing and fixing single gunmetal suction collecting head as per IS: 904-1983, hose coupling
(draw out connection) with female outlet as per 903 complete with 150 mm dia. G.I. Suction pipe
(with puddle flange) with a foot valve with strainer complete as per drawings. Each 1

7 NS470 Providing and Fixing 15 mm dia gunmetal / brass quartzoid type Sprinkler Head with quartz bulb
and set to operate at specified temperature.
7.1 NS470.1 Upright, 68° C, Chrome plated 4807
Each
7.2 NS470.2 Pendent, 68° C, Chrome plated 2964
Each
7.3 NS470.3 Side wall type, 68° C, Chrome plated 24
Each

8 NS471 SITC of sprinkler installation valve


NS471.1 Supplying, Installation, Testing and Commissioning of Sprinkler installation valve with water gong,
pressure gauge, drain valve etc as required 200 mm dia size etc. complete as required. Each 1

9 NS472 Supplying and fixing vane type water flow switch suitable for installation on 50 mm to 150 mm
dia line for a service pressure upto 20 kg/sq. cm. of Potter / System sensor /Angus Each 50

10 NS473 Supplying and fixing 4 way 63 mm instantaneous Fire Brigade Inlet Connection (FBIC) comprising
of gunmetal body and gunmetal instantaneous male inlet coupling confirming to IS:904 with plug
and cap with chain as required with nuts & bolts and high pressure rubber gasket, suitable for 150
mm dia MS pipe connection etc. complete as required. Each 1

Contractor 612 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
TOTAL
Sub Head - III - (Piping, Valves and Accessories)

1. NS474 SLTC of M.S. pipe on surface


Supplying, laying, fixing, testing and commissioning of following sizes (NB) of ISI marked heavy
class M.S. pipes including cutting, threading, welding etc. and providing all fittings e.g. elbows,
reducers, clamps, hangers, flanges, gaskets, nuts, bolts and washers etc. including painting of
pipes and fittings with red paint over a coat of ready mixed primer, both of approved quality and
shade including cutting holes and chases in brick or RCC walls/slabs and making good the same
etc. complete in all respect as required.
1.1 NS474.1 200 mm dia (6mm thick) 25
Metre
NS474.2 150 mm dia 4110
1.2 Metre
1.3 NS474.3 100 mm dia 688
Metre
NS474.4 80 mm dia 1338
1.4 Metre
1.5 NS474.5 65 mm dia 1347
Metre
NS474.6 50 mm dia 2250
1.6 Metre
1.7 NS474.7 40 mm dia 3328
Metre
NS474.8 32 mm dia 1573
1.8 Metre
1.9 NS474.9 25 mm dia 7614
Metre

Contractor 613 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
2 NS475 Providing & fixing of heavy class class M.S . pipes conforming to IS: 1239 complete with fittings
including trenching and refilling etc. (external work) including all fittings and accessories like tees,
elbows, flanged joints, rubber insertion, nuts, bolts or cutting and welding joints. Cost shall be
inclusive of excavation, dewatering, backfilling, ramming surrounding the pipe alround with
minimum 150 mm thick compacted silver sand and providing thrust block at distance specified as
per specifications. (Pipe shall be provided with anti crossive protective treatment confirming to IS:
10221 standard complete as per specification). All work complete as per specification and as
directed by Engineer-In-Charge. (All the fitting i.e. tee /elbow etc. for Valve connections etc. will be
flanged joints)
2.1 NS475.1 150 mm dia Meter 570
2.2 NS475.2 80 mm dia Meter 24

3 NS476 Supplying, Installation, Testing and Commissioning of Butterfly valves of PN 1.6 rating of following
sizes with nitrile Bronze / G.M. seat duly ISI marked and stainless steel stem with lever/gear
operation and cast iron body in powder coated finish for fire fighting application complete in all
respects confirming to IS: 13095 as required.
3.1 NS476.1 200 mm dia Each 1
3.2 NS476.2 150 mm dia Each 74

3.3 NS476.3 100 mm dia Each 0

3.4 NS476.4 80 mm dia Each 8

3.5 NS476.5 65 mm dia Each 2

4 NS477 Providing, Installation, Testing and Commissioning of double flanged cast iron Non-Return Valve,
PN 1.6of following sizes confirming to IS : 5312 complete with rubber gasket, Gl bolts, nuts,
washers etc. as required.
4.1 NS477.1 150 mm dia Each 17
4.2 NS477.2 50 mm dia Each 2

Contractor 614 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
5 NS478 Providing, Installation, Testing and Commissioning of Gun Metal Ball Valves with brass body
chrome plated of following sizes as required.
5.1 NS478.1 40 mm dia Each 50
5.2 NS478.2 50 mm dia Each 4

6 NS479 Supplying and Fixing Orifice Plate made of 6 mm thick, upto 200 mm outer dia. stainless steel with
orifice (internal dia.) of required size in between flange & landing valve of external and internal
hydrant to reduce pressure to working pressure of 3.5 Kg / cm2 complete as per specifications as
required. Each 107

7 NS480 Supply, Installation, Testing and Commissioning of 150 mm dia Bourden type, Stainless Steel dial
type Pressure Gauge including brass isolation valve and siphon pipe having calibration of 0 - 16 Kg
/ cm2 . Each 63

8 NS481 Supplying, Installation, Testing and Commissioning of CI body flanged (both ends) type serviceable
suction / Y strainer with (stainless steel / brass mesh) conforming to relevant IS specifications
amended upto date complete including providing and fixing nuts, bolts, washers, gaskets etc.
complete as required.
8.1 NS481.1 150 mm dia Each 4
8.2 NS481.2 65 mm dia Each 2

9 NS482 Supplying and Fixing of Fire Man's axe with heavy insulated rubber as per standard conforming to
IS 926 Each 57

10 NS483 Providing & fixing double flanged Metallic expansion with M.S. fixed flanges (PN-1.6) joint (suitable
for system test pressure) of standard length as per manufacturers specs including rubber gaskets,
flanges, nuts, bolts and washers complete as required as per specifications.

10.1 NS483.1 65 mm dia 2 Each

Contractor 615 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
10.2 NS483.2 150 mm dia 8 Each

11 NS484 Providing & fixing controlled percolation fire hose pipe (as per IS:8423) of 63 mm dia and 15 meter
length rated for brust pressure of 3.5 Kg/sqcm. The hose shall be tested for flame resistance test in
accordance to IS:8423. Hose shall be complete with ISI marked SS male & female coupling (IS:903)
bound & riveted to hose pipe with copper rivets & 1.5 mm copper wire as required as per
specifications. (Location : External fire hydrant) Each 24

12 NS485 Providing and fixing weather proof lockable cabinet of size not less than 0.9 x 0.6 x 0.5 mtr
made out of MS sheet 2mm thick having central opening and 6 mm thick glazed glass doors
(Two nos.) suitably marked on the outside with the letters "FIRE HOSE" including necessary
locking arrangement and shall be painted with one coat of primer and two coats of synthetic
enamel paint of approved shade as required as per specifications. Each 12

13 NS486 Supply, Installation, Testing and Commissioning External Yard Hydrant Stand Post comprising of
MS pipe 80 mm dia (heavy duty C class) from existing ringmain to about 1 meter above ground
level and Single Headed Yard Hydrant Valve with 80 mm dia flanged inlet, intantanneous SS
coupling of 63 mm dia with cast iron wheel ISI marked, conforming to IS : 5290 (Type A), with ABS
cap and chain etc.complete with all accessroies as required. Each 12

14 NS487 Providing and fixing flexible connectors consisting of flexible core 1.5 mtr. in length of corrugated
stainless steel tubing under the braid, (Braiding to be SS-304, tubing to be SS-304) for minimum
working pressure rating of 200 PSI to be installed at connections from branch pipes to pendant
sprinklers blow false ceiling as per specification of the manufacturers. Each 1482
TOTAL

Sub Head - IV - (Fire Extinguishers)

Contractor 616 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
1 NS488 Supply, installation, testing and commissioning of ISI marked (IS:15683) portable chemical fire
extinguisher, water (gas pressure) type capacity 9 litres with gun metal cap and nozzle and
complete in all respects including initial fill and wall suspension brackets as required as per
specifications. Each 57

2 NS489 Providing and fixing fire extinguisher of carbon dioxide type consisting of brand new high pressure
steel cylinder bearing IS: 7285 mark, wheel type valve bearing IS:3224 mark internal discharge
tube, 1 meter long high pressure discharge hose, non conducting horn, suspension bracket, fully
charged bearing IS: making fixed to wall as directed.
2.1 NS489.1 4.5kg capacity cylinder Each 0

3 NS490 Providing and fixing portable fire extinguisher, dry powder type (gas cartridge) with cylinder
initially fully charged with dry powder (ABC type) of 6 Kg. complete with standard discharge valve
with tube, CI bracket for wall mounting etc. conforming IS : 15683:2006 Each 0

Water Curtain
4 NS491 Providing and fixing 80 mm NB Motorized deluge valve (UL listed) suitable for a rated working
pressure of 12.3 Kg.cm² with hydraulic wet pilot trim, water gong, including connection to the
main supply line, manifold, detection line, nozzle system. The cost would include the cost of
deluge valve, hydraulic trim 100mm water gong bell and all connections and gauges complete in
all respects as required.
Each 1

5 NS492 Providing and fixing of water curtain nozzles with rated pressure 12.33 Kg/cm² (for deluge
system). Each 112
TOTAL

Sub Head - V (Motor Control Panels)

Contractor 617 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
1 NS493 Fire Fighting Panel
Fabrication, Supplying, Installation, Testing & Commissioning of Electrical Fire Motor Control
Panel of cubical construction, floor mounted type, fabricated out of 2mm. thick CRCA sheet,
compartmentalized with hinged lockable doors, dust and vermin proof, powder coated of
approved shade after 7 tank treatment process, cable alley, interconnection with solid aluminium
strip / single core PVC insulated FRLS copper conductor cable, having suitable mountings for
switchgears and accessories and internal control & power wiring with suitable rating PVC
insulated FRLS copper conductor, earth terminals, numbering etc. complete in all respects, suitable
for operation on 415 V, 3 phase 50 HZ AC supply with enclosure protection class IP 42 with 700
Amp aluminium bus bar etc complete as required.
Incoming
a) MCCB, 4 Pole, 630 A, 35 KA with adjustable thermal magnetic release and rotary handle (ICS= ICU=
35 KA upto 415 V) - 2 sets.
b) Digital Ammeter (0 - 600 A), 96 mm. sq. CT operated with inbuilt selector switch with 3 Nos. CT's of
ratio 600/5 A, 15 VA burden and accuracy of class 1.0 - 2 Sets
c) Digital Volt Meter (0-500 V) 96 mm. sq. with inbuilt selector switch and control MCBs - 2 Sets
d) Phase Indicating coloured LED (RYB) with control MCBs - 2 Sets
Bus Bar :
Electrolytic high conductivity aluminium three phase and neutral busbars rated at 415V, 800
amps, 50Hz, AC, insulated with heat shrinkable coloured PVC sleeves & clip on shrouds for joints.
Outgoing for Main Fire Pump
a) MCCB 3 Pole, 250 A (with adjustable thermal magnetic release and (Ics=Icu=25 KA upto 415 V),
with CT operated digital Ammeter (0 - 250 A), with 3 CT's of 250/5 A, 10 VA, accuracy 1.0, ASS and
coloured LED for on (Red) indication and rotary handle - 3Set
b) Fully Automatic Star Delta Starter suitable for sprinkler Pump motor of minimum 70KW and (as
per the recommendation of pump manufacturer) complete with over load protection, current
sensing type single phase preventer complete with contactors, push button, indicators LED type
Auto/manual selector switches all accessories and FRLS copper conductor wiring etc. as required -
2 Set
Contractor 618 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)

Outgoing for water curtain Pump


c) MCCB 3 Pole, 125 A, 25 KA with CT operated digital Ammeter (0 - 125 A), with 3 CT's of 125/5 A, 10
VA, accuracy 1.0, ASS and coloured LED for on (Red) indication with adjustable thermal magnetic
release and (ICS= ICU= 25 KA and rotary handle- 2 Set
d) Fully Automatic Star delta Starter suitable for Jockey Pump (Minimum 35KW capacity) complete
with over load protection, current sensing type single phase preventer complete with contactors,
push button, indicators LED type Auto/manual selector switch all accessories and wiring etc. as
required - 1 Set

Outgoing for Pressurization Pump(Jockey)


c) MCB 3 Pole, 63 A, 10 KA with CT operated digital Ammeter (0 - 60 A), with 3 CT's of 60/5 A, 10 VA,
accuracy 1.0, ASS and coloured LED for on (Red) indication with adjustable thermal magnetic
release and (ICS = 10 KA upto 433 V) and rotary handle - 2 Set

d) Fully Automatic Star delta Starter suitable for Jockey Pump (Minimum 7.5 HP capacity) complete
with over load protection, current sensing type single phase preventer complete with contactors,
push button, indicators LED type Auto/manual selector switch all accessories and wiring etc. as
required - 2 Set
MCB TP+N Pole, 63 A, 10 KA 'C' - 4 Set
MCB Double Pole, 10 A, 10 KA 'C' - 4 sets.
MCCB TP+N Pole, 200 A (with adjustable thermal magnetic release and (Ics=Icu=25 KA upto 415 V)
- 1 Set
b) Diesel Engine Control suitable for (diesel pump 100HP) & (water curtain pump )
e) Auto / Manual selector switch and 3 attempt Starting device, Electronic timer, Relays, Auxiliary
switches, Rotary switches, Tripping relays, Contactors, Push button for manual Start / Stop etc. to
make the equipment automatic as per functional requirement.

Contractor 619 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
f) Battery charging unit suitable for 24 V DC with boost and trickle charger, selector switch, with
suitable rating transformer, rectifier, RC filter network, fuses on AC and DC protection, 0 - 30 V DC
Digital Volt meter, 0 - 20 A DC Digital Ammeter, the charger should be cut off when the engine is
started and the batteries shall be charged from battery charging alternator provided in the engine.
Suitable rating & type standard relays, contactors and other accessories for automatic operation of
diesel engine
g) Indication LED's for high / low lub, oil pressure, water temperature, engine on indicator, with
suitable alarms, acknowledgement button etc.

i) System Controller
j) Designing, Supply, Installation, Testing and Commissioning of system controller to control
operation of Main Electric Fire Pumps, Diesel Engine Pump, Jockey Pumps, Terrace Pump in
sequence as per specification consisting of relays, timers, sensors, annunciation window for fault
indication, complete as per specification.
k) First Jockey pump will start than hydrant and sprinkler pump start, in case of failure of power
diesel pump will start.
Colour coded internal wiring and connections etc. with suitable size Fire Retardant Low Smoke PVC
insulated copper cable / solid aluminium strip / bus bar from incoming to bus bar and from bus bar
to switch gears / MCCB, starters, meters, selector switches, indicating LED's, interlocking and
sequence operation arrangements.
l) Terminal facility for repeat indicator of various audio and visual indications.
m) First Jockey pump will start than hydrant and sprinkler pump start, in case of failure of power
diesel pump will start.
n) Colour coded internal wiring and connections etc. with suitable size Fire Retardant Low Smoke PVC
insulated copper cable / solid aluminium strip / bus bar from incoming to bus bar and from bus bar
to switch gears / MCCB, starters, meters, selector switches, indicating LED's, interlocking and
sequence operation arrangements.
o) Terminal facility for repeat indicator of various audio and visual indications.

Contractor 620 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
Fire fighting panel described as above 1 Set

2 NS494 CABLES
Supply, laying testing and commissioning of following sizes of XLPE insulated PVC sheathed
armoured aluminium conductor cable of 1.1 KV grade on existing cable tray / surface including
clamps, ties etc. as required.
2.1 NS494.1 3 Core 10 Sqmm. 60 Mtrs.
2.2 NS494.2 3 Core 50 Sqmm. 80 Mtrs.
2.3 NS494.3 3 Core 95 Sqmm. 120 Mtrs.
2.4 NS494.4 4 core x 2.5 Sq mm copper conductor armoured control cable. 100 Mtrs.

3 NS495 Supplying and making end termination with brass compression gland and aluminium lugs for
following size of PVC insulated and PVC sheathed / XLPE aluminium conductor cable of 1.1 KV
grade as required
3.1 NS495.1 3 X 10 sq. mm (25mm) 4 Set
3.2 NS495.2 3 X 50 sq. mm (25mm) 4 Set
3.3 NS495.3 3 X 95 sq. mm (38mm) 8 Set
3.4 NS495.4 4 core x 2.5 Sq mm copper conductor armoured control cable. 10 Set

4 NS496 Fabricating and Installing following size of perforated Hot dip G.I cable tray including horizontal
and vertical bends, reducers, tees, cross members and other accessories as required and duly
suspended from the ceiling with MS suspenders and including painting etc. as required.

4.1 NS496.1 300 mm width x 50 mm depth x 1.6 mm thickness 40 Metre


4.2 NS496.2 150 mm width x 50 mm depth x 1.6 mm thickness 50 Metre
5 NS497 Providing and fixing following size of GI strips/ GI wire etc. on surface or in recess for connections,
including GI clamps etc. as required.
5.1 NS497.1 25 mm x 5 mm GI strip 50 Metre

Contractor 621 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
5.2 NS497.2 6 SWG dia G.I. wire 350 Metre

TOTAL
Q) SECTION-XVII - PLUMBING INTERNAL
A. INTERNAL PLUMBING WORK

SUB HEAD - I - SANITARY FIXTURES

2 NS498 Providing, Fixing, testing & commissioning of two way CP brass Bib Cock with CP brass stop cock
and ABS Health Faucet (complete with hook and flexible SS tube min. Length 1.0 m) as required. 76 Each

5 NS499 Providing & fixing white vitreous china urinal partition of size 680 x 300 mm fixed with expandable
anchor fasteners with C.P. brass bolts and washers, embedded in wall with anchor and set in
concrete complete including cutting and making the walls wherever required. 35 Each

7 NS500 Providing, fixing, testing and commissioning of C.P. brass single hole sink mixer with CP wall flange,
swinging spout complete as required and making good.(15 mm nominal dia) 6 Each
7.1 NS500.1 15 mm nominal dia)

8 NS501 Fixing , testing and commissioning of stainless steel sink, R.S. or C.I. painted brackets painted,
40mm dia C.P. brass bottle trap with necessary C.P. brass unions complete including paiting thye
fittings and cutting and making good the walls wherever required.
8.1 NS501.1 White glazed fire clay Janitor sink of size 600x450x 250mm 14 Each
9 NS502 Providing and fixing CP Brass 32mm size Bottle Trap of approved quality as per the direction of
Engineer-In-Charge. 54 Each

Contractor 622 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
10 NS503 Providing , fixing / installation, testing and commissioning best quality mirror of approved make,
thickness 6mm fixed in plastic frame, colour matching with tiles above the wash basin fixed to
6mm thick plywood sheet with CP hookes near rectangular wash basin
10.1 NS503.1 Size: 600mm x 500mm 81 Each
12 NS504 Providing And Fixing of auto cut Paper towel Dispenser of stainless steel body with capacity of 600-
700 paper towels, including brackets for fixing on wall including all required fitting Complete. 10 Each

13 NS505 Providing and fixing fully automatic "NO TOUCH" hand driers of stainless steel body suitable to
operate on 230, single ph 50 Hz, AC power supply including brackets for fixing on wall including
cutting and making good the walls, etc., complete. 10 Each

18 NS506 Providing and fixing adjustable type wash basin for handicap toilet complete with brackets, tracks,
waste pipes and other accessories complete as required. 3 Each

19 NS507 Providing and fixing 2 Nos. support arms and backrest to mounted on the track (vertically and
laterally) for handicap toilet complete as required. 6 Each

20 NS508 Providing and fixing raised toilet seat with cover for handicap toilet 3 Each

21 NS509 Providing and fixing ABS alloy steel grab bar. 6 Each

24 NS510 Providing and fixing one piece construction acrylic bath tub including integral overflow and
detachable feet,Shower rose, shower arm,mixing fitting, spout, 40 mm C.P. brass waste, 32 mm
C.P. brass overflow, C.P. brass chain with rubber plug or pop-up waste and overflow assembly, 40
mm brass trap with union complete, matching colour to the sanitaryware. Size- 1525 x 725 x 370
mm 2 Each

Contractor 623 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
25 NS511 Providing and fixing in position storage type automatic electric water heater pressure/ non
pressure type thermostratically controlled, single phase, vertical wall mounted of approved make (
to the approval of Engineer-in-charge) with thermostats, inner container of stainless steel
complete with 1 Mtr three core flexible cord with plug, non return valve and pressure release valve
complete including fixing and testing complete in all respect.
25 litre capacity water heater 8 Each

26 NS512 Supply, Installation, Testing and commissioning of wall hanging drinking online water cooler with
bottle filler facility, made by stainless steel top and heavy duty galvanized steel frame. With
cooling capacity, ADA Compliant, size 472 mm Depth X 447mm width, flexible bubbler guard ,
operated between 50 to 120 PSI, Chiller unit Suitable to R134a Refrigerant, Adjustable thermostat
control, suitable for 220-230v/50-60 hz A/C Supply Complete with all accessories which include
MD-CU29, which is an EPA registered antimicrobial copper that fights off microorganisms which
include MRSA and e-coli. The water Fountain shall possess NSF-USA, Green building, energy star
saving certification, and to be placed at different location of buidling. Agency has to execute all
civil work for installing the Water Fountain for proper functioning and aesthetic view as directed
by the engineer-in-charge without any extra cost.
26.1 NS512.1 WITH 50 LPH RO System with 60 ltr HTP Storage tank 4 Each
TOTAL CARRIED TO SUMMARY

SUB HEAD - II - SOIL, WASTE AND VENT PIPES, RAIN WATER PIPES

1 NS513 Providing and fixing in position H.C.I, soil waste vent or antisyphonage pipes to I.S.I, specifications
of E.L.C. Manufacture or of any other reputed firm including cutting and wastage etc. And making
holes in walls, roofs or floor etc. And making good to ITS original condition but excluding cost of
lead jointing.
1.2 NS513.1 150mm internal diameter 437 Metre

Contractor 624 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
2 NS514 Providing Lead Caulked Joints To H.C.I Pipes Specials Conforming To I.S.I Specifications of E.L.C
Manufacture Or Any Other Reputed Firm Including Cost of Lead Yarn, Fuel And Tools, Etc.
2.1 NS514.1 150 mm internal diameter 442.24 Each

3 NS515 Providing and fixing in position M.S. or heavy flat iron clamps made out of M.S flat not less than 5
mm of the approved design for fixing C.I. Soil waste vent or anti pipes to walls complete in all
respects including cutting and making good the walls and floors etc., and painting.
3.1 NS515.1 For 150 mm internal diameter pipes 267.88 Metre

5 NS516 Providing and Fixing H.C.I. FLOOR TRAP I.S.I. MARKED OF THE SELF CLEANING DESIGN WITH C.P.
BRASS HINGED GRATING WITH FRAME WITH OR WITHOUT VENT ARM AND INCLUDING CEMENT
CONCRETE 1:2:4 under and around the floor trap where required upto floor level COMPLETE IN
ALL RESPECTS INCLUDING CUTTING AND MAKING GOOD THE WALLS AND FLOORS, ETC., minimum
depth of water should be 150mm with minimum seal of 50mm.

NS516.1 100 mm inlet and 100 Outlet 119 Each

6 NS517 Painting H.C.I Soil Waste Vent And Pipes And Fitting With Superior Quality Synthetic Enamel Paint
in all shades on existing on new work Two Coats paints including cleaning rubbing etc.
6.2 NS517.1 150 mm internal diameter 437 Metre

7 NS518 Providing and laying in position cement concrete of specified grade excluding the cost of centring
and shuttering.

7.1 NS519 1:2:4 ( 1cement : 2 Coarse sand : 4 graded stone aggregate 20 mm nominal size ) 5 cum

8 NS520 Providing and Fixing G.I. Class "B" pipe complete with G.I. Fittings and angle supports, clamps,
including cutting and making good the walls etc.

Contractor 625 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
8.1 NS520.1 40 mm dia 169.05 Metre
8.2 NS520.2 50 mm dia 67.85 Metre

9 NS521 Painting of G.I. Pipes and fittings with two coats of anti-corrosive bitumastic paint of approved
quality.
9.1 NS521.1 40 mm dia 169.05 Metre
9.2 NS521.2 50 mm dia 67.85 Metre

10 NS522 Providing and fixing on wall face unplasticised Rigid PVC rain water pipes conforming to IS : 13592
Type A, including jointing with seal ring conforming to IS : 5382, leaving 10 mm gap for thermal
expansion, (i) Single socketed pipes.
10.1 NS522.1 110 mm dia 80.5 Metre
10.2 NS522.2 160 mm dia 897 Metre
10.3 NS522.3 200 mm dia 529 Metre
10.5 NS522.4 250 mm dia 115 Metre

11 NS523 Providing and fixing on wall face unplasticised - PVC moulded fittings/ accessories for unplasticised
Rigid PVC rain water pipes conforming to IS : 13592 Type A including jointing with seal ring
conforming to IS : 5382 leaving 10 mm gap for thermal expansion.
11.1 NS523.1 Single Push fit coupler
(a) NS523.1.1 110 mm dia 26.833 Each
(b) NS523.1.2 160 mm dia 299 Each
(c) NS523.1.3 200 mm dia 176.33 Each
(d) NS523.1.4 250 mm dia 38.333 Each

11.2 NS523.2 Single Tee with door


(a) NS523.2.1 110x110x110 mm dia 16 Each
(b) NS523.2.2 160x160x160 mm dia 195 Each
Contractor 626 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
(c) NS523.2.3 210x210x210 mm dia 60 Each

11.3 NS523.3 Bend 87.5 Deg


(a) NS523.3.1 160 mm dia 107.64 Each
(b) NS523.3.2 210 mm dia 52.9 Each

11.4 NS523.4 Shoe (Plain)


(a) NS523.4.1 160 mm dia 16 Each
(b) NS523.4.2 210 mm dia 12 Each

12 NS524 Providing and Fixing on wall face un-plasticised - PVC pipe clips of approved design to un-
plasticised - PVC rain water pipes by means of 50 x 50 x 50 mm hard wood plugs, screwed with
M.S. screws of required length including cutting brick work and fixing in cement mortar 1:4 (1
Cement: 4 Coarse sand) and making good the walls etc. complete
12.1 NS524.1 110 mm dia 6.6666 Each
12.2 NS524.2 160 mm dia 216.66 Each
12.3 NS524.3 210 mm dia 100 Each

13 NS525 Providing and Fixing to the inlet mouth of rain water pipe cast iron grating 15 cm diameter and
weighing not less than 440 grams. 55 Each

14 NS526 Making khurras 45x45 cm with average minimum thickness of 5 cm cement concrete 1:2:4 (1
cement : 2 coarse sand : 4 graded stone aggregate of 20 mm nominal size) over P.V.C. sheet 1 m x1
m x 400 micron, finished with 12 mm cement plaster 1:3 (1 cement : 3 coarse sand) and a coat of
neat cement, rounding the edges and making and finishing the outlet complete. 55 Each

15 NS527 Providing joints with SS clamps to sand cast iron/centrifugally cast spun iron pipes & fittings of
Diameter.

Contractor 627 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
15.1 NS527.1 100 mm diameter pipe 43.125 Each
15.2 NS527.2 160 mm diameter pipe 8.74 Each

16 NS528 Providing and Fixing G.I. Reducing elbow of 100 x 50 mm in cement concrete 1:2:4 at all levels for
floor drains (excluding grating) for connection to floor traps in sunken portions, complete as per
drawings and as per approval of the Engineer-In-Charge. 64 Each

17 NS529 Providing and fixing G.I. Inlet fitting with maximum 3 inlets 32,40 & 50 mm size fabricated from
100 mm dia G.I. pipes and welded G.I. sockets as per site locations, fixed to C.I. Trap and set with
proper sealing compound as per drawing complete as per approval of the Engineer-In-Charge. Each

18 NS530 Providing and Fixing SS grating with frame and SS Screws casted heavy duty 125 mm dia including
cutting and making good the walls and floors wherever required complete in all respects. 64 Each

19 NS531 Providing and fixing brass Clean out Plug (COP) / Floor Cleanout (FCO) and manufacture with
suitable insert keys for opening, male threaded joint with G.I. socket caulked to spun soil pipe
including drip seal joint etc. per drawing complete as per approval of the Engineer-In-Charge.
19.1 NS531.1 100 mm dia 58 Each
19.2 NS531.2 150 mm dia 10 Each

20 NS532 Providing and fixing cleaning eye on horizontal soil & waste pipes of required dia. For Rain water
pipe.
20.1 NS532.1 200 mm dia 5 Each
20.2 NS532.2 250 mm dia 2 Each

21 NS533 Providing and fixing Heavy Class SS grating with Cockroach proof SS strainer of approved design
including setting in floor with cement motor to match with floor finish as per architect
requirement suitable for waster and FT.
21.1 NS533.1 Size 100 mm X 100 mm 99 No.
Contractor 628 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
22 NS534 Providing and fixing of C.I. Grating 150 mm x 150 mm 10 mm thick including all fitting and
accessories and cutting and making good the walls, floor and R.C.C. work complete (For Basement
Drain Pipe). 900 Each

23 NS535 Providing, fixing and testing and commissioning of GI pipes Class 'C' (heavy duty) of approved make
conforming to IS 1239-1982 complete with G.I. fittings such as tees, crosses, plugs, sockets,
elbows, reducers, unions, sleeve pieces, check nuts etc including jointing with C.I. pipes (wherever
required), cutting & making holes ,making good the walls, floors, R.C.C. work etc. including filling
the same. (Pipe running at Basement Ceiling Level for drainage Sump pump Discharge header
Pipe).
23.1 NS535.1 80 mm dia 120 RM
23.2 NS535.2 100 mm dia 20 RM

TOTAL CARRIED TO SUMMARY

SUB HEAD - III - WATER SUPPLY

1 NS536 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal stability for hot &
cold water supply including all CPVC plain & brass threaded fittings i/c fixing the pipe with clamps
at 1.00 m spacing. This includes jointing of pipes & fittings with one step CPVC solvent cement and
the cost of cutting chases and making good the same including testing of joints complete as per
direction of Engineer in Charge.
Concealed work including cutting chases and making good the walls etc.
1.1 NS536.1 15 mm nominal outer dia pipes 357 Metre
1.2 NS536.2 20 mm nominal outer dia pipes 42 Metre

Contractor 629 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
2 NS537 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal stability for hot &
cold water supply, including all CPVC plain & brass threaded fittings, including fixing the pipe with
clamps at 1.00 m spacing. This includes jointing of pipes & fittings with one step CPVC solvent
cement and testing of joints complete as per direction of Engineer in Charge
Internal work - Exposed on wall
2.1 NS537.1 15 mm nominal outer dia Pipes 297 Metre
2.2 NS537.2 20 mm nominal outer dia Pipes 248 Metre
2.3 NS537.3 25 mm nominal outer dia Pipes 139 Metre
2.4 NS537.4 32 mm nominal outer dia Pipes 55 Metre

3 NS538 Providing and fixing G.I. pipes (medium class) complete with G.I. fittings and clamps, i/c cutting
and making good the walls etc. (Internal work):
Exposed on Wall
3.1 NS538.1 15 mm dia nominal bore 140 Metre
3.2 NS538.2 20 mm dia nominal bore 240 Metre
3.3 NS538.3 25 mm dia nominal bore 525 Metre
3.4 NS538.4 32mm dia nominal bore 610 Metre
3.5 NS538.5 40 mm dia nominal bore 180 Metre
3.6 NS538.6 50 mm dia nominal bore 110 Metre
3.7 NS538.7 65 mm dia nominal bore 50 Metre
3.8 NS538.8 80 mm dia nominal bore 78 Metre
3.9 NS538.9 100 mm dia nominal bore 210 Metre

4 NS539 Providing and fixing G.I. pipes complete with G.I. fittings including trenching and refilling etc.
External work
4.1 NS539.1 80 mm dia nominal bore 100 Metre
5 NS540 PROVIDING FIXING AND JOINTING GUN METAL PEET VALVES ( HEAVY PATTERN) with hand wheels,
on G.I. Pipelines laid in the ground or inside building INCLUDING CARTAGE from divisional stores or
Contractor 630 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
nearest railway station to site works.

5.1 NS540.1 15mm Internal Diameter 32 Each


5.2 NS540.2 20mm Internal Diameter 29 Each
5.3 NS540.3 25mm Internal Diameter 20 Each
5.4 NS540.4 32mm Internal Diameter 26 Each
5.5 NS540.5 40mm Internal Diameter 4 Each
5.6 NS540.6 50mm Internal Diameter 6 Each

6 NS541 Painting G.I. pipes and fittings with synthetic enamel white paint over a ready mixed priming coat,
both of approved quality for new work.
6.1 NS541.1 15 mm diameter pipes 140 Metre
6.2 NS541.2 20 mm diameter pipes 240 Metre
6.3 NS541.3 25 mm diameter pipes 525 Metre
6.4 NS541.4 32 mm diameter pipes 610 Metre
6.5 NS541.5 40 mm diameter pipes 180 Metre
6.6 NS541.6 50 mm diameter pipes 110 Metre
6.7 NS541.7 65 mm diameter pipes 50 Metre
6.8 NS541.8 80 mm diameter pipes 78 Metre
6.9 NS541.9 100 mm diameter pipes 210 Metre

7 NS542 Painting G.I. pipes and fittings with two coats of anti-corrosive bitumastic paint of approved quality
7.1 NS542.1 80 mm diameter pipes 100 Metre

8 NS543 Providing and filling sand of grading zone V or coarser grade, allround the G.I. pipes in external
work :
8.1 NS543.1 80 mm diameter pipes 100 Metre
Contractor 631 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
12 NS544 Providing and fixing Butter fly valve with nitrile seat and stainless steel stem with lever operation
and cast iron body in powder coated finish, suitable for test pressure of 10Kg/sq.mm) with flanges,
gaskets and necessary pad locking arrangement complete required.
12.1 NS544.1 100 mm dia. Each
12.2 NS544.2 80 mm dia. 3 Each
12.3 NS544.3 65 mm dia. 3 Each

13 NS545 Providing and fixing C.P. brass angle valve for basin, cistern and geyser points of approved quality
conforming to IS:8931.
13.1 NS545.1 15 mm nominal bore 105 Each

14 NS546 Providing and fixing Nitrile Rubber Insulation 9 mm thick on hot water supply/return pipes without
outer mechanical protection
14.1 NS546.1 15 mm dia. 80 Metre
14.2 NS546.2 20 mm dia. 32 Metre

15 NS546 Providing and fixing Nitrile Rubber Insulation 9 mm thick on hot water supply/return pipes with
outer mechanical protection
15.1 NS546.1 15 mm dia. 70 Metre
15.2 NS546.2 20 mm dia. 85 Metre
15.3 NS546.3 25 mm dia. 50 Metre
15.4 NS546.4 32 mm dia. 20 Metre
15.5 NS546.5 40 mm dia. 2 Metre

16 NS547 Providing and fixing full way lever operated forged brass ball valve of brass body with forged brass
hard chrome plated steel ball, union / flange, washer, nuts & bolt. Rated to temperature of 85
deg. C and testing to a pressure not less than 10 Kg/sq.cm including covering with nitrle rubber
insulation 9 mm thick insulation as per specification.
Contractor 632 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
16.1 NS547.1 15 mm dia. 8 Each
16.2 NS547.2 20 mm dia. 8 Each
16.3 NS547.3 25 mm dia. 1 Each
16.4 NS547.4 32 mm dia. 1 Each
16.5 NS547.5 40 mm dia. 1 Each

17 NS548 Providing, fixing, testing and commissioning of PRV in water supply drop pipes. To be installed
inside shaft on-line type.

17.1 NS548.1 20 mm dia 20 Each


17.2 NS548.2 25 mm dia 5 Each
17.3 NS548.3 32 mm dia 15 Each

18 NS549 Providing and fixing C.I. double acting air release valve of approved quality with bolts, nuts, rubber
insertions etc. complete.

18.1 NS549.1 15 mm dia 6 Each


18.2 NS549.2 20 mm dia 10 Each

19 NS550 BUTTERFLY VALVE WITH ON/OFF TYPE MOTORIZED ACTUATOR Single phase 220V with limit
switches, C I body & PN 1.6 pressure rating SS Disc & shaft of Feedback, BMS Compatible for
overhead tank filling as specified duly insulated of following sizes as per specification and
drawings. Cost should include necessary control wire (minimum size 1.5 sq.mm)

19.1 NS550.1 32 mm dia nominal 3 Each


19.2 NS550.2 25 mm dia nominal 2 Each
19.3 NS550.3 20 mm dia nominal Each

Contractor 633 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
20 NS551 Providing, fixing, testing and commissioning water meter with direct reading dial in KL with all
integral parts of gun metal or brass with necessary fitting such as threaded pieces, unions
pressure gauge and isolation cock, flanges piece for future removal, flanges / unions complete
with all necessary testing charges and obtaining test certificates from municipal authorities, on
following size pipe lines (1 no. strainer & 2 nos. pressure gauges shall be provided at inlet & outlet
and cost shall be inclusive for the same).
20.1 NS551.1 50 mm dia. 1 Each

21 NS552 Making connection with the existing G.I. Branch main upto 50 mm size including cutting and
threading pipe etc. complete excluding cost of tee and long screw, but including cartage of
material to site. 1 Each

22 NS553 Providing, fixing, joints and testing in position the following UPVC Pipe confirming to IS:4985 of 6kg
/sqcm for garden irrigation system cut to required length pipe to be laid below level in trenches up
to required depth, including excavation in all kind of soil (hard rock) dewatering, refilling, watering,
ramming and removing the surplus excavated material and putting 100 m sand all-around and
making good the same.

22.1 NS553.1 75 mm OD 570 Metre


22.2 NS553.2 32 mm OD 50 Metre

23 NS554 Providing & fixing in position 25 mm dia lawn hydrants consisting of 25 mm dia Ball valve, GI nipple
and threaded hose receiver complete as required. 10 Each

24 NS555 Constructing masonry Chamber 30 x 30 x 55 cm, inside with 75 class designation brick work in
cement mortar 1:4 (1 cement : 4 fine sand) for sluice valve, with C.I. surface box 100mm top
diameter, 160 mm bottom diameter and180 mm deep (inside) with chain lid and RCC top slab
1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20mm nominal size) necessary
excavation foundation concrete 1:5:10 (1 cement : 5 fine sand : 10 graded stone aggregate 40 mm

Contractor 634 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
nominal size) and inside plastering with cement mortar 1:3 (1 cement :3 coarse sand) 12 mm thick
finished with a floating coat of neat cement complete as per standard design.
NS555.1 With common burnt clay F.P.S. (non modular) bricks of class designation 7.5 10 Each
TOTAL CARRIED TO SUMMARY
SUB HEAD - IV - SEWERAGE & DRAINAGE

1 NS556 Providing, laying and jointing glazed stoneware pipes class SP-1 with stiff mixture of cement
mortar in the proportion of 1:1 (1 cement : 1 fine sand) including testing of joints etc. complete :
1.1 NS556.1 150 mm diameter 28.75 Metre
1.2 NS556.2 200 mm diameter 287.5 Metre
1.3 NS556.3 250 mm diameter 92 Metre

2 NS557 Providing and laying cement concrete 1:5:10 (1 cement : 5 coarse sand : 10 graded stone
aggregate 40 mm nominal size) all-round S.W. pipes including bed concrete as per standard design
2.1 NS557.1 150 mm diameter 28.75 Metre
2.2 NS557.2 200 mm diameter 287.5 Metre
2.3 NS557.3 250 mm diameter 92 Metre

3 NS558 Providing and fixing square-mouth S.W. gully trap grade ‘A’' complete with C.I. grating, brick
masonry chamber with water tight C.I. cover with frame of 300x300 mm size (inside) the weight of
cover to be not less than 4.50 kg and frame to be not less than
3.1 NS558.1 180 x 150mm size P type
3.1.1 NS558.2 F.P.S. Bricks class designation 75 3 Each
4 NS559 Providing and laying non-pressure NP2 class (light duty) R.C.C. pipes with collars jointed with stiff
mixture of cement mortar in the proportion of 1:2 (1 cement : 2 fine sand) including testing of
joints etc. complete.
4.1 NS559.1 150 mm dia R.C.C pipe 80.5 Metre
4.2 NS559.2 250 mm dia R.C.C pipe Metre
Contractor 635 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
4.3 NS559.3 300 mm dia R.C.C pipe 575 Metre
4.4 NS559.4 450 mm dia R.C.C pipe 23 Metre

5 NS560 Constructing brick masonry road gully chamber 50x45x60 cm with bricks in cement mortar 1:4 (1
cement : 4 coarse sand) including 500x450 mm pre-cast R.C.C. horizontal grating with frame
complete as per standard design : 22 Nos.

6 NS561 Providing and laying cement concrete 1:5:10 (1 cement : 5 coarse sand : 10 graded stone
aggregate 40 mm nominal size) up to haunches of S.W./ R.C.C pipes including bed concrete as per
standard design
6.1 NS561.1 150 mm dia 80.5 RM
6.2 NS561.2 250 mm dia RM
6.3 NS561.3 300 mm dia 575 RM
6.4 NS561.4 450 mm dia 23 RM

7 NS562 Constructing brick masonry manhole cement mortar 1:4 (1 cement: 4 coarse sand) R.C.C. top slab
with 1:2:4 mix (1cement: 2 coarse sand: 4 graded stone aggregate 20 mm nominal size),
foundation concrete 1:4:8 mix (1cement: 4 coarse sand: 8 graded stone aggregate 40 mm nominal
size) inside plastering 12mm thick with cement mortar 1:3 (1 cement: 3 coarse sand) finished with
floating coat of neat cement and making necessary channels in cement concrete 1:2:4 (1 cement: 2
coarse sand: 4 graded stone aggregate 20mm nominal size) finished with a floating coat of neat
cement complete as per standard design.
7.1 NS562.1 Inside size 90 x 80 cm and 45 cm deep including C.I. cover with frame (light duty) 455 x 610 mm
internal dimensions total weight of cover and frame to be not less than 38 kg (weight of cover 23
kg and weight of frame 15 kg)
7.1.1 NS562.1.1 With F.P.S. bricks with class designation 75 16 Each

7.2 NS562.2 Inside size 120x90 cm and 90 cm deep including C.I. cover with frame (medium duty) 500 mm
internal diameter, total weight of cover and frame to be not less than 116 kg (weight of cover 58
Contractor 636 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
kg and weight of frame 58 kg) :
7.2.1 NS562.2.1 With common burnt clay F.P.S. (non modular) bricks of class designation 7.5 21 Each

8 NS563 Extra depth for manholes


8.1 NS563.1 Size 90 x 80 cm
8.1.1 NS563.1.1 With common burnt clay F.P.S. (non modular) bricks of class designation 7.5 5 Metre

8.2 NS563.2 Size 120x90 cm


8.2.1 NS563.2.1 With common burnt clay F.P.S. (non modular) bricks of class designation 7.5 6 Metre

9 NS564 Earth work in excavation by mechanical means (Hydraulic excavator)/manual means over areas
(exceeding 30 cm in depth 1.5m in width as well as 10 sqm on plan) including disposal of excavated
earth, lead upto 50m and lift upto 1.5m, disposed earth to be leveled and neatly dressed. (For
Manholes)
9.1 NS564.1 All kinds of soil 344.87 CUM

10 NS565 Constructing Silt trap of size 1500mm x 3000mm x 2000mm deep in brick masonry with bricks of
class designation 7.5 in cement mortar 1:6 (1 cement: 6 coarse sand) including necessary
excavation and foundation concrete 150mm thick in 1:3:6 (1 cement : 3 coarse sand : 6 graded
stone aggregate of 40mm nominal size), inside plaster 12mm thick in cement mortar 1:4 (1 cement
: 4 coarse sand) finished with a floating coat of neat cement, C.C. floor, RCC slab in mix 1:2:4 & RCC
baffle wall including reinforcement, centering & shuttering etc. and SFRC manhole cover and
frame 610 x 455 mm heavy duty HD 10 conforming to IS: 12592 complete in all respects as per
drawing and direction of Engineer in charge . 5 Each

Contractor 637 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
11 NS566 Constructing Brick masonry percolation pit 3m dia and 5m deep with bricks of class designation 7.5
in cement mortar 1:6, base concrete 1:3:6 below the brick wall, including cost of necessary
excavation in any type of soil, back filling as required in 20cm thick layers, dewatering if any,
shuttering and shoring and disposal of surplus excavated material within the plot. 2 nos. 300mm
dia borings to a depth of 50 metre (to be measured from the bottom of the percolation pit),
provisioning and fixing 160 O.D. PVC pipes, tested to 6kg/sqcm, in each bore and upto the height
of 300mm above the RCC top slab. The PVC pipe shall be slotted except 3.0 metres at the top and
3.0 metres below from the bottom of the percolation pit, which shall be blind. Top of the PVC pipe
shall be covered with PVC Socket & plug. Each bore around the PVC pipe shall be filled with pea
gravels. The percolation pit shall be filled with river stone/pebbles as per drawing and direction of
Engineer in charge. 5 Each

12 NS567 Constructing brick masonry surface drain with bricks of class designation 7.5 in cement mortar 1:4
(1 cement : 4 coarse sand) including earth excavation , 10cm thick bed concrete 1:5:10 (1 cement
: 5 coarse and : 10 graded stone aggregate 40 mm nominal size) and 25 mm thick cement
concrete 1:2:4 (1 cement 2 coarse sand 4 graded stone aggregate 12.5 mm nominal size) for
filling haunches including 12 mm cement plaster 1:4 (1 cement : 4 coarse sand ) with a floating
coat of neat cement inside the drain, its top and exposed side and 12mm thick external plaster
with cement mortar 1:6 (1 cement : 6 coarse sand) including connection to existing drain and
disposal of surplus earth.
12.1 NS567.1 30 cm drain 50cm average depth 950 Metre

13 NS568 Extra for additional depth for brick masonry surface drain.
13.1 NS568.1 30 cm drain 50cm average depth 25 Metre

14 NS569 Providing and fixing in position SFRC drain covers including perforation as required over drains for
the following sizes :-
14.1 NS569.1 for 30 cm wide drain sleeve size 75cm x 60cm & 7cm thick 50 Metre

Contractor 638 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
15 NS570 Constructing R.C.C. Grease trap of size 2200mm x 1500mm x 2500mm deep with RCC walls with
inlet & outlet including necessary excavation and foundation concrete 100mm thick in 1:5:10 (1
cement : 5 coarse sand : 10 graded stone aggregate of 40mm nominal size), inside plaster 12mm
thick in cement mortar 1:4 (1 cement : 4 coarse sand) finished with a floating coat of neat cement,
RCC base slab, roof slab & baffle walls including reinforcement, centering & shuttering including
12mm dia steel bar footrests etc. and SFRC manhole cover and frame of 600mm x 450mm internal
dimension conforming to IS: 12592 (total weight of cover & frame shall not be less than 70
kg) 2 Each

16 NS571 Making connection of drain or sewer line with existing manhole including breaking into and
making good the walls, floors with cement concrete 1:2:4 mix (1 cement : 2 coarse sand : 4 graded
stone aggregate 20 mm nominal size) cement plastered on both sides with cement mortar 1:3 (1
cement : 3 coarse sand), finished with a floating coat of neat cement and making necessary
channels for the drain etc. complete
16.1 NS571.1 for pipes 250 to 300 mm diameter 1 Each
16.2 NS571.2 for pipes 300 to 450 mm diameter 1 Each

TOTAL CARRIED TO SUMMARY


R) SECTION-XVIII - WTP
A. SUB HEAD - I - WATER SUPPLY, DRAINAGE- PUMPS & EQUIPMENTS

1 NS572 PUMPS
NS572.1 Supply, assembly, erection, testing and commissioning of pumping system comprising the
following:
Vertical/ Horizontal centrifugal pumps with mechanical seal, SS Volute casing and SS impeller
connected to suitable capacity TEFC induction motor suitable for 415 ± 10 % volts, 3 phase, 50
cycles A.C. supply with 100 mm dia. pressure gauges including MS skid and mounting of the pumps
on the skid. (Motor to be of the same make as the pump)
1.1 NS572.1.1 Pump Capacity 280 lpm, at 35 m head (1 Working + 1 Stand-by) Filter Feed Pumps (for Dom. Use) Set 1
Contractor 639 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
1.2 NS572.1.2 Pump Capacity 280 lpm, at 35 m head (1 Working + 1 Stand-by) Filter feed Pump (for HVAC) Set 1
1.3 NS572.1.3 Pump Capacity 280 lpm, at 55m head (1 Working + 1 Stand-by)Soft Water relift Pump to O.H Tank
for HVAC make up. Set 1
1.4 NS572.1.4 Pump Capacity 280 lpm, at 35m head (1 Working + 1 Stand-by) Garden Hydrant Pump (Location-
STP). Set 1
1.5 NS572.1.5 Pump Capacity 280 lpm, at 55m head (1 Working + 1 Stand-by) Flushing Water relift Pump to O.H
Tank. (Location : STP) Set 1
2 NS573 Providing and fixing of package type skid mounted hydropneumatic system comprising of:
NS573.1 Horizontal / Vertical inline single/multistage centrifugal pumping set with stainless steel SS stage
casing and SS impellers with stainless steel shaft, cast iron suction & discharge casing, connected
to suitable capacity TEFC ventilated induction motor of 2 pole, 2900rpm, suitable for 415±10%
Volts, 3 phase, 50 Hz A.C. supply.

Pressure vessel of non corrosive FRP composite construction lined with NSF and/or FDA listed
material, like high density polyethylene with fully replaceable polyurethane. Air cell burst
pressure of minimum of 5 times the vessel operating pressure and cycle tested for 2,50,000 cycles.
No. and capacity of Pressure Vessel - 01 No. x 100 Ltrs.

Electrical Control Panel including provision for cyclic operation of pumps - Pump working
sequence should change after every operation. Control panel with programmable logic controller
(PLC) with inbuilt PID controller, digital display with fluorescent screen, one no. 3 ph, 415±10%V.
All contactors, overload relays,MCBS / MCCBs should conform to IEC 898-1995 standards
Ammeter, voltmeter. All trip indications should blink in case of trip and panels should only be
accessible through an access code.

Electronic Pressure switches having maximum pressure and differential scale should confirming
BS-6134 standards and IP55 protection class.

Contractor 640 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
Complete set system to be mounted on a common MS base frame and shall follow following
duty.

The cost will include making necessary flanged suction and delivery headers in GI (C class)

Motor to be of the same make as the pump


(Vendor to submit performance curves and technical catalogue of the proposed model for review
& information)
The pump shall be selected for performance at best efficiency point. However, the pump selection
shall be suitable for performance with set point @ + 20% of the rated head.

2.1 NS573.1.1 Pump Capacity 300 lpm, at 55m head (1 Working + 1 Stand-by)Domestic Water transfer Pump to
O.H Tank. Set 1

3 NS574 MULTIGRADE SAND FILTER (for Domestic )


NS574.1 Supply, installation, testing & commissioning of vertical self supporting Dual Media Filter (DMF)
fabricated from FRP as per IS : 2825, ASMI code, complete with pressure gauges at inlet & outlet,
sample cock, PVC face piping with ABS multiport valves and all accessories, with initial charge of
filter media for Dual media filter with multi grade quartz sand & anthracite, lining inside with PP
and FRP wounded outside, testing and commissioning complete.
a) Capacity : 280 Lpm
b) Filtration rate : 18-20 M³/M²/hr
c) Max. operating pressure : 3.5 Kg/Sq.cm
d) Test pressure : 5.5 Kg/Sq.cm
e) Suggested Diameter : 1000 mm Set 1

4 NS575 ACTIVATED CARBON FILTER (for Domestic)

Contractor 641 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
NS575.1 Supply, installation, testing & commissioning of vertical self supporting Activated Carbon Filter
(ACF) fabricated from FRP as per IS : 2825, ASMI code, complete with pressure gauges at inlet &
outlet, sample cock, PVC face piping with ABS multiport valves and all accessories, with initial
charge of filter media for activated carbon filter, lining inside with PP and FRP wounded outside,
testing and commissioning complete.
a) Capacity : 280 LPM
b) Filtration rate : 15-17 M³/M²/hr
c) Max. operating pressure : 3.5 kg/Sq.cm
d) Test pressure : 5.5 Kg/Sq.cm Set 1

5 NS576 Supply, assembly, erection, testing, and commissioning of ozonator for a flow rate of 10.5 cum/hr
complete in all respects. Set 1

6 NS577 MULTIGRADE SAND FILTER For HVAC


NS577.1 Supply, installation, testing & commissioning of vertical self supporting Dual Media Filter (DMF)
fabricated from FRP as per IS : 2825, ASMI code, complete with pressure gauges at inlet & outlet,
sample cock, PVC face piping with ABS multiport valves and all accessories, with initial charge of
filter media for Dual media filter with multi grade quartz sand & anthracite, lining inside with PP
and FRP wounded outside, testing and commissioning complete.
a) Capacity : 280 Lpm
b) Filtration rate : 18-20 M³/M²/hr
c) Max. operating pressure : 3.5 Kg/Sq.cm
d) Test pressure : 5.5 Kg/Sq.cm
e) Suggested Diameter : 1000 mm Set 1

7 NS578 WATER SOFTENER (FOR HVAC)


NS578.1 Supply, installation, testing & commissioning of vertical self supporting Softener fabricated from
FRP as per IS : 2825, ASMI code, complete with pressure gauges at inlet & outlet, sample cock, PVC

Contractor 642 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
face piping with ABS multiport valves and all accessories, with initial charge of filter media for
softener with cation exchange resin, brine tank, lining inside with PP and FRP wounded outside,
testing and commissioning complete.
a) Hardness
i) Inlet : Upto 600 PPM
ii) Outlet : Commercial zero (<5PPM)
b) Capacity : 280 Lpm
c) Regeneration Period : 6 hrs.
d) OBR (Out put between regeneration) : 100 M³
e) Operating pressure : 3.5 kg/Sq.cm
f) Test pressure : 5.5 Kg/Sq.cm Set 1

8 NS579 Supply, assembly, erection, testing and commissioning of SS submersible non-clog pumps, suitable
to handle basement drainage having the following capacities with vortex impeller / grinder type,
complete with 3 phase squirrel cage submersible motor of required HP for 415 ± 10% volts, 3
phase, 50 Hz. A.C. supply cooled by surrounding liquid, submersible cable upto main panel within
the plant room, dry running preventor, G.I. guide pulling chain, all the necessary piping and
accessories, valves, delivery header etc. as required complete in all respects. The rate will include
electrical panel with cyclic operation as supplied by the manufacturers)
The above installation shall be complete with sump pump lifting assembly, ready made electro –
galvanized MS lifting chain, GI pipe header complete with discharge manifold, flanges, tee, elbow
etc. complete including GI pipe upto the top of sump and including GI union. Header shall be sized
for both pump working under delivery velocity of 1.5 m/sec.
8.1 NS579.1 Capacity of 250 lpm against a total head of 18 m (solid handling 10-12 mm) (Basement and pump
room Drainage) (1 Working + 1 Stand by) (SS Body and SS Impeller and shaft) Set 5
8.2 NS579.2 Capacity of 500 lpm against a total head of 18m (solid handling 10-12 mm for Sewage sump) (1
Working + 1 Stand by) (SS Body and SS Impeller and shaft) Set 1
9 NS580 Supplying, assembly, erection, testing and commissioning of magnetic level sensors and
controllers, CPVC probe tube, PP actuating float and all other equipment required for the
Contractor 643 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
performance of the system to the satisfaction of the engineer in charge complete including
providing and fixing wiring from control junction box near the UG tank to probes of required
length, interconnection wiring between level controller and the concerned contactor in the starter
panel as required. The level controller will perform the following functions.
a) To switch on the pumps (including raw water pumps (Domestic Water Treatment, Softening
Plant etc.) when the level of water in the supply water tank is low and to cut off the pump when
the level in the receiving water tank is high and switch off the pumps when the level of water in
the supply water tank is low.
b) To indicate 5 levels of water in all tanks through a control panel with LEDs
c) To start the pumps in a cyclic order.
The system shall be complete to ensure automatic quotation of pump in accordance to water level
in respective tanks.
The Contractor will include all the under ground and over head tanks and all the pumps as
required for level control in this item Set 2

10 NS581 Providing, fixing, jointing and testing in position the following heavy class G.I. pipes conforming to
IS:1239 cut to required lengths including all necessary fittings (conforming to IS:1879) and specials
such as bends, tees, unions, reducers, flanges & plugs etc. fixing at wall/ceiling level supported by
clamps, hangers etc, (to be galvanized after fabrication) cutting hole in wall/floor/slab and making
good the same good with cement concrete 1:2:4 / fire sealant complete as required.
10.1 NS581.1 40 mm dia RM 10
10.2 NS581.2 50 mm dia RM 40
10.3 NS581.3 65 mm dia RM 30
10.4 NS581.4 80 mm dia RM 25
10.5 NS581.5 100 mm dia RM 35
10.6 NS581.6 150 mm dia RM 15

11 NS582 Providing two coats of Synthetic enamel paint of approved shade on pipes and supports as per
pipe colour code over a coat of primer. Including painting of legends with direction arrow as
Contractor 644 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
per the approval of the Consultants / Project Manager.
11.1 NS582.1 40 mm dia RM 10
11.2 NS582.2 50 mm dia RM 40
11.3 NS582.3 65 mm dia RM 30
11.4 NS582.4 80 mm dia RM 25
11.5 NS582.5 100 mm dia RM 35
11.6 NS582.6 150 mm dia RM 15

12 NS583 Supply, installation, testing and commissioning of tanker inlet connection complete with 80 mm
dia GI inlet piping, hose inlet connection, MS cabinet enclosure (epoxy painted after fabrication),
pad locking arrangement, inlet flexible hose complete with all necessary arrangement. No. 1

13 NS584 Providing and fixing Butter fly valve Rated for PN16 pressure rating including rubber gasket,
flanges, nuts, bolts, washers & painting complete as required.
13.1 NS584.1 50 mm dia Nos. 15
13.2 NS584.2 65 mm dia Nos. 8
13.3 NS584.3 80 mm dia Nos. 8
13.4 NS584.4 100 mm dia Nos. 4
13.5 NS584.5 150 mm dia Nos. 1

14 NS585 Providing & fixing C.I. dual plate type check valve tested to a pressure of 15Kg/sqcm. Including
rubber gasket, flanges, union, nuts, bolts, washers & painting complete as required.
14.1 NS585.1 50 mm dia Nos. 6
14.2 NS585.2 65 mm dia Nos. 4
14.3 NS585.3 80 mm dia Nos. 4

Contractor 645 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
15 NS586 Providing & fixing C.I. 'Y' Strainer (screwed / flanged) with stainless steel fine wire mesh perforated
sheet basket with necessary flanges / union nuts, bolts & washers complete as required (on pump
suction).
15.1 NS586.1 50 mm dia Nos. 4
15.2 NS586.2 65 mm dia Nos. 4
15.3 NS586.3 80 mm dia Nos. 4
15.4 NS586.4 100 mm dia Nos. 2

16 NS587 Providing & fixing in position Vane Type mechanical water flow meter for following pipe size
16.1 NS587.1 50 mm dia No. 1

TOTAL CARRIED TO SUMMARY

B. SUBHEAD - II - ELECTRICAL

1 NS588 PLUMBING PANEL

NS588.1 Supplying, assembling, erecting, connecting, testing and commissioning of dust, damp and vermin
proof free floor standing factory built sheet steel enclosed non-draw out modular type Panel
fabricated out of 2.0 mm thick CRCA sheet hinged doors of 1.6mm thick CRCA sheet, duly painted
complete with earth bus, aluminium bus bar, numbering & sign writing, interconnection &
including the cost of connection through bus bar / copper conductor flexible connection with
necessary interlocking with existing panel as shown in drawing as per specification and mounted
with the followings.
Incoming:
125 Amp 4P, 25 kA MCCB - 1No.
3 Nos. Phase indication LED lamps with 2 Amps back up MCB, breaker 'ON' indicating light with 2A
MCB
Contractor 646 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
1 No. Intelligent multi-function digital panel meter for recording V (Between Phases and between
each phase and neutral, A (In each phase and neutral), KWHr with suitable rating CTs, CT shorting
links.

Bus Bar
200 Amp. 35 kA, TPN Al. Bus Bar

Outgoings:
40A TP MCB 10ka with 3KW Fully automatic DOL starter for motor complete with contactors,
overload protection relay, current sensing type single phase preventor, ON/OFF indications, push
buttons, auto / manual / off selector switch, Digital Ammeter with CT's and all other accessories
with suitable rating PVC insulated FRLS single core copper conductor cable etc. complete as
required.. - 6 sets (3W + 3S)
63A TP MCB 10ka with 5KW Fully automatic DOL starter for motor complete with contactors,
overload protection relay, current sensing type single phase preventor, ON/OFF indications, push
buttons, auto / manual / off selector switch, Digital Ammeter with CT's and all other accessories
with suitable rating PVC insulated FRLS single core copper conductor cable etc. complete as
required.. - 7 sets (4W + 3S)
63Amp TPN, 10 kA MCB with RYB on indication lamp- 4 Nos.(4 spare)
40Amp TPN, 10 kA MCB with RYB on indication lamp- 4 Nos.(4 spare)
25Amp 4P, 10 kA MCB with RYB on indication lamp - 14 Nos.(for submersible pump + spare)
Panel described as above. Set 1

CABLES & CABLE TRAY


2 NS589 Supply, laying testing and commissioning of following sizes of XLPE insulated PVC sheathed
armoured aluminium conductor cable of 1.1 KV grade on existing cable tray / surface including
clamps, ties etc. as required.
2.1 NS589.1 4 Core 6 Sqmm. RM 800

Contractor 647 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
2.2 NS589.2 3 Core 6 Sqmm. RM 180
2.3 NS589.3 3 Core 10 Sqmm. RM 210
3 NS590 Supplying and making end termination with brass compression glands and Al. lugs for following
size of PVC insulated and PVC sheathed / XLPE Al. conductor cable of 1.1 KV grade as required.
3.1 NS590.1 4 Core 6 Sqmm. Set 22
3.2 NS590.2 3 Core 6 Sqmm. Set 12
3.3 NS590.3 3 Core 10 Sqmm. Set 14

4 NS591 Fabricating and installation following size of perforated G.I. cable trays including horizontal and
vertical bends, reducers, tees, cross members and other accessories as required and duly
suspended from the ceiling with M.S. suspenders and including painting with powder coating etc.
as required:-
4.1 NS591.1 300 mm. Width x 50mm. Depth x 1.6mm. Thickness. RM 40
4.2 NS591.2 150 mm. Width x 50mm. Depth x 1.6 mm. thickness. RM 200

5 NS592 Providing and fixing 6 SWG dia. GI wire on surface or in recess for loop earthing along with the
existing surface / recessed conduits / submain wiring / cable as required. RM 600

TOTAL CARRIED TO SUMMARY

C SUBHEAD - III - SOLAR HOT WATER SYSTEM


1 NS593 Providing Solar Hot Water indirect Heating System using approved type of heating liquid medium
comprising of flat plate solar panels, including all interconnecting insulated G.I. piping, primary and
secondary recirculation pumps, pressure type insulated hot water tank, sacrificial magnesium
anode with steel core including valves on inlet, outlet, Y strainer and a water meter on the inlet, air
release valve all mounted on galvanized MS sections complete with connection with the existing
piping.(including all civil works)

Contractor 648 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
Flat plate solar collector panels of 2 x 1 m size approx. ( as specified below) the panels enclosed in
insulated collector boxes with single piece toughened glass 4 mm thick and fixed with heat
resistant gasket.

Integrated calorifier tank designed so as to have a Insulated M.S Horizontal tank (cap as specified
below) suitable for 5 kg/cm2 operating pressure with Built in Heat exchanger coil of copper of
suitable grade of required area for boiler feed water and for solar feed water. Tank shall be
provided with hot water inlet / outlet over flow/ drain connection with M H cover. Vent pipe
connection & GI Vent pipe of adequate height / length, pressure gauge at inlet/ outlet. All the
valves & accessories shall be suitable for an operating pressure of 4.0kg/sqm tank. The system will
be with electrical back up with heating element.

Primary circulation pump-two nos. (One working + one standby) for circulation of fluid from Solar
panels to calorifier. The system will include the temperature sensors and automatic control panel.

Inter-connected insulated G.I. piping insulated with 9 mm thick nitrile rubber heat resistant
insulation sections (Vidoflex or equiv.) and valves with outer mechanical protection of aluminium
sheet cladding.

Electrical Panels
Switch board cubicle, fabricated from 16 gauge M.S. Sheet with dust and vermin proof
construction, powder coated in approved shade. All switchgear will be identified with etched
plastic identification plates for each motor. The panel shall be wired with colour coded wiring. (All
interconnecting wiring/cabling panel to motors, fuses, MCB, off/on indicating lights, bus bars,
switch gears and accessories as required.
1.1 NS593.1 16 panel and a 2000 liters Hot Water Calorifier Set 1
1.2 NS593.2 4 panel and a 500 liters Hot Water Calorifier Set 1
TOTAL CARRIED TO SUMMARY

Contractor 649 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
SUBHEAD - IV - HOT WATER RETURN PUMPS
1 NS594 Supply, assembly, erection, testing and commissioning of pumping system comprising the
following:
Vertical/ Horizontal centrifugal pumps with mechanical seal, SS Volute casing and SS impeller
connected to suitable capacity TEFC induction motor suitable for 415 ± 10 % volts, 3 phase, 50
cycles A.C. supply with 100 mm dia. pressure gauges including MS skid and mounting of the
pumps on the skid. (Motor to be of the same make as the pump)
1.1 NS594.1 Pump Capacity 50 lpm, at 35m head (1 Working + 1 Stand-by) for Hot Water return. Set 2

TOTAL CARRIED TO SUMMARY


R) SECTION-XIX - STP
SECTION - 1 - SEWAGE TREATMENT PLANT

Supply, Fabrication, installation, testing and commissioning of Semi automatic sewage treatment
plant based on Advanced MBBR process with sewage handling capacity 160 m3 per day. The
entire plant will be constructed in RCC. The STP shall be designed as water retaining structures,
with necessary chemical dosing as required by the manufacturer's design. All the equipment,
1 NS595
piping, pumps, air blowers and electrical panel to be housed in the STP skid including M.S. puddle
flange (Galvanized), inlet, outlet, overflow, vent, moving ladders & railing. The cost will also
include any consequential civil work including making foundations for the structure, pumps,
blowers etc. Job 1
◙ Domestic Sewage from shops, office toilets, kitchens, guest rooms waste water. Design to take
consideration of same.
● Daily average flow : 160 M3/Day
● PH : 6.5 - 8.5
● BOD5 : 250 - 300 mg/l
● S. Solids : 200 - 450 Mg/l
● COD : 500-600 mg/l

Contractor 650 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
● Oil & Grease : 50-750 mg/L

◙ Effluent discharge standard after treatment :-


● PH : 7.0 - 8.5
● BOD5 : Less than 5 mg/l
● S. Solids : Less than 10 mg/l
● COD : Less than 40 mg/l
● Oil & Grease : Less than 1 mg/l
The STP shall consist of following units but not limited to these unit as may be required by the
manufacturer's design. MS PVC coated rungs in all tanks & Platform for maintenance etc. complete
as required.

i) Oil and grease trap (R.C.C. tank is Owner's supply)

ii) Perforated bar screen chamber including 2 nos. S.S. bar screens of size 600mm x 750mm having
provision for chain lifting arrangement etc. complete as required.

iii) Collection cum Equalization sump including provision for aeration will be kept to avoid any smell
problems in RCC Construction. (R.C.C. tank is Owner's supply)

iv) FAB tank with air diffuser and piping, FAB media complete of adequate capacity. Fine air bubble
jet diffuser with EPDM seat minimum number of diffusers to be provided as per manufacturer's
recommendations in RCC Construction. The item shall also include FAB media as required. (R.C.C.
tank is Owner's supply).

v) Secondary Tube settling tank (with Tubedek media) hopper bottom type with arrangement of
deep well, baffle wall, scum removal arrangement, outlet launders with arrangement of lifting
sludge from the bottom etc. complete as required in RCC Construction. (R.C.C. tank is Owner's
supply).Vendor to quote for Tubedek .

Contractor 651 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
vi) Filter feed Water Tank to collect the treated water with Inlet/Outlet, drain, overflow connection,
vent etc. complete as required of in RCC Construction. (R.C.C. tank is Owner's supply).

vii) Sludge Holding Tank with suitable sludge disposal pump of suitable capacity with provision of air
diffusion, supernatant withdrawl arrangement in RCC Construction. (R.C.C. tank is Owner's supply).

viii) Treated Water Tank to collect the treated water with Inlet/Outlet, drain, overflow connection,
vent etc. complete as required in RCC Construction. (R.C.C. tank is Owner's supply).

ix) Air diffuser system with 2 nos. twin-type air blower of capacity suitable for 80 m3/day at the
pressure of 0.50 kg/cm2 each including fine bubble membrane type diffusers complete with valves
& air distribution grid complete as required.

x) Providing and fixing all piping (as described below) and isolation control valves, non return valves
etc. for making the system complete.
a) PVC piping (10kg/sqcm) - For all submerged waste water piping.
b) MS (C Class) - For all exposed air piping and flexible braded pipe for submerged air piping.
c) GI (C class) for all other water piping.

xi) Providing and fixing all instrumentation e.g.. Pressure gauges, level controllers, sensors,
rotametres for air, water digital pH meter at outlet etc. for making the system complete.Lot-1.

2 NS596 EQUALIZED WASTE WATER TRANSFER PUMPS :


Providing & fixing fully submersible sewage handling type pump for raw sewage transfer from
equalization tank to aeration tank. The pump shall have complete CI construction, TEFC induction
motor including pressure gauge, lifting arrangement for the pump, all necessary piping, valves,
level controller, probes, cable etc. and other accessories as required Solid handling shall be 20-50
mm.
2.1 NS596.1 Capacity : 8 M3/hr @ Discharge Head 10 M (1 Working + 1 Standby) Set 1
Contractor 652 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
3 NS597 FILTER FEED PUMPS :
Providing and fixing Horizontal centrifugal pumps for filtration. The pumps shall be made of CI
casing, bronze Impeller, SS shaft & sleeve, Mechanical Seal are connected to a TEFC induction
motor mounted on a common channel base frame with coupling guard, 150 mm dia. pressure
gauge with GM isolation cock, suitable vibration eliminator pads of approved design. Motor to be
suitable for 400/440 V, 3 Phase, 50 cycles AC power supply, including all necessary piping, valves
and other accessories and concrete foundation complete as required.
3.1 NS597.1 Capacity 10 M3/Hr.@ 30M head Nos. 2

4 NS598 DIGESTED SLUDGE DISPOSAL PUMP :


Providing and fixing screw Sludge disposal pump for the disposal of sludge to tanker or to sludge
dry beds. The pumps shall have CI casing, bronze Impeller & SS shaft & sleeve with mechanical
rotary shaft seal connected by a flexible tier type coupling to TEFC induction motor mounted on a
common channel base-plate with coupling guard, 150 mm dia. pressure gauge with GM isolation
cock, suitable vibration eliminator pads of approved design. Motor to be suitable for including all
necessary piping, valves and other accessories and concrete foundation complete as required. (1
Working)
4.1 NS598.1 Capacity 1.5 m3/hr @ 40 M head Set 1

5 NS599 SLUDGE RECIRCULATION PUMP :


Providing and fixing horizontal, centrifugal Sludge disposal pump for the disposal of sludge to
tanker or to filter press. The pumps shall have CI casing, CI Impeller & SS shaft & sleeve with
mechanical rotary shaft seal connected by a flexible tier type coupling to TEFC induction motor
mounted on a common channel base-plate with coupling guard, 150 mm dia. pressure gauge with
GM isolation cock, suitable vibration eliminator pads of approved design. Motor to be suitable for
including all necessary piping, valves and other accessories and concrete foundation complete as
required.
5.1 NS599.1 Capacity 10 m3/hr @ 8 m head Nos. 2
6 NS600 MULTIGRADE SAND FILTER :

Contractor 653 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
Supply, installation, testing & commissioning of vertical self supporting Dual Media Filter (DMF)
fabricated from FRP as per IS : 2825, ASMI code, complete with pressure gauges at inlet & outlet,
sample cock, automatic multiport valves, PVC face piping with ABS multiport valves and all
accessories, with initial charge of filter media for Dual media filter with multi grade quartz sand &
anthracite, lining inside with PP and FRP wounded outside, testing and commissioning complete.
a) Capacity : 10 M3/hr
b) Filtration rate : 18-20 M3/M2/hr
c) Max. operating pressure : 3.5 kg/Sq.cm
d) Test pressure : 5.5 Kg/Sq.cm Set 1

7 NS601 ACTIVATED CARBON FILTER :


Supply, installation, testing & commissioning of vertical self supporting Activated Carbon Filter
(ACF) fabricated from FRP as per IS : 2825, ASMI code, complete with pressure gauges at inlet &
outlet, sample cock, PVC face piping with automatic ABS multiport valves and all accessories, with
initial charge of filter media for activated carbon filter, lining inside with PP and FRP wounded
outside, testing and commissioning complete.
a) Capacity : 10 M3/hr
b) Filtration rate : 15-17 M3/M2/hr
c) Max. operating pressure : 3.5 kg/Sq.cm
d) Test pressure : 5.5 Kg/Sq.cm Set 1

8 NS602 WATER SOFTENER


Supply, installation, testing & commissioning of vertical self supporting Softener fabricated from
FRP as per IS : 2825, ASMI code, complete with pressure gauges at inlet & outlet, sample cock, PVC
face piping with ABS multiport valves and all accessories, with initial charge of filter media for
softener with cation exchange resin, brine tank, lining inside with PP and FRP wounded outside,
testing and commissioning complete. Set 1
8.1 NS602.1 Hardness
a) Inlet : 400 - 600 PPM
Contractor 654 Engineer-in-Charge
N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
b) Outlet : Commercial zero (<5PPM)
8.2 NS602.2 Capacity : 10 M3/hr
8.3 NS602.3 Regeneration Period : 10.00 hrs.
8.4 NS602.4 OBR (Out put between regeneration) : 200 M³
8.5 NS602.5 Operating pressure : 3.5 kg/Sq.cm
8.6 NS602.6 Test pressure : 5.5 Kg/Sq.cm

supply, installing, testing & commissioning of Ultra Filtration system of capacity 10.0 cum/Hr with
hollow fibre PVDF membrane.The membrane shall be having surface area of 40-50 sqm. The
9 NS603
system shall be complete with S.S UF feed pump and back wash pump with stand by
operation.The unit shall have inbuilt CIP system. Set 1

Approval from pollution board for construction and operation etc complete as required including
arranging raw sewage for testing and commissioning Contractor shall include the cost of all
10 NS604
chemicals consumed during testing & commissioning and the cost of such items of works which
are not explicitly mentioned above but are mandatory to have pollution board approval. Job 1

11 Supply, erection & commissioning of PP plate, CI base frame Filter Press with manual operation
NS605 mechanism. The Filter press should be complete with frame , filter cloth, handle, effluent water
tray & sludge disposal tray.
a) No of Plates : 15 Nos.
b) Plate Size : 450mm x 450mm Set 1

12 Supply, assembly, erection, testing, and commissioning of ozonator for a flow rate of 10 cum/hr
NS607
complete in all respects. Set 1

13 NS608 AIR BLOWERS

Contractor 655 Engineer-in-Charge


N.S.
N.S. Rate
S. No N.S Item Description of Item Unit Qty Amount
(Rs)
(Rs.)
Providing and Installation of Rotary air blowers for air scouring, driver through v-belt or directly
coupled through flexible coupling. Motor shall be of suitable HP for 400-440 volts, 1500RPM, 3
phase, along with air filter, non-return valve, safety valve, base plate and necessary air piping
fittings, valves, flow meters etc.
(Blower capacity and pressure head shall be suitable to meet the requirement of equalization tank,
Bio reactor and sludge holding tank suitable for average flow rate of effluent of 160 cu.m per day) -
2 nos. (1working + 1 stand by) Set 1
14 Supply, installing, testing & commissioning of Electrical system including Electrical Panel for all the
above including all switchgear, cables, control wiring, multi function multimeters etc., also
NS609
including the complete automation of the plant with level controllers and sensors in the RCC and
the MS tanks, control cabling, complete in all respects as required as per IS specifications. Job 1
NOTE:
• Contractor shall include all electrical and mechanical items as required to operate the system
automatically and also include in his rates any other components/ tanks/ equipment etc. required
to complete the job as required. Only main power supply with the earthing to be STP main control
panel shall be provided by the owner through other agencies.
• Bypass arrangement shall be provided such that equalization tank pump can be used to pump out
sewage to external manhole incase of maintenance of STP.

TOTAL

Contractor 656 Engineer-in-Charge


(657)

ARCHITECTURE DRAWINGS

AE (P)
EE (P) Correction ………..……Nil…………………
Deletion………………..Nil………………….Insertion………………..Nil………………….
(658)

STRUCTURE DRAWINGS

PLUMBING DRAWINGS

AE (P)
EE (P) Correction ………..……Nil…………………
Deletion………………..Nil………………….Insertion………………..Nil………………….
(659)

FIRE DRAWINGS

AE (P)
EE (P) Correction ………..……Nil…………………
Deletion………………..Nil………………….Insertion………………..Nil………………….
(660)

H V A C DRAWINGS

ELECTRICAL DRAWINGS

AE (P)
EE (P) Correction ………..……Nil…………………
Deletion………………..Nil………………….Insertion………………..Nil………………….

Potrebbero piacerti anche