You are on page 1of 355

INDEX

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

PARTICULARS

Sl.No

PAGES

Eligibility Bid

1 to 50

Financial Bid

51 to 553

Correction-Nil
Insertion-Nil
Deletion-Nil

AE/IISER TVM PSD -1

EE/IISER TVM PD - I

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
OFFICE OF THE CHIEF PROJECT MANAGER
IISER TVM PROJECT ZONE

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

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

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

INDEX
Name of work : Construction of Civil Structures and other Infrastructure facilities for
Academic area at IISER Campus at Vithura, Thiruvananthapuram- Phase I.
SH: Construction of Physical Science Block, Biological Science block, Animal House and
Concourse including internal and external civil & Electrical services, fire fighting, Lifts, Site
development (Balance Work).
Sl. no.

Description

Page No.

PART I (ELIGIBILITY BID DOCUMENT)


1.

Invitation of Bid

1-4

2.

Notice inviting e-tender. CPWD -6

5-14

3.

Section I

- Brief particulars of the work.

15-16

4.

Section II

- Information & instructions for bidders.

17-23

5.

Section III

- Information regarding eligibility.

i. Letter of transmittal.

24

ii. Financial information - Form A

25

iii. Form of bankers certificate - Form B

26

iv. Details of all works of similar class - Form C

27

v. Performance report on work completed - Time overrun - Form D

28

vi. Performance report on works under execution - Form D1

29

vii. Performance report of works - Quality - Form E

30

viii. Structure and organization - Form F

31-32

ix. Details of technical and admn. Personnel - Form G

33

x. Details of construction plant & equipment - Form H

34-36

xi. Affidavit regarding non black listing - Form J

37

xii. Criteria for evaluation of the performance of contractors for preEligibility.


xiii. Integrity Pact & Agreement
xiv. Form of Earnest Money Deposit (Bank Guarantee Bond)

38-40
41-47
48

xv. Form Of Performance Security (Bank Guarantee Bond)

49-50

Certified that this Eligibility bid document contains total 50 pages.

Assistant Engineer
IISER TVM Project SubDivision-1
Thiruvananthapuram

Correction-Nil
Insertion-Nil
Deletion-Nil

AE/IISER TVM PSD -1

Executive Engineer
IISER TVM Project Division - 1
Thiruvananthapuram

EE/IISER TVM PD - I

1
INVITATION OF BIDS
ON TWO BID SYSTEM [(i) Eligibility Bid, (ii) Financial Bid)]

Time & date of opening


of Eligibility bids

Time Period allowed for


submission of originals of
all the scanned and
uploaded documents and
the physical EMD as
specified in NIT by the
lowest bidder.

ThiruvananthapuramPhase I.
Construction
Science

of
Block,

Biological Science block,


House

and

including

internal and external civil


& Electrical services, fire
Lifts,

Site

development (Balance

4.00 PM on 24-08-2015

at

IISER Campus at Vithura,

fighting,

Up to 3.00 PM on 24-08-2015

area

Concourse

other

for

Animal

Last date & time of


submission of bids
(Eligibility Bids & financial
bids)

and

facilities

Physical

Civil

Infrastructure

SH:

Period of Completion

02/CPMIISER TVM PZ/IISER TVM PD-1/2015-16

of

Academic

24 (Twenty four) Months

3
Structures

Earnest Money

Name of
work &
Location

Construction

Rs. 1,49,64,209/-

Estimated cost put to bid

NIT No.

1
1

Rs. 139,64,20,913/-[Civil : Rs. 104,19,24,574/- +


Electrical: Rs. 35,44,96,339/-]

Sl. No.

1. The Executive Engineer, IISER TVM Project Division - 1, CPWD, CGO


Complex, Vellayani P.O. Thiruvananthapuram, invites on behalf of the
President of India online percentage rate composite bids from firms/contractors of
repute in two bid system [(i) Eligibility bid & (ii) Financial bid] for the following
work :

Within a week of
opening of the
financial bid in
the office of
tender opening
authority.

Work).

** To be filled by the EE
2. Contractors who fulfill the following requirements shall be eligible to apply.
(a) Should have satisfactorily completed the works as mentioned below during the
last Seven years ending previous day of last date of submission of
tenders.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

(i) Three similar works each costing not less than Rs. 5590 lakhs, or two
similar works each costing not less than Rs. 8380 lakhs or one similar work
costing not less than Rs. 11170 lakhs and;
(ii) One completed work of any nature (either part of (i) above or separately)
costing not less than Rs. 5590 lakhs with any Central or State Government
Department/ Autonomous Body/Public Sector Undertaking/City Development
Authority/ Municipal Corporation formed under any Act of Central/State
Government and published in Central/State Gazette.
Similar work shall means RCC framed structure Building work
comprising of Civil work items necessary to complete the building
including water supply, sanitary installations & drainage work and
internal Electrical Installations.
The value of executed works shall be brought to current costing level by
enhancing the actual value of work at simple rate of 7% per annum; calculated
from the date of completion to last date of receipt of application for bid.
(b) Should have had average annual financial turnover (gross) of Rs. 13964.21
lakhs on construction works during the last three financial years ending
31st March, 2015 (Scanned copy of the certificates from Chartered
accountant to be uploaded).
(c) Should not have incurred any loss in more than two years during the
immediate last five consecutive financial years ending 31st March 2015
duly audited and certified by the Charted Accountants.
(d) Should have a solvency of Rs. 5590 Lakhs certified by the Bankers (Scanned
copy of original solvency to be uploaded).
3. (i)

Joint ventures/ consortium and special purpose vehicles are


not eligible.

(ii)

Firms/Contractors whose contract is rescinded during the last


seven years ending previous day of last date of submission of
tender are not eligible.

(iii)

Firms/Contractors who are black listed, debarred are not


eligible.

4. The intending bidder must read the terms and conditions of CPWD-6
carefully. The intending bidder should submit his/their bid only if she/he/they
considers himself/themselves eligible and she/he/they is/are in possession of
all the documents required.
5. Information and Instructions, for bidders posted on website shall form part of
bid documents.
6. Bid documents consisting of plans, specifications, schedule of quantities of
various types of items of works to be executed and set of terms and conditions
of the contract to be complied with and other necessary documents can be
seen and downloaded from website www.tenderwizard.com/cpwd free of
cost.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

7. Bid can be submitted only after


(i) Depositing processing fee in favour of M/s ITI limited through their e-gate
way by credit/debit card, Internet Banking or RTGS/NEFT facility.
(ii) Uploading the mandatory scanned documents such as Demand Draft or
Pay order or Bankers Cheque or Deposit at call Receipt or Fixed Deposit
Receipts and Bank Guarantee of any Scheduled Bank towards EMD drawn
in favour of The Executive Engineer , Trivandrum Central Division,
CPWD, Thiruvananthapuram and;
(iii) Other documents as specified in the NIT.
The Contractors already registered on the e-tendering portal will have option
to continue by paying tender processing fee up to one year from the date of
registration, or to switch over to (new) registration without tender processing
fee any time. All new registrations from 01.04.2015 will be without tender
processing fee.
8. Those contractors, who have not registered on the website mentioned above,
are required to get registered beforehand. If needed they can be imparted
training on online bidding process as per details available on the website.
9. The intending bidder must have valid class-III digital signature to
submit the bid.
10. On opening date, the contractor can login and see the bid opening process.
After opening of bids he will receive the competitor bid sheets.
11. Contractor can upload documents in the form of JPG format and PDF format.
12. Certificate of Financial Turnover: At the time of submission of bid,
contractor may upload Affidavit/Certificate from Chartered Accountant
mentioning Financial Turnover of last 5 (five) years or for the period as
specified in the bid document and further details if required may be asked from
the contractor after opening of Eligibility bids. There is no need to upload
entire voluminous balance sheet.
13. Eligibility bids shall be opened first on the due date and time as mentioned
above. The time and date of opening of Financial bids of contractors who
qualifies in the Eligibility Bid shall be communicated to them at a later date
after evaluation of eligibility bids.
14. Pre-Bid conference shall be held in the chamber of Chief Project Manager,
IISER TVM Project Zone, CPWD, CGO Complex, Poonkulam, Trivandrum at
11:30 AM on 17-08-2015 to clear the doubt if any of intending bidders. If
further pre bid conferences are required for complete and effective
interactions, the date and time of same will be communicated at the end of the
pre bid meeting.
15. The department reserves the right to reject any prospective Applications/ bids
without assigning any reason thereof and to restrict the list of qualified
contractors to any number deemed suitable by it, if too many bids/applications
satisfying the laid down criteria are received.
* To be filled by EE
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

16.

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


bid submission:
i) Treasury Challan / Demand draft/ Pay order or Bankers cheque / Deposit at
call receipt/ FDR/ Bank guarantee of any Schedule bank against EMD.
ii) Enlistment order of the Contractor if he is a registered contractor
iii) Letter of transmittal.
iv) Certificate of Financial Turnover from Chartered Accountant. (Form A)
v) Bank Solvency Certificate.(Form B)
vi) Certificates of Work Experience. (Form C, D, D1, E)
vii) Structure and organization (Form F)

viii) Details of Technical and administrative Personal (Form G)


ix) Details of Construction equipments. (Form H)
x) Proof of no Loss suffered.
xi) Notarized Affidavit of Non-black listing by State/Central departments/
PSU/Autonomous bodies on non judicial stamp paper of value Rs.100/(Form J).
xii) An under taking that The physical EMD shall be deposited by me/us
with the Executive Engineer calling the tender within a week of the
opening of financial bid in case I/we become the lowest tenderer,
failing which the department may reject the tender and also take
action to withdraw my/our enlistment.
xiii) Two affidavits as per clause 1.2.2(i) and 1.2.2(ii) of CPWD-6 on nonjudicial stamp paper of value Rs 200/- each.
xiv) If the bidder is a firm in partnership, the application shall be signed by all the
partners of the firm above their full typewritten names and current addresses
or alternatively by a partner holding power of attorney for the firm. In the later
case a certified true copy of the power of attorney should also be scanned and
uploaded to the e-tendering website. In both cases a certified copy of the
partnership deed and current address of all the partners of the firm should
accompany the application.
xv) If the bidder is a limited company or a corporation, the application shall be
signed by a duly authorized person holding power of attorney for signing the
application accompanied by a copy of the power of attorney. The bidder should
also upload a copy of the Memorandum of Articles of Association duly attested
by a Public Notary.

Executive Engineer
IISER TVM Project Division - 1
CPWD, Trivandrum

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

CPWD-6
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
NOTICE INVITING TENDER
1. Online percentage rate composite bids in two bid system [Eligibility bid &
Financial bid] are invited on behalf of President of India from firms/contractors of
repute for the work of:
Construction of Civil Structures and other Infrastructure facilities for Academic area at
IISER Campus at Vithura, Thiruvananthapuram- Phase I.
SH: Construction of Physical Science Block, Biological Science block, Animal House and
Concourse including internal and external civil & Electrical services, fire fighting, Lifts,
Site development (Balance Work).

1.1

The work is estimated to cost Rs. 139,64,20,913/-[ Civil : Rs.


104,19,24,574/-+ Electrical : Rs. 35,44,96,339/-]. This estimate, however,
is given merely as a rough guide.

1.1.1 The authority competent to approve NIT for the combined cost and
belonging to the major discipline will consolidate NITs for calling the bids. He
will also nominate Division which will deal with all matters relating to the
invitation of bids
The eligibility of bidders will correspond to the combined estimated cost of
different components put to bid.
1.1.2 Joint ventures consortium and special purpose vehicles are not
eligible.
1.1.3 Firms/Contractors whose contract is rescinded are not eligible.
1.1.4
Firms/Contractors who are blacklisted, de barred are not eligible.
1.2 Intending bidder is eligible to submit his bid provided he has definite proof from
the appropriate authority, which shall be to the satisfaction of the competent
authority, of having satisfactorily completed similar works of magnitude specified
below :Criteria of eligibility for CPWD as well as Non-CPWD contractors.
1.2.1 (i) Three similar works each of value not less than Rs. 5590 lakhs or two
similar works each of value not less than Rs. 8380 lakhs or one similar work
of value not less than Rs. 11170 lakhs satisfactorily completed in last 7
years ending previous day of the last date of submission of bid.
AND
(ii) One completed work of any nature (either part of (i) above mentioned
similar works or a separate one) costing not less than Rs. 5590 lakhs with
any Central Government Department/State Government Department/Central
Autonomous
Body/State
Autonomous
Body/Central
Public
Sector
Undertaking/State Public Sector Undertaking City Development Authority/
Municipal Corporation of City formed under any Act by Central/State
Government and published in Central/State Gazette.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

For this purpose:


Similar work shall means RCC framed structure Building work
comprising of Civil work items necessary to complete the building
including water supply, sanitary installations & drainage work and
internal Electrical Installations.
Cost of work shall mean Gross value of the completed work including the
cost of materials supplied by the Government/Client, but excluding those supplied
free of cost. This should be certified by an Officer not below the rank of Executive
Engineer / Project Manager or equivalent concerned.
Bidders are required to submit TDS Certificates in Form 16-A, in case the
similar works are executed for a private body, which shall form basis for
establishing the completion cost of similar work executed by the bidder.
The value of executed works shall be brought to current costing level by
enhancing the actual value of work at simple rate of 7% per annum;
calculated from the date of completion to last date of receipt of bid.
1.2.2 To become eligible for submission of bid, the bidders shall have to
furnish affidavit in non-judicial stamp paper worth of Rs 200/- each as
under:(i)
I/We undertake and confirm that eligible similar works(s) has/have
not been got executed through another contractor on back to back
basis. Further that, if such a violation comes to the notice of
Department, then I/we shall be debarred for bidding in CPWD in
future forever. Also, if such a violation comes to the notice of
Department before date of start of work, the Engineer-in-Charge
shall be free to forfeit the entire amount of Earnest Money
Deposit/Performance Guarantee. (Scanned copy of the affidavit to be
uploaded at the time of submission of bid.)
(ii)

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

1.2.3 The bidder should have had average annual financial turnover (gross) of
Rs. 13964.21 lakhs on construction works during last three consecutive
financial years, duly certified and audited by the Chartered Accountant.
Year in which no Turnover is shown would also be considered for working
out the average.
1.2.4 The bidder should not have incurred any loss in more than two years
during the immediate last five consecutive financial years, duly
certified by the Chartered Accountant.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

1.2.5 The bidding capacity of the contractor should be equal to or more than
the estimated cost of the work put to Tender. The bidding capacity shall
be worked out by the following formula:
Bidding Capacity = [AxNx1.5] - B
Where,
A = Maximum turnover in construction works executed in any one
year during the last five years taking into account the completed as well as
works in progress. The value of completed work shall be brought to
current costing level by enhancing it at simple rate at 7% per annum.
N = Number of years prescribed for completion of work for which bids
has been invited.
B = Value of existing commitments and ongoing works to be completed
during the period of completion of work for which bids have been invited.
1.2.6 The bidder should have a solvency of Rs. 5590 lakhs certified by his
Bankers.
1.2.7 The bidder should own construction equipment as per list required for
proper and timely execution of the work or else, he should certify that he
would be able to manage the equipment by hiring etc. and submit the list
of firms from whom he proposes to hire.
1.2.8 The bidder should have sufficient number of Technical and Administrative
employees for proper execution of the contract. The bidder should submit
a list of these employees stating clearly how these would be involved in
this work.
1.2.9 The bidders performance for each work completed in the last seven years
and in hand should be certified by an officer not below the rank of
Executive Engineer or equivalent.
2.

Agreement shall be drawn with the successful bidder on prescribed Form


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

3.

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

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


OR
The site for the work shall be made available in parts as specified below:
ii) The architectural and structural drawings for the work is available.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

The architectural and structural drawing shall be made available in phased


manner, as per requirement of the same as per approved programme of
completion submitted by the contractor after award of work.
5.

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


various types of items to be executed and the set of terms and conditions of the
contract to be complied with and other necessary documents except Standard
General Conditions of Contract Form can be seen on website
www.tenderwizard.com/CPWD free of cost.
Plans can also be seen in the office of Executive Engineer, IISER TVM Project
Division- 1, CPWD, Thiruvananthapuram-22. The standard publications like
General conditions of works and Delhi Analysis of Rates 2014 (for civil and
electrical) with amendments/ correction slips can be seen free of cost from
website www.cpwd.gov.in.

6.

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

7.

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

8.

When bids are invited in two/three stage/bid/envelope system and if it is


desired and requested to submit revised financial bid then it shall be mandatory
for the bidder to submit revised financial bid. If not submitted then the bid
submitted earlier shall become invalid.

9
9.1

Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or
Bankers Cheque or Deposit at Call Receipt or Fixed Deposit Receipt (drawn in
favour of Executive Engineer, Trivandrum Central Division, CPWD,
Trivandrum) shall be scanned and uploaded to the e-Tendering website within
the period of bid submission and original should be deposited in office of
Executive Engineer, IISER TVM Project Division- I, Trivandrum.
A part of earnest money is acceptable in the form of bank guarantee also. In
such case, 50% of earnest money or Rs. 20 lakh, whichever is less, will
have to be deposited in shape prescribed above, and balance in shape
of Bank Guarantee of any scheduled bank which is to be scanned and
uploaded by the intending bidders.
Amount of EMD can be paid by multiple demand draft /pay order / bankers
cheque / deposit at call receipt / Fixed deposit receipts along with multiple bank
guarantees of any scheduled bank if EMD is also acceptable in the form of Bank
guarantee.
Bank Guarantee of any scheduled bank should be valid for a period of 6 (six)
months which is to be scanned and uploaded by the intending bidders.
The intending bidder has to fill up all the details such as Bankers name, Demand
draft/ Fixed deposit Receipt Pay Order/ Bankers Cheque / Bank Guarantee
number, amount and date.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

The Physical EMD (of the scanned copy of EMD uploaded) should be
deposited by the lowest bidder within a week after opening of financial
bid failing which the tender shall be rejected and the enlistment of the
agency shall be withdrawn by the enlisting authority.
The following undertaking in this regard shall also be uploaded by the intending
bidders:The physical EMD shall be deposited by me/us with the Executive
Engineer calling the tender within a week of the opening of financial
bid in case I/we become the lowest tenderer, failing which the
department may reject the tender and also take action to withdraw
my/our enlistment.
9.2 Intended contractor who wish to participate in the bid has also to make following
payments within the period of bid submission.
(i) e-Tender Processing Fee Rs.5700/-** if registration with tender
processing fee is continued shall be payable to M/s ITI Limited
through their e-gateway by credit/debit card, internet banking or
RTGS/NEFT facility.
9.3 Copy of Enlistment Order and certificate of Work experience and other
documents as specified in the invitation of bid shall be scanned and
uploaded within the period of bid submission. However, certified true
copy of all the scanned and uploaded documents as specified in
invitation of bid shall have to be submitted along with physical
original EMD [of the scanned copy of EMD uploaded] within a week
physically in the office of tender opening authority by the lowest
bidder.
9.4

Online bid documents of only those bidders shall be opened who have
deposited e-Tender Processing Fee with M/s ITI limited, Uploaded the
scanned copy of EMD and other documents as specified in the NIT and
are found in order.
The bid submitted shall be opened at 4.00 PM on 24-08-2015.
** To be filled by EE

10
10.1

The bid submitted shall become invalid and cost of bid and e-Tender
processing fee shall not be refunded if:
(i) The bidder is found ineligible.
(ii)

The bidder does not upload all the documents as stipulated in the bid
document including the undertaking about deposition of physical EMD of
the scanned copy of the EMD uploaded.
(iii) If any discrepancy is noticed between the documents as uploaded at the
time of submission of bid and hard copies as submitted physically by the
lowest bidder in the office of tender opening authority.
(iv) Bids on which any of the prescribed conditions is not fulfilled or any
condition including that of conditional rebate is put forth by the bidders.
Correction -NIL
Insertion - NIL
Deletion - NIL
AE/IISER TVM PSD-1
EE/IISER TVMPD - I

10

(v) The lowest bidder does not deposit physical EMD within a week of opening
of tender.
(vi) The bidder hide and not furnished the performance of work as per NIT
condition.
10.2 In case any discrepancy is noticed between the documents as uploaded at the
time of submission of the bid online and hard copies as submitted physically in
the office of Executive Engineer, then the bid submitted shall become invalid
and the Government shall, without prejudice to any other right or remedy, be
at liberty to forfeit 50% of the said earnest money as aforesaid. Further, the
tenderer shall not be allowed to participate in the retendering process of the
work.
10.3 After opening of the eligibility bid, the deficiencies found in the bid of each
bidder viz a viz requirements as per NIT will be communicated to individual
bidders by Speed Post and/or by email with a request to furnish required
documents within one week of receipt, and if the bidder failed to furnish the
requisite document /details within the time limit specified, it will be presumed
that the individual bidder do not have any further documents to furnish and
decision on bids will be taken accordingly.
11.
The contractor whose bid is accepted will be required to furnish performance
guarantee of 5% (Five Percent) of the bid amount within the period
specified in Schedule F. This guarantee shall be in the form of cash (in case
guarantee amount is less than Rs. 10000/-) or Deposit at Call receipt of any
scheduled bank/Bankers cheque of any scheduled bank/Demand Draft of any
scheduled bank/Pay order of any Scheduled Bank of any scheduled bank (in
case guarantee amount is less than Rs. 1,00,000/-) or Government Securities
or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the
State Bank of India in accordance with the prescribed form. In case the
contractor fails to deposit the said performance guarantee within the period as
indicated in Schedule F, including the extended period if any, the Earnest
Money deposited by the contractor shall be forfeited automatically without any
notice to the contractor. The Earnest Money deposited along with bid
shall be returned after receiving the aforesaid performance
guarantee.
The contractor whose bid is accepted will also be required to furnish
either copy of applicable licenses/registrations or proof of applying
for obtaining labour licenses, registration with EPFO, ESIC and BOCW
Welfare Board and programme Chart (Time and Progress) within the
period specified in Schedule F.
12.

Intending Bidders are advised to inspect and examine the site, structures and
its surroundings and satisfy themselves before submitting their bids as to the
nature of the ground and sub-soil (so far as is practicable), the form and
nature of the site, the means of access to the site, the accommodation they
may require and in general shall themselves obtain all necessary information as
to risks, contingencies and other circumstances which may influence or affect
their bid. A bidders shall be deemed to have full knowledge of the site whether
he inspects it or not and no extra charge consequent on any misunderstanding
or otherwise shall be allowed. The bidders shall be responsible for arranging
Correction -NIL
Insertion - NIL
Deletion - NIL
AE/IISER TVM PSD-1
EE/IISER TVMPD - I

11

and maintaining at his own cost all materials, tools & plants, water, electricity
access, facilities for workers and all other services required for executing the
work unless otherwise specifically provided for in the contract documents.
Submission of a bid by a bidder implies that he has read this notice and all
other contract documents and has made himself aware of the scope and
specifications of the work to be done and of conditions and rates at which
stores, tools and plant, etc. will be issued to him by the Government and local
conditions and other factors having a bearing on the execution of the work.
13.

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

14. Canvassing whether directly or indirectly, in connection with bidders is strictly


prohibited and the bids submitted by the contractors who resort to canvassing
will be liable for rejection.
15. The competent authority on behalf of President of India reserves to himself the
right of accepting the whole or any part of the bid and the bidders shall be bound
to perform the same at the rate quoted.
16. The contractor shall not be permitted to bid for works in the CPWD Circle
(Division in case of contractors of Horticulture/Nursery category) responsible for
award and execution of contracts, in which his near relative is posted a Divisional
Accountant or as an officer in any capacity between the grades of Superintending
Engineer and Junior Engineer (both inclusive). He shall also intimate the names of
persons who are working with him in any capacity or are subsequently employed
by him and who are near relatives to any gazetted officer in the Central Public
Works Department or in the Ministry of Urban Development. Any breach of this
condition by the contractor would render him liable to be removed from the
approved list of contractors of this Department.
17. No Engineer of Gazetted Rank or other Gazetted Officer employed in Engineering
or Administrative duties in an Engineering Department of the Government of India
is allowed to work as a contractor for a period of one year after his retirement
from Government service, without the prior permission of the Government of
India in writing. This contract is liable to be cancelled if either the contractor or
any of his employees is found any time to be such a person who had not obtained
the permission of the Government of India as aforesaid before submission of the
bid or engagement in the contractors service.
18. The bid for the works shall remain open for acceptance for a period of ninety
(90) days from the date of opening of Eligibility bid, if any bidder withdraws
his bid before the said period or issue of letter of acceptance, whichever is earlier,
or makes any modifications in the terms and conditions of the bid which are not
acceptable to the department, then the Government shall, without prejudice to
any other right or remedy, be at liberty to forfeit 50% of the said earnest money
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

12

as aforesaid. Further the bidders shall not be allowed to participate in the


rebidding process of the work.
19. This notice inviting Bid shall form a part of the contract document. The successful
bidder/contractor, on acceptance of his bid by the Accepting Authority shall within
15 days from the stipulated date of start of the work, sign the contract consisting
of:a) The Notice Inviting Bid, all the documents including additional conditions,
specifications and drawings, if any, forming part of the bid as uploaded at the
time of invitation of bid and the rates quoted online at the time of submission
of bid and acceptance thereof together with any correspondence leading
thereto.
b) Standard C.P.W.D. Form 7 or other Standard C.P.W.D. Form as applicable.
20.
For Composite Bids
20.1.1 The Executive Engineer in charge of the major component will call bids for the
composite work. The cost of bid document and Earnest Money will be fixed
with respect to the combined estimated cost put to tender for the composite
bid.
20.1.2 The bid document will include following three components:
Part A: CPWD-6, CPWD-7 including schedule A to F for the major component
of the work, Standard General Conditions of Contract for CPWD 2014 amended
upto DG/CON 286 dt:30.06.2015.
Part B: General conditions, special conditions, specifications of major
component of work.
Part C: Schedule A to F for minor component of the work. General
conditions, special conditions, specifications of minor component of work.
Part D: Schedule of major component of the work and schedule of minor
component of the work.
20.1.3 The bidder must associate himself, with agencies of the appropriate class
eligible to bid for each of the minor component individually.
20.1.4 (i) The eligible bidders shall quote overall percentage above or below of
the composite amount of estimated cost put to tender only.
(ii) The percentage quoted shall be written both in figures and words.
20.1.5 The tender submitted shall be treated as invalid if :(i)
The contractor does not quote percentage above/below on the total amount of
estimated cost of work put to tender.
(ii)
The percentage above/below is not quoted in figures & words both on the total
amount of estimated cost of work put to tender.
(iii)
The percentage quoted above/below is different in figures and in words.
20.1.6 Tenders, which propose any alteration in the work specified in the NIT, in the
form or document of invitation to tender, or in the time allowed for carrying
out the work, or which contain any other conditions of any sort whatsoever
including conditional rebates, will be summarily rejected.
20.1.7 In case the lowest tendered percentage or amount of two or more contractors
is same, such lowest bidders will be asked to submit sealed revised offer in the
form of letter mentioning percentage above/below on estimated cost of tender
Correction -NIL
Insertion - NIL
Deletion - NIL
AE/IISER TVM PSD-1
EE/IISER TVMPD - I

13

including all sub sections/sub heads as the case may be, but the revised
percentage quoted above/below on the estimate cost put to tender should not
be higher than the tendered percentage quoted at the time of original (initial)
submission of tender. The lowest tender shall be decided on the basis of
revised offers submitted by them.
If the revised tendered percentage of two or more contractors received in
revised offer is again found to be equal, the lowest tender, among such
contractors, shall be decided by draw of lots in the presence of SE in the circle,
EEs in-charge- of major and minor component(s) (also DDH in case
Horticulture work is also included in the tender), EE(P)or EE(HQ) of the circle &
the lowest contractors those who have quoted equal amount/percentage in
their tenders.
In case any of such contractor refuses to submit revised offer, then it shall be
treated as withdrawal of his tender before acceptance and 50% of earnest
money shall be forfeited.
In case all the lowest bidders those who have quoted same tendered amount
or percentage, refuse to submit revised offers, then tenders shall be recalled
after forfeiting 50% of EMD of each of those bidders.
Bidders/Contractor(s), whose earnest money is forfeited because of nonsubmission of revised offer, shall not be allowed to participate in the retendering process of the work.
20.1.8 In case of Percentage Rate Tenders, percentage quoted shall be considered.
Any tender containing item rates is liable to be rejected. Percentage quoted by
the contractor in percentage rate tender shall be accurately filled in figures and
words, so that there is no discrepancy.
20.1.9 In Percentage Rate Tender, the tenderer shall quote percentage
below/above (in figures as well as in words) at which he will be
willing to execute the work. He shall also work out the total amount
of his offer and the same should be written in figures as well as in
words in such a way that no interpolation is possible.
20.1.10 The percentage quoted shall not be beyond two decimal.
20.1.11 After acceptance of the bid by competent authority, the EE-in-charge of major
component of the work shall issue letter of award on behalf of the President of
India. After the work is awarded, the main contractor will have to enter into
one agreement with EE in charge of major component and has also to sign two
or more copies of agreement depending upon number of EE/DDH in charge of
minor components. One such signed set of agreement shall be handed over to
EE/DDH in charge of minor component(s). EE of major component will operate
Part A, Part B and schedule of quantity of major component under
Part D of the agreement. EE/DDH in charge of minor component(s) shall
operate Part C along with Part A and schedule of quantity of minor
component under Part D of the agreement.
20.1.12 Entire work under the scope of composite bid including major and all minor
components shall be executed under one agreement.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

14

20.1.13 Security Deposit will be worked out separately for each component
corresponding to the estimated cost of the respective component of works.
20.1.14 The main contractor has to associate agency(s) for minor component(s)
conforming to eligibility criteria as defined in the bid document and has to
submit detail of such agency(s) to Engineer-in-charge of minor component(s)
within prescribed time. Name of the agency(s) to be associated shall be
approved by Engineer-in-charge of minor component(s).
20.1.15 In case the main contractor intends to change any of the above
agency/agencies during the operation of the contract, he shall obtain prior
approval of Engineer-in-charge of minor component. The new agency/agencies
shall also have to satisfy the laid down eligibility criteria. In case Engineer-incharge is not satisfied with the performance of any agency, he can direct the
contractor to change the agency executing such items of work and this shall be
binding on the contractor.
20.1.16 The main contractor has to enter into agreement with contractor(s) associated
by him for execution of minor component(s). Copy of such agreement shall be
submitted to EE/DDH in charge of each minor component as well as to EE in
charge of major component. In case of change of associate contractor, the
main contractor has to enter into agreement with the new contractor
associated by him.
20.1.17 Running payment for the major component shall be made by EE of major
discipline to the main contractor. Running payment for minor components shall
be made by the Engineer-in-charge of the discipline of minor component
directly to the main contractor.
20.1.18 (A)The composite work shall be treated as complete when all the components
of the work are complete. The completion certificate of the composite work
shall be recorded by Engineer-in-charge of major component after record of
completion certificate of all other components.
(B)Final bill of whole work shall be finalized and paid by the EE of major
component. Engineer(s)-in-charge of minor component(s) will prepare and
pass the final bill for their component of work and pass on the same to the EE
of major component for including in the final bill for composite contract.
20.1.19 Specialized works shall be got executed only through associated agencies
specialized in these fields. Engineer-in-charge shall define list of specialized
work.
Executive Engineer
IISER TVM Project Division - 1
CPWD, Trivandrum

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

15

SECTION - I
BRIEF PARTICULARS OF THE WORK
1.

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

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


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

Estimated cost : Rs. 139,64,20,913/[Civil : Rs. 104,19,24,574/- + Electrical : Rs. 35,44,96,339/-]


Period of completion: 24 (Twenty four) months
2.

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

Scope of work is balance works under Phase I construction of Academic area in


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

Four storeyed RCC framed Structure and


at different levels (RCC frame work partly
done).
Biological Science Block
Seven storeyed RCC framed Structure at
different level (Foundation partly done).
Animal House

Two Storeyed(i.e. Ground floor + Service


floor) RCC framed Structure (Foundation
partly done).
Concourse

RCC framed Structure at different level


(Foundation partly done in Core 1 area).
Above details and status are only indicative but not exhaustive. The
intending bidder shall inspect the site and fully acquaint with nature and
quantum of work and site condition and assess and satisfy themselves
before quoting and submission of his/their bid. No claim on this account
shall be entertained by the Department.
The intending bidder shall also inspect and ascertain and satisfy themselves
with the conditions of materials available at IISER Campus stipulated for
issue, before submission of their bid.
Correction -NIL
Insertion - NIL
Deletion - NIL
AE/IISER TVM PSD-1

EE/IISER TVMPD - I

16

4.

5.

The building is targeted for 4 Star GRIHA rating. In order to secure this rating,
a high degree of responsibility and cooperation is necessary from the
contractors. All materials and systems used in the project are intended to
maximize energy efficiency for operation of Project throughout service life
(substantial completion to ultimate disposition reuse, recycling, or
demolition) with an emphasis on top quality. Materials and systems are to
maximize
environmentally-benign
construction
techniques,
including
construction waste recycle, reusable delivery packaging, and reusability of
selected materials. All vendors / contractors must adhere to best practices
related to Green Buildings. Nothing extra on this account shall be payable.
Work shall be executed according to: (i) GCC 2014 (General condition for
CPWD Work CPWD Form 7) amended and corrected upto DG/CON/286 dated
30.06.2015
(ii) CPWD Specification 2009 volume I & II with upto date correction slips,
General conditions of contract, special conditions, particular specification etc.
specified in the contract.
(iii) CPWD General Specification for Electrical works Part Internal 2013,
with up to date correction slips General conditions of contract, special
conditions, particular specification etc. specified in the contract.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

17

SECTION-II
INFORMATION & INSTRUCTION FOR BIDDERS
1.0 GENERAL :
1.1 Letter of transmittal and forms for deciding eligibility are given in Section III.
1.2 All information called for in the enclosed forms should be furnished against the
relevant columns in the forms. If for any reason, information is furnished on a
separate sheet, this fact should be mentioned against the relevant column. Even
if no information is to be provided in a column, a nil or no such case entry
should be made in that column. If any particulars / query is not applicable in case
of the bidder, it should be stated as not applicable. The bidders are cautioned
that not giving complete information called for in the application forms or not
giving it in clear terms or making any change in the prescribed forms or
deliberately suppressing the information may result in the bid being summarily
disqualified. Bids made by telegram or telex and those received late will not be
entertained.
1.3 The bidder shall quote percentage below/above (in figures as well as in
words) at which he will be willing to execute the work. He shall also
work out the total amount of his offer and the same should be written
in figures as well as in words in such a way that no interpolation is
possible.
1.4 Overwriting should be avoided. Correction, if any, should be made by neatly
crossing out, initialing, dating and rewriting. Pages of the eligibility criteria
document are numbered. Additional sheets, if any, added by the contractor
should also be numbered by him. They should be submitted as a package with
signed letter of transmittal.
1.5 References, information and certificates from the respective clients certifying
suitability, technical knowledge or capability of the bidder should be signed by an
officer not below the rank of Executive Engineer or equivalent.
1.6 The bidder should not have been black listed by any State/Central
Department or PSU or Autonomous bodies. The applicant must
submit a duly notarized affidavit to this effect in form J in Rs. 100/stamp paper as specified in under Section III and scanned copy of the
same shall be uploaded at the time of tendering. Applications received
without this declaration in original shall stand automatically rejected.
1.7 The bidder may furnish any additional information which he thinks necessary to
establish his capabilities to successfully complete the envisaged work. He is,
however, advised not to furnish superfluous information. No information shall be
entertained after opening of Eligibility Bids unless it is called for by the Employer.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

18

1.8 After opening of the Eligibility bid, Executive Engineer shall prepare a list of
deficiencies if any found in the bids of each bidder vis--vis requirements as per
NIT and send the lists to individual bidders by Speed Post/e-mail with a request
to furnish required documents within one week of receipt, and if the bidder fail
to submit the requisite documents and details within the said time limit fixed by
EE it will be presumed that the individual bidder do not have any further
documents to furnish and decision on bids will be taken accordingly.
1.9 Any information furnished by the bidder found to be incorrect either immediately
or at a later date, would render him liable to be debarred from tendering/ taking
up of work in CPWD. If such bidder happens to be enlisted contractor of any
class in CPWD, his name shall also be removed from the approved list of
contractors.
2.0 DEFINITIONS
2.1 In this document the following words and expressions have the meaning hereby
assigned to them.
2.2 Employer: Means the President of India, acting through the Executive Engineer,
IISER Project Division - I, CPWD, Trivandrum.
2.3 Bidder : Means the individual, proprietary firm, firm in partnership, limited
company private or public or corporation.
2.4 Year means financial year unless stated otherwise.
3.0 METHOD OF APPLICATION:
3.1 If the bidder is an individual, the application shall be signed by him above his full
type written name and current address.
3.2 If the bidder is a proprietary firm, the application shall be signed by the proprietor
above his full type written name and the full name of his firm with its current
address.
3.3 If the bidder is a firm in partnership, the application shall be signed by all the
partners of the firm above their full typewritten names and current addresses or
alternatively by a partner holding power of attorney for the firm. In the later case
a certified true copy of the power of attorney should also be scanned and
uploaded to the e-tendering website. In both cases a certified copy of the
partnership deed and current address of all the partners of the firm should
accompany the application.
3.4 If the bidder is a limited company or a corporation, the application shall be signed
by a duly authorized person holding power of attorney for signing the application
accompanied by a copy of the power of attorney. The bidder should also upload a
copy of the Memorandum of Articles of Association duly attested by a Public
Notary.
4.0 FINAL DECISION MAKING AUTHORITY
The employer reserves the right to accept or reject any bid and to annul the
process and reject all bids at any time, without assigning any reason or
incurring any liability to the bidders.
5.0 PARTICULARS PROVISIONAL
The particulars of the work given in Section-I are provisional. They are liable to
change and must be considered only as advance information to assist the bidder.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

19

6.0 SITE VISIT


The bidder is advised to visit the site of work and structures, at his own cost,
and examine it and its surroundings, to himself collect all information that he
considers necessary for proper assessment of the prospective assignment.
7.0 INITIAL CRITERIA FOR ELIGIBILTY
7.1

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

(i)

Three similar works each costing not less than Rs. 5590 lakhs or two similar
works each costing not less than Rs. 8380 lakhs or one similar work costing
not less than Rs. 11170 lakhs,
and
One completed work of any nature (either part of (i) above or a separate one)
costing not less than Rs. 5590 lakhs with any Central Government
Department/State Government Department/Central Autonomous Body/ State
Autonomous Body/Central Public Sector Undertaking/State Public Sector
Undertaking City Development Authority/ Municipal Corporation of City formed
under any Act by Central/State Government and published in Central/State
Gazette.
For this purpose:
Similar work shall means RCC framed structure Building work
comprising of Civil work items necessary to complete the building
including water supply, sanitary installations & drainage work and
internal Electrical Installations.
Cost of work shall mean Gross value of the completed work including the cost
of materials supplied by the Government/Client, but excluding those supplied
free of cost. This should be certified by an Officer not below the rank of
Executive Engineer / Project Manager or equivalent.

(iii)

Bidders are required to submit TDS Certificates in Form 16-A in case the similar
works are executed for a private body which shall form basis for establishing the
completion cost of similar work executed by the bidder.
The value of executed works shall be brought to current costing level by
enhancing the actual value of work at simple rate of 7% per annum;
calculated from the date of completion to last date of receipt of tenders.
7.2 At the time of bidding, the tenderer shall have to furnish an affidavit as under :
(i)

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

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

20

(ii)

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

(iii)

I/we undertake and confirm that our firm/partnership firm has not been
blacklisted by any state/Central Departments/PSUs/Autonomous bodies
during the last 7 years of its operations.
Further that, if such an
information comes to the notice of the department then I/we shall be
debarred for bidding in CPWD in future forever.
Also, if such an
information comes to the notice of department on any day before date of
start of work, the Engineer-in-charge shall be free to cancel the agreement
and to forfeit the entire amount of Earnest Money Deposit/Performance
Guarantee(Scanned copy of this notarized affidavit to be uploaded at the
time of submission of bid)
7.3 The bidder should have had average annual financial turnover (gross) of
Rs.13964.21 lakhs on civil/electrical construction works during the last
available three consecutive financial years [may range from six to eighteen
months] duly audited by a Chartered Accountant. Year in which no
turnover is shown would also be considered for working out the average.
7.4 The bidder should not have incurred any loss in more than two years during
immediate last five consecutive financial years, duly certified and audited
by the Chartered Accountant.

7.5 The bidding capacity of the contractor should be equal to or more than the
estimated cost of the work put to tender. The bidding capacity shall be worked
out by the following formula.
Bidding Capacity
=
[AxNx1.5] B,
where,
A = Maximum turnover in construction works executed in any one year
during the last Five years taking into account the completed as well as works
in progress. The value of completed work shall be brought to current
costing level by enhancing at simple rate at 7% per annum.
N = Number of years prescribed for completion of work for which bids have
been invited.
B = Value of existing commitments and ongoing works to be completed during
the period of completion of work for which bids have been invited.

7.6 The bidder should have a solvency of Rs. 5590 lakhs certified by his bankers.
7.7 The bidder should own constructions equipment as per list required for the
proper and timely execution of the work or else, he should certify that he
would be able to manage the equipment by hiring etc., and submit the list
of firms from whom he proposes to hire.
7.8 The bidder should have sufficient number of Technical and Administrative
employees for the proper execution of the contract. The bidder should
submit a list of these employees stating clearly how these would be involved
in this work.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

21

7.9 The bidders performance for each eligible works completed in the last 7
(seven) years and in hand should be certified by an officer not below the
rank of Executive Engineer or equivalent.
8.0 EVALUATION CRITERIA
8.1 The details submitted by the bidders will be evaluated in the following manner.
8.1.1 The initial criteria prescribed in para 7.1 to 7.9 above in respect of experience of
similar class of works completed, bidding capacity and financial turn over etc.
will first be scrutinized and the bidders eligibility for the work will be
determined.
8.1.2 The bidders qualifying the initial criteria as set out in para 7.1 to 7.9 above
will be evaluated for following criteria by scoring method on the basis of details
furnished by them.
a)

Financial strength (Form A & B)


A - Turnover 16 marks
B - Solvency 4 marks

b)

Experience in similar class of work


during last seven years (Form C)

c)
d)
e)
f)
g)

Maximum 20 Marks

Maximum 20 Marks

Performance on completed works


(Form D) Time overrun

Maximum 20 Marks

Performance on ongoing works


(Form D1) Time overrun

Maximum 10 Marks

Performance on completed works


(Form E) Quality
Personnel and Establishment
(Form F & G)

Maximum 12 Marks
Maximum 8 Marks

Plant & equipment (Form H)


Maximum 10 Marks
Total
100 Marks
To become eligible for short listing the bidder must secure at least fifty
percent marks in each and sixty percent marks in aggregate.
The department, however, reserves the right to restrict the list of such qualified
contractors to any number deemed suitable by it.

8.2

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

(a)

Made misleading or false representation or deliberately suppressed the


information in the forms, statements and enclosures required in the eligibility
criteria document,

(b)

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


the contract, or financial failures/weaknesses etc.
Correction -NIL
Insertion - NIL
Deletion - NIL
AE/IISER TVM PSD-1
EE/IISER TVMPD - I

22

9.0 FINANCIAL INFORMATION


Bidder should furnish the following financial information:
a) Annual financial statement for the last five years ending up to 31 March 2015
in (Form A). This should be supported by audited balance sheets and profit
and loss accounts duly certified by a chartered accountant, as submitted by
the applicant to the income tax department (Form A).
b) Solvency certificate in (Form B).
10.

EXPERIENCE IN WORKS HIGHLIGHTING EXPERIENCE IN SIMILAR


WORKS

10.1 Bidder should furnish the following :


a) List of all works of similar nature successfully completed during the last seven
years in (Form C).
b) List of the projects under execution or awarded in (Form D)
c)
10.2

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


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

10.3 Information in Form D should be complete and no work should be left out.
10.4

11.

The Bidder should submit certificate of satisfactory progress for works of value not
less than 80% of on-going works from the Officer-in-charge of work not below the
rank of Executive Engineer of concerned department to the satisfaction of
Engineer-in-charge.
ORGANISATION INFORMATION
Bidder is required to submit the information in respect of his organization in
(Forms F & G).

12. CONSTRUCTION PLANT & EQUIPMENT


Bidder should furnish the list of construction plant and equipment including steel
shuttering, centering and scaffolding to be used in carrying out the work in Form
H. Details of any other plant & equipment required for the work not included in
Form H and available with the applicant may also be indicated.
13. LETTER OF TRANSMITTAL
The bidder should submit the letter of transmittal attached with the document.
14.

OPENING OF PRICE BID


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

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

23

bidders shall be opened at the notified time, date and place in the presence of the
qualified bidders or their representatives. The financial bids shall remain valid for
90 days from the date of opening of Eligibility Bids.
15
15.1 Credentials for the works submitted by the agency may, if required, be
inspected, checked and verified physically by the Engineer-in-charge or
his authorized representative or by an authorized committee
constituted for the purpose and the agency will make necessary
arrangement for local transport, arranging meeting with the client
department etc.
16. AWARD CRITERIA
16.1 The employer reserves the right, without being liable for any damages or
obligation to inform the bidder, to:
a)
b)

Amend the scope and value of contract to the bidder.


Reject any or all the bids without assigning any reason.

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

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

24

SECTION III
INFORMATION REGARDING ELIGIBILITY
LETTER OF TRANSMITTAL
To
The Executive Engineer,
IISER TVM Project Division 1
CPWD, Vellayani P.O.
Thiruvananthapuram
Sub : Submission of bids in two bid system for the work of Construction of Civil
Structures and other Infrastructure facilities for Academic area at IISER Campus at
Vithura, Thiruvananthapuram- Phase I.
SH: Construction of Physical Science Block, Biological Science block, Animal House and
Concourse including internal and external civil & Electrical services, fire fighting, Lifts,
Site development (Balance Work).

Sir,
Having examined the details given in the bid document for the above work, I/ We
hereby submit the relevant information.
1. I/ We hereby certify that all the statement made and information supplied in the
enclosed forms A to J and accompanying statements are true and correct.
2. I/ We have furnished all information and details necessary for eligibility and have
no further pertinent information to supply.
3.

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

4. I/We submit the certificates as per the form E in support of our suitability,
technical knowledge and capability for having successfully completed the following
works:S.N.

Name of work

Amount

Certificate issued
by

1.
2.
3.
and
5. Eligibility Documents and Earnest money amounting to Rs. 14964209/- in the
prescribed forms have been scanned and uploaded to concerned e-tendering web
site and the originals / hard copy of same shall be physically submitted within one
week to the EE after opening of financial bid, in case we become L1 tenderer.
6. Financial bid is submitted online.

Enclosures:
Seal of bidder
Date of submission
Correction -NIL
Insertion - NIL
Deletion - NIL

SIGNATURE(S) OF BIDDER(S)

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

25

FORM A
FINANCIAL INFORMATION
Name of the firm / contractor.:
I.

Financial Analysis-Details to be furnished duly supported by figures in


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

Sl.
No.

II.

Fig in lakhs Rs.


Financial Years

Particulars
20102011

i)

Gross Annual turnover


on construction works

iii)

Profit / Loss

20112012

20122013

20132014

20142015

Financial arrangements for carrying out the proposed work.

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

Signature of Chartered Accountant with Seal

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

Signature of Bidder(s)

EE/IISER TVMPD - I

26

FORM B

FORM OF BANKERS SOLVENCY CERTIFICATE FROM A SCHEDULED BANK

This is to certify that to the best of our knowledge and information that
M/s./Shri having marginally noted address, a customer
of our bank are / is respectable and can be treated as good for any engagement
upto a limit of Rs. (Rupees).
This certificate is issued without any guarantee or responsibility on the bank or
any of the officers.
(Signature)
For the Bank

NOTE: (1)

Bankers certificate should be on letter head of the Bank, sealed in


cover addressed to Executive Engineer, IISER TVM Project
Division - 1, CPWD, Vellayani P.O. Thiruvananthapuram.

(2)

In case of partnership firm, certificate should include names of all


partners as recorded with the Bank.

(3)

Correction -NIL
Insertion - NIL
Deletion - NIL

The certificate should not be more than 6 months old.

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

27

FORM C
DETAILS OF ALL WORKS OF SIMILAR NATURE COMPLETED DURING THE LAST SEVEN YEARS ENDING JULY, 2015.
Name of the firm / contractor.
Sl.
No.

Name of
work /
project and
location

Owner or
sponsoring
organization

Cost of
work in
crores

Date of
commencement
as per contract

Stipulated
date of
completion

Actual date Litigation/


Name and
of completion arbitration
Address
cases pending (Postal & Email) /
/ in progress
telephone
with details*
number of
officer to
whom
reference
may be made
7

Remarks

10

*indicate gross amount claimed and amount awarded by the Arbitrator.


Certified that the above list of works is complete and no work has been left out and that the information given is correct to my / our
knowledge and belief.
SIGNATURE OF BIDDER(S)

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

28

FORM D
PROJECTS UNDER EXECUTION OR AWARDED
Sl.
No.

Name of
work /
project
and
location

Owner or
sponsoring
organization

Cost of
Work in
crores

Date of
commencement
as per contract

Stipulated
date of
completion

Upto date
percentage
progress of
work

Slow
progress if any,
and reasons
thereof

Name and
Address (Postal
& E-mail) /
telephone
number of
officer to whom
reference may
be made

Remarks

10

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

SIGNATURE OF BIDDER(S) WITH STAMP

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

29

FORM D1

PERFORMANCE OF ONGOING WORKS IN HAND

Sl.
Name of
Owner or
Cost of Date Stipulated
Date of
Stipulated
No. work / project sponsoring Work in
of
time period commenceme /modified date
and location organization crores award in months
nt as per
of completion
for
contract
as per contract
completion

Upto date
Delay
Name and
Remarks
percentage ( in months) Address (Postal &
Targeted On the part of E-mail) / telephone
percentage the contractor number of officer to
whom reference
progress of
may be made
work

10

11

12

Note : Bidder shall submit the certificate of satisfactory progress for works of value not less than 80% of ongoing works from the Officer
in-charge of work not below the rank of Executive Engineer of concerned department to the satisfaction of Engineer-in-charge.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE/IISER TVMPD - I

30

FORM E
PERFORMANCE REPORT OF WORKS TO BE CONSIDERED FOR ELIGIBILITY
1.

Name of work / Project & Location

2.

Agreement No.

3.

Estimated Cost

4.

Tendered Cost

5.

Date of Start

6.

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

7.

Amount of compensation levied for delayed


completion, if any

8.

Amount of reduced rate items, if any.

9.

Whether any litigation / arbitration case


pending / in progress in respect of this work.

10.

Performance Report

11

1) Quality of Work

Very Good/Good/Fair/Poor

2) Financial Soundness

Very Good/Good/Fair/Poor

3) Technical Proficiency

Very Good/Good/Fair/Poor

4) Resourcefulness

Very Good/Good/Fair/Poor

5) General Behaviour

Very Good/Good/Fair/Poor

Remarks ( if any ):

Dated:

Addition : NIL
Overwriting: NIL

Executive Engineer
Or
Equivalent with stamp

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

31

FORM F
STRUCTURE & ORGANISATION
1.

Name & Address of the bidder

2.

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

3.

Legal status of the bidder


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

4.

a)

An Individual

b)

A proprietary firm

c)

A firm in partnership

d)

A limited company or
Corporation

Particulars of registration with various Government bodies (attach attested photocopy).


ORGANIZATION/PLACE OF REGISTRATION REGISTRATION No.
1.
2.
3.

5.

Names and Titles of Directors & Officers with


designation to be concerned with this work.

6.

Designation of individuals authorized to act for the


organization.

7.

Was the bidder ever required to suspend


construction for a period of more than six months
continuously after commencing the construction? If
so, given the name of the project and reasons of
suspension of work.
Has the bidder, or any constituent partner in case of
partnership firm, ever abandoned the awarded work
before its completion? If so, give name of the
project and reasons for abandonment.

8.

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

32

9.

Has the bidder, or any constituent partner in case


of partnership firm, ever been debarred/ black
listed for tendering in any organization at any
time? If so, give details.

10.

Has the bidder, or any constituent partner in case of


partnership firm, ever been convicted by a
court of law? If so, give details.

11.

In which field of Civil Engineering Construction


the bidder has specialization and interest?

12.

Any other information considered necessary but


not included above.

Signature of bidder(s) with stamp

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

33

FORM G

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

Sl.
No.

Designation

Total Number

Number
available
for this
work

Name

Qualifications

Professional/
Construction
experience
and details of
work carried
out

How these
would be
involved in
this work

Remarks

SIGNATURE OF BIDDER(S) WITH STAMP

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

34

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

S.No.

Name of Equipment

Nos

2
I Earth moving equipment
1 Excavators cum loader JCB 3D

Capacity
or Type

Age

Condition

Ownership status
Presently Leased
owned

II Equipment for hoisting &


lifting
1
2

Tower crane
Builder's hoist

III Equipment for concrete


work
1 Digitalised Automatic concrete
batching plant of minimum
capacity 15 cum/hr
Mini batching plant 6 cum/ hr

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

To be
purchased
9

Current
location

Remarks

10

11

35

2
3
4
5
6
7
8
IV
1
2
3
4
5
6
7
8
9
10

Concrete pump
Concrete transit mixer
Concrete hopper mixer
(diesel)
Concrete
hopper
mixer
(electrical)
Needle vibrator ( electrical)
Needle vibrator (petrol)
Plate vibrator (elect. / petrol)
Equipment for building
work
Block making machine
Bar bending machine
Bar cutting machine
Wood thickness plainer
Drilling machine
Welding generators
Cube testing machines
M.S pipes
Steel shuttering with necessary
props
Steel scaffolding and
staging material

11 Machines

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

36

V Equipment for
transportation
1 Tippers
2 Trucks
VI Pneumatic equipment
1 Air compressor(diesel)
VII De-watering equipment
1 Pump(Diesel)
2 Pump(Electrical)
VIII Power equipment
1 Diesel generators
2 Any other plant/equipment

Signature of Bidder (s)

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

37

FORM J
AFFIDAVIT

I/we undertake and confirm that our firm/partnership firm has not
been blacklisted by any state/Central Departments/PSUs/Autonomous
bodies during the last 7 years of its operations. Further that, if such an
information comes to the notice of the department then I/we shall be
debarred for bidding in CPWD in future forever.

Also, if such an

information comes to the notice of department on any day before date of


start of work, the Engineer-in-charge shall be free to cancel the
agreement

and

to

forfeit

the

entire

amount

of

Earnest

Money

Deposit/Performance Guarantee (Scanned copy of this notarized affidavit


to be uploaded at the time of submission of bid)
NOTE:

Affidavit to be furnished on a Non-Judicial stamp paper


worth Rs.100/-

Signature of Bidder(s) or an authorized


Officer of the firm with stamp

Signature of Notary with seal

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

38
CRITERIA FOR EVALUATION OF THE PERFORMANCE OF CONTRACTORS FOR PRE
ELIGIBILITY

Attributes

EVALUATION

(a) Financial strength (Form A&B)


(i) Average annual
turnover
(ii) Solvency
Certificate

(b) Experience in similar


class of works (Form C)

(20 marks)
16 marks
(i)
4 marks

(20marks)

(ii)

(i)
(ii)

60% marks for minimum


eligibility criteria
100% marks for twice the
minimum eligibility criteria or more
In between (i) & (ii) on pro-rata
basis
60% marks for minimum
eligibility criteria
100% marks for twice the
minimum eligibility criteria or more
In between (i) & (ii) on pro-rata
basis

(c) Performance on completed


( 20 marks)
works (time over run) (Form D)
Parameter

(i)

Without levy
compensation

Calculation
For points

Score

If TOR =

1.00

2.00

3.00

>3.50

20

15

10

N.A.

-5

of

(ii) With levy of compensation

Maximum
Marks
20

(iii) Levy of compensation not


N.A. 10
0
0
decided
TOR = AT/ST, where AT=Actual Time; ST=Stipulated Time.
Note: Marks for value in between the stages indicated above is to be determined
by straight line variation basis.
(d)

Performance of ongoing works in hand


(Form D1)
Parameter

( 10 marks)

Score

Maximum
Marks
10

(i)

Addition : NIL
Overwriting: NIL

No Delay. Progress
as per the time
schedule or faster.

10 marks

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

39

(ii)

Delay up to and less (+)5 marks


than 20% of the
stipulated period
Delay more than 20% 0 marks
and up to 40% of
stipulated period

(iii)

(iv)

Delay more than 40% (-)10marks


of stipulated period

Note : Marks will be worked out based on weighted average of tendered amount of the work.
(e) Performance of completed works
(Quality) (Form E)

(f)

(12 marks)

(i)

Very Good

12

(ii)

Good

(iii)

Fair

(iv)

Poor

Personnel and Establishment


(Form F & G)
(i)

Graduate Engineer

(ii)

Diploma Holder Engineer

(iii)

Supervisory / Foreman

(Max. 8 marks)
2.5 marks for each (Upto Max 5
marks)
1.5 marks for each(upto max.3
marks)
1 mark for each(upto max.2
marks)

(g) Plant & Equipment (Form H)

(Max. 10 marks)

(i) Digitalized automatic concrete batching


plant of minimum capacity 15 cum/hr

1 mark for each upto max. 1mark

(ii)

0.15 mark for each upto max. 0.45 mark

Mini batching plant 6 cum/hr

(iii) Hopper Mixer

0.15 mark for each upto max. 0.60 mark

(iv) Truck/Tippers

0.10 mark for each upto max 0. 80 mark

(v)

0.15 mark for each upto max 0. 60 mark

Transit mixer

(vi) Steel shuttering with necessary props

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

1 mark for each 8000 sqm upto maximum 2


marks

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

40

(vii) Tower crane

0.25 mark for each upto max 0.50 marks

(viii) Building hoist

0.10 mark for each upto max. 1.40 mark

(ix) Excavator cum loader JCB 3D

0.20 mark for each upto max. 0.40 mark

(x)

0.20 mark for each upto max. 0.40 marks

Concrete Pump

(xi) Block making machine

0.15 mark for each upto max. 0.45 marks

(xii) Steel scaffolding and


staging material

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

(xiii) Air compressor

0.10 mark for each upto max. 0.40 marks

(xiv) Diesel and Electrical pumps

0.10mark for each upto max. 0.40 marks

(xv) Diesel generator set

0.15 mark for each upto max. 0.90 marks

(xvi) Plate and needle vibrator

0.10 mark for each upto max. 0.20 marks

(xvii) Bar bending machine/cutting machine.

0.15 mark for each upto max. 0.40 marks

(xviii) Wood thickness plainer

0.10 mark for each upto max. 0.20 marks

(xix) Drilling machine

0.10 mark for each upto max. 0.20 marks

(xx) Welding generator

0.15 mark for each upto max. 0.40 marks

(xxi) Grinding and polishing machine

0.10 mark for each upto max. 0.40 marks

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

41

INTEGRITY PACT
To,
..,
..,
..

Sub: NIT No.: 02/CPM IISER TVM PZ/IISER TVM PD-1/2015-16 for the
work Construction of Civil Structures and other Infrastructure facilities for
Academic area at IISER Campus at Vithura, Thiruvananthapuram- Phase I.
SH: Construction of Physical Science Block, Biological Science block, Animal House
and Concourse including internal and external civil & Electrical services, fire
fighting, Lifts, Site development -(Balance Work).

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

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

42

INTEGRITY PACT
To,

The Executive Engineer,


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

Subject:

Submission of Tender for the work of Construction of Civil Structures

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

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

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

43

To be signed by the bidder and same signatory competent / authorized to


sign the relevant contract on behalf of CPWD.
INTEGRITY AGREEMENT
This Integrity Agreement is made at ............... on this .........day of ............20..
BETWEEN
President of India represented through Executive Engineer, IISER TVM
Project Division - 1, CPWD, Trivandrum (Hereinafter referred as the
Principal/Owner, which expression shall unless repugnant to the meaning or
context hereof include its successors and permitted assigns)
AND
.........................................................................................................................
.........(Name
and
Address
of
the
Individual/firm/Company)
through.................................................................... (Hereinafter referred to as
the (Details of duly authorized signatory)
Bidder/Contractor and which expression shall unless repugnant to the
meaning or context
here of include its successors and permitted assigns)
Preamble
WHEREAS the Principal/Owner has floated the Tender (NIT No . 02/CPM
IISER TVM PZ/IISER TVM PD-1/2015-16) (hereinafter referred to as
Tender/Bid)
and
intends
to award, under laid down organizational
procedure, contract for Construction of Civil Structures and other Infrastructure
facilities for Academic area at IISER Campus at Vithura, ThiruvananthapuramPhase I.
SH: Construction of Physical Science Block, Biological Science block, Animal House
and Concourse including internal and external civil & Electrical services, fire
fighting, Lifts, Site development (Balance Work).

hereinafter referred to as the Contract.


AND WHEREAS the Principal/Owner values full compliance with all relevant laws
of the land, rules, regulations, economic use of resources and of
fairness/transparency in its relation with its Bidder(s) and Contractor(s). AND
WHEREAS to meet the purpose aforesaid both the parties have agreed to enter
into this Integrity Agreement (hereinafter referred to as Integrity Pact or
Pact), the terms and conditions of which shall also be read as integral part
and parcel of the Tender/Bid documents and Contract between the parties.
NOW, THEREFORE, in consideration of mutual covenants contained in this Pact,
the parties hereby agree as follows and this Pact witnesses as under:
Article 1: Commitment of the Principal/Owner
1)
The Principal/Owner commits itself to take all measures necessary to
prevent corruption and to observe the following principles:
(a) No employee of the Principal/Owner, personally or through any of his/her

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

44

(b)

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

(c)

The Principal/Owner shall endeavour to exclude from the Tender process any
person, whose conduct in the past has been of biased nature.
2)
If the Principal/Owner obtains information on the conduct of any of its
employees which is a criminal offence under the Indian Penal code
(IPC)/Prevention of Corruption Act, 1988 (PC Act) or is in violation of the
principles herein mentioned or if there be a substantive suspicion in this
regard, the Principal/Owner will inform the Chief Vigilance Officer and in
addition can also initiate disciplinary actions as per its internal laid down
policies and procedures.
Article 2: Commitment of the Bidder(s)/Contractor(s)
1)
It is required that each Bidder/Contractor (including their respective
officers, employees and agents) adhere to the highest ethical standards,
and report to the Government / Department all suspected acts of fraud
or corruption or Coercion or Collusion of which it has knowledge or
becomes aware, during the tendering process and throughout the
negotiation or award of a contract.
2)

a)

b)

c)

d)

The Bidder(s)/Contractor(s) commits himself to take all measures necessary


to prevent corruption. He commits himself to observe the following principles
during his participation in the Tender process and during the Contract
execution:
The Bidder(s)/Contractor(s) will not, directly or through any other person
or firm, offer, promise or give to any of the Principal/Owners 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.
The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any
undisclosed agreement or understanding, whether formal or informal. This
applies in particular to prices, specifications, certifications, subsidiary
contracts, submission or non-submission of bids or any other actions to
restrict competitiveness or to cartelize in the bidding process.
The Bidder(s)/Contractor(s) will not commit any offence under the relevant
IPC/PC Act. Further the Bidder(s)/Contract(s) will not use improperly, (for
the purpose of competition or personal gain), or pass on to others, any
information or documents provided by the Principal/Owner as part of the
business relationship, regarding plans, technical proposals and business
details, including information contained or transmitted Electronically.
The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

45

e)

3)

addresses of agents/ representatives in India, if any. Similarly


Bidder(s)/Contractor(s) of Indian Nationality shall disclose names and
addresses of foreign agents/representatives, if any. Either the Indian agent
on behalf of the foreign principal or the foreign principal directly could bid
in a tender but not both. Further, in cases where an agent participate in a
tender on behalf of one manufacturer, he shall not be allowed to quote
on behalf of another manufacturer along with the first manufacturer in a
subsequent/parallel tender for the same item.
The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and
all payments he has made, is committed to or intends to make to
agents, brokers or any other intermediaries in connection with the award
of the Contract.
The Bidder(s)/Contractor(s) will not instigate third persons to commit
offences outlined above or be an accessory to such offences.

4)

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


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

5)

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


or firm use Coercive Practices (means the act of obtaining something,
compelling an action or influencing a decision through intimidation, threat
or the use of force directly or indirectly, where potential or actual injury may
befall upon a person, his/ her reputation or property to influence their
participation in the tendering process).

Article 3: Consequences of Breach


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

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

46

2)

Forfeiture of EMD/Performance Guarantee/Security Deposit: If the


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

3)

Criminal Liability: If the Principal/Owner obtains knowledge of conduct


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

Article 4: Previous Transgression


1)
The Bidder declares that no previous transgressions occurred in the last 5
years with any other Company in any country confirming to the
anticorruption approach or with Central Government or State Government
or any other Central/State Public Sector Enterprises in India that could
justify his exclusion from the Tender process.
2)

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


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

3)

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


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

Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors


1)
The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors
a commitment in conformity with this Integrity Pact. The Bidder/Contractor
shall be responsible for any violation(s) of the principles laid down in this
agreement/Pact by any of its Subcontractors/ sub-vendors.
2)

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

3)

The Principal/Owner will disqualify Bidders, who do not submit, the duly
signed Pact between the Principal/Owner and the bidder, along with
the Tender or violate its provisions at any stage of the Tender process,
from the Tender process.
Article 6- Duration of the Pact
This Pact begins when both the parties have legally signed it. It expires for
the Contractor/ Vendor 12 months after the completion of work under the
contract or till the continuation of defect liability period, whichever is more

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

47

and for all other bidders, till the Contract has been awarded. If any claim is
made/lodged during the time, the same shall be binding and continue to be
valid despite the lapse of this Pacts as specified above, unless it is
discharged/ determined by the Competent Authority, CPWD.
Article 7- Other Provisions
1)
2)
3)

4)

5)

This Pact is subject to Indian Law, place of performance and


jurisdiction is the Headquarters of the Division of the Principal/Owner,
who has floated the Tender.
Changes and supplements need to be made in writing. Side agreements
have not been made.
If the Contractor is a partnership or a consortium, this Pact must be
signed by all the partners or by one or more partner holding power of
attorney signed by all partners and consortium members. In case of a
Company, the Pact must be signed by a representative duly authorized by
board resolution.
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.
It is agreed term and condition that any dispute or difference arising
between the parties with regard to the terms of this Integrity Agreement
/ Pact, any action taken by the Owner/Principal in accordance with this
Integrity Agreement/ Pact or interpretation thereof shall not be
subject to arbitration.

Article 8- LEGAL AND PRIOR RIGHTS


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

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

48

Form of Earnest Money Deposit (Bank Guarantee Bond)


WHEREAS, contractor.................. (Name of contractor) (hereinafter called "the
contractor") has submitted his tender dated ............. (date) for the construction of
.............................................. (name of work) (hereinafter called "the Tender")
KNOW ALL PEOPLE by these presents that we ......................................... (name
of bank) having our registered office at ................................... (hereinafter called
"the Bank") are bound unto Executive Engineer, Trivandrum Central
Division, CPWD, Thiruvananthapuram in the sum of Rs. ......................... (Rs.
in words .................................................) for which payment well and truly to be
made to the said Executive Engineer, Trivandrum Central Division, CPWD,
Thiruvananthapuram the Bank binds itself, his successors and assigns by these
presents.
SEALED with the Common Seal of the said Bank this ................. day of
................. 20.... THE CONDITIONS of this obligation are:
(1) If after tender opening .. of tender; the Contractor withdraws, his
tender during the period of validity of tender (including extended validity of
tender) specified in the Form of Tender;
(2) If the contractor having been notified of the acceptance of his tender by the
Executive Engineer, IISER TVM Project Division -1, CPWD,
Thiruvananthapuram:
(a) Fails or refuses to execute the Form of Agreement in accordance with the
Instructions to contractor, if required;
OR
(b) Fails or refuses to furnish the Performance Guarantee, in accordance with the
provisions of tender document and Instructions to contractor,
We undertake to pay to the Executive Engineer, Trivandrum Central
Division, CPWD, Thiruvananthapuram either up to the above amount or part
thereof upon receipt of his first written demand, without the Executive Engineer,
Trivandrum Central Division, CPWD, Thiruvananthapuram
having to
substantiates his demand, provided that in his demand the Executive Engineer,
Trivandrum Central Division, CPWD, Thiruvananthapuram will note that
the amount claimed by him is due to him owing to the occurrence of one or any of
the above conditions, specifying the occurred condition or conditions.
This Guarantee will remain in force up to and including the date* ............. after
the deadline for submission of tender as such deadline is stated in the Instructions
to contractor or as it may be extended by the Executive Engineer, IISER TVM
Project Division - 1, CPWD, Thiruvananthapuram, notice of which
extension(s) to the Bank is hereby waived. Any demand in respect of this
Guarantee should reach the Bank not later than the above date.
DATE .............
SIGNATURE OF THE BANK
WITNESS ..................
SEAL
(SIGNATURE, NAME AND ADDRESS)
*Date to be worked out on the basis of validity period of 6 months from last date of receipt of
tender.

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

49

FORM OF PERFORMANCE SECURITY (GUARANTEE)


BANK GUARANTEE BOND

In consideration of the President of India (here in after called The


Government) having offered to accept the terms and conditions of the proposed
agreement between .. and
(herein after called the said Contractor(s)) for the work (herein
after called the said agreement) having agreed to production of an irrevocable
Bank
Guarantee
for
Rs
(Rupees..only) as a security / guarantee from the
contractor(s) for compliance of his obligations in accordance with the terms and
conditions in the said agreement.
1. We,.(hereinafter referred to as the Bank)
hereby undertake to pay to the Government an amount not exceeding
Rs(RupeesOnly) on demand by the Government.
2. We,..(indicate the name of the Bank) do hereby
undertake to pay the amounts due and payable under this guarantee
without any demure, merely on a demand from the Government stating that
the amount claimed as required to meet the recoveries due or likely to be
due from the said contractor(s). Any such demand made on the bank shall
be conclusive as regards the amount due and payable by the bank under
this Guarantee. However, our liability under this guarantee shall be
restricted
to
an
amount
not
exceeding
Rs.....
(Rupeesonly).
3. We, the said bank further undertake to pay the Government any money so
demanded not withstanding any dispute or dispute raised by the
contractor(s) in any suit or proceeding pending before any court or Tribunal
relating thereto, our liability under this present being absolute and
unequivocal.
The payment so made by us under this bond shall be a valid discharge of
our liability for payment there under and the Contractor(s) shall have no
claim against us for making such payment.
4. We, .. (indicate the name of the bank) further agree
that the guarantee herein contained shall remain in full force and effect
during the period that would be taken for the performance of the said
agreement and that it shall continue to be enforceable till all the dues of the
Government under or by virtue of the said agreement have been fully paid
and its claims satisfied or discharged or till Engineer-in-Charge on behalf of
the Government certified that the terms and conditions of the said
agreement have been fully and properly carried out by the said
Contractor(s) and accordingly discharges this guarantee.
Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

50

5. We, .. (indicate the name of the Bank) further agree


with the Government that the Government shall have the fullest liberty
without our consent and without affecting in any manner our obligation
hereunder to vary any of the terms and conditions of the said agreement or
to extend time of performance by the said Contractor(s) from time to time
or to postpone for any time or from time to time any of the powers
exercisable by the Government against the said contractor(s) and to forbear
or enforce any of the terms and conditions relating to the said agreement
and we shall not be relieved from our liability by reason of any such
variation, or extension being granted to the said Contractor(s) or for any
forbearance, act of omission on the part of the Government or any
indulgence by the Government to the said Contractor(s) or by any such
matter or thing whatsoever which under the law relating to sureties would,
but for this provision, have effect of so relieving us.
6. This guarantee will not be discharged due to the change in the constitution
of the Bank or the Contractor(s).
7. We, (indicate the name of the Bank) lastly
undertake not to revoke this guarantee except with the previous consent of
the Government in writing.
8. This guarantee shall be valid up to .. unless extended on
demand by the Government. Notwithstanding anything mentioned above,
our
liability
against
this
guarantee
is
restricted
to
Rs(Rupees ..) and unless a claim
in writing is lodged with us within six months of the date of expiry or the
extended date of expiry of this guarantee all our liabilities under this
guarantee shall stand discharged.
Dated theday offor... (indicate the
name of the Bank)

Addition : NIL
Overwriting: NIL

Correction : NIL
Deletion: NIL

AE/IISER TVM PSD-1

EE/IISER TVM PD-1

FINANCIAL BID

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

NAME OF WORK: Construction of Civil Structures and other Infrastructure


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

: Rs.139,64,20,913/-

MAJOR COMPONENT (CIVIL)

: Rs. 1041924574/-

MINOR COMPONENT (ELECTRICAL)

: Rs. 35,44,96,339/-

TIME PERIOD

: 24 (Twenty four ) Months

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

Sl.No

Details

Page no

PART II Financial Bid Document


PART - A
1

Percentage rate composite tender and contract for works ( CPWD 7 )

51-68

List of Field testing equipments & Tools and Plants (Annexure I & II)
Conditions for Green Building Practices.

69-70
71-82

Amendment to GCC 2014 - CON 282, 283,284,285,286

83-88

Tender drawings in PDF Format

89-122

3
4
5

PART - B (Major component- Civil )

6
7
8
9
10
11
12
13
14
15
16
17
18
19
20

Special conditions for major component.

123-139

Special conditions for cement and steel

140-144

Special Conditions for both RMC and DMC

145-146

Calibration and weighing equipment accuracy

147-148

Special conditions for solid / hollow cement concrete(CC) block work

149

Special Conditions for Aluminium work

150

Special Conditions for Structural Glazing facades

151-155

Special conditions for clay Tile cladding

156

Special conditions for Fire resistant door

157-159

Special conditions for vacuum dewatered concrete flooring

160-161

Special condition for pre construction anti termite treatment

162-163

Guarantee bond for water proofing

164

Guarantee bond for curtain glazing & Aluminium works

165

Guarantee Bond for Anti termite Treatment

166

List of approved make of materials (civil)

167-171

PART - C ( Minor component - Electrical)

21
22

Schedule A to F (Minor Component)

172-195

Additional conditions for Electrical work

196-380

Part D (Schedule of Quantities)

23

Schedule of quantities with rate ( Major Component - Civil)

381-451

24

Schedule of quantities with rate (Minor Component - Electrical)

452-553

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

Correction-Nil
Insertion-Nil
Deletion-Nil

AE/IISER TVM PSD -1

EE/IISER TVM PD - I

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
OFFICE OF THE CHIEF PROJECT MANAGER
IISER TVM PROJECT ZONE

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

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

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

PART A
PERCENTAGE RATE (COMPOSITE) TENDER,
CONTRACT FOR WORKS (CPWD-7),
CONDITIONS FOR GREEN BUILDING PRACTICES,
AND
TENDER DRAWINGS.
(Page No. 51 to 122)

Correction-Nil
Insertion-Nil
Deletion-Nil

AE/IISER TVM PSD-1

EE/IISER TVM PD - I

51

CPWD 7
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
Percentage Rate Composite Tender & Contract for Works
(A) Tender for the work of Construction of Civil Structures and other Infrastructure
facilities for Academic area at IISER Campus at Vithura, Thiruvananthapuram- Phase I.
SH: Construction of Physical Science Block, Biological Science block, Animal House and
Concourse including internal and external civil & Electrical services, fire fighting, Lifts,
Site development (Balance Work).

(i) To be submitted by 15.00 hours on 24-08-2015 to The Executive Engineer, IISER


TVM Project Division-1, CPWD, Thiruvananthapuram.
To be opened in presence of tenderers who may be present at 16.00 hours on
24.08.2015. in the office of the Executive Engineer, IISER TVM Project Division 1, CPWD, Thiruvananthapuram.
.............. Issued to intending eligible bidders
Signature of officer issuing the documents **
Designation: Executive Engineer, IISER TVM Project Division - I, CPWD,
Thiruvananthapuram.
Date of issue .
TENDER
I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F
Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions
of Contract, clauses of contract, Special conditions, particular specification, Schedule of
Rates & other documents and Rules referred to in the conditions of contract and all other
contents in the tender document for the work.
I/We hereby tender for the execution of the work specified for the President of India
within the time specified in Schedule F viz., schedule of quantities and in accordance in
all respects with the specifications, designs, drawings and instructions in writing referred
to in Rule-1 of General Rules and Directions and in Clause 11 of the Conditions of
contract and with such materials as are provided for, by, and in respect of accordance
with, such conditions so far as applicable.
We agree to keep the tender open for ninety (90) days from the due date of its
Eligibility bid opening and not make any modification in its terms and conditions.
** To be filled by EE

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

52

A sum of Rs. 14964209/- is hereby forwarded in cash/receipt treasury challan /


deposit at call receipt of a scheduled bank/fixed deposit receipt of scheduled
bank/demand draft of a scheduled bank/bank guarantee issued by a scheduled bank as
earnest money. If I/We, fail to furnish the prescribed performance guarantee within
prescribed period, I/We agree that the said President of India or his successors, in office
shall without prejudice to any other right or remedy, be at liberty to forfeit the said
earnest money absolutely. Further, if I/We fail to commence work as specified, I/We
agree that President of India or the successors in office shall without prejudice to any
other right or remedy available in law, be at liberty to forfeit the said earnest money and
the performance guarantee absolutely, otherwise the said earnest money shall be
retained by him towards security deposit to execute all the works referred to in the
tender documents upon the terms and conditions contained or referred to those in
excess of that limit at the rates to be determined in accordance with the provision
contained in Clause 12.2 and 12.3 of the tender form. Further, I/We agree that in case
of forfeiture of Earnest Money & Performance Guarantee as aforesaid. I/We shall be
debarred for participation in the re-tendering process of the work.
I/We undertake and confirm that eligible similar work(s) has/have not been got
executed through another contractor on back to back basis. Further that, if such a
violation comes to the notice of Department, then I/we shall be debarred for tendering
in CPWD in future forever. Also, if such a violation comes to the notice of Department
before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire
amount of Earnest Money Deposit/Performance Guarantee.
I/We hereby declare that I/We shall treat the tender documents drawings and
other records connected with the work as secret/confidential documents and shall not
communicate information/derived there from to any person other than a person to
whom I/We am/are authorized to communicate the same or use the information in any
manner prejudicial to the safety of the State.

Dated:

Signature of Contractor

Witness:

Postal Address

Address:
Occupation:

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

53

ACCEPTANCE
The above tender (as modified by you

as provided in the letters mentioned

hereunder) is accepted by me for and on behalf of the President of India for a sum of
Rs..... (Rupees
.)
The letters referred to below shall form part of this contract agreement:(a)
(b)
(c)
For & on behalf of President of India
Signature
Dated:

Correction -Nil
Insertion - Nil
Deletion - Nil

Designation .

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

54

PROFORMA OF SCHEDULES
(Composite Tender -MAJOR COMPONENT-[Civil])
SCHEDULE A
Schedule of quantities (as per PWD-3): Enclosed in page No. 381 to 451
SCHEDULE 'B'
Schedule of materials to be issued to the contractor.
No.

Description of item

Quantity

Rates at which the


material will be
charged to the
contractor

Unit

Place of
issue

955 Sqm

Rs. 694/-

Sqm

Interlocking Paver Block

CI Grating

78 Nos

Rs. 25/-

Nos

Aluminium door handle 100 mm

82 Nos

Rs.34/-

Nos

Aluminium door handle 125 mm

77 Nos

Rs.50/-

Nos

SS sliding door bolt 300 x 16 mm

217 Nos

Rs.656/-

Nos

Twin rubber stopper

95 Nos

Rs.32/-

Nos

18 mm thick Black Granite

48 Sqm

Rs.2378/ -

Sqm

25639 Nos

Rs.107.60/-

Nos

7361 Nos

Rs.192.60/-

Nos

3667 Nos

Rs.29.90/-

Nos

8
9
10

Ceramic wall tile -300x600 mm


(lineage bianco)
Vitrified tile 600x600mm
(cetroen)
Antiskid floor tile toilet300x300mm (corzo green)

11

Sadarali Granite 20mm thick

263.04 Sqm

Rs.1348/-

Sqm

12

Hollow block- 400x200x200mm

136765 Nos

Rs.50/-

Nos

13

TMT 16mm Fe 500 D

4850 kg

Rs.51/-

kg

14

TMT 20mm Fe 500 D

9870 kg

Rs.51/-

kg

15

TMT 25mm Fe 500 D

6070 kg

Rs.51/-

kg

16

TMT 32mm Fe 500 D

830 kg

Rs.51/-

kg

17

Hold fast 40x5 mm

2770 Nos

Rs.38/-

Nos

18

Soap Dish (Cat No. 1131)

4 Nos

Rs.819/-

Nos

19

Sink Mixer swinging casted round


(CQT 23309k)

22 Nos

Rs.2157/-

Nos

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

At IISER
Campus,
Vithura as is
where is
condition

EE /IISER TVM PD - I

55
20

Angle valve auto closing system


15 mm for urinals

8 Nos

Rs.1594/-

Nos

21

Flat back urinal 340 x 410 x 265


mm

8 Nos

Rs.618/-

Nos

22

Pillar cock - auto closing system


(Cat No.031)

69 Nos

Rs.1500/-

Nos

23

Bottle Trap - 32 mm

32 Nos

Rs.1115/-

Nos

24

Ball valve -15mm

1 Nos

Rs.372/-

Nos

25

Ball valve -25mm

9 Nos

Rs.706/-

Nos

26

Gate valve - 25 mm

13 Nos

Rs.971/-

Nos

27

Gate valve - 32 mm

15 Nos

Rs.1360/-

Nos

28

Gate valve - 50 mm

2 Nos

Rs.2691/-

29

Gate Valve- 65 mm

3 Nos

Rs.4153/-

Nos

Nos

30

Gate Valve- 80 mm

1 Nos

Rs.6158/-

Nos

31

PVC Seat cover with lid - white

27 Nos

Rs.570 /-

Nos

32

PVC dual flushing cistern - 3/6


litres

16 Nos

Rs.1272/-

33

SS Kitchen Sink- 1040x510mm

1 Nos

Rs.5728/-

34

Wash Basin 560 x 430 mm

30 Nos

Rs.997/-

35

WC Pan (European)

27 Nos

Rs.721/-

36

Division Plate 690 x 325 mm

29 Nos

Rs.882/-

37

Wash Basin (550x400 mm)

2 Nos

Rs.611/-

38

40 mm dia UPVC class III pipes

60 Metre

Rs.194/-

Metre

39

15 mm CPVC pipe (SDR 11)

11 Metre

Rs.61/-

Metre

40

CI Cover with frame 300x300

57 Nos

Rs.782/-

Nos

41

CI Cover with frame - 500mm dia


(medium)

1 Nos

Rs.12803/-

Nos

42

32mm CPVC Pipe

40 Metre

Rs.135/-

Metre

43

40mm CPVC Pipe - SDR-11

180 Metre

Rs.186/-

Metre

44

50mm CPVC Pipe - SDR-11

100 Metre

Rs.301/-

Metre

45

100 mm Sluice valve

4 Nos

Rs.8237/-

Nos

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

Nos

At IISER
Campus,
Vithura as is
where is
condition

Nos
Nos
Nos
Nos
Nos

EE /IISER TVM PD - I

56
46

25mm CPVC(SDR-13.5)

552 Metre

Rs.92/-

Metre

47

40mm CPVC(SDR-13.5)

65 Metre

Rs.186 /-

Metre

48

50mm CPVC(SDR-13.5)

10 Metre

Rs.301/-

Metre

49

100 mm CPVC (SCH- 40)

21 Metre

Rs.1819/-

Metre

50

80 mm CPVC (SCH- 40)

5 Metre

Rs.767/-

Metre

51

65 mm CPVC (SCH- 40)

5 Metre

Rs.590/-

Metre

52

Plastic encapsulated Foot Rest

618 Nos

Rs.192/-

Nos

53

Aluminium Sections
6250 kg

Rs.289/-

kg

for Fixed portion

Note : (i)

At IISER
Campus,
Vithura as is
where is
condition

Quantity indicated is approximate and it may vary.

(ii)

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

SCHEDULE 'C'
Tools and plants to be hired to the contractor
S.No.

Description

Hire charges per


day

Place of issue

Nil

Nil

Nil

NA

SCHEDULE D
Extra schedule for specific requirements/document for the work, if any:
NIL
SCHEDULE ' E
Reference to General Conditions of contract: GCC 2014, CPWD Form 7 modified and
corrected up to and including No. DGW/CON/286
dated 30.06.2015.
Name of Work:

Construction of Civil Structures and other Infrastructure facilities

for Academic area at IISER Campus at Vithura, Thiruvananthapuram- Phase I.


SH: Construction of Physical Science Block, Biological Science block, Animal House and
Concourse including internal and external civil & Electrical services, fire fighting, Lifts,
Site development (Balance Work).

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

57

(I)Estimated cost of work : Rs. 139,64,20,913/[Civil: Rs. 104,19,24,574/- + Electrical: Rs. 35,44,96,339/-]
(II) Earnest Money

Rs. 14964209/-

(ii) Performance Guarantee

: 5% of tendered value

(iii) Security Deposit

: 2.5% of tendered value


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

SCHEDULE ' F
GENERAL RULES & DIRECTIONS:
Officer inviting tender:
Executive Engineer, IISER TVM Project Division -1,
CPWD, Thiruvananthapuram.
Definitions:
2(v) Engineer-in-Charge

: Executive Engineer, IISER TVM Project Division- 1,


CPWD, Thiruvananthapuram or successor thereof.

2(viii) Accepting Authority

2(x)

Chief Project Manager, IISER TVM Project Zone,


CPWD, Trivandrum or successor thereof.

Percentage on cost of materials and


Labour to cover all overheads and profits:

15%

2(xi)

Standard Schedule of Rates:


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

(xii)

Department

Central Public Works Department

9(ii)

Standard CPWD Contract Form: GCC 2014 CPWD Form 7 modified and
corrected up to and including No.
DGW/CON/286 dated 30.06.2015.
Clause 1
(i) Time allowed for submission of Performance Guarantee,
Programme Chart (Time and Progress) and applicable
labour licenses, registration with EPFO, ESIC and
BOCW Welfare Board or proof of applying thereof
from the date of issue of letter of acceptance
(i) Maximum allowable extension with late fee @ 0.1% of
Performance Guarantee amount per day beyond the
period provided in (i) above
Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

: 7 (Seven) days
: 15 days

EE /IISER TVM PD - I

58

Clause 2
Authority for fixing compensation under clause 2:

Clause 2A
Whether Clause 2A shall be applicable

Chief Project Manager,


IISER TVM Project Zone
CPWD, Thiruvananthapuram
or successor thereof.
:

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

Yes

22 (Twenty Two) days

Mile Stone(s) as per table given below


Sl.
No.

Description of Milestone (Physical)

1 i.

Physical Science Block including Concourse

Time
allowed in
days (from
date of
start)

Amount to be
with- held in
case of nonachievement of
milestone

150 days

0.50% of
Tendered
value of the
work

240 days

0.50% of
Tendered
value of the
work

Completion of RCC foundation footings and retaining


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

Animal House including Concourse - Completion of


RCC foundation footings, columns and beams and slab
up to service floor level.

i. Physical Science Block including Concourse


Completion of RCC columns, beams and slabs up to +2
level. Completion of masonry block work up to entry
level.
ii. Biological Science Block including Concourse
Completion of beams and slabs upto entry level (level 0).
Completion of block work, laying of electrical conduits
and door frames up to -2 level.
iii. Animal House including Concourse
Completion of RCC structure upto roof level including
laying of electrical conduits, wiring, fixing of door
frames, shutters, windows, internal sanitary installation
and water supply, internal plastering and flooring.
Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

59

i. Physical Science Block

330 days

0.50% of
Tendered
value of the
work

420 days

0.50% of
Tendered
value of the
work

Completion of RCC frame work up to roof level including


Machine room and store. Completion of CC block walls.
Completion of flooring and electrical conduits, floor
trunking, fixing of doors up to entry level.
Completion of internal plastering up to +2 level.
ii. Biological Science Block
Completion of RCC columns, beams and slabs including
laying of conduits upto +2 level.
Completion of block masonry work upto entry level.
iii. Animal House
Completion of both internal and external Plastering and
Painting works (except final coat).
Completion of ducting, air conditioning and electrical
fittings and fans.

i. Physical Science Block


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

beams and slabs up to roof level.


Completion of CC Block masonry work including door
frames.
Completion of internal and external plastering.
Completion of Sheet roofing works.
iii. Animal House- Completion of entire works and testing
and commissioning.

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

60
i. Physical Science Block

Completion of cladding, roof treatment, fixing of doors


and window shutters.
Completion of false ceiling, fixing of fans and fittings.
Completion of installation commissioning of HVAC, Lift,
Firefighting & Fire alarm system.
ii. Biological Science BlockCompletion of fixing of doors and window shutters.

510 days

Completion of roof treatment.

0.50% of
Tendered
value of the
work

Completion of flooring.
Completion of internal water supply and sanitary water
supply lines except fittings.
Completion of wiring, floor trunking, Air conditioning
ducting, installation of HVAC, lift, fire fighting and fire
alarm system.
i. Physical Science Block

Completion of all civil works.

600 days

0.50% of
Tendered
value of the
work

660 days

0.50% of
Tendered
value of the
work

Completion of all electrical works including testing and


commissioning.
ii Biological Science Block

Completion of internal and external finish except final


coat of painting.
Completion of fixing of water supply and sanitary
fixtures and fittings.
Completion of fixing of fans and fittings, lift, fire fighting,
fire alarm systems and UPS.

i.

Biological Science Block


Completion of civil works.
Completion

of

electrical

works,

testing

and

commissioning.

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

61

Completion of entire works including development, bulk and

720 days

external services, cleaning, testing, commissioning, obtaining


necessary approval and clearance, clearing of the site and

0.50% of
Tendered
value of the
work

handing over with all documents.

Time allowed for execution of work

24 (Twenty four) Months

Authority to decide:
(i) Extension of time

Executive Engineer, IISER TVM


Project Division - I, CPWD,
Thiruvananthapuram
or successor thereof.

(ii) Rescheduling of milestones

Chief Project Manager, IISER TVM


Project Zone, CPWD,
Thiruvananthapuram
or successor thereof.

(iii)Shifting of date of start in case of


delay in handing over of site

Chief Project Manager, IISER TVM


Project Zone, CPWD,
Thiruvananthapuram
or successor thereof.

Clause 6, 6A
Clause applicable - (6 or 6A)

Clause 6A

Clause 7
Gross work to be done together with net payment
/adjustment of advances for material collected,
if any, since the last such payment for being
Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

62

eligible to interim payment

:
Rs. 400 Lakhs
(Rupees Four hundred Lakhs only)

Clause 7A
Whether Clause 7A shall be applicable

Whether Clause 10 B (ii) shall be applicable

Yes

Clause 10C

NOT APPLICABLE

Clause 10CA

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

Sl.
No

Material covered under


this clause

Nearest Materials (other than cement,


reinforcement bars and the structural
steel) for which All India Wholesale
Price Index to be followed

Base Price of all


Materials covered
under clause 10 CA

NA

8200/MT

NA

8100/MT

NA

42053/MT

NA

43680/MT

Ordinary Portland
Cement (OPC)
Portland Pozzolana
Cement (PPC)
2 Steel for Reinforcement
TMT Fe 500D
2.1 Primary Producers
3

Structural Steel

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

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

63

Component of P.O.L. expressed as percent of total value of work.

Z = NIL%

Note: Xm..% should be equal to (100) (materials covered under clause 10 CA i.e.
cement, steel and other material specified in clause 10 CA + Component of Labour +
Component of P.O.L)
Clause 11
Specifications to be followed
for execution of work
: C.P.W.D Specification 2009 Vol. I & II.
With correction Slip no. 3 dt:
05.06.2015
Clause 12
Type of work :
Original & Project work
12.2. & 12.3 Deviation Limit beyond which clauses
12.2 & 12.3 shall apply for building work
12.5

(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 head of DSR and or related items.

Clause 16
Competent Authority for
deciding reduced rates

30%

30%

100%

Chief Project Manager, IISER TVM Project


Zone, CPWD, Thiruvananthapuram
or successor thereof.

Clause 18
List of mandatory machinery, tools & plants to be deployed by the contractor
at site:1. ......
2. ............. 3. ..........
4. ......

5. ...........

6.............

As per Annexure II (Page No. 70)

Clause 25 (1)
Claim Amount

Up to 25 lakhs

More than 25 lakhs

Chairman

Director(WORKS cum TLQA) (SR)II

Member

Executive Engineer, Trivandrum Central


Division

Chief Project Manager, NIT


Project Zone, Calicut.
Director of works (SR) II

Member

Executive Engineer(P), O/o CE(SZ)V

Superintending Engineer,
Trivandrum Central Circle

Presenting Officer

Executive Engineer in charge of the


work

Superintending Engineer incharge /Executive Engineer


in charge of the work

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

64

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

2+1

12 (and having
experience of
one similar
nature of work)

Graduate
Engineer
or
Diploma
Engineer

4+2

5 or 10
respectively

Graduate
Engineer

1+1

Quality
Engineer

Diploma
Engineer

Surveyor

Graduate
Engineer

1+1

Project
Planning/
billing
Engineer

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

Project/Site
Engineer

per person
per person

Graduate
Engineer

per person

Deputy
Project
Manager

Rs. 25000/- pm Rs.40000/- pm

Project
Manager
with degree
in major
discipline of
Engineering

per person

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

Rs.60000/- Pm

Figures

(Major
component)

Rate at which recovery shall be


made from the contractor in
the event of not fulfilling
provision of clause 36(i)

per person

Graduate
Engineer

Designation

per person

Minimum
experience in
Year

Rs.20000/-pm Rs. 15000/ pm Rs.25000/pm

Sl Requirement of
No. Technical staff
(of major + minor
component)
Qualification Number
(of Major + Minor
component)

Words
Rupees
Sixty
Thousand only per
month

Rupees
Forty
Thousand only per
month per person

Rupees twenty five


Thousand only per
month per person

Rupees Twenty five


thousand
per
month per person.

Rupees
Fifteen
thousand
per
month per person.

Rupees
Twenty
thousand
per
month per person.

EE /IISER TVM PD - I

65
Assistant Engineers retired from Government services who are holding Diploma
will be treated at par with Graduate Engineers.

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

Delhi Schedule of Rates


2014 with correction
slips No.DG/DSR/08
dtd.23.04.2015.

Variations permissible on theoretical quantities:


(a) Cement
(b) Bitumen for all works

(plus / minus)
2 % (Two percent)
.
+ (plus ) 2.5% (Two
point five percent) only
and nil on (minus) side.

(c) Steel Reinforcement and structural steel sections


for each diameter, section and category

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

(d) Paint

As per co-efficient of
standard Delhi Analysis of
Rate 2014

(e) Vitrified/ Ceramic floor tiles

+ (plus ) 2.5% (Two


point five percent) only.

(f)

+ (plus ) 2.5% (Two


point five percent) only.

Ceramic glazed wall tiles

(g) Granite stone slab

+ (plus ) 15% (Fifteen


percent) only.

(h) Kota stone slab

+ (plus ) 15% (Fifteen


percent) only.

(i)

+ (plus ) 5% (Five
percent) only.

Calcium silicate false ceiling tiles

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION (FOR


MATERIALS UNDER CLAUSE 10 C A)
S. No.

Description of Item

Rates in figures and words at


which recovery shall be made from
the Contractor
Excess
beyond
permissible
variation

1.
Correction -Nil
Insertion - Nil
Deletion - Nil

Portland Pozzolana Cement (PPC)

AE/IISER TVM PSD-1

Nil

Less
use
beyond
permiss
ible
variatio

8910/- per MT

EE /IISER TVM PD - I

66

2.

Ordinary Portland Cement (OPC)

Nil

9020 /-per MT

3.

Steel Reinforcement TMT Bar of all


diameters

Nil

46258 /-per MT

4.

Structural steel

Nil

48048 /-per MT

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION


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

Description of Item

Excess
beyond permissible
variation

Less
use
beyond permissible

1.

Interlocking Paver Block

RS.694/- per Sqm

RS.1388/- per Sqm

2.

CI Grating

RS.25/- per each

RS.50/- per each

3.

Aluminium door handle 100 mm

RS.34/- per each

RS.68/- per each

4.

Aluminium door handle 125 mm

RS.50/- per each

RS.100/- per each

5.

SS sliding door bolt 300 x 16 mm

RS.656/- per each

RS.1312/- per each

6.

Twin rubber stopper

RS.32/- per each

RS.64/- per each

7.

18 mm thick Black Granite

RS.2378/- per Sqm

RS.4756/- per Sqm

RS.107.64/- per each

RS.215.28/- per each

RS.192.6/- per each

RS.385.20/- per each

RS.29.90/- per each

RS.59.80 /- per each

8.

Ceramic wall tile -300x600 mm (lineage


bianco)

9.

Vitrified tile 600x600mm (cetroen)

10.

Antiskid floor tile toilet- 300x300mm


(corzo green)

11.

Sadarali Granite 20mm thick

RS.1348/- per Sqm

RS.2696/- per Sqm

12.

Hollow block- 400x200x200mm

RS.50/- per each

RS.100/- per each

13.

TMT 16mm Fe 500 D

RS.51/- per kg

RS.102/- per kg

14.

TMT 20mm Fe 500 D

RS.51/- per kg

RS.102/- per kg

15.

TMT 25mm Fe 500 D

RS.51/- per kg

RS.102/- per kg

16.

TMT 32mm Fe 500 D

RS.51/- per kg

RS.102/- per kg

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

67

17.

Hold fast 40x5 mm

RS.38/- per each

RS.76/- per each

18.

Soap Dish (Cat No.1131)

RS.819/- per each

RS.1638/- per each

19.

Sink Mixer swinging casted round (CQT


23309k)

RS.2157/- per each

RS.4314/- per each

20.

Angle valve auto closing system 15 mm


for urinals

RS.1594/- per each

RS.3188/- per each

21.

Flat back urinal 340 x 410 x 265 mm

RS.618/- per each

RS.1236/- per each

22.

Pillar cock auto closing system


(Cat No. 031)

RS.1500/- per each

RS.3000/- per each

23.

Bottle Trap- 32mm

RS.1115/- per each

RS.2230/- per each

24.

Ball valve -15mm

RS.372/- per each

RS.744/- per each

25.

Ball valve -25mm

RS.706/- per each

RS.1412/- per each

26.

Gate valve 25 mm

RS.971/- per each

27.

Gate valve 32 mm

RS.1360/- per each

28.

Gate valve 50 mm

RS.2691/- per each

29.

Gate Valve- 65 mm

RS.4153/- per each

30.

Gate Valve- 80 mm

RS.6158/- per each

31.

PVC Seat cover with lid - white

RS.570/- per each

RS.1140/- per each

32.

PVC dual flushing cistern 3/6 litres

RS.1272/- per each

RS.2544/- per each

33.

SS Kitchen Sink- 1040x510mm

RS.5728/- per each

RS.11456/- per each

34.

Wash basin 560x430 mm

RS.997/- per each

RS.1994/- per each

35.

WC Pan(European)

RS.721/- per each

RS.1442/- per each

36.

Division Plate 690 325 mm

RS.882/- per each

RS.1764/- per each

37.

Wash basin - 550x400 mm

RS.611/- per each

RS.1222/- per each

38.

40 mm dia UPVC class III pipes

RS.194/- per Metre

RS.388/- per Metre

39.

15 mm CPVC pipe (SDR 11)

RS.61/- per Metre

RS.122/- per Metre

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

RS.1942/- per each


RS.2720/- per each
RS.5382/- per each
RS.8306/- per each
RS.12316/- per each

EE /IISER TVM PD - I

68
RS.782/- per each

RS.1564/- per each

RS.12803/- per each

RS.25606/- per each

32mm CPVC Pipe

RS.135/- per Metre

RS.270/- per Metre

43.

40mm CPVC Pipe SDR-11

RS.186/- per Metre

RS.372/- per Metre

44.

50mm CPVC Pipe SDR-11

RS.301/- per Metre

RS.602/- per Metre

45.

100 mm Sluice valve

RS.8237/- per each

RS.16474/- per each

46.

25mm CPVC(SDR-13.5)

RS.92/- per Metre

RS.184/- per Metre

RS.186/- per Metre

RS.372/- per Metre


RS.602/- per Metre

40.

CI Cover with frame 300x300

41.

CI cover with frame 500mm dia


(medium)

42.

47.

40mm CPVC(SDR-13.5)

48.

50mm CPVC(SDR-13.5)

RS.301/- per Metre

49.

100 mm CPVC (SCH- 40)

RS.1819/- per Metre

50.

80 mm CPVC (SCH- 40)

RS.767/- per Metre

51.

65 mm CPVC (SCH- 40)

RS.590/- per Metre

52.

Plastic encapsulated Foot Rest

RS.192/- per each

53.

Aluminium Sections
For fixed portion

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

RS.289/- per kg

RS.3638/- per Metre


RS.1534/- per Metre
RS.1180/- per Metre
RS.384/- per each

RS.578/- per kg

EE /IISER TVM PD - I

69
ANNEXURE-I

LIST OF TESTING EQUIPMENTS TO BE PROVIDED BY THE CONTRACTOR AT


SITE LAB
1. Balances
(I)
7 Kg to 10 kg capacity, semi-self indicating type- Accuracy 10 gm
(II) 500 gm capacities, semi-self indicating type- Accuracy 1 gm
(III) Plan balance- 5kg capacity- Accuracy 10 gms
2. Ovens- electronically operated, thermostatically controlled upto 110oC to 10C.
3. Sieves as per IS 460-1962.
(i)
IS sieves - 450mm internal dia, of sizes 100mm, 80mm, 63mm, 50mm, 40mm,
25mm, 12.5mm, 10mm, 6.3mm and 4.75mm complete with lid and pan.
(ii) IS sieves - 200mm internal dia(brass frame), consisting of 2.36mm, 1.18mm,
600 microns, 425 microns, 212 microns, 90 microns, 75 microns with lid and
pan.
4. Sieve shaker capable of 200mm and 300 mm dia sieves, manually operated with
timing switch assembly.
5. Equipment for slup test-slump cone, steel plate, tamping rod, steel scale, scoop.
6. Dial gauges, 25mm travel- 0.01mm/division least count-2 nos.
7. 100 tonnes compression testing machine, electrical cum manually operated.
8. Graduated measuring cylinders 200 ml capacity 3 Nos.
9. Enamel trays (for efflorescence test of bricks)
(i)
300 mm x 250 mm x 40 mm 2 Nos.
(ii)
Circular plates of 250mm dia 4 Nos.
10. Steel tapes-3m
11. Vernier calipers
12. Micrometer screw 25mm gauge.
13. A good quality plumb bob.
14. Spirit level, minimum 30cms long with 3 bubbles for horizontal vertical.
15. Wire gauge (circular type) disc.
16. Foot rule
17. Long Nylon thread
18. Rebound hammer for testing concrete.
19. Dynamic penetrometer.
20. Magnifying glass.
21. Screw driver 30cms long
22. Bell pin hammer, 100 gms
23. Plastic bags for taking samples.
24. Moisture meter for timber.
25. Earth resistance test.
26. Megger

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

70

ANNEXURE II

List of mandatory machinery, Tools and plants to be


deployed by the contractor at site
Sl.
No

Activity

1 Earth work
2

Concrete work

Building work

Transportation

Dewatering

Correction -Nil
Insertion - Nil
Deletion - Nil

Name of equipment

Number

Earth moving equipment like JCB


3D

3 Nos

a) Digitalized automatic concrete


batching plant of minimum
capacity 15 cum/ hr
b) Mini Batching plant 6 cum/hr

1 No

c) Concrete mixer

2 Nos

d) Plate vibrator, screed leveler

5 Nos

e) Needle vibrator

5 Nos

f) Concrete pump

1 No

1 No

a) Bar cutting machine

8 Nos

b) Bar bending machine

8 Nos

c) Wood thickness planer machine

4 Nos

d) Drilling machine

4 Nos

e) Welding machine

4 Nos

f) Cube testing machine

1 Nos

g) Steel shuttering plates

8000 sqm

h) Steel scaffolding
Adjustable telescopic props.
Adjustable spans

6000 Nos
3000 Nos

i) Grinding / polishing machines

5 Nos

j) Building hoist

5 Nos

k) Tower crane

2 Nos

l) DG set

1 No

m) Concrete block making machine

2 Nos

Truck & Tippers

5 nos

Diesel and electrical pumps

4 Nos

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

71

11

CONDITIONS OF CONTRACT SPECIFIC TO GREEN BUILDING PRACTICES

The contractor shall strictly adhere to the following conditions as part of his
contractual obligations:
11.1
11.1.1

SITE
The contractor shall ensure that adequate measures are taken for the
prevention of erosion of the top soil during the construction phase. The
contractor shall prepare and submit Soil Erosion and Sedimentation
Control Plan (ESCP) in accordance with GRIHA norms and get it approved
from the Engineer-in-Charge as part of the larger Construction
Management Plan (CMP) before start of the work and implement
effectively. At no time soil should be allowed to erode away from the site.
Sediments should be trapped wherever necessary.
The contractor shall take the clearance of the Engineer-in-Charge before
any excavation. Top soil should be stripped to a depth of 20 cm
(centimetres) from the areas to be disturbed, such as proposed area for
buildings, roads, paved areas, external services and area required for
construction activities etc. It shall be stockpiled to a maximum height of 40
cm in designated areas, covered or stabilized with temporary seeding for
erosion prevention. It should be reapplied to site during plantation of the
proposed vegetation. The contractor shall ensure that all the top soil
excavated during construction works is neatly stacked and it is not mixed
with other excavated earth. Top soil shall be separated from subsoil, debris
and stones larger than 50 mm (millimetre) diameter. The stored top soil
may be used as finished grade for planting areas. The contractor should
protect top soil from erosion by collection storage and reapplication of top
soil, constructing sediment basin, contour trenching, mulching etc.

11.1.2

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

11.1.3

No excavated earth shall be removed from the campus unless


suggested/approved otherwise by Engineer in Charge. All subsoil shall be
reused in backfilling/landscape, etc as per the instructions of the Engineer-

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

72

in-Charge. The surplus excavated earth shall be disposed of by the


contractor at his own cost for reuse. A certificate of reuse as required by
the Engineer-in-Charge shall be submitted by the contractor.
11.1.4

The contractor shall not change the natural gradient of ground unless
specifically instructed by the Engineer-in-Charge. This shall cover all
natural features like water bodies, drainage, gullies, slopes, mounds,
depressions, etc.
Existing drainage patterns through or into any preservation area shall not
be modified unless specifically directed by the Engineer-in-charge.

11.1.5

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

11.1.6

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

11.1.7

Contractor shall reduce pollution and land development impacts from


automobiles use during construction.

11.1.8

Overloading of trucks is unlawful and no overloading shall be permitted.


When loose materials like stone dust, excavated earth, sand etc. are
moved. Proper covering must be provided.

11.2

CONSTRUCTION PHASE AND WORKER FACILITIES

11.2.1.1

The contractor shall specify and limit construction activity in pre-planned


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

11.2.2

Preserve and Protect Landscape during Construction


a)

Correction -Nil
Insertion - Nil
Deletion - Nil

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.

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

73

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-inCharge.

d)

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

e)

The contractor shall ensure that maintenance activities during construction


period shall be performed as needed to ensure that the vegetation remains
healthy.

11.2.3

Contractor shall be required to develop and implement a waste


management plan, quantifying material diversion goals. He shall establish
goals for diversion from disposal in landfills and incinerators and adopt a
construction waste management plan to achieve these goals. A projectwide 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 doesnt become waste. The
Contractors ingenuity is especially called towards meeting this
prerequisite/ credit (as per GRIHA). Consider recycling cardboard, metal,
brick, acoustical tile, concrete, plastic, clean wood, glass, gypsum
wallboard, carpet and insulation. Designate a specific area(s) on the
construction site for segregated or comingled collection of recyclable
material, and track recycling efforts throughout the construction process.
Identify construction haulers and recyclers to handle the designated
materials. The diversion may include donation of materials to charitable
organizations and salvage of materials on-site.

11.2.4

Contractor shall collect all construction waste generated on site and


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

11.2.5

The contractor shall provide potable water for all workers

11.2.6

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

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

74

Adequate toilet facilities shall be provided for the workman within easy
access of their place of work. The total no. to be provided shall not be less
than 1 per 30 employees in any one shift. Toilet facilities shall be provided
from the start of building operations, connection to a sewer shall be made
as soon as practicable. Every toilet shall be so constructed that the
occupant is sheltered from view and protected from the weather and
falling objects. Toilet facilities shall be maintained in a sanitary condition. A
sufficient quantity of disinfectant shall be provided. Natural or artificial
illumination shall be provided.
11.2.7

Correction -Nil
Insertion - Nil
Deletion - Nil

The contractor shall ensure that air pollution due to dust/generators is


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

Clear vegetation only from areas where work will start right away

(b)
(c)

Vegetate / mulch areas where vehicles do not ply.


Apply gravel / landscaping rock to the areas where mulching /
paving is impractical.

(d)

Identify roads on-site that would be used for vehicular traffic.


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

(e)

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

(f)

Water spraying shall be done on:


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

(g)

The contractor shall ensure that the speed of vehicles within the
site is limited to 10 km/hr.

(h)

All material storages should be adequately covered and contained


so that they are not exposed to situations where winds on site
could lead to dust / particulate emissions.

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

75

(i)

Spills of dirt or dusty materials will be cleaned up promptly so the


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

(j)

Provide hoardings of not less than 3m high along the site boundary,
next to a road or other public area.
Provide dust screens, sheeting or netting to scaffold along the
perimeter of the building.
Cover stockpiles of dusty material with impervious sheeting.
Cover dusty load on vehicles by impervious sheeting before they
leave the site.

(k)
(l)
(m)
11.2.8

Contractor shall be required to provide an easily accessible area that


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

11.2.9

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

11.2.10

Staging (dividing a construction area into two or more areas to minimize


the area of soil that will be exposed at any given time) should be done to
separate undisturbed land from land disturbed by construction activity and
material storage.

11.2.11

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

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

76

Bureau of Indian Standards. A copy of all pertinent regulations and notices


concerning accidents, injury and first-aid shall be prominently exhibited at
the work site. Depending upon the scope & nature of work, a person
qualified in first-aid shall be available at work site to render and direct
first-aid to causalities. A telephone may be provided to first-aid assistant
with telephone numbers of the hospitals displayed. Complete reports of all
accidents and action taken thereon shall be forwarded to the competent
authorities.
11.2.12

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

11.2.13

The storage of material shall be as per standard good practices as


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

11.2.14

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

11.2.15

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

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

77

source of the spill, to contain the spill, to dispose the contaminated


material and hazardous wastes, and stating designation of personnel
trained to prevent and control spills. Hazardous wastes include pesticides,
paints, cleaners, and petroleum products.
11.2.15.1

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

11.2.16

Contractor shall collect the relevant material certificates for rapidly


renewable materials such as bamboo, wool, cotton insulation, agri-fiber,
linoleum, wheat board, strawboard and cork etc.

11.2.17

Where possible, the contractor shall select materials / vendors, harvested


and manufactured regionally, within a 800-km radius of the project site.

11.2.18

Contractor shall adopt an IAQ (Indoor Air Quality) management plan to


protect the HVAC system during construction, control pollutant sources,
and interrupt pathways for contamination. He shall sequence installation of
materials to avoid contamination of absorptive materials such as
insulation, carpeting, ceiling tile, and gypsum wallboard. He shall also
protect stored on-site or installed absorptive materials from moisture
damage.

11.2.19

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

11.2.20

Contractor shall make efforts to reduce the quantity of indoor air


contaminants that are odorous or potentially irritating harmful to the
comfort and well-being of installer and building occupants. Contractor shall
ensure that the VOC (Volatile Organic Compounds) content of paints,
coatings and primers used must not exceed the VOC content limits
mentioned below:
1. Paints
a. Non-flat - 150 g/L
b. Flat (Mat) - 50 g/L
c. Anti corrosive/ anti rust - 250 g/L
2. Coatings / Clear wood finishes
a. Varnish - 350 g/L
b. Lacquer - 550 g/L
c. Floor coatings - 100 g/L
d. Stains - 250 g/L

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

78

3. Sealers
a. Water proofing sealer - 250 g/L
b. Sanding sealer - 275 g/L
c. Other sealers - 200 g/L
4. The VOC (Volatile Organic Compounds) content of adhesives and
sealants used must be less than VOC content limits mentioned:
Architectural Applications VOC Limit (g/l less water)
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.
l.
m.
n.
o.
p.

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

11.2.20.1 Wherever required, Contractor shall meet and carry out documentation of all
activities on site, supplementation of information, and submittals in
accordance with GRIHA program standards and guidelines. Towards meeting
the aforementioned building environmental rating standard(s) expert
assistance shall be provided to him up on request.
11.2.21

Water Use during Construction


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

11.2.22

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

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

79

injury. The work of removal of debris should be carried out during day. In
case of poor visibility artificial light may be provided.
11.2.23

The contractor shall provide O & M Manuals wherever applicable.

11.2.24

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

11.2.25

MATERIALS & FIXTURES FOR THE PROJECT

a)

Contractor will produce wherever feasible certificate regarding distance of


the source of the relevant material.

b)

The contractor has to comply as per MoEF issued notification 8.0.763(E)


dated 14th Sept.1999 containing directive for greater fly ash utilization.
Every construction agency engaged in the construction of buildings within
a radius of 50 km radius of a Thermal Power Plant, have to use of 100%
fly ash based bricks/blocks in their construction.

c)

The contractor shall ensure that all paints, polishes, adhesives and
sealants used both internally and externally, on any surface, shall be Low
VOC products. The contractor shall get prior approval from the Engineerin-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 (hydrochlorofluorocarbon)/ 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.
RESOURCES CONSUMED DURING CONSTRUCTION

11.2.26

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

80

11.2.27

CONSTRUCTION WASTE

a)

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

b)

All construction debris generated during construction shall be carefully


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

c)

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

d)

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

e)

The contractor shall recycle the unused chemical/hazardous wastes such


as oil, paint, batteries, and asbestos.

f)

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

11.2.28
Documentation
a)
The contractor shall, during the entire tenure of the construction phase, submit
the following records to the Engineer-in-Charge on a monthly basis:
i) Water consumption in litres
ii) Electricity consumption in kwh units
iii) Diesel consumption in litres
iv) Quantum of waste (volumetric/weight basis) generated at site and the
segregated waste types divided into inert, chemical and hazardous wastes.
v) Digital photo documentation to demonstrate compliance of safety guidelines
as specified here and in the Appendix on Safety Conditions.
b)

The contractor shall, during the entire tenure of the construction phase,
submit the following records to the Engineer in Charge on a fortnightly basis:
i) Quantities of material brought into the site, including the material issued to
the contractor by the Engineer-in-charge.
ii) Quantities of construction debris (if at all) taken out of the site
iii) Digital photographs of the works at site, the workers facilities, the waste and
other material storage yards, pre-fabrication and block making works, etc as
guided by the Engineer-in-Charge.

c)

The contractor shall submit a document after construction of the buildings, a


brief description along with photographic records to show that other areas
have not been disturbed during construction. The document should also
include brief explanation and photographic records to show erosion and
sedimentation control measures adopted. (Document CAD drawing showing
site plan details of existing vegetation, existing buildings, existing slopes and

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

81

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.
ii.
iii.
iv.
v.
vi.
vii.
viii.

Total
Total
Total
Total
Total
Total
Total
Total

materials used,
top soil stacked and total reused
earth excavated
waste generated,
waste reused,
water used,
electricity, and
diesel consumed.

e)

The contractor shall submit to the Engineer-in-Charge, before the start of


construction, a site plan along with a narrative to demarcate areas on site from
which top soil has to be gathered, designate area where it will be stored,
measures adopted for top soil preservation and indicate areas where it will be
reapplied after construction is complete.

f)

The contractor shall submit to the Engineer-in-Charge, a detailed narrative (not


more than 250 words) on provision for safe drinking water and sanitation facility
for construction workers and site personnel.

g)

Provide supporting document from the manufacturer of the cement specifying


the fly-ash content in PPC used in reinforced concrete.

h)

Provide supporting document from the manufacturer of the pre-cast building


blocks specifying the fly ash content of the blocks used in an infill wall system.

i)

The contractor shall, at the end of construction of the buildings, submit to the
Engineer-in-Charge, submit following information, for all material brought to site
for construction purposes, including manufacturers 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 products


components recyclability including potential sources accepting recyclable
materials where ever applicable.

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

82

v)

Indoor Air quality and Environmental Issues: Submit emission test data,
sourced from the manufacturers, produced by acceptable testing laboratory
listed in Quality Assurance Article for materials as required in each specific
Specification section.
a) Certifications from manufacturers of Low VOC paints, adhesives, sealant
and polishes used at this particular project site.
b) Certification from manufacturers of composite wood products/agro fibre
products on the absence of added urea formaldehyde resin in the
products supplied to them to this particular site.
c) Submit environmental and pollution clearance certificates for all diesel
generators installed as part of this project.
Provide total support to Engineer-in-Charge and Green Building Consultants
appointed by the Engineer-in-Charge in completing all Green Building Rating
related formalities, including signing of forms, providing
signed letters in
the contractors letterhead whenever required.

11.2.29

EQUIPMENT

a)

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

b)

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

Correction -Nil
Insertion - Nil
Deletion - Nil

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

Page 83

Page 84

Page 85

Page 86

Page 87

Page 88

PART -B
MAJOR COMPONENT CIVIL
SPECIAL CONDITIONS,PARTICULAR SPECIFICATIONS,
ANNEXURE I &II, EQUIPMENTS LIST OF T&P AND
LIST OF APPROVED MATERIALS OF MAJOR COMPONENT.
(Pages from 123 to 171)

Correction-Nil
Insertion-Nil
Deletion-Nil

AE/IISER TVM PSD-1

EE/IISER TVM PD - I

123

SPECIAL CONDITIONS
1.

The contractor shall execute the whole work in the most substantial and workman
like manner in strict accordance with the specifications, approved design, drawings,
particular specifications, special conditions, additional conditions and instructions of
the Engineer-in-Charge.

2.

Labour huts at site shall not be allowed.

3.

Before tendering, the contractor shall inspect the site of work and structures and
shall fully acquaint himself about the conditions prevailing at site, availability of
materials, availability of land and suitable location for construction of go-downs,
stores, site office, transport facilities, constraints of space for establishing design
mix plants, weather condition at site, the extent of leads and lifts involved in
execution of work etc., which may affect or influence the tenders.
The contractor shall at his own expense and risk arrange land for accommodation
of labour, setting up of office, storage of materials, erection of temporary
workshops, and construction of approach roads to the site of work, including land
required for carrying out of all jobs connected with the completion of the work.
The contractor shall have to abide by the regulations of the authorities concerned
and the directions of the Engineer-in-Charge for use of land available at the site of
work. If it becomes necessary during construction to remove or shift the stored
materials, shed, workshop, access roads, etc, to facilitate execution of the work
included in this agreement or any other work by any other agency, the contractor
shall remove or shift these facilities as directed by the Engineer-in-Charge and no
claim whatsoever shall be entertained on this account.

4.

5.

6.

7.

It shall be deemed that the contractor has satisfied himself as to the nature and
location of the work, transport facilities, availability of land for setting up of camp,
etc. The department will bear no responsibility for lack of such knowledge and the
consequences thereof.
The contractor shall have to make approaches to the site, if so required and keep
them in good condition for transportation of labour and materials as well as
inspection of works by the Engineer-in-Charge. Nothing extra shall be paid on this
account.
The contractor shall carry out true and proper setting out of the work in coordination with the Engineer-in-Charge or his authorized representatives and shall
be responsible for the correctness of the positions, levels, dimensions and
alignments of all parts of the structure. If at any time during the progress of the
work any error appears or arises in the position, level, dimensions or alignment of
any part of the work, the contractor shall rectify such error to the entire satisfaction
of Engineer-in-charge. The checking by the Engineer-in-Charge or his authorized

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

124

8.

9.
10.
11.

12.

13.

14.

15.

representatives shall not relieve the contractor of his responsibility for the
correctness of any setting out of any line or level. The contractor shall carefully
protect and preserve all bench marks, pegs and pillars provided for setting out of
works.
All setting out activities concerning establishment of bench marks, theodolite
stations, centre line pillars, etc. including all material, tools, plants, equipments,
theodolite and all other instruments, labour, etc. required for performing all the
functions necessary and ancillary thereto at the commencement of the work, during
the progress of the work and till the completion of the work shall be carried out by
the contractor and nothing extra shall be paid on this account.
The work shall be carried out in such a manner so as not to interfere or adversely
affect or disturb other works being executed by other agencies, if any.
Any damage done by the contractor to any existing works or work being executed
by other agencies shall be made good by him at his own cost.
The work shall be carried out in the manner complying in all respects with the
requirement of relevant rules and regulations of the local bodies under the
jurisdiction of which the work is to be executed and nothing extra shall be paid on
this account.
The contractor may have to work in two or more shifts for completing the work in
time, and no claims whatsoever shall be entertained on this account,
notwithstanding the fact that the contractor will have to pay or may have paid to
the labourers and other staff engaged directly or indirectly on the work according to
the provisions of the labour regulations and the agreement entered upon and/or
extra amount for any other reasons.
The contractor shall make his own arrangements at his own cost for water,
electricity and obtaining electric connections required and make necessary
payments directly to the State / Central Govt. departments concerned. Contractor
shall get the water tested from laboratory approved by the Engineer-in-charge at
regular interval as per the CPWD Specifications 2009. All expenses towards
collection of samples, packing, transportation etc. shall be borne by the contractor.
The drawings for the work issued by the Engineer-in-Charge during execution of
work shall at all times be properly correlated before executing any work and no
claim whatsoever shall be entertained for discrepancies in the drawings.
The works to be governed by this contract shall cover delivery and transportation
up to destination, safe custody at site, insurance, erection, testing and
commissioning of the entire works.
The works to be undertaken by the contractor shall inter-alia include the following:
(i)
Preparation of detailed shop drawings and as built drawings wherever
applicable.
(ii)
Obtaining of Statutory permissions where-ever applicable and required.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

125

(iii)
(iv)

Pre-commissioning tests as per relevant standard specifications, code of


practice, Acts and Rules wherever required.
Warranty obligation for the equipments and / or fittings/fixtures supplied
by the contractor. Contractor shall provide all the shop drawings or layout
drawings for all the co-ordinated services before starting any work or
placing any order of any of the services etc. These shop drawings /layout
drawings shall be got approved from Engineer-in-charge before
implementation and this shall be binding on the contractor. The contractor
shall submit material sample for approval of Engineer-in-charge get it
approved prior to bulk supply of the material at site.

16. The contractor shall maintain in good condition all work executed till the completion
of entire work entrusted to the contractor under this contract.
17. No payment shall be made to the contractor for damage caused by rain,
whatsoever during the execution of works and any damage to the work on this
account shall have to be made good by the contractor at his own cost.
18. Unless otherwise provided in the Schedule of quantities, the rates tendered by the
contractor shall be all inclusive and shall apply to all heights, lifts, leads and depths
of the building and nothing extra shall be payable to him on this account. Payment
for centering, shuttering, however, if required to be done for floor heights greater
than 3.5m shall be admissible at rates arrived in accordance with clause 12 of the
agreement if not already specified.
19.

20.

The rates quoted by the Contractor are deemed to be inclusive of site clearance,
setting out work (including marking of reference points, center lines of buildings),
construction and maintenance of reference bench mark(s), taking spot levels, construction
of all safety and protection devices, barriers, barricading, signage, labour safety, labour
welfare and labour training measures, preparatory works, working during monsoon,
working at all depths, height and location etc. and any other incidental works required to
complete this work. Nothing extra shall be payable on this account.
Ancillary and incidental facilities required for execution of work like labour camp, stores,
fabrication yard, offices for Contractor, watch and ward, temporary ramp required to be
made for working at the basement level, temporary structure for plants and machineries,
water storage tanks, installation and consumption charges of temporary electricity
connection, telephone, water etc. required for execution of the work, liaison and pursuing
for obtaining various approvals, No Objection Certificates, completion certificates from local
bodies etc., protection works, testing facilities / laboratory at site of work, facilities for all
field tests and for taking samples etc. during execution or any other activity which is
necessary (for execution of work and as directed by Engineer-in-Charge), shall be deemed
to be included in rates quoted by the Contractor, for various items in the schedule of
quantities. Nothing extra shall be payable on these accounts. Before start of the work, the
Contractor shall submit to the Engineer-in-Charge, a site / construction yard layout,
specifying areas for construction, site office, positioning of machinery, material yard,
cement and other storage, steel fabrication yard, site laboratory, water tank, etc.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

126

21. No claim whatsoever for idle labour, additional establishments, costs of hire and
labour charges for tools and plants, scaffolding etc, would be entertained under any
circumstances.
22. The Contractor(s) shall take all precautions to avoid accidents by exhibiting
necessary caution boards day and night. In case of any accident of labours/
contractual staffs the entire responsibility will rest on the part of the contractor and
any compensation under such circumstances, if becomes payable, shall be entirely
borne by the contractor.
23. Contractor shall within two weeks of award of work, submit to the Engineer-inCharge for his approval, list of measures for maintaining safety of manpower
deployed for construction and avoidance of accidents.
i)
IS 3696 Part I
Safety Code for scaffolds and ladders.
ii) IS 3696 Part II Safety Code for scaffolds and ladders Part II ladders.
iii) IS 764
Safety Code for excavation work.
iv) IS 4138
Safety Code for working in compressed air.
v) IS 7293
Safety Code for working with construction machinery.
vi) IS 7969
Safety Code for storage and handling of building materials.
vii) IS 4130
Safety code for demolition of buildings.
24. For the safety of all labour directly or indirectly employed in the work the
contractors shall, in addition to the provision of CPWD safety code and directions
of the Engineer-in-Charge, make all arrangements to provide facility as per the
provision of Indian Standard Specifications (Codes) listed below and nothing extra
shall be paid on this account.
25. The contractor shall take all precautions to avoid all accidents by exhibiting
necessary caution boards and by providing red flags, red lights and barriers. The
contractor shall be responsible for any accident at the site of work and
consequences thereof.
26. Scaffolding: Wherever required for the execution of work, all the scaffolding shall
be provided and suitably fixed, by the Contractor. It shall be provided strictly with
steel scaffolding system, suitably braced for stability, with all the accessories,
gangways, etc. with adjustable suitable working platforms to access the areas with
ease for working and inspection. It shall be designed to take all incidental loads. It
should cater to the safety features for workmen. It shall be ensured that no
damage is caused to any structure due to the scaffolding. Nothing extra shall be
payable on this account.
27. Royalty if any payable and all other incidental expenditure shall have to be paid by
the contractor on all the boulders, metal shingle, earth, sand bajri, etc. collected
by him for the execution of the work, direct to the concerned Revenue Authority
of the State or Central Govt. and the amount paid shall not be reimbursed in any
form whatsoever.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

127

28. Other agencies working at site may also simultaneously execute the works entrusted
to them and to facilitate their working, the contractor shall make necessary provisions
e.g. holes, openings, etc. for laying/burying pipes, cables, conduits, clamps, hooks,
etc. as may be required from time to time. The contractor shall extend full cooperation to other agencies for smooth execution of works by other agencies. The
final finishing of the work is to be executed in co-ordination with other agencies as
directed by the Engineer-in-Charge.
29. On account of security considerations, there could be some restrictions on the
working hours, movement of vehicles for transportation of materials and location of
labour camp. The contractor shall be bound to follow all such restrictions and adjust
the programme for execution of work accordingly. Nothing extra shall be paid on this
account.
30. Stacking of materials and excavated earth shall be done as per the directions of the
Engineer-in-Charge. Double handling of materials or excavated earth if required shall
have to be done by the contractor at his own cost.
31. In case of construction joints, the cost of applying cement slurry over the concrete
surface before fresh concrete is laid as per para 5.4.4.4. of CPWD Specification 2009
is included in the relevant items of the schedule of quantities and nothing extra shall
be paid on this account.
32. Unless otherwise specified in the Schedule of Quantities the rates for all items of work
shall be considered as inclusive of working in or under water and/or liquid mud
and/or foul conditions including pumping or bailing out liquid mud or water
accumulated in excavations during the progress of the work from springs, tidal or
river seepage, rain, broken water mains or drains and seepage from subsoil aquifer.
33.

34.

35.

For works below ground level the contractor shall keep that area free from water. If
dewatering or bailing out of water is required the contractor shall do the same at his own
cost and nothing extra shall be paid except otherwise provided in the items of Schedule of
Quantities.

Water supply pipe lines shall not be embedded in floor. PVC pipe casing sleeve of
next bigger diameter shall be provided to GI pipe line for full thickness of wall
(including finishing) across the wall, to protect it from corrosion. The gap between
the PVC and GI pipes shall be sealed at the ends with poly-sulphide or other suitable
sealant. Nothing extra shall be paid on this account.
Stone slabs for risers and treads of staircases and steps, where specified, shall be of
single piece of required width and length. No joint shall be permitted. The holes of
required shape and size shall be drilled in the single piece stone slabs of treads for
fixing balustrades wherever necessary. Pattern of stone slabs for landings of
staircase shall be decided by the Engineer-in-Charge. Nothing extra is payable on
this account.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

128

36.

37.

38.

39.
40.

41.
42.

43.

44.

Stone slabs used for treads of staircase shall be provided with three machine cut
grooves of size 3mm wide x 2mm deep, 25 mm apart near the nosing of the steps.
Nothing extra is payable on this account.
To protect the flooring and steps of staircases during construction and until the
completion of the work, finished/semi-finished surface of flooring shall be covered
with a thick layer of plaster of Paris and this layer shall be maintained in good
condition till its removal. The removal of the layer of plaster of Paris and cleaning
the surface shall be done as and when decided by the Engineer-in-Charge. After the
removal of plaster of Paris and cleaning of the surface, damage, if any, shall have to
be made good by the contractor. No extra payment shall be made for protection
with plaster of Paris, removal of plaster of Paris, cleaning and making good the
damages.
The contractor shall give a performance test of the entire installation(s) as per
specifications before the work is finally accepted and nothing extra whatsoever shall
be payable to the contractor for the test.
The steel work in railing includes fish tailing of the section to be embedded in
concrete and fixing the same.
Only factory made round / square type cover blocks should be used in RCC work,
to avoid displacement of reinforcement bars in any direction and to ensure proper
cover.
Nothing extra will be paid for centering; shuttering, reinforcement and RCC work
for sloped slabs and beams, unless otherwise specified in the item.
Steel bars shall be stored about 30 to 45 cm above ground and where the storage
is for more than 3 months, a coat of cement wash shall be given to the bars.
Nothing extra shall be paid towards cost of application of cement wash.
Some restrictions may be imposed by the State Government on quarrying of sand,
stones etc, from certain areas. The contractor shall have to bring such materials
from other quarries located elsewhere for timely completion of work and nothing
extra shall be paid on this account.
The contractor shall give ten years guarantee in the prescribed proforma for
water proofing items specified in the schedule of quantities. In addition to this
10% of the quoted cost of items shall be retained either in cash /fixed deposit
or in the form of bank guarantee, which shall be released after the expiry of ten
years from the date of completion if no defects is found in water proofing or
the defects are made good. This amount shall be adjusted against the expenses
incurred on making good the defects if the contractor commits breach of
guarantee.

45. In case of any difference in the Hindi version and English version in any of the
condition of contract, English version shall prevail.
46. To facilitate gas connection, holes (if required by the Engineer-in-Charge) including
suitable rubber gasket shall be provided in the kitchen platform of RCC
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

129

47.
48.

49.

(a)
(b)
50.

51.

52.

(i)
(ii)

slab/granite /marble/ other stone slab etc. Nothing extra will be paid on the
account and rates quoted for relevant items are inclusive of making such provision.
Concrete mixers to be used on the work shall have arrangement for weighing
aggregate, cement, water and controlling water cement ratio.
Any cement slurry added over base surface (or) for continuation of concreting for
better bond is deemed to have been in built in the items and nothing extra shall be
payable nor extra cement considered in consumption on this account.
If the actual weight of reinforcement and structural steel to be used in the work
differs from standard weight given in table 5.4 of CPWD Specification, the
following procedure shall be followed for arriving at the quantity for payment.
If the actual weight is more than standard weight only standard weight shall be
considered for payment.
If the actual weight is less than standard weight but within the permissible
variation, only actual weight shall be considered for payment.
The contractor shall arrange to keep the premises neat and clean. The
rubbish/malba
and unserviceable materials shall be removed on day to day
basis.
The Contractor shall arrange electricity at his own cost for testing of the various
electrical installations as directed by Engineer-in-Charge and for the consumption
by the contractor for executing the work. Also all the water required for testing
various electrical installations, fire pumps, wet riser / fire fighting equipments,
fire sprinklers etc. and also testing water supply, sanitary and drainage lines,
water proofing of under ground sump, over head tanks, water proofing
treatment etc. shall be arranged by the contractor at his own cost. Nothing extra
shall be payable on this account.
Bar Chart
The contractor shall give scientifically analyzed detailed bar chart for all the
activities of the work within 15 days from the date of issue of letter of acceptance
of tender. The bar chart shall be prepared covering the physical milestones as
envisaged in the tender documents. Nothing extra shall be paid for preparation/
modification of bar chart, CPM and PERT chart.
While preparing the above detailed bar chart, effort shall be made to take all
possible items of work simultaneously.
Separate bar chart should be prepared exclusively for procurement of materials.
The detailed bar chart should distinctly bifurcate the items of work and of
materials required for the execution of that item. Both should not be clubbed
together. For example, for internal plumbing work the bar chart should show the
procurement of pipe and other fittings with start and finish dates and items of
work with start and finish dates separately. Both items should be interlinked

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

130

preceding and succeeding activity. The bar chart not indicating procurement items
separately will not be accepted.
(iii) Similarly bar chart should be prepared separately for arrangement of labour.
(iv) The bar chart so finalized and accepted by department should be got reviewed by
the department, once in a month regularly. Modified / revised bar chart shall be
prepared in the event of not adhering to the targets mentioned in the earlier bar
chart. The contractor shall augment additional resources, materials and man
power for achieving the targets, so submitted in the revised bar chart,CPM and
PERT chart.
(v) In addition to the above bar chart, the contractor shall submit detailed programme
of activities CPM and PERT chart using Primavera or equivalent soft ware. He
shall furnish the details both in hard copies as well as soft copies. Nothing extra
shall be paid on this account.
(vi) In case the above details are not furnished within 15 days as mentioned above,
recovery @ Rs. 1000/-per day till its receipt by Engineer-in-Charge shall be effected
from the first RA bill.
53. QUALITY ASSURANCE
(i)

The proposed work is a prestigious campus development project and quality


of work is of paramount importance. Contractor shall have to engage wellexperienced skilled labour and deploy modern T&Ps and other equipment in the
execution of the work.
Many items like specialized flooring work, silicon sealant and backer rod fixing in
expansion joints, factory made door- window shutters, proper slope maintaining
in toilet units, sanitary- water supply installation, water proofing treatment, will
specially require engagement of skilled workers having experience particularly in
execution of such items.
(ii) The contractor shall ensure quality construction in a planned and time bound
manner. Any sub-standard material / work beyond the set out tolerance limit shall
be summarily rejected by the Engineer-in-charge and the contractor shall be
bound to replace / remove such sub-standard / defective work immediately. If
any material, even though approved by Engineer-In-Charge is found defective or
not conforming to specifications shall be replaced / removed by the contractor at
his own risk & cost.
(iii) In addition to the supervision of work by CPWD engineers, the Committee of
IISER or the Consultants deployed by the IISER shall also be carrying out regular
and periodic inspection of the ongoing activities in the work and deficiencies,
shortcomings, inferior workmanship pointed out by them shall be communicated
by CPWD engineers to the contractor. Upon receipt of instructions from Engineer
in Charge these are also to be made good by necessary improvement,
rectification, replacement upto the complete satisfaction of Engineer-in-charge.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

131

Special attention should be paid towards quality of materials, workmanship of


execution of required standard and finish, lines and levels internal and external
plastering, finish of exposed smooth surface of RCC members by providing
fresh shuttering plates, rubberized linings to all the shuttering joints,
accurate joinery work in wooden doors and windows, accurate joints in stone/
tiling / cladding work, non-hollowness in floor and dado tiles work, protection of
scratches over flooring by providing layer of plaster of Paris, water tight pipe
linings, proper compaction of joints in brick masonry, proper compaction of filled
up earth etc. as per specification to achieve prescribed standards, Quality
assurance for the project shall be of paramount importance.
(iv) Third party quality assurance. The department may decide to engage
third party quality assurance system and the contractor shall render all
the necessary assistance and render arrangement for the inspection of
work similar to clause 16 of agreement.
(v) The Contractor shall submit, within 15 days after the date of award of work, a
detailed and complete method statement for the execution, testing and Quality
Assurance, of such items of works, as directed by the Engineer-in-Charge.
All the materials to be used in the work, to make the finished work complete in all
respects, shall comply with the requirements of the specifications and shall pass
all the tests required as per specifications as applicable or such specifications /
standards as directed by the Engineer-in- Charge. However, keeping the Quality
Assurance in mind, the Contractor shall submit, on request from the Engineer-inCharge, his own Quality Assurance procedures for basic materials and such items,
to be followed during the execution of the work, for approval of the Engineer-inCharge.
(vi) All materials and fittings brought by the contractor to the site for use shall
conform to the specification and the samples approved by the Engineer-incharge. The contractor should get the samples of all the materials got approved
from the Engineer in charge before bringing the bulk quantity, which shall be
preserved at site of execution till the completion of the work. If a particular brand
of material is specified in the item of work in Schedule of Quantity, the same shall
be used after getting the same approved from Engineer-In-Charge. Wherever
brand / quality of material is not specified in the item of work, the contractor shall
submit the samples as per approved list of brand names given in the tender
document / particular specifications for approval of Engineer-In-Charge. For all
other items, materials and fittings of ISI Marked shall be used with the approval
of Engineer-In-Charge. Wherever ISI Marked material / fittings are not available,
the contractor shall submit samples of materials / fittings manufactured by firms
of repute conforming to relevant specifications or IS codes and use the same only
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

132

after getting the approval of Engineer-In-Charge.


(vii) The Contractor shall procure and provide all the materials from the
manufacturers / suppliers as per the list attached with the tender documents, as
per the item description and particular specifications for the work. The equivalent
brand for any item shall be permitted to be used in the work, only when the
specified make is not available. This is, however, subject to documentary
evidence produced by the contactor for non-availability of the brand specified and
also subject to independent verification by the Engineer-in-Charge. In exceptional
cases, where such approval is required, the decision of Engineer-in-Charge as
regards equivalent make of the material shall be final and binding on the
Contractor. No claim, whatsoever, of any kind shall be entertained from the
Contractor on this account. Nothing extra shall be payable on this account. Also,
the material shall be procured only after written approval of the Engineer-inCharge.
(viii) All materials whether obtained from Govt. stores or otherwise shall be got
checked by the Engineer-in-Charge or his authorized supervisory staff on receipt
of the same at site before use.
(ix) To avoid delay, contractor should submit all samples well in advance so as to give
timely orders for procurement.
(x) The contractor has to establish field laboratory at site including all
necessary equipment for field tests as given in Schedule F. All the
relevant and applicable standards and specifications shall be made
available by the contractor at his cost in the field laboratory. The
contractor shall designate one of his technical representatives
possessing required qualification and experience specified in the
Schedule F as Quality Assurance Engineer, who shall be responsible for
carrying out all mandatory field/laboratory tests. The contractor shall
also provide adequate supporting staff at his cost for carrying out field
tests, packaging and forwarding of samples for outside laboratory tests
and for maintaining test records.
(xi)

All the registers of tests carried out at Construction Site or in outside


laboratories and all material at site (MAS) registers including cement register
shall be maintained by the contractor which shall be issued to the contractor by
Engineer-in-charge. All the entries in the registers will be made by the
designated Engineering Staff of the contractor and same should be regularly
reviewed by AE/AEE/EE. Contractor shall be responsible for safe custody of all
the registers.

(xii)

The contractor shall at his own cost submit samples of all materials sufficiently in
advance and obtain approval of Engineer-in-Charge. The materials to be used in
actual execution of the work shall strictly conform to the quality of samples

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

133

(xiii)

(xiv)

(xv)

(xvi)

approved by the Engineer-in-Charge and nothing extra shall be paid on this


account. The acceptance of any sample or material on inspection shall not be a
bar to its subsequent rejection, if found defective.
The contractor shall at his cost, make all arrangements and shall provide
necessary facilities as the Engineer-in-Charge may require for collecting,
preparing, packing, forwarding and transportation of the required number of
samples for tests and for analysis at such time and to such places as directed by
the Engineer-in-Charge. Nothing extra shall be paid for the above operations
including the cost of materials required for tests and analysis. Testing charges, if
any, will be borne by the department if the test passes. In case it fails, the same
shall be borne by the contractor.
The necessary tests shall be conducted in the laboratory approved by the
Engineer-in-Charge. The samples for carrying out all or any of the tests shall be
collected by the Engineer-in-charge or on his behalf by any other officer of
CPWD. The contractor or his authorized representative shall associate himself in
collection, preparation, packing and forwarding of such samples for the
prescribed tests and analysis. In case the contractor or his authorized
representative is not present or does not associate him in the aforesaid operation
the results of such tests and consequences thereon shall be binding on the
contractor.
Materials used on work without prior inspection and testing (where testing is
necessary) and without approval of the Engineer-in-Charge are liable to be
considered unauthorized, defective and not acceptable. The Engineer-in-Charge
shall have full powers to require the removal of any or all of the materials
brought to site by contractor which are not in accordance with the contract
specifications or do not conform, in character or quality to the samples approved
by the Engineer-in-Charge. In case of default on the part of the contractor in
removing rejected materials, the Engineer-in-Charge shall be at liberty to have
them removed at the risk and cost of the contractor.
The contractor shall make his own arrangement of water required for execution
of work and get the water tested at his own cost with regard to its suitability for
use in the works and get written approval from the Engineer-in-Charge before he
proceeds with the use of same for execution of work and thereafter it is got
tested at he prescribed interval as per specification.

(xvii) All the hidden items such as reinforcement, water supply lines, drainage pipes,
conduits, sewers etc. are to be properly tested as per the design conditions
before covering and their measurements in computerized measurement book
duly test checked shall be deposited with Engineer in charge or his authorized
representative, prior to hiding these items.
(xviii) Water tanks, taps, sanitary, water supply and drainage pipes, fittings and
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

134

accessories should conform to local bye-laws rules and specification of municipal


/corporation, if CPWD Specifications are not available for the same. The
contractor should engage licensed plumbers for the work and get the materials
(fixtures/fittings) tested by the Municipal Body/Corporation authorities wherever
required at his own cost.
54.

The Contractor shall depute Site Engineer & skilled workers as required for the work. He
shall submit organization chart along with details of Engineers and supervisory staff. It
shall be ensured that all decision making powers shall be available to the representatives
of the Contractor at the work site to avoid any likely delays on this account. The
Contractor shall also furnish list of persons for specialized works to be executed for
various items of work. The Contractor shall identify and deploy key persons having
qualifications and experience in the similar works, as per the field of their expertise. If
during the course of execution of work, the Engineer-in-Charge is of the opinion that the
deployed staff is not sufficient or not well experienced; the Contractor shall deploy more
staff or better-experienced staff at site to complete the work with quality and in
stipulated time limit. Nothing extra shall be payable on this account.

55. Specialized Agencies


The composite tender comprises of two components: viz. Major Component Civil and Minor Component - Electrical. The list of specialized items for the major
component civil works which are to be got executed through specialized
agencies are mentioned below:
CIVIL WORKS:
a.
Anti-termite treatment.
b.
Water proofing works.
c.
Aluminium works.
d.
Structural glazing.
e.
Wooden floorings.
f.
Fire check doors.
g.
Granite stone flooring.
(i)

(ii)

The main contractor shall submit the credential of specialized agency well in advance as
per the direction of Engineer-in-charge. After verification of the same, written approval
will be conveyed to main contractor in this regard. The credentials and expertise of the
specialized agencies in the similar works should be commensurate the quantum and
nature of the specialized works as per the CPWD guidelines. The main contractor shall
not change the specialized agency without taking prior approval of Engineer-in-Charge.
However before making any such change he has to enter into agreement with new
agency and submit the same to Engineer in Charge for approval. This shall however
be without any change in the accepted rates of the contract agreement and without
any cost implications to the Department.
It shall be the responsibility of main contractor to sort out any dispute / litigation with
the Specialized Agencies without any time & cost overrun to the Department. The main
contractor shall be solely responsible for settling any dispute / litigation arising out of

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

135

his agreement with the Specialized Agencies. The contractor shall ensure that the work
shall not suffer on account of litigation/ dispute between him and the specialized
agencies / sub- contractor(s). No claim of hindrance in the work shall be entertained
from the Contractor on this account. No extension of time shall be granted and no claim
what so ever, of any kind, shall be entertained from the Contractor on account of delay
attributable to the selection/rejection of the Specialized Agencies or any dispute
amongst them.

56. The Contractor shall do proper sequencing of the various activities by suitably
staggering the activities within various pockets in the plot so as to achieve early
completion. The agency should deploy adequate and suitable equipment,
machinery and labour as required for the completion of the entire work within the
stipulated period specified. Also ancillary facilities shall be provided by contractor
commensurate with requirement to complete the entire work within the stipulated
period. Nothing extra shall be payable on this account. Adequate number/sets of
equipment in working condition, along with adequate stand-by arrangements,
shall be deployed during entire construction period. It shall be ensured by the
Contractor that all the equipment, Tools & Plants, machineries etc. provided by
him are maintained in proper working conditions at all times during the progress
of the work and till the completion of the work. Further, all the constructional
tools, plants, equipment and machineries provided by the Contractor, on site of
work or his workshop for this work, shall be exclusively intended for use in the
construction of this work and they shall not be shifted/ removed from site without
the permission of the Engineer-in-Charge.
57.
INCENTIVE FOR EARLY COMPLETION OF WORK
The contract envisages a scheme wherein Bonus is payable by the Department to the
Contractor for completion of work earlier than the stipulated date of the completion of
work (as per the contract agreement), as envisaged under Clause 2A of the General
Conditions of the Contract for CPWD Works. The Contractor is encouraged to utilize this
scheme for completing the entire work earlier than the stipulated date of completion of
the work as per the contract agreement. The entire scope of the work covered under this
Contract shall be completed within the stipulated date of completion (24 months) as given
in this tender document. In order to expedite the progress of work and complete it
before the stipulated date of completion, the Clause 2 A has been incorporated in this
tender. For the purpose of calculating the Bonus payment, the stipulated time limit given
in this document is firm (fixed) and no adjustment / modification of dates in stipulated
time limit by reason of granting extension of time pursuant to Clause 5 or any other
Clause of this agreement shall be allowed. This Clause shall be operated only if the work
is completed strictly before the stipulated date of completion as entered in the contract
agreement. If the completion of the work is delayed beyond the stipulated time limit
specified in the contract agreement for any reason, what so ever, either for the reasons
attributable to the Contractor or not attributable to the Contractor or partially attributable
to the Contractor, Clause 2A of the General Conditions of the Contract for the CPWD
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

136

Works shall not be applicable to this contract agreement and no Bonus (or Incentive) shall
be payable to the Contractor. The contractor shall have no right to claim any amount of
Bonus / Incentive in full or part, if the time period for carrying out the work is extended
beyond that specified in the tender, for any reason what so ever, with or without levy of
compensation under Clause 2 of this agreement. The date of completion of work shall be
taken as the actual date as recorded in the Completion Certificate recorded in the
Measurement Book and counter signed by the Engineer-in-Charge for the works covered
under this agreement and it shall be final and binding on the Contractor.
58. INSURANCE POLICIES
The contractor in his own interest before commencing the execution of work, without in
any way limiting his obligations and liabilities under this contract, insure at his own cost
and expense against any damage or loss or injury, which may be caused to any person or
property, at site of work.
59. TEMPORARY BARRICADING :Proper temporary barricading by fencing with G.I.
sheets, shall be carried out by the Contractor at the start of work to physically define the
boundaries of the plot for restricted entry to only those involved in the work and also to
prevent any accidents, at the same time without causing any inconvenience to the traffic
and the users of the buildings in the adjacent plots. It shall be done by providing,
erecting, maintaining temporary protective barricading, 5 metres in height, made in
panels, with each panel having MS frames / MS scaffolding pipes of suitable size and
stiffness, with 24 gauge thick Colour coated GI corrugated sheets fixed on frames. Such
panels shall be suitably connected to each other for stability with nuts and bolts, hooks,
clamps etc. and fixed firmly to the ground at about 2 metres spacing, for the entire
duration till completion of the work. He shall also provide and erect temporary protective
barricades within the plot, if required, to prevent any accident. Temporary protective
roofing near the Entrance to the building, under construction, shall be made to protect
the visiting officials from getting hurt by falling debris etc. Also, one or more coat of
enamel paint of shade as approved and directed by the Engineer-in-Charge shall be
applied on the panels and "CPWD" shall be painted over that in suitable sizes, shapes and
numbers as directed by the Engineer-in-Charge. It shall be dismantled and taken away by
the Contractor after the completion of work at his own cost with the approval of the
Engineer-in- Charge. Nothing extra shall be payable on this account.
60.

WARNING / CAUTION BOARDS


All temporary warning / caution boards / glow signals display such as "Construction Work
in Progress", "Keep Away", No Parking, Diversions & protective Barricades etc. shall be
provided and displayed during day time by the Contractor, wherever required and as
directed by the Engineer-in-Charge. These glow signals and red lights shall be suitably
illuminated during night also. The Contractor shall be solely responsible for damage and
accident caused, if any, due to negligence on his part. Also he shall ensure that no
hindrance, as far as possible, is caused to general traffic during execution of the work.
These signals shall be dismantled & taken away by the Contractor after the completion of

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

137

work, only after approval of the Engineer in Charge. Nothing extra shall be payable on
this account.

61. Display Boards: The Contractor shall provide and erect a display board of size
and shape as required, in a legible and workman like manner, the details about
the salient features of the project, as directed by the Engineer-in-Charge. The
Contractor shall fabricate and put up a display board of approved design indicating
name of the project, Client/Owner, Engineer-in-charges, Structural Consultants,
Department etc. besides providing space for names of other Contractors, SubContractors and specialized agencies etc at the site within 15 days from issue of
award letter. Nothing extra shall be payable on this account. In case of non
compliance/delay in compliance in this, a penalty @ Rs. 1000/- per day
will be imposed which will be recovered from the immediate next R/A
Bill of the Contractor.
62. The Contractor shall display all permissions, licenses, registration certificates, bar charts,
other statements etc under various labour laws and other regulations applicable to the
works, at his site office.

63. The rate quoted shall be for all heights and levels for centering, RCC and finishing
to be done including providing necessary scaffolding for the balance work.
64. Issue of materials
(i) Item of material mentioned as Schedule B material stipulated for issue in the
contract shall be issued to the contractor as is and where is condition at IISER
site, Vithura.
(ii) The contractor shall inspect and ascertain and satisfy himself fully with the
condition of materials available at IISER Campus, Vithura stipulated for issue at
the time of its taking over itself and nothing shall be paid on this account and no
claim of defects or damage on the materials issued and taken over by the
contractor shall be entertained.
(iii) The contractor shall bear all incidental charges for cartage, storage and safe
custody of materials, if any, issued by the Department as well as to those
materials arranged by the contractor.
(iv) Actual issue and consumption on the work shall be regulated and proper accounts
maintained for the consumption of material. The theoretical consumption shall be
worked out as per procedure prescribed in Clause 42 of contract and shall be
governed by conditions laid therein.
65. INSPECTION OF WORK
(i) In addition to the provisions of relevant clauses of the contract, the work shall also
be open to inspection by Senior Officers of CPWD the committee constituted for the
purpose of IISER & the representative of the IISER Consultants. The contractor
shall at times during the usual working hours and at all times at which reasonable
notices of the intention of the Engineer-in-charge or other officers as stated above
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

138

to visit the works shall have been given to the contractor, either himself be present
to receive the orders and instructions or have a responsible representative duly
accredited in writing, to be present for that purpose.
(ii) Inspection of the work by IISER
a) The committee/consultant appointed by IISER, may inspect the works
including workshops and fabrication factory to ensure that the works in general
being executed according to the design, drawings and specifications laid down in
the contract. Their observations shall be communicated by the Engineer-in Charge
and compliance is to be reported by the contractor to the Engineer-in-Charge.
66. Senior Officers of CPWD, Dignitaries from Central Ministry / Department, IISER
Authorities shall be inspecting the on-going work at site at any time with or
without prior intimation. The contractor should keep up-to-date the following:
a) Display Board showing detail of work, weekly progress achieved with respect
to targets, reason of shortfall, status of manpower, wages being paid for
different categories of workers.
b) Entrance and area surrounding to be kept clean.
c) Display layout plan key plan, Building drawings including plans, elevations
and sections.
d) Display of up to date Bar chart, CPM and PERT Chart etc.
e) Keep details of quantities executed, balance quantities, deviations, possible
Extra item, substituted Item etc.
f)

Keep one sets of plastic / cloth mounted building drawings.

g) Sets of Helmets and safety shoes for exclusive use for officers/dignitaries
visiting at site.
67. PROJECT REVIEW MEETINGS:
The contractor, immediately on award of work shall submit details of his key
personnel to be engaged for the work at site. In addition, he shall furnish to the
Engineer-in-charge detailed site organization set up diagram.
The contractor shall present the programme, target, progress and status at
various review meetings as required.
(i) Weekly Review Meetings: Shall be attended by Local Team headed by Projectin-charge of the Contractor and specialized agencies engaged by the
Contractor.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

139

Agenda

a) Weekly programme v/s actual achieved in the past


week

and programme for next week.

b) Remedial actions and hold up analysis.


c) Any decision on quarries raised either by contractor/
PMC/AED.

(ii) Monthly Review Meetings: Shall be attended by Project in charge and the
Management Representative of the Contractor who can take independent
decisions and Management Representative of the specialized agencies
engaged by the Contractor as per the contract conditions who is to take
decisions.
Agenda

a) Progress Status/Statistics.
b) Completion Outlook.
c) Major hold ups/slippages.
d) Assistance required.
e) Critical issues.
f)

Any

decision

on

queries

raised

either

by

Contractor/PMC.
g) Anticipated cash flow requirement for next two months.

(iii)

68.

Apart from the above meeting the Engineer-in-Charge may convene


meeting at any time according to the necessity and the Contractor is
bound to attend the meeting with his team and specialized agencies with
requisite details.

Unless otherwise specified, nothing extra, whatsoever shall be paid for


executing the work as per the above SPECIAL CONDITIONS from serial
number 1 to 67.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

140

SPECIAL CONDITIONS FOR CEMENT AND STEEL BROUGHT BY THE CONTRACTOR

1. CEMENT
1.1. The contractor shall procure Portland Pozzolana Cement conforming to IS:1489
(Part-I) as required in the work, from reputed manufacturers of cement such as
ACC, Ultratech, Vikram, Shree Cement, Ambuja, Jaypee Cement,
Chettinad, Coramandal, Ramco, Zuari, Century Cement & J.K. Cement or
from any other reputed cement Manufacturer having a production capacity not less
than one million tonnes per annum as approved by ADG for that sub region.
The tenderers may also submit a list of names of cement manufacturers
which they propose to use in the work. The tender accepting authority reserves right
to accept or reject name(s) of cement manufacturer(s) which the tenderer proposes
to use in the work. No change in the tendered rates will be accepted if the tender
accepting authority does not accept the list of cement manufacturers, given by the
tenderer, fully or partially.
Supply of cement shall be taken in 50 kg bags
bearing manufacturers name and ISI marking. Samples of cement arranged by the
contractor shall be taken by the Engineer-in-Charge and got tested in accordance
with provisions of relevant BIS codes. In case test results indicate that the cement
arranged by the contractor does not conform to the relevant BIS codes, the same
shall stand rejected and shall be removed from the site by the contractor at his own
cost within a weeks time of written order from the Engineer-in-Charge to do so.
Every fresh cement batch should be brought to site at least 30 days before they are
to be used / consumed in the work.
1.2. The cement shall be brought at site in bulk supply of approximately 100 tonnes or
as decided by the Engineer-in-Charge.
1.3. The cement go-down of the capacity to store a minimum of 2 months requirement
shall be constructed by the contractor at site of work for which no extra payment
shall be made. Double lock provision shall be made to the door of cement godown. The keys of one lock shall remain with Engineer-in-Charge or his authorized
representative and keys of the other lock shall remain with the contractor. The
contractor shall be responsible for the watch and ward and safety of the cement
go-down. The contractor shall facilitate the inspection of the cement go-down by
the Engineer-in-Charge or his authorized representatives.
1.4. The cement shall be got tested by the Engineer-in-Charge and shall be used on the
work only after satisfactory test results have been received. The contractor shall
supply free of charge the cement required for testing including its transportation
cost to testing laboratories. The frequency and details of the tests shall be decided
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

141

by the Engineer-in-Charge depending on the quantum of supply in each batch. The


cost of tests shall be borne by the contractor / Department in the manner indicated
below:
a. By the contractor, if the results show that the cement does not conform to the
relevant BIS codes.
b. By the Department, if the results show that the cement conforms to relevant
BIS codes.
1.5. The actual issue and consumption of cement on work shall be regulated and proper
accounts maintained as provided in clause 10 of the contract. The theoretical
consumption of cement shall be worked out as per procedure prescribed in clause
42 of the contract and shall governed by the conditions laid therein. In case the
cement consumption is less than theoretical consumption including permissible
variation, recovery at rate so prescribed shall be made. In case of excess
consumption no adjustment shall be made.
1.6. Cement brought to site and cement remaining unused after completion of work
shall not be removed from site without written permission of the Engineer-incharge.
1.7. Damaged cement shall be removed from the site immediately by the contractor on
receipt of a notice in writing from the Engineer-in-charge. If he does not do so
within 3 days of receipt of such notice, the Engineer-in-charge shall get it at the
cost of the contractor.
1.8. The cement bags shall be stacked on proper floors consisting of two layers of dry
bricks laid on well consolidated earth at a level of at least one foot above ground.
The stacks shall be in rows of 2 and 10 bags high with minimum of 0.6m clear.
Bags should be placed horizontally continuous in each line. Actual size / shape of go
down shall be as per site requirement and nothing extra shall be paid on this
account. The decision of Engineer-in-charge regarding capacity shall be final.
1.9. Cement register for the cement shall be maintained at site. The account of daily
receipts and issues of cement shall be maintained in the register in the proforma
prescribed and signed daily by contractor or his authorized agent.
2. STEEL
2.1. The contractor shall procure TMT bars of Fe 500D grade from primary producers
such as SAIL, Tata Steel Ltd., RINL, Jindal Steel & Power Ltd. and JSW Steel Ltd. or
any other producer as approved by CPWD who are using iron ore as the basic raw
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

142

material/input and having crude steel capacity of 2.0 Million tonnes per annum and
above.
In case of non-availability of steel from primary producers the NIT approving
authority may permit use of TMT reinforcement bars procured from steel producers
having integrated Steel Plants (ISPs) using iron ore as the basic raw material for
production of crude steel which is further rolled into finished shapes in-house having
crude steel capacity of 0.5 Million tonne per annum and more. A separate list of
producers for this category shall be approved by the ADG concerned for their sub
region under intimation to the Directorate, CPWD/CE, CSQ.
In case of non-availability of steel from Primary producers as well as the NIT
approving authority may also permit use of TMT reinforcement bars procured from
secondary producers. In such cases following conditions are to be stipulated in the
NIT by NIT approving authority.
a) The grade of the steel such as Fe 500D or other grade to be procured is to be
specified as per BIS 1786-2008.
b) The secondary producers must have valid BIS license to produce HSD bars
conforming to IS 1786: 2008. In addition to BIS license, the secondary producer
must have valid license from either of the firms Tempcore, Thermex, Evcon Turbo
& Turbo Quench to produce TMT bars.
c) The TMT bars procured from Primary Producers and ISPs shall conform to
manufactures specifications.
d) The TMT bars procured from secondary producers shall conform to the
specifications as laid by Tempcore, Thermex, Evcon Turbo & Turbo Quench as
the case may be.
e) TMT bars procured either from Primary Producers, ISPs or secondary producers,
the specifications shall meet the provisions of IS 1786: 2008 pertaining to Fe
500D or other grade of steel as specified in the tender.
2.2. The contractor shall have to obtain and furnish test certificates to the Engineer-incharge in respect of all supplies of steel brought by him to the site of work.
2.3. Samples shall also be taken and got tested by the Engineer-in-charge as per the
provisions in this regard in relevant BIS codes. In case the test results indicate that
the steel arranged by the contractor does not conform to the specifications as
defined under Para 2.1 above, the same shall stand rejected, and it shall be
removed from the site of work by the contractor at his cost within a weeks time of
written orders from the Engineer-in-charge to do so.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

143

2.4. The steel reinforcement bars shall be brought to the site in bulk supply of 10 tonnes
or more or as decided by the Engineer-in-Charge.
2.5. The steel reinforcement shall be stored by the contractor at site of work in such a
way as to prevent distortion and corrosion, and nothing extra shall be paid on this
account. Bars of different sizes and lengths shall be stored separately to facilitate
easy counting and checking.
2.6. For checking nominal mass, tensile strength, bend test, re-bend test, etc., specimen
of sufficient length shall be cut from each size of the bar at random, and at
frequency not less than that specified below:-

Size of bar

For consignment below 100 For consignment


tonnes
tonnes

over

100

Under 10mm dia

One sample for each 25 One sample for each 40 tonnes


tonnes or part thereof
or part thereof

10 mm to 16mm
dia

One sample for each 35


tonnes or part thereof

One sample for each 45 tonnes


or part thereof

Over 16 mm dia

One sample for each 45


tonnes or part thereof

One sample for each 50 tonnes


or part thereof

2.7. The contractor shall supply free of charge the steel required for testing including its
transportation to testing laboratories. The cost of tests shall be borne by the
contractor
2.8. The steel brought to site and steel remaining unused shall not be removed from
site without the written permission of the Engineer-in-Charge.
2.9 The contractor should submit pre measurement of existing exposed reinforcement
to the Engineer-in-charge before taking up any further reinforcement work on the
portion and nothing extra shall be paid on this account.
2.10 The standard section weight referred to as standard tables in Para 5.3.3. in CPWD
specifications 1996 Volume II to be considered for conversion of length of
various sizes of MS bars and High yield strength deformed bars into weight are as
under.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

144

Size (Diameter MM)

Weight in Kg/ Meter

0.222

0.395

10

0.617

12

0.888

16

1.579

18

1.999

20

2.467

22

2.985

25

3.855

28

4.836

32

6.316

36

7.994

40

9.869

45

12.490

50

15.424

For steel, measurement will be regulated on sectional weight basis, weight being
calculated with help of the above tables. The weight shall be taken as per actual weight
basis of found lower than the standard weight but within tolerance limit as per relevant IS
codes. Nothing extra shall be paid for over weight of steel sections than given in the table.
The Contractor has to produce the cash bills to the JE/AE as and when he
brings the cement and steel to the site.
2.11

In case the contractor is permitted to use TMT reinforcement bars procured from
ISPs or secondary producers then the base price of TMT reinforcement bars
as stipulated under schedule F shall be reduced by 4.00 per kg. The rate of
providing and laying TMT reinforcement bars as quoted by the contractor in the
tender shall also be reduced by 4.65 per kg.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

145

SPECIAL CONDITIONS FOR RMC AND DMC


1.

The cost of packaging, scaling, transportation, loading, unloading, cost of samples


and the testing charges for mix design in all cases shall be borne by the contractor.

2.

The various ingredients for mix design / laboratory tests shall be sent to the lab /
test houses through the Engineer-in-Charge and the samples of such ingredients sent
shall be preserved at site till completion of work or change in Design Mix / Ready Mix
whichever is earlier. The sample shall be taken from the approved materials which
are proposed to be used in the work.

3.

For each change of source or quality / characteristic properties of the ingredients


during the work, from that approved and used in the concrete mix, a fresh mix
design shall be got done by the contractor. Revised trial mix test shall be conducted
and shall be submitted by the contractor as per the direction of the Engineer-inCharge.

4.

The items of RMC and DMC shall be inclusive of all the ingredients including
admixtures if required, labour, machinery T&P etc., (except shuttering which will be
measured and paid for separately) required for a ready mix concrete of required
strength and workability. The rate quoted by the agency shall be net and nothing
extra shall be payable on account of change in quantities of concrete ingredients like
aggregates and admixtures etc., as per the approved mix design.

5.

Sampling and Testing


Quantity
(cum)

of

concrete

delivered Number of sample

Less than 15

16 to 30

31 to 50

51 and above

Three plus one sample for each


additional 30 cum or part thereof.

6. Minimum ordinary Portland cement / Portland pozzolana cement for Mix -25 grade
concrete shall be 330 kg/m3.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

146

Batching Plants and Batching Equipment


Hoppers for weighing cement, mineral admixtures, aggregates and water and
chemical admixture shall consist of suitable containers freely suspended from a scale
or other suitable load measuring devices and equipped with a suitable discharging
mechanism. The method of control of the loading mechanism shall be such that, as
the quantity required in the weighing hopper is approached, the material may be
added at a controllable rate and shut off precisely within the weighing tolerances
specified in Annexure-A. The weighing hoppers for cement, mineral admixtures, and
aggregate shall be capable of receiving their rated load, without the weighed
material coming into contact with the loading mechanism. The weighing hoppers
shall be constructed so as to discharge efficiently and prevent the build up of
materials. A tare adjustment up to 10 percent of the nominal capacity of the weigh
scale shall be provided on the weighing mechanism so that the scale can be adjusted
to zero at least once each day. Dust seals shall be provided on cement hoppers
between the loading mechanism and the weigh hopper, and shall be fitted so as to
prevent the emission of cement dust and not to affect weighing accuracy. The
hopper shall be vented to permit escape of air without emission of cement dust.
Vibrators or other attachments, where fitted, shall not affect the accuracy of
weighing. There shall be sufficient protection to cement and aggregate weigh
hoppers and weighing mechanisms to prevent interference with weighing accuracy
by weather conditions or external build-up of materials.
Where chemical admixture dispensers are used, they shall be capable of
measurement within the tolerances in Annexure-A and a calibrated container or
weigh scale shall be provided to check the accuracy of measurement at least once a
month.
Each control on the batching console and weigh-dial or display shall be clearly
labeled with its function and where concerned with the batching of materials, the
material type.
When pulverized fuel ash and other mineral admixtures are batched through the
cement weigh system, the weighing device and discharge screw or other parts of the
transfer system shall be empty when the weighing system has returned to zero
reading or completed the batch.
Where a back weigh system is utilized to weigh materials a system shall be in place
so as to prevent materials being loaded during the process of weighing.
Fully automatic production systems shall be fitted with control equipment to allow
the correct operation of the plant to be monitored during weighing and batching.
Automatic control systems on batching plants shall not commence batching until all
hoppers have been emptied and / or tared and the scales zeroed unless such
systems are designed to take account of build up in their programming.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

147

ANNEXURE A
CALIBRATION AND WEIGHING EQUIPMENT ACCURACY
1.

The following limits shall apply to all design-mixed concrete plants:


A)

The accuracy, sensitivity and arrangement of the weighing devices shall be such
as to enable the materials to be batched within the following tolerances:
1) Cement, mineral admixtures
: Within + 2 percent of the quantity of
the constituent being measured
2) Aggregate, chemical admixtures

: With + 3 percent of the quantity and


water of the constituent being measured

B)

Analogue scales shall have scale increments not exceeding 5 kg for cement and
mineral admixtures, 25 kg for aggregate and 2 kg for water.

C)

Preset controls shall be calibrated in increments not exceeding 5 kg for cement


and mineral admixtures, 10 kg for aggregate and 2 kg for water.

(i)

Digital readouts shall have a scale increment not exceeding 2 kg for cement and
mineral admixtures, 10 kg for aggregate and 1 kg for water.

(ii)

At the time of installation, or reconditioning, the accuracy of the indicated mass


at any point on the scale shall be within 0.25 percent of the full scale reading.

(iii) At any other time during operation the accuracy shall be within 0.50 percent of
the full scale reading.
(iv) Chemical admixture dispensers shall have scale increments not exceeding:
Range of Scale
In kg/l
0.1 0.5
0.5 1.0
1.0 10.0
more than 10.0

Scale increment
in kg/l
0.01
0.02
0.2
0.4

(v) All weighing and measuring equipment shall be tested and calibrated over its full
working range at the following intervals:

Correction -NIL
Insertion - NIL
Deletion - NIL

1) Mechanical / knife edge systems:

At least once every two months

2) Electrical /load cell systems

At least once every three months

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

148

Adequate and identified facilities shall be provided for the application of the test
loads.
a.

In the case of batch weighing systems, testing and calibration shall be based
on the application test loads to the weigh hoppers.

b.

Checks on continuous weigh systems shall be based on comparison of Preset


quantities with those actually produced.

c.

To achieve the required accuracy of calibration, a minimum of 500 kg of


Stamped weights are required, except that for low capacity scales an
acceptable limit on the total mass of calibration weights would be 20 percent
of the scale capacity.

d.

When calibration of weighing equipment is carried out all personnel involved


should be competent and fully trained, the procedures should be fully
documented, and special attention should be paid to the health and safety
aspects of the procedure.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

149

SPECIAL CONDITION FOR SOLID/ HOLLOW CEMENT CONCRETE (CC) BLOCK


WORK

i)

ii)

iii)

iv)

Precast CC blocks shall be procured from approved manufactures or


manufactured at site. Nothing extra shall be payable on account of adding
any admixture for making pre-cast blocks or for steam curing.
The CC blocks shall have nominal size of 400mm x 200mm x 100m and
400mm x 200mm x 200mm respectively for 100mm and 200mm thick
masonry wall, and shall confirm to IS 2185.
The samples of CC blocks (each sample consisting of 6 specimens) shall be
chosen randomly from the lot and tested for various parameters specified
below. One samples shall be tested for every 100 cum or part thereof.
Following parameters shall be tested.
a)
Compressive strength.
b)
Water absorption
c)
Density
d)
Dimensional Tolerances.
The material shall meet following parameters :
a)
b)
c)
d)

Compressive strength shall be no less than 5.0 N/sq. mm.


Water absorption shall not be more than 5%.
Density shall be not less than 1500 kg/cum.
Dimensional tolerance in the size shall be not more than + 5mm
length and + 3mm for height and width.

for

Top course of all plinth, parapets, steps and top of walls below floor and
roofs shall be laid with solid blocks, properly radiated and keyed into position to
form cut (meru) corner. Where blocks cannot be cut to meru corners, cement
concrete 1:2:4 ( 1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm
nominal size) equal to thickness of the coarse shall be provided in lieu of cut
blocks. No additional payment shall be made on this account. Nothing extra shall
be payable on account of chasing the CC block masonry work for embedding
pipes, electrical boards / boxes etc. and also filling the chases with cement
mortar 1:4 (1 Cement:4 coarse sand). The chasing shall however be carried out
using machine cutters so as not to disturb the joints in the masonry and without
any cracks being developed in the masonry.
All other specifications for 100 mm thick and 200 thick block work shall be
as describes for full brick and half brick masonry work respectively.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

150

SPECIAL CONDITION FOR ALUMINIUM WORK


1.0 Aluminum Doors, Windows and Ventilators
1.1. Anodized aluminium doors, windows, ventilators and fixed glazing shall be generally as
per the architectural drawing and shall be fabricated using aluminium alloy standard
extruded sections of "JINDAL", "INDAL", HINDALCO or equivalent as approved by the
Engineer-in-Charge. Alternatively, the contractor shall submit the drawings indicating
the sections proposed to be used by him and the fixing arrangement for approval. The
Engineer-in-Charge shall have the right to reject or modify these drawings before
approval and the contractor is bound to execute the work in accordance with drawings
approved by the Engineer-in-Charge.
1.2. Samples of doors, windows and ventilators as per the drawings approved by the
Engineer-in-Charge shall be fabricated and got approved by the Engineer-in-Charge
before taking up the execution of these items of work.
1.3. The aluminium sections shall be jointed to each other wherever required with extruded
aluminium angle cleats of suitable size and of thickness not less than 6mm for doors
and 4mm for windows and ventilators with stainless steel screws. Unless otherwise
specified all joints shall be mitred.
1.4. Various tests on aluminium sections shall be conducted in accordance with the relevant
provisions of IS: 1868 (anodic coatings on aluminium and its alloys) and IS: 5523
(Method of testing anodic coating on aluminium and its alloys).
1.5. The fabricated aluminium frame work shall be given a laquer coating which shall be
maintained during the entire period of construction to prevent damage to the anodic
coating of aluminium sections. The surface shall be cleaned and polished before
handing over the works.
1.6. The doors, windows, ventilators, fixed glazing etc. individually or forming composite unit
shall be provided with glazing and paneling as specified with PVC weather sealing
gaskets/neoprene felt. Glazing and paneling shall be fixed with aluminium snap beading.
The sliding shutters of windows shall be provided with nylon pullers with concealed
bearings, aluminium stoppers and special locking arrangements as approved by the
Engineer-in-Charge. The interlocking styles of sliding windows shall be provided with
PVC/ neoprene weather sealing gaskets. The windows with side hung shutters shall be
provided with best quality heavy type anodized aluminium hinges with stainless steel
pins/bolts, anodized aluminium peg stays and fasteners of suitable size and shape.
1.7. For the purpose of payment, the weight of each door, window, ventilator, louvered
window, fixed glazing etc. individually or forming composite unit shall be the actual
weight of extruded aluminium sections, cleat angles and aluminium snap beading
excluding the weight of all fittings & fixtures. If the variation between the actual unit
weight and unit weight specified in the manufacturers catalogue is more than +10%,
the materials shall be rejected as being substandard. The cost of hinges, locking
arrangements, gaskets, stainless steel screws, pins/bolts etc and the wastage of
extruded aluminium sections shall be deemed to be included in the agreement rate and
nothing extra whatsoever shall be payable. Paneling and glazing shall be paid
separately.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

151

SPECIAL CONDITION FOR STRUCTURAL GLAZING FACADES


The work of structural glazing hereinafter called the faade system include
aluminium frame work with specially designed aluminium extrusions for frames, accessories
and fixing of solar control glass. The scope of work under the item faade system includes,
design, supply, application, installation, aligning, fixing, protection and testing. It also
includes guarantee for the works under structural glazing for the system, materials and
performance requirements for ten years after the date of completion of the work. For
executing the structural glazing work, the contractor shall associate with/engage specialist
agency/curtain wall fabricator as approved by the Engineer-in-charge.
1. Design
a) The Aluminium frames shall be designed to conform to the following
1) Wind loads as per IS 875 Part III re-affirmed 2003
2) Deflection restriction of L/175 or max 19mm for a span of 4115mm or L/240 + 6.35
mm for spans greater than 4115mm.
3) The mullions (vertical members) should not be less than 50mm wide x 125mm deep.
4) The transoms (horizontal members) should not be less than 50mm wide x 130mm
deep.
5) Alloy grade 6061 T6 or 6063 T6 or EN AW-6060 (AlMgSi 0.5 F22) T66 in accordance
with
DIN EN 573, DIN EN 755 and extrusion tolerance in accordance with EN 12020-2.
b) All fasteners to be 304 grade stainless steel.
c) All anchor bracket design must be coordinated with civil reinforcement layouts.
d) Structural calculations for frame, anchors and fasteners have to be prepared by a
qualified structural engineer and shall be approved by the Engineer-in-charge.
e) Shop drawings to be submitted for approval along with the structural calculations
and shall be approved by the Engineer in charge.
f) Tag drawings for the fabricated materials must be submitted to the Engineer for
reference and verification.
2. Surface Protection:
All internal aluminium frames (mullion and transom) are to be polyester powder coated
with a minimum of 60 microns thickness and conforming to AAMA 2604. All external
exposed aluminium are to be coated with Kynar 500 XL or Hylar 5000 resin
(polyvinylidene fluoride, PVDF) conforming to AAMA 2605. All steel anchor brackets are
to be hot dip galvanized to IS 2629.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

152

3. Fabrication
All mullions are to be prepared with T cleats in the factory. All transoms are to be
stepped on both ends to overlap the mullion. 90 cut ends of the transom is not
allowed. Inner glazing EPDM gaskets are to be installed in the transom. Shortening of
gaskets before or after glazing would not be acceptable. All anchor brackets must be
fabricated in the factory. Anchor brackets shall be aluminium alloy 6061/6063 or steel
grade 836 and should be in compliance with the submitted structural calculations. All
fabricated material must be tagged in accordance with the Tag drawings. For
preparation of doors or vents, all fittings must be installed in the factory. If fittings from
different suppliers are used then the Shop drawings are to be reviewed by each fitting
supplier for conforming to their application instructions. All aluminium sub frames
bonded to glass should have corner cleats and must be Dark bronze anodized or Kynar
coated (colour to be same as transom/mullion).
Glass should be bonded to sub frame in the factory under the bonding guidelines
stipulated by structural sealent supplier. The sub frame must be assembled with
aluminium corner cleats.
4. Mobilization
All materials must be protected with low tack tape and securely fastened at the time of
transport. All frames must be accompanied with a Tag ID and a tag drawing. Site
storage and handling plan along with the schedule of deliveries are to be submitted for
approval.
5. Installation:
A site survey has to be conducted prior to commencement of anchor bracket installation.
All anchor brackets must be in accordance with the structural calculations. Any
deviation from the approved structural calculations due to site changes or any other
reason must have an approved supplemental structural calculation. Installation of
anchor must be in accordance with approved shop drawings. Increase in shims for
leveling beyond a thickness of 12mm should be accompanied with structural calculations
for check on localised bending stress on anchor bolts. No drilling into reinforcement bar
will be allowed. Pull out test for anchor bolts to the concrete structure is to be
conducted prior to installation of Glazing on the frame.
All tolerances in floor slab/columns/beams/walls are to be absorbed in the anchor
brackets. All fasteners of anchor brackets to the mullion must be in A2 stainless steel.
Glazing should commence only after inspection of alignment by the Engineer.
Install 2 number aluminium glass supports per glass unit at a distance of a minimum of
150mm from the centre of mullion to centre of glass support. This distance must not
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

153

exceed of the mullion centre to centre. The distance used in the transom dead load
structural calculation should match with site installation. Glass setting blocks should be
80 to 90 Shore A durometer hardness. Glass setting block should be of material
compatible with the sealent used in the insulating glass or bonding of glass to sub
frame.
EPDM gasket seal shall be provided between the transom and mullion at the overlap.
Inner glazing EPDM gasket shall be installed on the mullions after cleaning of the
mullions and transoms. All mullion/transom gasket intersection shall be sealed with
EPDM compatible sealent.
A minimum of 3mm gap is to be present all around glass. A minimum of 13mm glass
bite is to be ensured. Glass should be held in place using temporary patch plates,
minimum 100mm long. The glass unit with the sub frame should be fixed to the mullion
using concealed mechanical cleats. The joint between the glass shall be sealed using a
recessed silicone gasket held by a thermal break attached to the mullion. Along the
transom the glass shall be held by aluminium pressure plate and EPDM gaskets. The
cover cap shall be fixed to the pressure plate using snap fit mechanism.
6. Performance
a) Minimum class A2 of EN 12152 for air permeability
b) Minimum class R7 of EN 12154 for water tightness
c) Copy of test report from the manufacturer of the system for testing the air
permeability and
water tightness conducted in Internationally recognized
laboratory should be produced by the contractor.
Handover: The faade must be cleaned and inspected by the contractor prior to
submission to the Engineer for final inspection. A snag list shall be prepared by the
Engineer. All items in the snag list should be cleared by the due date mentioned in the
snag list.
As built drawings incorporating all approved changes done during the course of
installation shall be submitted. A copy of the full set of approved structural calculations
with all approved supplemental structural calculations shall also be submitted with the
As-built drawings. Operations and Maintenance manual shall be submitted along with
the As-built drawings.
7. PERFORMANCE GUARANTEE
a. The contractor shall be solely responsible for the design including shop drawing
and performance of the installed structural glazing
faade system.
The
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

154

installations shall be guaranteed by the contractor during the guarantee period for
materials used, workmanship, water tightness (wherever specified), structural
design, performance requirements and other requirements as given in the
specifications. The contractor shall submit in the enclosed format a writeen
guarantee for the same for a period of 10 years from the date of completion of the
work. In addition, the contractor shall obtain and submit to the Engineer-in-Charge
a similar back-to-back guarantee for same duration from the specialist
agency/structural glazing fabricator engaged by him/them.
b.

c.

The design, fabrication, supply and installation of the system shall be to the best
of national/international standards and shall be guaranteed to take the dead loads,
wind and seismic loads, storms, air pollution, thermal stresses, building movements
and the consequent deflections without compromising the performance
characteristics. It shall be water tight, wherever specified and prevent ingress of
water/moisture, pollutants etc. Further, the individual members of the structural
framing shall be deflect beyond permissible limits as specified.
In addition, guarantee for 10 years for all the material used for the structural
glazing system and their performances shall be submitted by the contractor.
Besides, the contractor shall obtain and submit similar back to back guarantees
from the specialist agency/structural glazing fabricator and also from the
manufacturers/suppliers/processors, as applicable, of various materials to the tune
that they conform to the specifications and other criteria as specified herein for:
(i)

Glass (Single, laminated or IGUs) substrate, coatings, lamination, assembly


for IGUs etc. and that regarding suitability of single soft coated glass in the
spandrels.

(ii)

Sealants usage as per requirement of structural design and functional


requirements, compatibility with different substrates and sealants, bite size,
quality assurance during sealing of IGUs and fixing glass to glass and glass to
the aluminium frame, etc.

(iii) EPDM/Silicone gasket for ozone resistance and other properties are specified
etc.
(iv) Aluminium material quality, tempering requirement, suitability of aluminium
grade and anodizing etc.
(v) Anchor fasteners suitability and strength requirement as per manufacturers
specifications etc.
d)

The contractor shall also submit guarantee in the enclosed format for replacement
of glass during the guarantee period of 10 years from the date of completion of

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

155

work. All the Guarantees shall be submitted before final payment is released after
the date of the completion of work and shall not in any way limit any other rights
which the Engineer-in-charge may have under the Contract.
e)

In addition 2% (two percent) of the cost of all the items under this sub-head, as
mentioned in the scope of work under para (1) above, shall be withheld from the
bills towards guarantee as specified above. This amount to be withheld towards
guarantee, shall be in addition to the other amounts to be withheld as mentioned
elsewhere in the contract agreement. However, half of this amount(withheld)
would be released after five years from the date of completion of the work, if the
performance, as required, is satisfactory. The remaining withheld amount shall be
released after 10 years from the date of completion of work, if the performance, as
required, is satisfactory. If any defect is noticed during the guarantee period, it
shall be rectified by the contractor within seven days of issue of notice to the
contractor, at least temporarily, to the satisfaction of the Engineer-in-charge, till
the permanent rectification of the defects/replacement of defective materials is
carried out by the contractor, in maximum four months period. If not attended to,
the same shall be got done by the Engineer-in-charge through other agency at the
risk and cost of the contractor and the cost, which shall be final and binding on the
contractor, shall be recovered from the amount withheld towards the guarantee as
mentioned above or any other amount due to the contractor. In any case, during
the guarantee period, the contractor along with specialist agency/curtain wall
fabricator shall inspect and examine the work at least once in every year and make
good any defects observed. The contractor shall submit a written certificate in this
regard. A recovery of Rs.10,000/- per year shall be made from the amount,
withheld towards guarantee or any other amount due to the contractor, in event of
not fulfilling this provision. However, the amount withheld as guarantee can be
released in full, if irrevocable bank guarantee, from a Schedule/Nationalized Banks,
of the same amount, for the guarantee period is submitted by the contractor to the
Engineer-in-charge. The defects, if any, shall be rectified in a workmanlike
manner, retaining the same aesthetics and other functional parameters of the
original work.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

156

SPECIAL CONDITION FOR CLAY TILE CLADDING


The Clay tiles of required thickness shall be moulded without frogs. These shall be of
uniform shade, well burnt and shall satisfy the requirements as provided for clay burnt
brick in CPWD general specification and shall be of best quality available. The Clay tiles
when tested in accordance with the procedure laid down in IS:3495 (parts 1 to 4):
after immersion in cold water for 24 hours water absorption shall not be more than 20
percent by weight.
The Clay tiles shall be laid over base plaster of 15mm average thickness with cement
mortar 1:4 (1 cement: 4 course sand. Tile shall be fixed as per procedure laid down
below:
Fixing Procedure of Clay tile cladding:
1. Do not wet the tile. But do wet the base plaster.
2. Next day fix tiles by applying 3mm thick adhesive mixed mortar on back of tile and
pressing them on base plaster. The mortar shall be prepared by mixing liquid polymer
adhesive with neat cement mortar. (1 part of liquid polymer adhesive of
Unistonepolyfix or ArdexEnduras Slurry Bond or equivalent with 3 parts of cement
sand mortar 1:1). Mixing, application and laying of adhesive mortar shall be as per
manufacturers printed instruction.
3. Provide uniform joints of 5mm in between tiles. Use semi dry mix of Cement: fine
sand 1:4 and fill in between joint up to to of the tile depth. Then run finger or a
tool to smoothen the grout.
4. Do not spread grout mix over face of tiles.
5. Wipe tile edges clean with semi-dry cloth. Do not use wet cloth and rub over complete
tile surface.
6. Do not wipe with dripping wet cloth.
7. Water cure the tile cladded surface for a minimum period of seven days.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

157

SPECIAL CONDITION FOR FIRE RESISTANT DOOR (FRD) SHUTTERS

Hollow metal fire rated doors as per IS 3614 part-1 & part-2 for stability and integrity.
Pressed Galvanized steel confirming to IS 277 with the following specification.
Recommended fire door shall have doors tested at CBRI or ARAI for maximum rating of
2hrs with vision panel. Test certificates should be available for vision lites /panels as part
of the fire door assembly. Independent glass test certificates will not be accepted.
Manufacturer test certificate shall cover doors both single and double leaf and all doors
supplied should be within the tested specimen, deviation in specification and sheet
thickness other than what is mentioned in the test certificates are not allowed. Proper
label confirming the type of door and the hourly rating is mandatory. Approved
manufacturer Shakti Hormann or approved equivalent.
Door frame shall be double rebate Kerf frame profile of size 143 x 58mm made out of
1.60mm (16gauge) minimum thick galvanized steel sheet. Frames shall be Mitered and
field assembled with self tabs. All provision should be mortised, drilled and tapped for
receiving appropriate hardware. Frames should be provided with back plate bracket and
anchor fasteners for installation on a finished plastered masonry wall opening. Once
frame installed should be grouted with cement & sand slurry necessary for fire doors on
the clear masonry opening. The frame shall be finished with one coat of self etching Zinc
phosphate primer of 35 micron with over coating of Polyurethene aliphatic grade piant (35
micron) of Akzoneable brand of approved RAL colour. All frame shall have passed
minimum 250 hours of salt spray test.
Door leaf shall be 46mm thick fully flush double skin door with or without vision lite. Door
leaf shall be manufactured from 1.2mm (18guage) minimum thick galvanised steel sheet.
The internal construction of the door should be rigid reinforcement pads for receiving
appropriate hardware. The infill material shall be resin bonded honeycomb core. All doors
shall be factory prepped for receiving appropriate hardware and provided with necessary
reinforcement for hinges, locks, and door closers. The edges should be interlocked with
lock seam. For pair of doors astragals will be provided as required. Vision lite wherever
applicable should be provided as per manufacturers recommendation with a beeding and
screws from inside. The glass should be 6mm clear borosilicate fire rated glass of relevant
rating of the door.
All doors/shutter shall be finished with one coat of self etching zinc phosphate primer of
35 micron with over coating of polyurethane aliphatic grade paint of approved colour. The
door leaf shall have passed minimum 250 hours of salt spray test.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

158

Rate should include supply and installation of door and hardware set as mentioned in the
door and hardware schedule.
2Hrs Fire Rated Door Single leaf of size (1200 x 2100)mm : with vision panel (200 x
300)mm with all necessary hardware set as per instruction of engineer in charge.
Wooden fire retardant door, frames made out of hard wood (Hollock wood) of approved
size with heat activated intumescent seal strip of size 15mm x 3mm suitable for mounting
shutters of 120 minutes fire rating mounted on the rebate of the frame with one coat of
approved brand of fire retardant primer and tested for 120 minutes with and including
embedding frames in floors or walls, cutting masonry for hold fasts with supply and fixing
of M.S. hold fasts as required including CBRI approved non-metallic asbestos free fire
resisting door shutter of 120 minutes fire rating conforming to BS:476 Part-20 & 22,
ISO:3614 Part-II as per

prototype tested and certified at Central Building

Research

Institute, Roorkee, suitable for mounting on door frame. The shutter shall comprise of
52mm thick made out of 2 Nos. 12mm thick non-combustible board with insulation sand
witched in between, faced with 4mm thick water proof commercial ply facing on both
sides and Second Class Teak Wood lipping for smoke sealing on all edges and heat
activated intumescent seal strips of sizes 15mm x 3mm on
bottom)

three sides (excepting

with and including one coat of anti-termite fire retardant primer and wood

finished paint each shutter shall also include 200mm x 200mm Vision Panel of sand
witched glass rated at 120 minutes along with shutter as per CBRI, Roorkee complete etc.
(The Items includes the cost of Door Frame, Door Shutter, Hold Fast, Screws, including all
necessary hardwares as approved by Local Fire Services, fixing charges all taxes,
transportation, sundries etc. complete).
(ii)
a)

TESTING OF FRD SHUTTERS


Destructive Testing for fire resistance of the door shutters along with door frames

shall be done in a accredited laboratory approved by Engineer-in-Charge. The shutters


shall be able to resist thermal stresses and should not fail on account of shrinkage,
cracking or distortion or any other reason, during testing for the duration for which it is
fire rated.

The cost of samples of door shutters along with the frames, packaging,

sealing, transportation of samples to the approved laboratory and testing charges etc.,
shall be borne by the Contractor. At least one finished sample (door shutters fixed to the
door frames with hinges) of door shutters (double leaf) for Two-hour fire rating and one
sample of door shutters (single leaf) for Two-hour fire rating shall be tested. The shutters
along with the door frames shall, therefore, be procured from one of the approved
manufacturer and in one lot only. The glazing / vision panel opening of required size and
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

159

shape shall be made in the door shutters as per the architectural drawings and fire rated
glass panel as per the drawing and item description shall be fixed in the opening including
the beadings as specified.
(b)

The samples shall be randomly chosen by the Engineer-in-Charge, from the lot (of

shutters along with frames) procured and brought to the site of work for fixing.
Therefore, the Contractor shall procure additional numbers of complete door assembly
(shutters and frames), fire rated glass, stainless steel hinges, G.I angle beadings, wooden
beadings etc. taking into account the samples required for the destructive testing. No
claim for hindrance shall be entertained from the Contractor on this account. If the first
selected shutters fail to pass any of the test requirements, two further samples shall be
selected for the testing. Should the test samples from both these additional samples pass,
the material represented by the test samples shall be deemed to comply with the
requirement of the test. Should the test samples from either of these additional samples
fail, the entire lot shall be rejected and replaced by the Contractor at his own cost.
Nothing extra shall be payable on this account and no delay shall be accepted on this
account.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

160

SPECIAL CONDITION FOR VACUUM DEWATERED CONCRETE FLOORING


(i) This specification defines the material, mixing, placing, curing, constructional and
other performance requirements for VACUUM DEWATERING CONCRETE SYSTEM for
concrete floor slab. Any other special requirements shown or noted on the drawings and
directed by the Engineer-in-Charge shall govern over the provision of this specification.
Actual work shall be carried out in accordance with this specification and in consultation
with specialized firm undertaking the job to suit specific requirement at site such as rise
and fall of the floor slab, providing dowels for pedestals etc.
In case of conflict between clauses mentioned in this specification and those in any Indian
Standard, this specification shall prevail.
(ii) WATER-CEMENT RATIO:
Water-cement ratio upto 0.65 shall be allowed to obtain better slump & workability.
Actual ratio shall be decided with approval of the PMC/Engineer-in-charge. Only measured
quantity of water shall be used in the mix.
(iii) SPECIAL REQUIREMENT:
All works covered by this specification shall be carried out by an experienced agency
having sufficient expertise in vacuum dewatering concrete system. Only skilled and
experienced operators shall be employed for the purpose. Prior approval of the agency
shall be obtained from the Engineer-in-Charge before starting the work. All the equipment
shall be of approved and proven types and suitable for the work involved.
(iv) CONCRETE LAYING:
Concrete laying pattern shall be decided in consultation with the PMC/Engineer-in-Charge
and with his approval. The maximum width of a slab strip shall not generally exceed 4
metres and minimum number of construction joints shall be used. Alternate slab strips
shall be sequentially laid. Any damage to the already finished top surface shall be
avoided. At construction joints no overflow of mortal or slurry on the already hardened
surface shall be allowed while concreting the intermediate slab strip. Such construction
joints shall be marked with a thread in a straight line while the concrete is still green.
Continuity of reinforcement shall be maintained while laying concrete in slab strips. Edges
at expansion joints shall be protected and proper arrangement of shear-transfer shall be
provided as per standards.
(v) CONCRETE COMPACTION:
After placing concrete in position, it shall be vibrated thoroughly using poker/needle
vibrators and thereafter leveled with surface vibrators to produce a homogeneous and
smooth concrete surface. In order to achieve a smooth surface, surface vibrators shall be
very carefully used by skilled operators. Over vibration resulting in excess mortar near the
surface shall be avoided.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

161

(vi) DEWATERING:
Suction mats shall be spread over the levelled fresh concrete surface and shall be
connected by suction hose to the vacuum pumps for De-watering of surplus water in the
concrete. During De-watering it shall be ensured that no cement/cement slurry is pumped
out.
(vii) FLOATING & TROWELING:
This shall be done after De-watering by using skim floater (power floater). After this,
surface shall be troweled with minimum two passes of power trowel to achieve a wear
resistant surface.
(viii) APPROACH WORKING PLATFORM & FORM WORK:
The Contractor shall arrange approaches, scaffolding, working platforms etc. for carrying
out the entire operation safely and in a work-man-like manner. The working area shall be
neatly maintained and all the facilities required by the Engineer-in-Charge for proper
supervision of the work shall be provided.
(ix) TREATING CONSTRUCTION JOINTS
6mm wide groove shall cut with mechanical saw true to line upto 1/4th depth of the
concrete thickness. The grove shall be cleaned by air blower. Approved grade of pre
molded polysulphide sealant shall be filled in the cleaned grove up to 10 mm depth with a
backing rod below and allowed to cure before any movement over the joints.
(x) TESTING OF FINISHED FLOOR:
Contractor shall arrange for core cutting and testing of finished concrete over and above
other field tests. Number of test samples and testing procedures shall be as described for
RCC work.
(xi) MEASUREMENT
The work shall be measured in area of the flooring (sqm). The rate shall include vacuum
dewatering, cutting of grove, providing baker rod, polysulphide sealant etc. all complete
as required for the complete item of work. The reinforcement used shall be measured and
paid separately.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

162

SPECIAL CONDITION FOR PRE- CONSTRUCTIONAL ANTI TERMITE


TREATMENT
1. GENERAL
1.1. Anti termite treatment shall be executed through one of the approved agencies.
1.2

The contractor shall furnish the following particulars immediately after the issue of
letter of acceptance by the Department.
a) The name of the special firm
b) The trade names of the product, which would be used.
c) List of works where the treatment has been used.

1.3 The work shall be carried out by trained personnel having experience in application
of Anti-Termite Treatment. Material to be used shall be Herbal product called
Osolin-AT-CT for construction and Osolin AT-WT for wood treatment or other
approved brand.
i.

OSOLIN AT-CT
Application
a) Column Bed : The product shall be hand sprayed in evenly rammed &
prepared foundation column beds before PCC, on to bottom & sides upto a
height of 300mm Or 1 foot (In case of column & plinth beam
foundation)without mixing water and applied @ 0.13 litres/sqm OR upto plinth
level.
b) Column or footings: The treatment shall be continued on all the sides of
vertical & horizontal surfaces of the footings upto 300mm above plinth level.
c) Plinth Beams: All the outer and inner plinth beams shall be treated by the
product on all 4 sides, upto the interior flooring levels.
d) Interior Flooring, Plinth protection and Flagging area: Osolin AT-CT shall also
be sprayed over the rammed & prepared sub floor earth (ie before laying sub
base PCC). The plinth protection and flagging area shall be sprayed @ 0.13
litres/sqm.
e) In all the above said stages, the product should be carpet sprayed on to the
specified surface only and need not be injected by drilling holes or by any
other method.
f)

The sprayer nozzle may be set to Rain sprinkle spray so that the product can
clearly reach the mud surface and cover up the surface homogenously.
ii) OSOLIN AT-WT (Wood Treatment)
a)
The product is to be applied by brush to cut section wood rafters and
beams both in New construction and shall be sprayed on wide ply boards.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

163

b)

Application

New Frames and Furniture: Apply ATC(WT) by a brush to all wooden


section surfaces coming in contact with the masonry work before primer,
painting or varnishing. Apply the product on the needed surface keeping it
in FACE UP position. Spray the product to wide wooden surfaces.
iii) Guarantee
The Contractor shall be responsible to keep the building including wood work and
joinery free of Termite infestation for a period of 10 years from the date of
completion of the project. A Guarantee Bond on Non Judicial stamp paper of
appropriate value to this effect shall be submitted. During this Guarantee period of
10 years any defect with regards to termite infestation noticed shall be rectified by
the Contractor
2. MEASUREMETS: The Complete work of anti-termite treatment shall be measured
for plinth area treated. This includes treatment, to foundations, walls, trenches,
basements, plinth, burried pipes, conduits etc. The extended portions of foundation
and like beyond plinth limit shall be the part of complete work and no extra payment
shall be made.
3. RATES: The rate shall include the cost of all labour and materials involved in all the
operations described above and as per the item description.
4. GUARANTEE FOR ANTI TERMITE TREATMENT
Ten years guarantee in prescribed proforma attached shall be given by the
contractor for the Anti termite treatment. In addition 10% (ten percent) of the cost
of these items of Anti termite under the Earth Work sub head shall be taken in the
form of the B.G. on completion of the work and before releasing of PG for main
work as guarantee to watch the performance of the work executed. However, half
of this amount (withheld) would be released after five years from the date of
completion of the work, if the performance of the anti termite works is satisfactory.
If any defect is issuing of notice by the Engineer-in-Charge and , If not attended to,
the same shall be got done amount retained towards guarantee. In any case, the
contractor and the specialist agency, during the guarantee period, shall inspect and
examine the treatment once in every year and make good any defect observed and
on firm the same in writing. The security deposit can be released in full, if bank
guarantee of equivalent amount, valid for the duration of guarantee period, is
produced and deposited with the Department.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

164

GUARANTEE TO BE EXECUTED BY CONTRACTORS FOR REMOVAL OF DEFECTS AFTER


COMPLETION IN RESPECT OF WATER PROOFING WORKS
The Agreement made this ....................... day of ....................... two thousand and
....................... between....................... son of ....................... of ....................... (hereinafter
called the Guarantor of the one part) and the PRESIDENT OF INDIA (hereinafter called Government
of the other part).
WHEREAS this agreement is supplementary to a contract (hereinafter called the Contract)
dated ............. and made between the GUARANTOR of the one part and the Government of the
other part, whereby the Contractor, inter alia, undertook to render the buildings and structures in
the said contract recited completely water and leak-proof.
AND WHEREAS GUARANTOR agreed to give a guarantee to the effect that the said
structures will remain water and leak-proof for five years from the date of giving of water proofing
treatment.
NOW THE GUARANTOR hereby guarantees that water proofing treatment given by him will
render the structures completely leak-proof and the minimum life of such water proofing treatment
shall be five years to be reckoned from the date after the maintenance period prescribed in the
contract.
Provided that the guarantor will not be responsible for leakage caused by earthquake or
structural defects or misuse of roof or alteration and for such purpose:
(a) Misuse of roof shall mean any operation which will damage proofing treatment, like
chopping of firewood and things of the same nature which might cause damage to the
roof;
(b) Alteration shall mean construction of an additional storey or a part of the roof or
Construction adjoining to existing roof whereby proofing treatment is removed in parts;
(c) The decision of the Engineer-in-Charge with regard to cause of leakage shall be final.
During this period of guarantee the guarantor shall make good all defects and in case of any
defect being found, render the building water-proof to the satisfaction of the Engineer-in-Charge at
his cost, and shall commence the work for such rectification within seven days from the date of
issue of the notice from the Engineer-in-Charge calling upon him to rectify the defects, failing which
the work shall be got done by the Department by some other contractor at the GUARANTORS cost
and risk. The decision of the Engineer-in-Charge as to the cost, payable by the Guarantor shall be
final and binding.
That if GUARANTOR fails to execute the water proofing or commits breach there under then
the GUARANTOR will indemnify the Principal and his successors against all loss, damage, cost,
expense or otherwise which may be incurred by him by reason of any default on the part of the
GUARANTOR in performance and observance of this supplementary agreement. As to the amount of
loss and/or damage and/or cost incurred by the Government the decision of the Engineer-in-Charge
will be final and binding on the parties.
IN WITNESS WHEREOF these presents have been executed by the Obligor ...............and
by....................... and for and on behalf of the PRESIDENT OF INDIA on the day, month and year
first above written.
Signed, sealed and delivered by OBLIGOR in the presence of
1.
2.
Signed for and on behalf of THE PRESIDENT OF INDIA by ............... In the presence of
1.
2.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

165

GUARANTEE BOND FOR REMOVAL OF DEFECTS IN CURTAIN GLAZING & ALUMINIUM


WORKS (USED IN ALUMINIUM WINDOWS, DOORS AND CURTAIN GLAZING).
This Agreement made this ________________ day of ______________________ two thousand
and ____________between ________________ son of ______________(hereinafter called the
Guarantor on the one part) and President of India(hereinafter called Government on the other part).
WHEREAS this agreement is supplementary to a contract (hereinafter called the contract)
dated_________ and made between the GUARANTOR on the one part and the Government on the
other part for construction _________________(Name of the work) where by the GUARANTOR, inter
alia, undertook to render the work of aluminium and curtain glazing in the said contract recited
completely structurally safe, water tight and free from defects in functional performance of glass,
glazed units, anodizing, aluminium sections, EPDM/Silicon gaskets and sealants.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the effect that the said work of
aluminium and curtain glazing in the said contract recited completely will remain structurally stable,
completely leak proof and guaranteed against faulty material and workmanship, powder coated
finishing for ten years from the date of completion of the work under this tender.
NOW THE GUARANTOR hereby guarantees that Curtain glazing and aluminium works executed by
him will remain structural stable completely leak proof and guaranteed against faulty material and
workmanship, powder coated finishing for ten years from the date of completion of the work under this
tender.
The decision of the Engineer-in-charge with regard to cause of defect(s) small be final.
During this period of guarantee, the GUARANTOR shall make good all defects to the satisfaction of the
Engineer-in-charge at his cost and commence the work for such rectification within seven days from the
date of issue of notice from the Engineer-in-charge calling upon him to rectify the defects failing which
the work shall be got done by the department of some other contractor at the GUARANTORs cost and
risk. The decision of Engineer-in-charge as to the cost, payable to the GUARANTOR shall be final and
binding.
That if the GUARANTOR fails to execute the necessary rectification of water proofing or commits breach
there under, then the Guarantor will indemnify Engineer-in-charge and his successors against all loss,
damage, cost expense or otherwise which may be incurred by him by reasons of any default on the part
of GUARANTOR in performance and observance of this supplementary agreement. As to the amount of
loss and / or damage and / or cost incurred by the Government, the decision of the Engineer in
Charge will be final and binding on the parties.
IN
WITNESS
WHEREOF
these
presents
has
been
executed
by
the
Obligator
____________________________________and by _____________________________and for an on
behalf of the President of India on the day, month and year first above written.
Signed, sealed and delivered by OBLIGATOR in the presence of:
1.
2.
SIGNED FOR AND ON BEHALF OF PRESIDENT OF INDIA BY .. in the presence of:
1.
2.
NOTE: The Guarantee bond to be furnished on a Non-Judicial stamp paper worth Rs.100/and shall be duly notarized.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

166

GUARANTEE BOND FOR ANTITERMITE TREATMENT


(For Guarantee to be executed by contractors for removal of defects of anti termite treatment works
after maintenance period)
This agreement made this______________________ day of ____________________________ two
thousand
_______________________________________________
between
M/s.
_________________________________ (hereinafter called the Guarantor of the one part) and the
PRESIDENT OF INDIA (hereinafter called the Government of the other part.)
Whereas this agreement is supplementary to the contract (hereinafter called the Contract)
dated__________ made between the Guarantor of the one part and Government of the other part,
whereby the Contractor, inter-alia, undertook to render the buildings and structure in the said contract
recited, completely termite proof.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the effect that the said structure will
remain termite proof for ten years to be reckoned from the date after the maintenance period
prescribed in the contract expires.
NOW THE GUARANTOR hereby guarantees that the anti-termite treatment provided by him will render
the structures completely termite proof and the minimum life of such anti-termite treatment shall be ten
years to be reckoned from the date of after the maintenance period prescribed in the contract expires.
Provided that the Guarantor will not be responsible for damages caused due to structural defects or
misuse of premises/area.
a) Misuse of premises shall mean any operation which will disturb the chemical barrier like excavation
under floors, breaking of walls at G.L. disturbing the treatment already carried out.
The decision of the Engineer-in-Charge with regard to cause of damage shall be final.
During this period of guarantee the guarantor shall make all the arrangements to do the post
constructional anti-termite treatment in all the buildings in case of any termite nuisance being found in
the building, to the satisfaction of the Engineer-in-Charge at the cost of guarantor and shall commence
the work for such treatment within seven days from the date of calling upon him to rectify the defects,
by the Engineer-in-Charge, failing which the work shall be got done by the Department by some other
contractor at the GUARANTORS COST and risk. The decision of the Engineer-in-Charge as to the cost
payable by the Guarantor shall be final and binding.
That if the Guarantor fails to execute the anti-termite treatment or commits breaches hereunder then
the Guarantor will indemnify the principal and his successors against all loss, damage, cost, expense or
otherwise which may be incurred by the Department by reason of any default on the part of the
GUARANTOR in performance and observance of this supplemental agreement. As to the amount of loss
and/or damage and/or cost incurred by the Government, the decision of the Engineer-in-Charge will be
final and binding on the parties.
IN
WITNESS
WHEREOF
these
presents
have
been
executed
by
the
Obligor
__________________________and by________________________________________ and for and on
behalf of the PRESIDENT OF INDIA on the day, month and year first above written.
SIGNED, sealed and delivered by OBLIGOR in the presence of :
1.
2.
SIGNED

FOR

AND

ON

BEHALF

OF

THE

PRESIDENT

OF

INDIA

.............................................................................................................in the presence of:


1.
2.
**

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

BY

167

LIST OF APPROVED MAKES


SL.

MATERIAL

MAKES/MANUFACTURER

No.
A

CIVIL WORKS

Anti - Termite Treatment

Chemical Admixtures

Heat Reflective Glass

Glaverbel/Asahi India / Saint Gobain/

Adhesive For Door Work

Fevicol/Vamicol/Dunlop

Dash Fasteners

Door Locks

Sika/STP/Cicotechltd/Pidilite/Fosroc/Fairmate/Mc
Bouchemie/ Chokesy/BASF

Hilti/ Faischer/ Bosch/ Canon


Godrej/ Harrison/ Link

Aluminium Doors & Windows Fixtures/

Everlite / Argent/ Classic/ Crown/ Earl Bihari

Fitting

Extruded Polystyrene Board

Bitumastic Fibre Board

10

Expansion Joint System

11

Fire Doors

12

Flush Door Shutters

13

Osolin, or Equivalent Agencies.

Styrofoam By Dow Chemicals/ Insuboard By Supreme


Indus Ries
Shalimar Tar Product/Fosroc/BASF
Hercules / J. Sons/Kantaflex
Navair/ Shakti - Met Dor/ Godrej
Duro/Greenply/Century/Kutty/Kitply/Archid ply
Arkay/ Godrej/ D-Line/ Carl-F

Stainless Steel Hardware

Duro/ Century/ Greenlam/ Formica/ Decolam/ Euro

14

Laminates

15

Plywood/ Blockboard/ Ply Board

16

Pre- Laminated Particle Board

Anchor/ Novapan/ Century/ Green Ply/Archidply

PVC Continuous Fillet For Periphery

Roop/ Anand/ Forex Plastic/ Nagalia

17

Duro/ Greenply/Century/ Kitply/ Greenlam/


Marrino/ Greenply/ Euro

Packing of Glazings/ Structural/


Glazings

Correction -NIL
Insertion - NIL
Deletion - NIL

Novapan/

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

168

18

Stainless Steel Bolts, Washers, Nuts &

Kundan/ Puja/ Atuli

Screws

19

Stainless Steel Friction/Spring Hinges

20

M.S. Pipe

21

Ceramic Tiles

22

Ceramic Tiles Adhesive

23

Compressed Chequered Tiles

24

Vacuum Dewatered Flooring

Earl Bihari/ Securistyle/ Ebco /Arkay


Jindal/ Prakash- Surya/ Kalinga/ Tata / TT Swastik
Nitco/ Naveen/ Bell/ H.R. Johnson/ Kajaria/
Somany/Asian
Cico Tech Ltd / Bell/ Pidilite/Bal Endura/ BASF/Sika/Fair
Mate
Johnson/ Somany/ Kajaria/ Spartek/ Nitco/ Orient/ Bell /
Scorpio/ Asian
Tremix/ Sun Build/ Avcon Technics
Nitco/ Naveen/ Bell/ H.R. Johnson(Marbonite)/ Kajaria/

25

26

Vitrified Tiles

Somany / Asian

Thermal Insulation/Rockwool/Mineral
Wool/Puf

M/S

Lloyd

Insulations

India

Ltd./

Malarpur

Entech/Armacell
Shalimar Tar Products/ IWL (India) Ltd. / Llyod
Insulations India Ltd. / Chemisol Adhesive Pvt. Ltd.

27

Waterproofing Agencies/ Material

Mumbai/

Indian

Water

Proofing

/Overseas

Water

Proofing/ (Chemistik) Texas Ltd/ Fosroc /Sika / Cico Tech


Ltd/ Mc Boucheme/ BASF
28

Metal Sheet Roofing

M/S Lloyd Insulations India Ltd./ M/S Kirby/ M/s Tata


Blue Scope/ M/s Inter Arch/ Karthik Roofing

29

Distemper/Acrylic Washable Distemper

30

Other Paints/ Primer

31

Plastic Emulsion Paint

32

Synthetic Enamel Paints

33

Resin Based Paints

34

External Emulsion Paint

35

Texture Paint

Correction -NIL
Insertion - NIL
Deletion - NIL

Paints Etc Shall Be First Quality of ICI, Berger, Asian,


Shalimar, Nerolac and Johnson & Nicholsan

Berger/ Johnson & Nicholsan /Narolac/Asian / ICI

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

169

Modi/ Saint Gobain (Sg)/ Asahi India / GSC/ ATUL

36

Clear Glass/ Clear Float Glass/


Toughened Glass

37

Gypsum False Ceiling

38

Metal False Ceiling

Nittobo/ Armstrong/ Durlum/ Trac/ Uniment/Hunter


Duglus

39

Polysulphide Sealant

Pidilite/ Fosroc/ Choksey /Sika, Mc Bouchemie, BASF/Fair


Mate

40

Aluminium Extrusion

Indal/ Hindalco/ Jindal.

41

Door Closer / Floor Spring

Godrej/Dorma/Everite/ Hardwyn/Master

India Gypsum/ Laffarge /St. Gobain (Gyproc)

ACC, Ultratech, Vikram, Shree Cement, Ambuja, Jaypee


42

Cement, Chettinad, Coramandal, Ramco, Zuari, Century

Cement

Cement & J.K. Cement


ACC/ Unitech/RMC Ltd./ L&T / Coromandal/ Computrised

43

Ready Mix Concrete

44

Reinforcement Steel

45

Calcium Silicate Boards

Hilux / Aerolite / Armstrong

46

Cacium Silicate Tiles

Aerolite / Hilux/Armstrong

47

E.P.D.M. Gaskets

Anand Reddiplex/ Enviro Seals

48

Flexi Tape

Norton/ Bizzare

49

Glass Fibre Acoustical Tiles

Ecophon/ Up Twiga

Silicon Sealants (I) Weather Sealant

Ge- Silicon/ Pidilite/Choksey/ Wacker/ Forsoc/ Cico/ Dow

(Ii) Structural Glazing Sealant

Corning/ Sika

50
51

White Cement

52

False Floor S5ystem

53

Protective Coating

Correction -NIL
Insertion - NIL
Deletion - NIL

BMC Plant By Contractor/ Poab Sons/ PTC


SAIL, Tata Steel Ltd., RINL, Jindal Steel & Power Ltd. and
JSW Steel Ltd., IISCO

Birla White/ J.K. / Grasim


Dg False Flooring & Technologies Pvt. Ltd/United Access
Floor Pvt. Ltd.
BASF or Equivalent

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

170

54

Acostical Wall And Ceiling System

Gyproc or Equivalent

55

Vitreous china sanitary ware

Hindware / Parryware /Cera /Commander

56

W.C. seats & cover

Hindware / Parryware /Cera /Commander

57

Stainless Steel sinks

Jayna/Kingston/ Neelkanth /Nirali

58

C.P. fittings & accessories & flush


valves

Jaquar/Parko/ Kingston/Hindware / Ess-Ess

59

Liquid soap dispenser

Chilly/Euronics/Camry/ Utec / Kopal

60

UPVC pipes & fittings conforming to IS


: 13592

Supreme / Finolex / Prince /AKG / Kisan

Ductile iron pipes (IS:8329)

Electrosteel/Kesoram/Jindal

Ductile iron fittings (IS:9523)

Electrosteel/Kesoram/Jindal/Kartar

63

RCC pipes

Indian Hume Pipe/Pragati Concrete Udyog/Thirunelveli


Spun Pipes/Thuluvanikkal Pipes

64

G.I. pipes

Tata/ Jindal / Prakash / Surya

65

Malleable cast iron fittings

R/Ks / Unik / Zoloto

66

CPVC pipes & fittings

Ajay / Astral / Ashirwad /Supreme/Flow Guard

67

UPVC pipes conformingto IS: 49852000

Supreme / Finolex / AKG / Kisan/ Flow Guard

68

Gun metal valves (fullway, check and


globe valves)

Zoloto / Leader / Sant/Kartar/Atam

69

C.I. valves
(fullway, check and globe valves)

Zoloto/ Kirloskar / Sant / Castle / Kartar/Atam

70

Ball cocks, check & foot valve, prv, air


valve

GPA/Sant/L & K / Tbs / Zoloto/Atam

71

C.I. manhole covers and frames

Neco / R.I.F. / B.C. /Neer/Hepco/Skf

72

Stainless Steel/C P grating

Chilly/Camry

73

RCC/SFRC manhole covers/precast


RCC grating

KK / S K precast concrete/advent concretovision

61
62

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

171

74

PVC-u pipes for sewerage and drainage


conforming
to IS:15328:2003

Supreme / Finolex / Kisan/Flow Guard

75

Mirror

Atul/ Modi Guard /Golden Fish / Saint Gobain

76

High density polyethylene(HDPE) water


storage tank

Sintex / Rotex / Fusion Plasto / Polycon

NOTE: Equivalent material and finishes of any other specialized make may be used,
in case it is established that the brands specified above are not available in the
market but only after approval of the alternate brand by the Engineer-in-charge.
The contractor shall quote his rates on the basis of the price of best quality product
of the brand / make in case any particular brand of item is not acceptable to the
client, the contractor shall supply items of other approved brands at no extra cost.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE/IISER TVM PSD-1

EE /IISER TVM PD - I

PART-C

MINOR COMPONENT- ELECTRICAL


SCHEDULE A TO F, ADDITIONAL CONDITIONS
(Page 172 to 380)

Correction-Nil
Insertion-Nil
Deletion-Nil

AE/IISER TVM PSD-1

EE/IISER TVM PD - I

172

PROFORMA OF SCHEDULES
ELECTRICAL WORKS [Composite Tender -MINOR COMPONENT]
SCHEDULE A
Schedule of quantities (as per PWD-3): Enclosed in page No. 452 - 553
SCHEDULE 'B'
Schedule of materials to be issued to the contractor.
S.No.

Description of item

Quantity

Unit

Rates at which
the material
will be charged
to the
contractor
5

Place of issue

SH-I : WIRING
1

20mm dia MS conduit

2600

127/-

1.5mm2 PVC wire

15000

16/-

Electronic fan Regulator

41

each

766/-

SH-II : LIGHT, FAN FIXTURES AND IT'S


ACCESSORIES (Inside Buildings)
4

2 X 18W CFL surface mounted


downlighter (Philips Cat No. PHILIPS FCS105)

137

each

3298/-

1 X 28W wall mounted light


fixture (Philips Cat Each TCH
207/1XTL5-28W/830,840&865

each

863/-

4 x 14W recess mounted light


fixture (Bajaj Cat No.-BTMRA 414
CAT II WH, Philips Cat No. TBS
869 / 414 D8 HF)

754

each

3108/-

1 x 9W CFL surface mounted


bulkhead light fixture ( Philips Cat
No. FXC 101,WKP 14 / 1X CFL
9W)

99

each

1202/-

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

At IISER
Project site as
and when
required, as is
where is
condition

173

1 x 14 W wall mounted mirror


light fixture ( Philips Cat No. TWG
207/1 X TL5 14W )

each

670/-

1 x 28W wall mounted mirror


light fixture ( Philips Cat No. TWG
207/1 X TL5 28W)

29

each

847/-

10

1 X 28W surface mounted light


fixture (Philips Cat No. TCW
097/128 HF)

72

each

3779/-

11

1 X 70W Metal halide lamp based


wall mounted light fixture (
Philips Cat No. RVP 339 1xCDMTD 70R )

10

each

4866/-

12

3 X 24W recess mounted light


fixture (Trilux Cat No. LIVENTY
600 OT324 01ELEVENTY)

17

each

20100/-

13

3 x 14W recess mounted light


fixture with high frequency
dimmable ballast (Trilux Cat No.
3623 RPX/14ED)

each

11250/-

SH.III:-SUB DISTRIBUTION BOARDS (


SDB)
14

8 WayTPNDB(Vertical), Double
door

15

each

9719/-

15

12 WayTPNDB(Vertical), Double
door

35

each

11459/-

SH.IV:- LT CABLES, CABLE TRAYS AND


DWC HDPE PIPE
16

4 Cx10 Sqmm,1.1KV,XLPE, LT
Cable

410

135/-

17

3 Cx25 Sqmm,1.1KV,XLPE, LT
Cable

120

164/-

18

3 Cx16Sqmm,1.1KV,XLPE, LT
Cable

225

126/-

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

174

19

2 C x16Sqmm,1.1KV,XLPE, LT
Cable

80

119/-

20

200 mm dia DWC HDPE pipe (OD


200mm / ID 170mm)

280

465/-

SH.V INTERNAL DUCTING


21

225 mm x 38 mm x 1.6 mm (3
compartment) GI Floor trunking
(MK Cat No UMDX 225/3/6,)

325

1410/-

22

Jointing sleeves for connecting


raceways

124

each

156/-

23

Vertical access unit for 90 degree


(L) bend

305

each

2880/-

each

57600/-

SH.VI:- DISTRIBUTION BOARDS


24

ELFDBPS (-1 LVL ) (Wall


Mounted)
Incoming
a) 1 no. 160 A, 4P MCCB, 25 kA
b) 0-160A ammeter and ammeter
selector
switch with 160/5A CTs 1 set.
c) Set of phase indicating lamp
(LED Type) with
2A, SP MCB 1 set.
Bus bar
4 Strip aluminium bus bar of 250
A, 415 V
capacity with heat shrinkable
coloured sleeves
complete for withstanding 25 kA
fault 1 set

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

175

Outgoing
a) 40 A, 4P MCB, 10 KA 5 no.
b) 25 A, 4P MCB, 10 KA 1no.
25

UPSFDBPS (ENTRY LVL) (Floor


Mounted)

each

48155/-

each

211515/-

Incoming
a) 1 no. 160 A, 4P MCCB, 25 kA
b) 0-160A ammeter and ammeter
selector
switch with 160/5A CTs 1 set.
c) Set of phase indicating lamp
(LED Type) with
2A, SP MCB 1 set.
Busbar
4 Strip aluminium bus bar of 250
A, 415 V
capacity with heat shrinkable
coloured sleeves
complete for withstanding 25 kA
fault 1 set.
Outgoing
a) 63 A, 4P MCB, 10 kA 5 no.
b) 40 A, 4P MCB, 10 kA 3no.
c) 32 A, DP MCB, 10 kA 3no.
26

EPFDBPS (Floor Mounted)(+2lvl)

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

176

Incoming
a) 1 no. 160 A, 4P MCCB, 35 kA
b) 0-160A ammeter and ammeter
selector
switch with 160/5A CTs 1 set.
c) Set of phase indicating lamp
(LED Type) with
2A, SP MCB 1 set.
Busbar
4 Strip aluminium bus bar of 250
A, 415 V
capacity with heat shrinkable
coloured sleeves
complete for withstanding 35 kA
fault 1 set
Outgoing
a) 63 A, 4P MCCB, 35 kA 6 no
27

ELFDBCS (-1LVL)(Wall Mounted)

each

57600/-

Incoming
a) 1 no. 160 A, 4P MCCB, 25 kA
b) 0-160A ammeter and ammeter
selector
switch with 160/5A CTs 1 set.
c) Set of phase indicating lamp
(LED Type) with
2A, SP MCB 1 set.
Busbar

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

177

4 Strip aluminium bus bar of 250


A, 415 V
capacity with heat shrinkable
coloured sleeves
complete for withstanding 25 kA
fault 1 set
Outgoing
a) 40 A, 4P MCB, 10 kA 5 no.
b) 25 A, 4P MCB, 10 kA 1no.
28

EPFDBPS (+1LVL)(Floor
Mounted)

each

269112/-

Incoming
a) 1 no. 200 A, 4P MCCB, 35 kA
b) 0-200A ammeter and ammeter
selector
switch with 200/5A CTs 1 set.
c) Set of phase indicating lamp
(LED Type) with
2A, SP MCB 1 set.
Busbar
4 Strip aluminium bus bar of 300
A, 415 V
capacity with heat shrinkable
coloured sleeves
complete for withstanding 25 kA
fault 1 set
Outgoing
a) 100 A, 4P MCCB, 25 kA 5 no.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

178

b) 63 A, 4P MCCB, 25 kA 9 no.
c) 40 A, 4P MCCB, 25 kA 1 no.
29

EPFDBPS +1 level 2

each

234179/-

each

254009/-

Incoming
a) 1 no. 200 A, 4P MCCB, 35 kA
b) 0-200A ammeter and ammeter
selector
switch with 200/5A CTs 1 set.
c) Set of phase indicating lamp
(LED Type) with
2A, SP MCB 1 set.
Busbar
4 Strip aluminium bus bar of 300
A, 415 V
capacity with heat shrinkable
coloured sleeves
complete for withstanding 35 kA
fault 1 set
Outgoing
a) 63 A, 4P MCCB, 35 kA 6 no.
30

EPFDBPS +2 LVL (Floor


Mounted)
Incoming
a) 1 no. 250 A, 4P MCCB, 35 kA
b) 0-250A ammeter and ammeter
selector
switch with 250/5A CTs 1 set.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

179

c) Set of phase indicating lamp


(LED Type) with
2A, SP MCB 1 set.
Busbar
4 Strip aluminium bus bar of 400
A, 415 V
capacity with heat shrinkable
coloured sleeves
complete for withstanding 35 kA
fault 1 set
Outgoing
a) 63 A, 4P MCCB, 35 kA 10 no.
31

ACDBPS (Wing C)(Floor


Mounted)

each

136920/-

Incoming
a) 1 no. 200 A, 4P MCCB, 35 kA
b) 0-200A ammeter and ammeter
selector
switch with 200/5A CTs 1 set.
c) Set of phase indicating lamp
(LED Type) with
2A, SP MCB 1 set.
Busbar
4 Strip aluminium bus bar of 300
A, 415 V
capacity with heat shrinkable
coloured sleeves
complete for withstanding 25 kA
fault 1 set
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

180

Outgoing
a) 125 A, 4P MCCB, 25 kA 2 no.
b) 40 A, 4P MCCB, 25 kA 2 no.
c) 32 A, 4P MCCB, 25 kA 5 no.
SH:XI:- UPS SYSTEM
32

2X200 KVA (parallel redundant)


UPS System

each

5936239/-

33

362 AH Cadmium battery for 200


KVA UPS

each

4676740/-

each

65000/-

6600

16/-

SH:XV:- HYDRANT SYSTEM


34

900 LPM x 35 M Head, Terrace


pump for fire fighting

SH:XVII:- FIRE ALARM SYSTEM WORKS


35

1.5 sq mm shielded and stranded


insulated FRLS copper conductor
cable

SH:XX:- HVAC
Variable Refrigerant Flow (VRF)
System
36

64 HP Outdoor unit

set

1315000/-

37

48 HP Outdoor unit

set

985000/-

38

36 HP Outdoor unit

set

745000/-

39

24 HP Outdoor unit

set

545000/-

40

0.8 TR Indoor unit

45

each

26000/-

41

1 TR Indoor unit

11

each

28000/-

42

'Y' and header refrigerant joints

134

each

8250/-

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

181

43

Centralised system controller

each

97056/-

44

Integrated Data Management


Control System

each

32462/-

SCHEDULE 'C'
Tools and plants to be hired to the contractor
S.No.

Description

Hire charges per day

Place of Issue

Nil

Nil

Nil

Nil

SCHEDULE D
Extra schedule for specific requirements/document for the work, if any:
NIL
SCHEDULE ' E
Reference to General Conditions of contract: GCC 2014, CPWD Form 7 modified and
corrected up to and including No. DGW/CON/286
dated 30.06.2015.
Name of Work:

Construction of Civil Structures and other Infrastructure facilities for Academic

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

(I)Estimated cost of work : Rs. 139,64,20,913/[Civil: Rs. 104,1924574/- + Electrical: Rs. 35,44,96,339/-]

(II) Earnest Money

Rs. 14964209/-

(ii) Performance Guarantee

: 5% of tendered value

(iii) Security Deposit

: 2.5% of tendered value

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

182

Or
2.5% of tendered value plus 50% PG for contracts
involving maintenance of the building and service/
other work after construction of same building and
service/other work.
SCHEDULE ' F
GENERAL RULES & DIRECTIONS:
Officer inviting tender:

Executive Engineer, IISER TVM Project Division -1, CPWD,


Thiruvananthapuram.

Definitions:
2(v) Engineer-in-Charge

2(viii) Accepting Authority

Executive Engineer, Trivandrum Central Electrical Division,


CPWD, Thiruvananthapuram or successor thereof.
Chief Project Manager, IISER TVM Project Zone,
CPWD, Trivandrum or successor thereof.

2(x)

Percentage on cost of materials and


Labour to cover all overheads and profits:

2(xi)

Standard Schedule of Rates:

Delhi Schedule of Rates 2014 with correction


slips No.DG/DSR/08 dtd.23.04.2015

(xii)

Department

Central Public Works Department

9(ii)

Standard CPWD Contract Form:

15%

GCC 2014 CPWD Form 7 modified and


corrected up to and including No.
DGW/CON/286 dated 30.06.2015.

Clause 1
(i) Time allowed for submission of Performance Guarantee,
Programme Chart (Time and Progress) and applicable
labour licenses, registration with EPFO, ESIC and
BOCW Welfare Board or proof of applying thereof
from the date of issue of letter of acceptance

: 7 (Seven) days

(i) Maximum allowable extension with late fee @ 0.1% of


Performance Guarantee amount per day beyond the
period provided in (i) above

: 15 days

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

183

Clause 2
Authority for fixing compensation under clause 2:

Clause 2A
Whether Clause 2A shall be applicable

Chief Project Manager, IISER TVM


Project Zone, CPWD,
Thiruvananthapuram
or successor thereof.

Yes

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

22 (Twenty Two) days

Mile stone(s) as per table given below:


S.No.

Description of Milestone (Physical)

Time allowed in
days(from date of
start)

Amount to be with-held in
case of non achievement
of mile stone

Same as per page 58 to 61 of


major component.

Time allowed for execution of work

24 (Twenty four) Months

Authority to decide:
(i) Extension of time

Executive Engineer, IISER TVM


Project Division - I, CPWD,
Thiruvananthapuram
or successor thereof.

(ii) Rescheduling of milestones

Chief Project Manager, IISER TVM


Project Zone, CPWD,
Thiruvananthapuram
or successor thereof.

(iii)Shifting of date of start in case of


delay in handing over of site

Chief Project Manager, IISER TVM


Project Zone, CPWD,
Thiruvananthapuram
or successor thereof.

Clause 6, 6A
Clause applicable - (6 or 6A)
Correction -NIL

Clause 6A

Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

184

Clause 7
Gross work to be done together with net payment
/adjustment of advances for material collected,
if any, since the last such payment for being
eligible to interim payment

Clause 7A
Whether Clause 7A shall be applicable

Rs. 50 Lakhs
(Rupees Fifty lakhs only)

Yes
No Running account bill
shall be paid for the work till the applicable labour licenses, registration with
EPFO, ESIC and BOCW Welfare Board, whatever applicable are submitted by
the associated contractor to the Engineer-in-Charge.
Clause 10A
List of testing equipment to be provided
by the contractor at site lab.

As per Annexure I of
major component

Whether Clause 10 B (ii) shall be applicable

Yes

Clause 10C

Not Applicable

Clause 10B (ii)

Clause 10CA
S.N.

Material covered
under this clause

Nearest Materials (other than


cement, reinforcement bars and the
structural steel) for which All India
Wholesale Price Index to be
followed

Refer schedule A to F of major component

Base Price of all


Materials covered
under clause 10
CA*

* Base price of all the materials covered under clause 10 CA is to be mentioned at the
time of approval of NIT.

Clause 10CC
Clause 10 CC to be applicable in contracts where the stipulated period
of completion exceeding the period shown in next column
:More than 12
months
Schedule of component of other Materials, Labour, POL etc.
for price escalation.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

185

Component of civil (except materials covered


Under clause 10CA) /Electrical construction Materials) - :
expressed as percent of total value of work.
Component of Labour
expressed as percent of total value of work.
:
Component of P.O.L. expressed as percent of total value of work.

Xm=40%

Y = 25%

Z = NIL%

Note: Xm..% should be equal to (100) (materials covered under clause 10 CA i.e.
cement, steel and other material specified in clause 10 CA + Component of Labour +
Component of P.O.L
Clause 11
Specifications to be followed for execution of work: CPWD Technical Specifications for
Electrical works Part-I Internal (2013),
Part II External (1994), Part III Lifts &
Escalators (2003), Part-IV Substation
(2007), Part-V Wet Riser & Sprinkler
System(2006), HVAC 2004 Part and with
up to date
amendments and to confirm to the Indian
Electricity Act & rules and Direction of
Engineer-in-charge and Additional
Conditions.
Clause 12
Type of work :
12.2. & 12.3

12.5

Original & Project work

Deviation Limit beyond which clauses


12.2 & 12.3 shall apply for building work
(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 head of DSR and or related items.

Clause 16
Competent Authority for
deciding reduced rates

30%

30%

100%

Chief Project Manager, IISER TVM Project


Zone, CPWD, Thiruvananthapuram
or successor thereof.

Clause 18
List of mandatory machinery, tools & plants
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

186

to be deployed by the contractor at site: -

As per Annexure II

of civil

Clause 25 (1)
Claim Amount

Up to 25 lakhs

More than 25 lakhs

Chairman

Director(WORKS cum TLQA) (SR)II

Chief Project Manager, NIT


Project Zone, Calicut.

Member

Executive Engineer, Trivandrum Central


Division

Director of works (SR) II

Member

Executive Engineer(P), O/o CE(SZ)V

Superintending Engineer,
Trivandrum Central Circle

Presenting Officer

Executive Engineer in charge of the


work

Superintending Engineer incharge /Executive Engineer


in charge of the work

Clause 36 (i)
Requirement of Technical Representative(s) and recovery Rate
Sl.
No.

Minimum
Qualification of
Technical
Representative

Discipline

Designation
(Principal
Technical/
Technical
Representative)

Minimu
m
Experien
ce

Number

Rate at which
recovery shall be
made from the
contractor in the
event of not
fulfilling provision
of clause 36(i)
Figures Words

Refer schedule A to F of major component

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

Clause 42

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

187

(i) (a) Schedule/statement for determining theoretical quantity of cement & bitumen on the
basis of Delhi Schedule of Rates 2014 printed by C.P.W.D.
ii)
(i) (a) Schedule/statement for determining theoretical quantity DSR 2014 with
of cement & bitumen on the basis of Delhi Schedule of correction slips
Rates
No.DG/DSR/07
(ii)
Variations permissible on theoretical quantities:
(a) Cement
For works with estimated cost put to tender more than
Rs. 5 lakh.
Bitumen for all works

(b) Steel Reinforcement and structural steel sections for


each diameter, section and category
(c) Paint

(d) Vitrified/ Ceramic floor tiles

2% (Two percent)
plus / minus .
2.5% (Two point five
percent) plus only and
nil on minus side.
2% (Two percent) plus
/ minus
As per co-efficient of
standard Delhi Analysis
of Rate 2014
2.5% (Two point five
percent) plus only.

(e) Ceramic glazed wall tiles

2.5% (Two point five


percent) plus only.

(f)

15% (Fifteen percent)


plus only.
15% (Fifteen percent)
plus only.
5% (Five percent) plus
only.

Granite stone slab

(g) Kota stone slab


(h) Calcium silicate false ceiling tiles

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION


S. No.

Description of Item

Rates in figures and words at which


recovery shall be made from the
Contractor
Excess
beyond
permissible
variation

20mm dia MS conduit

1.5mm2 PVC wire

Less use
beyond
permissible
variation

Rs.127/- per
metre

Rs. 254/per metre

Rs. 16/per metre

Rs. 32/per metre

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

188

Electronic fan Regulator

2 X 18W CFL surface mounted


downlighter (Philips Cat No. -PHILIPS
FCS105)
1 X 28W wall mounted light fixture
(Philips Cat Each TCH 207/1XTL528W/830,840&865
4 x 14W recess mounted light fixture
(Bajaj Cat No.-BTMRA 414 CAT II WH,
Philips Cat No. TBS 869 / 414 D8 HF)

Rs.766/per each

Rs.1532/per each

Rs. 3298 /per each

Rs. 6596 /per each

Rs.863 /per each

Rs.1726 /per each

Rs.3108/per each

Rs.6216/per each

1 x 9W CFL surface mounted bulkhead


light fixture ( Philips Cat No. FXC
101,WKP 14 / 1X CFL 9W)

Rs. 1202/per each

Rs. 2404/per each

1 x 14 W wall mounted mirror light


fixture ( Philips Cat No. TWG 207/1 X
TL5 14W )

Rs.670 /per each

Rs.1340 /per each

1 x 28W wall mounted mirror light fixture


( Philips Cat No. TWG 207/1 X TL5 28W)

Rs. 847/per each

Rs. 1694/per each

10

1 X 28W surface mounted light fixture


(Philips Cat No. TCW 097/128 HF)

Rs.3779 /per each

Rs.7558/per each

11

1 X 70W Metal halide lamp based wall


mounted light fixture ( Philips Cat No.
RVP 339 1xCDM-TD 70R )

Rs.4866/per each

Rs.9732/per each

12

3 X 24W recess mounted light fixture


(Trilux Cat No. LIVENTY 600 OT324
01ELEVENTY)

Rs.20100 /per each

Rs.40200 /- per each

13

3 x 14W recess mounted light fixture


with high frequency dimmable ballast
(Trilux Cat No. 3623 RPX/14ED)

Rs.11250 /per each

Rs.22500 /- per each

14

8 WayTPNDB(Vertical), Double door

Rs.9719/per each

Rs.19438/- per each

15

12 WayTPNDB(Vertical), Double door

Rs.11459 /per each

Rs.22918 /- per each

16

4 Cx10 Sqmm,1.1KV,XLPE, LT Cable

Rs.135/per metre

Rs.270/per metre

17

3 Cx25 Sqmm,1.1KV,XLPE, LT Cable

Rs.164 /per metre

Rs.328 /- per metre

18

3 Cx16Sqmm,1.1KV,XLPE, LT Cable

Rs.126/per metre

Rs.252/- per metre

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

189

19

2 C x16Sqmm,1.1KV,XLPE, LT Cable

Rs.119 /per metre

Rs.238/- per metre

20

200 mm dia DWC HDPE pipe (OD


200mm / ID 170mm)

Rs.465 /per metre

Rs.930/-per metre

21

225 mm x 38 mm x 1.6 mm (3
compartment) GI Floor trunking (MK Cat
No UMDX 225/3/6,)

Rs.1410 /per metre

Rs.2820/per metre

22

Jointing sleeves for connecting raceways

Rs.156/Per each

Rs.312/per each

23

Vertical access unit for 90 degree (L)


bend

Rs.2880 /per each

Rs.5760/per each

24

ELFDBPS (-1 LVL ) (Wall Mounted)

Rs.57600 /per each

Rs.115200/per each

Rs.48155 /per each

Rs.96310/per each

Incoming
a) 1 no. 160 A, 4P MCCB, 25 kA
b) 0-160A ammeter and ammeter
selector
switch with 160/5A CTs 1 set.
c) Set of phase indicating lamp (LED
Type) with
2A, SP MCB 1 set.
Busbar
4 Strip aluminium bus bar of 250 A, 415
V
capacity with heat shrinkable coloured
sleeves
complete for withstanding 25 kA fault 1
set
Outgoing
a) 40 A, 4P MCB, 10 KA 5 no.
b) 25 A, 4P MCB, 10 KA 1no.
25

UPSFDBPS (ENTRY LVL) (Floor


Mounted)

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

190

Incoming
a) 1 no. 160 A, 4P MCCB, 25 kA
b) 0-160A ammeter and ammeter
selector
switch with 160/5A CTs 1 set.
c) Set of phase indicating lamp (LED
Type) with
2A, SP MCB 1 set.
Busbar
4 Strip aluminium bus bar of 250 A, 415
V
capacity with heat shrinkable coloured
sleeves
complete for withstanding 25 kA fault 1
set.
Outgoing
a) 63 A, 4P MCB, 10 kA 5 no.
b) 40 A, 4P MCB, 10 kA 3no.
c) 32 A, DP MCB, 10 kA 3no.
26

EPFDBPS (Floor Mounted)(+2lvl)

Rs.211515 /per each

Rs.423030/per each

Incoming
a) 1 no. 160 A, 4P MCCB, 35 kA
b) 0-160A ammeter and ammeter
selector
switch with 160/5A CTs 1 set.
c) Set of phase indicating lamp (LED
Type) with
2A, SP MCB 1 set.
Busbar
4 Strip aluminium bus bar of 250 A, 415
V

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

191

capacity with heat shrinkable coloured


sleeves
complete for withstanding 35 kA fault 1
set
Outgoing
a) 63 A, 4P MCCB, 35 kA 6 no
27

ELFDBCS (-1LVL)(Wall Mounted)

Rs.57600 /per each

Rs.115200/per each

Rs.269112 /per each

Rs.538224/per each

Incoming
a) 1 no. 160 A, 4P MCCB, 25 kA
b) 0-160A ammeter and ammeter
selector
switch with 160/5A CTs 1 set.
c) Set of phase indicating lamp (LED
Type) with
2A, SP MCB 1 set.
Busbar
4 Strip aluminium bus bar of 250 A, 415
V
capacity with heat shrinkable coloured
sleeves
complete for withstanding 25 kA fault 1
set
Outgoing
a) 40 A, 4P MCB, 10 kA 5 no.
b) 25 A, 4P MCB, 10 kA 1no.
28

EPFDBPS (+1LVL)(Floor Mounted)


Incoming
a) 1 no. 200 A, 4P MCCB, 35 kA
b) 0-200A ammeter and ammeter
selector

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

192

switch with 200/5A CTs 1 set.


c) Set of phase indicating lamp (LED
Type) with
2A, SP MCB 1 set.
Busbar
4 Strip aluminium bus bar of 300 A, 415
V
capacity with heat shrinkable coloured
sleeves
complete for withstanding 25 kA fault 1
set
Outgoing
a) 100 A, 4P MCCB, 25 kA 5 no.
b) 63 A, 4P MCCB, 25 kA 9 no.
c) 40 A, 4P MCCB, 25 kA 1 no.
29

EPFDBPS +1 level 2

Rs.234179 /per each

Rs.468358/per each

Incoming
a) 1 no. 200 A, 4P MCCB, 35 kA
b) 0-200A ammeter and ammeter
selector
switch with 200/5A CTs 1 set.
c) Set of phase indicating lamp (LED
Type) with
2A, SP MCB 1 set.
Busbar
4 Strip aluminium bus bar of 300 A, 415
V
capacity with heat shrinkable coloured
sleeves
complete for withstanding 35 kA fault 1
set
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

193

Outgoing
a) 63 A, 4P MCCB, 35 kA 6 no.
30

EPFDBPS +2 LVL (Floor Mounted)

Rs.254009 /per each

Rs.508018/per each

Rs.136920 /per each

Rs.273840/per each

Incoming
a) 1 no. 250 A, 4P MCCB, 35 kA
b) 0-250A ammeter and ammeter
selector
switch with 250/5A CTs 1 set.
c) Set of phase indicating lamp (LED
Type) with
2A, SP MCB 1 set.
Busbar
4 Strip aluminium bus bar of 400 A, 415
V
capacity with heat shrinkable coloured
sleeves
complete for withstanding 35 kA fault 1
set
Outgoing
a) 63 A, 4P MCCB, 35 kA 10 no.
31

ACDBPS (Wing C)(Floor Mounted)


Incoming
a) 1 no. 200 A, 4P MCCB, 35 kA
b) 0-200A ammeter and ammeter
selector
switch with 200/5A CTs 1 set.
c) Set of phase indicating lamp (LED
Type) with
2A, SP MCB 1 set.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

194

Busbar
4 Strip aluminium bus bar of 300 A, 415
V
capacity with heat shrinkable coloured
sleeves
complete for withstanding 25 kA fault 1
set
Outgoing
a) 125 A, 4P MCCB, 25 kA 2 no.
b) 40 A, 4P MCCB, 25 kA 2 no.
c) 32 A, 4P MCCB, 25 kA 5 no.
SH:XI:- UPS SYSTEM
32

2X200 KVA (parallel redundant) UPS


System

Rs.5936239 /per each

Rs.11872478/per each

33

362 AH Cadmium battery for 200 KVA


UPS

Rs.4676740 /per each

Rs.9353480/per each

Rs.65000 /per each

Rs.130000/per each

Rs.32 /per metre

Rs.64/per metre

Rs.1315000 /per set

Rs.2630000/per set

Rs.985000 /per set

Rs.1970000/per set

Rs.745000 /per set

Rs.1490000/per set

SH:XV:- HYDRANT SYSTEM


34

900 LPM x 35 M Head, Terrace pump for


fire fighting
SH:XVII:- FIRE ALARM SYSTEM
WORKS

35

2 x 1.5 sq mm shielded and stranded


insulated FRLS copper conductor cable
SH:XX:- HVAC
Variable Refrigerant Flow (VRF)
System

36

64 HP Outdoor unit

37

48 HP Outdoor unit

38

36 HP Outdoor unit

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

195

39

24 HP Outdoor unit

40

0.8 TR Indoor unit

41

1 TR Indoor unit

42

'Y' and header refrigerant joints

43

Centralised system controller

44

Integrated Data Management Control


System

Rs.545000 /per set

Rs.1090000/per set

Rs.26000 /per each

Rs.52000/per each

Rs.28000 /per each

Rs.56000/per each

Rs.8250 /per each

Rs.16500/per each

Rs.97056 /per each

Rs.194112/per each

Rs.32462 /per each

Rs.64924/per each

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

196

ADDITIONAL CONDITIONS
ELELCTRICAL WORKS
1.0 COMMERCIAL CONDITIONS
Only Contractors who fulfill the following requirements shall be engaged for
Electrical Works.
1.1

the

Sub Head I - Wiring.

The main contractor should associate contractor who is registered under Class I
Electrical category / composite category in CPWD or the firms
OR
Agency having electrical contractor license and experience of satisfactorily completed
similar works of value as mentioned below during the last seven years before their date
of engagement:
(i) Three similar works each costing not less than Rs. 590 Lakhs
OR
(ii) Two similar works each costing not less than Rs. 884 Lakhs
OR
(iii) One similar work costing not less than Rs. 1179 Lakhs
Similar work means Providing Internal and External Electrical Installations
The value of executed works shall be brought to current costing level by enhancing the
actual value of work at simple rate of 7% per annum, calculated from the date of
completion up to the date of engagement.
1.2

Sub Head II - CCTV.


The associated firms engaged for this work should fulfil the following eligibility

criteria.
Should produce definite proof from appropriate authority which shall be to the
satisfaction of competent authority having satisfactorily completed similar works of
magnitude specified below during the last 7 years ending as on the date of
engagement.
Similar work means SITC of CCTV system
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

197

The value of executed works shall be brought to current costing level by enhancing the
actual value of work at simple rate of 7% per annum, calculated from the date of
completion up to the date of engagement.
(i)

Three similar works each costing not less than Rs. 103 Lakhs
OR

(ii)

Two similar works each costing not less than Rs. 155 Lakhs
OR

(iii)

One similar work costing not less than Rs. 206 Lakhs

1.3

Sub Head III Hydrant System & FAS.


The associated firms engaged for this work should fulfill the following eligibility

criteria.
Should produce definite proof from appropriate authority which shall be to the
satisfaction of competent authority having satisfactorily completed similar works of
magnitude specified below during the last 7 years ending as on the date of
engagement.
Similar work means SITC of Hydrant system & FAS
The value of executed works shall be brought to current costing level by enhancing the
actual value of work at simple rate of 7% per annum, calculated from the date of
completion up to the date of engagement.
(i)

Three similar works each costing not less than Rs. 41 Lakhs
OR

(ii)

Two similar works each costing not less than Rs. 62 Lakhs
OR

(iii)

One similar work costing not less than Rs. 83 Lakhs

1.4 Sub Work -IV- ( LIFT )


Manufacturers who classified under category A type of lifts.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

198

1.5 Sub Work V (HVAC Works )


The associated firms engaged for this work should fulfill the following eligibility criteria.
Should produce definite proof from appropriate authority which shall be to the
satisfaction of competent authority having satisfactorily completed similar works of
magnitude specified below during the last 7 years ending as on the date of
engagement.
Similar work means SITC of HVAC
The value of executed works shall be brought to current costing level by enhancing the
actual value of work at simple rate of 7% per annum, calculated from the date of
completion up to the date of engagement.
(i)

Three similar works each costing not less than Rs. 449 Lakhs

(ii)

OR
Two similar works each costing not less than Rs. 673 Lakhs

(iii)

OR
One similar work costing not less than Rs. 897 Lakhs

1.6 Sub Work VI- ( UPS System)


The associated firms engaged for this work should fulfill the following eligibility criteria.
Should produce definite proof from appropriate authority which shall be to the
satisfaction of competent authority having satisfactorily completed similar works of
magnitude specified below during the last 7 years ending as on the date of
engagement.
Similar work means SITC of UPS System
The value of executed works shall be brought to current costing level by enhancing the
actual value of work at simple rate of 7% per annum, calculated from the date of
completion up to the date of engagement.
(i)

Three similar works each costing not less than Rs. 132 Lakhs

(ii)

OR
Two similar works each costing not less than Rs. 198 Lakhs
OR

(iii)

One similar work costing not less than Rs. 264 Lakhs

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

199

II. GENERAL CONDITIONS


2.1

The works will be executed to comply with the CPWD Technical Specifications for
Electrical works Part-I Internal (2013), Part II External (1994), Part III Lifts &
Escalators (2003), Part-IV Substation (2013), Part-V Wet Riser&Sprinkler
System(2006) and with up to date amendments and to confirm to the Indian
Electricity Act & rules, BIS& Direction of Engineer-in-charge/PMC.

2.2

The items of work shall be executed as per detailed technical specifications and
scheme. In case of contradiction between schedule of work with its Additional
Specification and the Technical Specification, the former shall prevail.

2.3

The work shall be executed as per general arrangement drawing including conduit
layout and detailed fabrication drawings duly approved by the Engineer-in-charge.
The various items of equipment will be ordered only after the drawings are
approved and quantities in detail of various items are ascertained as per actual
requirements. Therefore the actual quantities / measurement may vary from the
stipulated quantities, which are only estimate.

2.4

The contractor/agency will engage suitable qualified/experienced/ licensed


engineering supervisor for the work and suitable skilled personnel with required
license for doing the erection work. Required special tools to be operated in the
execution of the job.

2.5

The work shall be performed as per the day to day instruction and approval of the
engineer-in-charge. All materials/ equipment will be used after taking approval of
the Engineer-in-charge/PMC.

2.6

Equipment will be duly inspected in the manufacturers works / premises before


dispatch to the site, as per instructions of Engineer-in charge/PMC.

2.7

The rates are to be inclusive of all taxes, levies, insurance, freight, octroi etc. except
service tax which will be reimbursed by the department, in full, on presentation of
receipted original deposit slip, against the work. Nothing extra will be paid.

2.8

The work will be executed as per the programme of completion of the project. The
delivery & erection schedule of various materials/ equipment will be as per approval
of Engineer-in-charge.

2.9

This contract holds the contractor responsible for the entire job as per relevant
CPWD specifications. If any item is left out within the schedule of work but if it is
considered essential for the completion of the job, the contractor has to carry out
the items as extra substituted item.

2.10

The contractor shall have to make arrangements, at his own risk and cost, for
transportation of materials from the point of issue of stores to site of work, if any.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

200

2.11

The contractor shall ensure that the staff employed by him for execution of the
electrical work, possess the valid electrical license issued by competent authority.
The contractor shall be fully responsible for all the consequences arising due to the
default of the contractor in not complying with the above condition.

2.12

All concealed work and earthing shall be done in the presence of the Engineer-incharge or his authorized representative as per approved shop drawings prepared by
contractor.

2.13

The schematic diagram/dimensional drawings of the various electrical cubical panels


shall be got approved from the Engineer-in-charge before fabrication and shall
comply with CPWD specifications and Indian Electricity Rules. The panels shall
conform to IS: 8623/1993. All panels shall be powder coated inside and outside, in
shade approved by the Engineer-in-charge.

2.14

Model of modular accessories among the approved makes required for the work
shall be got approved from the Engineer-in-charge. The base plate shall be
preferably in sheet steel or otherwise in unbreakable polycarbonate. The cover
plates shall be screw less type and of shade approved by the Engineer-in-charge.
The GI box shall be of the same make as the modular accessories.

2.15

Contractor shall have to check the site order Book for any instructions of
PMC/Engineer-in-charge or his authorized representative and sign the site order
book. He shall be bound to ensure compliance with the instructions recorded there
in.

2.16

All panels/DBs/SDBs shall be suitable for 45C ambient temperature.

2.17

The MCCB/MCB shall be of the same make as that of DBs/SDBs. Contractor shall
obtain approval of the Engineer-in-charge before procurement of MCB DBs. All DBs
shall be double door type confirming to minimum IP-43 degree of protection.
Miniature Circuit Breaker shall comply with IS 8828-1996 / IEC 898.Miniature
Circuit Breakers shall be quick make and break type for 230 / 415 V A.C. ,50Hz
application with magnetic thermal release for over current and short circuit
protection. The breaking capacity shall not be less than 10KA at 415V A.C. The MCB
shall be DIN mounted. The MCB shall be current limiting type (class 3).
MCB shall be classified (B, C, D ref. IS standard) as per their tripping characteristics
curves defined by the manufacturer The MCB shall have the minimum power loss
(watts) per pole defined as per the IS / IEC and the manufacturer shall display the
values.

2.18

All the MCCBs shall have microprocessor based trip unit for reliable protection and
accurate measurement. The rated Service breaking capacity (kArms) shall be 100%
of Ultimate breaking capacity (kArms). All MCCBs shall be current limiting type with
features as per relevant IS codes and CPWD specification. All MCCBs shall be rated
for minimum operating voltage of 690 V and minimum insulation voltage of 750 V.
There has to be total discrimination between the incoming and outgoing MCCBs and
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

201

MCBs, as required, at the MDBs and DBs level.


MCCBs shall be used with rotary handle and terminal spreaders and all terminals
shall be shrouded to avoid direct contact.
All measuring CTs, unless otherwise specified shall be cast resin CTs with class 0.5
accuracy. All digital measuring meter shall be with class o.5 accuracy unless
specified otherwise.
Mechanical Castle key interlock shall be provided among the incomer MCCBs,
wherever, as applicable, two different incomer sources are provided in the panel as
per the directions of the Engineer in charge. The same is deemed included in the
scope of work.
All measuring and indicating instruments shall be protected through MCBs of 0.5
Amps rating and isolating switches.
2.19

General arrangement drawing of the switchboard shall be got approved by PMC/ the
Engineer-in-Charge before commencement of manufacturing.

2.20

Conduit layout as per switching arrangement shall be prepared by contractor and


got approved from the Engineer-in-Charge before slab casting. At all expansion
joints in the building suitable arrangement shall be ensured during conduiting.

2.21

Ratings, sizes and quantities shall be checked and considered for satisfactory
operation of electrical system complete in all respect. Ratings, sizes and quantities
mentioned in Bill of Quantities and drawings are indicative and minimum.

2.22

Conduits, Switchboards, Sockets to be provided on walls shall be recessed type


unless specifically approved by Engineer-In-Charge.

2.23

Conduits on ceiling in existing system may be provided on surface and in new


construction shall be recessed type.

2.24

Breaker shall have LCD display to show the metering and protection parameters.

2.25

The Lift & Escalator manufacturer shall ensure that all basic equipment like Drive
units, Car body & Doors, Ropes, Controllers, Guide rails, Balustrade, Steps etc are
sourced from their manufacturing facilities/ vendors in India or abroad. The material
shall be of best quality and shall be offered for inspection before dispatch from the
manufacturing facilities, as per contract condition.

2.26

The firm shall deploy only licensed personnel as required under IE Rules, for
execution of the electrical works. The firm shall be liable to submit the list of such
personnel along with the attested copy of the licenses at the time of execution.

2.27

It is important that every equipment is tested fully before dispatch and brought to
site of work.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

202

2.28

All materials for the work shall be supplied from approved list of manufacturer and
any item, not covered in approved list, shall be supplied after getting approval from
PMC/ Engineer- in-charge or his authorized representative.

2.29

Any materials brought for work which is not matching with specification will be
rejected and the rejected materials shall be removed from site on the same day.

2.30

All fees payable to Electricity Board and Electrical Inspectorate and other local
bodies shall be paid by the contractors and the same shall be reimbursed by
department on production of documentary evidence.

2.31

Contractor shall obtain necessary permits/approvals from Competent Authority


before commencement of work. All documents/drawings required for such
permits/approvals shall be prepared by the contractor.

2.32

Test certificates both type test and routine tests wherever required shall be
furnished along with supply of all Electrical/Mechanical items.

2.33

Testing/Measuring/Equipments
a)

2.34

The agency shall have the following testing/measuring equipment in addition to


standard tools.
i) Insulation Tester, 500V, 1000V, 5000V
ii) Earth tester with kit- 0-10,100 ohms with selector switch
iii) Tong tester with (1) Ammeter 0-800 A with different ranges and selector
switch.
iv) Voltmeter 0-300V/600V with different ranges and selector switches.
v) Phase sequence tester
vi) Multimeter/Avometer(Digital type)- measure 0-10/100 mV, mA, ohm,
Kilo ohm resistance.
vii) Frequency meter 45 to 55 Hz.
viii) Lux meter to measure upto 2000 lux with selector switches.
ix) Micrometer(digital)
x) Vernier Caliper(digital)

The contractor shall submit following detail shop/fabrication/layout drawings,


datasheets and calculations.
(i)

Internal Electrical Works


Conduit layout with number of wires in each conduit, circuit.
Phase balancing calculation
DB, SDB load calculation
Cable and sub main wire sizing
Conduit layout and wiring diagram with equipment layout drawing for
LAN, EPABX, PA, Projection and digital light control, stage lighting,
conference system, etc.
Electrical, UPS, Server, CCTV Room sizing

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

203

(ii) Equipment datasheet, Catalogue and GA drawing


MDB
Floor DB
SDB
Light Fittings
Wires and cables
Switches and sockets
Conduit, Junction box
Lux level calculation
Bus duct and light fitting fixing arrangement
Earthing and lightening protection Layout
EPABX System,Data communication, PA, Projection, CCTV, digital light
control, conference system, etc. and other Low voltage equipment
(iii) External Illumination Works
External lighting layout
Circuiting and phase balancing of external illumination scheme
Power feeding arrangement
Lux level calculation based on final lighting fitting
Datasheet and catalogue of light fittings
Datasheet, catalogue structural calculation and GA /foundation drawings
(iv) Six Set of copies of installation, operation and maintenance manuals, descriptive
bulletins etc., shall be furnished prior to / at the time of despatch of all materials.
Manuals shall include the following aspects:
Outline dimension drawing showing relevant cross sectional views,
earthing details and constructional features including foundation
drawing.
Rated voltage, current, duty cycle and all other technical information
which may be necessary for correct operation of the switchgear.
Storage details for prolonged duration.
Unpacking.
Handling at site.
Erection
Pre-commissioning test.
Operating procedure.
Maintenance procedures.
Precaution to be taken during operation and maintenance work.
List of spares for two years trouble free operation.
Note:
For complete execution and satisfactory performance of installation, drawings /
documents for all items whether or not mentioned above shall be submitted for approval.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

204

2.35

Test Certificates
i)

Type/Routine test certificate for all types of equipment, cables, etc.


included in the order/contract.

ii)

Specified number of copies of the approved test certificates shall


be furnished to the Engineer-in-Charge before dispatch of all
materials / equipment and cables, etc.

iii)

On completion of work the contractor shall submit six sets of all


drawings, manuals and test certificates, etc. for all equipment /
materials ordered and as specified by the Engineer-in-Charge.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

205

III.

PART I - ELECTRICAL WORKS (INTERNAL)

3.1 LIGHT FITTING AND ACCESSORIES


SCOPE
This specification covers the design, material specification, manufacture, testing,
inspection and delivery to site and installation & commissioning of lighting fittings and their
associated accessories.
STANDARDS
The lighting fittings and their associated accessories such as lamps/tubes, reflectors,
housings, ballasts, etc. shall comply with the latest applicable standards as specified.
Where no standards are available, the supply items shall be backed by test results shall be
of good quality and workmanship & any supply items which are bought by the VENDOR
shall be procured from approved manufacturers acceptable to the Engineer-in-charge.
LIGHTING FITTINGS - GENERAL REQUIREMENTS
(i)
Fittings shall be designed for continuous trouble free operation under atmospheric
conditions without reduction in lamp life or without deterioration of materials and
internal wiring. The fittings shall be designed so as to facilitate easy maintenance,
including cleaning, replacement of lamps/starters etc. Outdoor fittings shall be
weather-proof and rain-proof type.
(ii)

Connections between different components shall be made secured in such a way


that they shall not work loose by small vibration or loose contacts.

(iii)

The VENDOR shall furnish the utilization factor for each type of lighting fitting to
indicate the proportion of the light emitted by the bare lamps which falls on the
working plane.

(iv)

All fittings shall be supplied complete with lamps suitable for operation on a supply
voltage and the variation in supply voltage.

(v)

The fittings and accessories shall be designed to have low temperature rise. The
temperature rise above the ambient temperature shall be as indicated in the
relevant standards.

(vi)

All mercury vapour and sodium vapour lamp fittings shall be complete with
accessories like lamps, ballasts, power factor improvement capacitors, starters
wherever applicable, etc. These shall be mounted as far as possible in the fitting
assembly only. If these cannot be accommodated inside, then a separate metal
enclosed box shall be included to accommodate the accessories and in addition
with a fuse and a terminal block suitable for loop-in, loop-out connections.
Outdoor type fittings shall be provided with outdoor type weather-proof box.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

206

(vii)

All fluorescent lamp fittings shall be complete with all accessories like ballasts,
power factor improvement capacitors, lamps, starters and capacitors for correction
of stroboscopic effect.

(viii)

Each fitting shall have a terminal block suitable for loop-in, loop-out and T-off
connection by 650/1100V, 3 core, PVC insulated Copper conductor cable of 1.5
sq.mm in size unless otherwise specified in schedule. The internal wiring shall be
completed by the MANUFACTURER by means of stranded copper wire and
terminated on the terminal block.

(ix)

The mounting facility and conduit knock-outs for the fixtures shall be as specified.

(x)

All hardware used in the luminaire shall be suitably plated or anodized and
passivated for use in chemical industrial and power plants.

(i)
(ii)

(i)

3.2

EARTHING
Each lighting fitting shall be provided with an earthing terminal suitable for
connection to the earthing conductor.
All metal or metal enclosed parts of the housing shall be bounded and connected
to the earthing terminal so as to ensure satisfactory earthing continuity throughout
the fixture.
PAINTING/FINISH
All surfaces of the fittings shall be thoroughly cleaned and degreased. The fittings
shall be free from scale, rust, sharp edges and burrs.

(ii)

When enamel finish is specified, it shall have a minimum thickness of 2 microns for
outside surface and 1.5 microns for inside surface. The finish shall be non-porous
and free from blemishes, blisters and fading.

(iii)

The finish of the fittings shall be such that no bright spots are produced either by
direct light source or by reflection.

CABLE MANAGEMENT SYSTEM - WALL AND FLOOR


WALL MOUNTED CABLE TRUNKING
(i)

Supply, installation, testing and commissioning of cable trunking system above and
below working plane to distribute Power, Data and Telecom cables. The system
shall comply with all relevant sections of the 16th edition of IEE wiring regulations
and shall be CAT 6 compliant.

(ii)

System shall be non-corrosive and shall have excellent resistance to mineral acids,
alkalis and detergents.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

207

(iii)

Cable trunking system shall have provision to accept mounting boxes that snap fit
in to the profile.
Colour: Ivory
Material U-PVC

UNDER FLOOR CABLE TRUNKING


(i)

Cable trunking shall be made up of Continuously Hot Dipped, Pre Galvanized metal
coated steel sheet of 275 GSM.

(ii)

Material Specification as per BS 2989 British Standards (Equivalent Indian


Standards IS 277-2003)

(iii)

Specially treated corrosion proof rectangular profiles for high tensile


strength.Maximum Tensile Strength of 500N/m2.

(iv)

Rectangular formed with top & bottom plates double folded and spot welded
together to the full height of Track to provide the required rigidity and at the same
time to prevent seepage of concrete or screed water.

(v)

Aluminum painting covers at all the welding spots to avoid corrosion.

(vi)

Corrosion resistance test complying IS 3854:1997

(vii)

Standard Thickness 1.6mm, Standard Length 2.5 meters,

ACCESS OUTLET
(i)

Access Outlets shall be made of very high quality materials to withstand heavy load
and corrosion. Manufactured from high-pressure die cast material for strength &
durability.

(ii)

The trap frame & trap shall made of flame retardant material and Trap Frame can
be easily removed by pulling either one of the Nylon Bars to detach & remove the
unit for servicing or installation of accessories to save installation & servicing time.

(iii)

Patented screw less ratchet bar level adjusting system to match with screed / floor
height. The trap lid shall be self-adjustable to any floor finish thickness. Trap cover
shall be reinforced with a 2.5mm thick pre-galvanized steel plate to provide rigidity
& added strength. Trap lid to have a screw less knob-hinged design for quick
mounting on to the frame requiring minimum maintenance.

(iv)

The Trap cover must have 8mm recessed for installation of carpet and tiles. Trap
trim design to protect carpet from damages and give the floor area added
aesthetics.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

208

(v)

Trap lid shall be made of Electrostatic Polyester Epoxy Coating to provide excellent
and enhanced protection on visible parts against chemical or saline corrosion.

(vi)

Strong and durable trap lifting handle on the trap cover is made of similar color
material and has special design for easy lifting.

(vii)

Cables are guided by Cable Retainers through cable outlet which open
automatically and lock into position when cables are present.

(viii)

Trap cover of Access box shall be retained by Cable Grommets with high quality
durable foam to prevent the cable damage from exit position & also prevent
ingress of dust when closed. Access Outlet shall carry service plates for providing
services i.e.: Power, Data & Telecom.

(ix)

The system must accommodate and have three compartments to run Mains
Voltage & Extra Low Voltage cables. The system must have Positive Double
Earthing connections.

(x)

Earth wire connector shall be provided in all the boxes, and complies with the
requirement of current IEE regulation. The complete system must have excellent
protection against rust(material Coating: 275GSM) and load bearing Capacity:
5000N as per pr EN50085 -2-2.Four side blanks are made with removable
perforations to suit ducts installation.

CROSSOVERS
(i)
Crossovers are made of very high quality materials to withstand heavy load and
corrosion. Manufactured from high-pressure die cast material for strength &
durability.
(ii)

The trap lid is self-adjustable to any floor finish thickness using the leveling screws
on all the four corners.

(iii)

The Trap cover is made of 2.5mm thick pre-galvanized steel plate to provide
rigidity & added strength. The Trap covers to have flexibility for quick mounting on
to the base box requiring minimum maintenance. The Trap cover must have 8mm
recessed for installation of carpet and tiles.

(iv)

The Cross Over shall have provision to Power, Data & Telecom services. The
system must accommodate to run Mains Voltage & Extra Low Voltage cables. The
trap cover screws must be made from Stainless Steel for extra protection. The
system must have Positive Double Earthing connections. Earth wire connector shall
be provided in all the boxes, and complies with the requirement of current IEE
regulation. The complete system must have excellent protection against rust.

(v)

Four side blanks are made with removable perforations to suit ducts installation of
up to 38-mm height. The one-piece base frame design ensures minimum openings
to prevent concrete seepage into the box during casting of concrete or screening.

(vi)

The system must comply with the relevant specification & IEC 61084 standards.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

209

3.3

LT SWITCHGEAR PANEL
SCOPE
This specification covers manufacture, assembly factory test, supply, delivery, field
test and installation of L.T. Switchgear panel of voltage not exceeding 1000 V AC
complete in all respect with all equipment fittings and accessories for efficient and
trouble free operation as required here under.
CODES & STANDARDS
The design, construction, manufacture and performance of equipment shall conform
to latest applicable standards and comply with all currently applicable statutes,
regulations and safety codes in the locality where the equipment shall be installed.
Nothing in this specification shall be construed to relieve the BIDDER of this
responsibility.
Equipment shall conform to the latest applicable Standards as mentioned. In case of
conflict between the Standards and this specification, this specification shall override.
IS:13947 (Part 2&5), 1993 -Low voltage switchgear & control gears
IS:2147, 1966-Degree of protection
IS:13947 (Part 4, Sec.I),1993
BS:60947-4-1, 1992:IEC:158-Contactor for voltage not exceeding 1000V AC.
IS:375, 1993-Marking and arrangement of bus bars
IS:694, 1990 & IS:8130, 1984-PVC Insulated cables and aluminium conductor
IS:1248,1991-Direct acting electrical indicating instruments
IS:13703, 1991 -Low voltage fuses
IS:13118 (All parts), 1991 -Alternating current circuit breakers
IS:2705 (Part 1 to 4), 1992-Current transformers
IS:3156 (Part 1 to 3), 1992-Voltage transformers
POWER SUPPLY SYSTEM
The incomer power supply shall be 415V, 3 phase, 4 wire, 50 Hz, effectively earthed
AC system. The fault level for the switchgear shall be as indicated in BOQ and
drawings.
Variation of voltage and frequency from their rated values shall be as per IE rules.
AMBIENT CONDITIONS
The following site conditions shall be considered for the design of panels:
Reference temperature

: 45C

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

210

SHEET METAL WORK


The switchgear frame shall be fabricated using suitable mild steel structural sections
or pressed and shaped cold rolled sheet steel of thickness not less than 2.0 mm & all
cable gland plate steel of thickness not less than 3.00 mm.
Frames shall be enclosed by sheet steel of thickness not less than 2 mm cold rolled,
smoothly finished, levelled, and free from flaws. Doors and covers shall be made of
sheet steel of thickness not less than 1.6mm cold rolled. Angle iron Stiffeners shall be
provided wherever necessary.
All panel edges and door edges shall be reinforced against distortion by rolling,
bending or by the addition of welded reinforcement members.
Cut-outs shall be true in shape and avoidsharp edges.
The complete structure shall be rigid, self-supporting, free from vibration, twists and
bends.
PAINTING
All sheet steel work shall be phosphated in accordance with the following procedure
and in accordance with applicable standards
Oil, grease and dust shall be thoroughly removed by hot emulsion cleaning.
Rust and scale shall be removed by pickling with dilute acid followed by washing with
running water, rinsing with slightly alkaline hot water and drying.
After phosphating, thorough rinsing shall be carried out with clean water, followed by
final rinsing with dilute dichromate solution and oven drying.
A smooth coat of powder coating of minimum 70 micron to be provided of approved
colour.
Finished painted appearance of equipment shall present an aesthetically pleasing
appearance like Siemens grey, free from dents and uneven surfaces.
CONSTRUCTIONAL FEATURES
Switchgear panel shall be:
a)
b)
c)
d)
e)
f)

g)
Correction -NIL

of the metal enclosed, indoor, floor mounted modular type


made up of the requisite vertical sections
of dust and vermin proof construction
Provided with a degree of protection of IP-42 for indoor panels and IP 54 for
outdoor feeder pillar.
Easily extendable on both sides by the addition of vertical sections after removing
the end covers.
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.
With labels on the front indicating the switchgear designation.

Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

211

h)

Of uniform height of not more than 2400mm and operating handle of the highest
unit shall be at a height not more than 1.7 mtr.
i) of single front execution
j) Provided with self-adhesive PU foam type/neoprene gaskets all-round the
perimeter of adjacent panels, panel and base frame, removable covers and
doors.
k) Provided with aluminum bus bars running at the top, as required, all along the
length of the switchgear in a separate sheet steel enclosure.
l) Feeder pillars/kiosk shall be fabricated from 2.00 mm thick CRCA steel and
conform to IP: 54 degree of protection.
Operating devices shall be incorporated only in the front of the Switchgear.
The switchgear shall be provided in distinct vertical sections each comprising:
a)
b)

c)

d)
e)

f)

A completely metal enclosed bus bar compartment running horizontally.


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.
Enclosed vertical bus bars serving all modules in the vertical section. For safety
isolation of the vertical bus bars, insulating barrier with cut-outs shall be provided
to allow the power stab contacts to engage with vertical bus bars.
The cable alley shall be of adequate size.
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.
Each outgoing feeder compartment having 3 P MCCB shall have neutral link of
suitable rating at the MCCB compartment.
Each vertical section shall be equipped with space heaters with thermostat and
CFL lamp with power socket.

One metal sheet shall be provided between two adjacent vertical sections running to
the full height of the switchgear except for the horizontal bus bar compartment.
However, each shipping section shall have metal sheets at both ends.
All equipment associated with a single circuit shall be housed in a separate module
compartment of the vertical section. The compartment shall be sheet steel enclosed on
all sides and the rear, with the withdraw able units in position or removed, except on
the cable alley side. A plate cover with a slot to permit wiring connections shall be
provided on the side corresponding to the cable alley. The front of the compartment
shall be provided with a hinged door.
For draw out type, ACB modules, only the handles of control and selector switches,
push buttons, knobs and cut-outs for lamps and meters shall be arranged on the front
doors of the respective compartments to permit operation without opening the door.
On circuit breaker controlled circuits, protective relays shall be mounted on the front
door of the compartment. All other equipment pertaining to a circuit shall be mounted
on the withdrawable chassis. All cut-outs shall be provided with gaskets for the purpose
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

212

of dust-proofing. Control circuit must have separate compartment and separated from
power circuit.

Current transformers shall be mounted with suitable base and shall not be directly
mounted on the buses. Current transformers on circuit breaker controlled circuits shall
be mounted on the fixed portion of the compartment.
In breaker compartments, suitable barriers shall be placed between circuit breakers and
all control, protective and indication circuit equipment including instrument
transformers. External cable connections shall be carried out in separate cable
compartments for power and control cables.
The withdrawal chassis shall move on suitable guides and on suitably plated steel or
stainless steel rollers or balls to facilitate easy withdrawal.
Cable alleys shall be provided with suitable hinged doors. Adequate number of slotted
cable support arms shall be provided for dressing the cables.
All doors shall be provided with concealed type hinges and captive screws with locking
arrangement and suitably earthed with 2.5 sq. mm copper conductor flexible cable.
The withdraw able chassis housing circuit breakers shall be of the fully draw out type.
The withdraw able chassis housing feeder control and motor control equipment not
incorporating circuit breakers shall be of the fully-draw out, or fixed type.
Interchange ability
All identical equipment and corresponding parts including chassis of draw out modules
of the same size shall be fully interchangeable, without having to carry out
modifications. For trouble free interchange ability, the draw out arrangements shall be
designed such that normal dimensional variations are taken care of by self-aligning
feature of the modules.
Components and equipment that are not fully interchangeable are liable for rejection.
BIDDER shall replace all such equipment by fully interchangeable equipment at his cost.
The draw-out contacts shall be only between copper/copper alloy faces, which are silver
or tinplated.
Switchgear shall be designed in such a way that all component equipment and bus-bars
operate satisfactorily without exceeding their respective maximum permissible rise in
temperature under ambient temperature conditions prevailing within the switchgear
cubicle, with reference ambient temperature outside the switchgear cubicles.

All dummy cubicles necessary to meet the requirements of this specification shall be
included in the Bidders scope.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

213

No equipment/devices associated with a particular circuit shall be mounted in any other


circuit module.
MAIN BUSES & TAPE
Switchgear shall be provided with three phase bus bars and neutral.
Bus bars shall be of uniform cross section throughout the length of the switchgear
The bus bars shall be made of high conductivity electrolytic Aluminium, suitable to
withstand a fault current as specified in BOQ and SLD.
Bus bars shall be provided with at least the minimum clearances in air as per applicable
standards for a 500V, 3 phase, 4 wire system.
All bus-bars, bus-taps shall be insulated with close fitting sleeve of hard, smooth, dust
and dirt free plastic insulation of high dielectric strength (450 V/mm) to provide a
permanent high dielectric non-ageing and non-tracking protection; impervious to water,
tropical conditions and fungi. The insulation shall be non-inflammable and
self-extinguishing and in fast colours to indicate phases. The dielectric strength and
properties shall hold good for the permissible temperature rise.
Bus bar shall be adequately supported and braced to withstand the stresses due to the
specified short circuit currents for the associated switchgear. Bus bar supports shall be
made of glass reinforced moulded plastic material (DMC/SMC).
Separate supports shall be provided for each phase of the bus bars. If a common
support is provided for all three phases, antitracking barriers shall be incorporated.
Bus bar joints shall be complete with high tensile steel bolts, washers and nuts. Bus
bars shall be thoroughly cleaned at the joint locations and suitable contact grease shall
be applied just before making a joint.
Auxiliary Buses
Auxiliary buses for control power supply, space heater power supply or any other
specified service shall be provided. These buses shall be insulated, adequately
supported and sized to suit specific requirements. The material of control power supply
buses shall be electrolytic copper. The material for space heater power supply buses
shall be same as that for the main power buses. Supply transformer(s), auxiliary bus
bars and necessary connections to the supply transformers and associated circuits shall
be in the Bidders scope.
AIR CIRCUIT BREAKERS (ACBS)
The ACBs shall comply to IEC 60947 Part I & II and IS 13947 II and shall be suitable
for operation on 415 Volts, 50 Hz 3 Phase system.
The breaker shall comply with Isolation function requirements of IEC 60947, Part-II,
section 7.1.2 and shall be clearly marked as Suitable for Isolation/ Disconnection to
ensure safety of operating personnel. The ACB shall have rated operational voltage =
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

214

440 V, rated insulation voltage = 1000 V and rated impulse withstand voltage = 12/8
KV and utilization category B.
3.3.11

Circuit Breakers
Circuit breaker shall be:

3.3.12

of the air break type


of the shunt trip type
Provided with mechanically operated targets to show 'Open', `Closed', `Service'
and `Test' positions of the circuit breaker.
Provided with mechanically operated, red `trip' push button, shrouded to prevent
accidental operation.
Provided with locking facilities in the `Service', `Test', and `Isolated', positions.
In test position the breaker shall be tested without energising the power circuits.
The breaker shall remain fully housed inside the compartment in the test position.
Provided with minimum 2 NO and 2 NC potential free auxiliary contacts, rated
10A at 240V A.C. and 1A (inductive breaking) at 220 V DC or as per requirement.
The cubicle compartment of the ACB in the LT panel shall be provided with `red',
`green' and `amber' indicating lamps to show `closed', `open' and `Auto-trip'
conditions of the circuit breaker when breaker operation is controlled by a control
switch.
The ACB panel shall be provided with mechanical indicator (ready to close) on the
front facia to facilitate safety of the operator before closing the ACB.
Circuit breakers shall be provided with the following interlocks.
It shall not be possible to plug-in a closed circuit breaker, or to draw out a circuit
breaker in the closed position.
It shall not be possible to operate a circuit breaker unless it is in the fully
plugged-in, test, or fully isolated position.
Circuit breaker closing and trip coils shall be rated for satisfactory operation on a
control supply system indicated of 240V AC.
Closing and trip coil shall operate satisfactorily under the following conditions of
supply voltage variation:
Closing coils-85% to 110% of rated voltage
Trip coils - 70% to 110% of rated voltage (Continuous rated coil)
Operating Mechanism
The spring charging motor shall be rated at 240V AC.
The closing action of the circuit breaker shall charge the tripping spring ready for
tripping.
Speed of closing of contacts shall be independent of the speed with which the
handle is operated.
All stored energy mechanisms shall be provided with mechanical indicators to
show the 'charged' and 'discharged' conditions of the spring.
Circuit breakers provided with stored energy operating mechanisms shall be
provided with the following interlocks.

The circuit breaker shall not close unless the spring is fully charged.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

215

3.3.13

Shocks, vibrations, or failure of springs shall not operate the breaker or prevent
intended tripping.
Mechanical contact wear indicator shall be mounted directly on the moving
contacts to indicate the degree of erosion of the contacts.

Protection coordination
The Microprocessor based release shall be an integral part of ACB provided on circuit
breaker for short circuit, over load, instantaneous and earth fault protection with
adjustable current & time settings along with LCD display for displaying of
instantaneous value of 3 phases, neutral currents.
The release shall incorporate microprocessor to offer accurate, faster and versatile
protection with complete flexibility and shall offer complete over current protection to
the electrical system in the following zones.
i)
Overload or long time protection with adjustable time delay
ii)
Short circuit or short time protection with adjustable time delay.
iii)
Instantaneous protection with no intentional delay.
iv) Ground fault protection with time delay.
v)
Release shall have facility of online changing of current and overload setting.
The microprocessor based trip units shall be provided with following features also:1.

Designed to withstand tough industrial environments i.e. high ambient


temperatures, switching surges, electromagnetic interferences.
2.
Reliably self-powered by built in current transformers.
3.
LED display indication of each of over load, short circuit and earth fault.
4.
Testing of release shall be possible without tripping the breaker through
integrated test button which shall check the healthiness of trip unit electronics
and associated CT circuits without tripping the breakers.
5.
LED alarm display for microprocessor fault.
All ACBs must be rated ambient temp 50C.
The short circuit breaking capacity and operation of ACB shall be supported by test
certificates of neutral independent authority (CPRI / ERDA)
MOULDED CASE CIRCUIT BREAKER
The Moulded case circuit breaker (MCCB) shall conform to latest IEC-60 947-2/
IS13947- 2. The circuit breaker shall comply with the isolation function requirement of
IEC 60 947-2 section 7.1.2 to marked as suitable for isolation/ disconnection to facilitate
safety of operating personnel while the breaker is in use.
Moulded case circuit breakers shall be fixed type, microprocessor release having
adjustable O/L & S/C settings with trip-free, manually closing mechanism,
accommodated in a Moulded housing of robust and vermin-proof construction matching
with switchboards. All MCCBs shall be designed and tested to IS - 13947 Part II to
breakers shall be provided with an inverse time delay electronic over current trip device.
The trip device shall be direct acting.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

216

The MCCB shall have rated operating voltage = 690V with min. Insulation voltage =
750V and rated impulse withstand voltage = 8KV.
MCCB shall be provided with Class II insulation between front cover & internal power
circuits to avoid any accidental contact with live current carrying path with the front
cover open.
The tripping devices shall be ambient temperature compensated type. The insulating
case and cover shall be made of high strength heat resistant and flame retardant
thermosetting insulating material.
They shall have line load reversibility. 3-phase breakers shall be designed to break all
the poles simultaneously and they shall have a single mechanism.
They shall have auxiliaries and accessories whenever required for signalling,
interlocking, shunt trips, under voltage release, castle lock, etc.
All the circuit breakers used shall have guaranteed breaking capacities sufficient for the
maximum short circuit duties that could possibly be imposed on the different breakers.
The MCCBs fixed in main switchboard shall have breaking capacity as indicated in BOQ
& SLD.
MCCB shall have Ics=Icu for the entire range as per BOQ and rated at ambient 50C.
The short circuit breaking capacity and operation of MCCB shall be supported by test
certificates of neutral independent authority (CPRI / ERDA).
MCCBs shall be used with rotary handle and terminal spreaders, phase barrier and all
terminals shall be shrouded to avoid direct contact.
MINIATURE CIRCUIT BREAKERS (MCB)
MCBs shall be hand operated, air break, quick make, quick break type conforming to
applicable standards.
MCB shall be provided with overload/short-circuit protective device for protection under
overload and short-circuit conditions. The minimum breaking capacity of MCBs shall be
10 kA r.m.s. at 415V AC. It shall comply to Class III energy limiting class.
MCB shall comply with IS 8828 1996/IEC 898. MCB shall have minimum power loss
(watts) per pole defined as per IS/IEC and the manufacturer shall publish the values.
The MCB housing shall be heat resistant and heavy a high impact strength. The
terminal shall be protected against finger contact to IP 20 degree of protection.
3.3.16 Measuring Instruments, Metering & Protection
3.3.16.1 General
Direct reading electrical instruments shall be in conformity with IS-1248. The accuracy
of all measuring instruments shall be as specified in the BOQ. The errors due to
variations in temperature shall be limited to a minimum. The meter shall be suitable
for continuous operation between-10 degree Centigrade to + 50 degree Centigrade.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

217

All meters shall be of flush mounting type of 96mm square pattern. The meter shall
be enclosed in a dust tight housing. The housing shall be of steel or phenolic mould.
The design and manufacture of the meters shall ensure the prevention of fogging of
instruments glass. Instruments meters shall be sealed in such a way that access to
the measuring element and to the accessories within the case shall not be possible
without removal of the seal.
The specifications herein after laid down shall also cover all the meters, instrument
and protective devices required for the electrical work. The ratings type and quantity
of meters, instruments and protective devices shall be as per BOQ.
3.3.16.2 Digital Ammeters
Ammeters shall be digital type 7 segment LED display. The ammeters shall be
capable of carrying sustained overloads during fault conditions without damage or
loss of accuracy.
3.3.16.3 Digital Voltmeters
Voltmeter shall be digital type 7 segment LED display.
provided with MCB of suitable capacity.

The voltmeter shall be

3.3.16.4 Multi-Function Meter


It shall be suitable for measuring, saving and supervision of electrical parameters in
low and medium voltage mains.
The Meter shall have following Features.

Clear LCD Display

Visualization of all the


Min/Max/Measured/average.

The meter shall have communication port of RS 485 and shall be compatible with
SCADA System.

It shall come along with the software for data acquisition.

It shall be compatible with PLC.

The accuracy class shall not be more than 0.5%

three

phase

grid

parameters

along

with

3.3.16.5 Current Transformers


Current transformers shall be in conformity with IS: 2705 (part I,II& III) in all
respects. All current transformers used for medium voltage applications shall be rated
for 1kv. Current transformers shall have rated primary current, rated burden and class
of accuracy as required. However, the rated secondary current shall be 5A unless
otherwise specified.
Current transformers shall be capable of withstanding without damage, magnetic and
thermal stresses due to short circuit fault of the system. Terminals of the current
transformers shall be marked permanently for easy identification of poles. Separate
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

218

CT shall be provided for measuring instruments and protection relays. Each C.T. shall
be provided with rating plate.
Current transformers shall be mounted such that they are easily accessible for
inspection, maintenance and replacement. The wiring for CTs shall be done with
minimum 2.5 sq. mm copper conductor, ZHFR wires with proper termination lugs and
wiring shall be bunched with cable straps and fixed to the panel structure in a neat
manner.
3.3.17

Miscellaneous
Control switches shall be of the heavy duty rotary type with escutcheon plates clearly
marked to show the operating position. They shall be semi-flush mounting with only
the front plate and operating handle projecting.
Indicating lamps shall be of the LED type.
Push buttons shall be of the momentary contact, push to actuate type fitted with selfreset contacts & provided with integral escutcheon plates marked with its functions.

3.3.18

Cable Terminations
Cable entries and terminals shall be provided in the Distribution Boards to suit the
number, type and size of aluminium conductor power cables and copper conductor
control cable specified.
Provision shall be made for top or bottom entry of cables as required. Generous size
of cabling chambers shall be provided, with the position of cable gland and terminals
such that cables can be easily and safely terminated.
Barriers or shrouds shall be provided to permit safe working at the terminals of one
circuit without accidentally touching that of another live circuit.
Cable risers shall be adequately supported to withstand the effects of rated short
circuit currents without damage and without causing secondary faults.

3.3.19

Labels
Labels shall be anodised aluminium with white engraving on black background shall
be provided for each incoming and outgoing feeder of Distribution Boards. Labels
shall be properly secured with fasteners.

3.3.20

Test At Manufactures Work


All routine tests specified in IS: 8623-1977 shall be carried out and test certificates
produced to the Department.
Type test for one LT panel as per departments choice shall be arranged by the
contractor which shall be witnessed by department officials/authorised agency.
Nothing extra shall be paid for this type test.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

219

3.3.21

Testing and Commissioning


Commissioning checks and tests shall be included all wiring checks and checking up of
connections. Primary/secondary injection tests for the relays adjustment/setting shall
be done before commissioning in addition to routine meggar test. Checks and tests
shall include the following.
a)

Operation checks and lubrication of all moving parts.

b)

Interlocking function check.

c)

Continuity checks of wires, fuses etc. as required.

d)

Insulation test: Testing shall be as per CPWD specification.

e)

Trip tests & protection gear test.

PUSH BUTTONS
Push buttons shall be:
Of the momentary contact, push to actuate type rated to carry 10A at 240V AC
and 1A (inductive breaking) at 220V DC.

Fitted with self-reset, 2 NO and 2 NC contacts.

Provided with integral escutcheon plates marked with its function.


'Start', 'Open', 'Close' push buttons shall be green in colour.

'Stop' push buttons shall be red in colour.


All other push buttons shall be black in colour.
Emergency stop' push buttons shall be of the lockable in the pushed position type and
shall be shrouded to prevent accidental operation. Key shall not be required for the
operation of the push button.
INTERNAL WIRING
Wiring inside the switchgear/panel shall be carried out with 1.1 kV grade, zero halogen
FR stranded conductor wires. Minimum size of conductor for power circuits is 4 sq mm
copper. Control circuits shall be wired with copper conductor of at least 2.5 sq. mm for
CT circuits and 1.5 sq.mm for other circuits.
Engraved identification ferrules, marked to correspond with the wiring diagrams shall be
fitted to each wire. Ferrules shall be of yellow colour with black lettering.
Wires forming part of a tripping circuit of circuit breaker shall be provided with an
additional red ferrule marked 'T'.
Spare auxiliary contacts of all equipment forming part of the switchgear shall be wired
up to the terminal blocks.
Spare and unassigned modules shall be complete with internal wiring.
Wiring shall be terminated on screw less terminal blocks upto 4 sq. mm size.
Not more than two connections shall be made on any one terminal.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

220

TERMINAL BLOCKS
Terminals for circuits with voltage exceeding 125 V shall be shrouded. Terminal blocks
shall be grouped depending on circuit voltage. Different voltage groups of terminal
blocks shall be segregated.
Terminal blocks shall be adequately rated to carry the current of the associated circuit.
Minimum rating of the terminal block is 10A.
Terminals shall be numbered for identification.
Terminal blocks shall be arranged with at least 100mm clearance between two sets of
terminal blocks.
Screw less, cage clamp type terminal blocks shall be used for cable sizes upto 6 sq.
mm. Screw type terminal blocks shall be used for cables above 6 sq. mm.
EARTHING
Each Panel shall be provided with an earth bus bar running along the entire length of
the board. Material and size of the earth bus bar shall be as per IS. At either end of the
earth bus, one (1) clamp type terminal with nuts, bolts and washers shall be provided
for bolting the earthing conductor of size and material indicated in data sheets. In case
the earth bus is provided near top of the switchgear, one down comer at either end
shall be provided for connection to the earthing conductor.
Earth bus bars shall be supported at suitable intervals.
Positive connection between all the frames of equipment mounted in the switchboard
and earth bus bar shall be provided by using insulated copper wires/bare bus bars of
cross section equal to that of the bus bar, or equal to half the size of circuit load current
carrying conductor, whichever is smaller.
All instrument and relay cases shall be connected to the earth bus bar using 650 V
grade, 2.5 sq. mm stranded, copper ZHFR, earthing conductor.
All tests shall be carried out on all associated equipment as per relevant standards.
Certified copies of all test certificates shall be submitted for the approval of Engineer-inCharge before despatch of the switchgear.
Routine test shall be witnessed at the manufacturers works by the representative of
Engineer-in-charge.
A)

DATA SHEET FOR LT PANELS/FEEDER PILLAR


SWITCHGEAR PARTICULARS
1.
2.
3.
4.

BUS BAR MATERIAL


SWITCH GEAR
TYPE
CABLE ENTRY

:
:
:
:

ALUMINIUM
4 POLE/TPN
INDOOR
FROM TOP/BOTTOM

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

221

B)

SWITCHGEAR AND BUS BAR RATING


1. SUPPLY SYSTEM
:
2. MAX SYSTEM VOLTAGE:
3. BUS BAR RATING
4. ONE MINUTE POWER

415V, 3-phase, 4W, 50HZ EFFECTIVELY


EARTHED
433 10%
AS PER BOQ/SLD

FREQUENCY VOLTAGE
A. POWER CIRCUITS
B. CONTROL CIRCUITS
C. AUX. CIRCUITS

:
:
:

2500 V
1500 V
2000 V

CONNECTED TO SECONDARY OF CTS


1. REFERENCE AMBIENT TEMPERATURE
: 45C
2. MAX. TEMPERATURE OF BUS BARS AND DROPPERS
:
85C
3. SHORT CIRCUIT WITHSTAND
A) SHORT TIME (1 SEC) :
65/50 KA (RMS) as required.
C)

3.4

3.4.1

SWITCHGEAR CONSTRUCTION REQUIREMENTS


1.

THICKNESS OF SHEET STEEL (COLD ROLLED)


A. FRAME
:
2.0 MM
B. DOORS
:
1.6 MM
C. COVERS
:
1.6 MM

2.

DEGREE OF PROTECTION :

IP-42/IP- 54 OF IS-2147 as required as per BOQ

3.

COLOUR FINISH AS PER IS-5)


A. INTERIOR
:
B. EXTERIOR
:

GLOSSY WHITE
LIGHT GREY, SEMI-GLOSSY, POWDER COATING.

4.

CLEARANCES IN AIR OF LIVE PARTS


A. PHASE TO PHASE :
32.0 MM
B. PHASE TO EARTH :
26.0 MM
C. PHASE TO NEUTRAL :
26.0 MM

LIGHTNING CURRENT ARRESTOR (CLASS B) AND SURGE PROTECTION


DEVICE (CLASS C)
LIGHTNING CURRENT ARRESTOR (CLASS B)

3.4.2 Lightning Protection Device shall provide the following


Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

222

3.4.2.1

A lighting arrester of class B type (as per IEC 62305, 61643) with triggered
spark shall be used.

3.4.2.2

The lightning arrester shall have a voltage protection level of 1.5 KV for
systems with nominal voltage <230V AC. SPD shall be tested as per IEC 6164311:2011 from third party international independent test lab.

3.4.2.3

The lightning arrester components shall have a maximum continuous voltage


across the SPD 350V AC for minimum 02 hours.

3.4.2.4

The lightning arrester shall be tested to total discharge lightning impulse current
capacity for at least 100 KA at 10/350s waveform along with the same Iimp of
100 KA at 10/350 s for SPD connected to neutral to earth line and Iimp of 25
KA at 10/350 s
between R,Y,B and Neutral
as per by IEC 61643
Standards.Line follow current Ifi 25 KA r.m.s

3.4.2.5

The lightning arrester components shall have an operating temperature range of


-40C to +80C.

3.4.2.6

The lightning arrester shall based on Metal Encapsulated Spark Gap technology
for Fire Safe operation at site during discharge of lightning current as per IEC
62305 standards.

3.4.2.7

The lightning arrester shall have mechanical flag based indication for Line to
Neutral and Neutral to Earth SPD for continuous health monitoring of the SPD
as per IEC 60364-5-53 and 61643 standards.

3.4.2.8

Connection made in parallel by using connecting cables of at least 16 Sq mm


between each phase of the device and the neutral to the device as per TT
configuration.

3.5
3.5.1

SURGE PROTECTION DEVICE (CLASS C)


Surge Protection Device shall provide the following:

3.5.1.1 The SPD component shall be designed to withstand In of 20 KA at 8/20 s and Imax of
40KA at 8/20s waveform based Single sealed Metal Oxide Varistor technology
according to IEC 62305 and 61643 standards. SPD shall be tested as per IEC 6164311:2011 from third party international independent test lab.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

223

3.5.1.2 The SPD shall have remote indication and visual indicator for all line to neutral SPD and
neutral to earth SPD.
3.5.1.3 The SPD shall have a voltage protection level of 1.5 KV with arrester rated voltage
(Uc) of maximum 320 V AC..
3.5.1.4 The SPD component shall have a rating of IP 20 according to IEC.
3.5.1.5 The SPD component shall have modular / pluggability feature for all line to neutral and
neutral to earth SPD for ease of maintenance.
3.5.1.6 The SPD component shall have integral label holder to mark each terminal block.
3.5.1.7 The SPD component shall have an operating temperature range of at least -40C to
+80C.
3.5.1.8 Connection made in parallel by using connecting cables of at least 10 sq mm for class C
between each phase of the device and the neutral to the device as per TT
configuration.

IV. PART II - ELECTRICAL WORKS (EXTERNAL)


4
4.1

EXTERNAL LIGHTING
POLES
Polygonal poles shall be designed as per ILE TR7 & BS5649 for structural design & as per
IS875 (Part III), 1987 for dynamic loading.
The pole shaft shall be made single piece MS structure continuously tapered having
polygonal (8/12 sides) cross section and a single longitudinal welding. The welding will
be done as per BS 5135 / IS 9595. No circumferential welding shall be allowed in the
pole shaft. The MS shall conform to BSEN 100025/100027. The structure shall be single
hot dip galvanized as per BS 729 / IS 2629. A suitably designed door shall be provided at
600mm height from the pole base. The door opening will be suitably reinforced for
structural strength. The door shall be flushed with pole external surface and shall provide
easy access for electrical connections at a maintainable height. A Suitable base flange

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

224

and a top flange will be welded and suitable reinforcements will be provided. Foundation
accessories will be as per IS 1367.
4.2

LED - External Lighting


For LED based External Lights Following Standards have to be followed:International Safety Standards:

4.2.1 Safety: IEC 61347-2-13 (IEC System for Conformity, Testing and Certification d.c. or a.c.
supplied electronic control gear for LED modules) AGAINST CONTROL GEAR HEATING
AND VIBRATION TEST.
4.2.2 Radio Interface: EN55015 : European Union Standards for Measurement of Radio
Disturbance Characteristics of Electrical Lighting and Similar Equipment.
4.2.3 Harmonic Content: IEC 61000-3-2: European Union standards to assess compliance of a
Lighting equipments AC mains current harmonics. European Standard EN 60555-2 was
created to set levels for harmonic currents injected by loads back on to the network. This
standard assesses and sets the limit for equipment that draws input current 16A per
phase.
4.2.4 Immunity: IEC 61547: International standard for electromagnetic immunity requirements
applies to lighting equipment/control gears which is within the scope of IEC Technical
Committee 34, such as lamps, auxiliaries and luminaries, intended either for connecting
to low voltage electricity supply or for battery operation.
V.

CCTV SYSTEM

5.1

System Description

5.1.1

Video Management System Components


The networked, IP Video Management System (VMS) shall consist of the following
components:

1.

Scalable video management software hosted on industrial servers with Microsoft


Windows Server operating system.

2.

Industry-standard host, storage and management platform shall be supplied by VMS


Manufacture and shall be of a reputed make.
The Video management software and Host Server Hardware shall be an integrated
solution with hardware specifically designed, and tested for the application.

3.
4.

A range of D1 resolution and megapixel IP cameras and lenses for high-definition video
capture.

5.

Full-featured client software applications for system management live video monitoring,
real-time alert handling, archived video retrieval and packaging of secure evidence, and
third-party review of that evidence.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

225

6.

A suite of intelligent analytic applications for the automated detection and classification
of potentially suspicious actions or events captured in live video. Additional Video
Analytics license and server to be considered by the bidder.

5.1.2 Video Management System Concept of Operation


The VMS shall be designed around the following key objectives and capabilities:
1.

The system shall be a platform-independent, IT server-based solution purpose-built for


the capture, processing and storage of unlimited amounts of digital video and
supporting audio, alarm and other surveillance data (i.e., a powerful, highly-scalable,
open-server, software video management system).

2.

The VMS shall support a range of deployments, enabling new, all-IP camera
environments that deliver high-resolution video capture.

3.

The core VMS software shall operate consistently on stand-alone or integrated host and
storage platforms from recognized IT industry leaders. This hardware shall be an
integrated solution and be supplied or approved by the VMS software manufacturer.
Multiple host and/or storage platforms may be combined to scale the VMS as required.

4.

The VMS shall be able to capture video, associated audio and other data over the video
network from a variable number of IP cameras. A total of 32 cameras shall be licensed
per system. The VMS shall store all video and data from these cameras to local or
network attached industry-standard hard disk drives that shall be fully expandable to
meet the user requirement.

5.

The VMS shall support multiple video compression algorithms simultaneously (including
H.264 High Profile/MJPEG-4, MPEG-4 Simple Profile (Part 2) and JPEG), enabling
network bandwidth and video storage consumption to be optimized and ensuring the
support of 100s of cameras on a typical video network.

6.

Multi-sector recording capability shall enable video from any camera to be recorded on
more than a single VMS host server, at different frame rates and resolutions. Multiencoder functionality shall add the ability to stream these same video feeds in more
than one compression format (e.g., H.264 and MPEG-4) simultaneously.

7.

The VMS shall be capable of recording video from all cameras simultaneously at rates
up to 30 Frames per Second (FPS), including video from megapixel IP cameras.

8.

The VMS shall simultaneously handle recording, archiving, retrieving, playback and live
distribution of video and audio. The software shall operate in a continuous recording
mode or according to a programmed time/date schedule, or have recording functions
driven by alarms, video analytic events or motion detection.

9.

At any time, live and archived video/audio data shall be available to authorized users
over local or wide area and/or wireless network connections, using a feature-rich,
graphical software application that operates on standard Windows desktop PCs.

10.

Users may stream video clips or images to their PCs for management or to a USBconnected media storage device (e.g., CD Burner, DVD Burner or USB memory stick)
for export from the system. All data shall be completely appropriate for use in
evidentiary situations, and shall include a tamper-proof authentication-=n seal for
evidence security and continuity purposes. Third parties such as law enforcement
officials and others shall be able to playback and assess all evidence using any of the
PC industrys standard media player software applications.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

226

11.

The VMS shall include an enterprise-class centralized management utility for the
proactive monitoring and management of the health of all system hardware
components, including cameras, network connections, hard drives and more.

12.

The VMS shall include an enterprise-class user management utility which could create,
delete or modify user profile and access rights and also controls the user permissions.

5.2

System Hardware Characteristics

5.2.1 Video Management System Host and Storage Servers


The host VMS hardware platforms shall have the following characteristics:
1.

The host server(s) shall be stand-alone or integrated products from a recognized


IT industry leader, marrying central video application processing and management
functions with internal or external storage arrays.

2.

Storage of captured video shall be on industry-standard storage devices, either


integrated into the host server or in independent storage arrays connected directly
to the host server or connected via the video network using industry-standard
interfaces such as fiber channel, iSCSI, eSATA or other. Aggregate storage shall
scale independently and without limit to meet extensive video application
requirements.

3.

The VMS hardware shall be an integrated solution and be supplied or approved by


the VMS software manufacturer.

4.

All hardware platforms shall be capable of mounting in a standard 19 equipment


rack and accepting power, network and other standard IT wiring connections.

5.

The host server shall have the following minimum hardware specifications:

6.

Intel Xeon or faster processor, or 100% compatible CPU


4.0 GB RAM or greater
150 MB hard disk drive storage for VMS software installation, plus scalable storage
for video, audio and other data The host server shall have redundant boot drives,
capable of running VMS and supported host Operating System even in case of one
hard disk failure.

7.

This level of hardware shall comfortably support the 32-camera configuration per
server. Scalability beyond this will come in the form of adding additional host
servers and VMS host server licenses as dictated by the full scope of the
surveillance application.

8.

The server shall have meet the following minimum technical requirements:

Processor

Intel Quad-Core Xeon 3.16 Ghz or faster


processor

Memory

4.0 GB of PC2-5300 667 Mhz ECC fully buffered


DDR2 or better expandable upto 64 Gb

Network Interface

4 on-board Intel GbE NICs

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

227

Network
Interface

Management

Serial
Ports

USB Communication Ports

5 USB 2.0 ports

Expansion bus

3 PCI Express slots

Remote Management

ILOM providing: DMTF CLP-based CLI over SSH

Supported Protocols

IPMI 2.0, SNMP v1, v2c, v3, remote graphical


access and remote storage over Ethernet, Web
based GUI over HTTPS

10

Hard Disk

Up to 32 TB for 30 day recording @ D1 resolution


for 32 cameras

11

RAID

Hardware RAID on 0,1,5; shall support redundant


boot drives.

12

Acoustic noise

60 dBA idle, 70 dBA operating

13

Mounting

19 rack mountable chassis

14

Power Supply

Redundant, hot-swappable PSU and fan modules

Communication

1 10/100 MbE NIC


Rj-45

5.2.2 IP Cameras
The VMS shall support IP cameras, with these video feeds streamed directly to the VMS
from the video LAN or WAN. The VMS manufacturer shall produce its own family of IP
cameras for advanced operation with the VMS. These IP cameras shall be incorporated
into the Video Management System as follows:
1.

This IP camera family shall include a choice of

Fixed-format Mega pixel box models.


Fixed-format Mega pixel dome models.
Pan/Tilt/Zoom (PTZ) dome models.

2.

These IP cameras shall offer M-JPEG, H.264 and MPEG-4 video compression in
order to align with or optimize network bandwidth and video storage provisioning.

3.

These IP cameras shall include standard-resolution as well as megapixel-resolution


models, and shall offer several lens options.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

228

4.

All standard-resolution IP cameras shall provide a minimum of 25 FPS at the


following resolutions. Final determination of frame rate and resolution used for the
application will be determined during final system design.

5.

D1 (720 x 576 pixels PAL).

Depending on the model selected, the megapixel-resolution IP cameras must be


able to provide a minimum of 25 FPS at the following resolutions.

D1 (720 x 576 pixels PAL).


720p (1280 x 720 pixels)

6.

The Megapixel-resolution IP cameras shall be supplied with Megapixel lenses. The


housing enclosuer for megapixel cameras shall be IP66 complient. Suitable
mounting accessories are supplied as per the mounting needs.

7.

Depending on the model selected, the megapixel-resolution IP cameras shall


provide the image detail listed above at capture rates of between 15 and 30
Frames per Second (FPS) over standard IP networks.

8.

The fixed-format box & dome cameras shall support a Power over Ethernet (PoE)
interface.

9.

The fixed-format megapixel cameras shall offer an industry-standard SD or SDHC


card slot for limited local storage of essential video.

10. The fixed-format cameras shall offer a wide dynamic range and light sensitivity
down to 0.8 lux for operation in low-light environments.
11. The fixed-format cameras shall be capable of generating up to 2 or more
simultaneous video streams, with the following attributes:

Individual camera feeds shall be recorded by the VMS at different


compression, resolution and capture rate settings simultaneously.
An adaptive transmission algorithm shall throttle these video streams to a
preset maximum data rate or scale that rate based on variable network
bandwidth available at the time of transmission.

12. All IP cameras shall provide backlight compensation and AGC/auto iris functions.
13. IP Cameras shall meet the following minimum technical specifications:
14. Fixed IR Box Cameras
1

Sensor type

1/3 CMOS Progressive Scan Sensor

Lens

Light sensitivity-color

Light sensitivity-monochrome

B/W: 0.0057 lux

Dynamic range

More than 80 dB

Signal-to-noise ratio

At least 50 dB

White balance

Required, Auto tracking, manual, preset

3.3 to 12 mm vari-focal lens


Color: 0.17 lux;

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

229

Backlight compensation

Required

Automatic Gain Control

Required, with Auto Iris

10

Region of Interest

Max. 3 ROI. Editable range

11

Area of Interest

Max. 2 AOI. Editable range

12

Video Profile

13

Video Compression

14

12-profiles simultaneously
H.264 high profile, main profile and baseline
H.264, M-JPEG & MPEG4 (tri-encoders)
simultaneously

Resolution

1280 x 720p

15

Frame rate

60 fps @ 720p

16

Audio Channel

Two-way, full duplex

17

Internal storage

SDHC card slot, support SD/SDHC Card up to 2


TB

Network Interface

Ethernet 10/100 Mbps, RJ-45, 4 pair

19

Power Supply

PoE Class 2

20

Power Consumption

Not more than 4W

21

Operating Conditions

0 to 50C at 8-90% RH

Supported protocols

RTP/RTSP, HTTP/HTTPS, IPv4, TCP, UDP, RTCP,


DHCP, ARP

23

Certifications

UL, CE-EMC, FCC

24

Environment

IP 66,IK10

18

22

a) Fixed IR Dome Cameras


1

Sensor type

1/3 CMOS Progressive Scan Sensor

Lens

3.3-12 mm Varifocal DC Iris Lens

Light sensitivity-color

0.017 lux

Light sensitivity-monochrome

0.05lux

IR Beam Distance

20m IR distance

Dynamic range

More than 70 dB

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

230

Signal-to-noise ratio

At least 50 dB

White balance

Required, Auto tracking, manual, preset

Backlight compensation

Required

10

Automatic Gain Control

Required, with Auto Iris

11

Region of Interest

Max. 3 ROI. Editable range

12

Area of Interest

Max. 2 AOI. Editable range

13

Video Profile

12-profiles simultaneously
H.264 high profile, main profile and baseline

14

Video Compression

H.264, M-JPEG
simultaneously

15

Resolution

1280 x 720p

16

Frame rate

60 fps @ 720p

17

Audio Channel

Two-way, full duplex

18

Network Interface

Ethernet 10/100 Mbps, RJ-45, 4 pair

19

Power Supply

PoE Class 2

20

Power Consumption

Not more than 5W

21

Operating Conditions

0 to 50C at 8-90% RH

22

Supported protocols

RTP/RTSP, HTTP/HTTPS, IPv4, TCP, UDP, RTCP,


DHCP, ARP

23

Certifications

CE-EMC, FCC,UL

24

Mounting

Hard Flush type or surface

25

Internal Storage

2TB

b)

&

MPEG4

IP-PTZ Dome Outdoor Cameras

Sensor type

1/4" ExView HAD

Zoom optical + digital

36x + 12x

Focal Length

3.4mm 122.4mm

Light sensitivity color

1.4 lux (36x)

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

(tri-encoders)

231

Light sensitivity ICR On

0.01 lux (36x)

Signal-to-noise ratio

More than 50 dB

White balance

Required, Auto

Backlight compensation

Required

AGC,
Auto
Stabilization

Embedded analytics

Optional Yes

10

Privacy masking

Yes (8 Zone)

11

Compression

MPEG-4 / H.264

12

Max. resolution PAL / NTSC

D1; 720x576 / 720x480

13

Max. frame rate

30 fps @ D1

14

Presets

256

15

Tours

16

Pan rotation speed

Up to 300 /sec with 360 PAN Travel

17

Tilt coverage

180

18

Network interface

Ethernet 10/100 Mbps

19

Operating temperature

-10 to 60C

20

Iris,

Image Required

Operating Relative humidity

0 - 90% non-condensing

21

Environment

Outdoor (IP66)

22

Mounting options

Wall, ceiling, pole, pendant

23

Certification

CE,FCC,UL,IK08,VENDAL PROOF

24

Internal Storage

Up to 2 TB

25

Alarms In/Out

7/4

5.2.3 Video Decoder


The VMS shall be able to stream multiple IP video feeds through a proprietary device
that converts (decodes) those streams into a format for display on analog or digital
monitors. This decoder shall have the following characteristics:
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

232

1.

The decoder shall accept up to 64 simultaneous MPEG-4 video streams from


multiple network sources for rendering on the display monitors. If real-time
display is required, this capacity shall be reduced to 48 simultaneous MPEG-4
streams.

2.

Each decoder shall be capable of driving its output to 1 or 2 independent


monitors.

3.

The decoder shall be capable of interfacing with either analog or digital monitors,
and accordingly shall offer DVI and VGA outputs.

4.

Desktop software shall control the organization of video displays within each and
across multiple monitors to meet specific surveillance objectives.

5.

These customizable display layouts shall include any authorized camera(s), alarm
handling functions, interactive facility site maps, panoramic views stitched from
multiple cameras, integrated replay functions and more

6.

Camera views can be configured for display at different quality (resolution) levels,
depending on the video source and underlying network capabilities.

7.

The maximum resolution available from the decode unit shall be governed by the
monitor to which it is connected.

8.

The decoder shall have the ability to adjust automatically the rate at which it
streams video to the display monitor(s) based on the network bandwidth
available at that time.

9.

Multiple decoders shall be able to be grouped together to support multiple


monitors in a video wall arrangement, providing coordinated or independent
displays as required.

10.

When combined with a PTZ camera joystick controller also produced by the VMS
manufacturer, the decoder shall provide virtual matrix switch operation.

11.

The Decode station shall meet the following requirements:


1

Frame Rate

Support any frame rate on upto 16 simultaneous


video streams

Form Factor

Standalone

Video Output

HDMI/CVBS

Audio Inputs/Outputs

1mic/1stereo

Relays

Compression

H.264, MPEG-4, MPEG2, MJPEG

Embedded Softwares

Windows with pre-installed VMS Client

Human Interface

Remote Control, Keyboard, Mouse

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

233

Supported Resolution

Monitor dependent

10

PTZ Control

Support through Joystick/Keyboard

11

USB Ports

2(front)+2(back)

12

Ethernet

Gigabit

13

Expansion

eSATA

14

Power Supply

100240VAC

15

Power Consumption

max 90W

16

Mounting Options

Rack-mount (1U,2slots)

17

Operating Temperature

10 to 35C

18

Standards Compliance

CE, FCC, RoHS

19

Optical Drive

CD/DVD Drive

5.2.4 Network Communications


The VMS shall have robust IP networking features, in line with IT management team
expectations. These features shall include the following:
1.

The VMS host server(s) shall connect to an enterprise LAN or WAN network via a
Gigabit Ethernet connection. The client viewing and configuration applications shall
operate on workstations connected (locally or remotely) to the LAN/WAN, and shall
communicate with the VMS across this network. The VMS host server(s) and client
applications shall communicate using the TCP/IP protocol.

2.

The VMS host server(s) shall operate using either DHCP or static IP addressing. If
using DHCP addressing, client software must be able to connect to a VMS server
using its new address without any action on the part of the user.

3.

The VMS shall offer bandwidth limiting such that video data traffic on this network
will not exceed a preset maximum when distributing live video or delivering
recorded video. Administrators shall have the ability to program this bandwidth
limit as part of the customizable user privileges offered by the VMS software .

4.

The VMS shall operate using a peer-to-peer architecture with no central videostreaming server and there shall be no imposed limit to the scalability of the
system. The VMS system shall be field-upgradeable by adding additional host
and/or storage servers to support increased camera capacities. This clustering of
servers shall yield a fully scalable, transparent surveillance network. All other
system components (alarms, audio inputs and all supporting software) shall also
scale in this fashion to support application or configuration growth.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

234

5.3

System Software Characteristics

5.3.1 VMS Software


At the core of the IP video solution, the VMS server software shall have the following
characteristics:
1.

The server software shall be host-platform-independent, and be purpose-built for


the capture, processing and storage of unlimited amounts of digital video and
supporting audio, alarm and other data as necessary. It shall be the embedded
engine of a powerful, highly-scalable, open-server software video management
system. It shall support an ongoing range of video and surveillance capabilities
and expose those features and functions through separate user interface (client)
software.

2.

The software shall be compatible with a Windows 7 Professional operating


system.

3.

The server software shall support up to 32 cameras (IP and/or analog). Multiple
VMS host servers shall be deployed concurrently and seamlessly networked
together to support an unlimited number of total cameras.

4.

System Configuration and Maintenance


i.

Database maintenance with report, including fault, alarm, operation

ii.

Continuous system monitoring and equipment condition; notification on


abnormal conditions

5.3.2 Client (User) Software


5.3.3 General
The VMS engine shall be accessed configured and controlled through a unified desk-top
client application, as well as other software interfaces as introduced over time. The
primary software client shall have the following general characteristics:
1.

The primary client software shall be Windows 7 PC compatible, and shall be


installed from a CD using an automatic installation program.

2.

The primary client application shall be a graphical, full-featured software


interface that organizes system tasks under integrated tabs or pop-up applets,
enabling authorized users to perform the tasks required by their specific role,
including VMS configuration, system health monitoring, live video monitoring,
archived video retrieval and packaging into secure case evidence, and thirdparty review of exported evidence. Access to each set of tasks shall be
controlled by customizable user privileges which allow users to be profiled and
grouped according to the surveillance and system capabilities they need .

3.

This client application shall operate in a fully customizable fashion, offering


drag-and-drop formatting to enable each user to assemble and lay out
functions, views and data as they prefer. Options shall include the ability to
organize and render these views across multiple monitors on a user desktop.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

235

4.

All VMS installations shall employ this common software interface regardless of
the architecture or scale of the system deployment. This shall yield consistent
user training materials, system and application documentation and overall user
interaction.

5.

A common software interface or client application can configure and manage all
cameras, servers, decode stations, and edge devices.

6.

Video Analytics features can be applied with the solution. Out of 32 channels of
recording, 6 of the channels shall perform Video Analytics features at D1
resolution, or, 4 of the channels at 720P/1080

7.

User Management
a.

Access to system resources individually controlled per user or user


group

b.

User privileges, designated time period and public access group


management

c.

User access history including login, control, report

5.3.4 VMS System Configuration


The primary VMS client application shall be capable of launching an integrated applet
that exposes the required system programming and configuration functions. This
applet shall have the following overall characteristics:
i.

This client tool shall be installed from CD on the relevant system administrator
PCs/desktops as a separate utility, but access to its features and functions shall
be from within the master client application. This access shall be further
governed by the user privileges controls in the System Management software .

ii.

Authorized users shall call up this applet to configure (program) across the local
or wide area network, the settings of the host servers, cameras, encoders and
other system resources made available to them under their user profile.
Individual user credentials shall protect access to each users configuration
account.

iii.

The settings controlled remotely under this applet shall include system-wide
parameters such as IP address management, video recording schedules; alarm
handling procedures, monitor sequences and much more.

iv.

Individual edge device (i.e., camera or encoder) parameters shall be programmed


directly on the device via an integrated HTML web page. Settings such as video
capture rates, compression formats, network streaming rates and more shall be
controlled in this manner.

v.

This client shall also be capable of stand-alone operation, for example in remote
locations. It shall provide a subset of the primary client features but in addition
to its system configuration capabilities, it shall provide reasonably complete VMS
controls, including live monitoring, archived search and review, and evidence
export.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

236

5.3.5 Monitoring Live Video


The primary VMS client application shall provide a comprehensive set of features for
the monitoring of live video. These features shall include but not be limited to the
following:
1.

This client tool shall facilitate the monitoring of a single VMS site or the
centralized oversight of hundreds of locations, including remote or unmanned
locations, without the need for separate software licenses of any sort (i.e., no
federation licenses).

2.

The software shall offer all viewing/display capabilities on an individual


workstation basis as well as on a command center display wall (video wall)
basis. Such video walls shall be comprised of between 2 and 200 or more
monitors.

3.

Video wall functions shall be equivalent to a high-performance video matrix.


Analog or digital monitors shall be supported, in a range of interface formats as
identified in Section 1.02 C. above. All live and archived video monitoring
features contained in this Section shall apply equally to workstation or video wall
deployments.

4.

Upto 32 camera views or windows per monitor, in flexible grid arrangements. 32


camera per client with 2 monitor or 16 camera per monitor

5.

Camera views shall be available from any local or remote VMS location or
camera, and shall be able to be combined (cameras and sites) simultaneously.
Camera view arrangements shall be organized through a drag-and-drop
interaction. Live camera views shall be able to be moved (e.g., from a small
monitor to a larger one) through this same drag-and-drop interaction.

6.

Camera views shall be customizable into logical groupings according to


preference. These groups shall be made independent of VMS host server or
camera location.

7.

Multiple camera views and grids (to the maximum of 16 views per monitor and
upto 64 over 4 monitors) shall be able to be overlaid within the software screen
for nested access to video feeds. This shall also include the temporal sequencing
of camera feeds.

8.

The software shall provide a graphical time-line control that shall allow
monitoring personnel to quickly replay/review recorded video from a camera
associated with a live incident. Personnel shall be able to return to live video
with a single mouse click.

9.

When IP Cameras and/or Encoders produced by the VMS manufacturer are used,
the software shall provide network bandwidth management features that enable
viewing of live video from a remote location in a lower frame-rate feed, while the
VMS continues to record to disk that same video at a preset higher frame-rate
feed.

10.

The sequencing or preprogramming of camera displays in a spot monitor and a


guard tour fashion shall both be supported. The number of cameras to be
viewed in this way, the order in which they are viewed, and the dwell time for
each view shall all be programmable. These features shall apply to views from
local and remote, fixed and PTZ, and IP as well as analog cameras.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

237

11.

All video viewing shall be available in real-time, with no appreciable delay or


quality reduction other than what might result from limitations in the underlying
network.

12.

All video windows shall be able to display video feeds at up to 25 FPS PAL and
full D1 resolution.

13.

A full-screen viewing option shall be available and easily activated/deactivated on


all viewing windows.

14.

A virtual (digital) zoom capability shall be available and easily


activated/deactivated on all viewing windows. This integrated zoom shall be
capable of up to 50x magnification on each video image or clip. This feature shall
apply equally to feeds from fixed as well as PTZ and IP as well as analog
cameras.

15.

The software shall provide an option for panoramic video viewing, wherein wider
scenes covered by several camera views shall be stitched together into a single,
integrated, real-time view. Multiple camera streams shall be imported into a
virtual canvas and organized as required through a drag-and-drop interface to
create the synchronized surveillance view desired.

16.

The software shall support the integration of video feeds and bi-directional audio
streams, enabling personnel at a central facility to communicate in real-time with
persons at any remote site equipped for this type of interaction. Incoming audio
from those interactions shall be recorded together with the incident video. If
audio is associated with the selected video, there shall be a set of controls
provided in the software to allow the adjustment of the volume or to mute the
audio.

17.

The software shall provide a flexible means of controlling PTZ cameras. The
simplest and default form of control shall be via a mouse and keyboard, providing
the ability for example to drag the mouse cursor across the target image to
immediately direct the camera movement from the monitoring workstation, or to
highlight an area of the image using the mouse and have the camera
immediately zoom in to that section of the image. Alternately, an external joystick keyboard shall also be available from the VMS manufacturer for more
traditional, comprehensive PTZ camera control.

18.

The software shall support the configuring of PTZ camera presets automatic
stop points among the cameras full range of movement and focus that provide
specific, repeatable scene views desired at the monitoring station. It shall be
possible to sequence these presets into automated guard tours to provide
rolling, hands-off views of an entire facility or groups of cameras within one or
more facilities. In addition, specific camera presets shall be able to be linked to
alarm inputs as part of an automated alarm notification and response routine .

19.

The software shall support frame by frame video viewing while reviewing the
recoded video for evidence extraction purpose.

20.

When PTZ cameras from the VMS manufacturer are used, a PTZ Auto Tracking
analytic algorithm shall be available to cause a PTZ camera to automatically
detect and follow (record the movements of) a suspicious person or vehicle
throughout the full camera field of view.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

238

21.

When PTZ cameras from the VMS manufacturer are used, all camera controls
above shall be exceptionally reactive, providing near-real-time response with no
appreciable delay in camera movement or focus.

22.

PTZ cameras from third-party manufacturers shall also be supported.

5.3.6 Handling Alarms


The primary VMS client application shall provide a comprehensive set of features for
handling security alarms generated during the surveillance process. These features
shall include but not be limited to the following:
1.

Alarm inputs and switch outputs shall be provided by all encoders and fixedformat network cameras produced by the VMS manufacturer.

2.

Alarms shall be triggered by the opening or closing (programmable) of any of


the alarm inputs on these edge devices, by the detection of motion within a
preprogrammed area of a camera view (with variable zone and sensitivity
settings), and/or by a range of intelligent video analytics designed specifically to
detect activities of concern or interest within these camera views.

3.

Multiple simultaneous alarms shall be supported in real time by the VMS and the
client software.
Each event shall be supported by independent preprogrammed response actions or routines associated with the type or severity of
the incident.

4.

The software shall provide an alarm inbox into which notification of all events
triggered by these physical or logical alarms (e.g., opening of a door,
depressing of a panic button, camera motion detection, video analytic alert,
etc.) shall be routed. Monitoring personnel shall be made aware of these
incidents in real-time by flashing entries in this inbox and optionally, an audible
alert notification.

5.

Additionally, the activities that can be triggered automatically in response to


alarms shall include:

6.

Notification of alarms to a range of preset email addresses, according


to the type and severity of the alarm.
Pop-up of live incident video on defined workstations or video wall
monitors.
Orientation of PTZ cameras to specified preset positions.
Initiation of preset camera and map viewing sequences.

A single mouse click shall allow monitoring personnel to immediately view live
video associated with an alarm incident. The options to display site-specific
information along with live video from a given location and camera
automatically shall also be provided. Information shall be customizable,
including for example security or other contact information, and this information
shall be modifiable as necessary for multi-site installations.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

239

5.3.6.1 Integration of Site Maps


The primary VMS client application shall provide the option for on-screen display of
interactive facility or site maps. The features of this utility shall include but not be
limited to the following:
1.

The software shall be capable of importing two dimensional (2D) images of floor
plans, building or campus layouts or other facility or site geometries. 2D images
shall be supported in .bmp or .wmf formats.

2.

A series of interactive icons shall be provided to deploy on top of these imported


map images and enable the following functions:

3.

These icons shall be used to indicate the location of each physical camera
and its approximate field of view, and of alarm inputs and other security
equipment deployed within that map area.
These icons shall be implemented by an administrator using simple dragand-drop movements their mouse.
Once in place, the camera icons shall provide a point-and-click interface to
launch on demand a live video window from the selected fixed or PTZ
camera.
The alarm icons shall provide an immediate, visual means of identifying
incident locations and when clicked shall provide relevant alarm and
site/location details.

It shall be possible to layer or nest multiple maps within the primary client screen
to leverage these virtual representations across even very large or complex
facilities and surveillance deployments. Simple zoom and navigation features
shall provide granularity and efficiency when larger facility maps are used.

5.3.6.2 Searching and Reviewing Archived Video


The primary VMS client application shall provide a comprehensive set of features for
searching, retrieving and reviewing stored video, regardless of where on the network
the video is archived. These features shall include but not be limited to the following:
i.

Searches for recorded video shall be made using a point-and-click timeline


indicator that can scale up or down dynamically, from minutes to weeks, to
reflect the date and time range of the video being sought.

ii.

Chronological images of the desired video shall be further subdivided by a list of


those cameras accessible under the users profile. A mouse click on a single or
on multiple cameras shall cause the desired video clip or clips to be downloaded
to the users PC.

iii.

Selecting an entry from the alarm log shall also cause incident video to be
displayed automatically.

iv.

Once a desired video clip is selected, it shall be streamed to the user PC and
viewed using a set of VCR-like controls. A shuttle search feature shall allow the
operator to move quickly to the point of interest in the recorded video clip.

v.

If audio has been associated with the selected camera then that audio shall also
be heard during replay.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

240

vi.

The software shall support the viewing of video from multiple cameras in the
same display simultaneously. A capability of surrounding view shall allow the
seamless viewing of a suspect or vehicle of interest as they pass out of one
camera field of view and into the next in this display.

vii.

Any video search or retrieval operation, along with any viewing of live video or
any system configuration activity, shall not interfere with any other operation
being conducted on or by the VMS.

5.3.6.3 Exporting Video Evidence


The primary VMS client application shall provide the following features for exporting
video evidence for use by third parties such as law enforcement and other external
officials:
i.

It shall be possible to export recorded video clips or still images at any point
without interrupting recording.

ii.

Still images shall be exported in either .jpg or .bmp formats. It shall be possible
to save these images to a PC hard drive, as well as attach them to email if
desired. It shall be possible to send these images to a PC or network connected
printer for hard-copy output. It shall also be possible to direct these images to
PC or network connected CD, DVD or USB removable media (memory stick).

iii.

Image enhancement tools shall be provided to allow for example the brightness,
contrast, sharpness or digital zoom of evidence images to be fine tuned before
export.

iv.

All video clips retrieved to a user PC shall be able to be stored to the local hard
drive in standard .avi file format. Stored video clips shall be digitally sealed a
Digital Signature and shall be able to be authenticated at any time. It shall be
possible to also direct these files to PC or network connected CD, DVD or USB
removable media (memory stick).

v.

It shall also be possible to save video files in MPEG-4 and MP4 formats in
different resolutions. It shall be possible to replay files saved in these formats
using industry-standard media player software.

vi.

It shall be possible to export video from multiple cameras simultaneously.

5.4

System Management Software

5.4.1

General
The primary VMS client software shall support an integrated license management, user
management and system health monitoring applet with the following characteristics:
i.

This shall be an enterprise-class central management utility, addressing all VMS


software license management and user access privileges management. It shall
also provide comprehensive, real-time system health maintenance functions.
These capabilities shall extend seamlessly across any number of video
installations and any number of network-linked physical locations. All local and
remote management functions shall operate over a TCP/IP LAN or WAN
network.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

241

ii.

This utility shall consist of the user interface applet (administrator console) and
a necessary server-based software engine.
Together these software
components shall provide the management functionality described in this
Section.

iii.

All software shall be Windows Vista/Windows XP PC compatible. Multiple


instances of the applet may be present in a given video infrastructure. A single
instance shall be required per VMS host server. Each copy of the applet shall be
installed from a CD using an automatic installation program.

5.4.1.1

Administrator Console
An administrator console shall provide the user interface to the license, user and
system health management activity introduced above. It shall be launched by
authorized users from within the primary VMS client application and its features
and functions shall include but not be limited to the following:
i.

Software License Keys shall be the technology used to officially enable VMS
capacities and capabilities, including host server licenses, IP camera
connections, enhanced applications, etc. The administrator console shall
provide the mechanism for entering, activating, updating and tracking the
status of all VMS licenses in a single or multi-server environment.

ii.

The software shall provide enhanced user access control, including matching
authorized system administrators to individual or groups of VMS host servers
and allowing them to review, modify and update programming remotely.

iii.

The software shall be used to manage access privileges for all other system
users as well. Authorized Administrators shall be able to define user names,
passwords and access rights, as well as logical groupings of VMS host systems,
edge devices and individual users. Users shall be assigned to groups which
have defined privileges, and these groups shall be assigned access to the
appropriate VMS host systems.

iv.

Privilege management shall provide a high degree of granularity, allowing


access to be controlled down to an individual system resource (for example, a
single camera).

v.

The administrator console shall include a complete set of features for


monitoring the health of the complete video surveillance infrastructure,
including all local and remote VMS host platforms, storage devices and hard
drives, IP cameras, encoders and any other solution elements.

vi.

Health alert triggers shall include but not be limited to failed network
connections, unit performance problems, camera synchronization loss, VMS host
server temperature exceptions, and more.

vii.

Reports on systems use, health alerts and other alarms shall be capable of
being saved to file and printed. Report files shall also be capable of being
imported into third party report management applications.

5.4.1.2

System Management
The system shall provide the server-based enabling functions for the license,
user and system health management activity described above. It shall use the
administrator console as its graphical user interface, feeding into that GUI the
comprehensive services and tools for deploying and managing unlimited

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

242

numbers of VMS systems across any number of locations. The specific and
complementary features shall include but not be limited to the following:

5.4.2

i.

The system shall host the database for maintaining all device connection and
software (e.g., analytics) licenses in a multi-server environment.

ii.

IP camera licenses shall not to be tied to the MAC address of the camera, as
these addresses are universally unique and replacement of a camera would
invalidate any connection or analytic licenses previously applied.

iii.

The system shall provide automatic restoration of correct licenses on VMS host
servers that are replaced.

iv.

The system shall provide automatic tracking of IP addresses of all VMS servers
in short-lease DHCP networks.

v.

The system shall offer complete remote access with full security, such that it
shall be possible to outsource the system health monitoring and maintenance
functions noted in this Section directly to the VMS manufacturer as a contracted
annual, value-added service offering performed by fully trained technical
resources resident in a proprietary, 7/24 Network Operations Center.

Intelligent Video Analytics Software


The VMS shall support a family of intelligent Video Analytics that can be used to alert
personnel automatically to a range of events of interest or concern detected in live or
captured video. The features offered by these analytic applications shall include but
not be limited to the following:
1.

To ensure compatibility including ongoing maintenance and operation, the


family of analytic applications shall be developed, maintained and enhanced by
the VMS manufacturer. These shall not be third-party software components or
OEM offerings added into the VMS software suite.

2.

Each analytic application shall employ sophisticated algorithms that generate


high levels of performance and accuracy, but that are also configured through a
common, integrated software interface.

3.

The analytics shall operate on video captured by either IP or analog cameras.


It shall be possible to operate multiple analytic applications on at-least 6 zones
per camera and on multiple cameras within the VMS deployment
simultaneously. The analytics shall not require megapixel resolution video for
accuracy.

4.

Each Analytic application shall be licensed individually, per IP Cameras or


encoders, and these licenses shall scale in capacity as required.

5.

The choice of analytics available in this family, as well as the functional behavior
or purpose of each, shall include the following, and this list shall be developed
further over time:

Camera Tampering Alarm generates an alarm when a camera field of


view changes appreciably within a short time threshold (e.g., covered or
painted lens)

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

243

6.

All alarms generated by these intelligent video analytics shall occur in real-time,
and the choice of actions they can be configured to initiate automatically shall
include:

7.

5.4.3

Left Object Detection generates an alarm when an object larger than


a set size threshold remains in or is removed from a camera field of view
for longer than a set period of time.
Loitering Detection initiates an alarm when a person or people remain in
a defined area within a camera field of view for longer than a set period of
time.
Panic Alarm generates an alarm when multiple people move rapidly
through a defined area within a camera field of view.
People Counting maintains a running total of the number of people that
pass through a defined area within a camera field of view.
Perimeter Protection generates an alarm when a person or an object
larger than a set size threshold crosses, in a defined direction, a defined
line or boundary in a camera field of view.
Wrong Way Detection initiates an alarm when a person, vehicle or other
object passes through a camera field of view in a direction other than that
which is desired.

Move one or more PTZ cameras to specified preset orientations.


Display live video at defined monitoring stations and screens.
Initiate alarm notification procedures, including via email, and activate
alarm logging functions.
Activate live audio connections where equipped.
Activate switch contacts (i.e., open or close) connected to associated
security equipment, thereby triggering sirens or alarm bells, opening or
closing automatic door locks, flashing warning lights, etc.
Bookmark all relevant video by alarms for searching purposes and begin
archival process.

Configuration of all analytics shall also include the necessary sensitivity, timing,
threshold and other controls to help ensure maximum accuracy in the
performance of the surveillance routine.

Software Integration
The VMS shall offer integration with facility access control and security automation
systems. Should support integration with Access Control, Intrusion Alarm systems for
making a complete integrated system solution.

5.4.4

System Security and Reliability


The VMS shall provide the following system-wide IT defenses and security capabilities:
1.

Each VMS host server shall be capable of being deployed behind a standard and
likely existing LAN/WAN security firewall, benefiting from the virus and malware
protection software and other encryption and intrusion defenses in place on that
network.

2.

The VMS shall minimize the number of access points attackers could attempt to
exploit to gain access to the system or at which a virus or similar form of

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

244

malicious software may be directed to compromise the operation of or the data


associated with the system. All communication with the VMS shall be tightly
restricted, with most external communication ports being permanently blocked
from user access (and with no way made available to open them). This includes
all TCP and UDP ports not required for system operation.

5.4.5

3.

Communication between all elements of the system (host server, client software,
system management server and software, storage server(s), etc.) shall be
secured.

4.

All IP-camera video shall be captured and transmitted to the VMS over the
secure network using the IP protocol.

5.

The VMS shall support multiple levels of user and administrator password
authentication and privileges management to control access to the system. A
fully configurable matrix of user accounts, user groups and user privileges shall
be supported. In an enterprise configuration, user authentication through a
corporate application (i.e., Windows Domain Server) shall also be supported via
the server. The result shall be a single sign-on or single authentication
functionality via this existing IT access management utility.

6.

User and administrator access rights shall be fully configurable, down to the
individual video resource level (i.e., to a specific camera). These rights shall
apply to local and remote users equally.

7.

Each VMS shall keep a running log of all user access. These logs shall be
retrievable by authorized administrators, but no user shall be able to remove
entries from a log. Each log shall be self-maintaining, automatically removing
entries that exceed 1024KB in size. It shall be an option to copy and save a log in
a text-formatted file appropriate for printing. This text file shall also be suitable
for import into a third-party report management application.

8.

The VMS shall contain software watchdog technology that maximizes fault-free
operation. The central management application shall continuously monitor the
health of the servers, edge devices, cameras and the network. It shall
automatically report all problems detected per preset notification policies.

9.

For the redundancy of VMS, seamless clustering of host servers shall be


supported to distribute and manage system loads and mitigate the risk of
common points of failure. This capability shall include an enterprise level of hotstandby or fail-over features within the server hardware and software as well as
the application software, maximizing operational reliability and fault tolerance. In
particular, the ability to auto-configure a back-up VMS server on failure notice
shall be included.

Additional System features and functions


The VMS shall provide a comprehensive set of video management features and
capabilities. Capabilities not noted to this point shall include but not be limited to the
following:

5.4.6

Alarm Notification
The VMS shall distribute notification of alarms to clients who have requested
notification. All video associated with the alarm shall be displayed automatically on
receipt of an alarm. Audible and visual alarm cues shall be configurable. An operator
shall be able to have notification of alarms e-mailed to specific users.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

245

5.4.7

Audio Capture
The VMS shall provide the option to record audio data synchronized with video data.
The audio compression protocol used shall be PCM, ADPCM or AAC compression,
depending on the source device (i.e., IP camera or Encoder).
Where audio recording is to accompany video capture, the video and audio shall be
synchronized to within one second for both live viewing and playback.

5.4.8

Playing Back Video


Retrieved video shall be displayed automatically in a window. It shall be possible to
display the playback window beside the live video window. If audio is associated with
the video, it shall be played along with the video automatically. A date/time stamp shall
be shown with the video and updated for each frame that is displayed.
It shall be possible to playback multiple cameras simultaneously.

5.4.9

Playback Controls
When a playback window is selected, the following controls shall be made available to
control the playback of the video:

Play forward and reverse.


Pause.
Single frame forward and reverse.
Move to beginning to ending of video segment.

The speed of playback shall be variable, including 1x, 2x, 4x, 8x, 16x, 32x, 64x, 128x,
254x and 512x normal speed. The recorded video shall also be capable of being
navigated quickly using a shuttle search (slide bar). Video frames shall be displayed
while the slide bar is being moved to assist in finding the frame of interest.
5.4.10 PTZ control
The VMS shall allow for connection to IP as well as analog PTZ cameras. Multiple PTZ
cameras may be daisy-chained on a single port as defined by the PTZ protocol being
deployed. Control of these cameras shall be through a physical desktop PC connection
to a PTZ controller (keypad/joystick) or through on-screen software controls. Onscreen software controls shall include direction of camera movement, zoom, focus and
configuration of camera preset locations.
5.4.11 Recorded Information
The information recorded on a VMS server shall consist of the following:

Compressed video.

Compressed audio.

Time stamp consisting of date and time with resolution in seconds.

Associated event information.


5.4.12 Recording Continuously
The VMS shall be capable of recording continuously on each video and audio input.
5.4.13 Recording On-Event
The VMS shall be able to record any video input (and associated audio if desired) in
response to an external alarm. The duration of recording on each alarm shall be from
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

246

1 to 900 seconds. There shall be no hard association of alarm to camera or audio


source. Any alarm can trigger recording on any or all cameras and audio inputs.
Optionally, any camera shall be programmable to record at up to the maximum capture
rate (FPS) available from the system in response to an alarm.
Events that trigger recording shall include:

Any external closed current loop device connected to an IP camera or Encoder


(e.g., door sensor, motion sensor, etc.)
Motion in the video image (in the image overall, or in individual and
configurable masked areas of the image, with configurable sensitivity settings)

Video motion detection shall be tunable using full screen sensitivity setting to simplify
configuration or using a user definable grid for area of interest. Detection of video
motion shall be capable of being enabled during specific periods of the day according
to a pre-determined schedule.
5.4.14 Recording on Schedules
The VMS shall be capable of executing any number of internal recording schedules
defined by the administrator. Schedules shall be remotely configurable and control the
following actions:

Amount of allocated storage (any combination of cameras for any


duration from 1 hour to 90 days)

Monitoring of physical alarms (during specified periods)

Monitoring of motion alarms (during specified periods)

Increase/decrease of a bandwidth throttle

Moving of a PTZ unit to a predefined position

Displaying of a specific camera or cameras on a spot monitor


5.4.15 Search and Retrieval of Recordings
Searching and retrieving video and audio from a VMS shall be done as a single
operation (i.e., if audio is associated with video, it shall be retrieved automatically).
The search function shall allow multiple VMS locations and cameras to be specified and
searched simultaneously.
Recorded video shall be searchable by entering a range of times and selecting the
camera of interest or recording sector or both. The user shall be able to further refine
this range by a simple click-and-drag operation, and not have to re-enter any search
parameters.
The search function shall allow any duration of video to be retrieved, to a maximum file
size of 2.0 GB.
5.4.16 Security Sealing Video Evidence
A video clip from a live or playback video window shall be capable of being saved to
the local PC or other network storage location in a native-standardfile format. The
captured information shall include the video clip itself, any audio data if recorded, and
associated location, camera, time, date and event details.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

247

Video clips shall be able to be exported from the VMS to a USB-connected CD or DVD
Burner or memory stick. Control of this operation shall be made available to authorized
clients locally or remotely over the network.
5.4.17 Storage
The VMS shall provide a distributed architecture that supports multiple industrystandard storage servers or disk arrays and these shall be fully scalable devices.
Video shall be tagged as it is stored to optimize search efficiency based on date and
time,event, motion or analytic data.
The VMS server shall contain no removable media for off-line storage. Storage shall be
maximized to provide the longest retention period possible based on the disk
configuration that has been selected. Configurable parameters for altering storage
duration shall include:

Video
Video
Video
Video

resolution (CIF, D1).


capture rate (FPS).
quality settings.
compression codec (H.264, MPEG-4, etc.)

The Storage System shall be fully compatible with the VMS Host and provide a
seamless communication between the two.
The storage system shall be RAID Compliant.
5.4.18 Switch Control
The VMS viewer shall be able to manually control devices connected to the switch
output of the IP Camera or Encoder by activating one either normally open (NO) or
normally closed (NC) contact. The switch shall automatically reset after a configurable
period of time. The switch shall also be set in response to an external event occurring
or as a scheduled operation.
5.4.19 Time Ruler
For navigation through recorded video, the operator shall be able to use a slide bar.
The video image shall update while the slide bar is being moved. To change the time
resolution for more accurate navigation, the time ruler shall be capable of being
zoomed in or out.
5.4.20 Time Synchronization
The VMS shall allow for clock synchronization to occur manually or from a central
location through a network time protocol (NTP) server or enterprise management
server. The VMS shall also be capable of adjusting the clock to Daylight Saving Time
automatically, and adjusting for deployment in varying time zones.
The VMS shall allow the cameras to time sync with its clock.
5.4.21 Time Zones
The VMS shall be capable of operating in a different time zone than a viewing
application. The operator shall be able to work in either the time zone of their PC or the
time zone of the VMS. Operator software shall display either the local (user) time
zone, or the time zone of the VMS when displaying video timestamps.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

248

5.4.22 Video Loss Detection


The VMS shall constantly monitor all video inputs for a synchronization signal and, if
enabled, notify the administrator if a signal loss is detected.
5.4.23 Video Retrieval
Compressed video from all cameras shall be stored in such a way that it is
independently retrievable. Compressed audio shall be stored in such a way that it is
retrievable and associated with the correct video input. When a video recording with
associated audio is retrieved, the audio shall be retrieved automatically (synchronized)
along with the video. The operator shall be able to retrieve a video clip from the VMS
server at any file size up to a maximum of 2.0 GB.
5.4.24 Video Zoom/Full Screen Display
Video viewing and playback windows shall be able to be displayed according to image
resolution size (e.g., QCIF, D1, 1900 x 1080, etc.) and shall also support digital
zooming within the window of up to 50x the image size.
Wire-frame selection of the area to zoom in to shall be supported, as well as the ability
to pan to areas of interest outside of the displayed window frame. The displayed video
shall have an option to adjust to the size of the window frame.
Any single video window shall be capable of being displayed in full screen mode with
no window frame (if enabled, audio shall continue to be heard in this mode).
6.

LIGHT MANAGEMENT SYSTEM FOR GREEN ENERGY BUILDING


i.

The need of lighting control system arises when a large application area involves a
number of lighting fixtures to be controlled efficiently. Facility managers can maximize
energy efficiency, comfort, and productivity, as well as configure, monitor, analyze,
and report on the light in an entire building all from a central location. Lighting
control systems not only provide the flexibility of controlling the light as per the design
and layout in such area, but also enhance the important aspects of energy
conservation leading to reduced electricity consumption. The various methods of
saving energy would be After Hours and Occupancy Sensing. After-hours mode is
used as an intelligent off setting that saves energy by automatically turning the
lights off after normal working hours, while still allowing any occupants in a space to
manually keep the lights on as needed. After-hours is useful in spaces that do not rely
on occupancy sensors to turn lights off when a space is vacant. Occupancy detection
is when occupancy sensors automatically turn lights on when a room becomes
occupied, and off when the room is vacant. Sensors may have a preset or adjustable
time-out depending on the sensor. Some systems may be programmed to go to
specific light levels rather than ON and OFF. The lighting system should also have the
provision to integrate with the building management system through BACNET. It
should also show the individual area light status on the Lighting management server
so as to have efficient energy monitoring and control from one location. The objective
of the automation is energy savings, reduce wastage and increased security use.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

249

ii.

Areas to be covered under Automation for the Biological Science & Physical Science
Block: Class Rooms
Laboratory
Wide Corridors
Lobby
Student Lab
Chairman Room
Meeting Room
Discussion Room
Elective Class Room
Student lab

iii.

In the CORRIDORS, the ceiling lights shall be connected to the Sensor along with
inbuilt photometric detection which would be controlling all the lights automatically, as
per the preset program. The lights shall be switched on or off as per the absence
/presence of people in the corridor. This program shall be set into the sensor. In area
like

LABORATARIES,

STUDENT

LABS,

PHD

LECTURE

ROOMS,

COMMON

INSTRUMENTLABS, COMPUTER LABS, DISCUSSION ROOMS, MEETING ROOMS,


ELECTIVE CLASSROOMS ANDCHAIRMA'N CABIN following system design shall be
applicable. A WALL MOUNT SWITCHING CQNTRLLER is suggested that shall be
switching all the lights as per the circuits in the above areas and also act as an
override to SENSOR. The sensor shall automatically detect movements/traffic in the
room to switch all the lights on/off as per the occupancy. The lights hence shall be
switched on once someone enters the room and switched off if the occupancy is nil.
Individual circuits can be switched on/off directly from this wall mount switching
controller as well. Lights in CLASSROOMS OF 60 SEATING CAPACITY AND SEMNAR
ROOMS are to be controlled from a DB mount FLORESCENT CONTROLLER 4
CHANNEL which shall have a user interface or KEYPAD installed within the room for
recall of the program designed. The lights in these are as shall be scene defined. The
lights can either be controlled/dimmed on individual circuits or also be grouped
together to create a scene/mood if so required. For example, during the presentation,
lights facing the LCD screen are dimmed anywhere between a level from 3% to
100%, so that the presentation need not face the glare of lamps. 20-60 such scenes
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

250

can be created in the module. Other devices like LCD, projectors, etc. are connected
to a RELAY CONTROLLER DB MOUNT, to switch on/off directly as a program
integrated to the lights for creating such moods /scenes.
7.
7.1

7.2

AUDIO /VIDEO SYSTEM


Seminar Rooms
i.
A Touch panel is provided as centralized control, for the users to control all
the Audio, Video and in future Light Controls from one user interface which can
control all the programs if so required by connecting with processor. The touch
panel shall command all the devices connected to the system on preprogrammed levels of lighting, switching on/off the devices and controlling all
from a central location.
ii.

Taking an example, on the screen at a press of a single touch on the


designated icon named presentation the projector is switched on, the lights
are dimmed, the sound system is activated and all this is achieved on a single
touch of the screen, which is pre-programmed.

iii.

Unlimited such scenes are defined and named according to the user choice onto
the touch panel

iv.

The projector is ceiling fixed. The presentation switcher is used to change the
options of laptop/PC presentation

Audio Conferencing System


ii.
PA system comprising of multi-channel amplifier, wall mount speakers, Cordless
Hand Held Microphone and Lapel Microphone
iii.

VGA connectivity has been planned through cable cubby to remove the
undesired cables at the ports are connected through a Matrix switcher, the
signal of which will be fed to the Plasma.

iv.

A touch panel used to control Light, Audio and Video System at the touch of a
virtual button on the screen.

v.

A Gooseneck Microphone with The LED Ring shall light up to provide an


indication of the speaker. Digital Signal Processors shall address each
microphone individually and will provide hi fidelity performance by Echo
cancellation of each independent Microphone. The switcher gives an input of
the computer that is connected to any or all to Cable Cubby. These Cable
Cubbies shall be embedded on the lectern Switchers being proposed to provide
automatic switching of the VGA Signal received from the cable cubby which will
be recessed and hardwired to the plasma or the Digital Signal Processor. An
audio output of the active port of the switcher shall be connected to the DSP for
subsequent amplification and transmission.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

251

vi.

A Touch Panel Control System is being planned to activate and operate to a


large extent- operator less conference for some serious and confidential
meetings. This control System also integrates all above mentioned capabilities
along with lights at a touch of virtual buttons available on a GUI Touch Screen.

vii.

This Touch Screen System will control Lights, Audio and Video etc. It will be a
user friendly tool in the hand of the user. In addition to this necessary cables of
various types like HDMI, VGA, LR, CAT6, etc will be used to ensure optimum
performances without Signal loss to the devices. Only Extron / Kramer cable is
being proposed for Video Signal Transmission. A/V19" Equipment Rack Made of
MS for housing of all above equipment , front lockable glass door, Fan tray
frocolling, Caster wheel base , Main Panel with Spike Buster, Indivdual FUSE
power supply unit, including all internal wiring/ interconnection as required.

7.3

DISCUSSION ROOM/MEETING ROOMS


Discussion room /Meeting rooms are provided with a manual screen and a ceiling fixed
projector. Cable cubby for ease of operations to switch between the projector a/v
display or the PC/laptop a/v display

7.4

CLASSROOM 30 SEATING
A roll down screen and fixed projector as per the specs attached sensor and lighting
switches as per GRIHA standards.

7.5

LIST OF APPROVED MAKES


THE ENGINEER-IN-CHARGE RESERVES THE RIGHT TO SELECT ANY OF THE BRANDS
INDICATED IN THE `LIST OF APPROVED MAKES'. THE TENDERER SHALL QUOTE HIS
RATES ON THE BASIS OF THE PRICE OF THE BRAND/MAKE STIPULATED IN THE ITEM
OF WORKS AS DESCRIBED IN BOQ & SPECIFICATION AS WELL AS IN THE LIST OF
APPROVED MAKE.

THE CONTRACTOR CANNOT CLAIM ANYTHING EXTRA IF THE

OWNER CHANGES THE MAKE BUT WITHIN THE LIST OF APPROVED MAKE, BEFORE
PLACING THE ORDER. ORDER OF THE MAKES IS NOT PREFERENTIAL. FINAL CHOICE
OF MAKES LIES WITH THE EMPLOYER. CONTRACTOR SHALL GET MAKES APPROVED
BEFORE PROCUREMENT.
S.
No.

Item

Name of Manufactures

1.

Voltmeter
Ammeter

and AE / MECO / UNIVERSAL / RISHAB

2.

Selector Switch, Push KAYCEE / L & T / GE / BCH


Buttons,
Emergency
Switches

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

252

S.
No.

Item

Name of Manufactures

3.

Current Transformer

AE / KAPPA / PRECISE / ADVANCE / GILBERT


MAXWELL / INDCOIL

4.

HRC Fuses

L & T / GE / SIEMENS / ABB

5.

MCB

L & T (HAGER) / SCHNEIDER - (MULTI9) / SIEMENS


- (BETAGARD) / ABB (S - 270 RANGE) / LEGRAND
(LEXIC)

6.

MCB DB

SIEMENS / LEGRAND (LEXIC) / L & T (HAGER) /


SCHNEIDER / ABB

7.

RCBO

SIEMENS / LEGRAND(LEXIC) / ABB / L & T (HAGER)


/ SCHNEIDER

8.

FRLS PVC insulated L & T / FINOLEX


copper
conductor GUARD/Havells
single / multi core
stranded wires of 650 /
1100 volt grade

9.

Telephone Wires

Legrand/DELTON/SKYTONE/Finolex

10.

Telephone Tag Block

TVS R & M / KRONE

11.

MS Conduit

BEC / AKG / INTER CRAFT NEC

12.

Switches,
TV
& LEGRAND (ARTEOR)/ MK(BLENZE)
Telephone
Socket
outlets, Boxes (Modular
Type) (RJ - 11, RJ 45)

13.

Ceiling Fan

HAVELLS Velocity/ CROMPTONN GREAVES High


speed / USHA striker

14.

Exhaust Fan

HAVELLS / ALMONARD / CROMPTONN GREAVES

15.

Terminal Blocks / Cage WAGO & CONTROLS / PHOENIX CONTACTS


Clamp / Connectors

16.

Lightning Protection

17.

Surge

STANDARD/ANCHOR/V

SOUTH ASIAN ENTERPRISE LTD. / DEHN INDIA


PVT. LTD.

protection PHOENIX

SIEMENS

DEHNINDIA

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

PVT.

253

S.
No.

Item

Name of Manufactures

devices

LTD./EMERSON

18.

Floor Trunking / Wall MK / LEGRAND / NEXO


Channels

19.

Multi - function Meter

SIEMENS / ABB / L & T / HPL SOCOMEC

20.

DWC HDPE Pipe

DURA LINE / CARLON / EMTELLE/REX

21.

Computer Networking

AKSH / SIGNAMAX / SIMON

22.

Light Fixtures

PHILIPS / TRILUX / SCHREDER /OSRAM/Wiprc

23.

Lamps & Tubes

OSRAM / PHILIPS / CROMPTON GREAVES

24.

Energy Meter

CONZERV (EM 6400 WITH MD) / HAVELLS / HPL


SOCOMEC / SIEMENS (PAC) / SCHNEIDER (PM810)

25.

Moulded Case Circuit SIEMENS (SENTRON) / L&T(D sine) / SCHNEIDER


Breaker
COMPACT - NS / ABB (TMAX) / LEGRAND (DPX)

26.

ACB

SIEMENS(SENTRON-3WT)/SCHNEIDER
(MASTERPACT(NW))/ABB-(EMAXPR
123)/L&T(UPOWER OMEGA3.5)

27.

MCB

SCHENEIDER (MULTI9) / L&T (HAGAR) / SIEMENS


(BETAGARD) / LEGRAND - LEXIC

28.

Indicating Lights

ABB / SIEMENS / L&T / AE / VAISHNAV /


SCHNEIDER

29.

Indicating Instruments

RISHABH / CONSERVE
INSTRUMENTS / ENERCON

30.

LT Cable

CABLE CORPORATION OF INDIA / UNIVERSAL /


FORT GLOSTER / FINOLEX / POLYCAB/GEMSCAB

31.

Cable Glands

DOWELS / CROMPTION / BICO / SIEMENS / COMET


/ RAYCHEM

32.

LT Panel /Feeder Pillar

SIEMENS / ADVANCE PANELS & SWITCHGEAR PVT.


LTD. / ABB / SCHNEIDER/ ISRO approved panel
board manufacture in category B

33.

Cable Trays

CTM ENGINEERING / LEGRAND


INDIANA / SLOTCO / MEM / VENUS /

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

L&T

YOKINS

CABLOFIL

254

S.
No.

Item

Name of Manufactures

34.

UPS

EMERSON/SCHNEIDER/GUTOR

35.

Cable Lugs

DOWEL / CROMPTION / BICO / SIEMENS / COMET /


CABSEAL

36.

Octagonal / ornamental PHILIPS / BAJAJ / TRANSRAIL LIGHTING LTD. (TLL)


Pole (G.I.)
/ SCHREDER

37.

Lift

Approved by the DG CPWD under Category A


(JOHNSON/OTIS / KONE/ SCHINDLER/MITSUBISHI)

38.

CCTV

BOSCH/HONEYWELL/AMERICAN DYNAMICS

39.

PA & Projection System

BOSCH/RCF/BEYERDYNAMIC

40.

All other Items


covered above

not AS PER SAMPLE APPROVED

VI. FIRE PROTECTION WORKS

6.0

Scope of work
6.1

The scope of work for the Housing consists of the following, but is not limited to
the same:

6.1.1

Hydrant System consisting of Internal Hydrant DownCommer, Hydrant Stations


with all accessories such as Hydrants, Hoses, First Aid Hose Reel, Branch Pipe
etc.

6.1.2

Pumping System consisting of Terrace Hydrant Pump and equipments such as


Valves, piping, Instrumentation and Motor Starting System.

6.1.3

Sprinkler System, as indicated in drawing.

6.1.4

Supply of Fire Extinguishers such as Water type, Power type etc.

6.1.5

Addressable Fire Alarm System. This shall include a Main Fire Alarm panel,
Detectors, Manual Call Boxes, Devices, wiring and conduiting.

6.1.6

Obtain approval from Local Fire Service for the Systems installed as well as for
the overall Building. This shall be without any cost to the Owners.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

255

6.2

Co-ordination with other Services


The Contractor and his specialist sub-Contractors shall be required to coordinate his activities with all other services such as Electrical and other
services.

6.3

Exclusions
All civil / structural builder works, major or minor, shall be included in the scope
of the work to be executed by the Main Civil Contractor unless otherwise
specified. All such builder works shall be shown in the shop drawing of
specialised sub contractor.
The Contractor shall however furnish all details and relevant data required for
design and detailed engineering of all such civil work.

6.4

Drawings
The drawings issued are indicative only and are issued for guidance only. The
Contractor shall prepare and submit shop drawings / data sheets of all the
relevant materials used in the systems.

6.5

System Testing
The Contractor shall arrange interim / stage inspection during execution of the
works as and when so called for and shall carry out any rectification /
modification as may be required by the Engineer.
Soon after the work is completed, the Contractor shall inform in writing to the
Engineer for getting the complete system including all sub-systems and
instrumentation, control panels etc. thoroughly inspected and tested for
satisfactory performance. After satisfactory completion of tests of the Systems,
the Contractor shall be required to carry out all start-up trials of the Systems
provided by him.
Any defects noticed during these tests shall be speedily rectified by the
Contractor.

6.6

Commissioning of the Systems


After completion of the start-up trials and duly tested by the Engineer, the
Engineer may instruct the Contractor for commissioning of the Systems. All the
equipments / items in the system shall be operated to establish proper
sequencing / sychronisation and co- ordinated working of the equipments /
items. Any defect noticed during this period shall be promptly rectified by the
Contractor.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

256

6.7

Approval by Local Fire Authority


It shall be the responsibility of the Contractor to get all works in his scope
approved from the Local Fire Authority.
The Contractor shall also bring to the notice of the Engineer any deviations
from Local Fire Authority / Building Bye Laws Norms for the Systems that he
shall install as well as architectural features that may be a hindrance to
approval from the Local Fire Authority.
The Contractor shall get his shop drawings approved from the Local Fire
Authority before start of work.

6.8

Hydrant System

6.8.1

Each Floor of the Teaching Block shall be provided with Hydrant Stations. The
Hydrant Station on every Floor shall have one number Hydrant, 2 nos. RRL
Hose and a Branch Pipe. The Hydrant Station shall also be provided with a First
Aid Hose Reel consisting of a double braided rubber hose wound on a drum.
This set shall be connected to the Hydrant DownCommer through a 25 mm dia
Ball Valve.

6.8.2

All internal Riser piping shall be M S and shall have welded jointing for pipes
above 50 mm dia.

6.9

Pumping System

6.9.1

To cater for the Hydrant System, the following pumps are being provided: The
Indoor Stadium shall be fed by the External Hydrant System provided by others.
No.

Pump Type

Discharge

Head

Drive

35

Electric

450 LPM
1.

Terrace Main Pump


/ 900 LPM

6.9.2

The Pump shall have a Gate Valve on the Suction Side as well as Gate Valve
and Non Return Valve on the Delivery Side. The Delivery of each Pump shall be
connected to the Common Delivery Header.

6.9.3

The Main Pumps shall be end suction type coupled to motor and at 2900 RPM.
All Pumps shall have mechanical seal.

6.9.4

An Air Vessel shall be provided with the Pumps. The Air Vessel shall be partly
filled with water and shall provide for dampening effect to prevent water
hammer when the Pump starts. The Air Vessel shall be provided with pipe spool
piece on which pressure switches shall be fitted. The Pressure Switches shall be
connected to the Starter on the Pump Starter Panel.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

257

6.10

FIRE PUMPS

6.10.1

General

6.10.2 The Pumps shall be single stage designed for continuous operation and shall
have a continuously rising head characteristic without any zone of instability.
6.10.3 The head vs. capacity, input power vs. capacity characteristics, etc. shall match
to ensure load sharing and trouble free operation throughout the range.
6.10.4 In case of accidental reverse flow through the pump the driver shall be capable
of bringing the pump to its rated speed in the normal direction from the point of
maximum possible reverse speed.
6.10.5 The motor shall have a 15% margin of power rating over the rated pump input
power.
6.10.6 In case the Pump & Motor are from different manufacturers, the contractor
under this specification shall assume full responsibility in the operation of the
pump and the drive as one unit.
6.10.7 An automatic air release valve shall be provided to vent air from the pump. This
valve shall be located at the highest point in the discharge line between the
pump and the discharge check valve.
6.10.8 Pumps coupled with motor on a common platform shall perform smoothly
without any excessive noise or vibration.
6.11

Pumps Casing

6.11.1 The casing shall be capable of withstanding to the maximum pressure


developed by the pump at the pumping temperature.
6.12

Impeller

6.12.1 The impeller shall be of bronze and the bush shall also be of stainless steel.
6.13

Pump

6.13.1 The pumps shall be horizontal end suction type.


6.13.2 The impeller shall be secured to the shaft and shall be retained against
circumferential movement by keying, pinning or lock rings.
6.13.3 All screwed fasteners shall tighten in the direction of normal rotation.
6.13.4 All Pumps shall be provided with Mechanical Seal.
6.14

Shaft

6.14.1 Shaft size shall be selected on the basis of maximum combined shear stress.
6.14.2 The shaft shall be of stainless steel ground and polished to final dimensions and
shall be adequately sized to withstand all stresses from rotor weight, hydraulic
loads, vibrations and torques coming in during operation.
6.14.3 Length of the shaft sleeves must extend beyond the outer faces of gland
packing or seal and plate so as to distinguish between the leakage between
shaft and shaft sleeve.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

258

6.14.4 Shaft sleeves shall be securely fastened to the shaft to prevent any leakage or
loosening. Shaft and shaft sleeve assembly should ensure concentric rotation.
The sleeve shall be of stainless steel.
6.15

Pump Shaft-Motor Shaft Coupling

6.15.1 All shafts shall be connected with adequately sized flexible couplings of suitable
approved design. Necessary guards shall be provided for the couplings.
6.16

Base Plate

6.16.1 A common base plate mounting both for the pump and drive shall be provided.
The base plate shall be of rigid construction, suitably ribbed and reinforced.
6.16.2 Base plate and pump supports shall be so constructed and the pumping unit so
mounted as to minimise misalignment caused by mechanical forces such as
normal piping strain, hydraulic piping thrust etc.
6.17

Vibration & Balancing

6.17.1 The rotating elements shall be so designed to ensure least vibration during start
and throughout the operation of the equipment. All rotating components shall
be statically and dynamically balanced at workshop.
6.18

Instruction Manual & Tools/Spares

6.18.1 A comprehensive instruction manual shall be provided by the contractor


indicating detailed requirements for operation, dismantling and periodic
operation and maintenance procedures.
6.19

ELECTRIC MOTORS

6.19.1

The motor shall be designed not to draw starting current more than 3 times
normal running current. It shall be designed for continuous full load duty. The
motor shall be full load duty & shall be capable of handling the required starting
torque of the pumps. Speed of motor shall be compatible with the speed of the
pump.

6.19.2

The cooling fans shall be directly driven from the motor shaft.

6.19.3

Motors shall be enclosed type and shall have a dust tight construction with
suitable means of breathing and of drainage to prevent accumulation of water
from condensation.

6.19.4

All components shall be of adequate mechanical strength and robustness and


shall be constructed of metal unless otherwise approved.

6.19.5

The rating and design shall conform to relevant IS specification.

6.19.6

The motors shall be Squirrel Cage TEFC Induction type.

6.19.7

The motors shall be wound for Class-F insulation, and the winding shall be
vacuum impregnated with head and moisture resisting varnish, and glass wool
insulated to withstand tropical conditions.

6.19.8

Two independent earthing points shall be provided on opposite sides of the


motor for bolted connections.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

259

6.19.9

415 Volt power terminals shall be suitable for receiving 1.1 kv grade armoured
power cables.

6.19.10 The cable boxes and terminations shall be designed to enable easy
disconnection and replacement of cables.
6.19.11 Motor shall be suitable for +/- 10% variation in voltage and +/- 3 % variation
in frequency.
6.20

CONTROL PANEL

6.20.1 General
6.20.2 The Panel shall be fabricated with 16 SWG for Doors and Covers and 14 SWG
for frame and of CRCA M.S. Sheet Construction with Red Oxide Primer and
finally with approved colour paint to be stove enameled. The busbar shall be of
aluminium with PVC sleeving of appropriate colour code, have a minimum
current carrying capacity of 400 Amps. Colour shade shall be RAL 7032 as per
DIN and shall be powder coated.
6.20.3 The Panel should be cubical compartmentalised type with separate cable
chamber &Busbar Chamber. The Control terminals & Power terminals should be
separated and necessary ferrule markings, Colour code shall be followed. A
space for 300 mm shall be provided at the Bottom of the panel and necessary
M.S. channel for the foundation shall be provided.
6.20.4 The Busbar calculation shall be made for 1 Amp / mm2 for Aluminium. The
necessary interlocks shall be provided as per system description. The fuse
switch/switch fuse unit shall be IS:4064-1978 and HRC fuse links shall be
IS:2208-1962 or IS:9224-1979.
6.20.5 The Contractor shall submit the drawings, interconnections diagram for
approval of the Client/Consultant. Drawings shall indicate cable inlets, outlets,
chamber dimensions and front and side elevations. Further, the Contractor shall
also submit complete schematic of the electrical circuits for all pumps from the
point of cable entry upto supply to the pumps. This drawing shall take into
account all fuses, contactors, switches, meters etc.
6.20.6 The apparatus and circuits in the panels shall be so arranged as to facilitate
their operation and maintenance and at the same time to ensure the necessary
degree of safety.
6.20.7 Provision shall be made in the panel for terminating the incoming cables as
required in the single line diagram. Only Top entries shall be permitted and all
cables shall be provided with cable terminations.
6.20.8 Provision shall also be made for permanently earthing the frames and other
metal parts of the switchgear by two independent connections.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

260

6.21

CODES AND STANDARDS FOR PUMPS AND MOTORS

6.22

Pumps

6.22.1

The pumps shall perform to the standards and codes as given below:

6.22.2

IS:1520

Horizontal centrifugal pumps for clear, cold and fresh

water.
6.22.3

BS:599

Methods of testing pumps.

6.22.4

PTC:8

ASME Power Test Codes - Centrifugal Pumps.

6.23

Motor

6.23.1

The following codes shall be applicable for the motor.

6.23.2

IS:325

Induction motors, three-phase

6.23.3

IS:900

Induction motors, installation and maintenance, code of practice


for

6.23.4

IS:7816

Guide for

testing insulation resistance of rotating

machines.
6.23.5

IS:4029

Guide for testing three phase induction motors.

6.23.6

IS:3043

Code of practice for earthing.

6.23.7

Further to those stated above, the design, manufacture, installation and


performance of motors shall conform to the latest Indian Electricity Act and
Indian Electricity Rules. The motor shall also be acceptable to the Tariff
Advisory Committee.

6.24

FIRE FIGHTING ACCESSORIES

6.24.1

Piping

6.24.1 Pipes of the following types (depending upon the description of item) shall be
used :
6.24.2 MS pipes conforming to IS:1239, ISI marked ( heavy / medium grade, as
required ) for pipes of sizes 150mm NB and below).
6.24.3 Piping (for Pipes upto 150 mm dia)
The pipes shall be manufactured by Electric Resistant Welded ( ERW ) / High
Frequency Induction Welding or Hot Finished Welded process. The sulphur and
phosphorus requirements in steel shall not be more than 0.05 percent each.
The tubes shall be manufactured from hot rolled steel skelps / strips conforming
to IS :10748.
The following manufacturing tolerances shall be permitted on the tubes and
sockets :
Thickness : Shall not be less than 10 percent.
Weight : Shall not vary by more than 10 percent either way.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

261

The pipes shall satisfy the following table with regard to diameter, thickness
and weight of tube.
Screwed tubes shall be supplied with threads as per IS:554. Each tube shall be
tested for hydrostatic test for leak tightness as an in process test at the
manufacturer's works. The finished pipe shall be tested for Tensile Strength,
Elongation, Bend Test and Flattening Test.
6.24.4 Hangers and supports shall be capable of carrying the sum total of all
concurrently acting loads. They shall be designed to provide the required
supporting effects and allow pipelines movements as necessary.
6.24.5 The piping system and components shall be capable of withstanding 150 per
cent of the working pressure including water hammer effects and test pressure
upto 10.0 kg/cm2.
6.24.6 Flanged joints shall be used for connections to vessels, equipment, flanged
valves and also on suitable straight lengths of pipeline of strategic points to
facilitate erection and subsequent maintenance work.
6.24.7 All pipe to pipe recieving edges shall be bevel finished to a clean edge by a
electric grinder. A requisite gap determined by the thickness of the weld
electrode shall be given between the joints before start of welding.
6.24.8 Weld Electrodes shall be of approved make, of grade and type as suitable for
the job.
6.24.9 Joints shall be given a first weld in full width without burrs on the full dia of the
pipe. Welding shall be carried out vertically from the surface to be welded. Weld
fluxes shall not be so plastic such as to fall or drip down.
6.24.10

After application of first coat the weld shall be ground and then another

layer of welding shall take place. The weld shall also be cleaned by grinding.
Similarly, a third weld shall also be applied.
6.25

Valves

6.25.1 Sluice valves shall be used for isolation of flow in pipe lines For sizes upto
50 mm, gate valves shall be outside screw rising spindle type and shall be as
per IS: 778 Class-I and Class-II, as applicable. For sizes 80 mm to 300 mm,
gate valve shall be as per IS: 14846, PN=1.0 and shall be of outside screw and
rising type and cast iron double flanged. The valves shall, however, be tested
to PN:1.6.

6.25.2 Gate valves shall be provided with a hand wheel arrangement.


6.25.3 Non-return valves shall be cast iron spring action swing check type. An arrow
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

262

mark in the direction of flow shall be marked on the body of the valve. These
valves shall conform to IS:5312. The flap shall be of cast iron and flap seat ring
of leaded gun metal.
6.25.4 Valves below 50 mm size shall have screwed ends while those of 50 mm and
higher sizes shall have flanged connections. Drain lines will have valves for
draining.
6.26

Hydrant

6.26.1 Hydrant valve shall be as per IS: 5290 of stainless steel. The valve shall be
oblique type complete with hand wheel, quick coupling connection, spring and
gun metal blank cap as per I.S.:5290. The hydrant shall be fixed on Hydrant
Riser through a 80 mm dia spool piece, at approx. 1.2 mtr from floor level. The
Hydrant shall be IS marked. Orifice plate in 6 mm thick stainless steel with
orifice of 32 / 40 / 50 mm dia shall be provided with each Hydrant.
6.26.2 The Hydrant shall be constructed from stainless steel as per IS, and finished to
a smooth polish on screwed ends. The Hydrant shall have screwed inlet of 75
mm dia, flanged type with 4 nos holes. The outlet shall be 63 mm female
instantaneous oblique type. The spindle shall be of gun metal with cast iron
wheel. The Hydrant shall have a PVC plug with chain fixed to the main body of
the Hydrant. The Hydrant shall conform to IS:5290. The Hydrant shall be tested
to 25 kg / cm2 test pressure. All threaded joints shall be sealed with Holdtite.
The lug shall be wing type.
6.27

First Aid Hose Reel

6.27.1 The Hose Reel shall be cabinet type with in built drum and hub wheel ties. The
supply pipe shall be of aluminium alloy and be a part of the suspension
assembly. The drum shall rotate freely on the assembly. The drum shall be
fabricated from MS / GI sheet of minimum 18 guage thickness. The drum shall
have a glazed front shutter.
6.27.2 The hose reel shall be directly tapped from the riser through a 25 mm dia pipe,
the drum and the reel being firmly held against the wall by use of dash
fasteners. The Hose Reel shall be swinging type (180 degrees) and the entire
Drum, Reel etc shall be as per and IS:884 including marking. The tubing shall
be of IS:444 marked and rayon double braided. The nozzle shall be 6 mm dia
gun metal rotating head shut off type. A Ball Valve shall be used to shut off the
water supply to the Hose Reel.
6.28

Air Vessel

6.28.1 The Air Vessel shall be provided to compensate for slight loss of pressure in the
system and to provide an air cushion for counter acting pressure surges
whenever the pumping set comes into operation. It shall be normally partly full
of water, the remaining being filled with air which will be under compression
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

263

when the system is in normal operation. Air vessel shall be fabricated from 8
mm thick MS plate with dished ends and suitable supporting legs. It shall be
provided with a 100 mm dia flanged connections from pump, one 50 mm drain
with valve, one water level guage and 25 mm sockets for pressure switches.
The air vessel shall be hydraulically tested to 20.0 kg / cm2 pressure for 30
minutes. All Valves shall be Ball Valves in gunmetal.
6.28.2 The Vessel shall be at least 1.5 M long ( excluding dished ends ) and shall be of
450 mm dia.
6.29

Fire Brigade Inlet

6.29.1 Fire Brigade Inlet Connection shall be taken directly to the Down Commer. It
shall comprise of multiple instanteous male inlet coupling with plug and steel
chain. The Inlet shall have a dual plate wafer type non return valve and a
Butterfly Valve on the line upto the Riser. The Fire Brigade Inlet shall be
complete with necessary components like special fittings of medium quality MS
bends, flanged tees etc. The plug shall be of moulded P V C.
6.29.2 Fire Brigade Inlet for Tank Filling by Fire Brigade shall be four way with gun
metal instanteous male inlet coupling connection for connection with Fire
Brigade vehicles.
6.29.3 The inlets shall be provided with ABS Quality by Plastic Blank caps with chain
and arrangement for attaching the blank cap & chain to the FB inlet.
6.30

System Drainage

6.30.1 The system shall be provided with suitable drainage arrangements with MS
piping of 40 mm dia, complete with all accessories, and provided with 40 mm
dia ball valve.
6.31

Pressure Gauge

6.31.1 The Pressure Gauge shall be constructed of die cast aluminium. It shall be
weather proof with an IP 55 enclosure. It shall be a stainless steel Bourden
tube type Pressure Gauge with a scale range from 0 to 16 Kg / CM square and
shall be constructed as per IS: 3624.
6.32

Painting

6.32.1 All Hydrant pipes shall be painted with post office red colour paint. All pipes
shall first be cleaned thoroughly before application of primer coat. After
application of primer coat two coats of enamel paint shall be applied. Each coat
shall be given minimum 24 hours drying time. No thinners shall be used.
Wherever required all pipe headers shall be worded indicating the direction of
the pipe and its purpose such as " TO RISER NO. 1 " etc. All necessary
protection to adjacent objects shall be taken by the Contractor.
6.33

Couplings

6.33.1 Couplings shall be of stainless steel, machined and polished to requirements.


Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

264

Both Male and female couplings shall be fitted into each other smoothly and
without any unnecessary force. Couplings shall IS:903 marked with the name of
the manufacturer. The coupling shall be tested to 25 kg / cm 2 test pressure.
The Male couplings shall be provided with lugs for inserting female coupling.
6.34

Branch Pipe

6.34.1 The Branch Pipe shall be constructed from stainless steel and finished to a
smooth polish. The Branch pipe shall be able to give straight stream. The
Branch shall be as per IS:903. The Branch Pipe shall be tested to 20 kg / cm2
pressure.
6.35

Codes & Standards

6.35.1 The following codes and standards and their subsequent modifications shall
apply for the design, manufacture, shop testing, erection, fabrication at site,
testing and trial operation of piping, valves and specialities requirements :
IS:554.

Dimensions for pipe threads where pressure tight joints are


required on the threads.

IS:638.
IS:778

Sheet rubber jointing and rubber insertion jointing.


Copper alloy gate, globe and check valves for water work
purposes.

IS:780.

Sluice valves for water-works purposes (50 mm to 300 mm).

IS:901.

Couplings, double male and double female, intantaneous pattern


for fire fighting.

IS:1239

Mild steel tubes, tubulars and other wrought (Part I & II) steel
fittings.

IS:884.

Swinging type wall mounted hose reel with drum,

IS:388.

hose tubing.

IS:4038

Foot valves for water-works purposes.

IS:5290

Landing valves.

IS:10221

Anti corrosion treatment for underground MS pipes.

IS:5312

Swing check type reflux (non-return) valves.

Rules for Automatic sprinkler installation & Tariff Advisory Committee.

6.36.

FIRE ALARM SYSTEM

6.36.1 Scope of Work


Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

265

6.36.2 The Design consists of a multi loop Intelligent Addressable Fire Alarm System
with the Panels located on the Ground Floor along with accessories such as
Sensors, Call Points, and Alarm signals located as per drawing.
6.36.3 The Building shall have an Intelligent Addressable Fire Alarm System for all
areas from Ground Floor onwards. The System shall have Class A Wiring. Field
Devices shall include Sensor Devices, Manual Call Box, Input Card ( from Flow
Switch and Magnetic Contact ), Output Modules to switch off AHUs etc. Strobes
and shall be provided with Output Module on common areas. Fault Isolators
shall be provided as required.
6.36.4 The scope of work under this head shall include designing, supplying and
installing of Intelligent Addressable Fire Detection cum Alarm System for the
Building and shall cover areas marked by the line diagram plus any other area
which may be decided subsequently, to be protected by the Fire Alarm system.
The work under this system shall consist of furnishing all materials, equipments
and appliances and labour necessary to install the said System, complete with
Detectors, Panel, Speakers, Manual Push Button Stations, Input Modules,
Output Modules, Relays etc for disconnecting other systems such as A H Us and
electric supply etc.
6.36.5 It shall include laying of cabling ducts, conduits and power supply etc,
necessary for installation of the System with supply of detectors of appropriate
type as indicated in the specification and Schedule of Quantities. Any openings /
chasing in the wall / ceiling required to be made for the installation shall be
made good in appropriate manner.
6.37

Design Description

6.37.1 The System shall have a multi loop panel and distributed as per drawing. All
Devices shall be connected directly to the Loop. The P A System shall be
independent from the Fire Alarm System.
6.37.2 Loop cabling shall be A class.
6.37.3 The Panel shall have necessary Logic Software and Hardware built into it for
time delay starting of strobe and for hooters. Further, AHUs of each Floor shall
be shut off only when any detector on that floor operates an alarm.
6.38

Specification:

6.38.1 The design, supply and installation and testing of the entire fire alarm system
shall conform to EN 54 or NFPA 72. The detectors shall conform to relevant
codes for Fire Alarm Systems.
6.38.2 A general line diagram showing the circuit, and spacing of detectors is enclosed.
However, this line diagram is mainly for guidance of the Bidders and wherever
it may be at variance with the EN 54 or NFPA 72, the latter shall be followed.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

266

6.39

Intelligent Addressable type Rate of Rise type Heat Detector

6.39.1 The Heat Detector shall be Intelligent Addressable detector with its own
manually-set digital code and be able to give a single digitised output to the
Fire Alarm Panel regarding its condition. The Detector shall employ the
thermistor priciple for heat sensing and the fixed temperature setting shall be at
57o Centigrade. It shall be able to communicate with the Fire Alarm Panel by
the electrical pulses emitted from the Panel. The microprocessor within the
detector shall independently employ programmable algorithms to dynamically
examine smoke values and initiate an alarm based on that data.
6.39.2 The detector shall be capable of carrying out independent fire detection
algorithms. The fire programmable detection algorithm shall measure sensor
signal dimensions, time patterns and shall be able to combine different fire
parameters to increase reliability and distinguish real fire conditions from
nuisance alarms. Signal patterns that are not typical of fires shall be eliminated
by inbuilt software filters.
6.39.3 The detector shall have a separate means of displaying communication and
alarm status. Each detector shall be individually programmed to operate at
different sensitivity settings ( those operating in offices and those in corridors ).
6.39.4 The detector shall have a micro processor that shall have n environmental
compensation algorithm, which shall identify and set ambient thresholds based
on environmental conditions.

The detector shall continually monitor the

environmental impact of temperature, humidity, other contaminates as well as


detector aging. This shall employ digital compensation to adapt the detector to
24 hour long period environmental changes. The detector shall monitor the
environmental compensation value and alert the system operator when the
detector approaches the threshold of the threshold considered for the
environment. The micro processor shall have differential sensing algorithms
which shall provide a constant differential between selected detector sensitivity
and the approved sensitivity level. The approved sensitivity information shall be
updated and permanently stored at the detector everyday.
6.39.5 The Base of the Detector shall be interchangeable with other Smoke Detectors
and the construction shall be of poly carbonate or any approved proprietory
flame retardant material. LEDs shall be provided to indicate locally alarm
condition. The enclosure shall meet IP 22 protection grade.
6.39.6 The Detector shall meet the requirements of NFPA / EN 54 and shall be
specifically approved by UL / LPCB / VDS. It shall be possible to test the
Detector's working both from the Panel as well as locally by means as designed
by the Bidder. The approved coverage per Detector for unhampered areas shall
not be less than 50 M2.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

267

6.39.7 The detector shall be protected from reverse polarity or faulty zone wiring. It
shall also be possible to test the detector in the field through use of magnet or
test devices. The circuitry shall be solid state devices and sealed to prevent
damage from dust, dirt or humidity. The circuitry shall be protected against
usual electrical transients and electromagnetic interference.
6.39.8 Each Detector shall be provided with a Fault Isolator which shall be able to
detect wire short circuit / loose wiring and similar conditions and shall be able
to isolate that segment from the circuit, so that the rest of the circuit continues
to operate.
6.39.9 The Fault Isolators shall operate in pairs in any loop and whenever any short
circuit occurs between any two of them, both immediately shall switch to an
open circuit state and isolate the length of wiring between them. The Isolators
should automatically return to the closed circuit as soon as the short circuit is
corrected.
6.39.10 The Fault Isolator shall limit the number of modules or detectors that may be
rendered inoperative by a short circuit fault on the loop. When a wire-to-wire
short occurs, the Fault isolator shall automatically disconnect that part of the
circuit. When the short circuit condition is corrected, the Unit shall automatically
reconnect the isolated section.
6.40

Intelligent Addressable Photo Electric type Smoke Detector

6.40.1 The Photo Electric Smoke Detector has an optical sensing chamber that
operates on the light scattering principle and responds to those particles that
form optically dense smoke. When smoke enters the sensing chamber it
scatters light which is recieved by a photo cell. The signal is amplified and
digitised for reception by the Panel. The Detector shall activate on receiving
smoke particles in the 0.5 to 10 micro metre range. The detector shall be
completely solid state with L E D indication at the base. The microprocessor
within the detector shall independently employ programmable algorithms to
dynamically examine smoke values and initiate an alarm based on that data.
6.40.2 The detector shall be capable of carrying out independent fire detection
algorithms. The fire programmable detection algorithm shall measure sensor
signal dimensions, time patterns and shall be able to combine different fire
parameters to increase reliability and distinguish real fire conditions from
nuisance alarms. Signal patterns that are not typical of fires shall be eliminated
by inbuilt software filters.
6.40.3 The detector shall have a separate means of displaying communication and
alarm status. Each detector shall be individually programmed to operate at
different sensitivity settings ( those operating in offices and those in corridors ).
6.40.4 The detector shall have a micro processor that shall have n environmental
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

268

compensation algorithm, which shall identify and set ambient thresholds based
on environmental conditions.

The detector shall continually monitor the

environmental impact of temperature, humidity, other contaminates as well as


detector aging. This shall employ digital compensation to adapt the detector to
24 hour long period environmental changes. The detector shall monitor the
environmental compensation value and alert the system operator when the
detector approaches the threshold of the threshold considered for the
environment. The micro processor shall have differential sensing algorithms
which shall provide a constant differential between selected detector sensitivity
and the approved sensitivity level. The approved sensitivity information shall be
updated and permanently stored at the detector everyday.
6.40.5 The detector shall be able to sense incipient fire by detecting the presence of
visible and invisible products of combustion. The light source intensity shall
automatically adjust to compensate for possible effects of dirt and dust
accumulation in the sensor/lens. The Smoke density in the chamber shall be
measured by a optical system built within the detector. The detection principle
shall employ a multiple light pulse coincidence circuit in order to prevent the
false alarms. The detector shall be provided with response indicator ( LED ) and
the sensitivity of the detector shall not vary with change in ambient
temperature, humidity, pressure of voltage variation.
6.40.6 Neither its performance shall be affected by air current upto 10 mtr per second.
The detector shall be suitably protected against dust accumulation / ingress. All
detectors shall be identical in construction design and characteristic to facilitate
easy replacement. The detector housing shall be damage resistant made of
polycarbonate or proprietoryself extinguishing material. The detector shall have
a screen to prevent entry of insects into the sensor.
6.40.7 The coverage per smoke detector shall be upto a minimum of 80 M2. This
coverage area will reduce depending upon structural configurations or partitions
etc. It shall be possible to connect Smoke Detector with Heat Detector or
Manual Push Buttons in the same circuit. The sensitivity of detector shall be set
adjusted by the supplier to suit the site requirement.
6.40.8 It shall have in-built safety device to monitor the removal and pilferage of the
detector. The detector also must have facility for remote indication.
6.40.9 The Base of the Detector shall be interchangeable with other Smoke or Heat
Detectors. The enclosure shall meet IP 40 protection grade.
6.40.10 The Detector shall meet the requirements of NFPA / LPCB and be approved by
UL / LPCB VdS. It shall be possible to test the Detector's working both from the
Panel as well as locally by means as designed by the Bidder.
6.40.11 It shall be possible to mount the detectors in Duct Casting Units for sampling of
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

269

Supply Air from the A H Us.


6.40.12 Each Detector shall be provided with a Fault Isolator which shall be able to
detect wire short circuit / loose wiring and similar conditions and shall be able
to isolate that segment from the circuit, so that the rest of the circuit continues
to operate.
6.40.13 The Fault Isolators shall operate in pairs in any loop and whenever any short
circuit occurs between any two of them, both immediately shall switch to an
open circuit state and isolate the length of wiring between them. The Isolators
should automatically return to the closed circuit as soon as the short circuit is
corrected.
6.40.14 The Fault Isolator shall limit the number of modules or detectors that may be
rendered inoperative by a short circuit fault on the loop. When a wire-to-wire
short occurs, the Fault isolator shall automatically disconnect that part of the
circuit. When the short circuit condition is corrected, the Unit shall automatically
reconnect the isolated section.
6.41

Fire Alarm System

6.41.1 The Fire Alarm System shall conform to NFPA 72 / EN 54 in respect of design
and installation, and it shall give Audio / Visual Alarm signals when the
temperature in case of Heat Detector or smoke density in case of Ionisation or
Photo Electric Detector exceeds the pre-set limit. The system shall give pin
point location of fire with warning system and voice communication for
commands and instruction if required. All Panels shall have 16 bit processors.

6.41.2 The System shall be Computer aided micro processor based with central control
and monitoring facility. The basic function of the System shall be to be able to
achieve pin point location of alarm indication. Secondary functions such as pre
warning of possible alarm situation, self diagnosis, checking upon faulty
detectors and switching on / off of unrelated activities such as A H Us or Power
Supply shall also be possible in this System. In case of more than one panel, all
panels shall have peer to peer communication. Both panels shall be
independant in operation for the area it serves. Master - slave configuration
shall not be acceptable.
6.41.3 Each Loop shall have a minimum capacity of 120 detectors in a circuit. The Fire
Alarm Panel itself shall have have the mother boards / transponders / interface
of each zone built-in.
6.41.4 Annunciation ( Hooter Alarm ) facility shall also be inbuilt into the Panel, the
Panel being able to initiate alarm signal for any particular set - in this case a
floor - hooter as required. The signal shall be transferred to the relevant
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

270

channel in the P A System.


6.41.5 The system shall be fully supervised for all fault conditions with distinctive
alarms operated for fault and fire conditions. Test push buttons / features shall
be provided to test the electronic circuits and detector conditions.
6.41.6 The Panel shall be so programmed that when a particular detector or group of
detectors give a fire signal the Panel should be able to trip an individual A H U
automatically. The respective Loop Card shall be so programmed that in case of
Fire conditions in a area air conditioned by an AHU the Panel shall be able to
trigger a Relay through the Output Card that shall shut off the AHU through an
additional Contactor provided in the AHU Panel by the AC Contractor.
6.41.7 The Basic System Functional Operation shall be as follows :
6.41.8 The Panel LED shall flash and Panel piezo-electric signal in the control panel
shall actuate.
6.41.9 The LCD display shall indicate all information associated with the fire alarm
condition, including the type of alarm point and its location within the protected
premises.
6.41.10 The Panel shall log the information associated with the fire alarm control panel
condition, along with the time and date of occurrence.
6.41.11 All system output programs assigned via control-by-event/ logic equations to be
activated by the particular point in alarm shall be initiated.
6.42

Addressable Manual Call Box

6.42.1 Manual Push Button shall be of Break Glass or Pull down type units, completely
encased in a plastic housing with provision for cable or conduit coupling. The
Manual Push Button shall have the word prescribed in clear bold letters on facia
window "In Case of Fire Break Glass / Pull Down".
6.42.2 The Manual Call Box Station shall be fully addressable with its own set code and
operated by digitised signals sent from the Panel. The Voltage range shall be
from 15 V to 28 V. It shall have protection as per IP 33. For exposed areas.
6.43

Addressable Fire Alarm Control Panel

6.43.1 The Fire Alarm Control Panel shall be micro processor based fully Intelligent
Addressable Analogue Control Unit which shall control all Intelligent Addressable
detectors, Manual Call Stations and Switching Systems ( for disconnecting A H U
and power supply ) connected to it and outher Input Devices such as Magnetic
Contacts and Flow Switches.
6.43.2 All addressable units shall be connected to the Panel through the Loop Cards
and shall be addressed through individualised numbers. The Panel shall be able
to obtain analogue value / percentage obscuration value for all detectors in the
circuit through a pulsed digitalised current data. The Panel shall be able to
analyse all analogue inputs from all addressable units, and through its own
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

271

software and ambient level screening the Panel shall be able to identify Fire,
possible Fire or Fault conditions. The Unit supervision shall be dynamic and
continuous.
6.43.3 The Fire Alarm Panel shall itself have all Loop Cards in it. No isolated mother
board or transponder is being considered. Each Loop shall have a capacity of
120 detectors.
6.43.4 The Panel shall also give adequate warning signal whenever there is dust
accumulation in detectors, and upto the point of its replacement it should be
possible to change the level of ambient alarm calibration condition either by the
use of software programme operable by the Owner or by resetting the detector.
6.43.5 Short circuiting, loose wiring or missing units shall also be be reported at the
Panel with pin point or segment-wise location. In such cases, the System
through the use of Fault Isolators shall be able to isolate that segment between
the two fault Isolators.
6.43.6 The Panel shall have a minimum 2 x 40 character Liquid Crystal Display Alpha Numeric type on it to indicate immediately all conditions. In case of testing of
the System from the Panel, the Display shall be able to give status of analogue
value of all detectors being tested. The Panel shall also be able to carry out
continuous self monitoring when in normal condition.
6.43.7 The Panel shall have either an in-built or external printer coupled to the Panel
which shall log all events with time. The printout shall clearly indicate the event
- Fire / Pre Alarm / Fault etc, the Unit address and time.

6.43.8 The Panel shall also be able to discriminate between false alarms and fire
conditions, as well as priority selection of alarm address in case alarm activates
in two or more remotely located Units simultaneously. In such cases, the
Manual Call Box shall be reported first, group of sequencially laid detectors ( in
one room for example ) second and a detector with the greatest obscuration
over a period of time third.
6.43.9 The Panel shall also be able to actuate Switches automatically in case of Fire
condition, that of A H Us and Power Supply. The Bidder will be required to
design and install the System in operation in coordination with the relevant
Contractors. The Bidder will not be allowed to charge extra on this account, and
such charges shall be included in his package.
6.43.10 In this respect the Bidder is required to take note of Clause relating to cutting
off of AHUs given above. The Bidder shall indicate in his Bid what facilities shall
need to be provided by the Client for completion of this mechanism.
6.43.11 The System shall be fail safe and adequate safe guards should be under taken
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

272

that in the event of a failure of a part of the System it shall not handicap the
complete System. The Mother Board shall be of Modular Construction.
6.43.12 The Bidder shall undertake the responsibility of the complete installation,
commissioning, user trials, training and maintainance of the System as
required. The Bidder shall take all responsibility for preparation and installation
of System Soft Ware into the Panel. The Soft Ware shall be such so as to be
easily operated by the Owner's Personnel, is secured against Software errors,
ability to be upgradable so as to incorporate more Detector Units or
replacement / changing of Detector Units, can incorporate more features at a
later date such as Illumination Control, Security etc.
6.43.13 The Panel shall have its own Battery Back up. The Battery shall be of sealed
maintenance free type of capacity minimum 25 Ah capacity.
6.43.14 The Panel shall be totally enclosed dust and vermin proof type made of
minimum 1.6mm dust inhibited sheet with even baked finish. The panel shall be
of completely solid state design.
6.43.15 The logic circuitry shall be based on high noise immunity solid state hardware
employing modular construction. Logic cards shall be of epoxy fibre glass
construction.
6.43.16 The System shall meet the EN 54 / NFPA 72 standards and all equipments
excluding cabling and wiring shall be listed with UL / LPCB / VdS.
6.43.17 The Panel shall have software to cater to the change over of any of the
operating Loop Cards to an extra Loop Card. Other software necessary to
actually change the terminals of a Loop from an existing Loop Card to the extra
Loop Card shall be carried out at site as and when required. Charges for such
soft ware, loading, test run etc. shall be indicated when required.
6.43.18 Peer to peer communication between panels shall be provided with event of
each panel being provided on the other panel.
6.43.19 The Panel shall also have

programmable Automatic Day / Night Sensitivity

Adjustment, Drift Compensation by which the detectors sensitivity threshold


level due to dust shall be automatically adjusted over time. The panel shall also
upload / download System Database to PC Computer.
6.43.20 The Fire Alarm Control Panel shall be capable of supporting interactive Colour
Graphics Package complete with history logging. All the zone shall be displayed
with colour coded graphics that indicate the status of each zone and its
location.
6.43.21 The Main Processor Central Processing Unit shall communicate with, monitor,
and control all other modules within the control panel. Removal, disconnection
or failure of any control panel module shall be detected and reported to the
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

273

system display by the central processing unit. The CPU shall contain and
execute all control-by-event/ logic programs for specific action to be taken if an
alarm condition is detected by the system.
6.44

Power Supply

6.44.1 The control panel shall derive 230 Volts power from main supply. A standby
power supply shall be immediately available in the event of failure of normal
supply and shall automatically be connected so as to maintain the equipment in
condition such that fire alarm originating from the operation of detector can be
given.
6.44.2 Suitable arrangements shall be incorporated to prevent secondary batteries
from discharging through the charging equipment in the event of its breakdown
or a failure in the supply.
6.44.3 Necessary automatic changeover from normal to standby DC supply in case of
main supply failure shall be provided by the Contractor.
6.44.4 In addition to the batteries, a battery charger suitable for operation on the
auxiliary power shall be supplied. The capacity of the charger shall be such that
the same can boost charger the battery (within 8 hrs) while supplying the rated
load of the fire detection and annunciation system. Facilities shall be provided
to limit the voltage supplied to fire detection and alarm system to their rated
values during the time of boost charging. The charger shall normally supply the
battery trickle charging current and the DC load of the fire detection and alarm
system. In case the AC supply on the input side of the charger fails the
necessary power for the complete fire detection and alarm system including P A
shall be supplied by the battery.

6.44.5 Switches, fuses, overloaded devices, voltmeter, ammeter and earth fault
indicating device shall be furnished for the power supply system.
6.44.6 Visible and audible annunciation for troubles or failure in the power supply
system like "Charger Failure", "Battery Low Voltage", etc shall be provided.
6.44.7 Battery earth / fault indication / annunciation shall be included in the panel.
6.44.8 The electronic cards to be used in the battery chargers shall be of PCB type
with male /female type plug-in contacts
6.44.9 Automatic boost / trickle charging facility shall be included in chargers
6.45

Intelligent Addressable Multi Criteria Photo Electric cum Heat


Detector

6.45.1 The Detector shall be provided with both Smoke and Heat Sensor. The Photo
Electric part shall have an optical sensing chamber that operates on the light
scattering principle and responds to those particles that form optically dense
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

274

smoke. When smoke enters the sensing chamber it scatters light which is
recieved by a photo cell. The signal is amplified and digitised for reception by
the Panel. The Detector shall activate on receiving smoke particles in the 0.5 to
10 micro metre range. The detector shall be completely solid state with L E D
indication at the base. The microprocessor within the detector shall
independently employ programmable algorithms to dynamically examine smoke
values and initiate an alarm based on that data.
6.45.2 The detector shall be capable of carrying out independent fire detection
algorithms. The fire programmable detection algorithm shall measure sensor
signal dimensions, time patterns and shall be able to combine different fire
parameters to increase reliability and distinguish real fire conditions from
nuisance alarms. Signal patterns that are not typical of fires shall be eliminated
by inbuilt software filters.
6.45.3 The detector shall have a separate means of displaying communication and
alarm status. Each detector shall be individually programmed to operate at
different sensitivity settings ( those operating in offices and those in corridors ).
6.45.4 The detector shall have a micro processor that shall have n environmental
compensation algorithm, which shall identify and set ambient thresholds based
on environmental conditions.

The detector shall continually monitor the

environmental impact of temperature, humidity, other contaminates as well as


detector aging. This shall employ digital compensation to adapt the detector to
24 hour long period environmental changes. The detector shall monitor the
environmental compensation value and alert the system operator when the
detector approaches the threshold of the threshold considered for the
environment. The micro processor shall have differential sensing algorithms
which shall provide a constant differential between selected detector sensitivity
and the approved sensitivity level. The approved sensitivity information shall be
updated and permanently stored at the detector everyday.
6.45.5 The Heat Sensor shall consist of a thermistor for heat sensing and the fixed
temperature setting shall be at 57o Centigrade.
6.45.6 The detector shall be able to sense incipient fire by detecting the presence of
visible and invisible products of combustion and shall actuate on rate of heat
rise increasing over the factory set threshold. The light source intensity shall
automatically adjust to compensate for possible effects of dirt and dust
accumulation in the sensor/lens. The Smoke density in the chamber shall be
measured by a optical system built within the detector. The detection principle
shall employ a multiple light pulse coincidence circuit in order to prevent the
false alarms.
6.45.7 The detector shall be provided with response indicator ( LED ) and the
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

275

sensitivity of the detector shall not vary with change in ambient temperature,
humidity, pressure of voltage variation.
6.45.8 Neither its performance shall be affected by air current upto 10 mtr per second.
The detector shall be suitably protected against dust accumulation / ingress and
it shall be free from maintenance and functional test at intervals. All detectors
shall be identical in construction design and characteristic to facilitate easy
replacement. The detector housing shall be damage resistant made of
polycarbonate or proprietoryself extinguishing material. The detector shall have
a screen to prevent entry of insects into the sensor.
6.45.9 The coverage per smoke detector shall be upto a minimum of 80 M2. This
coverage area will reduce depending upon structural configurations or partitions
etc. It shall be possible to connect Smoke Detector with Heat Detector or
Manual Push Buttons in the same circuit. The sensitivity of detector shall be set
adjusted by the supplier to suit the site requirement.
6.45.10 It shall have in-built safety device to monitor the removal and pilferage of the
detector. The detector also must have facility for remote indication. The Base of
the Detector shall be interchangeable with other Smoke or Heat Detectors. The
enclosure shall meet IP 40 protection grade.
6.45.11 The Detector shall meet the requirements of NFPA / EN 54 and be approved by
UL / LPCB / VdS. It shall be possible to test the Detector's working both from
the Panel as well as locally by means as designed by the Bidder.
6.45.12 Each Detector shall be provided with a Fault Isolator which shall be able to
detect wire short circuit / loose wiring and similar conditions and shall be able
to isolate that segment from the circuit, so that the rest of the circuit continues
to operate.
6.45.13 The Fault Isolators shall operate in pairs in any loop and whenever any short
circuit occurs between any two of them, both immediately shall switch to an
open circuit state and isolate the length of wiring between them. The Isolators
should automatically return to the closed circuit as soon as the short circuit is
corrected.
6.45.14 The Fault Isolator shall limit the number of modules or detectors that may be
rendered inoperative by a short circuit fault on the loop. When a wire-to-wire
short occurs, the Fault isolator shall automatically disconnect that part of the
circuit. When the short circuit condition is corrected, the Unit shall automatically
reconnect the isolated section.
6.46

Conduits

6.46.1 These shall be 16 G. Mild Steel Welded and having perfectly circular tubing and
capable of being cleaned and tight fitting joints. Conduits shall be laid either
surface or in recessed as required and it shall be protected from rust by one
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

276

coat of iron oxide, and one coat of Red Enamel Paint.


6.46.2 Above false ceiling cables shall be drawn off from the conduits laid on the slab.
The cables shall be drawn through flexible P V C conduits including all
necessary supports, clamps etc as required.
6.46.3 Where conduits have to be installed under R C C slabs, the Bidder shall use drill
guns and P V C dash fasteners for screwing of saddles for exposed conduits.
6.47

Addressable Switch ( Output Module )

6.47.1 The Switches shall be addressable and commandable Units controlled from the
Fire Alarm Panel that shall automatically energise circuits to disable electrical
circuits for A H Us or Power Supply etc.
6.47.2 The Bidder shall take note of relevant Clauses given above. He shall be required
to specifically inform the Owner about what facilities he shall require from the
Owner or the Air Conditioning Agency working at site for tripping off the A H
Us.
6.47.3 The Switch shall also be used to operate a group of strobes or a group of
electronic hooters through the use of a Power Supply Unit, or shall operate a
Magnetically operated Door Closing Device by de magnetising the unit.
6.48

Addressable Duct Casting Unit

6.48.1 The Duct Casting Units are to be directly installed in the air conditioning ducts
for detecting any hazardous quantity of products of combustion being carried
through the ducts.
6.48.2 The complete unit shall consist of aluminium or poly carbonate housing to
accomodate a Ionisation or Optical Detector with plug - in facility and sampling
tubes, one for air inlet and the other as the air outlet.
6.48.3 The Inlet tube shall extend into and across the duct width ( from 0.5 metre to
3.0 metre ), the outlet tube shall be of fixed length of 7.5 cm length.
6.48.4 When the A H U blower fans shall operate a continuous cross sectional sampling
of air from the duct shall flow through the housing containing the detector. The
outlet tube shall return the sampled air into the duct.
6.48.5 The Duct Casting Unit shall be UL / LPCB approved.
6.49

Repeater Panel

6.49.1 The Repeater Panel shall be provided with an LCD Display Unit of 2 lines of 40
characters that shall provide alpha numeric information on the fire / fault signal
with zone number.
6.49.2 For accessing the LCD display a keypad operation shall be provided. The keypad
shall have Help Menu and other functions controlled from either Function Keys
or by a combination of keypad numbers. By using the Keypad one can scroll
through the event list for at least a month.
6.49.3 The Processor shall be rugged with non volatile memory. Due to voltage
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

277

fluctuations and change from normal to standby current there shall be no


variation in the software or programmed logic sequence. The Repeater Panel
shall be provided with a Buzzer / Sounder to indicate Alarm, which shall
generate automatically in case of an alarm in the area to which the Repeater
Panel is connected / programmed.
6.49.4 LIST OF APPROVED MAKES OF FIRE PROTECTION WORKS
1.

Pipes ( M S / G I )

Tata / Jindal / Prakash Surya

2.

Gun metal valves

Leader / Sant /Legris.

3.

Single headed Hydrant valves, four way


Fire Brigade inlet &shut off nozzle

Newage / Eversafe / SB.

4.

Pipe for hose reel

Mitras.

5.

Sluice & non return valves.

Venus / Kalpana / Lehry

6.

Pressure switch.

Indfoss / Switzer

7.

Pressure Gauges.

BRC / HD / Waree.

8.

Pump.

Kirloskar / KSB / Mather & Platt.

9.

Motor.

ABB / Siemens / Crompton Greaves


/ Kirloskar.

10.

Enamel Painting of pipes etc.

Asian / GoodlasNerolac / ICI /


Berger.

11.

Paint Primer.

Asian / Jenson Nicholson / Berger.

12.

Fasteners.

Hilti / Fischer.

13.

Weld Rods.

Advani / Esab.

14.

Ball Valves.

RB ( Italy ) / Bugatti / Legris.

15.

Fire Extinguishers.

Minimax / Kanex / Ceasefire.

16.

Hose.

Newage / UL listed

17.

Rubber Gaskets

C I C / Varuna.

18.

Hose Drum. ( aluminium alloy )

Newage /Eversafe.

ELECTRICAL
1.

Power Cables.

Cable Corp of India / ICC / Gloster


/ Skytone.

2.

Conduit ERW (ISI marked).

BEC / AKG.

3.

Contactors & Overload Relays.

L&T / Siemens / GE Power.

4.

Voltmeter/Ammeter.

L&T / AE / IMP.

5.

CT/PT Transformer.

AE / Kappa / C & S.

6.

S.F. Unit.

L&T / Siemens / GE / Controls &


Switchgear.

7.

Cable Trays.

Slotco / Pilco.

8.

Indicating Lamps

L & T / Siemens / GE Power.

9.

Electrical Pump Panels

Risha / Automatic Controls.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

278

FIRE ALARM & P A SYSTEMS


1.

Addressable Networkable Panel

Honeywell / Siemens / Esser /


Cooper / Morley / Tyco / Notifier

2.

Intelligent Addressable Smoke Detectors


Optical Type + Multi criteria

Honeywell / Siemens / Esser /


Cooper / Morley / Tyco / Notifier

3.

Intelligent Addressable Rate of Rise


Heat Detector

Honeywell / Siemens / Esser /


Cooper / Morley / Notifier

4.

Control Cable

Finolex/ Ravin / Lapp

5.

Addressable Duct Detector Unit

As per (1) above.

6.

Input / Output Modules

By Parent Company
Manufacturing Detectors / Panel

7.

Manual Call Box

By Parent Company
Manufacturing Detectors / Panel.

8.

Strobe.

UL Listed.

9.

PA System

Bosch / System Sensor.

10.

Response Indicator

Agni / GAC.

VII.

7.1

LIFTS

General
This specification covers manufacture, testing as may be necessary before despatch,
delivery at site, all preparatory work, assembly and installation, commissioning putting
into operation of Lifts.

7.2

Location
The Lifts will be installed at Indian Institute of Science, Education and Research,
Thiruvananthapuram, Kerala

7.3

Technical specification

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

279

The technical specification shall be as per CPWD General Specifications for Electrical
Works (Part III Lifts & Escalators-2003) and latest editions of relevant IS codes.
7.4

Power Supply
The lift shall be suitable for power supply of 415 V, 3 Phase, 4wire, 50 Hz, AC.

7.5

Compliance with Regulations and Indian standards


All works shall be carried out in accordance with relevant regulation, both statutory and
those specified by the Indian Standards related to the works covered by these
specifications. In particular, the equipment and installation will comply with the
following:

7.6

(i)

Factories Act.

(ii)

Indian Electricity Rules

(iii)

I.S.& BS Standards as applicable

(iv)

Workmen's compensation Act

(iv)

Statutory norms prescribed by local bodies like NDMC etc.

Detailed Technical Parameters for the lifts to be supplied


The proposed lifts are gear less and machine room less. The hoisting equipment shall
be kept inside the shaft and machinery unit shall be compact & highly energy efficient.
The hoisting equipment shall be gearless type with 3 phase AC motor with permanent
magnet technology. Motor efficiency shall be 70 % 75 % and power factor shall not
be less than 0.8. The bearings shall be of spherical roller type

and main suspension

ropes shall be of round steel wire.


The detailed technical parameters are as follows:

Sl.
No.

PASSENGER
LIFT-1
(PHYSICAL
SCIENCE)

DESCRIPTION

No
of
required

Lifts

PASSENGER
LIFT-2
(BIOLOGICAL
SCIENCE)

SERVICE LIFT1
(CORE-2)

SERVICE LIFT2 (PHISICAL


SCIENCE)

SERVICE
LIFT-3
(BIOLOGICAL
SCIENCE)

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

280

No of Persons/
Load in Kg

8(554Kg)

8(554Kg)

3000 Kg

3000 Kg

3000 Kg

3 Rated speed

1.25
meter/sec.

1.25 meter/sec.

0.5 meter/sec.

0.5 meter/sec.

0.5 meter/sec.

4 Traveling Meter

16.8meter
(approx)

21 meter
(approx)

21 Meter
(approx)

16.8 Meter
(approx)

21 Meter
(approx)

-2 to Second
Floor

G to Fourth
Floors

-1 to Second
Floors

-2 toSecond
Floors

Inside Size of
Lift well as per 1900m (W) x 1900m (W) x 2900m (W) x
6
IS 14665 (Part- 1900 mm (D)
1900 mm (D)
3300 mm (D)
I), 2000

2900m (W) x
3300 mm (D)

2900m (W) x
3300 mm (D)

7 Pit Depth

10

No of
served

Floor -1 to Second
Floor

Clear Inside size


of Lift Car

Position of
counter weight

1600 mm

1600 mm

1600 mm

1600 mm

1600 mm

1300 mm (W)
x 1100mm (D)
x 2300 mm (H)
including
ceiling

1300 mm (W)
x 1100mm (D)
x 2300 mm (H)
including

2000 mm (W)
x 3000mm (D)
x 2300 mm (H)
including
ceiling

2000 mm (W)
x 3000mm (D)
x 2300 mm (H)
including
ceiling

2000 mm (W)
x
3000mm (D) x
2300 mm (H)
including ceiling

As per design As per design


As per design As per design
Side / Rear
Side / Rear
Side / Rear
Side / Rear

As per design
Side / Rear

Position
of - Above the lift
Machine room
shaft

11 Position of Door

Centre
opening(
Front Side)

ceiling

Above the lift


shaft -

Centre
In opening(
Front Side)

800 mm(W) x
Opening of car 2100 mm(H).
Door
SS vandal
proof finish.
12

Above the lift


shaft

In

800 mm(W) x
2100 mm(H).
SS vandal proof
finish.

Above the lift


shaft

Side opening ( Side opening(


In Front Side)
In Front Side)

Side opening (
In Front Side)

2000 mm(W) x
2100 mm(H).
SS hairline
finish.

900 mm(W) x
2100 mm(H).
SS hairline
finish.

2000 mm(W) x
2100 mm(H).
SS hairline
finish.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

Above the lift


shaft

EE (E)

281

13 Type of Control

14

Type of
operation

Type of signal
15
system

16

Type of signal
system

Microprocessor Microprocessor
Based AC V3F, Based AC V3F,
Selective
Selective
Collective
Collective
simplex control simplex control

Simplex

Simplex

Microprocessor
Based AC V3F,
Selective
Collective
simplex control

Simplex

Microprocessor
Based AC V3F,
Selective
Collective
simplex control

Simplex

Simplex

As
per
As
per As
per
As per technical
As per technical
technical
technical
technical
specification.
specification.
specification.
specification.
specification.
a)Digital floor a) Digital floor
position
position
indicator in the indicator in the
car and at all car and at all
landings
landings

a) Digital floor
position
indicator in the
car and at all
landings

a) Digital floor
position
indicator in the
car and at all
landings

a) Digital floor
position
indicator in the
car and at all
landings

b)Travel
b)Travel
direction
direction
Indicator in the Indicator in the
car and at all car and at all
landings
landings

b) Travel
direction
indicator in the
car and at all
landings

b) Travel
direction
indicator in the
car and at all
landings

b) Travel
direction
indicator in the
car and at all
landings

c)Overload
warning audio
& visual
indicator

c)Overload
warning audio
&
visual
indicator

c) Overload
warning audio
& visual
indicator

c) Overload
warning audio
& visual
indicator

c) Overload
warning audio
& visual
indicator

d) Battery
operated alarm
bell and
emergency
light.

d) Battery
operated alarm
bell and
emergency
light.

d) Battery
operated alarm
bell and
emergency
light.

d) Battery
operated alarm
bell and
emergency
light.

d) Battery
operated alarm
bell and
emergency
light.

Correction -NIL
Insertion - NIL
Deletion - NIL

Microprocessor
Based AC V3F,
Selective
Collective
simplex control

AE (E)

EE (E)

282

17

Electric supply

e) Car
operating
panel with
Sophisticated
design
buttons flush
with back
plate. LED
illumination.

e) Car
operating panel
with
Sophisticated
design
buttons flush
with back plate.
LED
illumination.

e) Car
operating
panel with
Sophisticated
design
buttons flush
with back
plate. LED
illumination

e) Car
operating
panel with
Sophisticated
design
buttons flush
with back
plate. LED
illumination

e) Car
operating panel
with
Sophisticated
designbuttons flush
with back plate.
LEDillumination

f) Luminous
hall buttons at
all landings.

f) Luminous
hall buttons at
all landings.

f) Luminous
hall buttons at
all landings.

f) Luminous
hall buttons at
all landings.

f) Luminous hall
buttons at all
landings.

g)Firemans
g)Firemans
g) Firemans
switch
at switch
at switch at
ground floor
ground floor
ground floor

g) Firemans
switch at
ground floor

g) Firemans
switch at
ground floor

h)Infra-Red
Door Screen

h)Infra-Red
Door Screen

h) Infra-Red
Door Screen

h) Infra-Red
Door Screen

h) Infra-Red
Door Screen

j) MBW

j) MBW

j) MBW

j) MBW

j) MBW

k) Scaffolding

k) Scaffolding

k) Scaffolding

k) Scaffolding

k) Scaffolding

l) Pit ladder

l) Pit ladder

l) Pit ladder

l) Pit ladder

l) Pit ladder

M) FlooringGranite

M) FlooringGranite

M) FlooringMS Chequered

M) FlooringMS Chequered

M)FlooringFlooring-MS
Chequered

AC 400/440
VOLTS,
3PHASE,

AC 400/440
VOLTS, 3
PHASE, 50
CYCLES

AC 400/440
VOLTS,
3PHASE, 50
CYCLES

AC 400/440
VOLTS,3
PHASE, 50
CYCLES

AC 400/440
VOLTS, 3
PHASE, 50
CYCLES

50 CYCLES

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

283

Is neutral wire
18 available
for Yes
control circuits

Yes

Yes

Yes

Yes

19 ARD

To be provided

To be provided

To be provided

To be provided

To be provided

Handicap
Provision,
Braille Button
& SS Handrail
on rear side to
be provided

Handicap
Provision,
Braille Button &
SS Handrail on
rear side to be
provided

Handicap
Provision,
Braille Button
&
Stretcher
impact
protection
to
be provided

Handicap
Provision,
Braille Button
&
Stretcher
impact
protection
to
be provided

Handicap
Provision,
Braille Button &
Stretcher
impact
protection to be
provided

20

Desirable
friendly features

VIII. HVAC WORKS

8.0

SYSTEM DESIGN DATA

8.1

General
The basis of design, system selection, estimated requirements and other relevant
data are outlined in this section.

8.2

Scope of Work
The scope of work includes supply, installation, testing and commissioning of central
air-conditioning and ventilation system to provide designed conditions in the
following areas:
Description of
area

Proposed AC System

Biological Science

Variable Referigerent

Block

Flow System

Physical Science

Variable Referigerent

Block

Flow System

Mechanical ventilation

Toilet, Pantry, Store, etc.

Toilet, Pantry, Store, etc.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

284

Animal House

8.3

Variable Referigerent
Flow System

Laundry, pre-wash,
Incenerator,Toilet, Pantry,
Store, etc.

Basis of Design

8.3.1 Site Location

Vithura, Thiruvananthapuram

8.3.2 Outside Temperature

Summer

33.3 deg C DB 26.7 deg C WB

Monsoon

29.4 deg C DB 26.7 deg C WB

8.3.3 Inside Design Conditions :


Sl.

Area Description

No.

Inside condition
RH

DB
Biological Science & Physical Science Block
1

Instrumentation Lab

All Other Laboratories

All Office areas & library

Lecture hall

24 1C
24 1C
26 1C
26 1C

Conference Room, Meeting Room,


Discussion Room & Seminar Room.

26 1C

< 60%
< 60%
< 60%
< 60%
< 60%

Animal House
1

Procedure Rooms

Holding Areas

Quarantine Room

Food & Breeding Store

Pre Wash Area

24 1C
20 1C
20 1C
24 1C
24 1C

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

< 60%
< 60%
< 60%
< 60%
< 60%

285

Sl.

Inside condition

Area Description

No.

RH

DB
Biological Science & Physical Science Block
1

Instrumentation Lab

All Other Laboratories

All Office areas & library

Lecture hall

24 1C
24 1C
26 1C
26 1C

Conference Room, Meeting Room,


Discussion Room & Seminar Room.

26 1C

< 60%
< 60%
< 60%
< 60%
< 60%

Animal House

8.4

Animal Recieving

Admin

Coridor& Lobby

24 2C
26 1C
24 2C

< 60%
< 60%
< 60%

Estimated Load (Phase-I) and Equipment Selected


Based on above design parameters, the cooling load for the A.C. areas in Phase-I
have been calculatd and the VRF units have been selected as under:
VRF Unit Capacity (HP)

8.4.1 Biological Science

64 HP x 3 Nos.
48 HP x 1 Nos.
36 HP x 1 Nos.
24 HP x 4 Nos.
12 HP x 1 No.

8.4.2 Physical Science

64 HP x 1 Nos.
48 HP x 4 Nos.
40 HP x 1 Nos.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

286

32 HP x 4 Nos. (3 W + 1 SB)
20 HP x 1 No.
8.4.3 Animal House

60 HP x 2 Nos. (1 W + 1 SB)
44 HP x 2 Nos. (1 W + 1 SB)
24 HP x 1 No.
12 HP x 1 No.

8.5

System Description
Air Cooled VRF Air Conditioning System will be used for Physical Science, Biological
Science and Animal House.
Building wise centralized Air Cooled VRF (Variable Refrigerant Flow) airconditioning
system, the energy efficient technology will be provided for the areas indicated
above which is most suitable to moderate ambient conditions and do not require
any make-up water requirement or the A.C. plant room. The condensing units will
be installed outdoor/terrace as per the availability of space and the indoor units will
be selected out of the high wall/cassette/ceiling concealed ductable/AHUs as per
the suitability and will be located in the areas to be airconditioned. The indoor
units can be operated independently as per the actual requirement of
airconditioning in a particular area and the outdoor units will load-unload
correspondently to conserve the energy. Heat recovery units have been used to
recover the energy on fresh air load for the Air handling unit. Refrigerant piping for
the indoor units will be routed above the false ceiling to interconnect between
outdoor and indoor units.
The airconditioning system in animal house shall be a once throw system with
100% standby A.C. units for uninterrupted airconditioning. The Common
Instrumentation and Laboratories of Biological Department will also have once
throw system.
Ozone air injection (duct mounted type system) has been considered for the
elimination of animal odour from the air exhausted from Animal House. Further
installation, supply and commissioning of supply and return air to and from the
cages will be through IVC blowers and will be in the scope of IISER. Air flow
measuring stations will be provided in the main supply duct to ensure uniform air
quantity to be supplied to A.C. area in Animal House.
The conditioned air through AHU units shall be uniformly distributed through
insulated GI sheet metal ductwork and powder coated aluminum grilles / diffusers.
Individual ducts will be routed for supply and return air to each space.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

287

The air handling system shall be integrated with fire protection system to trip the
blower in case of fire and to avoid spreading of fire through air conditioning ducts.
The system shall ensure automatic stopping of all AHUs on getting a signal from
fire alarm system and closing of the motorized fire dampers for zonalised isolation.
Elimination of noise is the major consideration. Acoustic lining of sheet metal ducts,
equipment rooms, etc shall be considered in the system design.
Vibration/noise isolating accessories shall be considered for air conditioning
equipment to eliminate transmission of vibration and noise through building
structure.
Electrical rooms, Toilets, Stores,Laundary and incenerator will be considered with
mechanical ventilation.
8.6

Energy Conservation Techniques

8.6.1 Use of Air cooled variable refrigerant flow (VRF) system using digital/ inverter scroll
compressors operating on environment friendly refrigerant R-410A for the areas
opted for airconditioning system.
8.6.2 Use of variable frequency drives on AHUs complying with section 5.3.1.1 of ECBC.
8.6.3 Motors shall comply with section 8.2.2 of energy efficient motors as per ECBC.
8.7

Items not included in HVAC Tender


The following related items of works shall be provided by other agencies and are
not to be included in the scope of work of air-conditioning contractor :
i)

Provision and termination of main 3 phase, 50 Hz, 415 volts electric


supply including main earth upto AC panels for VRF system units at
terrace level.

ii)

Provision and termination of potential free supply from the fire panel to
LT panels to trip the panel in case of fire.

iii)

Provision of single phase power supply within two meters of exhaust


fans and indoor units.

iv)

False ceiling to cover the ducts and frames for fixing grilles and
diffusers.

v)

8.8

All the works for isolation of AC and non-AC areas wherever required.

Specifications
The CPWD General specifications for HVAC Works 2007 shall be applicable for
the items, whose specifications are not covered in the enclosed specifications or

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

288

wherever the specifications enclosed are not adequate. The chapter-1 General
and Chapter-17 inspection, testing and commissioning shall be read, as
applicable, in conjunction to these specifications.
8.9

Drawings
The drawing forming a part of these specifications indicate broadly the proposed
schemefor equipment layout and location. The contractor shall have to execute the
scheme as proposed. However, minor changes in outdoor units, indoor units, piping
- cabling routes, etc. may be permitted to suit the equipment offered and actual
conditions, subject to the engineer's approval. The fabrication and working
drawings shall be prepared by the Contractor and got approved from the engineer
before erection.

8.10

Test Data
The plant shall be tested as per the specifications given elsewhere and complete
`Test Performa' shall be furnished on prescribed sheet.

8.11

Technical Data
The Contractor shall furnish complete technical data on the equipment offered by
him as required under the heading `Technical Data'.

8.12

Performance Data
The contractor shall guarantee that the air-conditioning system performance and
shall maintain the designed inside temperature and the relative humidity as
specified.
The Contractor shall also guarantee that the capacity of various components as well
as the whole system shall not be less than specified.

8.13

Foreign Exchange
No foreign exchange shall be provided for import of any item for this work.

8.14

VARIABLE REFRIGERANT FLOW UNITS (VRF)

8.14.1 General
It shall be air cooled, modular type variable refrigerant volume air conditioning unit
consisting of outdoor unit and multiple indoor units, each suitable for cooling in
summer and heating during winters as per the requirements.
The refrigerant piping shall be extendable up to 200m with 50m level difference w
8.15

Outdoor Unit

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

289

The outdoor unit shall be a factory assembled unit housed in a sturdy weather
proof casing constructed form rust-proof mild steel panels coated with a baked
enamel finish.
The outdoor unit shall have a inverter scroll compressors and be able to operate
even in case of breakdown of one of compressors.
The noise level shall not be more than 62 dB(A)at normal operation measured
horizontally 1m away and 1.5m above ground.
The outdoor unit shall be modular in design which can be installed side by side.
Each outdoor unit shall have multiple inverter scroll compressors above 14 HP.
The Minimum COP of each module shall not be less than 3.5 at 100% load at ARI
Conditions.
8.16

Compressor
The compressor shall be of highly efficient hermetic inverter capable of capacity
modulation by frequency modulation.

8.17

Heat Exchanger
The heat exchanger shall be constructed with copper tubes mechanically bonded to
aluminium fins to form a cross fin coil. The aluminium fins shall be covered by anticorrosion resin film and hydrophilic coating.

8.18

Refrigerant Circuit
The refrigerant circuit shall include an accumulator, liquid and gas shut off valves
and a solenoid valves or pulse width modulation valve.
All necessary safety devices shall be provided to ensure the safety operation of the
system.

8.19

Safety Devices
The following safety devices shall be part of the outdoor unit;
High Pressure Switch, Low Pressure Switch, Fan Motor Safety Thermostat, Over
Current Relay, Fusible Plugs, Fuses.

8.20

Oil Recovery System


Each unit shall be equipped, with an oil separator to ensure oil recovery with long
refrigerant piping for the long life of unit.

8.21

Indoor Unit
The Indoor unit shall be air handling unit, concealed or ductable type, as specified

in scope of work. It shall have electronic control valve to control refrigerant flow
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

290

rate in response to load variations of the room. The fan shall be of the dual suction
multi blade type and statically and dynamically balanced to ensure low noise and
vibration free operation.
The identification number of the indoor unit shall be set automaticallyin case of
individual and group control. In case of centralized control, liquid crystal remote
controller shall set the same.
The indoor unit can be floor mounted type, AHU, concealed or ductable complete
with the following components:
The unit shall be with pre-filter; fan section & DX coil section. The housing of unit
shall be light weight powder coated galvanized steel. The unit shall be perfectly
concealed in overhead boxing. Noise level should not be more then 35 db at low
speed.
The cooling coil shall be of seamless copper tubes, and shall have continuous
aluminium fins. The tubes shall be staggered in the direction of airflow. The fins
shall be uniformly bonded to the tubes by mechanical expansion of the tubes. The
coils shall be tested against leaks.
Unit shall have cleanable type filter of resin net (with mold resistant) fixed to an
integrally molded plastic frame. The filter should be slide away type but neatly
inserted.
The filter shall be preferable with ionizer to inhibit the spread of bacteria or virus.
The indoor unit shall have an electronic expansion valve kit including controller etc.
to control refrigerant flow rate in response to load variations of room.

The

maximum capacity of kit should be 20 H.P. Multiple kits shall be used for capacity
more than 20 H.P.
The computerized PID control shall be used to maintain a correct room
temperature. Each unit to be provided with microprocessor thermostat for cooling
& heating.
Each unit shall be with wired remote controller LCD type. The LCD remote
controller shall memorize the latest malfunction code for easy maintenance.
8.22

Centralized System Remote Controller


A multifunctional compact centralized controller shall be provided with the system.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

291

The System Controller shall act as an advanced air conditioning management


system to give complete control of VRV air conditioning equipment. The system
shall be user friendly.
Programmable touch screen with coloured LCD display.
Starting/stopping of Air conditioners as a zone or group or individual unit.
Temperature setting for each indoor unit or zone.
Switching between temperature control modes, switching of fan speed and
direction of airflow, enabling/disabling of individual remote controller operation.
Monitoring of operation status such as operation mode & temperature setting of
individual indoor units, maintenance information, trouble shooting information and
facility to programme on daily / weekly basis.
The controller shall be wired by a non polar 2 wire transmission cable to a
maximum distance of 1 km. from indoor unit.
8.22.1 Integrated Data Management Control System
A multifunctional centralized controller capable of controlling, monitoring, managing
and maintaining historical data for further analysis.
The Controller shall have built in web server for PC independent management and
remote access control.
It shall be able to control indoor units with error history management.
It shall be suitable to feed in schedule daily or weekly.
The data shall be stored in non volatile memory and shall able to maintain data
even after power failures.
It shall monitor and control the following functions:
Operation Mode
Temperature settings
Airflow direction
Fan speed
It shall display temperatures of all rooms connected with the controller.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

292

It shall have power distribution system capable for indoor units and data query for
watt hour, use time and use ratio. File shall be saved in excel format.
8.23

Refrigerant Piping
All refrigerant piping for the air conditioning system shall be constructed from hard
drawn seamless copper refrigerant pipes with copper fittings and silver-brazing
joints. The refrigerant piping arrangements shall be in accordance with good
practice within the air conditioning industry, and shall include expansion valves,
charging connections, suction line insulation and all other items normally forming
part of proper refrigerant circuits.
All pipes shall be degreased, clean inner surface, free from any lubricant, carbon
residue and suitable for refrigerant R-410A.
Each tube shall be capped, plugged at both ends so as to maintain the internal
cleanliness of the tube under normal conditions of handling and storage. Straight
tube shall be marked at repeated distances along the length, the number of
standard, cross sectional dimensions, manufacturers identification mark, date of
manufacture and batch/lot number etc. All joints in copper piping shall be through
Copper-Phos-Silver brazing filter metals. Before joining copper pipes all burrs shall
be removed from inside and outside of pipes. Brazing joint shall be oxygen free
nitrogen, piping shall be pressure tested using nitrogen at 32 kg/cm 2 to be
maintained for 24 hours.
The suction line pipe size and the liquid line pipe size shall be selected according to
the manufacturers specified outside diameter. All refrigerant pipes shall be properly
supported and anchored to the building structure using steel hangers, slotted angle
tray, anchors, brackets and supports which shall be fixed to the building structure
by means of inserts or expansion shields of adequate size and number to
support the load imposed thereon.
The OD & wall thickness of copper refrigerant piping shall be as follows :
Outside Dia (mm)

8.24

Wall Thickness(mm)

a)

41.3, 34.0

1.3

b)

31.8, 28.6, 25.4, 22.2

1.2

c)

19.1, 15.9

1.0

d)

11.7, 9.5, 6.4

0.8

Condensate Drain Piping


The indoor units shall be connected to drain pipe made of hard PVC.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

293

The pipes shall be laid in proper slope for efficient drainage of condensate water.
Drain Pipe Insulation
Drain pipes carrying condensate water shall be insulated with 6 mm thick
chemically cross-linked closed cell polyethylene foam FR-XPE fire retardant having a
K value of 0.033 W/mk at a mean temperature of 23C and a minimum density of
30+3 Kg/cum.
The joints shall be properly sealed with synthetic glue to ensure proper bonding of
the ends.
8.25

Pipe Insulation
Refrigerant Pipe Insulation
The whole of the liquid and suction refrigerant lines including all fittings, valves and
strainer bodies, etc. shall be insulated with 19mm /13 mm thick chemically cross
linked closed cell polyethylene foam FR-XPE fire retardant insulation.
The joints shall be properly sealed with synthetic glue to ensure proper bonding of
the ends.

8.26

AIR HANDLING UNITS

8.26.1 General
The work under this part shall consist of furnishing all labour, material equipment
and appliances as specified and required to install Air Handling Units and other allied
work to make air conditioning system ready for operation as per drawings.
Except or otherwise specified air handling unit and related item shall be in
accordance with these specifications.
8.27

Housing/Casing
The Air handling unit shall be of sectionalized, draw through type double skin
construction, consisting of fan section, Dx coil section, filter section, insulated drain
pan, etc. as specified.
Double skinned air handling unit shall be in modular construction. Frame work shall
be fabricated out of extruded aluminium sections. Panel shall be removable and
made out of GSS sheets in sandwitched construction. Outside sheet of panel shall be
minimum 0.6 mm thick pre-plastified GSS sheet while inside GSS sheet thickness
shall also be 0.6 mm minimum in natural finish. Polyurethene foam insulation of
minimum 38 kg/m density shall be injected/sandwitched between these panels.
Condensate drain pan shall be fabricated from min1.2mm SS - 304 construction.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

294

Panel thickness shall be 25mm. Suitable doors with die cast aluminium handles and
hinges and latches shall be provided for access to various panels for maintenance.
The entire housing shall be mounted on Aluminium channel frame work.
8.28

Cooling/Heating Coils
Coils shall be of the fin and tube type having aluminium fins mechanically bonded to
copper tubes. All tubes shall be in staggered pattern. The fins shall be minimum 0.14
mm thick aluminium at a pitch of 5 fins/cm. All the tube connections to headers and
return bends shall be brazed with silver brazing alloy. Capacity of the coil shall be as
required under the schedule of equipment. All coils shall be duly pressure tested for
required pressure.

8.29

Fan
Fan shall be backward /forward curved, DIDW type. The fan housing, impeller shall
be fabricated from 1.2/1.6 mm GI sheet. Fan impeller shall be mounted on a solid
steel shaft statically and dynamically balanced. Shaft shall be supported to the
housing with angle iron frame and pillow block heavy duty ball bearing. Fan housing
shall be made of die-formed side sheets with streamlined inlets and guide vanes to
ensure smooth air-flow into the fans. Fan housing and TEFC Fan motor in IP-55
Construction shall be mounted within the fan section on a common extruded
aluminium base mounted inside the air handling unit on anti-vibration mounts. Fire
retarding double canvas flexible connection shall be provided between fan outlet and
AHU casing. The operation of the fan shall be quiet.

8.30

Motor and Drive


Fan motor shall be totally enclosed fan cooled type in IP-55 construction suitable for
AC supply of 415 + 10% V, 3 phase, 50 Hz. Motor shall be selected for quiet
operation and a maximum motor speed of 1440 RPM. Drive to fan shall be provided
through belt/direct drive arrangement. Belts shall be oil-resistant type.

8.31

Mixing Plenum
Wherever return air is ducted, double skin mixing plenum shall be provided having
construction similar to air handling unit with provisions of flanged connections for
return air and fresh air and factory fitted, manually operated, gear driven extruded
aluminium volume control dampers. Filter plenum, wherever required shall be of the
same construction and shall be factory fabricated by the AHU manufacturer only.

8.32

Safety features
The fan access door shall be equipped with micro-switch interlock with fan motor
enabling switching OFF the fan motor automatically in the event of door opening.
Wire guard for fan section access door shall be provided.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

295

8.33

Accessories
Each air handling unit shall be complete with:
a)

Flexible connection between fan outlet and unit casing. Stainless steel
chicken wire mesh screen shall be provided at the duct connection.

b)

Vibration isolator of high efficiency.

c)

Suitable concrete/steel foundation.

d)

Motor and drive package.

e)

Test pocket with thermometer for checking the air inlet and outlet
temperature.

Powder coated extruded aluminium fresh air louvers with frame, damper, and fresh
air filters (if required), etc. to be measured separately as per BOQ shall be provided
in the clear opening in masonry wall. Wherever fresh air ducting is involved, it shall
be carried out as specified in Section "SHEET METAL WORK".
8.34

Filters at Air Handling Unit and Fresh air intakes


The filter shall be constructed out of 50mm deep non-woven polypropelene media
stitched between 40 sieve HDPE mesh and aluminium mesh on the other side. All
three stitched together and housed in 14 gauge anodised aluminium frame. All the
edges of the filter element shall be protected from polyester beading and perfectly
sealed within the frame with ductile epoxy resin to avoid bypassing of unfiltered air.
Filter element shall have minimum 38 folds per meter of filter face area. Filter shall
be in foamless construction with rubber gasket fixed on the flange. All hardware
used shall either be chrome plated or brass. The maximum pressure drop shall not
exceed 2.5m to 3.5mm WG when clean. Filter shall be complete with mounting
arrangement, nut bolts etc. and whatever is required to complete the installation.
The efficiency of filter shall be 90% down to 10 micron.

8.35

Fine Filters

8.35.1 Bag Air Filters


It should be non-supported, deep pleated, extended surface type with average
efficiencies based on ASHRAE 52-76, and capable of operating to maximum of 625
fpm without impairing efficiency;
EDIT

AVERAGE

FILTER

EFFICIENCIES

AS REQUIRED IN SUBPARAGRAPH

BELOW.CHECK WITH DESIGNER.


i)

Maximum Initial Pressure Drop at 500 fpm:


a.

Filters with 40 - 50 percent efficiency : 0.33 inch wg.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

296

b.

Filters with 60 - 65 percent efficiency : 0.45 inch wg.

c.

Filters with 80 - 85 percent efficiency : 0.51 inch wg.

d.

Filters with 90 - 95 percent efficiency: 0.70 inch wg.

USE BELOW FOR UL CLASS 2 FILTERS.


ii)

Media non-woven synthetic to meet the above efficiencies. All filters


to be made in flange type construction.

USE BELOW FOR UL CLASS 1 FILTERS.


8.35.2 Rigid Air Filters :
Filters should be extended surface, deep pleated type with average efficiencies
based on ASHRAE 52-76;
EDIT AVERAGE FILTER EFFICIENCIES AS REQUIRED BELOW.

CHECK WITH

DESIGNER.
i)

ii)

Maximum Initial Pressure Drop:

AveragePercent

Initial Pressure

Initial Pressure

FilterEfficiency

Drop For 6 Inch

Drop For 12 Inch

Thick Filters

Thick Filters

(inch wg at 500 fpm)

(inch wg at 250 fpm)

40-45

0.28

0.15

55-60

0.32

0.20

80-85

0.42

0.28

90-95

0.57

0.35

Filter pack shall be constructed of high density microfine glass fibers


laminated to synthetic backing material, and bonded to corrosion
resistant welded wire support grid.

Pleat configuration shall be

maintained by pleat spacers installed on both air entering and air exiting
sides.

Filter

pack

enclosed

and

continuously

sealed

to

aluminum/galvanized steel enclosing frame, and supported by diagonal


members bonded to both air entering and air exiting sides.
8.35.3 Fine Filter Mounting Frame
The rigid type Fine Filters shall be housed in a separate housing of 14 guage CRCA
sheet duly reinforced and compartmentalized to install the required number of
filters. The housing shall have angle iron flanges at both ends for 100% airtight
connection. The housing and frame work after derusting shall be provided with two
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

297

coats of epoxy paint. Housing depth shall be 50 mm more than filter depth. 100%
air tight inspection window shall be provided for the inspection of filters.
8.36

HEPA Filters
These filters shall have an efficiency of 99.97%, 99.99% and 99.999% down to 0.3
micron particles. Filter frame shall be suitable for terminal mounting or as required
at site. The filter frame shall be of 16 guage anodized aluminum sheet.
It should have adequate mounting holes for uniform fixing of filter. In case of single
or double header type filters 6 mm thick rubber gasket shall be fixed on the flange
and edges shall be sealed with epoxy resin. Flange width shall not exceed 20 mm.
Filter media shall be Borosilicate non-woven micro fibreglass. It should be 100%
water repellant and patchless. Filter media shall be sealed with frame by ductile
filled epoxy resin having impact strength of 2.5-4.0 Kg/cm2 and modules of
elasticity strength of 750-780 kg/sqm. Media folds shall have aluminum separators
of min. 0.05 mm. Every filter shall be individually tested before it leaves the factory.
The penetration and actual resistance at test airflow rate shall be indicated on the
label on filter. Each Filter shall also be assigned a serial number and a permanent
record shall be kept of the materials of construction and performance.
Filters shall meet all the performance classes as per the Institute of Environmental
Sciences & Technology IEST RP-1. :
Type A Min. efficiency of 99.97% on 0.3 micron at rated flow.
Type B Min. efficiency of 99.97% on 0.3 micron at 100% and 20% of rated flow.
Type C Min. efficiency of 99.99% on 0.3 micron and scan tested.
Type D Min. efficiency of 99.999% on 0.3 micron and scan tested.
Type E Constructed and tested in accordance with MIL-F-51477 or MIL-F-51068.
Type F Min efficiency of 99.999% on 0.1 to 0.2 micron and scan tested.

8.36.1 Initial Pressure Drop:


For Standard Capacity
5 7/8 deep 150 FPM @ < 0.75 WG
11 1/2 deep 260 FPM @ < 0.75 WG
For High Capacity
11 1/2 deep 500 FPM @ < 1.0 WG
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

298

Aluminum separators shall be shallow crimps that have a lower profile (shorter
height) compared to standard filters to permit more pleats to achieve increased
airflow.
8.36.2 Overall Efficiency Testing :
DOP Test shall be conducted using a forward light scattering photometer. The filter
is challenged with dioctyl phthalate (DOP). By measuring the upstream and
downstream concentrations, the filter efficiency shall be calculated.
Scan Test Filters that pass the overall efficiency test shall also be scanned for pin
holes leaks and shall be repaired before releasing for shipment.
The Filters shall comply to UL Class 1 by Standard 900 and also UL586.
Test certificates shall be furnished for individual HEPA filter.
These Filters should be treated with Antimicrobial agents such as Intersept
designed to trap and concentrate particulate air contaminants including viable
fungal and bacterial spores.
8.36.3 Minipleat HEPA/ULPA Filters
These filters shall be in knife-edge or gasket seal frames for installation in any type
of grid system or frame.
Filters shall meet the specifications of all class in accordance with EN1822.
Efficiencies shall be as follows for various classes :
Class

Efficiency

Efficiency

EN 1822 @ MPPS

H13

99.99% @ 0.3 micron

99.95%

H14

99.999% @ 0.3 micron

99.995%

H15

99.9995% @ 0.12 micron

99.9995%

U16

99.99995% @ 0.12 micron

99.99995%

U17

99.999995% @ 0.12 micron

99.999995%

Special Thermoplastic heads or hot melt shall be used to maintain equal spacing
between pleats for optimal air flow, high dust holding and full use of the entire
depth of the filter.
Media shall be moisture resistant and fire retardant glass fiber media. The media
pack shall be permanently bonded to the light weight anodized aluminum frame,
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

299

with a DIN classified, white urethane adhesive or epoxy resin. A white epoxy
powder coated faceguard made out of aluminium on both air leaving and entering
sides shall be provided to protect the media from damage.
All HEPA filters shall be leak tested and ULPA filters shall be scanned with PSL
particles to determine the overall efficiency in accordance with IES-RP-CCO34-1.
8.36.4 HEPA Filter Mounting Frame with Housing
HEPA filters shall be housed in a 14 SWG CRCA housing duly reinforced and
compartmentalized to install the required number of filters. The housing shall have
angle iron flanges at both ends for 100% airtight connection. The housing and
frame work after derusting shall be provided with two coats of epoxy paint.Rubber
gasket shall be used at flanges.Housing depth shall be 50 mm more than filter
depth. 100% air tight inspection window shall be provided for the inspection of
filters.
All clean rooms with class 10,000 or better to be provided with HEPA filter terminal
housings.
8.37

Testing
The air handling unit shall be tested to measure air quantity and coil performance by
measuring temperature difference, water flow rate and pressure drop through the
coil and then calculating the capacity by using the above measurements.

8.38

Limitations
The air velocity across the filter media shall not exceed 2.5 M/S (500 FPM).
The air velocity across the coil shall not exceed 2.5 M/S (500 FPM).
The air velocity at the fan outlet shall not exceed 9.14 M/S (1800 FPM).

8.39

VENTILATION FANS

8.39.1 General
The ventilation fans listed below shall be complete in all respects and shall comply
with the specifications. The fans shall be supplied as applicable or as specified and
shown elsewhere.
8.40

Centrifugal Fan
Centrifugal fans shall be in DIDW construction arrangement complete with access
door, squirrel-cage induction motor, V-belt drive, belt guard and vibration isolators
and steel base frame type. Direction of discharge, and rotation position shall be as
per the job requirement.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

300

1.

Housing shall be constructed of 14 gauge sheet metal welded


construction. It shall be rigidly reinforced and supported by structural
angles.

Split casing shall be provided on larger fans and neoprene

gaskets shall be provided throughout split joints to make it air tight.

Minimum 18 gauge galvanized wire mesh inlet guards of 5 cm openings


shall be provided on both inlets. Housing shall be provided with standard
clean-out and door with quick locking tension handles and neoprene
gasket. Thick brass plate(s) showing rotation arrow and make, model
number and duty conditions of the fan shall be riveted permanently on
the housing.
2.

Fan Wheel shall be forward curved type as required in Schedule of


Quantities. Fan wheel shall be statically and dynamically balanced. Fan
outlet velocity shall not exceed 10.16 mps (2000 fpm).

3.

Shaft shall be constructed of steel, turned, ground and polished.

4.

Bearings shall be of the sleeve/ball-bearing type mounted directly on the


fan housing. Bearing shall be designed especially for quiet operation and
shall be of the self-aligning, oil grease pack pillow block type.

5.

Motor Fan motor shall be suitable for 415 + 10% volts, 50 cycles, 3
phase power supply, squirrel cage, totally enclosed fan cooled motor,
provided with class F/H insulation. Motor name plate horsepower shall
exceed brake horsepower by a minimum of 10%.

Motor shall be

designed specially for quiet operation and motor speed shall not exceed
1500 rpm. The sound level of fan and motor combination selected for the
required performance shall not exceed 95 db within 1 meter distance of
air inlet or discharge point.
6.

Drive to fan shall be provided through belt with adjustable motor sheeve
and a standard belt guard. Belt shall be of oil resistant type.

7.

Vibration IsolationSteel Mounting base shall be provided for both fan


and motor, built as an integral part, and shall be mounted on a concrete
foundation with vibration isolators. Vibration isolators shall be as
manufactured by Dunlop Metalastik/Emerald. The concrete foundation
shall be at least 15 cm above the finished floor level.

8.

Painting Complete fan assembly, base frame and other steel

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

301

components shall be epoxy painted.


8.41

Tube Axial Fans


Fan shall be single stage long casing type. The fan capacity, static pressure, speed,
etc. shall be as indicated in the schedule of equipment, relevant drawings or as
required.
The fan casing shall completely enclose fan blade and the motor. The casing shall be
fabricated out of heavy gauge steel sheet for vibration free operation. The casing
shall be complete with fan and motor supporting arrangement, foot plates,
weatherproof electric terminal box, flanged and connections, etc. The casing and all
corrode able components shall be epoxy painted as per paint manufacturer's
recommended instructions.
The fan hub and wings shall be cast in high tensile aluminum alloy and shall be
examined by X-Ray to ensure flawless castings. The fan impeller shall be of
adjustable pitch type to obtain desired pitch angle. The fan impeller shall be statically
and dynamically balanced. The selection of the fan shall be on the most efficient part
of the fan performance curve.
In case of supply air fans the motor shall be totally enclosed squirrel cage induction
motor to withstand 45oC ambient temperature with standard class 'F' insulation and
IP-55 construction. For air exhaust application fan motor shall have class H
insulation suitable to operate for minimum 2 hours at 250 C temperature.
Manufacturer shall furnish test certificate from warrington fire research Institute, UK
or equivalent for the performance of smoke exhaust fans as per BS-7346 Part-II1990.
Motor ratings shall have at least 10% over load limit plus transmission losses if any.
The motor bearings shall be of heavy duty construction.
Access panel wherever applicable shall be provided on the casing for the inspection
of components.

8.42

Inline Fan
Inline fan shall be complete with centrifugal impeller, casing, direct driven motor
and vibration isolators. Direction of discharge, and rotation position shall be as per
the job requirement and shall be marked on the fan assembly. In case of lower
ceiling heights the unit shall be with swing out motor type fans.
a)

Housing shall be constructed of hot rolled GSS sheets in double


skin/single skin construction with FRP corners.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

302

Housing metal parts shall be either spot welded or screwed or mounted


together with rivets. Indication showing rotation arrow and make, model
number and duty conditions of the fan shall be available on the housing.
b)

Fan Wheel shall be backward curved type. Fan wheel shall be statically
and dynamically balanced.

c)

Bearingsshall be completely maintenance free and can be used in any


mounting position, at maximum indicated temperature.

The bearing

lubricant shall be suitable for low temperature applications. The life


expectancy at maximum indicated temperature shall be minimum 40,000
hours operation.
d)

Fan motor shall be suitable for 415 + 10% volts, 50 cycles, 3 phase/1
phase power supply, squirrel cage, totally enclosed fan cooled motor (IP44/IP-55), provided with class B or F insulation. Motor shall be with builtin thermal contact which will open and break the power supply at critical
high temperature point.

e)

Drive to fan shall be direct belt driven.

f)

Painting : Complete fan assembly, and other steel components shall be


epoxy painted.

8.43

Propeller Fans
Propeller fans shall be direct-drive, three or four blade type, mounted on a steel fixed
plate with orifice ring.
a)

Mounting Plate shall be of steel construction, square with streamlined


venturi inlet (reversed for supply applications) coated with epoxy paint
finish. The mounting plate shall be of standard size, constructed of 2 to
18 gauge sheet steel depending upon the fan size. Orifice ring shall be
correctly formed by spinning or stamping to provide easy passage of air
without turbulence and to direct the air stream.

b)

Fan Blades shall be constructed of aluminum or steel. Fan hub shall be


of heavy duty welded steel construction with blades bolted to the hub.
Fan blades and hub assembly shall be statically and dynamically balanced
at the factory.

c)

Shaft shall be of steel, accurately ground and shall be of ample size for
the load transmitted. The shaft shall not pass through first critical speed
through the full range of specified fan speeds.

d)

Motor shall be standard (easily replaceable) permanent split capacitor or


shaded pole for small sizes, totally enclosed with pre-lubricated sleeve or
ball bearings, designed for quiet operation with maximum speed of 900

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

303

rpm for fans 300 mm dia or larger and 1440 rpm for fans lesser than 300
mm dia. The fan motor upto 500 watts ratings shall be suitable for 220240V, 1 ph, 50 cycles power supply where as motors above 500 watts
rating shall be suitable for 415V, 3 ph, 50 cycles power supply. Motors
shall be suitable for either horizontal or vertical services.
e)

Accessories The following accessories shall be provided with the


propeller fans as per the application and as required by engineer.
i)

Wire guard on the fan inlet side and bird screen at the fan outlet.

ii)

Gravity operated/fixed louvered shutter, built into a steel frame as


per "Schedule of Quantities", to be provided at the fan outlet.

8.44

Installation
a)

The Contractor shall supply all foundation bolts, base frame wherever
required, vibration isolators and other accessories and shall assure that
the components are placed securely in proper position while the
foundation is cast.

b)

Vibration isolators shall be provided with an efficiency of not less than


80%.

8.45

Testing
All the fans shall be tested for performance at the factory in accordance with the
guidelines laid down by ASHRAE/AMCA standards and the following test results shall
be furnished.

8.46

a.

CFM

b.

Static pressure at the specified flow rate

c.

KW input to motor and its P/F

Air Shower

8.46.1 Purpose and Scope


This specification describes a factory fabricated air shower enclosure to be used for
removing surface particles from personnel prior to entering a controlled
environmental area. The air shower shall provide access to and from a cleanroom
work area and shall be a high velocity, low air pressure system. Construction of all
structures shall be structurally sound and esthetically pleasing.
8.46.2 Construction
A.

Enclosure: Prefabricated wall and roof sections with integral air duct
plenums.

ii)

Maintenance access shall be from the entry or exit end or the side of the
mechanical section.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

304

iii)

Access panels shall be provided on the access sides that are selected by
the customer.

iv)

The mechanical section of the air shower shall contain blower/motor


units, air nozzles, HEPA filter, and electrical controls.

v)

The air shower shall be constructed of one of the following materials

d.

Melamine substrate (.625" thick) with a standard grade plastic laminate


finish.

e.

Melamine substrate (.625" thick) with .025" thick aluminum sheets with
a white powder coated finish.

f.

Aluminum honeycomb panels (.5" thick) stopped into an extruded


aluminum frame all with a white powder coated finish.

g.

Air nozzles shall be plastic construction, white in color, adjustable, with


.875" diameter outlet

B.

Doors

i)

Doors are available in two finishes

ii)

Clear anodized finish

iii)

White powder coated finish

iv)

Doors shall be glazed with .25" clear tempered glass

v)

Each door shall have a 24 VDC magnetic door lock (exception automatic
door operators)

8.46.3 Motors and Blowers


Motors to be a high efficiency type, 440-480 volt/3phase/60Hz AC Supply.
A.

The motor blower shall be direct diven with MS backward curved blade
impeller.

B.

The nozzle blower shall be a single inlet, painted steel housing, cast
aluminum paddle wheel with a direct drive open drip proof motor.
i)

Size the high speed blower CFM to provide velocity of 5000 to


7000 FPM at the face of nozzle.

ii)

Blower fans will have permanent indication of correct rotation


direction attached the blower housing.

C.

Air showers with a vertical laminar flow ceiling shall have a dual inlet
direct drive blower capable of maintaining 90 feet per minute velocity
across the face of the ceiling filters.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

305

8.46.4 Filters
A.

99.99% efficient down to 0.3 microns scanned HEPA filter with


aluminum or steel frames.

B.

Filters and seals shall provide for:


1.

Filters easily accessible through maintenance panels or above.

2.

Sufficient rigidity /bracing /clamping etc...to insure no filter or


seal damage during normal shipping, handling, rigging, and
installation.

C.

Pre-filters shall be located at return air grille and shall be 35%


efficiency.

D.

Return air grilles shall be constructed of steel with a white painted


finish.

E.

Return air grilles shall be located on side walls at the lowest point of the
air shower wall.

8.46.5 Cycle Control


A.

The exit doors of the air shower will be disabled when the entry door is
open.

B.

The air shower cycle will begin upon entry to the air shower after entry
door closes.

C.

All doors will be locked (disabled with auto doors) during the air shower
cycle.

D.

High velocity blower will run 15 seconds.

E.

The exit door shall unlock (except with VLF option the door remains
locked for an additional 5 seconds). Automatic doors open at end of
cycle.

F.

Once the exit door shuts the system resets.

8.46.6 Noise and Vibrations


A.

Units maximum noise level is 71dba, with a back ground noise level of
10dba. Interior noise levels shall not exceed 85 dba.

B.

Fan/Blower assembly to be isolated by means of rubber isolator pads.

8.46.7 Test Certificates


i. HEPA Filter Efficiency Test.
ii. Leakage Test of various Filters.

8.47

Air Curtains
The air curtain shall be installed on room door consists of a case for air canalizing,

conveniently shaped permitting a rational arrangement of the outgoing air. It shall


Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

306

consist of a set of deflectors for good distribution of the jet of air of adequate
velocity on the whole door span surface to avoid loss of refrigeration. The material
of construction would be PCGI.
The blower fan shall be made of Stainless steel and dynamically balanced to
prevent vibration. The bearing shall be pre-lubricated & sealed for maintenance
free application. The fan motor shall be suitable for 415 V, 3 phase AC supply.
There shall be a limit switch with required accessories, contactors, etc in weather
proof enclosure for ensuring automatic operation of blowers whenever the door is
opened.
Technical Specification of Air curtain
Type

Horizontal (Wall mounted)

Size

As per room door size

Construction Material

Powder coated GI

Outer side

22 Gauge

Inner side

18 Gauge

Outer Jali

GI Mesh

Impeller

Aluminum

Technical Requirement
Velocity

18 to 20 m / sec

Velocity at floor Level

4 m / sec

Nozzle Width

As per Manufacturer standard

Nozzle Vanes

Adjustable

Electrical Requirement
Power supply

3 phase 440V AC, 50Hz

Motor

3 Phase induction Energy Eff. 1

HP

Vendor to be specify

RPM

Vendor to be specify

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

307

Protection

IP 67

Class & duty

F class & S1 duty

8.48. VARIABLE FREQUENCY DRIVES FOR FANS


8.48.1 General
The section describes the type of Variable Frequency Drive (VFD) for fan speed
control. The drive shall not be general purpose product, but a dedicated HVAC
design.
The VFD and its options shall be factory mounted and tested to UL 508C as a single
unit under full load and appropriate UL label shall be applied before dispatch. VFD
shall be manufactured in ISO 9000, 2000 certified facilities. The VFD shall be CE
marked and conform to the European Union Electro Magnetic Compatibility directive
or equal international certification as approved by the engineer. It shall be UL
listed for a short circuit current rating of 100 kA and labeled with this rating. The
frequency converter shall be supported locally by the manufacturer who will provide
full technical support, spares holding and trouble shooting capability from their own
local facility. A training course shall be provided by the manufacturer to the client /
consultant / contractor / maintenance engineers.
8.48

Technical Parameters

8.48.1 The VFD shall convert incoming fixed frequency three-phase AC power into an
adjustable frequency and voltage for controlling the speed of three-phase AC
motors. The motor current shall closely approximate a sine wave. Motor voltage
shall be varied with frequency to maintain desired motor magnetization current
suitable for the driven load and to eliminate the need for motor derating.
When properly sized, the VFD shall allow the motor to produce full rated power at
rated motor voltage, current, and speed without using the motor's service factor.
VFDs utilizing sine weighted/coded modulation (with or without 3rd harmonic
injection) must provide data verifying that the motors will not draw more than full
load current during full load and full speed operation.
8.48.2 The VFD shall include an input full-wave bridge rectifier and maintain a fundamental
(displacement) power factor near unity regardless of speed or load.
8.48.3 The VFD shall have a dual 5% impedance DC link reactor (harmonic filters) on the
positive and negative rails of the DC bus to minimize power line harmonics and
protect the VFD from power line transients. The chokes shall be non-saturating.
Swinging chokes that do not provide full harmonic filtering throughout the entire
load range are not acceptable.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

308

VFDs with saturating (non-linear) DC link reactors shall require an additional 3% AC


line reactor to provide acceptable harmonic performance at full load, where
harmonic performance is most critical.
IEEE519, 1992 recommendations shall be used for the basis of calculation of total
harmonic distortion (THD) at the point of common coupling (PCC). On request VFD
manufacturer shall provide THD figures for the total connected load. The contractor
shall provide details of supply transformer rating, impedance, short circuit current,
short circuit impedance etc to allow this calculation to be made.
8.48.4 All VFDs shall contain integral EMC Filters to attenuate Radio Frequency

Interference

conducted to the AC power line. The VFDs shall comply with the emission and
immunity requirements of IEC 61800-3 : 2004, Category C1 with 50m motor cable
(unrestricted distribution). The suppliers of VFDs shall include additional EMC filters
if required to meet compliance to this requirement.
8.48.5 The VFDs full load output current rating shall meet or exceed the normal rated
currents of standard IEC induction motors. The VFD shall be able to provide full
rated output current continuously, 110% of rated current for 60 seconds and 120%
of rated torque for up to 0.5 second while starting.
8.48.6 The VFD shall provide full motor torque at any selected frequency from 20 Hz to base
speed while providing a variable torque V/Hz output at reduced speed. This is to
allow driving direct drive fans without high speed derating or low speed excessive
magnetization, as would occur if a constant torque V/Hz curve was used at reduced
speeds. Breakaway current of 160% shall be available.
8.48.7 A programmable automatic energy optimization selection feature shall be provided as
standard in the VFD. This feature shall automatically and continuously monitor the
motors speed and load to adjust the applied voltage to maximize energy savings.
8.48.8 The VFD must be able to produce full torque at low speed to operate direct driven
fans.
8.48.9 Output power circuit switching shall be able to be accomplished without interlocks or
damage to the VFD.
8.48.10

An Automatic Motor Adaptation algorithm shall measure motor stator resistance


and reactance to optimize performance and efficiency. It shall not be necessary to
run the motor or de-couple the motor from the load to perform the test.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

309

8.48.11

Galvanic isolation shall be provided between the VFDs power circuitry and control
circuitry to ensure operator safety and to protect connected electronic control
equipment from damage caused by voltage spikes, current surges, and ground loop
currents. VFDs not including either galvanic or optical isolation on both analog I/O
and discrete digital I/O shall include additional isolation modules.

8.48.12

VFD shall minimize the audible motor noise through the used of an adjustable
carrier frequency. The carrier frequency shall be automatically adjusted to optimize
motor and VFD operation while reducing motor noise. VFDs with fixed carrier
frequency are not acceptable.

8.48.13

The VFD shall allow up to at least 100 meters of SWA (Single Wire Armour) cable to
be used between the FC and the motor and allow the use of MICS (Mineral
Insulated Copper Sheath) cable in the motor circuit for fire locations.

8.49

Protective Features

8.49.1 A minimum of Class 20 I2t electronic motor overload protection for single motor
applications shall be provided. Overload protection shall automatically compensate
for changes in motor speed.
8.49.2 Protection against input transients, loss of AC line phase, output short circuit, output
ground fault, over voltage, under voltage, VFD over temperature and motor over
temperature. The VFD shall display all faults in plain language. Codes are not
acceptable.
8.49.3 Protect VFD from input phase loss. The VFD should be able to protect itself from
damage and indicate the phase loss condition. During an input phase loss
condition, the VFD shall be able to be programmed to either trip off while
displaying an alarm, issue a warning while running at reduced output capacity, or
issue a warning while running at full commanded speed. This function is
independent of which input power phase is lost.
8.49.4 Protect from under voltage. The VFD shall provide full rated output with an input
voltage as low as 90% of the nominal. The VFD will continue to operate with
reduced output, without faulting, with an input voltage as low as 70% of the
nominal voltage.
8.49.5 VFD shall include current sensors on all three output phases to accurately measure
motor current, protect the VFD from output short circuits, output ground faults, and
act as a motor overload. If an output phase loss is detected, the VFD will trip off
and identify which of the output phases is low or lost.
8.49.6 If the temperature of the VFDs heat sink rises to 80C, the VFD shall automatically
reduce its carrier frequency to reduce the heat sink temperature. It shall also be
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

310

possible to program the VFD so that it reduces its output current limit value if the
VFDs temperature becomes too high.
8.49.7 In order to ensure operation during periods of overload, it must be possible to program
the VFD to automatically reduce its output current to a programmed value during
periods of excessive load. This allows the VFD to continue to run the load without
tripping.
8.49.8 The VFD shall have temperature controlled cooling fan(s) for quiet operation,
minimized losses, and increased fan life. At low loads or low ambient temperatures,
the fan(s) may be off even when the VFD is running.
8.49.9 Protect from output switching : The VFD shall be fully protected from switching a
contactor / isolator at the output with out causing tripping e.g.:

for switching

on/off the isolators of the AHU / ventilation fans / pumps near the motor with VFD
in ON mode.
8.49.10

The VFD shall store in memory the last 10 alarms. A description of the alarm, and
the date and time of the alarm shall be recorded.

8.49.11

When used with a pumping system, the VFD shall be able to detect no-flow
situations, dry pump conditions, and operation off the end of the pump curve. It
shall be programmable to take appropriate protective action when one of the above
situations is detected.

8.50

Interface Features

8.50.1 Hand, Off and Auto keys shall be provided on the control panel to start and stop the
VFD and determine the source of the speed reference. It shall be possible to either
disable these keys or password protect them from undesired operation.
8.50.2 There shall be an Info key on the keypad.

The Info key shall include on-line

context sensitive assistance for programming and troubleshooting.


8.50.3 The VFD shall be programmable to provide a digital output signal to indicate whether
the VFD is in Hand or Auto mode. This is to alert the Building Automation System
whether the VFD is being controlled locally or by the Building Automation System.
8.50.4 Password protected keypad with alphanumeric, graphical, backlit display can be
remotely mounted. Two levels of password protection shall be provided to guard
against unauthorized parameter changes.
8.50.5 All VFDs shall have the same customer interface. The keypad and display shall be
identical and interchangeable for all sizes of VFDs.
8.50.6 To set up multiple VFDs, it shall be possible to upload all setup parameters to the VFDs
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.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

311

8.50.7 Display shall be programmable to communicate in plain English language.


8.50.8 A red FAULT light, a yellow WARNING light and a green POWER-ON light shall be
provided. These indications shall be visible both on the keypad and on the VFD
when the keypad is removed.
8.50.9 A quick setup menu with factory preset typical HVAC parameters shall be provided on
the VFD. The VFD shall also have individual Fan, Pump, and Compressor menus
specifically designed to facilitate start-up of these applications.
8.50.10

A three-feedback PID controller to control the speed of the VFD shall be standard.
This controller shall accept up to three feedback signals. It shall be programmable
to compare the feedback signals to a common set point or to individual set points
and to automatically select either the maximum or minimum deviating signal as the
controlling signal. It shall also be possible to calculate the controlling feedback
signal as the average of all feedback signals or the difference between a pair of
feedback signals.

8.50.11

The VFD shall be able to apply individual scaling to each feedback signal.

8.50.12

For fan flow tracking applications, the VFD shall be able to calculate the square root
of any or all individual feedback signals so that a pressure sensor can be used to
measure air flow.

8.50.13

The VFDs PID controller shall be able to actively adjust its set point based on flow.
This allows the VFD to compensate for a pressure feedback sensor which is located
near the output of the pump rather than out in the controlled system.

8.50.14

The VFD shall have three additional PID controllers which can be used to control
damper and valve positioners in the system and to provide setpoint reset.

8.50.15

Floating point control interface shall be provided to increase/decrease speed in


response to contact closures.

8.50.16

Five simultaneous meter displays shall be available. They shall be selectable from
(at a minimum), frequency, motor current, motor voltage, VFD output power, VFD
output energy, VFD temperature in degrees, feedback signals in their own units,
among others.

8.50.17

Programmable Sleep Mode shall be able to stop the VFD. When its output
frequency drops below set sleep level for a specified time, when an external
contact commands that the VFD go into Sleep Mode, or when the VFD detects a
no-flow situation, the VFD may be programmed to stop. When the VFDs 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.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

312

8.50.18

A run permissive circuit shall be provided to accept a system ready signal to


ensure that the VFD does not start until dampers or other auxiliary equipment are
in the proper state for VFD operation. The run permissive circuit shall also be
capable of initiating an output run request signal to indicate to the external
equipment that the VFD has received a request to run.

8.50.19

VFD shall be programmable to display feedback signals in appropriate units, such


as inches of water column (in-wg), pressure per square inch (psi) or temperature
(F). Examples can be room temperature in 0C, return air temperature in 0C, supply
air temperature in

C, CO2concentration in ppm, pressure in bar, differential

pressure in PSI etc.


8.50.20

VFD shall be programmable to sense the loss of load. The VFD shall be
programmable to signal this condition via a keypad warning, relay output and/or
over the serial communications bus. To ensure against nuisance indications, this
feature must be based on motor torque, not current, and must include a proof
timer to keep brief periods of no load from falsely triggering this indication.

8.50.21

Standard Control and Monitoring Inputs and Outputs


a)

Four dedicated, programmable digital inputs shall be provided for interfacing


with the systems control and safety interlock circuitry.

b)

Two terminals shall be programmable to act as either as digital outputs or


additional digital inputs.

c)

Two programmable relay outputs, Form C 240 V AC, 2 A, shall be provided


for remote indication of VFD status. Each relay shall have an adjustable on
delay / off delay time.

d)

Two programmable analog inputs shall be provided that can be either director-reverse acting.
i)

Each shall be independently selectable to be used with either an analog


voltage or current signal.

ii)

The maximum and minimum range of each shall be able to be


independently scalable from 0 to 10 V dc and 0 to 20 mA.

iii) A programmable low-pass filter for either or both of the analog inputs
must be included to compensate for noise.
e)

The VFD shall provide front panel meter displays programmable to show
the value of each analog input signal for system set-up and
troubleshooting.

f)

One programmable analog current output (0/4 to 20 mA) shall be


provided for indication of VFD status. This output shall be programmable
to show the reference or feedback signal supplied to the VFD and for

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

313

VFD output frequency, current and power. It shall be possible to scale


the minimum and maximum values of this output.
g)

It shall be possible to read the status of all analog and digital inputs of
the VFD through serial bus communications.

h)

It shall be possible to command all digital and analog output through


the serial communication bus.

8.50.22

Optional Control and Monitoring Inputs and Outputs


a.

It shall be possible to add optional modules to the VFD in the field to


expand its analog and digital inputs and outputs.

b.

These modules shall use rigid connectors to plug into the VFDs control
card.

c.

The VFD shall automatically recognize the option module after it is


powered up. There shall be no need to manually configure the module.

d.

Modules may include such items as:


i)

Additional digital outputs, including relay outputs

ii)

Additional digital inputs

iii)

Additional analog outputs

iv)

Additional analog inputs, including Ni or Pt temperature sensor


inputs

8.50.23

It shall be possible through serial bus communications to control the status of all
optional analog and digital outputs of the VFD.Standard programmable firefighters
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 firefighters override mode. Firemode shall allow selection
of forward or reverse operation and the selection of a speed source or preset
speed, as required to accommodate local fire codes, standards and conditions.

8.50.24

A real-time clock shall be an integral part of the VFD.


a)

It shall be possible to use this to display the current date and time on
the VFDs display.

b)

Ten programmable time periods, with individually selectable ON and OFF


functions shall be available. The clock shall also be programmable to
control start/stop functions, constant speeds, PID parameter setpoints
and output relays. Is shall be possible to program unique events that

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

314

occur only during normal work days, others that occur only on non-work
days, and others that occur on specific days or dates. The manufacturer
shall provide free PC-based software to set up the calendar for this
schedule.
c)

All VFD faults shall be time stamped to aid troubleshooting.

d)

It shall be possible to program maintenance reminders based on date


and time, VFD running hours, or VFD operating hours.

e)

The real-time clock shall be able to time and date stamp all faults
recorded in the VFD fault log.

8.50.25

The VFD shall be able to store load profile data to assist in analyzing the system
demand and energy consumption over time.

8.50.26

The VFD shall include a sequential logic controller to provide advanced control
interface capabilities. This shall include:
a)

Comparators for comparing VFD analog values to programmed trigger


values.

b)

Logic operators to combine up to three logic expressions using Boolean


algebra

8.50.27

c)

Delay timers

d)

A 20-step programmable structure

The VFD shall include a Cascade Controller which allows the VFD to operate in
closed loop set point (PID) control mode one motor at a controlled speed and
control the operation of 3 additional constant speed motor starters.

8.51

Serial Communications

8.51.1 The VFD shall include a standard EIA-485 communications port and capabilities to be
connected to the following serial communication protocols at no additional cost and
without a need to install any additional hardware or software in the VFD:

a)

Metasys N2

b)

Modbus RTU

8.51.2 VFD shall have standard USB port for direct connection of Personal Computer (PC) to
the VFD. The manufacturer shall provide no-charge PC software to allow complete
setup and access of the VFD and logs of VFD operation through the USB
port. It shall be possible to communicate to the VFD through this USB port without
interrupting VFD communications to the building management system.
8.51.3 The VFD shall have provisions for an optional 24 V DC back-up power interface to
power the VFDs control card. This is to allow the VFD to continue to communicate
to the building automation system even if power to the VFD is lost.
8.52

Adjustments

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

315

8.52.1 The VFD shall have a manually adjustable carrier frequency that can be adjusted in 0.5
kHz increments to allow the user to select the desired operating characteristics. The
VFD shall also be programmable to automatically reduce its carrier frequency to
avoid tripping due to thermal loading.
8.52.2 Four independent setups shall be provided.
8.52.3 Four preset speeds per setup shall be provided for a total of 16.
8.52.4 Each setup shall have two programmable ramp up and ramp down times. Acceleration
and deceleration ramp times shall be adjustable over the range from 1 to 3,600
seconds.
8.52.5 Each setup shall be programmable for a unique current limit value. If the output
current from the VFD reaches this value, any further attempt to increase the
current produced by the VFD will cause the VFD to reduce its output frequency to
reduce the load on the VFD. If desired, it shall be possible to program a timer
which will cause the VFD to trip off after a programmed time period.
8.52.6 If the VFD trips on one of the following conditions, the VFD shall be programmable for
automatic or manual reset: external interlock, under-voltage, over-voltage, current
limit, over temperature, and VFD overload.
8.52.7 The number of restart attempts shall be selectable from 0 through 20 or infinitely and
the time between attempts shall be adjustable from 0 through 600 seconds.
8.52.8 An automatic start delay may be selected from 0 to 120 seconds. During this delay
time, the VFD shall be programmable to either apply no voltage to the motor or
apply a DC braking current if desired.
8.52.9 Four programmable critical frequency lockout ranges to prevent the VFD from
operating the load at a speed that causes vibration in the driven equipment shall be
provided. Semi-automatic setting of lockout ranges shall simplify the set-up.
8.53

Optional Features

8.53.1 All optional features shall be built and mounted by VFD manufacturer as an inbuilt
factory solution. All optional features shall be UL listed by the VFD manufacturer as
a complete assembly and carry a UL label.
8.54

Service Conditions

8.54.1 Ambient temperature at full speed, full load operation with continuous drive rated
output current:
a)
b)
Correction -NIL

-10 to 45C for ratings upto 90 kW without derating


-10 to 40C for ratings 110 kW and higher without derating

Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

316

8.54.2 Relative Humidity : 0 to 95%, non-condensing.


8.54.3 Elevation : Up to 3,300 feet without derating.
8.54.4 AC line voltage variation : + 10% of nominal with full output.
8.54.5 VFD Enclosure protection: For VFD Sizes < 90 KW - IP 55 with Mains Disconnect
switch, integral, with no additional cabinets.
For VFD Sizes > 110 KW - IP 54 with Mains Disconnect switch, integral, with no
additional cabinets.
8.54.6 Side Clearances : No side clearance shall be required for cooling.
8.54.7 All power and control wiring shall be done from the bottom.
8.54.8 All VFDs shall be plenum rated.
8.55

Quality Assurance

8.55.1 To ensure quality, the complete VFD shall be tested by the manufacturer. The VFD
shall drive a motor connected to a dynamometer at full load and speed and shall be
cycled during the automated test procedure.
8.55.2 All optional features shall be functionally tested at the factory for proper operation.
8.56

Submittals

8.56.1 This specification lists the minimum VFD performance requirements for this project.
The deviations to the specifications are not acceptable. Each supplier shall clearly
list the deviations to these specifications, if any.
8.57

HEAT RECOVERY UNITS

8.57.1 General
The double-skin Heat Recovery Units shall conform to the specifications
hereunder. The manufacturer or their principals shall have sufficient experience of
designing and manufacturing directly in the product i.e. energy recovery devices,
with a two tier, two air stream unit design. The heat recovery wheel and box
should be from the same manufacturer.
8.58

Type
The Heat Recovery Units shall be two stream units in double skin construction
comprising of supply air section, return air section and heat recovery section. The
supply air section shall include the cooling/heating section, mixing box section,
sound attenuator section, damper section, humidifier section, inspection section.
Option shall be available for digital air flow measurement, pressure transmitter and
filter cleaning alarm, if required in Bill of Quantities.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

317

8.59

Capacity
The Treated Fresh Air units shall be of such capacities and static pressures as
mentioned in the Bill of Quantities.

8.60

Casing
The units shall be made of extruded aluminium hollow profile frames. The profile
box size shall be of minimum 30mm for capacities upto 22000 CMH, such that it
provides the required mechanical strength and rigidity. The unit should be devoid
of any welded construction and shall be of cabinet type. All the frames should be
assembled using pressure die cast aluminium joints/corners to make a selfsupporting frame. The Casing leakage shall be in accordance with relevant
EUROVENT standard that is CLASS B.
The panels shall be of double skin construction with both inner and outer steel
sheets being minimum 0.8 mm thick. Outside sheet shall be pre coated &
plasticized and inner sheet will be galvanized with 25mm thick fire retardant, fibre
glass insulation shall be sandwiched between the sheets. The fibre glass density
shall be 48 kg/m3. Materials emitting toxic gases shall not be used for insulation.
The Inspection and access panels shall be hinged type. The hinges shall be casted,
powder coated zinc alloy. Flushed locks and handles shall be of galvanized steel.
Other panels will be screwed on to the frame with sealant and soft rubber gasket
thus making the joints air tight. All screws used for panel fixing shall be covered
with PVC caps.
Special hollow gaskets and seals shall be used on inspection doors and to create
separation between the airstreams to ensure negligible air leakage and mixing.
The entire casting shall be mounted on electro galvanized channel frame work with
level screws.

Condensate drain pan shall be fabricated from 18g GSS/SS

construction.
8.61

Supply Air Section


The supply air section shall comprise of the following :

8.61.1 Fan Section


The fan shall be centrifugal forward curved or backward curved, double inlet double
width type. The impeller and the fan casing shall be made of hot galvanized sheet
steel. The impeller shall be mounted on a solid shaft supported to housing with
angle iron frame and pillow block heavy duty ball bearing. The impeller shall be
statically and dynamically balanced. The fan shall be selected such that unit noise
level is less than 85 db. Fan housing and motor shall be mounted on a common
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

318

galvanized steel or aluminium block base which can be drawn out from side for
ease of maintenance. A quarter pin lock arrangement between the slide and guide
pin lock arrangement between Fan and TFA outlet should be provided.
8.61.2 Motor and Drive
Fan motor shall be energy efficient and suitable for 41510% volts, 50 cycles, 3
phase squirrel cage, totally enclosed fan cooled with IP 55 protection. Motor shall
be designed for quiet operation.

Drive shall be provided through belt drive

arrangement. Belts shall be of oil resistant type.


8.61.3 Filter Section
The filter section shall be normally designed for deep folded disposable synthetic
pre filters for Class EU3. The filter elements shall be mounted on rails and shall be
easily pulled out for replacement. The rails shall be provided with efficient gaskets
to minimize the risk of leakage. If mentioned in the Bill of Quantities, the section
shall be designed to include filters upto class EU8.
8.61.4 Mixing Section
The mixing section shall have built in dampers made up of aluminium profiles with
leakage Class III. The damper blades shall be controlled with plastic gear wheels
and silicone gaskets shall be provided between the blades. Inspection hatch shall
be provided.
8.61.5 Damper Section
Damper section shall contain a built in damper of aluminium profile with leakage
class III. The damper blades shall be connected with plastic gear wheels with a
gasket of silicon rubber to produce tightness between the blades.
8.62

Return Air Section


The return air section shall comprise of fan section including motor and drive and
filter section. The specification for these sections shall remain same as defined in
items 6.4.1 to 6.4.4 respectively.

8.63

Heat Recovery Section


The Heat Recovery section shall include enthalpy wheels and shall have minimum
recovery of 95% of total heat, i.e. both sensible and latent (each being 95%). The
recovery of sensible and latent shall be equal. The wheel shall be made of pure
aluminum foil coated with molecular sieve desiccant with pore diameter of
3Angstrom. The cross contamination between the two air streams shall be nil and
leakage less than 0.04%. The vertical and radial run of the wheel shall be less
than 1 mm per meter of diameter. The wheels shall have non contact labyrinth

seals for effective sealing between the two air streams.


Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

319

8.64

Heat Recovery Wheels


The Substrate : The substrate or wheel matrix should be only of pure aluminum
foil so as to allow.
i)

Quick and efficient uptake of thermal energy.

ii)

Sufficient mass for optimum heat transfer.

iii)

Maximum sensible heat recovery at a relatively low rotational speed of


20 to 25 rpm.

Non metallic substrates made from paper, plastic, synthetic or glass fibre media,
will therefore, not be acceptable.
The substrate shall not be made from any material which is combustible or
supports combustion.
The Desiccant: The desiccant should be water molecule selective and nonmigratory.
The desiccant should be molecular sieve 3 Angstrom, so as to keep the cross
contamination to absolute minimum and also ensure the exclusion of contaminants
from the air streams, while transferring the water vapour molecules.
The desiccant, of sufficient mass, should be coated with non masking porous binder
adhesive on the aluminium substrate so as to allow quick and easy uptake and
release of water vapour.

A matrix with desiccants impregnated in non metallic

substrates, such as synthetic fibre, glass fibre, etc., will not be accepted. The rotor
/ wheel matrix shall have equal sensible and latent recovery.
The weight of desiccant coating and the mass of aluminium foil shall be in a ratio
so as to ensure equal recovery of both sensible and latent heat over the operating
range. Accordingly, a rotor matrix which has an etched or oxidized surface to make
a desiccant on a metal foil and results in insufficient latent recovery and hence
unequal recovery or a rotor matrix made from desiccant integrated in a synthetic
fibre matrix which result in insufficient sensible recovery, high rotation speed and
unequal recovery, will not be accepted.
Rotor With optimum heat and mass through matrix formed by desiccant, of
sufficient mass, coated on an aluminium foil, the rotor shall rotate at lower than 20
to 25 RPM, thereby also ensuring long life of belts and reduced wear and tear of
seals.
The rotor shall be made of alternate flat and corrugated aluminum foil of uniform
width.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

320

The rotor honeycomb matrix foil shall be so wound and adhered as to make a
structurally very strong and rigid media which shall not get cracked, deformed, etc.,
due to change of temperature or humidity.
The rotor having a diameter upto 2800mm shall have spokes to reinforces the
matrix. From 2000mm diameter upwards, the option of a special wing structure, to
prevent the rotors from wobbling or deforming due to the successive pressure
differential will be available.
Sectioned wheels, with pie segments, capable of being assembled in the field, shall
be available as an option, above 2000mm in diameter.
The surface of the wheel / rotor should be highly polished to ensure that the
vertical run out does not exceed 1mm for every one meter diameter, thereby
ensuring, negligible leakage, if labyrinth non-contact seals are provided and
minimal drag, if contact wiper seals are provided.
The radial run out also shall not exceed 1mm for every one meter diameter,
thereby minimizing the leakage / drag on the radial seals, and minimize the
fluctuation in the tension of the drive belt.
The number of wraps (of alternative corrugated and flat foil) for every inch of rotor
radii shall be very consistent so as to ensure uniform airflow and performance over
the entire face in the air stream. Flute height and pitch will be consistent to a very
tight tolerance to ensure uniform pressure drop and uniform airflows across the
rotor face.
The rotor shall be a non clogging aluminium media, having a multitude of narrow
aluminium foil channels, thus ensuring a laminar flow and will allow particles upto
800 microns to pass through it.
The media shall be cleanable with compressed air or low pressure steam or light
detergent without degrading the latent recovery.
The Cassette / Casing
The recovery wheel cassette / casing shall be manufactured from tubular structure
to provide a self supporting rigid structure, complete with access panels, purge
sector, rotor, bearings, seals, drive mechanism complete with belt.
The rotor / wheel should have a field adjustable purge mechanism to provide
definite separation of air flow minimizing the carry over of bacteria, dust and other
pollutants, from the exhaust air to the supply air. It shall be possible, with proper
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

321

adjustment, to limit cross contamination to less than 0.04% of that of the exhaust
air concentration.
The face and radial seals shall be four (4) pass non contact labyrinth seals for
effective sealing between the two air streams and also for a minimum wear and
tear ensuring infinite life of the seals.
8.65

AIRFLOW MEASURING STATIONS


Airflow station shall be installed at locations shown on plans and in accordance with
schedules with measuring probe system that combines the functions of outside air
control damper, air straightenersection, and flow monitoring blades etc. in one
assembly.
The probe with a mounting plate shall be 20-gauge G60 galvanized steel. The
probe with air straightener shall include minimum 225mm long x 16 gauge
galvanized steel sleeve for slip-fit duct connection. The complete assembly shall
include minimum 381mm long x 16 gauge galvanized steel sleeve for slip-fit duct
connection. The air straightener shall be minimum 13mm honeycomb cell x 75 mm
aluminum alloy. Probe extrusion shall be made of extruded aluminum with clear
anodized finish. Sensor probe fittings shall be 6 mm brass barbed fitting. Pressure
tubing shall be plenum-rated polyethylene. Damper frame shall be minimum made
of 127 mm x 25 mm extruded aluminumhatchannel.

Damper blades shall be

152 mm wide extruded aluminum, airfoil shaped blades. Linkage shall be made of
plated steel and shall be concealed in end channel of frame. The axles are 1/2 in.
(13 mm) plated steel hex. The bearings are made of molded synthetic material.
The side seal is flexible metal compression type alongcontrol damper sides. Blade
seals are thermoplastic elastomer seal alongcontrol damper blade edges.
Assembly shall be AMCA tested and capable of measuring a range from 300 to
5,000 FPM (91 to 1,524 MPM).
The air measuring assembly shall measure to 5% average and consist of extruded
aluminum sensing blade(s) with anodized finish, plenum rated polyethylene
pressure tubing, and brass barbed fittings, mounting hardware and a glass-onsilicone capacitance sensor pressure transducer capable of measuring up to five
field-selectable pressure ranges up to 2.5 in. w.c.
The transducer shall be accurate to 1% of full scale and be contained in a
National

ElectricalManufacturers

Association

(NEMA)

(IP-65)

enclosure.

Transducer shall be factory-mounted and piped to high and low pressure ports
through fittings made of brass.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

322

All sensor tubing shall terminate in solid brass barbed fittings.


Frames are to be constructed to incorporate mounting flanges on both sides.
Control blades are to be constructed of heavy-gauge extruded-aluminumairfoil type
with Thermoplasticelastomer blade edge seals.

Airflow sensing blades shall be

anodized,extruded-aluminum, and airfoil-shaped, 16-gauge galvanized frame and


shall incorporate built-in measuring ports.
The probes shall be an extrusion made of aluminum with clear anodized finish. Air
straightener shall be contained in the 16-gauge galvanized sleeve attached to the
monitoring blade frame. The air straightener sections shall be flanged as required
by the application.

Performance shall be designed to control outdoor air in

compliance with American Society of Heating Refrigerating and Air-Conditioning


Engineers (ASHRAE) Standard 62 guidelines.
The damper must be rated to operate over a temperature range of (-30 to 60C) (22 to 140F) standard.
8.66

OZONE INJECTION SYSTEM

8.66.1 General
The scope of this section consists of supply, installation, testing and commissioning
of duct mounted air ozone generators with associated sensors, controllers and
accessories including the training and providing all necessary documentation for the
operation and maintenance of the system.

8.67

Ozone System For Air Treatment

8.67.1 Ozone Generators shall be provided with the primary aim of a achieving reduction in
Volatile Organic Compounds (VOC), hydro carbon gases, and organic odors, in
indoor Environment. They shall also serve purpose of depleting and inhibiting
growth and propagation of microbial organisms and microflors commonly found in
Indoor environments, HVAC duct, cooling coils and on air filters. VOC reduction
shall be achieved by oxidation of VOC by ozone. Depletion of microbial colonies
shall be achieved by inhibiting the growth and propagation.
8.67.2 The ozone system includes ozone generator, sensor module, and variable load
controller, and ozone concentration sensor, monitor and cutout switch.
8.67.3 Capacity
The capacity of the ozone system shall be selected by the specialist manufacturer
based on the data given in the schedule of equipment.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

323

8.67.4 Ozone Generator


8.67.4.1 The ozone system shall be engineered not to exceed residual ozone concentration
beyond 30 ppb which meets ASHRAE recommendation of residual Ozone
concentration not exceeding 50 ppb (V/V).
8.67.4.2 Ozone Generators shall be compact, self-contained units, with all components
factory mounted in one neat, compact package.
8.67.4.3 Components in contact with air stream shall be enclosed in stainless steel SS316L
casing 18 G thick strictly, with sufficient integral openings of 60% at least to allow
maximum flow of air over the corona discharge plates & to have least resistance
inside the duct. The vendor must prove this before delivery/acceptance by client if
required.
8.67.4.4 The generator plates shall be mounted on separate head inside the ozone
generator which shall be totally removable without disturbing/dismantling the
cabinet of ozone generator once installed inside the duct .This is an extremely
important prerequisite to enhance the operational reliability and ease of
maintenance of the generator plates. Ozone plates with transformer & connections
shall be of retrofit type such that complete cabinet of ozone generator should not
be removed for maintenance.
8.67.4.5 Ozone plates mounting shall not protrude outside the ozone generator body in any
direction, it is essential for safety of ozone plates to prevent from wear & tear from
direct flow of air.
8.67.4.6 The generators shall be suitable for mounting in ducts with airflow in horizontal,
vertical or angular directions.
8.67.4.7 Generators shall be electrically interlocked with motor of the air handling unit fan.
This will prevent start of the generator unless the fan motor is energized.
8.67.4.8 Generators shall be provided with flange suitable for mounting on a metal frame, to
be installed inside the duct.
8.67.4.9 Openings in the ducts shall be made with sheet metal shears or cutters. Metal saw
or grinding machine shall not be used, except to make an initial cut to permit use
of metal shear. This precaution is taken to prevent metal debris from falling into
the ducts.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

324

8.67.4.10 When mounted on the supply air duct, it is absolutely important to ensure the
chosen location does not have carry over moisture from cooling coil or humidifier,
or any other moisture emitting device.
8.67.4.11 Care should be taken to ensure the generator is mounted on a straight run of duct
with steady flow of air. Installation on bends, elbows, transition pieces, or close to
dampers is not recommended.
8.67.4.12 Air filter (efficiency of not less than 80%) shall be provided in the duct upstream of
the generator to prevent particulate in the air stream from reaching the ozone
generator by others.
8.67.4.13 Generation of ozone shall be only by principles of corona discharge. Multiple
numbers of corona discharge plates shall be used to provide the necessary quantity
of ozone. All the corona discharge plates shall be housed in one common stainless
steel enclosure.
8.67.4.14 All ozone plates shall be mounted on single power line, multiple stripes for
mounting of ozone plates will not be acceptable as wire breakage between these
plates will be hazardous. This is also important to have compact size of ozone
generator in turn the negligible resistance due to ozone generator inside the ducts.
8.67.4.15 Multiple plate type corona surfaces shall be used for ozone generation. Production
density of ozone per sq inch (or sq cm) of surface area of corona surface shall be
as low as possible. Rate of variation of production of ozone shall follow
approximately the rate of variation of VOC in the indoor environment. This is in
view to ensure residual level of ozone in the indoor environment remains low while
ensuring residual VOC level also remains low.
8.67.4.16 The mesh on the ozone plates shall not be affixed at the edges by any adhesive.
This is to avoid uneven bonding of the mesh on ceramic plates which in turn
hampers the ozone generation due to uneven corona formation.
8.67.4.17 Ozone and VOC shall be detected in the same gaseous stream, and ozone
production shall be in this stream. To ensure this, ozone generator shall be ductmounted type. Portable type and generators that produce ozone outside the HVAC
air stream are not acceptable.
8.67.4.18 Use of ionizer, or activated carbon filters is not permitted to reduce the VOC in
indoor space.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

325

8.67.4.19 Ozone generators shall not require any consumable for its operation, except for use
of electricity.
8.67.4.20 The system shall not rely on initial or replacement of filters of any sort to remove
odours and chemicals.
8.67.4.21 The ozone generators shall be capable of operating on 220 to 240 Volts, single
phase power supply, 50 Hz. They shall be properly grounded.
8.67.4.22 The mass flow of air (Density of air flow) over the Corona surface shall be same as
the air mass flow (Or density of air flow) in the air duct.
8.67.4.23 Applied electrical voltage measured or applied across the Corona surface shall not
be greater than 3000 volts.

8.67.5 VOC Sensor Module

8.67.5.1 Regulation of IAQ device shall be automatically controlled comprising Auto VOC
Sensor and Variable Load controller.

8.67.5.2 Sensor and Controller shall be rated for continuous operation.


8.67.5.3 Sensor shall be suitable for mounting in space, duct, plenum, or process chamber.
If not space mounted.
8.67.5.4 The Sensor shall be factory calibrated to Isobutylene gas 100 PPM for full span and
controlled clean air for zero span. Factory stamped calibration certificate with date
of calibration shall be provided with each Sensor.
8.67.5.5 The VOC Sensor shall be capable of detecting broad range of commonly occurring
VOC in indoor applications. Each gas sensed is related by the sensor to its
corresponding concentration value to isobutylene.
8.67.5.6 The sensor shall have LCD Display indicating VOC, RH & Temperature. It shall be
possible to field adjust the sensitivity of the sensor.
8.67.5.7 The sensor shall provide 0 to 10 VDC Linear output along with relay contact &
RS485 port for BMS.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

326

8.67.5.8 In the event of power failure, or if the system is turned off, the Sensor shall retain
the pre set sensitivity.
8.67.5.9 The sensor shall be software programmable & no manual settings by potentiometer
will be required.
8.67.5.10 Factory supplied interconnecting cable shall be provided, for communication
between Sensor and Load Controller.
8.67.5.11 The sensing element shall be of semiconductor mix gas sensor type.
8.67.5.12 The inbuilt humidity & temperature sensor shall be of capacitive type.
8.67.5.13 The power supply shall be 24VAC/24VDC or 220VAC or 110VAC to suit the site
requirement.
8.67.5.14 The display resolution shall be 0.1 ppm
8.67.5.15 The humidity measurement range shall be from 0 to 95% & operation temperature
range shall be 0 to 50 deg.cen.
8.67.5.16 The sensor shall have analog output of 010VDC liberalized output or PID control
output, programmable selection.
8.67.5.17 The communication interface shall be RS-485, 9600/14400/ 19200(default)/ 28800
or 38400bps (programmable selection), 15KV antistatic protection, 3 independent
base address, 31 max network nodes
8.67.6 Variable Load Controller
8.67.6.1 Controller shall be solid state, mounted in rugged stainless steel SS 316 L
enclosure.
8.67.6.2 It shall be fully factory assembled. Field provided connections shall be limited to
power wiring.
8.67.6.3 The Controller shall be suitable for accepting signals from the Sensor. Based on the
signals received, it shall provide variable linear output to operate IAQ devices. The
controller output shall be linear as per input VOC Sensor. Step output power to the
transformer from the controller will be not acceptable. Due to step output the life of
transformer decreases drastically. Vendor has to prove it if required by client before
the commissioning or readiness of delivery.
8.67.6.4 Input voltage to controller shall be 220 to 240 Volts, 1 Ph, 50 Hz or 415 V 3 Phase
supply depending upon the site conditions, Vendor should confirm during the
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

327

submission of tender that Controller offered shall have the facility to take power as
per the client site.
8.67.6.5 Controller shall be provided with terminal block to connect incoming power, variable
linear outgoing power, and for interlock to AHU motor or other air moving device,
and to safety device such as high ozone cut out switch along with spare inputs. The
controller shall have the facility to program these inputs as per client site.
8.67.6.6 The controller PCB & Components shall be visible from naked eye, if in case of any
fault the controller shall be repairable. The controller shall not be black box with
resin coating on the PCB. As these black box controllers circuits cannot be repaired
due to the coatings on the PCB & components.
8.67.6.7 The controller shall have inbuilt Fan mounted on heat sink to dissipate heat caused
in the circuit.
8.67.6.8 The Controller shall be provided with receptacle to accept easy plug in cable
connector, for communication to Sensor.
8.67.6.9 Controller shall be provided with 3 Lamps to indicate Power On Automatic, Manual
Bypass.
8.67.6.10 Controller shall be provided with rocker switch to choose Automatic or Manual
Mode of operation. In the Manual Bypass Mode, voltage output of the Controller
shall be 100% of input voltage, regardless of the level of VOC.
8.67.6.11 Cable connector between Controller and Sensor, of required lengths shall be factory
provided.

This shall be complete with cables to provide power to Sensor and

transfer signals for the different levels of VOC from Sensor to Controller.
8.67.6.12 The controller shall have enough capacity to control & operate the minimum 60
ozone plates in one stroke to maximum of 100 plates if required. The vendor
should demonstrate the same at his or his authorized dealers facility if required by
the client.
8.67.7 Ozone Concentration Sensor, Monitor and Cutout Switch
8.67.7.1 Ozone concentration monitor cum sensor shall be provided for the occupied areas.
At least one Monitor/Sensor shall be provided for generators in the AHU serving the
area.
8.67.7.2 The monitor shall be installed either in the conditioned space or in the return air
plenum.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

328

8.67.7.3 The Sensor shall have LCD Display to monitor Ozone level along with RH &
temperature.
8.67.7.4 Ozone measurement range shall be 10 ppb to 100 ppb. & operation temperature
range shall be 0 to 50 deg.cen.
8.67.7.5 Display resolution shall be 1 ppb.
8.67.7.6 The communication interface shall be RS-485, 9600/14400/ 19200(default)/28800
or 38400bps (programmable selection), 15KV antistatic protection, 3 independent
base address.
8.67.7.7 The sensor, monitor and all components shall be mounted in one neat and compact
case if required, suitable for wall mounting if required. All components shall be
factory mounted.
8.67.7.8 The Monitor shall have relay output contact along with 0 to 10V DC output & RS485
port.
8.67.7.9 The monitor shall provide a linear 0 to 10 Volts DC linear output voltage,
proportional to concentration of ozone. This will be interfaced with the BMS by
others to record continuously concentration in PPB or PPM, and also to produce
hard copy printouts.

This will also enable shutting down the ozone generators

through the BMS, if the set high level is reached.


8.67.7.10 The monitor shall be capable of interfacing with BMS. (Necessary transponders to
enable this will be provided by others).
8.67.7.11 It shall also be possible to set the high ozone cut out level through the BMS, and to
shut down the ozone generators through BMS, in the event the set alarm is
reached.
8.67.7.12 The monitor shall be suitable for continuous operation.
8.67.7.13 Input power source is 24 volts, DC/AC, provided. Suitable adaptor for this shall be
provided with the Monitor.

8.67.8 Carbon Di Oxide Sensor and Monitor


8.67.8.1 CO2 monitor cum sensor shall be provided for the occupied areas. At least one
monitor/sensor shall be provided for generators in the AHU serving area.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

329

8.67.8.2 Lowest detection of the Monitor shall be down to 0 PPM.


8.67.8.3 The sensing element for CO2 shall be of NDIR type.
8.67.8.4 The sensing element for temp & humidity shall be NTC & capacitive type.
8.67.8.5 The temperature correction the sensor shall have self compensation mode &
operation temperature range shall be 0 to 50 deg.cen.
8.67.8.6 The sensor shall have Humidity measuring/setting range shall be 099%RH/
595%RH resp.& operation temperature range shall be 0 to 50 deg.cen.
8.67.8.7 The

sensor

shall

have

the

communication

interface

of

RS-485,

9600/14400/19200(default)/28800 or 38400bps (programmable selection), 15KV


antistatic protection, 3 independent base address, max network node 64.
8.67.8.8 The sensor shall have a relay output which must have one or two dry contact
outputs with programmable selection to control CO 2, temperature, humidity Rated
switching current: 3A (220VAC/30VDC), resistance load
8.67.8.9 Visual digital display shall be provided on the outer case of the Monitor, if the
monitor is surface. This shall read CO2 level in PPM along with the humidity & RH.
8.67.8.10 The sensor, monitor and all components shall be mounted in one neat and compact
case, suitable for wall or duct mounting (optional) . The indicating lights shall be
mounted on the cover of the case, if surface mounted. All components shall be
factory mounted.
8.67.8.11 The monitor shall provide 4 to 20 milliamps or 0 to 10 volts DC output signal.
8.67.8.12 The monitor shall be capable of interfacing with BMS through the output signal.
Necessary transponders to enable this will be provided by others.
8.67.8.13 Motorized fresh air damper shall be modulated through the signal from the sensor.
8.67.8.14 The monitor shall be suitable for continuous operation.

8.68

PAN TYPE HUMIDIFIER


Main body out of 2mm thick stainless steel sheet SS-304 having connections of
quick fill, make up, over flow and drain. The top cover is open able for access to
the inside of Humidifier for servicing. The body of Humidifier is Air Tight and leak

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

330

proof. Finally Humidifier is insulated with 25mm thick fiberglass 32 kg/m 3 and then
cladded with 0.5 mm thick Aluminum sheet. The Humidifier is divided in two
chambers from inside, one bank of heater is always kept on to maintain
temperature to water between 60 C to 70 C.
The electrical panel made out of 1.2mm CRC Sheet and shall be Painted with Wild
Purple Colour shade. The electrical panel is provided with Low-Level cut out,
heating thermostat for individual bank, fault indicating lamp, high temperature
cutout float valve with copper ball. The low level cutout is interlocked with the
heaters. The capacity and the prices are given below.
8.69

DUCT WORK AND OUTLET

8.69.1 General
The work under this part shall consist of providing all labour, materials, equipment
and appliances as specified and required to install all sheet metal and other allied
work to make the air conditioning system ready for operation as per drawings.
Except or otherwise specified all duct work and related items shall be in accordance
with these specifications.
Duct work shall mean all ducts, casings, dampers, access doors, joints, stiffeners and
hangers.
The factory fabricated ducts shall be manufactured and supplied in L shape. The
duct accessories and supports shall be as per SMACNA and approved by the
Engineer.
8.70

Duct Materials
The ducts shall be fabricated from galvanized steel coils conforming to IS:277 (latest
edition) with grade of coating not less than 120 or aluminum sheets conforming to
IS:737 latest edition(wherever aluminum ducts are specified). The material for the
factory fabricated duct works shall be of lock forming quality with mill test certificate.
All duct work, sheet metal thickness and fabrication unless otherwise directed shall
strictly meet requirements, as described in IS:855-latest edition.
The thickness of all four sides shall be determined by the thickness required for the
longest side of the duct.
The ducts are to be fastened through clinching, rivets, bolts or sheet metal screw.
The sealant shall be non hardening, water and fire resistant. Duct hanger rods shall
be minimum 8mm galvanized having threading on one end/both ends/full length as
per the requirement.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

331

8.71

Duct Construction

8.71.1 Coil lines shall be used to ensure location of longitudinal seams at corners/folded edges
only to obtain the required duct rigidity and low leakage characteristics.

No

longitudinal seams shall be permitted along any face side of the duct.

8.71.2 All ducts, transformation pieces and fittings to be made on CNC profile cutters for
required accuracy of dimensions, location and dimensions of notches at the folding
lines.
8.71.3 All edges shall be machine treated using lockformers, flangers and roller for turning up
edges.
8.71.4 Sealant dispensing equipment shall be used for applying built-in sealant in Pittsburgh
lock where sealing of longitudinal joints are specified.
8.71.5 Duct construction shall be the rolamate in compliance with 1 (250 Pa) w.g. static norms
as per SMACNA.
8.71.6 All transverse connectors shall be 4 bolt slip on flanges system.
8.71.7 The specific class of transverse connector and duct gauge for a given duct dimensions
shall be as per Table-1 below for the 1 (250 Pa) pressure class.

Table-1

FOR SELECTION OF TRANSVERSE FLANGE CLASS AND DUCT GAUGES


AT 1200MM SPACING
Duct

1(250)*5

2(500)

3(750)

4(1000)

6(1500)*4

10(2500)

Dimension

(in mm)
150 250

Reinforcement Class Duct Gauge


*3

E-26

E-26

E-26

E-26

E-26

E-24

251 300

E-26

E-26

E-26

E-26

E-24

E-24

301 350

E-26

E-26

E-26

E-26

E-24

E-22

351 400

E-26

E-26

E-26

E-26

E-24

E-22

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

332

FOR SELECTION OF TRANSVERSE FLANGE CLASS AND DUCT GAUGES


AT 1200MM SPACING
1(250)*5

Duct

2(500)

3(750)

4(1000)

6(1500)*4

10(2500)

Dimension

(in mm)

Reinforcement Class Duct Gauge

401 450

E-26

E-26

E-26

E-26

E-24

H-20

451 500

E-26

E-26

E-24

E-24

E-24

H-20

501 550

E-26

E-26

E-24

E-24

H-24

H-20

551 600

E-26

E-26

E-24

E-24

H-22

H-20

601 650

E-26

E-26

E-24

E-24

H-22

H-20

E-26

E-26

E-24

H-24

H-22

H-18

701 750

E-26

E-26

E-24

H-24

H-22

J-18

751 900

E-26

E-24

H-22

H-22

H-20

J-18

901 1000

E-26

H-24

H-22

H-20

J-18

J-16

10011200

E-24

H-22

H-20

H-18

J-18

H-20

J-18

J-18

J-16

J-16

651

*2

700

1201-1300

*3

H-24

1301-1500

H-24

H-18

J-18

1501-1800

H-22

J-18

J-16

1801-2100

J-20

J-18

2101-2400

J-18

J-18

2401-2700

J-18

8.71.8 Non-toxic, AC-applications grade P.E. or PVC gasket is to be provided between all mating
Rolamate flanged joints.

Gasket sizes should conform to flange manufacturers

specification.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

333

8.71.9 The fabricated duct dimensions should be as per approved drawings and all connecting
sections are dimensionally matched to avoid any gaps.
8.71.10

Dimensional Tolerances : All fabricated dimensions will be within 1.0mm of


specified dimension.

To obtain required perpendicularity, permissible diagonal

tolerances shall be 1.0mm per metre.


8.71.11

Each and every duct pieces should be identified by color coded sticker which shows
specific part numbers, job name, drawing number, duct sizes and gauge.\

8.71.12

Ducts shall be straight and smooth on the inside. Longitudinal seams shall be airtight
and at corners only, which shall be either Pittsburgh or Snap Button Punch as per
SMACNA practice, to ensure air tightness.

8.71.13

Changes in dimensions and shape of ducts shall be gradual (between 1:4 and 1:7).
Turning vanes or air splitters shall be installed in all bends and duct collars designed
to permit the air to make the turn without appreciable turbulence.

8.71.14

Plenums shall be shop/factory fabricated panel type and assembled at site.

8.71.15

The deflection of transverse joints should be within specified limit for rectangular
duct deflection as given in SMACNA.

8.71.16

Reinforcement of ducts shall be achieved by either cross breaking or straight beading


depending on length of ducts.
Duct sizes 19 (483mm) wide and larger which have more than 10 sq.ft. of unbraced
panel shall be beaded or cross broken unless ducts will have insulation covering or
acoustical liner. This requirement is applicable to 20 g (1.00mm) or less and 3 W.G.
(750Pa) pressure or less. Ducts for 4 W.G. (1000 Pa) or more do not require beads
or cross-breaks.

8.72

Support System

8.72.1 A completely galvanized system consisting of fully threaded rods, slotted angles or
double-L bottom brackets (made out of 3.0mm M.S. sheet) nuts, washers and anchor
bolts conforming to SMACNA standards should be used.
Table 3 Support for Horizontal Rectangular Duct

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

334

Sr. No.

Maximum Duct Size

Hanger Rod

Interval (mm)

(mm)

Diameter

Up to 700

6mm

2400

701 1200

8mm

2400

1201 2000

10mm

2400

Above 2000

12mm

2400

8.72.2 As an alternative, slotted galvanized brackets attached to the top two bolts of the
Rolamate system may also be used as appropriate for the site condition.
8.72.3 To provide the required thermal brake effect, Neoprene or equivalent material of suitable
thickness shall be used between duct supports and duct profiles in all supply air ducts
not enclosed by return air plenums.
8.73

Installation

8.73.1 Tools and tackles for site work


The duct installation shall conform to SMACNA norms.

For duct assembly and

installation suitable tools and tackles should be used to give the required duct quality
and speed of installation including (but not restricted to)
a)

Electric Pittsburgh Seamer used for closing Pittsburgh joints

b)

Electric Slitting shear to make cut-outs

c)

Drilling machine with drill bits for drilling holes in sheet metal work

d)

Hammer drill machine with drill bits for drilling holes in building
structures for anchors

e)

Hoisting system for lifting the duct assembly upto mounting heights

8.73.2 Installation Practice


All ducts shall be installed as per tender drawings and in strict accordance with
approved shop drawings to be prepared by the Contractor.
The Contractor shall provide and neatly erect all sheet metal work as may be
required to carry out the intent of these specifications and drawings. The work
shall be in accordance to the approval of Engineer in all its parts and details.
All necessary allowances and provisions shall be made by the Contractor for beams,
pipes, or other obstructions in the building whether or not the same are shown on
the drawings.

Where there is interference/fouling with other beams, structural

work, plumbing and conduits, the ducts shall be suitably modified as per actual site
conditions.
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

335

Ducting over false ceilings shall be supported form the slab above, or from beams.
In no case shall any duct be supported from false ceilings hangers or be permitted
to rest on false ceiling. All metal work in dead or furred down spaces shall be
erected in time without causing delay to other contractors work in the building.
Where ducts pass through brick or masonry openings, it shall be provided with
25mm thick appropriate insulation around the duct and totally covered with fire
barrier mortar for complete sealing.
All ducts shall be totally free from vibration under all conditions of operation.
Whenever ductwork is connected to fans, air handling units or blower coil units that
may cause vibration in the ducts, ducts shall be provided with a flexible connection,
located at the unit discharge.
8.74

Documentation & Measurement for Duct Work


All ducts fabricated and installed should be accompanied and supported by
following documentation:

8.74.1 For each drawing, all supply of ductwork must be accompanied by computer-generated
detailed, bill of materials indicating all relevant duct sizes, dimensions and quantities.
In addition, summary sheets are also to be provided showing duct area by gauge and
duct size range as applicable.
8.74.2 Measurement sheet covering each fabricated duct piece showing dimensions and
external surface area along with summary of external surface area of duct gaugewise.
8.74.3 All duct pieces to have a part number, which should correspond to the serial number,
assigned to it in the measurement sheet. The above system will ensure speedy and
proper site measurement, verification and approvals.
8.74.4 The entire work shall be measured as per the chapter Mode of Measurement enclosed
in the document.
8.75

Testing
After duct installation, a part to duct section (approximately 5% of total ductwork)
may be selected at random and tested for leakage. The procedure for leak testing
should be followed as per SMACNA HVAC Air Duct Leakage Test Manual (First
Edition).

8.76

Flexible Ductwork
Flexible duct shall be made of approved flame retardant fabric with flame spread
rating of not over 25 and a smoke developed rating of less than 50. Flexible duct

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

336

shall not exceed 10 inches in length. Temperature rating shall be the same as the
associated ductwork.
The flexible duct shall meet UL 214 - Tests for Flame Propogation of Fabrics and
Films, and Federal Test Standard 191 for abrasion, leakage, radiation resistance,
tear and tensile strength.
Flexible duct shall meet the following requirements as outlined in Table below:
Service

Indoor

Continuous Temp. Range

- 40F to 180F

Abrasion Resistance

15,000 cycles

500 cycles

125 cycles

Leakage Resistance

350

250

400

19x106

19x106

19x106

Tear Strength

100/100

12/12

50/40

Tensile Strength

240/220

225/300

200/150

MB6X

MF6D

MF6T

Minimum Radiation Resistance


of Fabric

Model - (Duro Dyne as


standard)

Outdoor
- 25F to
250F

High Temp.
- 75F to
500F

Provide triple Lock Aluminium, flexible ductwork upstream and downstream of air
terminal control units and /or other locations indicated on the Drawings.
Construct ductwork from a tape of soft annealed aluminium sheet, spiral wound
into a tube and spiral corrugated to provide strength and flexibility. Provide a triple
mechanical lock to form a continuous secure air joint without the use of adhesives
for pressures up to 2000 Pa.
Conform to the requirements of NFPA 90 and Underwriters Laboratories
classification for round duct to specification 181 and comply with local Fire
Authority requirements.
Provide flexible ductwork in minimum lengths of 1500 mm and maximum lengths of
3600 mm for low pressure systems. For medium pressure systems restrict minimum
and maximum lengths to 1200 mm.
8.77

Variable Air Volume Units


Supply of Pressure independent Rectangular/Circular VAV (Variable Air Volume
Units) with integral sound attenuator made of 22 G GI Sheet casing length depend

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

337

on air capacity consisting of 25 mm thick 48 kg/cubic meter density fiber glass wool
covered with tissue paper. It should comprise Elliptical volume control damper,
Calibrated differential pressure sensor at inlet complete with controller and
Thermostat (All VAV shall be Factory Calibrated) and also it should be BMS
compatable with help of controller either LON marks or BAC NET.
8.78

Dampers

8.78.1 Volume Control Damper


Volume dampers must be provided at the junction of each branch duct with main
duct and split of main duct. Dampers shall be two gauge heavier than gauge of the
large duct, and shall be rigid in construction to the passage of air.
Volume dampers shall be of an approved type, lever operated and complete with
locking devices which will permit the dampers to be adjusted and locked in any
positions.
The dampers shall be of spliter, butterfly type. Damper blade shall not be less than
1.25 mm (18 gauge) reinforced with 25mm angles 3mm thick along any unsupported
side longer than 250mm. Angles shall neither interfere with the operation of
dampers, nor cause any turbulence. The damper shall be so fabricated as to avoid
any leakage of air through the bearing space around damper leave rod.
Automatic and manual opposed blade dampers shall be complete with frames and
bronze bearings as per drawings. Dampers and frames shall be constructed of
1.8mm steel and blades shall not be over 225mm wide. Dampers for fresh air inlet
shall additionally have extruded aluminum rain protection louvers with wire mesh
screen fixed on the air inlet side of louver.
Wherever required for system balancing, provide a volume balancing opposed blade
damper with quadrant and fly-nut lock.
After completion of the duct work, dampers are to be adjusted and set to deliver the
required amounts of air as specified on the drawings.
8.78.2 Fire Damper
The fire dampers shall be provided wherever shown on the drawings. The damper
blades and outer frame shall be constructed out of 1.8 mm galvanised sheet steel.
Damper blades shall be pivoted using chrome plated spindles with bronze bushes.
Damper housing shall be provided with seals all around to avoid smoke leakage.
Damper shall normally be held open by a stainless steel spring loaded fusible link,
duly stamped by preferably UL (Underwriter Lab) or any approved testing authority.
In case of moterised damper it shall be operated by motorised damper actuator on
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

338

getting a signal from fire alarm panel or any other smoke/ heat sensing device.
Remote control panel shall be provided with the fire damper and shall provide the
facility to operate and test the damper operation at regular interval.
The fire dampers shall have at least 120 minutes fire resistance rating.
8.79

Access Panel
A hinged and gasketed access panel shall be provided on duct work before each
reheat coil and at each control device that may be located inside the duct work.

8.80

Miscellaneous
All ducts above 450mm to be cross broken to provide rigidity to the ducts.
All duct work joints to be square or approaching square with all sharp edges
removed.
Sponge rubber gaskets also to be provided behind the flange of all grilles.
Longitudinal and circumferential joints of toilet extract air duct shall be further
sealed with flexible permanent mastic to avoid unwanted infiltration of outside air
into the duct work and thus affecting the system exhaust adversely.
Each shoot from the duct, leading to a grille, shall be provided with an air defector to
divert the air into the grille through the shoot.
Inspection doors measuring at least 450mm x 450mm are to be provided in each
system at an appropriate location as directed by Engineer-in-Charge.
Diverting vanes must be provided at the bends exceeding 500mm and at branches
connected into the main duct without a neck.
Proper hangers and supports should be provided to hold the duct rigidly to keep
them straight to avoid vibrations. Additional supports to be provided where required
for rigidity or as directed by Engineer-in-Charge.
The duct should be routed directly with a minimum of directional change.
The ductwork shall be provided with additional supports/ hangers, wherever required
or as directed by the Engineer-in- Charge, at no extra cost.
All duct supports, flanges, hangers and damper boxes etc. shall be given 2 coats of
red oxide paint before installation and one coat of aluminum paint after the erection,
at no extra cost.
All angle iron flanges are to be welded by electric arc welding and holes to be drilled.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

339

All the angles iron flanges are to be connected to the GSS duct by rivets at 100mm
centers.
All the flanged joints to have 4mm thick felt packing stick to the flanges with shellac
varnish. The holes in the felt packing are to be burnt through.
The GSS duct should be lapped 8mm across the flanges.
The duct should be supported by approved type supports at a distance not exceeding
2.4m.
Sheet metal connection pieces, partitions and plenums required shall be constructed
of 1.25mm (18 gauge), sheet thoroughly stiffened with 25mm x 25mm angle iron
braces and fitted with access door.
Duct sections in general shall be provided with 18 gauge galvanised weld mesh with
about 8mm center for rat protection in the supply air ducts at AHU/fan outlets, return
air openings in AHU room and above return air slits in conditioned spaces or as
directed by the Engineer-in-Charge at no extra cost.

8.81

Grilles
The supply and return air grilles shall be fabricated from extruded aluminum sections.
The supply and return air grilles shall have double adjustable louvers. The supply air
grille shall additionally have an opposed blade extruded aluminum damper. The
grilles shall be with outer frames.
The opposed blade dampers in black anodised finish shall be suitable for operation
from the grille face.
Grilles longer than 450mm shall have intermediate supports for the horizontal
louvers. The grilles shall generally be the design of Tuttle and Balley grilles and
registers. Grilles shall be powder coated as per the shade approved by Engineer.
Linear grilles shall be fabricated from extruded aluminum section have horizontal
fixed sections of minimum 3 mm uniformly thick at angle of 15 Deg.
Return air grilles in MS construction (if included in BOQ) shall be provided with
vertical and horizontal adjustable bars and volume control dampers operational from
front of grille. The frame shall be of minimum 20G and louvers out of 24g sheet
steel. The damper blade shall be of 20G sheet steel.

8.82

Diffusers

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

340

The ceiling type rectangular or square diffusers shall be fabricated from extruded
aluminum section in removable core construction and provided with anti-smudge
ring.
All supply diffusers shall be provided with extruded aluminum, opposed blade
dampers, adjustable and lockable from bottom. Dampers shall be in black anodised
finish.
Linear diffuser shall be multislot type fabricated from extruded aluminum sections.
Each slot shall have air direction controllers with sliding damper for supply air portion
only.
8.83

Fresh air intake and Extract Louvers


All the louvers shall be rain protection type and shall be fabricated from extruded
aluminum section. The minimum depth of louver assembly shall be 76mm in case of
air volumes larger than 8000 CMH. The louvers shall additionally be provided with
heavy duty expanded metal (aluminum-alloy) bird screen. In case of smaller air
volumes the depth of louver assembly can be 38mm.

8.84

Painting
All grilles, diffusers shall be powder coated in the shade approved by the Engineer.
All ducts immediately behind the grilles/diffusers etc. are to be given two coats of
black paint in matte finish.

8.85

Testing
After completion, all duct system shall be tested for air leakage.
The entire air distribution system shall be balanced to supply the air quantity as
required in various areas and the record of balanced air quantity through each
outlets shall be submitted to the Engineer for approval.

8.86

8.87

Design parameter
a)

Maximum Velocity in main duct

450 mpm

b)

Maximum Velocity in supply outlet

150 mpm

c)

Maximum friction in duct

1.0 cm WG / 100 m run.

INSULATION

8.87.1 General
The insulation of water piping, air handling units, ducting, chillers, hot water
generator etc. and acoustic treatment of AHU enclosures, plant room, etc. as
applicable, shall be carried out as per specifications given under:
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

341

8.87.2 Materials
The materials to be used for insulation shall be as follows, unless some other
material is specifically mentioned elsewhere.
8.87.3 Mineral Wool
Mineral wool used for insulation and acoustic treatment shall be made from
specifically formulated fibres and binder in a suitable ratio to produce fine, fibrous
insulation material. The mineral wool shall conform to all properties as mentioned
in IS-8183. It shall not settle down due to vibration and jolting. It shall be suited
for the maximum design temperature. The material shall be supplied in factory
made rolls/slabs of uniform thickness and density and laminated with aluminium foil
as specified. Mineral wool shall be non combustible grade and tested to BS-476
(Part 4, 5, 6, 7).
8.87.4 Polyurethane Foam
Rigid polyurethane foam used for thermal insulation shall be made from Polyol and
isocyanate chemicals specially formulated to give CFC free fire retardant properties,
good compressive strength and minimum water vapour permeability. The material
shall be suitably packed to avoid damage during transit. Rigid polyurethane foam
shall be supplied in slabs and pipe sections, suitably laminated with aluminium foil
and shall be machine cut from buns and provided with shiplap joint finish
conforming to IS-12436.
8.87.5 Polyisocyanurate Foam
Rigid polyisocyanate foam made from a specially formulated mixure of polyol and
isocyanate chemicals, modified suitably to make it fire safe, CFC free, closed cell,
rigid and minimum vapour permeability. The material shall be laminated suitably
with aluminium foil or Kraft paper as specified. The material shall be available in
slabs and pipe sections provided with shiplap joints finished at the edges. The
product shall be machine cut from buns and shall conform to IS-12436.
8.87.6 Polyethylene Foam
Polyethylene insulation shall be made by addition Polymerization of Ethene
molecules and specifically formulated to give Fire Retardant properties, good
compressive strength and minimum water vapour permeability. The material shall
be suitably packed to avoid damage during transit.
8.87.7 Cross linked Closed Cell Polyethylene
The chemically cross linked closed cell polyethylene insulation material shall be
made by polyethylene resin and foaming done through nitrogen gas. It should be
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

342

chemically cross linked to give strength to air cell and shall be added by the
chemicals to give fine retardant properties.

It should have tiny, non-inter

communicating air cells forming close-cells to provide resistance to flow of heat. It


shall have low thermal conductivity, weather resistant, self extinguishing non
dripping, non toxic, resistive to fungus/bacteria, vermin proof resilient, and shall
not detoriate during handling.
8.87.8 Acoustic Insulation:
i)

Material shall be engineered Nitrile Rubber open cell foam.

ii)

The Random Incidence Sound Absorption Coefficient (RISAC); tested as


per ISO 354, should be minimum as per the chart below:

Freq (Hz)

125

250

500

1000

2000

4000

NRC

10 mm

0.03

0.04

0.14

0.04

0.88

1.00

0.35

15 mm

0.01

0.09

0.29

0.74

1.08

0.83

0.55

20 mm

0.04

0.13

0.4

0.9

1.04

0.90

0.60

25 mm

0.02

0.25

0.86

1.14

0.88

0.99

0.80

30 mm

0.07

0.32

0.99

1.16

0.93

1.08

0.85

50 mm

0.23

0.73

1.29

0.99

1.09

1.11

1.05

iii)

The material should be fibre free.

iv)

The density of the same shall be within 140-180 Kg/m3

v)

It should have Microban*; antimicrobial product protection, and should


pass Fungi Resistance as per ASTM G 21 and Bacterial Resistance as per
ASTM E 2180.

vi)

The material should have a thermal conductivity not exceeding 0.047


W/m.K @ 20 Deg. C

vii)

The material should withstand maximum surface temperature of +85 0C


and minimum surface temperature of -200C

viii)

The material should conform to Class 1 rating for surface spread of


Flame in accordance to BS 476 Part 7 & UL 94 (HBF, HF 1 & HF 2) in
accordance to UL 94, 1996.

ix)

The insulation should pass Air Erosion Resistance Test in accordance to


ASTM Standard C 1071-05 (section 11.7).

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

343

Thickness of the material shall be 10mm for duct work and 30mm for
mechanical rooms.
8.88

Condensate/Refrigerant Pipes
Condensate piping and refrigerant piping shall be insulated as applicable in the
manner specified above. All valves, fittings, strainer etc. in chilled water/refrigerant
piping shall be insulated to the same thickness as specified for the main run of
piping and applied generally in the manner specified above. Valve bonnets, yokes
and spindles shall be insulated in such a manner to allow the dismantling of pumps
without damaging the insulation. Tanks wherever required in chilled water piping
system i.e. expansion tanks shall be insulated to same thickness as for the pipes to
which they are connected.

8.89

Installation
a)

Unexposed Ducts: (Insulation laminated with metallised polyester


foil).
i)

Clean the duct surface to be insulated and apply a thin film of


adhesive (Pidilite SR 998/MAS-83) and leave it for drying. Once
the adhesive is tacky to touch, place the insulation sheet in
position.

ii)

Press the sheets in position and butt the joints well.

iii)

Apply 50mm wide self adhesive tape laminated with metallised


polyester foil on both longitudinal and transverse joints.

b)

Exposed Ducts: (Insulation laminated with ultra violet).


i)

Clean the duct surface to be insulated and apply a thin film of


adhesive (Pidilite SR 998/MAS-83) and leave it for drying. Once
the adhesive is tacky to touch, place the insulation sheet
laminated with UV barrier film in position.

ii)

Press the sheets in position and butt the joints well.

iii)

Apply 75mm wide self adhesive tape laminated with UV barrier


film on both longitudinal and transverse joints.

8.90

Acoustic Lining (Ducts)


The first 5 meters length of duct or upto the first supply grille or as shown on the
drawings, starting from each fan outlet, shall be provided with 25 mm thick fiber
glass wool insulation for acoustic purposes.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

344

8.91

Acoustic Treatment of Walls and Ceiling of Equipment Room


Minimum Two walls and ceiling of air conditioning plant room and air handling unit
rooms may be provided with acoustic lining with open cell Nitrile Rubber insulation
sheets. The recommended insulation thickness is 30 mm.
Installation Procedure
The wall surface shall be cleaned and required surface preparation shall be done
for applying adhesive. Rubber based contact adhesive recommended by the
manufacturer (Pidelite make - SR 998) shall be used. The foam sheets shall be cut
to required size and a thin layer of adhesive shall be applied to both the surfaces;
wall and acoustic sheet. When it is tack dry, it is should applied / stuck with enough
pressure to the walls/ceiling. Minimum 5 fasteners with washer (of G.I Sheet 2.5
inch x 2.5 inch) / square meter, 4 at corners & 1 at centre shall be put immediately
after sticking with the help of adhesive. The length of the fastener should be
minimum 75 mm.

8.92

Thermal Insulation (Under Deck / Partition Walls)


a)

Installation
i)

Clean the surface thoroughly with mild wire brush to make it free from

dust and loose particles.


Apply a coat of cold adhesive MAS-83/CPRX to the R.C.C. ceiling.

Fix rawl plugs with screws at a distance of 1000 x 500 mm.


Fix 40 mm thick polyisocyanurate/polyurethane foam slabs pre laminated with
aluminium foil of the size 1000 mm x 500 mm with cold adhesive compound
MAS-83.
Through the screw take out 26 G GI wire and fix 0.50 mm thick pre coated GI
sheet washers of size 50x50 mm at the joints of PIR/PUF slabs.
8.93

MODE OF MEASUREMENT

8.93.1 General
This specification covers measurement of various items/materials (as applicable) at
site.
8.94

Unit Prices in the Bill of Quantities


The item description in the Bill of Quantities is in the form of a condensed resume.
The unit price shall be held to include every thing necessary to complete the work

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

345

covered by this item in accordance with the specifications and drawings. The sum
of all the individual item prices shall represent the total price of the installation
ready to be handed over.
The unit price of the various items shall include the following:
All equipment, machinery, apparatus and materials required as well as the cost of
any tests which the consultant may request in addition to the tests generally
required to prove quality and performance of equipment.
All the labour required to supply and install the complete installation in accordance
with the specifications.
Use of any tools, equipment, machinery, lifting tackle, scaffolding ladders etc.
required by the contractor to carry out his work.
All the necessary measures to prevent the transmission of vibration.
The necessary material to isolate equipment foundations, from the building
structure, wherever necessary and suggested by the Engineer.
Storage and insurance of all equipment apparatus and materials.
The Contractor's unit price shall include all equipment, apparatus material and
labour indicated in the drawings and/or specifications in conjunction with the item
in question, as well as all additional equipment, apparatus, material and labour
usual and necessary to complete the system even though not specifically shown,
described or otherwise referred to.
8.95

Measurements of Sheet metal ducts, grilles/diffusers, etc.


a)

Sheet Metal Ducts


All duct measurements shall be taken as per actual outer duct surface
area including bends, tees, reducers, collars and other fittings. Gaskets,
nuts, bolts vibration isolation pads, vanes are included in the basic duct
items of the B.O.Q.
The unit of measurements shall be the finished sheet metal surface area
in metre squares. No extra shall be allowed for overlaps.
All the guide vanes, deflecters access panels, splitter dampers within the
duct work shall be considered as part of the duct and nothing will be
paid extra on this account.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

346

The unit duct price shall include all the duct hangers, supports and
`Hilti' metallic fasteners as well as any materials and labour required to
complete the duct frame.
b)

Box Dampers
Box dampers wherever shown or required in ducts shall be measured as
per finished inside cross-sections and paid as per the calculated are in
sq.m.

c)

Grilles/Diffusers
All measurements of grilles/diffusers shall be the normal outlet size
excluding the outer flanges.
The square or rectangular grilles/diffusers shall be measured in plain
sq.m.
All round diffusers shall be measured by their diameters in centimeter.
All linear diffusers shall be measured as per actual length in meters.

8.96

Measurements of Piping, Fittings, Valves, Fabricated Items


a)

Structural Supports
Structural supports including supports fabricated from pipe lengths for
pipes shall be measured as part of pipe line and hence no separate
payment will be made. Rates shall be inclusive of hoisting, cutting,
jointing, welding, cutting of holes and chases in walls, slabs or floors,
painting supports and other items as described in specifications,
drawings and Bill of quantities or as required at site by Engineer-inCharge.

8.97

Painting
Painting of all pipes, supports, valves and fittings shall be included with the cost of
these items. Nothing extra shall be paid for this work.
Painting of grilles/diffusers, tanks and equipment wherever required shall be in the
cost of these items.

8.98

Insulation
Measurement of insulation for vessels, piping, equipment and ducts shall be made
over the bare uninsulated surface area of the metal.
a)

Ducts

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

347

The measurements for insulation of ducts shall be made in actual square


meters of bare uninsulated duct surface.
In case of bends the area shall be worked out by taking an average of
inner and outer lengths of the bends. Measurements for damper,
flanges, fittings shall be for the surface dimension for the connecting
duct. Nothing extra over the above shall be payable for insulation over
dampers, flanges and fittings in duct routing.
b)

Accessories Insulation
The unit of measurement for accessories such as expansion tank,
pumps, chiller heads etc. shall be of uninsulated area in square meters.
In case of curved or irregular surfaces, measurements shall be taken
along the curves. The unit insulation price shall include all necessary
adhesives, vapour proofing and finishing materials as well as additional
labour and material required for fixing the insulation.

c)

Acoustic Duct Lining


In case of acoustic lining of air ducts, measurements of the bare inside
duct surface in square metre, shall be final for billing purpose.
The insulation/acoustic treatment shall include cost of battens/sections,
supports, adhesives, vapour proofing, finished tiles/boards/sheets as
well as additional labour and materials required for completing the work.

d)

Roof and Wall Insulation and Acoustic Treatment


The unit of measurement for all underdeck roof insulation wall
insulation, wall/roof acoustic panel shall be the acoustic uninsulated area
of walls, roofs, to be treated, in square metres.
The insulation/acoustic treatment shall include cost of battens supports,
adhesives, vapour proofing, finished boards/sheets as well as additional
labour and materials required for completing the work.

e)

Acoustic Baffle Boxes (wherever required)


The unit of measurement shall be the exposed inside face of the
acoustic baffle boxes in square meters.
The unit price shall include all hold fasts, nuts, bolts connecting the size
of wall opening and making it good as well. Any additional materials and
labour to fabricate and fix the boxes.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

348

8.99 TESTS AT SITE


8.99.1 General
The Contractor must perform all inspection and tests of the system as a whole and of
components individually as required, under the supervision of the Engineer, in
accordance with the provisions of the applicable 'ASHRAE' standards or approved
equal and as per site requirements. All tests shall be recorded in the format approved
by Engineer-in-Charge.
Piping System
In general pressure tests shall be applied to piping only before connection of
equipment and appliances. In no case shall piping, equipment or appliances be
subjected to pressures exceeding their test ratings.
Tests shall be completed and approved before any insulation is applied.
After tests have been completed, the system shall be drained and cleaned of all dust
and foreign material. All strainers, valves and fittings shall be cleaned of all dirt,
fillings and debris.
8.100 Duct Work
All branches and outlets shall be tested for air quantity, and the total of the air
quantities shall be within plus ten percent (+10%) of fan capacity.
Fire dampers, volume dampers and splitter dampers shall be tested for proper
operation.
8.101 Performance Tests
The installation as a whole shall be balanced and tested upon completion, and all
relevant information as per 'Test Proforma' Section - 2 including the following shall be
submitted to the Engineer-in-Charge.
i)

Air volume passing through each unit, duct, grilles, etc.

ii)

Differential pressure readings across each filter, fan and coil and through
each pump chiller and condenser.

iii)

Electrical current readings, in ampers of full and average load running,


and starting, together with name plate current of each electrical motor.

Daily records should be maintained of hourly readings, taken under varying degrees
of internal heat load and use and occupation, of wet and dry bulb temperatures,
upstream 'ON-COIL' of each cooling coil, also suction temperatures and pressures for
each refrigerating unit, the current and voltage drawn by each machine.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

349

Any other reading shall be taken which may subsequently be specified by the
Engineer.
8.102 Miscellaneous
8.102.1

The above tests are mentioned herein amplification but not by way of limitation to
the provisions of conditions of contract and specification. Duration of the test shall be
continuous 120 working hours. Contractor shall carry out three seasonal tests each of
48 hours duration during defect liability period of the approved dates.

8.102.2

The date of commencement of all tests listed above shall be subject to the approval
of the Engineer and in accordance with the requirements of this specification.
The Contractor shall supply the skilled staff and all necessary instruments and carry
out any test of any kind on a piece of equipment, apparatus, part of system or on a
complete system if the Engineer-in-Charge requests such a test for determining
specified or guaranteed data, as given in the specifications or on the drawings.
Any damage resulting from the tests shall be repaired and/or damaged material
replaced, all to the satisfaction of the Engineer.
In the event of any repair or any adjustment having to be made, other than normal
running adjustment, the tests shall be void and shall be recommended after the
adjustment or repairs have been completed.
The Contractor must inform the Engineer-in-Charge when such tests are to be made,
giving sufficient notice, in order that the Engineer-in-Charge or his nominated
representative may be present.
Complete records of all tests must be kept and 3 copies of these and location
drawings must be furnished to the Engineer-in-Charge.
The Contractor may be required to repeat the test as required, should the ambient
conditions at the time not given, in the opinion of the Engineer-in-Charge sufficient
and suitable indication of the effect and performance of the installation as a whole or
of any part, as required.

8.103 LIST OF APPROVED MAKES OF HVAC WORKS


The tenderer shall quote his rates on the basis of the price of the brand/make
stipulated in the item of works as described in BOQ and specification as well as in the
approved makes. The owner reserves the right to select any of the brands indicated in
the List of Approved Makes/Agency in case of delay in delivery of ordered make of
item. The contractor cannot claim anything extra for the same.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

350

Sl. No.

Items

Approved Makes

1.

Variable Refrigerant Flow


Machines

Blue Star, Carrier, Daikin, LG,


Samsung

2.

Air Handling Units

Edge-Tech, VTS, Zeco

Heat Recovery Units

Desiccant Rotor International, Flakt,


Greenheck, Novelair Technologies

4.

Variable Frequency Drives

Allen Bradley, Alstan, Danfoss,

5.

Variable Air Volume Units

Ruskin Titus, Systemair, Trox

6.

Ozone Injection System

Omniscient Treatment Technologies,


Ruks

7.

Airflow Measuring Station

Johnson Controls, Ruskin Titus, Trox,

8.

Air Shower

Spectrum, Supercut, Thermadyne, Ultra


Clean

9.

Pan Humidifier

10.

Ventilation Fans

10.1

Centrifugal Fans of AHUs


With motors

Kruger, Nicotra

10.2

Tube Axial Fans

Flakt, Kruger, Nicotra, System Air

10.3

Inline Fans

Flakt, Kruger, System Air

10.4

Propeller fans

Kruger, Systemair,

10.5

Air Curtain

Berner, Mitzvah, Olefini

11.

GI Sheets

HSL, Jindal (HISSAR), SAIL, TATA

11.1

Factory Fabricated Duct

Ecoduct, Rola Star, Seven Star, Zeco

11.2

Flexible Duct

Atco, Ecoduct, Ruskin Titus

12.

Copper pipe

Mandev, Mexflow, Rajco, Total-line

13.

Grilles/ Diffusers/ Louvers/


Dampers

Air master, Ravistar, Ruskin Titus


Caryaire

Emerald, Thermadyne

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

351

14.

Fire Dampers

Air master, Dynacraft, Ravistar,


Ruskin Titus

15.

Butterfly Dampers

16.0

Insulation

16.1

Fiber Glass Wool

Airflow, Precise, Ravistar

Kimmco, Lloyd, Owens Corning,


UP Twiga

16.2

Polyurethane Foam (PUF)

Lloyd Insulations, MalanpurEntech

16.3

Cross Linked Polyethylene Foam

Armacell, Supreme, Trocellen,


Vidoflex

16.4

Open & Closed Cell Nitrile

Armacell, K-flex, Trocellen

Rubber Insulation
16.5

Poly isocynurate

Lloyd Insulations, MalanpurEntech

Insulation
16.6

Insulation Stick Pins

Air flow, MalanpurEntech

17.

Air Filters

AAF, Puromatic, Spectrum, Supercut


Thermadyne

18.

V belts / Pulley

Dunlop, Fenner

19.

Vibration Isolators

Dunlop, Emerald, Resistoflex

20.

Electric Motors

ABB, BBL, Crompton, Kirlosker,


Marathon, NGEF, Siemens

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

352

SCHEDULE OF EQUIPMENT
8.104

VARIABLE REFRIGERANT FLOW UNITS


BIOLOGICAL SCIENCE DEPARTMENT

1.1
S.no
a
b
c
d
e
1.2
1.2.1

Capacity (HP) & Combination

64
48
36
24
12
MOTOR

(22
(22
(22
(12
(12

x
x
x
x
x

Duty Condition
1.2.2 Rating

2 +20 x 1)
1 +14 x 1 +12 x 1)
1 +14 x 1)
2)
1)

TR
51.2
38.4
28.8
19.2
9.6

HP

Feeding to Ckt.
number
4,
6
3
2,
1

Qty

5, 8

3
1
1
4
1

7, 9, 10

415 V, 3, 50 Hz
To suit

1.2.3

Speed (Max.)

RPM

2900

1.2.4

Type of motor

TERC

1.3

STARTER

1.3.1

Type

As per manufacturer standard

1.4

CONDENSER

1.4.1

Type

1.4.2

Fans (each unit)

Nos.

1.4.3

Speed

Steps

1.4.4

Refrigerant

Air Cooled
As per manufacturer standard
-------------minimum 20-----------------------------R-410A--------------------PHYSICAL SCIENCE DEPARTMENT

1.1
S.NO
a)

Capacity (HP) &


Combination
6 (22 x 2 +20 x 1)

TR
51.

Feeding tockt.
number
8

Qty
1

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

353

b)
c)
d)
e)

4
4
8
4
0
3
2
2
0

(22 x 1 +14 x 1+ 12 x 1)
(20 x 2)
(20 x 1 +12 x 1)

2
38.
4
32
25.
6
16

(20 x 1)

1A,

2,

3,

8A

2A
1,

4
1

4,

5,

4
1

1.2

MOTOR

1.2.1

Duty Condition

1.2.2

Rating

HP

To suit

1.2.3

Speed (Max.)

RPM

2900

1.2.4

Type of motor

TERC

1.3

STARTER

1.3.1

Type

As per manufacturer standard

1.4

CONDENSER

1.4.1

Type

1.4.2

Fans (each unit)

Nos.

As per manufacturer standard

1.4.3

Speed

Steps

--------------minimum 20---------------

1.4.4
-

Refrigerant

415 V, 3, 50 Hz

Air Cooled

--------------R-410A--------------------ANIMAL HOUSE

1.1
S.NO

1.2

a)

60

Capacity (HP) &


Combination
(22 x 2 +16 x 1)

TR

b)

44

(22 x 2 )

35.2

1,

c)

24

(12 x 2)

19.2

5,

d)

12

(12 x 1)

9.6

6,

48

Feeding tockt.
number
3, 4
2

Correction -NIL
Insertion - NIL
AE (E)

2
2

MOTOR

Deletion - NIL

Qty

EE (E)

354

1.2.1

Duty Condition

415 V, 3, 50 Hz

1.2.2

Rating

HP

To suit

1.2.3

Speed (Max.)

RPM

2900

1.2.4

Type of motor

TERC

1.3

STARTER

1.3.1

Type

As per manufacturer standard

1.4

CONDENSER

1.4.1

Type

1.4.2

Fans (each unit)

Nos.

As per manufacturer standard

1.4.3

Speed

Steps

--------------minimum 20---------------

1.4.4

Refrigerant
-

Air Cooled

--------------R-410A---------------------

8.105 AIR HANDLING UNITS


Sl.
AHU Tag.
Clg.
No.
Load
(TR)

Dehumi
dified
Air Qty.
(CMH)

C.
Coil
(RD
)

Fan
type

SP
(mm
of
H2O)

M.
Box

Filter

QTY
.

Floor Mounted
1

BI - AH(-3 )- 01

7.2

4700

BC

65

Yes

P&F

BI - AHF - 11

5.6

4000

BC

65

Yes

P&F

BI - AHF - 12

4.2

2500

BC

65

Yes

P&F

BI - AHF - 01

6.7

4600

BC

65

Yes

P&F

BI - AHF - 08 & 09

6.3

4300

BC

65

Yes

P&F

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

355

BI - AHF - 13

5.6

3500

BC

65

Yes

P&F

BI - AHF - 19

12.6

7900

BC

65

Yes

P&F

BI - AHF - 20

3.5

2100

BC

65

Yes

P&F

BI - AHS - 04

7.0

5100

BC

65

Yes

P&F

Ceiling suspended

10

PH - AHG - 10 & 10.7


11

9000

BC

65

Yes

P&F

11

PH - AHG - 12 & 7.1


13

4700

BC

65

Yes

P&F

12

PH - AHG - 08 & 7.8


09

6700

BC

65

Yes

P&F

13

BI - AH(-2) - 01

6.1

4300

BC

65

Yes

P&F

14

BI - AH(-2) - 02

3.4

1850

BC

65

Yes

P&F

15

BI - AH(-2) - 03

5.2

3500

BC

65

Yes

P&F

16

BI - AH(-1) - 03

5.4

3700

BC

65

Yes

P&F

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

356

17

BI - AH(-1) - 04

4.0

2300

BC

65

Yes

P&F

18

BI - AH(-1) - 02

3.4

1800

BC

65

Yes

P&F

19

BI - AH(-1) - 01

7.5

5600

BC

65

Yes

P&F

20

BI - AHG - 04

5.4

3700

BC

65

Yes

P&F

21

BI - AHG - 06

5.0

3300

BC

65

Yes

P&F

22

BI - AHG - 02

7.4

4700

BC

65

Yes

P&F

23

BI - AHG - 03

4.2

2600

BC

65

Yes

P&F

24

BI - AHG - 05

4.3

2500

BC

65

Yes

P&F

25

BI - AHG - 07

5.3

3200

BC

65

Yes

P&F

26

BI - AHG - 09

10.4

8200

BC

65

Yes

P&F

27

BI - AHG - 08

11.0

5800

BC

65

Yes

P&F

28

BI - AHG - 10

6.8

4200

BC

65

Yes

P&F

29

BI - AHS - 03

3.3

2300

BC

65

Yes

P&F

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

357

30

BI - AHS - 05

3.0

1500

BC

65

Yes

P&F

31

BI - AHS - 06

3.2

2500

BC

65

Yes

P&F

32

BI - AHF - 22

4.4

3000

BC

65

Yes

P&F

33

BI - AHF - 02

2.1

1300

BC

65

Yes

P&F

34

BI - AHF - 10

3.7

2500

BC

65

Yes

P&F

35

BI - AHF - 21

5.5

3800

BC

65

Yes

P&F

36

PH - AH(-1) - 01, 4.3


02 & 03

2950

BC

65

Yes

P&F

37

PH - AHG - 06 & 5.0


07

3300

BC

65

Yes

P&F

38

PH - AHG - 04

4.9

2300

BC

65

Yes

P&F

39

PH - AHG - 05

7.5

3800

BC

65

Yes

P&F

40

PH - AHF - 07

8.5

5000

BC

65

Yes

P&F

41

PH - AHF - 02

7.3

3700

BC

65

Yes

P&F

42

PH - AHF - 04

7.5

3800

BC

65

Yes

P&F

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

358

43

PH - AHF - 06

8.8

6000

BC

65

Yes

P&F

44

PH - AHF - 05

4.5

2600

BC

65

Yes

P&F

45

PH - AHG - 14

7.6

5200

BC

65

Yes

P&F

46

PH - AHG - 15

7.4

4800

BC

65

Yes

P&F

47

PH - AHG - 16 & 6.4


18

2900

BC

65

Yes

P&F

48

PH - AHG - 17

6.2

2700

BC

65

Yes

P&F

49

PH - AHF - 08

7.6

5200

BC

65

Yes

P&F

50

PH - AHF - 09

7.4

4800

BC

65

Yes

P&F

51

PH - AHF - 10 & 12

4.4

2800

BC

65

Yes

P&F

52

PH - AHF - 11

4.2

2600

BC

65

Yes

P&F

53

PH - AHF - 14

5.7

3100

BC

65

Yes

P&F

54

PH - AHF - 13

6.5

3500

BC

65

Yes

P&F

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

359

55

PH - AHS - 04

8.2

5700

BC

65

Yes

P&F

56

PH - AHG - 19

11.9

10400

BC

65

Yes

P&F

Floor Mounted

57

BI -AHS - 02

13.4

6500

BC

50

Yes

P&F

58

PH -AHS - 02

21.8

10500

BC

50

Yes

P&F

Ceiling Suspended

59

PH -AHG - 18

6.4

2900

BC

50

Yes

P&F

60

AN -AHG - 05

3.8

3100

BC

50

Yes

P&F

61

AN -AHG - 06

3.9

3200

BC

50

Yes

P&F

62

AN -AHG - 07

16.1

7100

BC

50

Yes

P&F

63

BI - AHG - 01

5.3

1600

BC
FC

/ 40

Yes

P&F

64

BI - AHS - 01

4.9

2100

BC
FC

/ 40

Yes

P&F

65

PH - AHG - 01

3.1

1500

BC
FC

/ 40

Yes

P&F

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

360

66

PH - AHG - 02

4.3

2900

BC
FC

/ 40

Yes

P&F

67

PH - AHG - 03

7.1

4200

BC
FC

/ 40

Yes

P&F

68

PH - AHF - 01

7.8

2330

BC
FC

/ 40

Yes

P&F

69

PH - AHF - 03 & 4.5


PH - AHS - 01

2600

BC
FC

/ 40

Yes

P&F

70

PH - AHS - 03

5.0

2370

BC
FC

/ 40

Yes

P&F

71

PH - AHG - 20

4.0

2250

BC
FC

/ 40

Yes

P&F

72

PH - AHF - 16 & 7.7


PH - AHS - 07

2200

BC
FC

/ 40

Yes

P&F

73

PH - AHF - 15

3.5

2700

BC
FC

/ 40

Yes

P&F

74

PH - AHS - 05

3.6

1850

BC
FC

/ 40

Yes

P&F

75

PH - AHS - 06

6.3

3600

BC
FC

/ 40

Yes

P&F

Floor Mounted

76

BI - AHF - 03

1.6

3400

BC

125

Yes

P,F & 1
H

77

BI - AHF - 04

1.1

3400

BC

125

Yes

P,F & 1

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

361

H
78

BI - AHF - 05

1.5

2800

BC

125

Yes

P,F & 1
H

79

BI - AHF - 06

0.9

2800

BC

125

Yes

P,F & 1
H

80

BI - AHF - 07

1.4

1600

BC

125

Yes

P,F & 1
H

81

BI - AHF - 14

1.7

4700

BC

125

Yes

P,F & 1
H

82

BI - AHF - 15

1.5

4700

BC

125

Yes

P,F & 1
H

83

BI - AHF - 16

2.0

5700

BC

125

Yes

P,F & 1
H

84

BI - AHF - 17

1.8

5700

BC

125

Yes

P,F & 1
H

85

BI - AHF - 18

0.7

1900

BC

125

Yes

P,F & 1
H

86

BI - AHF - 28

2.5

7400

BC

125

Yes

P,F & 1
H

87

BI - AHF - 29

3.5

11000

BC

125

Yes

P,F & 1
H

88

BI - AHF - 27

1.8

7200

BC

125

Yes

P,F & 1
H

89

BI - AHF - 26

3.4

7200

BC

125

Yes

P,F & 1
H

90

BI - AHF - 25

3.3

7200

BC

125

Yes

P,F & 1

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

362

H
91

BI - AHF - 24

3.4

7200

BC

125

Yes

P,F & 1
H

92

BI - AHF - 23

3.5

11000

BC

125

Yes

P,F & 1
H

Floor Mounted ( TFA)

93

BI - TFS - 01

1.0

3000

BC

125

NO

P,F & 1
H

94

AN - TFAG - 08

8.7

2500

BC

125

No

P,F & 1
H

95

AN - TFAG - 01 & 31.5


02

19250

BC

125

NO

P,F & 2
H

96

AN - TFAG - 03 & 40.5


04

26600

BC

125

No

P,F & 2
H

Ceiling Suspended ( TFA)

97

BI - TFG - 01

5.7

5200

BC

125

No

P,F & 1
H

98

BI - TFF - 01

0.8

2500

BC

125

NO

P,F & 1
H

99

BI - TFF - 02

1.0

3400

BC

125

No

P,F & 1
H

Note- BC
FC
Correction -NIL

Bacakward curve Fan


Forward Curve fan

Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

363

P
F
H8.106

Prefilter
Fine Filter
HEPA filter
INDOOR COOLING UNITS

S. No.

Area Description

Type of unit

Capacity (TR)

Qty. (Nos.)

BIOLOGICAL SCIENCE
3.1

Cassette

0.8

22

3.2

Cassette

1.0

3.3

Cassette

1.7

13

3.4

Cassette

0.8

29

3.5

Cassette

1.0

19

3.6

Cassette

1.7

PHYSICAL SCIENCE

8.107

HEAT RECOVERY UNIT


Sl.
No.

Fresh Air
(S. Air
CMH)

Qty.
Recovery

Sensible %

Latent
%

Summer
TR

Monsoon
TR

BIOLOGICAL SCIENCE
4.1

1100

16

81.4

79.4

2.8

2.8

4.2

1200

80.4

78.4

2.8

2.8

4.3

1300

79.4

78.2

2.8

2.7

4.4

1500

12

77.7

75.5

3.41

3.41

4.5

2000

78.3

76.3

4.83

4.83

PHYSICAL SCIENCE
4.6

1100

81.4

79.4

2.8

2.8

4.7

1200

80.4

78.4

2.8

2.8

4.8

1300

79.4

78.2

2.8

2.7

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

364

4.9

1500

77.7

75.5

3.41

3.41

4.10

1800

79.7

77.7

4.26

4.26

4.11

3250

79.2

77.2

7.68

7.68

ANIMAL HOUSE
4.12

19250
(1W + 1S)

77.4

74.9

40.96

49.96

4.13

26600
(1W + 1S)

77.2

74.3

42.38

42.38

4.14

2500

78.3

76.3

4.83

4.83

8.108

FAN SECTION (FOR MECHANICAL VENTILATION)

Sl.
No.

TAG No. &


Location

Air Flow
(CMH)

Qty
(Nos.)

Static
Pressure

Purpose

(MM WG)
5.1

5.2
5.3
8.109

AN-AHF09,10,11,12

10200

45

2 # F.A. supply.
2 # Exhaust

AN-AHF-14
AN-AHF-13

15200

40

Fresh air supply.

16750

Exhaust.

TUBE AXIAL FAN

Sl.
No.

Air Flow
(CMH)

Qty
(Nos.)

Max. Speed
(RPM)

Static Pressure

Purpose

6.1

9625

900

20

Smoke Exh.

6.2

13300

900

20

Smoke Exh.

(MM WG)

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

365

8.110 INLINE FANS

S.
No
.

IN LINE FAN
TAG NO. & AREA

7.1

AN-ILFE-01

8.111

Air Flow
(CMH)

Qty
(Nos.)

Static
Pressure
(MM WG)

Purpose

1800

10

Toilet Exhaust

PROPELLER FANS (EF)

S.
No.

Dia (mm)

Quantity
(Nos.)

8.1

230

Rpm

Purpose

Not More than


1400

Exhaust from Toilet ,


Electrical room and
pantry.

BI Biological Science
PH Physical Science
AN Animal House
TEST PROFORMA
S.No.

Item

CONDITIONS

1.1.

Ambient Conditions

Unit

Date

Day

Time

AM/PM

Temp. D.B.

.C

Test Result

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

366

Temp. W.B.

.C

RH

COMPRESSOR

2.1

Compressor

Make/Model

2.2

Capacity specified at full load

Kcal/hour

2.3

Current at full load

Amp

CONDENSER

3.1

No. of Fans

Nos.

3.2

Speed

rpm

4.0

AIR HANDLING UNITS

4.1

AHU

Make/Model

4.2

Air Qty. across coil

CMH

4.3

Coil face area

Sq.m.

4.4

Air Temp. - entering

4.5

Dry bulb

Wet bulb

Air Temperature leaving


-

Dry bulb

Wet bulb

4.6

Motro rating

KW/Amps

4.7

Motor current at full load

Amps.

4.8

Total cooling capacity

Kcal/hr.

(specified)
4.9

Total cooling capacity (computed)

Kcal/hr.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

367

5.

INDOOR CASSETTE UNIT

5.1

Indoor Unit

Make/Model

5.2

Air flow rate

CMH

5.3

Air Temperature - entering

5.4

Air Temperature - leaving

5.5

Specified capacity

Kcal/hour

5.6

Capacity at 100% LOAD

Kcal/hour

6.

FANS

6.1

Fan

6.2

Air Qty.

6.3

Static pressure

WG

6.4

Fan speed

RPM

6.5

Motor rating

KW/Amps

6.6

Fan motor current (actual)

Amps

6.7

Fan motor voltage (actual)

Amps

7.

ROOM CONDITIONS AT DESIGNED PARAMETERS

7.1

Date

7.2

Day

7.3

Time AM/PM

7.4

Temperature C

Make/Model

Dry bulb

Wet bulb

CMH

(A no. of reading shall be taken and computed)


7.5

Controls Report on test and functioning of all controls

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

368

8.

NOTES :

8.1

Test Instructions

1.

All instruments for testing shall be provided by the Airconditioning Contractor.

2.

Thermometers used for measurement of temperature shall have graduations of 0.1C


and shall be got calibrated from recognised test house before hand.

3.

Thermometers used in the Psychrometers shall have graduations of 0.2C and shall be
calibrated as at (2) above.

IX.
9.1

UPS SYSTEM

GENERAL
The specification defines the electrical and mechanical characteristics and requirements
for a continuous duty, highly reliable, solid state type true on-line fully microprocessor
controlled double conversion

PWM

IGBT

based

Inverter

and

Rectifier

Uninterruptible Power Supply system. The UPS provide high quality AC power for
sensitive electronic equipment loads. It also supply

clean power automatically without

any break in supply in the absence of raw power. Under no conditions will be the
protected system get direct supply from the raw mains unless there is fault in

the

protected system. The product conforms to IEC 146 Part IV standards & specifications.
9.2

INPUT VOLTAGE

INPUT RATINGS

UNITS

200KVA, 60KVA

380/400VOLTS THREE PHASE

V AC

415, 3 ph

Permissible input voltage variation

+ 10 10

Permissible input frequency


variation

INPUT VOLTAGE RATING


Line voltage

Power walk in

progressive over 30

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

369

seconds
Frequency

9.3

HZ

50 or 60

UNITS

200KVA, 60KVA

V AC

380 400 (preset on


commissioning) 3 ph N

Hz

50 or 60 (pre settable)

110% for 60 minutes

OUTPUT VOLTAGE

OUTPUT RATING
Voltage

Frequency
Overload at 0.8 pf , 3 ph-3ph

125% for 10 minutes


150% for 30 seconds
200% for 1 second
Current liming short circuit
(inverter)

Sec

30 seconds

Sec

150 milliseconds

Maximum permissible non-linear


load

100 % with 3:1 crest


factor

Voltage stability-steady state

+1

150% rated current (3 phase) for


250% rated current (1 phase) for

-Transient state

+2

Reset time to within + 1%


Synchronising window

Frequency stability- synchronized

mSec

100

Hz

+ 1 Hz or + 2 Hz (
selectable via operator
control )

The output will


synchronise with the
bypass supply within the
set synchronizing
range(upto+ 2 Hz)

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

370

9.4

Frequency stability- not


synchronized

+ 0.1 Hz, when the input


supply frequency is
outside the synchronizing
range.

Phase voltage symmetry- balanced


load

+1%

Phase voltage symmetry- 100%


unbalanced load

+2%

Voltage phase displacement


balanced load

Angle

120 1

Voltage phase displacement


unbalanced load

Angle

120 1

Output voltage distortion linear


load

1 % typical 2% max

Maximum frequency slew rate

Hz/sec

0.1 to 1.0

Synchronized transfer to Bypass

mSec

< 3 approx.

Overload on bypass (with fuses)

10 x rated current for 100


mSec.

BYPASS CIRCUIT
BYPASS CIRCUIT

UNITS

200KVA, 60KVA

Voltage

VAC

415, 400, 380 selectable via


operator control 3 Phases
+N

Input Voltage variation

+/- 10%

Frequency

Hz

50Hz +/- 2Hz

Overload from standby supply

150% of rated current

Protection, bypass line.

200% of rated current

Current rating of neutral cable

1.5 times of rated current

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

371

9.5

MECHANICAL & ENVIRONMENTAL CHARACTERISTIC


MECHANICAL

UNITS

200KVA, 60KVA

CHARACTERISTICS
Class of Protection for enclosure

IP 20

Ventilation

By internal intake fans


M3/hour

Airflow

Vendor to specify

Cable Entry

Bottom

ENVIRONMENTAL
CHARACTERISTICS
Operating Temperature

UNITS
C

0 to 40C

Mean temperature for 24hr a day.

35C max.

Relative humidity

40C,derate by 1.5% per


C between 40C and
50C
< 90% at 20C

Altitude

Maximum temperature for 8 hour a


day day

Storage temperature

9.6

200KVA, 60KVA

< 1000 m (derate 1% per


100m between 1000 to
2000)
-25 to 70

Maintenance Free Battery Requirements Battery bank connected to each UPS is


designed to provide 15 minutes back-up at load. The UPS module should be
automatically disconnected by DC breaker when the battery reaches to the minimum
discharge voltage level or when signalled by other control functions.
During normal operation batteries is continuously float charged & the charging current
is electronically controlled for the limiting purpose.

9.7

PRODUCT

9.7.1 Fabrication Materials


All materials of the UPS is new and of present state of the art, of current manufacturer,
high grade and free from all defects and not have been in prior service except as
required during factory testing.
9.7.2 Construction and Mounting
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

372

The UPS unit comprised of Input & Output Isolator, Rectifier / Charger, Inverter, Static
Transfer switch, Maintenance Bypass switch and static bypass input switch is housed in
a free standing steel enclosure with key lockable doors. Front /rear access is required
for expedient servicing, adjustments and installation. The enclosure will be built to
comply with IP 20. The UPS is constructed of replaceable sub-assemblies. Printed
circuit assemblies are plug-in type.
9.7.3 Cooling
Cooling of the UPS is by forced air ventilation. Low velocity fan is used to minimize
audible noise output. Fan power is provided by the UPS output. Temperature is
monitored by thermal censors.
9.7.4 Service Area requirement
All serviceable subassemblies are modular and capable of being replaced from front of
the UPS. The UPS module preferably require not more than 1.5 meter of front service
access room and not require side and back access for service.
9.7.5 Cable Entry
Standard cable entry for the UPS module is from the bottom as required through
detachable gland plate.
9.7.6 Service Area requirement
All serviceable subassemblies are modular and capable of being replaced from front of
the UPS. The UPS module preferably require not more than 1.5 meter of front
serviceaccess room and not require side access for service.
9.8

Rectifier/ Charger

9.8.1 General The term rectifier / charger denote the solid state equipment and Controls
necessary to convert incoming AC power to regulator DC power for input to the inverter
and for battery charging. The rectifier is three-phase Controlled, IGBT bridge type with
constant voltage current limiting control circuitry. The charger is IGBT based PFC
rectifier cum charger. The rectifier should be of
125% capacity of Inverter to cater
the charging even when there is full load. Input THDI is limited to 3 % at full load
using suitable filter.
9.8.2 Input current Walk-in The rectifier/charger contain time walk-in circuit that
causes the unit to gradually assume the load over a 10 to 30 sec progressively time
interval after input voltage is applied.
9.8.3 Fuse Failure Protection Power semiconductors in rectifier/charger are fused with
fast acting fuses so that loss of any power semiconductor not causes cascading
failures.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

373

9.8.4 DC Filter - The rectifier/ charger have an output filter to minimize ripple voltage in to
the battery. Under no conditions ripple voltage into the battery exceed 1% RMS the
filter is adequate to ensure that the DC output at the rectifier charger will meet the
Input requirements of the Inverter. The Inverter is able to operate from the rectifier
charger will meet the input requirements of the Inverter. The Inverter is able to
operate from the rectifier charger with the Battery disconnected.
9.8.5 Battery Recharge In addition to supply power for the Inverter load, the
rectifier/charger is capable of producing battery charging current to recharge the
batteries. After the battery is recharged, the rectifier/charger maintains the battery at
full charge until the next emergency operation. It should be Automatic Float-cumBoost Charger having I/U Characteristics conforming to DIN 41772,
automatic Float-to-Boost Charge switching with current measuring criterion
plus control of charging time.
The UPS module have the battery circuit breaker (MCCB having thermal,
magnetic and U/V
trip facility) mounted near to the batteries. When this
breaker is opened, no battery voltage should be present in the UPS
enclosure. The UPS module should be automatically disconnected by battery
circuit breaker when the battery reaches to the minimum discharge voltage
level or when signaled by other control functions in the event of DC fault.
Remote tripping of battery circuit breaker facility is incorporated. No
contactor type arrangement in the battery path should be used.
9.8.6 Inverter
The term inverter denote the solid-state equipment and controls to convert DC power
from the rectifier/charger or battery to regulated AC power for supporting the critical
load. The Inverter is IGBT based pulse width modulated (PWM) design capable of
provide the specified AC output.
Overload Capacity: Inverter is capable of supplying current and voltage for overloads
exceeding 100% and upto 150% of full load current for 30seconds. A status indicator
and audible alarm indicate overload operation. The UPS transfer the load to bypass
when overload capacity is exceeded 125% for 10 minutes &150% for 30 seconds
without going to bypass sources.
Fault clearing & Current limit: Without bypass supply available, the inverter is capable
of supplying an overload current 150 % of its full load rating for 30 sec.

9.9

Static Transfer Switch

9.9.1 General
Static transfers switch and bypass circuit is provided as an integral part of the UPS. The
static switch is naturally commutated high-speed static (SCR type) device rated to
Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

374

conduct full load current continuously and have naturally commutated high-speed static
anti-parallel SCRs in the output of the inverter circuit as well as in the Static Bypass
Line to enable the critical load to be connected to the inverter output or bypass power
source. The static transfer switch control logic contains and automatic transfer control
circuit that senses the status of the inverter logic signals, and operating and alarm
conditions. This control circuit provide an uninterrupted transfer of the load to an
alternate bypass source, without exceeding the transient limits specified herein, when
an overload or malfunction occurs within the UPS, or for bypassing the UPS for
maintenance.
The Overload withstanding capability of Static Bypass Path should be 1430% for 20
millisecond & 1000% for 5 cycles (100millisecs.)
9.9.2 Uninterrupted Transfer
The transfer control logic automatically turn on the static transfer switch, transferring
the critical AC load to the bypass source, after the transfer logic senses any of the
following conditions:
Inverter overload capacity exceeded
Critical AC load over voltage or under-voltage
UPS fault condition.
The transfer control logic inhibits and automatic transfer of the critical load to the
bypass source if any of the following conditions are present:
Inverter/bypass voltage difference exceeding pre-set limits
Bypass frequency out of limits
Bypass out-of-synchronization range with inverter output.
9.9.3 Uninterrupted Retransfer
Retransfer of the critical AC load from the bypass source to the invert output is
automatically initiated unless inhibited by manual control. The transfer control logic
inhibits an automatic retransfer of the critical load to the inverter if one of the following
conditions exists:
Bypass out of synchronization range with inverter output
Inverter/bypass voltage difference exceeding pre-set limits
Overload condition exists in excess of inverter full load rating
UPS fault condition present
9.10

Maintenance Bypass Isolator

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

375

9.10.1 General
A manually operated maintenance bypass isolator is incorporated into the UPS cabinet
to directly connect the critical load to the input AC power source, bypassing the
rectifier/charger, inverter, and static transfer switch.
9.10.2 Maintenance Capability
With the critical load powered from the maintenance bypass circuit, it is possible to
check out the operation of the rectifier/charger, invert, battery, and static transfer
switch.
9.10.3 Display and Controls
Monitoring & Controlling: The UPS is provided with a microprocessorbased unit status
display & controls section designed for convenient and reliable user operation. A
system power flow diagram, a percentage load and battery time remaining display is
provided as part of the monitoring and controls sections which depicts a single line
diagram of the UPS illuminated visual indicators is of the long life LED type. All of the
operator controls and monitors is located on the front of the UPS Cabinet.
Metering
The following parameters are displayed:

DC Voltage

Battery voltage

Battery charge & discharge current

Bypass voltage and frequency

Output AC voltage line-to-line and line to neutral and % load used of nominal

Output AC current for each phase and neutral

Output frequency

Active Power (kW) Apparent Power (kVA)

Temperature - Ambient, battery

Remaining Battery backup time

Remaining Battery life

Remaining AC / DC Capacitor life

Remaining cooling fan life

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

376

Warning and Alarm Messages

Normal Operation, Input breaker open

Output breaker open

Battery breaker open

Bypass absent, Bypass over limits

Bypass under limits, Bypass freq. over limit

Bypass inhibit

Load on bypass,

Rectifier off or failed

Inverter off or failed

UPS unsynchronized

D.C Volts over voltage

D.C under voltage and end of discharge pre-alarm

DC Bus over volts Battery Low

Emergency stop

UPS Overload

Controls

Four pushbuttons are located on the operator control panel.

Enter

Escape

Up

Down

The push buttons permit the operator either to select options from a menu
for display on the LCD winder or to change the value of some parameters.
One push-button-alarm silence switch.
9.10.4 Power Status Diagram

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

377

A mimic panel is provided to depict a single line diagram of the UPS.Indicating lights is
integrated within the single line diagram to illustrate thestatus of the UPS. The LEDs
indicate the following status.
(i)

Rectifier ON

(ii)

Bypass voltage OK

(iii)

Load on bypass

(iv)

Load on inverter

(v)

Load on Battery

(vi)

LCD display bar graph indicating % load with amber overload indication. Also an
LCD display bar graph indicating % battery time remaining is included.

(vii)

It shall be possible to remotely monitor the UPS alarms & measurements and
control it as well. To that end, each UPS unit shall have as standard equipment
provided with following.

(viii)

Programmable dry contact card shall be provided for input / output information.
This card shall provide a total of ten dry contacts, four for incoming information
and six for outgoing information.

(ix)

Three communication ports for later addition, without interrupting operation of


communication cards implementing different protocols like SNMP, JBus /
Modbus and RS232 shall be available.

9.11

Nickel Cadmium Battery

9.11.1

Codes And Standards


All standards, specifications and codes of practice, referred to herein after shall be
the latest edition including all applicable official amendments and revisions as on
date of opening of bid.
In case of conflict between this specification and those (IS codes, standards etc.)
referred to herein, the former shall prevail. All works shall be carried out as per the
following standards and codes:
IS: 10918
IS 1069

Specification for vented type Nickel-Cadmium Batteries.


Quality tolerance for water for storage batteries
Indian Electricity Rules
Indian Electricity Acts.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

378

Equipment complying with other internationally accepted standards such as IEC,


BS, and VDC etc. will also be considered if they ensure performance and
construction features equivalent or superior to standards listed above. In such a
case, the Bidder shall clearly indicate the standard(s) adopted, further a copy in
English of the latest revision of the standards along with copies of all official
amendments and revisions in force as on date of opening of bid and shall clearly
bring out he salient t features for comparison.
9.11.2

General Technical Requirements


Equipments
(ii) Batteries shall be stationary Nickel-Cadmium Pocket plate type conforming to
IS: 10918.
(iii) Batteries shall be suitable for a long life under continuous float operations and
occasional discharges.
(iv) The batteries shall be boost charged at about 1.54 to 1.7 volts per cell
maximum and float charged at about 1.40V to 1.42 V per cell.

nstruction Features
9.11.2.2.1

Containers
Containers shall be made of polypropylene plastic material. Containers shall be
robust, heat resistance, leak proof, non-absorbent, and alkali resistant, non
bulging type and free from flaws such as wrinkles, cracks, blisters, pin holes etc.
Electrolyte level lines shall be marked on container in case of transparent
conditioners.
Vent plugs shall be provided in each cell. They shall be anti-splash type, having
more than one exit hole and shall allow the gases to escape freely but shall be
such that the water loss due to evaporation is kept to minimum. In addition the
vent shall be flip open type shall be easily removed for topping up the cells and
of such dimensions that a syringe type hydrometer can be inserted into vent to
take electrolyte samples.
Plates
The plates shall be designed for maximum durability during all service
conditions. The construction of plates shall conform to latest revisions of IS:
10918.
The separators shall maintain the electrical insulation between the plates and
shall allow the electrolyte to flow freely. Separators should be suitable for
continuous immersion in the electrolyte without distortion.
The positive and negative posts shall be clearly marked.
Electrolyte
The electrolyte shall be prepared from battery grade potassium hydroxide
conforming to BS: 1069.
The cells can be transported either in charged condition or in dry condition.

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

379

Necessary electrolyte for make-up shall be supplied separately.


9.11.2.2.5

Connectors & Fasteners


Nickel coated copper connectors shall be used for connecting up adjacent cells
and rows. Bolts, nuts and washers shall be effectively Nickel coated to prevent
corrosion. All connectors and lugs shall be capable of continuously carrying the
15 minute discharge current of the respective batteries.
Battery Racks
Mild steel racks for all new batteries shall provide. They shall be free standing
type. The batteries racks and support for cable termination shall be coated with
three (3) coats of anti-alkali paint of approved shade. Numbering tags, resistant
to alkali for each cell shall be attached on to the racks. The bottom tier of stand
shall not less than 150 mm above the floor.

9.11.3

Manufacturers Identification System


The following information shall be indelibly marked on outside of each cell:
Manufacturers name and trade mark
Country & year of manufacturer
Manufacturers type designation
AH capacity at 5 hours discharge rate
Serial Number
TESTS
All routine, type and acceptance test shall be carried out as per latest issue of
IS: 10918.
Test shall have to be carried out in the presence of Owners representative, if
desired by the Owner. The contractor shall give at least three (3) weeks
advance notice of the date when the tests are to be carried out. Six (6) copies
of type tests certificates shall be furnished to the owner for approval before the
dispatch of the equipment from works.

9.11.3.1

ROUTINE TESTS
All type test listed below shall be carried out on cells containers, hardware of
each type being supplied:
Physical Examination
Dimension, Mass & layout
Marking
Polarity and absence of short circuit

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

380

9.11.4

ACCEPTANCE TESTS
All acceptance tests as listed below shall be carried out on sample cells selected
at random by the owner before dispatch and at site after completion for
installation.
Physical Examination
Dimension, Mass & layout
Marking
Polarity and absence of short circuit
Air pressure test
Ampere-hour capacity
Insulation resistance
The contractor shall arrange for all necessary equipment, including the variable
resistor, tools, tackles and instruments. If a battery fails to meet the
guaranteed requirements the Owner shall have the option of asking the
contractor to replace the same.

Assistant Engineer (E)

Executive Engineer(E)

Correction -NIL
Insertion - NIL
Deletion - NIL

AE (E)

EE (E)

You might also like