vibhuti khand, gomti nagar, lucknow

Transcription

vibhuti khand, gomti nagar, lucknow
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
VIBHUTI KHAND,
GOMTI NAGAR,
LUCKNOW
TENDER DOCUMENT
FOR
DEVELOPMENT OF CSIR INNOVATION
COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR
BUNGALOWS, ANDHERI (W), MUMBAI
VOLUME - I
Page 1 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Tender Notice
Uttar Pradesh Rajkiya Nirman Nigam Ltd.
(ISO 9001:2008 Certified Company)
Vishveshraiya Bhawan, Vibhuti Khand, Gomti Nagar, Lucknow Fax:-0522 2720846
Phone:- 0522 2720665, 2720670-71Website:http://www.uprnn.co.in
Press Notice
No :
01 / Camp /RNN / 2013-14
Dated: 23.05.2014
1- Uttar Pradesh Rajkiya Nirman Nigam Ltd. Lucknow invites percentage rate bids in 2 bids system
sealed tender from
eligible and approved contractors of State P.W.D./ C. P.W.D./ M.E.S. and reputed
builders. The Bidder may submit bids for any or all of the works. Bidders are advised to note the
minimum criteria.
2SL Package
No No.
1
1
Name of Work
Estimated
cost (in Lacs)
3
4
5
6
DEVELOPMENT OF PROPOSED
CSIR INNOVATION COMPLEX AT
CSIR-NIO REGIONAL CENTRE,
LOKHANDWALA ROAD, FOUR
BUNGALOWS, ANDHERI (WEST),
MUMBAI.
4632.00
92.64
300.00+
2
3.
Bid Secu- Cost of Bid Time of
rity (Rs. In Document CompleLacs)
tion
5000.00
Stationer
y charge
+ VAT
@13.5%
7
Address of
Tender sale
office
Address of Tender
receiving office
8
9
Unit Incharge,
General Manager
27
Mumbai
Unit
(A)
( Consultancy),
Months
ESI hospital, SecIndira Gandhi
5, Vashi, Navi
Pratisthan, Gomti
Mumbai.
Nagar,Lucknow
Ph.No.
8696932560
The Contractors who fulfil the following requirements shall be eligible to apply. Joint ventures are not
accepted.
i) Should have successfully completed similar works during the last five years ending 31st
March 2013, as a prime contractor satisfying either of the following.
a) Three similar completed works each costing not less than 40% of Tendered cost.
Or
b) Two similar completed works each costing not less than 50% of Tendered cost.
Or
c) One similar completed work costing not less than 80% of Tendered cost.
Similar work shall mean construction of RCC framed structure / hospital building including
electrical and HVAC works, modular O.T. and medical gas system.
ii) Should have had average annual financial turnover equal to estimated cost of project during
last five years, ending 31st March 2014( copy of certificate from CA to be submitted).
iii) Should not have incurred any loss in more than two years during the last five years. Solvency
Certificate from Bankers to be submitted.
iv) Information regarding projects in hand, current litigation, orders regarding exclusion,
expulsion or black listing, if any should be indicated.
Page 2 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
4.A
Pre-bid conference will be held in the office of Unit Incharge ESI hospital, Sec – 5, Vashi, Navi
Mumbai on 10thJune, 2014 at 03:00 PM for clarifying issues and clearing doubts, if any.
5.
The bids shall remain valid for acceptance for a period of 90 (ninty) days from the last date of
submission of bids. Bids once submitted cannot be withdrawn.
6.
Bidders shall place two separate envelops marked “technical bid” and “financial bid” in outer
envelope.
7.
Financial bids shall be opened to those bidders whose bids are Technically qualified and eligible.
[
8.
A set of Bidding documents may be purchased from the office of concerned Unit Incharge as
mentioned in column- 8 respectively of the table corresponding to the respective work, between
11:00 am and 04:00 pm on any working day from 04.06.2014 To 17.06.2014for a non-refundable
fee of Rs. 5000.00 (Rupees Five Thousand only) for stationary charges, Rs. 300.00 for
tender cost and VAT as applicable per set per work as indicated in column 6 , in the
form of Demand Draft drawn on any Scheduled bank in favour of U.P.R.N.N. Ltd., Vashi, Navi
Mumbai payable at Mumbai. Interested bidders may obtain further information at the same office
from where the documents are purchased. Bidding documents requested by mail will be dispatched
by registered/ speed post on payment of an extra amount of Rs 200.00 (Rupees two hundred only).
Applications for issue of Bidding documents by post shall be entertained only upto 4.00 PM on
10.06.2014. The authority inviting tender will not be held responsible for the postal delay, if any,
in the delivery of documents or non-receipt of the same. Bidding document can also be
downloaded from the website www.uprnn.co.in But its cost, i.e., Rs 5300.00+VAT as mentioned
in column 6 above, in the form of DD drawn on any Scheduled bank in favour of U.P.R.N.N.Ltd,
payable at Mumbai will necessarily be attached with the bid.
9.
In case of any discrepancy between the downloaded bid document and that available with the
concerned Unit Incharge, office as mentioned in column-8 the later would be considered
authentic.
10.
Bids must be delivered to the office of the Unit Incharge U.P.R.N.N. Vashi, Navi Mumbai as
mentioned in column-9 of the table corresponding to the respective work on or before 03:30 PM
on 23.06.2014 and the technical bids will be opened on the next working day , that is, on
25.06.2014 at 12:30 PM, in the office of concerned Unit Incharge as mentioned in column-9, in
the presence of the bidders or their authorised representatives to attend, in presence of committee
constituted by Managing Director, U.P.R.N.N., Lucknow. If the office happens to be closed on the
date of receipt or opening of the bids as specified, the bids will be received and opened on the next
working day, respectively, at the same time and venue, and validity of bid will be considered from
the original date. The date and time opening of financial bid shall be notified by a notice displayed
in the office of concerned Unit Incharge as mentioned in column-9 and by individual notice to the
eligible and qualified bidders. The financial bids shall be opened in the office of concerned Unit
Incharge as mentioned in column-9, in the presence of bidders who wish to attend.
11.
Bids must be accompanied with security of the amount specified for the work in the table. The
Earnest Money may be deposited in the form of Demand Draft of a Nationalised Bank(payable at
Lucknow in favour of U.P.Rajkiya Nirman Nigam Ltd. Lucknow along with Bank Guarantee of
any Nationalised Bank wherever applicable.
A part of Earnest money is acceptable in the form of Bank Guarantee also. In such case, Rs. 20.00
Lacs will have to be deposited in the shape of Demand Draft and balance in shape of Bank
Guarantee of any Nationalised Bank having branch at Lucknow. The intending bidders have to fill
all the details such as Bankers name, Demand Draft, Bank Guarantee number, Amount and Date.
The Bank Guarantee submitted as a part of Earnest money shall be valid for 45 days beyond the
validity of the bids.
Page 3 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
12.
No Engineer of gazetted rank or other Gazetted officer employed in Engineering or Administrative
duties in an Engineering Department of the State / Central Government is allowed to work as a
Contractor for a period of two years after his retirement from Government service, without
Government permission. This contract is liable to be cancelled if either the Contractor or any of
his employees is found any time to be such a person who had not obtained the permission of the
Government as aforesaid before submission of the tender or engagement in the Contractor’s
service.
13.
Any bidder who is having criminal record is not allowed to participate in the bidding process.
14.
Any bidder who is registered with the state Bar Council is not allowed to participate in the bidding
process.
15.
Each bidder is required to furnish in the form of an affidavit, that all informations required for
evaluation of the bidding capacity of the bidder is correct. Each bidder is required to satisfy
himself about his bidding capacity before submitting his bid. Bidding capacity will be evaluated
as mentioned in section 3. Bids of bidder who do not possess the required bidding capacity shall
not be accepted in any case.
16.
Bidder must submit all information’s / documents on prescribed proforma with each bid.
17.
18.
1 % Labour Welfare Cess will be deducted from Contractor’s Bills.
Bidding Document’s general conditions of contract can be seen in the office of concerned Unit
Incharge and concerned General Manager as mentioned in column 8-9. Bidding Documents can
also be downloaded from website :www.uprnn.co.in.
General Manager (Consultancy),
Uttar Pradesh Rajkiya Nirman Nigam Ltd.
Indira Gandhi Pratisthan, Gomti
Nagar,Lucknow.
Page 4 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
List of Important
Dates
Name of Work: DEVELOPMENT OF PROPOSED CSIR INNOVATION COMPLEX AT
CSIR-NIO REGIONAL CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI
(WEST), MUMBAI.
1. Notice Inviting Tender/Bid
Date of Issue
23.05.2014
[
[
2. Sale of Bidding Document
Period
04.06.2014to17.06.2014
Place
Office of Unit Incharge
Mumbai Unit (A), ESI
Hospital, Sec-5, Vashi,
Navi Mumbai
3. Pre-Bid Meeting
Date
10.06.2014
Time
03:00 PM
Place
Office of Unit Incharge
Mumbai Unit (A), ESI
Hospital, Sec-5, Vashi,
Navi Mumbai
4. Deadline of Receiving Bid
Date
23.06.2014
5. Place of Receiving Bid
-
Time
03:30PM
Office of Unit Incharge , Mumbai Unit (A), ESI
Hospital, Sec-5, Vashi, Navi Mumbai
6. Opening of Technical Bid
Date
Time
25.06.2014
12:30 PM
Place
Office of Unit Incharge,
Mumbai Unit (A), ESI
Hospital, Sec-5, Vashi,
Navi Mumbai
7. Opening of Financial Bid
Date & Time
To be notified by a notice to individual technically
qualified bidders and displayed in the Office of
Unit Incharge.
8. Opening of Financial Bid
Place
Office of Unit Incharge, Mumbai Unit (A),
ESI Hospital, Sec-5, Vashi, Navi Mumbai
9. Completion Period of Work/Project
-
27 Months
10. Validity Period of Bid
-
90 Days
Page 5 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
A. INFORMATION & INSTRUCTIONS TO THE BIDDER(I.T.B.)
Technical Bid
1. The application should be type-written. The applicant should sign each page of the
application.
2. Over Writing should be avoided. Correction, if any, should be made by neatly
crossing out, initialing, dating & re-writing.
3. The applicant may furnish any Additional information which he thinks is necessary
to establish its capabilities to successfully complete the envisaged work. He is
however advised not to furnish superfluous information. No information shall be
entertained after submission of pre-qualification document unless it is called for by
the employer.
4. Any information furnished by the applicant found to be incorrect either immediately
or at a later date, would render him liable to be debarred from tendering/taking up
of work in UPRNN Ltd., Lucknow.
5. The tenderer shall submit as Two-Bid System in accordance with the procedures
specified Documents shall be submitted in envelope of appropriate size, which shall
be duly sealed.
6. Conditional tender shall not be considered.
7. Tender document are to be submitted in two envelopes marked No-1 shall contain
the technical bid and marked No-2 for price bid (Financial bid).
8. Both envelopes 1 & 2 will kept in one big envelope with name of work, date of
tender detail of earnest money and full address and contact number of tenderer.
A. SUBMISSION OF TENDER
The Detail of document to be submitted with each envelope is given below:
Envelope marked-1 (Technical Bid)
(iEarnest money of the value of Rs 92.64 Lacs in the shape of NSC/FDR/CDR/Bank
guarantee of Nationalized bank duly pledged in favour of U.P.Rajkiya Nirman
Nigam Ltd., LUCKNOW. (Appendix – 1)
(iiDuly filled up Firm’s information appended with the tender. (Appendix – 2)
(iii- List of works satisfactorily completed during the last five financial years in
Govt./Semi-Govt./Public Sector undertaking and public and private limited
companies along with certificates (Attested copy). (Appendix – 3)
(iv- Proof of liquid assets duly certified by banker as per pre-qualification requirement
(original or attested copy will be entertained). (Appendix – 4)
(vLatest income tax clearance certificate valid till date (original or attested copy)
clearly indicating turnover of last five assessment years.
(Appendix – 5)
(vi- List of tools and plants in format enclosed. Batching plant or Ready Mix Plant for
design mix concrete and quality control lab house to be established at site along
with all necessary tools & plants.
(Appendix – 6)
Page 6 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
(vii-
List of technical staff with their qualification professional experience and length of
the service with the firm in enclosed format. At least one graduate Engineer
supported by necessary technical supervisory staff shall be engaged at site.
(Appendix – 7)
(viii- Attested copy of the partnership deed if it is partnership firm and registration
certificate in case of company, sole proprietorship declaration in case of
proprietorship firm. Joint ventures shall not be accepted. (Appendix – 8)
(ix- Authority letter, if firm, in favour of the person who has signed the tender
document with telephone no. and complete postal address. (Appendix – 9)
Envelope No-2 (Price Bid).
(a- Price bid duly filled in all respects in the original tender documents.
(b- Non-Judicial stamp paper of Rs. 100/- (Rs. One Hundred Only) of UP along with Rs.
1/- revenue stamp.
B. System to open Tenders:
(a- Envelope No-1 containing the Earnest money and pre-qualification document shall
be opened first on specified date & time.
(b- Envelope No-2 containing the sealed price bid, of tenders qualified in technical bid,
shall be opened on date intimated with two days notice. The quoted rates of
various tenders will be read out. Tenderer, desirous to be present, shall be allowed
at the time of opening of price bid.
C. BID PRICES
i. The Contract shall be for the Whole Works, based on the priced Bill of Quantities
submitted by the Bidder.
ii. The Bidder shall adopt the Percentage Rate Method only the same option is
allowed to all the Bidders.
Percentage Rate Method requires the bidder to quote a percentage above/below
at par of the schedule of rates.
1. SCOPE OF WORK
The Project involves DEVELOPMENT OF PROPOSED CSIR INNOVATION COMPLEX AT
CSIR-NIO REGIONAL CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI
(WEST), MUMBAI and It’s allied works as per B.O.Q. and design Provided by the
Architect.
Construction of building with specifications laid under C.P.W.D./P.W.D. including all
material and labour required, also including the cost of lift elevator.
a) External development with external plumbing, drainage, development of park and
parking, external electrification, transformer, D.G. set for common services,
boundary wall and other development works required within the plot etc.
Page 7 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2. ELIGIBILITY
a) Earnest money of the value of Rs. 92.64 Lacs in the shape of NSC/FDR/CDR of
Nationalized bank duly pledged in favour of U.P.Rajkiya Nirman Nigam Ltd,
Lucknow Or Rs 20 lacs in the shape of Demand draft and rest amount in shape of
Bank Guarantee should be enclosed with the tender.
b)
c) Bidder should experience in the field of construction of Similar like Medical College
projects/hospital buildings for Govt./P.S.U.’s/Reputed Private Hospitals buildings.
Bidders stationed outside Mumbai shall have to establish an office in Mumbai with
the requisite technical and supervisory staff stationed.
d) The contractors must have completed one project of similar nature (Multistoried
Building on RCC Framed structure) each costing not less than 80% of tendered
amount.
Or
Two projects of similar nature (Multi-Storied Building on RCC Framed structure)
each costing not less than 50% of tendered amount.
Or
Three projects of similar nature (Multi-Storied Building on RCC Framed structure)
each costing not less than 40% of tendered amount.
Similar project work shall mean multistoried Medical College/hospital building
project including RCC framed structure technology, sanitary and electrical works,
lift elevator etc. The intending bidder shall submit certificate of the completion of
the work executed by them indicating there in the scope and cost of works. Works
executed should be furnished in form of annexure-1 appended with the tender
documents.
3. Experience certificate issued by the private firms and private builders
shall not be accounted for.
4. The value of Executing/Executed works shall be brought to current costing level by
enhancing the actual value to work at simple rate of 7% per annum; calculated
from the date of completion to last date of receipt of applications for tenders.
a) The minimum annual turnover in any one year should be equal to or more than
tendered cost for which bid has been invited, during last five years.
b) The firm should have positive PAT (Profit After Tax) in last three years.
c) All the above parameters have to be supported with the audited balance sheet
certified by CA for last five years.
d) The applicants not fulfilling the above conditions shall summarily be rejected and
shall not be considered for any further evaluation.
e) Bidders who meet the minimum qualification criteria will be qualified only if their
available bid capacity for construction work is equal to or more than the total bid
Page 8 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
value. The available bid capacity will be calculate as under: Assesses Available bid
capacity= (A*N*M-B) where
A= Maximum value of civil engineering works executed in any one year during the
last
five years into taking account the completed as well as works in progress.
N= Number of years prescribed for completion of the works for which bids are
invited (period up to 6 months to be taken as half-year and more than 6
months as one year.
M= is taken as 2.5
B= Value, at the current price level, of existing commitments and on-going works
to be completed during the period of completion of the works for which bids are
invited.
Note:- The statements showing the value of existing commitments and on-going works
as well as the stipulated period of completion remaining for each of the works
listed should be countersigned by the Engineer-in-charge, not below the rank of
an Executive Engineer or equivalent.
5. Even though the bidders meet the above qualifying criteria, they are subject to be
disqualified if they have:
a) Made misleading or false representations in the forms, statements, affidavits
and attachments submitted in proof of the qualification requirements; and/or
b) Record of poor performance such as abandoning the works, not properly
completing the contract, inordinate delays in completion, litigation history, or
financial failures etc.
c) Participated in the previous bidding for the same work and had quoted
unreasonably high or low bid prices and could not furnish rational justification
for it to the Employer.
6. One Bid per Bidder
Each Bidder shall submit only one Bid for one work. A Bidder who submits more
than one Bid will cause the proposals with the Bidder’s participation to be
disqualified.
7. Pre Bid Meeting:- If Pre-bid meeting is to be held on 10.06.2014 the bidder or his
authorized representative is invited to attend it, its date, time and venue (address)
are given in tender notice. The purpose of meeting will be to clarify issues. The
Bidder is required to submit any question in writing so as to reach the Employer not
later than three days before meeting. Non-attendance at Pre-bid meeting will be
not be a cause for disqualification for a bidder.
Page 9 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
8. GENERAL CONDITIONS OF WORK
All the work shall be carried out as per detailed C.P.W.D., U.P.P.W.D., U.P. JAL
NIGAM, U.P. POWER CORPORATION LTD., M.O.R.T.H (Road Wing) specifications for
road and bridge work (third revision 1995) as the case may be, latest circulars and
instructions issued time to time as per instructions of Engineer-In-charge and other
Specification & B.O.Q. provided and inspecting officers.
9. EXTENT OF CONTRACT
The contract comprises construction and completion of the specified job and the
provisions of all labour, materials, T & P etc. and transport, temporary works etc.
whether the temporary or permanent in nature required for the construction,
completion and maintenance of the works.
10. INSPECTIONS OF THE SITE
The bidder (s) must inspect and examine the site of work and its surroundings
and satisfy himself/themselves before submitting his/their tender. He/They has/have
to make sure of the positions of queries and availability of require material from query
mentioned in the specifications, topography of the site availability of labour and
material and other amenities before tendering. No claim for additional work or extra
work due to any of the above will be allowed.
11. ENTRIES IN TENDER
All entries by the bidder should be in one ink and one hand/on prescribed bill of
quantity only. Erasers and overwriting are not permissible. All corrections should be
neatly written and signed by the bidder. Rate should be written in figures as well as in
words. In case there is any variation, lower rate shall be treated as Tender rate.
12. CONDITIONAL/ INCOMPLETE TENDER
Conditional, incomplete, unsigned tenders will not be considered. Only those
bidders who supply necessary proof/documents of possession of the required
equipments in their bids should be considered as responsive for further evaluation.
13. JOINT VENTURES:- Bids for Joint Ventures are not allowed.
14. DEADLINE FOR SUBMISSION OF BIDS
a. Complete bids (including technical and financial) must be received by Employer
at address specified in the Appendix-I (Tender Notice) not later than the date
and time indicated in Annexure-I. In the event of specified date for submission
of bids being declared a holiday for Employer the bid will be received up to the
specified time on next working date.
b. The Employer may extend the deadline for submission of bid by issuing an
amendment/addendum in news papers.
Page 10 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
15. BID OPENING AND EVALUATION
Bid Opening
a) The Employer will open the bids received (accept those received late) in the
presence of the Bidder/Bidders representative who choose to attend at the time
date and place specified in the appendix. In the event of the specified date for
the submission of bids being declared holiday for the Employer, the Bids will be
opened at the appointed time and location on the next working day.
b) The envelope containing the Technical bid shall be opened. The envelope
marked “Cost of Bidding Document downloaded from the Internet” will be
opened first and if the cost of bidding documents is not there or incomplete the
remaining bid documents will not be opened, and bid will be rejected.
c) In all other cases, the amount of Earnest Money, forms and validity shall be
announced. Thereafter, the bidder’s name and such other details as the
Employer may consider appropriate, will be announced by the Employer at the
opening.
d) Evaluation of the Technical bids with respect to bid security, qualification
information and other information furnished in part-1 of the bid in pursuant to
eligibility clause as stated above shall be taken up and completed within 10
working days of the date of bid opening, and a list will be drawn up of the
responsive bids whose financial bids are eligible for consideration.
e) U.P.R.N.N. shall inform by telegram or facsimile, the bidders whose technical
bids are found responsive date, time and place of opening as stated in the
Annexure-I. In the event of the specified date being declared a holiday for the
Employer, the bids will be opened at the appointed time and location on the
next working day through they or their representatives, may attend the meeting
of opening of financial bids.
f) At the time of opening of the financial bid the names of the bidders whose bids
were found responsive in accordance with clause c(1-10) of this bid document,
will be announced. The financial bids of only these bidders will be opened. The
remaining bids will be returned unopened to the bidders. The responsive bidders
names the bid prices the total amount of each bid and such other details as the
Employer may consider appropriate will be announced by the Employer at the
time of bid opening. Any bid price which is not read out and recorded will not be
taken into account in bid evaluation.
g) U.P.R.N.N. shall prepare the minutes of the opening of the financial bids.
h) Information relating i.e. the examination, clarification, evaluation and
comparison of bids and recommendations for the award of the contract shall not
be disclosed to bidders or any other persons not officially concerned with such
Page 11 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
process until the award to the successful bidder has been announced. Any
attempt by a bidder to influence the employers processing of bids or award
decisions may result in the rejection of his bid.
16. Clarification of bids and contacting the Employer.
i) No Bidder shall contact the Employer on any matter relating to its bid from the
time of the bid opening to the time the contract awarded.
ii) Any attempt by the bidder to influence the Employer’s bid evaluation, bid
comparison or contract award decision may result in the rejection of his bid.
17. During the detailed evaluation of “Technical bids”, the Employer will determine
whether each Bid (a) meets the eligilibility criteria defined in clause c (b) has been
properly signed, (c) is accompanied by the required securities, and (d) is substantially
responsive to the requirements of the bidding documents. During the detailed
evaluation of the “Financial Bids”, the responsiveness of the bids will be further
determined with respect to the remaining bid conditions, i.e., priced bid of
quantities, technical specifications and drawings.
18. Substantially responsive “Financial Bid” is one that confirms to all the terms
conditions and specifications of the bidding documents, without material deviation
or reservation. A material deviation or reservation is one (a) which affects in any
substantial way the scope, quality, or performance of the works, (b) which limits in
any substantial way, in
consistent with the bidding documents, the Employers rights or the Bidder’s
obligation under the contract, or (c) whose rectification would affect unfairly the
competitive position of the bidder’s representing substantially responsive bids.
19. If a “Financial Bid” is not substantially responsive, it will be rejected by the Employer,
and may not subsequently be made responsive by correction or withdrawal of the
non-confirming deviation or reservation.
20. ADDRESS OF CONTRACTOR
The contractor shall give his full permanent postal address. The postal receipt of the
letters sent to him on this address shall be considered sufficient proof that they have
been delivered to him.
21. ACCEPTANCE OF TENDER
Subject to conditions of bid document, the Employer will award the Contract to
the bidder whose Bid has been determined:
i.
To be substantially responsive to the bidding documents and who has offered
the lowest evaluated Bid price, provided that such Bidder has been
determined to be (a) eligible and (b) qualified in accordance with the
provisions of bid document.
Page 12 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
ii.
To be within the available bid capacity adjusted to account for his bid price
which is evaluated the lowest in any of the packages opened earlier than the
one under consideration.
The department shall have the right to accept or reject any or all the tenders or
part thereof, to divide the work in parts without assigning any reason to contractor
and no claim whatsoever shall be entertained on this account.
22. AWARD OF CONTRACT
The bidder whose Bid has been accepted will be notified of the award by the
department prior to expiration of the Bid validity period by cable, telex or facsimile
confirmed by registered letter. This letter (hereinafter called the “Letter of
Acceptance”) will state the sum that the Employer will pay to the contractor in
consideration of the execution, completion by the Contractor as prescribed by the
Contract (hereinafter and in the Contract called the “Contract Price”).
The notification of award will constitute the formation of the Contract, subject
only to the furnishing of a performance security in accordance with the provisions of
Security money.
23. SECURITY MONEY
Within 10 (ten) days after receipt of the Letter of Acceptance, the successful Bidder
shall deliver to the department a Performance Security of 5% (five percent) of Contract
Price for the period of the time for completion of works . Additional security money of
the value of 5% as security for defect liability period of one year from the date of
completion shall be deducted from running bills @ 5%. However no deduction shall be
made from running bills if the contractor furnishes security money separately for
defect liability period.
The security shall be either in the form of Bank Guarantee or fixed deposit
Receipts, pledged in favour of U.P.Rajkiya Nirman Nigam Ltd., Lucknow from a
Nationalized Bank.
Failure of the successful Bidder to comply with the requirements security money
shall constitutes sufficient grounds for cancellation of the award and forfeiture of the
Earnest Money. He also be debarred from participating future bids under U.P.Rajkiya
Nirman Nigam Ltd., VibhutiKhand, Gomti Nagar, Lucknow.
24. EXECUTION OF AGREEMENT
Successful bidder shall have to execute an agreement on stamp paper of value as
applicable, through its authorized representative within a week from date of receipt
of acceptance letter/ work order. The Agreement will incorporate all agreements
between the Employer and the successful Bidder after the performance security is
Page 13 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
furnished. Required stamp duty for the contract deed will be borne by the
contractor.
25. MOBILIZATION ADVANCE/ADVANCE PAYMENT
(i- The Employer will make the following advance payment to the contractor
against provision by the Contractor of an Unconditional Bank Guarantee in
prescribed format (as per Appendix-14) by a Nationalized Bank acceptable to
the Employer in amounts 112% of the advance payment:
a. Mobilization advance up to 10 percent of the contract price will be paid in at
least two installments with interest rate @ 12% P.A. will be charged.
The guarantee shall remain effective until the advance payment has been
repaid, but the amount of the guarantee shall be progressively reduced by the
amounts repaid by the Contractor.
(ii- The advance payment shall be repaid by deducting proportionate amounts
otherwise due to the Contractor for the construction work, following the
schedule of completed percentage of the work on payment basis. No account
shall be taken of the advance payment or the repayment in assessing valuation
of work done. Variations. Price adjustments, Compensation events or liquidated
damages.
26. RUNNING PAYMENTS
Contractor shall be entitled for payment running bills on monthly basis or a lesser
period, if required, but not less than 3% of value of contract. The running bills shall be
paid within 14 days of submission of bill.
27. TIME OF COMPLETION
The entire works to be completed within 27 months from the date of issue of work
order including rainy season.
28. VARIATIONS
a) The Engineer shall, having regard to the scope of the Works and the sanctioned
estimated cost, have power to order, in writing, Variations within the scope of the
Works he considers necessary or advisable during the progress of the Works. Such
Variations shall form part of the Contract and Contractor shall carry them out and
include them in updated Programmes produced by the Contractor. Oral orders of the
Engineer for various Variations, unless followed by the written confirmation, shall not
be taken into account.
b) If ratesfor variation items are specified in Bill of Quantity, the Contractor shall carry
out such work at the same rate. This shall apply for variation only up to the limit
prescribed in the contract data. If the variation exceeds this limit, the rates shall be
Page 14 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
derived under the provision of clause- c for quantities (higher or lower) exceeding the
deviation limit.
c. If the rates for Variation are not specified in the Bill of Quantities, the Engineer shall
derive the rate from similar items in the Bill of Quantities.
d.If the rate for Variation item cannot be determined in the manner specified in Clause
a or b, the Contractor shall, within 14 days of the issue of order of variation work,
inform the Engineer the rate which he proposes to claim, supported by analysis of the
rates. The Engineer shall assess the quotation and determine the rate based on
prevailing market rates within one month of the submission of the claim by the
Contractor. As far as possible, the rate analysis shall be based on the standard data
book and the current schedule of the rates of the district public work division. The
decision of the Engineer on the rate so determined shall be final and binding on the
Contractor.
29. PROGRAMME AND RETURNS TO BE FURNISHED
As soon as practicable, but not later than 7 days after the acceptance of his tender,
the contractor shall submit to the Engineer-In-charge for his approval, a time
schedule, to carry out works and methodology of carrying out work. The contractor
shall whenever required by the Engineer-in-charge, furnish for his information
arrangements for carrying out the work. The submission to and approval by Engineerin-charge of such program or furnishing of such particulars shall not relieve the
contractor of any of his duties or responsibilities under the contracts. In addition, the
contractor shall have to furnish returns of work done by him, as may be directed by
the Engineer-in-charge from time to time.
30. EMPLOYMENT OF LABOUR
The contractor shall submit a daily report to the Engineer-in-charge regarding the
total labour employed by him for the work and shall be bound to pay wages which
shall not less than the wages fixed under Minimum Wages Act.
31. LINE AND LEVELS
The contractor shall be solely responsible for setting out the works and for the
correctness of the position, levels, dimensions and alignment according to the
specification and shall provide all necessary assistance, instruments, pegs, sticks,
poles and other materials, required for the purpose. The tender rates shall be
deemed to include all this.
32. EXECUTION
The contractor shall have to execute various items of works strictly according to the
order and time schedule approved by the Engineer-in-charge. Materials will also be
tested as per required frequency of tests.
Page 15 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
33. TECHNICAL STAFF AT SITE OF WORK
The contractor shall have to employ full time technical staff and other supporting staff
for supervision of the work of each construction site. Name of the technical staff
employed by the contractor shall be intimated in writing to the Engineer-in-charge.
Any change of technical staff during the execution of work should be intimated
immediately in writing to the Engineer-in-charge.
34. SITE OFFICE
The contractor shall establish and maintain a site office under his authorized
representative/technical staff. All relevant documents shall be kept in the site office.
35. SITE ORDER BOOK
A site order book shall be maintained at the site of work in which instructions shall be
given to the contractor as and when necessary. These instructions/orders shall have
to be signed and complied by the Contractor or his authorized representative. The
entries in ‘Site Order Book’ shall be treated as proper notice serving upon the
contractor in terms of his Contract.
36. LIGHTING ARRANGEMENT
The contractor shall make his own arrangement for lights during the fag end of the
day in case the work is likely to be delayed due to unavoidable circumstances.
37. SAMPLES
Contractor shall establish laboratory with sufficient arrangement of testing facilities,
appliances and laboratory technicians etc. at the site and shall always co-operate in
procurement of samples, conduction of tests, as may be directed and no extra
payment shall be made for them. Test samples shall be taken carefully in accordance
with the I.S.I. method of sampling, no plea shall be entertained on this account. Job
Mix Formula for Concrete shall be designed from any reputed authority by the
contractor on his cost. In case it is designed by the agency itself it should be checked
by third party/ an independent agency.
38. TESTING OF MATERIALS
All materials and workmanship shall be of the respective kind described in the
contract and in the accordance with Engineer-in-charge instructions and shall be
subjected from time to time to the testes mentioned under specifications. The
contractor shall provide such assistance, labour and materials as are normally
required for examining measuring and testing of the works quantity weight or quality
of materials used and shall supply materials, sufficiently in advance for testing as
mentioned under specifications. The materials used subsequently for execution of the
work shall strictly conform to the quality and sample approved. Necessary test for
which facilities are not available locally or at site shall be conducted in the nearest
available government controlled Laboratories/Research Institutes, Mumbai or any
other reputed technical institution. Cost of such testing and forwarding of sample to
Page 16 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
the laboratory etc that may be 100% shall be borne by the contractor and nothing
extra shall be paid on this account. Regular quality control test registers shall be
maintained by the contractor.
39. ROYALTIES AND TAXES ETC.
The contractor shall pay all royalties, license fee, labour cess and other charge at
query, octroi duties, custom duties, toll taxes, trade tax, service charge and any other
local taxes, WCT, Service Tax as may be levied. No passes for octroi or toll levied by
local bodies on toll bridges shall be issued by the department. Rate shall inclusive of
the same. Nothing extra shall be paid due to fluctuations in the cost of materials,
machines bitumen, P.O.L., labour and all types of taxes etc. apart from escalation as
mentioned in clause 50.
40. COMPLIANCE WITH LOCAL BYE LAWS
The contractor shall throughout the continuance of the contract and in respect of all
matters arising out of performance their off, confirm with all required regulating and
bye-laws of the local or other authorities which may be applicable to the works.
41. ROAD TRANSPORT
The contractor employing motor vehicles for transport of material shall abide by
provisions of the Motor Vehicles Act.
42. SAFETY CODE
The contractor must ensure to arrange rigid scaffolding or staging, working
platforms, gangways and stairway with safe means of excess shall provide to all
working places including Hoisting Machines with proper attachments and regular
maintenance with all other safety measures.
All necessary personal safety equipments as considered adequate by the
Engineer should be kept available for the use of the person employed on the site and
maintained in a condition suitable for immediate use, and the contractor should take
adequate steps to insure proper use of equipments for those concerns.
43. FIRST AID
At every work place there shall be maintained, in readily accessible place, first aid
appliance including an adequate supply of sterilized dressings and sterilized cotton
wool. The appliance shall be kept in good order and in large work place they shall be
readily available during working hours.
44. DAMAGES BY RAINS, ACCIDENTS OR NATURAL CALAMITIES
No payment will be made to the contractor for damage caused by rains, accidents or
other natural calamities during the progress of work. No claim what so ever shall be
entertained on this account.
Page 17 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
The contractor shall be responsible for all injury to the work or workmen to
persons or things and for all damages to the structure.
The contractor shall reinstate all damage of every sort mentioned in this clause,
so as to deliver the whole of the contract works complete and perfect in every
respect and so as to make good or otherwise satisfy all claims for damages to the
property or third parties.
The contractor shall effect the insurance necessary and indemnify the Employer
entirely from all responsibilities in this respect. The insurance must be placed with a
company of repute with scope of insurance to include all damages or loss.
[
45. DEFAULT OF CONTRACTOR IN COMPLIANCE
Constant defiance of the instructions of the Engineer-in–charge on the part of the
contractor or his authorized agent will make the contract liable to be terminated.
46. TERMINATION
1) The Employer may terminate the Contract if the Contractor causes a
fundamental breach of the Contract.
2) Fundamental breaches of Contract shall include, but shall not be limited to, the
following:
a) the contractor stops work for 28 days when no stoppage of work is shown
on
the current Programme and the stoppage has not been authorized by the
Engineer;
b) the Contractor is declared as bankrupt or goes into liquidation other than
for approved reconstruction or amalgamation.
47. CLEARANCE OF SITE ON COMPLETION
The contractor shall at all times keep the premises free from accumulated materials
or rubbish caused by his employees on the works and on completion of the work, he
shall clear away and remove from site all surplus materials, rubbish and temporary
work of any kind and fill up borrow pits dug by him. He shall leave whole of the site
and work clean and in a workmanlike condition to the entire satisfaction of the
Engineer-in-charge.
48. ARBITRATION
All disputes or differences of any kind what so ever which shall at any time rise
between the parties shall after written notice by either party to the contract to the
other of them and to the U.P.R.N.N. herein after mentioned be referred for
adjudication to a sole arbitrator to the appointed as herein after provided. For the
purpose of appointing the sole arbitrator referred to above, the employer will send
within 30 days of receipt of the notice, to the contractor a panel of three names of
Page 18 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
persons who shall be presently unconnected with the organization for which the
work is executed.
The contractor shall on receipt of the names as aforesaid; select any one of the
persons named to the appointed, as a sole arbitrator and communicate his name to
the employer within 30 days of receipt of the name. The employer shall theirupon
without any delay appoint the set person Sole Arbitrator. If the contractor fails to
communicate such selection as provided above within the period specified, the
competent authority shall make the selection and appoint the selected person as the
Sole Arbitrator.
The award of the arbitrator shall be final and binding on both the parties. The
fees and other costs, if any, of the arbitrator shall, if required to be paid before the
award is made and published, be paid half and half by each of the parties.
If any dispute arises between parties to the Contract it shall be under the
jurisdiction of Civil Court at Lucknow (Procedure for resolution of dispute exists in
general conditions of contract clause 25.1 to 25.7).
49. DEFECTS AFTER COMPLETION
The contractor shall make good at his own cost and to the satisfaction of the
employer all defects, shrinkage, settlements or other faults which may appear within
12 months after completion of the work.
50. ESCALATION
CLAUSE 10C
Payment On Account Of Increase In Prices / Wages Due To Statutory
Order(S)
If after submission of the tender the price of any material incorporated in the
works (not being a material supplied from the Engineer-in-Charge’s stores in
accordance with clause 10 thereof) and / or wages of labour increases as a
direct result of the coming into force of any fresh law. or statutory rule or order
(but not due to any changes in sale tax) and such increase in the price and /
or wages Prevailing at the time of the last stipulated date for receipt of the
tenders including extensions if any for the work, and the contractor thereupon
necessarily and properly pays in respect of that materials (incorporated in the
works) such increased price and / or in respect of labour engaged on the
execution of the work such increased wages, then the amount of the contract
shall accordingly be varied and provided further that any such increase shall
not be payable if such increase has become operative after the stipulated
date of completion of the work in question.
If after submission of the tender, the price of any materials incorporated in the
works (not being a material supplied from the Engineer-in-Charge’s stores in
accordance with clause 10 thereof) and / or wages of labour is decreased as
Page 19 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
direct result of the coming into force of any law or statutory rules or order (but
not due to any changes in sales tax) and such decrease in the prices and / or
wages Prevailing at the time of receipt of the tender for the work. The
government shall in respect of materials incorporated in the works (not being
materials supplied from the Engineer-in-Charge’s stores in accordance with
clause 10 thereof) and / or labour engaged on the execution of the work after
the date of coming into force of such law, statutory rule or order be entitled to
deduct from the dues of the contractor such amount as shall be equivalent to
the difference between the prices of the materials and / or wages as Prevailed
at the time of the last stipulated date for receipt of tenders including
extensions if any for the work and the price of materials and / or wages of
labour on the coming into force of such law, statutory rule or order.
The contractor shall, for purpose of this condition, keep such books of
account and other documents as are necessary to show the amount of any
increase claimed or reduction available and shall allow inspection of the same
by a duly authorized representative of the government, and further shall, at
the request of the Engineer-in-Charge may require any documents so kept
and such other information as the Engineer-in-Charge may require.
The contractor shall, within a reasonable time of his becoming aware of any
alteration in the price of any such material and / or wages of labour, give
notice thereof to the Engineer-in-Charge stating that the same is given
pursuant to this condition together with all information relating thereto which
he may be in position to supply.
CLAUSE 10 CA
Payment on account of increase / decrease in price of construction
materials after receipt of tender.
If after submission of the tender, the price of cement or steel reinforcement
bars / bitumen incorporated in the works ( not being a material supplied from
the Engineer-in-Charge’s stores in accordance with clause 10 thereof)
increase (s) beyond the price (s) Prevailing at the time of the last stipulated
date for receipt of tenders (including extensions, if any) for the work, then the
amount of the contract shall accordingly be varied and provided further that
any such increase shall not be payable if such increase has become
operative after the stipulated date of completion of work in question.
If after the submission of the tender, the prices of cement and / or steel
reinforcement bars / bitumen incorporated in the works (not being a material
stipulated from the Engineer-in-Charge’s stores in accordance with the clause
10 thereof) is decreased, government shall in respect of these materials
incorporated in the works (not being a material supplied from the Engineer-inCharge’s stores in accordance with clause 10 thereof) be entitled to deduct
from the dues of the contractor such amount as shall be equivalent to the
difference between the prices of cement and / or steel reinforcement bars /
bitumen as Prevailed at the time of last stipulated date for receipt of tenders
including extensions if any for the work and the prices of these materials on
the coming into force of such base price of cement and / or steel
reinforcement bars / bitumen issued under authority of Schedule of Rate
committee.
Page 20 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
The increase / decrease in price shall be determined by the all India
Wholesale Price Indices for cement and steel (bars and rods) as published by
Economic Advisor to government of India, Ministry of commerce and Industry
and base price for cement and / or steel reinforcement bars / bitumen as
issued under authority of Schedule of Rate committee as valid on the last
stipulated date of receipt of tender, including extension if any and for the
period under consideration.
The amount of the contract shall accordingly be varied for cement or steel
reinforcement bars / bitumen and will be worked out as per the formula given
below:Adjustment for cement component
i)
Price adjustment for increase or decrease in the cost of cement
procured by the contractor shall be paid in accordance with the
following formula:
Vo
Vo
=0.85 x Po / 100 x R (C1-Co) / Co
=increase or decrease in the cost of work during the month under
consideration due to changes in rates for cement.
=Value of work
R
CC
C1
PC
=The all Indian Wholesale Price Index for cement on 28 days
Preceding the date of opening of Bids as published by the Ministry of
Industrial Development, Government of India, New Delhi.
=The all India average wholesale price index for cement for the month
under consideration as published by Ministry of Industrial
Development, Government of India, New Delhi.
=Percentage of cement component of the work
Adjustment for steel component
ii)
Price adjustment for increase or decrease in the cost of steel procured
by the Contractor shall be paid in accordance with the following
formula:
Vs
=0.85 x Ps/ 100 x R x (S1 -S o)/ S o
Vs
=Increase or decrease in the cost of work during the month under
consideration due to changes in the rates for steel.
So
=The all India Wholesale Price Index for steel (bars and rods) 28 days
Preceding the date of opening of bids as published by the Ministry of
Industrial Development Government of India New Delhi.
S1
=The all India average Wholesale Price Index for steel (bars and rods)
for the month under consideration as published by Ministry of
Industrial Development, New Delhi
Ps
=Percentage of Steel component of the work.
Note.: For the application of this clause, index of Bars and Rods has been
chosen to represent steel group.
Adjustment of bitumen component
iii)
Price adjustment for increase or decrease in the cost of
bitumen shall be paid I accordance with the following formula:
Vb
= 0.85 x Pb / 100 x R x (B1 - B o). B o
Page 21 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Vb
Bo
B1
Pb
=Increase or decrease in the cost of work during the month
under consideration due to changes in rates for bitumen.
=The official retail price of bitumen at the IOC depot at nearest
center on the day 28 days prior to date of opening of bids.
=The official retail price of bitumen of IOC depot at nearest
center for the 15th day of the month under consideration.
=Percentage of bitumen component of the work.
CLAUSE 10CC
Payment of increase / decrease in prices / wages after receipt of tender
(time of completion more than 18 months)
Contact price shall be adjusted for increase or decrease in rates and price of
labour, materials fuels and lubricants in accordance with the following
principles and procedures and as per formula given in the contract data.
a)
The price adjustment shall apply for the work done from the start date given in
the contact data upto end of the initial intended completion date or extensions
granted by the Engineer and shall not apply to the work carried out beyond
the stipulated time for reasons attributable to the contractor.
b)
Following exPressions and meanings are assigned to the work done during
each month:
R
=Total value of work done during the month. It would include the amount of
secured advance granted, if any, during the month, less the amount of
secured advance recovered, if any during the month. It will exclude value for
works executed under variations for which price adjustment will be worked
separately based on the terms mutually agreed.
C
=To the extent that full compensation for any rise or fall in costs to the
contractor is not covered by the provisions of this or other clauses in the
contract, the unit rates and prices included in the contract shall be deemed to
include amounts to cover the contingency of such other rise or fall in costs.
The formula (e) for adjustment of prices are:
Adjustment for labour component
(i)
Price adjustment for increase or decrease in the cost due to labour
shall be paid in accordance with the following formula:
VL
=
VL
=
increase or decrease in the cost of work during the month
under consideration due to changes in rates for local labour.
Lo
=the consumer price index for industrial workers for the state on 28
days Preceding the date of opening of bids as published by Labour
Bureau, Ministry of Labour, Government of India.
0.85 x P1 / 100 x R x (L1 –L o)/ L o
Page 22 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
L1
=The consumer price index for industrial workers for the state for the
month under consideration as published by Labour Bureau, Ministry of
Labour, Government of India
P1
=Percentage of labour component of the work
Adjustment for cement component
(ii)
Price adjustment for increase or decrease or decrease in the cost of
cement procured by the contractor shall be paid in accordance with
the following formula:
Vo
=0.85 x P o /100 x R x (C1-C o)/C o
Vo
=increase or decrease in the cost of work during the month under
consideration due to changes in rates for cement.
Co
=The all Indian Wholesale Price Index for cement on 28 days
Preceding the date of opening of Bids as published by the Ministry of
Industrial Development, Government of India, New Delhi.
C1
=The all India average Wholesale Price Index for cement for the
month under consideration as published by Ministry of Industrial
Development, Government of India, New Delhi.
Po
=Percentage of cement component of the work
Adjustment for steel component
(iii)
Price adjustment for increase or decrease in the cost of steel procured
by the contractor shall be paid in accordance with the following
formula:
Vs
=
Vs
=Increase or decrease in the cost of work during the month under
consideration due to changes in the rates for steel
So
=The all India Wholesale Price Index for steel (bas and rods) on 28
days Preceding the date of opening of Bids and published by the
Ministry Industrial Development, Government of India New Delhi.
S1
=The all India average wholesale price index for steel (bars and rods)
for the month under consideration as published by Ministry of
Industrial Development, New Delhi.
P1
=Percentage of steel component of the work.
0.85 x Ps/100 x R x (S1-So)/So
Note.: For the application of this clause, index of bars and rods has been chosen to
represent steel group.
Page 23 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Adjustment of bitumen component
(iv)
Price adjustment of increase or decrease in the cost of bitumen shall be paid
in accordance with the following formula:
Vb
=0.85 x Pb / 100 x R (B1 -Bo)/Bo
Vb
=Increase or decrease in the cost of work during the month under
consideration due to changes in rates for bitumen
Bo
=The official retail price of bitumen at the IOC depot at nearest center
on the day 28 days prior to date of opening of Bids.
B1
=The official retail price of bitumen of IOC depot at nearest center for
the 15th day of the month under consideration.
Pb
=Percentage of bitumen component of the work.
Adjustment of POL (fuel and lubricant) component
(v)
Price adjustment for increase or decrease in the cost of POL (fuel and
lubricant) shall be paid in accordance with the following formula.
V1
=
V1
=
Increase or decrease in the cost of work during the month
under consideration due to changes in rates for fuel and lubricants.
Fo
=
The official retail price of High Speed Diesel (HSD) at the
existing consumer pumps of IOC at nearest center on the day 28 days
prior to the date of opening of Bids.
F1
=
The official retail price of HSD at he existing consumer pumps
of IOC at nearest center for the 15th day of month of the under
consideration.
P1
=
0.85 x P1 / 100 x R x (F1-Fo) / Fo
Percentage of fuel and lubricants components group.
Note.: For the application of this clause, the price of High Speed Diesel oil has been
chosen to represent fuel and lubricants group.
Page 24 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Adjustment for plant and Machinery Spares component
(vi)
Price adjustment for increase or decrease in the cost of plant and machinery
spares procured by the contractor shall be paid in accordance with the
following formula:
Vp
=
0.85 x Pp / 100 x R x (P1 - Po)/Po
Vp
=
Increase or decrease in the cost of work during the
month under consideration due to changes in rates for plant and
machinery spares.
Po
=
The all India Wholesale Price Index for heavy
machinery and parts on 28 days Preceding the date of opening of Bids
as published by the Ministry of Industrial Development Government of
India, New Delhi.
P1
=
The all India average Wholesale Price Index for heavy
machinery and parts for the month under consideration as published
by Ministry of Industrial Development Government of India, New Delhi.
Pp
Percentage of plant and machinery spares component of the work.
Note.: For the application of this clause, index of heavy Machinery and parts has
been chosen to represent the plant and Machinery Spears group.
Adjustment of other materials component
(vii)
Price adjustment for increase of decrease in cost of local materials
other than cement, steel, bitumen and POL procured by the contractor
shall be paid in accordance with the following formula.
Vm
=
0.85 x Pm / 100 x R x (M1 - Mo)/Mo
Vm
=
Increase or decrease in the cost of work during the month
under consideration due to changes in rates for local materials other
than cement, steel, bitumen and POL.
Mo
=
The all India Wholesale Price Index (all commodities) on 28
days Preceding the date of opening of Bids, as published by the
Ministry of Industrial Development, Government of India, New Delhi.
M1
=
The all India Wholesale Price Index (all commodities) for the
month under consideration as published by Ministry of Industrial
Development, government of India, New Delhi.
Pm
=
Percentage of local material component (other than cement,
steel bitumen and POL) of the work
Page 25 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
The following percentage will govern the price adjustment for the entire contract.
1
Labour-P
25%
2
Cement-Pc
14%
3
Steel-Ps
19 %
4
Bitumen-Pb
0%
5
POL-P1
2%
6
Plant & Machinery Spares-Pp 0 %
7
Other materials-Pm
40%
Total
(viii)
100%
In contract where clause 10CA is applicable, this clause 10CC will not be
applicable and in contract where this clause 10CC is applicable Previous
clause 10CA will not be applicable.
CLAUSE 10D
Dismantled Materials Govt. property
The contractor shall treat shall materials obtained during dismantling of a structure,
excavation of the site for a work, etc. as government’s property and such materials shall be
disposed off to the best advantage of government according to the PWD codal provision.
51. All terms and conditions of CSIR/IIIM Jammu as applicable on UPRNN as PMC will
be applicable on contractor.
52. Milestones to be achieved during the contract period
a) 1/8th of the value of entire contract work up to ¼ th of the
period allowed for completion of construction.
b) 3/8th of the value of entire contract work up to ½ of the
period allowed for completion of construction.
c) 3/4th of the value of entire contract work up to ¾ th of the
period allowed for completion of construction.
53. LIQUIDATED DAMAGES
Amount of liquidated damages for
delay in completion of works
nearestthousand, per week.
For Whole of work 1 percent of the Initial
Contract Price, rounded of to the
Maximum limit of liquidated damages
10 percent of the Initial Contract Price
for delay in completion of work.
rounded off to the nearest thousand.
The authorized person to make payments is Project Manager or Unit Incharge of
Unit.
Page 26 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
PROFORMA’S
FOR
TECHNICAL BID
Page 27 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Appendix - 1
I . Details of Earnest money Enclosed (Duly Pledged in favour of U.P.Rajkiya
Nirman
Nigam Ltd, Lucknow.
1. FDR/NSC/CDR/ No…….
Name of Issuing Post Office/Bank
Date:
2. Bank Guarantee Amount
Bank Guarantee no
Name and Address of
Issuing Branch and Date
Signature of Bidder
Page 28 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Appendix - 2
General Information
1) Name of the firm
2) Address
3) Contact Person
Phone
Fax
E-mail
Cell Phone
4) Place and year of incorporation of the firm
5) Registration No. (copy to be enclosed)
6) Details of registration (State PWD/CPWD/MES)
a) Class
b) State
c) Date of Registration
d) Validity
7) Constitution of the firm (Pvt. Ltd., Public, Proprietary etc.)
8) Name and qualification of the Chief Executive of the firm.
Organization Structure of the Firm
Technical Chief of the Organization
a.
b.
c.
d.
Name
Designation
Address
Telephone
Fax
E-mail
Mobile
e. Qualification
f. Experience in years as well as projects (attached C.V)
g. Age
Signature of Bidder
Page 29 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Appendix - 3
Details of Projects handled
1) Details of completed projects each with an outlay or more than 80% Tendered
cost
(i- last five years (2007-08 to 2011-12)
(Furnish in Annexure I)
(Completion certificates must be enclosed)
(ii- 50% of Tendered cost
(iii- 40% of Tendered cost
Project/
Work
Name
Name
of the
Client,
Place
and
State
Description
of Works
Value of
Contract
(Rs. In
lacs)
Stipulated
Actual
Remarks,
time of
time of
Explain
completion completion reasons
for delay,
if any
2) Details of existing commitments and ongoing projects
Project
/ Work
Name
Name
of the
Client,
Place
and
State
Value of
Contract
(Rs. In
lacs)
Stipulated
time of
completion
Date
of
Start
Date of
Completion
Value of
Works
Remaining
to be
completed
Anticipated
time of
completion
Signature of Bidder
Page 30 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Appendix - 4
Format for availability of Credit Facilities
BANK CERTIFICATE
This
is
to
certify
that
M/S
………………………………………………………………………………………………. is a reputed Company
with a good financial Standing.
If
the
contract for
the
work
namely……………………………..
………………………………….overdraft/Credit
facilities
to
the
extent
of
Rs …………………………………………………. to meet their working capital requirements for
executing the above Contract.
Sign of Bank Manager
Name………………………………………….
Address of the Bank
Stamp
Note:- Certificate should be on the letter head of the Bank.
Page 31 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Appendix - 5
Financial Information
1) Turnover for the last five years (Civil Engineering Works)
2)
Sl. No.
Year
Turnover (Rs. In lacs)
1
2008-09
2
2009-10
3
2010-11
4
2011-12
5
2012-13
Remarks
Enclose certificate from the concerned Officer not below the rank of Chief
Account Officer/Finance controller in the case of Govt. or from Chartered
Accountant in the case of Private Organizations.
3) Permanent Account Number (IT)
4) Service Tax registration number
5) Income Tax clearance certificate
(Enclose copies for the last five years)
Signature of Bidder
Page 32 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Appendix - 6
Details of Machinery and Equipment owned
Name of
Equipment
Nos.
Capacity/Size
Signature of Bidder
Page 33 of 45
Age/
Condition
Owned/Leased
or to be
Purchased
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Appendix- 7
Details of Important Technical Personnel to be provided as in II above
Qualification of technical personnel proposed for the Contract.
Position
Name
Qualification
Years of experience
Road
Works
Signature of Bidder
Page 34 of 45
Building
Works
Other
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Appendix- 8
Attested copy of the partnership deed if it is partnership firm and registration
certificate in case of company, sole proprietorship declaration in case of proprietorship
firm. Joint ventures shall not be accepted.
SIGNATURE OF BIDDER
Page 35 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Appendix- 9
Authority letter, if firm, in favour of the person who has signed the tender
document with telephone no. and complete postal address.
SIGNATURE OF BIDDER
Page 36 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Appendix-10
Standard Form of Agreement
Notes on Standard Form of Agreement
The Agreement should incorporate any corrections or modifications to the Bid resulting
from correction of errors
Standard Form : Agreement
Agreement
This agreement, made the
day of…………….of 2013…………………………………………….
Unit, U.P.R.N.N. ………………………………
(hereinafter called “the Employer”) of the one part, and
-----------------------------------------------------------------------------------------------*name and address of Contractor+ (hereinafter called “the Contractor” of the other part)
Whereas the Employer is desirous that the Contractor execute the Work of……………………
District-………………… (hereinafter called “the Works”) and the Employer has accepted the
Bid by the Contractor for the execution and completion of such Works and the remedying of
any defects therein at a cost if Rupees……………… *Rs………………………..only+.
NOW THIS AGREEMENT WITNESSETH as follows:
1. In this Agreement, words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract hereinafter referred to, and
they shall be deemed to form and read and construed as part of this Agreement.
2. In consideration of the payments to be made by the Employer to the Contractor as
hereinafter mentioned, the Contractor hereby covenants with the Employer to execute
and complete the Works and remedy any defects therein in conformity in all aspects
with the provisions of the Contract.
3. The Employer hereby covenants to pay the Contractor in consideration of the execution
and completion of the Works and remedying the defects wherein the Contract Price or
such other sum as may become payable under the provisions of the Contract at the
times and un the manner prescribed by the Contract.
4. The following documents shall be deemed to form and be read and construed as part of
this Agreement, viz:
Page 37 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
i) Letter of Acceptance;
ii) Notice to proceed with the works;
iii) Contractor’s Bid;
iv) Contract Data;
v) Special Conditions of Contract and General Conditions of Contract;
vi) Specifications
vii) Drawings;
viii) Bill of Quantities;
ix) Any other document listed in the Contract Data as forming part of the contract.
In witness whereof the parties thereto have caused this Agreement to be executed the day
and year first before written.
The Common Seal of
Project Manager/ Unit Incharge
Unit- …………………..UPRNN
District
Was hereunto affixed in the presence of;
Signed, Sealed and Delivered by the said To,
In the presence of:
Assistant Resident Engineer/ Resident Engineer
Binding Signature of Employer authorized representative
Project Manager/ Unit Incharge
Unit- …………………..UPRNN
District
Binding Signature of Contractor
Page 38 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Appendix-11
Form of Bid
Notes on Form of Bid
The Bidder shall fill in and submit this form with the Bid.
………………………..Date
To [Name of Employer] U.P. Rajkiya Nirman Nigam Ltd, Lucknow represented by
Project
Manager………………………………………..Unit…………………………………………………………………………
Address
address+………………………………………………………………………………………………………………
[insert
Deception
of
Works……………………………………………………………………………………………………………….
the
………………………………………………………………………………………………………………………………………………
1. I/We offer to execute the work described above and remedy any defects therein
conformity with the condition of contract, specifications, drawings, Bill of Quantity and
Addenda for
a) For percentage rate……………………………percentage below/percentage above/at par with
the rate entered in the schedules of rate, as referred to in clause C page-4 (Bid Prices) of
ITB.
2. We undertake to commence the work on receiving the notice to proceed with work in
accordance with the contracts documents.
3. This Bid and your written acceptance of itself constitute a bidding contract between us.
We understand that you are not bound to accept the lowest or any bid you receive.
We hereby confirm that this bid complies with the bid ability and earnest money
required by the bidding documents and specified in the appendix to ITB.
Authorized
Signature:………………………………………………………………………………………………………………….
Name
of
Title
Signatory………………………………………………………………………………………………………….
Name
Bidder………………………………………………………………………………………………………………………….
Authorized
Address
Communication:……………………………………………………………………………………..
Page 39 of 45
of
of
of
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
………………………………………………………………………………………………………………………………………………
…..
………………………………………………………………………………………………………………………………………………
….
Telephone
No.
(s):(office):………………………………………………………………………………………………………….
Mobile
No
:…………………………………………………………………………………………………………………………………
Facsimile
(FAX)
No.:…………………………………………………………………………………………………………………….
Electronic
Mail
Identification
(EMail
ID)…………………………………………………………………………………...
Page 40 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Appendix-12
OFFICE OF THE PROJECT MANAGER
…………………………………………….Unit,
District………………………………………..
No………………………………..
Dated……………………………
LETTER OF ACCEPTANCE
To,
M/s…………………………………………..
…………………………………………………
…………………………………………………
This is to notify you
Manager………………………….
………………….Unit,
U.P.R.N.N
dated……………………………for
that
on
behalf
of
the
Ltd…………………….has
Execution
of
the
District………………………….for
Rs………………………………………..
Employers
accepted
the
Contract
the
Project
your
Price
bid
of
(Rs. …………………………………………………………………….only) is hereby accepted by our Agency.
You are hereby requested to furnish Performance Security, in the form detailed in Cl.
23
of
ITB
for
an
amount
of
Rs.
……………………..(Rs.
…………………………………………………………………………..)
Within 10 days of the receipt of this letter of acceptance valid up to 45 days from the
date of
expiry of Defects Liability Period (i.e. up to …………………………………..) and sign the contract,
failing
which action as stated in Cl. 15(h) of ITB will be taken.
Yours faithfully
Project Manager
………………………………………Unit,
District…………………………………
No. & Dated as above
Copy of G.M. …………………………………………………………………….for information and necessary
action.
Project Manager
………………………………………Unit,
District…………………………………
Page 41 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Appendix-13
OFFICE OF THE PROJECT MANAGER
……………………….Unit, District…………………………
Issue of Notice to proceed with the work
Letter No. …………………………
Dated……………………………
To,
………………………………………………..
…………………………………………………
…………………………………………………
Dear Sir,
Pursuant to your furnishing the requisite performance security as stipulated in
ITB
Clause
and signing
………………………………………………………
of
the
contract
for
the
construction
of
For Distt. …………………………………………………………………..you are hereby instructed to proceed
with
The execution of the said work in accordance with the Contract documents.
Your’s faithfully
Project Manager
………………………………………Unit,
District…………………………………
Page 42 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Appendix-14
(d) Form of unconditional Bank guarantee for advance payment.
BANK GUARANTEE FOR ADVANCE PAYMENT
To,
Project Manager,
………………………………………Unit,
District………………………………….
Gentiemen :
In accordance with the provisions of general conditions of Contract , clause 45
(“Advance
Payment”)
of
the
above
mentioned
contract,
……………………………………………………………………………..………………………………………………………………
……
[Name and addresses of contract+
with
(hereinafter called “the Contractor) shall deposit
performance under the said clause of the contract
………………………………………….*amount
of
…………………………………………………………………………………*in words+.
in
the
amount of
guarantee’+
We, the ……………………………………………..*bank or financial institution+, as instructed by
the Contractor, agree unconditionally and irrevocably to guarantee as primary obligator and
not as Surety merely, the payment to …………………………………………………………………..*Name of
Employer]on his first demand without whatsoever right of objection on our part and
without
his firstclaim to the contract, in amount not exceeding
………………………………………………………………………….*amount
of
guarantee+*…………………………………………………… .
We further agree that no change or addition to or other modification of the term of
thecontract or of works to be performed there under or of any of the contractor documents
whichmay be released us from any liability under this guarantee, and we hereby waive
notice of anysuch change, addition or modification.
This guarantee shall remain valid and in full effect from the date of the advance
payment
under the contract until ………………………………………………………………………………*Name of
Employer]receives full repayment of the same amount from the Contractor.
Your truly,
Signature and seal : ……………………………………..
Name of Bank/Financial Institution : …………….
Addresses : ……………………………………………………
Date : ……………
* An amount shall be inserted by the Bank or Financial Institution representing
advance payment and denominated in Indian Rupees.
Page 43 of 45
the amount of the
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Appendix-15
PROFORMA OF BANK GUARANTEE FOR EARNEST MONEY DEPOSIT
(ON NON JUDICIAL PAPER OF APPROPRIATE VALUE)
Bank Guarantee No. & date………………………………..
Guaranteed Amount:
Rs………………………………..
Date of Expiry:
Name of Work:DEVELOPMENT OF PROPOSED CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (WEST), MUMBAI
To,
U.P. Rajkiya Nirman Nigam Ltd.
ESI Hospital, .
Dear Sir,
M/s………………(Tender Name and Address)…………..wish to submit their bid for award of work for
Construction of DEVELOPMENT OF PROPOSED CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (WEST), MUMBAI as per prescribed
terms and conditions of the tender document, and is due for submission by……………2013. The
Tender conditions require the intending tenderer to submit a sum of Rs. 20 Lacs as DD/CDR/NSC and
rest amount in the shape of Bank Guarantee as Earnest Money Deposit. This includes Bank
Guarantee executed by Nationalized Bank, on behalf of Intending Tenderer, undertaking full
responsibilities to indemnify the U.P. Rajkiya Nirman Nigam Ltd., Lucknow in case of default of the
prescribed terms and conditions of the said Tender.
M/s………………(Tender Name and Address)…………..has, in view of the above, approached us and at
their request and in consideration of the promises, we,…………..(Bank Name) having our office
at………………..(Address)……………have agreed to give such guarantee as hereunder mentioned:1. We,…………(Name of Bank)………., do hereby undertake and agree to pay to you, on demand,
in such manner as you may direct, full amount of Rs. ……………………......or part thereof, in the
event of any default made by M/s………….(Tender Name and Address)……………..in performing
any of the terms and conditions of the tender and against any loss or damage caused to or
suffered or would be caused to or suffered by the U.P.Rajkiya Nirman Nigam Ltd , LUCKNOW
by reason of any breach of the terms and conditions of the tender referred above.
2. We,…………(Name of Bank)………., do hereby undertake to pay the amounts due and payable
under the Guarantee without any demur, merely on demand from the U.P.Rajkiya Nirman
Nigam Ltd, Lucknow stating that the amount claimed is due by way of loss or damage caused
to or would be caused to or suffered by the Nigam by reason of breach by the said bidder of
any of the terms and conditions submitted by the bidder or by reason of failure to perform
the said commitment. Any such demand made of the Bank shall be conclusive with regard to
the amount due and payable by the Bank under this guarantee. However, our liability under
this guarantee shall be restricted to an amount not exceeding Rs. ……………………….. .
Page 44 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
3. We undertake to pay the U.P. Rajkiya Nirman Nigam Ltd, Lucknow any money so demanded
not withstanding any dispute or disputes raised by the bidder in any suit or proceeding
pending before any court or tribunal relating thereto or liability under this present being
absolute and unequivocal. The payment so made by us under this bond shall be valid
discharge of our liability for payment there under and the bidders shall have no claim against
us for making such payment.
4. We,…………(Name of Bank)………., further agree that guarantee herein contained shall remain
in full force and effect during the period that would be taken for the performance of the said
commitment and for any liability which may arise during its legal validity. It shall continue to
be enforceable till all the dues of the Government under or by virtue of the said
commitment have been fully paid and its claims satisfied or discharged or till U.P. Rajkiya
Nirman Nigam Ltd, Lucknow certifies that the Terms & Conditions of the said commitment
have been fully and properly carried out by the said bidder and accordingly discharges this
guarantee. Unless a demand or claim under this Guarantee is made on us in writing on or
before……….., we shall be discharged from all liabilities under this guarantee thereafter.
5. We,…………(Name of Bank)………., further agree, that the U.P. Rajkiya Nirman Nigam Ltd,
Lucknow shall have fullest liberty without our consent and without affecting in any manner
our obligations hereunder to vary the Terms & Conditions of the said Tender Enquiry or to
extend time of performance by the said bidder from time to time or to postpone for any
time or from time to time any of the powers exercisable by the U.P.Rajkiya Nirman Nigam
Ltd, Lucknow . against the said bidder and to forbear or enforce any of the Terms &
Conditions relating to the said Tender Enquiry and we shall not be relieved from our liability
by reason of such variations or extensions being granted to the said bidder or for any
forbearance, act or omission on the part of U.P.Rajkiya Nirman Nigam Ltd , Lucknow or any
indulgence by the U.P.Rajkiya Nirman Nigam Ltd, Lucknow. with the said bidder or any such
matter or thing whatsoever which under the law relating to sureties would, but for the
provision, have effect of so relieving us.
1. The guarantee herein contained shall not be determined or affected by the liquidation or
winding up, dissolution or changes in the constitution or insolvency of the said bidder but shall in
all respects and for all purposed be binding and operative until payment of all money due to you
in respect of such liabilities is paid.
2. This guarantee will not be discharged due to the change in constitution of Bank.
3. We,…………(Name of Bank)………., lastly undertake not to revoke this guarantee during the
currency except with the previous consent of the U.P.Rajkiya Nirman Nigam Ltd,Visheshwariya
Bhawan, Vibhuti Khand, Gomti Nagar, Lucknow in writing.
Yours faithfully,
……………………Bank
By its Constituted Attorney
Signature of a person duly authorized to sign
On behalf of the Bank.
Page 45 of 45
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
VIBHUTI KHAND,
GOMTI NAGAR,
LUCKNOW
TENDER DOCUMENT
FOR
DEVELOPMENT OF CSIR INNOVATION COMPLEX
AT CSIR-NIO REGIONAL CENTRE,
LOKHANDWALA ROAD, FOUR BUNGALOWS,
ANDHERI (W), MUMBAI
General Condition of Contract
VOLUME - II
Page 1 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
General Conditions of Contract
A. General
1. Definitions
1.1 Terms
Bill of Quantities means the priced and completed Bill of Quantities forming part of the Bid .
Compensation Events are those defined in Clause 40 hereunder.
The Completion Date is the date of completion of the Works as certified by the Engineer, in
accordance with Clause 48.1
The Contractor is a person or corporate body whose Bid to carry out the Works, including
routine maintenance, has been accepted by the Employer.
The Contractor’s Bid is the completed bidding document submitted by the Contractor to the
Employer.
The Contract Price is the price stated in the Letter of Acceptance and thereafter as adjusted in
accordance with the provisions of the Contract.
Days are calendar days, months are calendar months.
A Defect is any part of the Works not completed in accordance with the Contract.
The Defects Liability Certificate is the certificate issued by Engineer, after the Defect Liability
Period has ended and upon correction of Defects by the Contractor.
The Defects Liability Period is one year’s calculated from the completion Date.
Drawings include calculations and other information provided or approved by the Engineer for
the execution of the Contract.
The Employer is U.P.R.N.N., who employs the Contractor to carry out the Works, including
routine maintenance. The Employer may delegate any or all functions to a person or body
nominated by him for specified functions.
The Engineer is the person/ any other competent person appointed by the Employer and
notified to the Contractor, to act in replacement of the Engineer who is responsible for
supervising the execution of Works and administering the Contract.
Equipment is the Contractor’s machinery and vehicles brought temporarily to the site to
construct the Works.
The Initial Contract Price is the Contract Price listed in the Employer’s Letter of Acceptance.
Page 2 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
The Intended Completion Date is the date on which it is intended that the Contractor shall
complete the Works. The Intended Completion Date may be revised only by the Engineer by
issuing an extension of time.
Materials are all supplies, including consumables, used by the Contractor for incorporation in
the Works.
Plant is any integral part of the Works that shall have a mechanical, electrical, electronic,
chemical, or biological function.
The Site is the area defined as such in the Contract.
Site Investigation Reports are those that were included in the bidding documents and are
reports about the surface and subsurface conditions at the Site.
Specifications means the Specification of the Works included in the Contract and any
modification or the addition made or approved by the Engineer.
The Start Date is given in the Contract. It is the date when the Contractor shall commence
execution of the Works. It does not necessarily coincide with any of the Site Possession Dates.
A Sub-Contractor is a person or corporate body who has a Contractor to carry out a part of the
construction work in the Contract, which includes work on the Site.
Temporary Works are works designed, constructed, installed and removed by the Contractor
that are needed for construction or installation of the Works.
A Variation is an instruction given by the Engineer, which varies the Works.
The Works, as defined in the Contract Data, are what the Contract requires the Contractor to
construct, install, maintain and turn over to the Employer. Routine maintenance is defined
separately.
2. Interpretation
2.1 In interpreting these Conditions of Contract, singular also means plural, male also means
female or neuter, and the other way around. Headings have no significance. Words have their
normal meaning under the language of the Contract unless specifically defined. The Engineer
will provide instructions clarifying queries about these Conditions of Contract.
2.2 If sectional completion is specified in the Contract Data, references in the Conditions of
Contract to the Works, the Completion Date, and the Intended Completion Date apply to any
Section of the Works (other than references to the Completion Date and Intended Completion
Date for the whole of the Works).
Page 3 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2.3 The documents forming the Contract shall be interpreted in the following order of priority:
1) Agreement,
2) Notice to Proceed with the Work,
3) Letter of Acceptance,
4) Contractor’s Bid,
5) Special Conditions of Contract Part II,
6) General Conditions of Contract Part I,
7) Specifications,
8) Drawings,
9) Bill of Quantities, and
10) Any other document listed in the Contract Data.
3. Language and Law
3.1 The language of the Contract and the law governing the Contract are stated in the Contract
Data.
4. Engineer’s Decision
4.1
Except where otherwise specifically stated, the Engineer will decide contractual matters
between the Employer and the Contractor in the role representing the Employer. However, if
the Engineer is required under the rules and regulations and orders of the Employer to obtain
approval of some other authorities for specific actions, he will so obtain the approval.
4.2 Except as expressly stated in the Contract, the Engineer shall not have any authority to
relieve the Contractor of any of his obligations under the contract.
5. Delegation
5.1
The Engineer, with the approval of the Employer, may delegate any of his duties and
responsibilities to other people, after notifying the Contractor, an d may cancel any delegation
after notifying the Contractor.
6. Communications
6.1 All Certificate, notices or instructions to be given to the contractor by the Employer/
Engineer shall be sent on the address or contact details given by the contractor in
section 6- Form of Bid. The address and contact details for communications with the
Employer/Engineer shall be as per the details given Contract Data to GCC.
Communications between parties that are referred to in the conditions shall be in
writing. The Notice sent by facsimile (fax) or other electronic means shall be effective
on confirmation of the transmission. The Notice sent by Registered post or Speed
post shall be effective on delivery or at the expiry of the normal delivery period as
undertaken by the postal service.
Page 4 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
7. Subcontracting
7.1
The contractor may subcontract part of the construction work with the approval of the
Employer in writing, upto 25% of the contract price but will not assign the Contract.
Subcontracting shall not alter the contractor’s obligations.
7.2
Beyond what has been stated in clauses 7.1, if the contractor proposes sub contracting
any part of the work during execution of the works, because of some unforeseen circumstances
to enable him to complete the work as per terms of the contract, the Employer will consider
the following before according approval:
a) The Contractor shall satisfy himself before recommending to the employer whether
b) The Contractor shall not sub-contract any part of the work without prior consent of the
Employer. Any such consent shall not relieve the contractor from any liability or obligation
under the contract and he shall be responsible for the acts, defaults and neglects of any his subcontractor, his agents or workmen as fully as if they were the acts, defaults or neglects of the
Contractor, his agents and workmen.
7.3 The Engineer should satisfy himself before recommending to the Employer whether
a) The circumstances warrant such sub-contracting: and
b) The sub-contractor so proposed for the work possess the experience, qualification and
equipment necessary for the job proposed to be entrusted to him in proportion of the
Quantum of works to be sub-contracted.
8. Other Contractors
8.1 The contractor shall co-operate and share the site with other contractors. Public authorities
utilities, and the employer between the dates given in the schedule of other contractors, as
referred to in the contract data. The contractor shall also provide facilities and services for
them as described in the schedule. The employer may modify the schedule of other contractor,
and shall notify the contractor of any such modification.
8.2 The contractor should take up the work in convenient reaches as decided by the Engineer
to ensure there is least hindrance to the smooth flow of traffic including movement of vehicles
and equipment of other contractors till the completion of the works.
9. Personnel
9.1 The contractor shall employ for the construction work and routine maintenance the
technical personnel named in the Contract Data or other technical persons approved by the
Engineer. The Engineer will approve any proposed replacement of technical personnel only if
their relevant qualifications and abilities are substantially equal to or better than those of the
personnel stated in the Contract Data.
9.2 If the Engineer asks the Contractor to remove a person who is a member of the
Contractor’s staff or work force, stating the reasons, the Contractor shall ensure that the
Page 5 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
person leaves the Site within seven days and has no further connection with the Works in the
Contract.
9.3
The Contractor shall not employ any retired Gazetted officer who has worked in the
Engineering Department of the State Government and has either not completed two years after
the date of retirement or has not obtained State Government’s permission to employment with
the Contractor.
10. Contractor’s Risks
10.1 The Employer carries the risks which this Contract states are Employer’s risks, and the
Contractor carries the risks that this Contract states are Contractor’s risks.
11. Employer’s Risks
11.1 The Employer is responsible for the excepted risks which are (a) in so far as they directly
affect the execution of the Works in the Employer’s country, the risks of war, invasion, act of
foreign enemies, rebellion, revolution, insurrection or military or usurped power, civil war, riot
commotion or disorder (unless restricted to the Contractor’s employees), natural calamities and
contamination from any nuclear fuel or nuclear waste or radioactive toxic explosive, or (b) a
cause due solely to the design of the Works, other than the Contractor’s design.
12. Contractor’s Risks
12.1 All risks of loss or damage to physical property and of personal injury and death which
arise during and in consequence of the performance of the Contract other than the excepted
risks, referred to in clause 11.1, are the responsibility of the Contractor.
13. Insurance
13.1 The Contractor at his cost shall provide, in the joint names of the Employer and the
Contractor, insurance cover from the Start Date to the date of completion, in the amounts and
deductibles stated in the Contract Data for the following events which are due to the
Contractor’s risks.
a) loss of or damage to the Works, Plant and Materials;
b) loss of or damage to equipment;
c) loss of or damage to property (except the Works, Plants, Materials and Equipment) in
connection with the Contract; and
d) Personal injury or death.
13.2 Insurance policies and certificates for insurance shall be delivered by the Contractor to
the Engineer for the Engineer’s approval before the completion date/ Start Date. All such
insurance provide for compensation to be payable in Indian Rupees to rectify the loss or
damage incurred.
13.3 (a) The contractor at his cost shall also provide, in the joint names of the Employer and
the Contractor, insurance cover from the date of completion to the end of defect liability
Page 6 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
period, in the amounts and deductibles stated in the Contract Data for the following events
which are due to the Contractor’s risks.
(b) Personal injury or death.
13.4 Insurance policies and certificates for insurance shall be delivered by the Contractor to
the Engineer for the Engineer’s approval before the completion date/Start date. All such
insurance shall be provide for compensation to be payable in Indian Rupees.
13.5 Alterations to the terms of insurance shall not be made without the approval of the
Engineer.
13.6 Both parties shall comply with any conditions of the insurance policies.
14. Site Investigation Reports
14.1 The Contractor, in preparing the Bid, may rely on any Site Investigation Reports referred
to in the Contract Data, supplemented by any other information available to him, before
submitting the bid.
15. Queries about the Contract Data
15.1 The Engineer will clarify queries on the Contract Data.
16. Contract to Construct the Works
16.1 The Contractor shall construct, and install and maintain the Works in accordance with
the Specifications and Drawings.
16.2 The Contractor shall construct the works with intermediate technology, i.e., by manual
means with medium input of machinery required to ensure the quality of works ae per
specifications. The contractor shall deploy the equipment and machinery a given in Contract
Data.
17. The Works to be Completed by the Intended Completion Date
17.1 The Contractor may commence execution of the Works on the Start Date and shall carry
out the Works in accordance with the Programme submitted by the Contractor, as updated
with the approval of the Engineer, and complete them by the Intended Completion Date.
18. Approval by the Engineer
18.1 The contractor shall submit Specifications and Drawings showing the proposed Temporary
Works to the Engineer, who is to approve them.
18.2 The contractor shall be responsible for design of Temporary Works.
18.3 The Engineer’s approval shall not alter the Contractor’s responsibility for design the
Temporary works.
18.4 The Contractor shall obtain approval of third parties to the design of the Temporary
Works, where required.
18.5 All Drawings prepared by the Contractor for the execution of the temporary or permanent
Works, are subject to prior approval by the Engineer before their use.
Page 7 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
19. Safety
19.1 The Contractor shall be responsible for the safety of all activities on the Site.
20. Discoveries
20.1 Anything of historical or other interest or of significant value unexpectedly discovered on
the Site shall be the property of the Employer. The Contractor shall notify the Engineer of such
discoveries and carry out the Engineer’s instructions for dealing with them.
21. Possession of the Site
21.1 The Employer shall handover complete or part possession of the site to the Contractor 7
days in advance of construction programme. At the start of the work, the employer shall
handover the possession of at-least 75% of the site.
22. Access to the Site
22.1 The Contractor shall allow access to the Site and to any place where work in connection
with the Contract is being carried out, or is intended to be carried out to the engineer and any
person/persons/agency authorized by:
a. The Engineer
b. The Employer
23. Instructions
23.1 The Contractor shall carry out all instructions of the Engineer, which comply with the
applicable laws where the Site is located.
24. Dispute Redressal System
24.1 If any dispute or difference of any kind what-so-ever shall arises in connection with or
arising out of this Contract or the execution of Works or maintenance of the Works there
under, whether before its commencement or during the progress of Works or after the
termination. Abandonment or breach of the Contract, it shall, in the first instance, be referred
for settlement to the competent authority, described along with their powers in the Contract
Data, above the risk of the Engineer, The competent authority shall within a period of a fortyfive days after being requested in writing by the Contractor to do so, convey his decision to the
Contractor. Such decision in respect of every matter so referred shall, subject to review as
hereinafter provided, be final and binding upon the Contractor. In case the Works if already in
progress, the Contractor shall proceed with the execution of the Works, including maintenance
thereof, pending receipt of the decision of the competent authority as aforesaid, with all due
diligence.
24.2 Either party will have the right of appeal, against the decision of the competent authority,
to the arbitration if the amount appealed exceeds rupees one lakh.
25. Procedure for Resolution of Disputes
25.1 The Competent Authority mentioned in clause 24.1 shall give a decision in writing within
45 days of receipt of a notification of a dispute.
Page 8 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
25.2 Either party may refer a decision of the Competent Authority to Arbitration within 28
days of the Competent Authority’s written decision Arbitration shall be under the Arbitration
and Conciliation Act 1996. If neither party refers the dispute to Arbitration within the above 28
days, the Competent Authority’s decision will be final and binding.
25.3 The Arbitration shall be conducted in accordance with the following procedure, in case
Initial Contract Price is more than Rs. 5 Crore or the Contractor is a Foreign Contractor, who has
bid under ICB:a) In case of a decision of the Competent Authority in a dispute or difference arising
between the Employer and a Contractor relating to any matter out of or connected
with this Agreement, the matter will be referred to an Arbitral Tribunal. The Arbitral
Tribunal shall consist of three Arbitrators, one each to be appointed by the Employer
and the contractor. The third Arbitrator shall be chosen by the two Arbitrators so
appointed by the parties and shall act as presiding Arbitrator. In case of failure of the
two Arbitrators appointed by the parties to reach upon a consensus within a period of
30 days from the appointment of the Arbitrator appointed subsequently, the
Arbitrator shall be appointed by the Chairman of the Executive Committee of the
Indian Roads Congress.
b) If one of the parties fails to appoint its arbitrator in pursuance of sub-clause (a) above
within 30 days after receipt of the notice of the appointment of its arbitrator by the
other party, then the Chairman of the Executive Committee of the Indian Roads
Congress shall appoint the arbitrator.
A certified copy of the order of the Chairman of the Executive Committee of the
Indian Roads Congress, making such an appointment shall be furnished to each of the
parties.
c) The decision of the majority of arbitrators shall be final and binding upon both parties.
The cost and expenses of Arbitration proceedings will be paid as determined by the
Arbitral Tribunal. However, the expenses incurred by each party in connection with
the preparation, presentation etc. of its proceedings as also the fees and expenses
paid to the arbitrator appointed by such party or on its behalf shall be borne by each
party itself.
25.4 Where the Initial Contract Price as mentioned in the Acceptance Letter is Rs.5 Crore and
below, disputes and differences in which an Adjudicator has given a decision shall be referred
to a sole Arbitrator. The sole Arbitrator would be appointed by the agreement between the
parties; failing such agreement within 15 days of the reference to arbitration, by the appointing
authority, namely the Chairman of the Executive Committee of the Indian Road Congress.
Page 9 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
25.5
Arbitration proceedings shall be held at Lucknow(U.P.), India, and the language of the
arbitration proceedings and that of all documents and communications between the parties
shall be English.
25.6
Performance under the contract shall continue even after references to the arbitration
and payments due to the contractor by the Employer shall not be withheld, unless they are the
subject matter of the arbitration proceedings.
25.7
If any dispute arises between parties to the Contractor it shall be under the jurisdiction
of Civil Court at Lucknow.
B. TIME CONTROL
26. Programme
26.1 Within the time stated in the Contract Data, the Contractor shall submit to the
Engineer for approval a Programme showing the general methods, arrangements,
order and timing for all the activities in the Works, along with monthly cash flow
forecasts for the construction of works.
26.2
The Contractor shall submit the list of equipment and machinery being brought to Site,
the list of key personal being deployed, the list of machinery/equipments being placed in field
laboratory and the location of field laboratory along with the programme. The Engineer shall
cause these details to be verified at each appropriate stage of the programme.
26.3
An update of the Programme shall be a programme showing the actual progress
achieved on each activity and the effect of the progress achieved on the timing of the
remaining Works, including any changes of the sequence of the activities.
26.4
The Contractor shall submit to the Engineer for approval an update programme at
intervals of 60 days no longer than the period stated in the Contract Data. If the Contractor
does not submit an updated programme within this period, the Engineer may withhold the
amount stated in the Contract Data from the next payment certificate and continue to withhold
this amount until the next payment after the date on which the overdue programme has been
submitted.
26.5
The Engineer’s approval of the programme shall not alter the Contractor’s obligations.
The contractor may revise the programme and submit it to the engineer again at any time. A
revised programme shall show the effect of variations and compensation events.
27. Extension of the intended completion date.
27.1 The Engineer shall extend the intended completion date if a compensation event
occurs or a variation is issued which makes it impossible for completion to the
achieved by the Intended Completion Date without the Contractor taking steps to
accelerate the remaining Works, which would cause the Contractor to incur
additional cost.
Page 10 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
27.2
The Engineer shall decide whether and by how much time to extend the Intended
Completion Date within 21 days of the Contractor asking the Engineer for a decision upon the
effect of a compensation event or variations and submitting full supporting information. If the
Contractor has failed to corporate in dealing with a delay, the delay by this failure shall not be
considered in accessing the new Intended Completion Date.
28. Delays Ordered by the Engineer
28.1 The Superintending Engineer may instruct the Contractor to delay the Start or progress
of any activity within the Works. Delay/delays totaling more than 30 days will require prior
written approval of the Employer.
29. Management Meetings
29.1 The Engineer may require the Contractor to attend a management meeting. The business
of a management meeting shall be to review the plans for the Works.
29.2 The Engineer shall record the business of management meetings and provide copies of
the record to those attending the meeting. The responsibility of the parties for actions to be
taken shall by the Engineer either at the management meeting or after the management
meeting and stated in writing to all those who attended the meeting.
C.
Quality Control
30. Identifying Defects
30.1 The Engineer shall check the Contractor’s work and notify the Contractor of any Defects
that are found. Such checking shall not affect the Contractor’s responsibilities. The Engineer
may instruct the Contractor to search for a Defect and to uncover and test any work that the
Engineer considers may have a Defect.
31. Tests
31.1 For Carrying out mandatory tests as prescribed in the specification. The Contractor shall
establish field laboratory at the location decided by the Engineer. The field laboratory will have
minimum equipments as specified in the Contract Data. The contractor shall be solely
responsible for :
a. Carrying out mandatory tests prescribed in the Specifications, and
b. For the corrections of the test results, whether performed in his laboratory or
elsewhere.
31.2 If the Engineer instructs the Contractor to carry out a test not specified in the
Specifications/Rural Roads Manual to check whether any work has a Defect and the test shows
that it does, the Contractor shall pay for the test and any samples.
32. Correction of Defects noticed during the Defect Liability Period for one year.
32.1 The Engineer shall give notice to the Contractor of any Defects before the end of the
Defects Liability Period, which begins at Completion of work. The Defects Liability Period shall
be extended for as long as Defects remain to be corrected.
32.2 Every time notice of Defect/Defects if given, the Contractor shall correct the notified
Defect/Defects within the duration of time specified by the Engineer’s notice.
Page 11 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
32.3
The RFI system will be followed for execution of work.
33. Uncorrected Defects
33.1 If the Contractor has not corrected a Defect pertaining to the Defect Liability Period
under clause 32.1 and of these conditions of Contract, to the satisfaction of the Engineer,
within all time specified in the Engineer’s notice, the Engineer will assess the cost of having the
Defect corrected, and the Contractor will pay this amount, on correction of the Defect.
D. Cost Control
34. Bill of Quantities
34.1 The Bill of Quantities shall contain items for the construction, installation, testing, and
commissioning, maintaining works, and lump sum figures for yearly routine maintenance for
each of the five years separately to be done by the Contractor.
34.2
The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid for
the quantity of the work done at the rate in the bill of quantities for each item for the
construction of roads. The payment to the Contractor is performance based for routine
maintenance of roads.
35. Variations
35.1 The Engineer shall, having regard to the scope of the Works and the sanctioned
estimated cost, have power to order, in writing, Variations within the scope of the
Works he considers necessary or advisable during the progress of the Works. Such
Variations shall form part of the Contract and Contractor shall carry them out and
include them in updated Programmes produced by the Contractor. Oral orders of the
Engineer for various Variations, unless followed by the written confirmation, shall not
be taken into account.
36. Payments for Variations
36.1 If rates for variation items are specified in Bill of Quantity, the Contractor shall carry out
such work at the same rate. This shall apply for variation only up to the limit prescribed in the
contract data. If the variation exceeds this limit, the rates shall be derived under the provision of
clause- 36.3 for quantities (higher or lower) exceeding the deviation limit.
36.2 If the rates for Variation are not specified in the Bill of Quantities, the Engineer shall derive
the rate from similar items in the Bill of Quantities.
36.3 If the rate for Variation item cannot be determined in the manner specified in Clause 36.1
or 36.2, the Contractor shall, within 14 days of the issue of order of variation work, inform the
Engineer the rate which he proposes to claim, supported by analysis of the rates. The Engineer
shall assess the quotation and determine the rate based on prevailing market rates within one
month of the submission of the claim by the Contractor. As far as possible, the rate analysis shall
be based on the standard data book and the current schedule of the rates of the district public
work division. The decision of the Engineer on the rate so determined shall be final and binding
on the Contractor.
Page 12 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
37. Cash Flow Statements
37.1
When the Programme is updated, the Contractor shall provide the Engineer with and
updated cash flow forecast.
38. Payment of Certificates
38.1 The payment to the Contractor will be as follows for construction work:
a. The Contractor shall submit to the Engineer fortnightly/monthly statements of the
value of the work executed less the accumulative amount certified previously
supported with detailed measurement of the items of works executed in measurement
books authorized by U.P. P.W.D.
b. The Engineer shall check the Contractors fortnightly/monthly statements within 14
days and certify the amount to be paid to the Contractor.
c. The value of work executed shall be determined, based on measurements by the
Engineer.
d. The Value of work executed shall comprise the value of the quantities of the items in
the Bill of Quantities completed.
e. The Value of work executed shall also include the valuation of variations and
compensation events.
f. The Engineer may exclude any item certified in the previous certificate or reduce the
proportion of any item previously certified in any certificate in the light of later
information.
g. The Payment of final bill shall be governed by the provisions of clause 50 of G.C.C.
39. Payments
39.1 Payment shall be adjusted for deductions for advance payments, security deposits, other
recoveries in terms of the contract and taxes at source as applicable under the law. The Engineer
shall pay the Contractor the amounts he had certified within 15 days of the date of each
certificate.
39.2 The Employer may appoint another authority, as specified in the Contract Data (or any
other competent person appointed by the Employer and notified to the Contractor) to make
payment certified by the Engineer.
39.3 Items of the work for which no rate or price has been entered in the Bill of Quantities, will
not be paid for by the Employer and shall be deemed covered by other rates and prices in the
Contract.
40. Compensation Events
40.1 The following shall be compensation events unless they are caused by the Contractors:
a. The Engineer orders a delay or delays exceeding a total of 30 days.
b. The effects on the Contractor of any of the Employers risks.
40.2 If a compensation event would prevent the works being completed before the intended
completion date, the Intended Completion Date shall be extended. The Engineer shall decide
whether and by how much the Intended Completion Date shall be extended.
Page 13 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
41. Tax
41.1 The rates coated by the Contractor shall be deemed to be inclusive of all sales and other
levies, duties, royalties, cess, toll, taxes of Central and State Government, local bodies and
authorities that the contractor will have to pay for the performance of this Contract. The
Employer will perform such duties in regard to the deductions of such taxes at source as per
applicable law.
42. Currencies
All payment will be made in Indian Rupees.
43. Security Deposit/Retention and Release of Performance Security and Security
Deposit/Retention
43.1 The Employer shall retain security deposit of 5% of the amount from each payment due
to the Contractor until completion of the whole of the construction work. No security deposit/
retention shall be retained from the payments for the routine maintenance of works.
43.2 On the completion of the whole of the construction work half the total amount retained
are security deposit is repaid to the contractor and half when the Defect Liability Period has
passed and the Engineer has certified that all the Defects notified by the Engineer to the
Contractor before the end of this period have been corrected.
43.3 The additional performance security for unbalanced bid as detailed in clause 51 of
conditions of Contract is repaid to the Contractor when the construction work is complete.
43.4 The performance security equal to the 5% of the Contract Price in clause 51 of conditions
of Contract is repaid to the Contractor when the period of one years fixed or defect liability
period is over and the Engineer has certified that the Contractor has satisfactorily carried out the
works.
43.5 If the Contractor so desires then the security deposit can be converted into any interest
bearing security of schedule, commercial Bank in the name of the Employer or National Savings
certificate duly pledged in favour of Employer for Defect Liability Period.
44. Liquidated Damages
44.1
The Contractor shall pay liquidated damages to the Employer at the rate per week or part
their of stated in the Contract Data for the period that the completion date is later than the
Intended Completion Date. Liquidated damages at the same rate shall be withheld if the
Contractor fails to achieve the milestones prescribed in the Contract Data, however in case the
Contractor achieves the next milestone the amount of the liquidated damages already withheld
shall be restored to the Contractor by adjustment in the next payment certificate. The total
amount of liquidated damages shall not exceed the amount defined in the Contract Data. The
Employer may deduct liquidated damages from payments due to the Contractor, payment of
liquidated damages shall not affect the Contractor’s other liabilities.
44.2 If the Intended Completion Date if extended after liquidated damages have been paid, the
Engineer shall correct any over payment of liquidated damages by the Contractor by adjusting
the next payment certificate.
Page 14 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
45. Advance Payment
45.1 The Employer will make the following advance payment to the contractor against provision
by the Contractor of an Unconditional Bank Guarantee in a form and by a Commercial bank
acceptable to the Employer in amounts equal to the advance payment:
a. Mobilization advance up to 5 percent of the contract price.
b. Equipment advance up to ninety percent of the cost of the site, subjects to a
maximum of 10 percent of the contract price.
The guarantee shall remain effective until the advance payment has been repaid, but the
amount of the guarantee shall be progressively reduced by the amounts repaid by the
Contractor. Interest will not be charged on advance payment.
45.2
The Contractor is to use the advance payment only to pay for Equipment, plant and
mobilization expenses required specifically for execution of works. The contractor shall
demonstrate the advance payment as been used in this way by supplying copies of invoices or
other documents to the Engineer.
45.3 The advance payment shall be repaid by deducting proportionate amounts otherwise due
to the Contractor for the construction work, following the schedule of completed percentage of
the work on payment basis. No account shall be taken of the advance payment or the repayment
in assessing valuation of work done. Variations. Price adjustments, Compensation events or
liquidated damages.
46. Security
46.1
The Performance Security equal to five percent of the contract price and additional
security for unbalanced bids shall be provided to the Employer no later than the date specified in
the letter of Acceptance and shall be issued in the form given in the Contract Data and by a
Schedule Commercial Bank. The Performance Security shall be valid until a date 45 days from the
date of expiry of Defect Liability Period and the additional security for unbalanced bids shall be
valid until a date 45 days from the date of issue of the certificate of completion.
47. Cost of Repairs
47.1 Loss or Damage to the works or Materials to be incorporated in the Works between the
Start Date and the end of the Defects Corrections Periods shall be remedied by the Contractor at
his cost if the loss or damage arises from the Contractor’s acts or omissions.
E. Finishing the Contract
48. Completion of Construction and Maintenance
48.1
The Contractor shall request the Engineer to issue a certificate of Completion of the
construction of the works, and the Engineer will do so upon deciding that the work is completed.
49. Taking Over
49.1 The Employer shall take over the works within 7 days of the Engineer issuing a certificate
of Completion of Works.
Page 15 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
50. Final Account
50.1 The contractor shall supply the Engineer with a detailed account of the total amount that
the contractor considers payable for works under the contract within 21 days of issue of
certificate of completion of construction of work. The Engineer shall issue a Defect Liability
Certificate and certify any payment that is due to the correct and complete. If the account is not
correct and complete, the Engineer shall issue within 42 days a schedule that states the scope of
corrections or additions that are necessary. If the account is still unsatisfactory after it has been
resubmitted, the Engineer shall decide on the amount payable to the contractor and issue a
payment certificate within 28 days of receiving the Contractor’s revised account. The payment of
final bill for construction of works will be made within 14 days thereafter.
51. Operating and Maintenance Manuals
51.1 If “as built” Drawings and/or operating and maintenance manuals are required, the
Contractor shall supply them by the dates stated in the Contract Data.
51.2 If the Contractor does not supply the Drawings and/or manuals by the dates stated in the
Contract Data, or they do not receive the Engineer’s approval, the Engineer shall withhold the
amount stated in the Contract Data from payments due to the Contractor.
52. Termination
52.1 The Employer may terminate the Contract if the Contractor causes a fundamental breach
of the Contract.
52.2 Fundamental breaches of Contract shall include, but shall not be limited to, the following:
a) the contractor stops work for 28 days when no stoppage of work is shown on
the current Programme and the stoppage has not been authorized by the Engineer;
b) the Contractor is declared as bankrupt or goes into liquidation other than for
approved reconstruction or amalgamation;
c) the Engineer gives Notice that failure to correct a particular Defect is a fundamental
breach of Contract and the Contractor fails to correct it within a reasonable period of
time determined by the Engineer;
d) the Contractor does not maintain a Security, which is required;
e) the Contractor has delayed the completion of the Works by the number of days for
which the maximum amount of liquidated damages can be paid, as defined in clause
44.1;
f) the Contractor fails to provide insurance cover as required under clause 13;
g) if the Contractor, in the judgement of the Employer has engaged in the corrupt and
fraudulent practice in competing for or in executing the Contract. For the purpose of
this clause, “corrupt practice” means the offering, giving, receiving, or soliciting of
anything of value to influence the action of a public official in the procurement
process or in Contract execution. “Fraudulent Practice” means a misrepresentation of
facts in order to influence a procurement process or the execution of a Contract to
the detriment of the Employer and includes collusive practice among Bidders (prior to
or after bid submission) designed to establish bid process at artificial non competitive
levels and to deprive the Employer of the benefits of free and open competition.
Page 16 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
h) If the Contractor has not completed at least Thirty percent of the value of
construction works required to be completed after half of the completion period has
elapsed.
i) If the contractor fails to setup a field laboratory with the prescribed equipments,
within the period specified in the contract data and
j) Any other fundamental breaches as specified in the contract data
k) If the contractor fails to deploy machinery and equipments or personal as specified in
the contract data at the appropriate time.
52.3 Notwithstanding the above, the Employer may terminate the Contract for convenience.
52.4 If the Contract is terminated, the Contractor shall stop the work immediately, make the
Site safe and secure, and leave the site as soon as reasonably possible.
53. Payment upon Termination
53.1 If the Contract is terminated because of a fundamental breach of contract by the
Contractor, the Engineer shall issue a certificate for the value of the work done and materials
ordered less liquidated damages, if any less advance payments received up to the date of issue
of the certificate and less the percentage to apply the value of work not completed, as
indicated in the Contract Data. If the total amount due to the Employer exceeds any payment
due to the Contractor, the difference shall be recovered from the security deposit, and
performance security. If any amount is still left un-recovered it will be debit payable to the
Employer.
53.2
If the contract is terminated at the Employer’s convenience, the Engineer shall issue a
certificate for the value of the work done, the reasonable cost of removal of Equipment,
repatriation of the Contractor’s personal employed solely on the Works, the Contractor’s cost
of protecting and securing the works and less advance payments received up to the date of the
Certificate, less other recoveries due in terms of contract, and less taxes due to be deducted at
source as per applicable law.
54. Property
54.1
All Materials on the Site, Plant, Equipment, Temporary works, and works shall be
deemed to be the property of the Employer for use for completing balance construction work if
the contract is terminated because of the Contractor’s default, till the works is completed after
which it will be transferred to the contractor and credit, if any, given for its use.
55. Releases from Performance
55.1 If the Contractor is frustrated by the outbreak of war or by any other event entirely
outside the control of the Employer or the Contractor, the Engineer shall certify that
the Contract has been frustrated. The Contractor shall make the Site safe and stop
work as quickly as possible after receiving this certificate and shall be paid for all work
carried out before receiving it and for any work carried out afterwards to which a
commitment was made.
Page 17 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
F.
Other Conditions of Contract
56. Labour
56.1 The Contractor shall, unless otherwise provided in the contract make his on arrangement
for the engagement of all staff and labour, local and others, and for their payment, housing,
feeding and transport.
56.2 The contractor shall if required by the Engineer’s, deliver to the Engineer a return in
detail in such form and at such interval as the Engineer may prescribe, showing the staff and
the members of the several classes of labour from time to time employed by the contractor on
the site and such other information as the Engineer may require.
57. Compliance with Labour Regulations
57.1 During continuation of the contract the contractor and his sub-contractors shall abide all
times by all existing labour enactments and rules made their under, regulations, notifications
and by laws of the State or Central Government or local authorities and any other labour law
(rules), regulations, bye laws that may be passed or notification that may be issued under any
labour law in future either by the State or the Central Government or the local authority.
Salient features of some of the major labour laws that are applicable to construction industry
are given in appendix to part 1st general conditions of contract. The Contractor shall keep the
employer indemnified in case any action is taken against the employer by the competent
authority on account of contravention of any of the provisions of any act or rules made their
under, regulations or notification including amendments. If the Employer is caused to pay or
reimburse, such amount as may be necessary to cause or observe, or non-observance of the
provisions stipulated in the notification/bye laws/acts/rules/regulations including amendments,
if any, on the part of contract, the Engineer/Employer shall have the right to deduct any money
due to the contractor including his amount of performance security. The Employer/Engineer
shall also have right to recover from the contractor’s any sum required or estimated to be
required for making good the loss or damage suffered by the Employer.
The Employees of the Contractor and the sub-contractor in no case shall be treated as
the employs of the Employer at any point of time.
58. Drawings and Photographs of the Works
58.1
The contractor shall do photography/video photography of the Site firstly before the
start of work, secondly mid-way in the execution of different stages of work and lastly after the
completion of the work. No separate payment will be made to the contractor for this.
58.2 The contractor shall not disclose details of drawing furnished to him and works on which
he is engaged without the prior approval of the Engineer’s in writing. No photograph of the
work or any part thereof or Plant employed thereon, except those permitted under clause 58.1
shall be taken or permitted by the contractor to be taken by any of his employees or any
employees of his sub-contractors without the prior approval of the Engineer’s in writing. No
photographs/video photographs shall be published or otherwise circulated without the
approval of the Engineer’s in writing.
Page 18 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
59. The Apprentice Act 1961
59.1 The contractor shall duly comply with the provisions of the Apprentices Act 1961 (III of
1961), the rules made their under and the orders that may be issued from time to time under
the said act and the said rules and on its failure or neglect to do so he shall be subject to all
liabilities and penalties provided by the said act and said rules.
60. Criminals are Prohibited from Bidding
60.1 Any bidders having criminal records is not allowed to participate in the bidding process.
Any person who is having criminal case against him or involve in the organised crime or
gangster activities or mafia or goonda or anti social activity are strictly prohibited to participate
in the bidding process. If it is stabilized that any bidder has criminal record, his bid shall be
automatically cancelled.
60.2
The Bidder has to reduce character certificate, solvency certificate, self decoration
affidavit (on the prescribed performer which is attached with the bid document) etc, issued by
the competent authority in original bid document.
61. Any Bidder who is an advocate and Registered with any State Bar Council shall not be
allowed to participate in the bidding. If it is stabilized that contractor is registered with the
State Bar Council, his bid shall be automatically cancelled.
62. Contractor shall obtain Pre-N.O.C (Non Objection Certificate) from Chief Fire Officer before
standing of work and submit No Objection Certificate from Chief Fire Officer after
completion of work.
63. Contractor shall obtain No Objection Certificate from Director Electrical Safety before
energisation of the building.
64. Contractor shall establish and maintain a site office under his authorized representative/
Technical staff. All relevant documents shall be kept in the site office.
65. Contractor shall make his own arrangement for light (Electricity) and water supply during
course of construction.
Signature of Contractor
Project Manager
………………………………………Unit,
District…………………………………
Page 19 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Special Conditions for Contract.
INTRODUCTION
The following clauses of Special Conditions of Contract (SCC) shall be applicable for this
contract:
These Special Conditions of Contract shall be read in conjunction with General Conditions of
Contract, Technical qualification, Instructions to Tenderers (ITT), Notice Inviting Tenders
(NIT), Bill of Quantities (BOQ), Tender Drawings and Pre Specifications & Other Tender
Documents.
SET OF CONTRACT DOCUMENTS
The following documents will complete a set of tender documents:
Volume-I
Notice Inviting Tender (NIT), ITB,
Volume-II
General Conditions of Contract (GCC) including correction slips & errata, Special Conditions
of Contract (SCC)
Volume-III
Pre Specifications & List of Approved Make
Volume – IV
Bill of Quantities (Price Bid)
Volume – V
Tender Drawings
1.
The tenderer shall acquaint him with the proposed site of work, its sub soil strata,
underground water table and its approach roads before quoting his rates.
The
construction of new approach road or repair of the existing approach and its
maintenance during the execution of the work shall all be carried out by the tenderer and
nothing extra shall be payable over his quoted rates.
2.
If for any reasons, any part of the site is not available temporarily for some time for part
of the work under the contract, the agreed construction schedule shall be suitably
modified and contractor shall diligently divert his men and materials to utilize them
appropriately, profitably and no claim of damages whatsoever shall be entertained on
Page 20 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
this account. However, the contractor shall be allowed extension of time for completing
the work as deemed fit by the competent authority. The contractor shall not be entitled
to any compensation for any loss suffered by him and revision in the rates quoted by
him.
3.
Contractor to arrange for emergency vehicle/staff vehicle and one guest house
accommodation for UPRNN/CLIENT visiting and site staff with all fooding lodging
arrangements.
4.
To get GRIHA IV Rating for campus is responsibility of contractor.
5.
The contractor shall make his own arrangement for obtaining electric connection
required for execution of work and make necessary payments directly to the concerned
departments and nothing extra shall be payable on this account.
The contractor shall make his own arrangement for water suitable for construction work
as well as drinking and other purpose for the labour engaged by him for the execution of
the work.
6.
7.
8.
9.
The water for construction work shall be got tested quarterly from the laboratory
approved by the Engineer-in-charge to ensure its suitability for construction. The
charges for these tests and related arrangements shall be borne by the Contractor. In
the event of water found unsuitable for construction, the contractor shall make
alternative arrangement for suitable water from any other source to the satisfaction of
the Engineer-in-charge.
The contractor shall provide, at his own cost instruments for surveying, weighing and
measuring purpose at the site of work as may be necessary for execution of the work.
The contractor shall construct a sample unit complete in all respect as per the directions
of the Engineer-in-charge/ Architect. This sample unit shall be got approved from the
Engineer-in-charge/ Architect before commencing the mass work of plastering, flooring,
finishing and fixing the fixtures without any extra cost and nothing extra shall be payable
on this account.
The contractor shall take care of all safety Precautions pertaining to construction of
work, such as excavation, trenching, demolition, provision of scaffolding, ladder, working
platforms, gangways, mixing asphaltic materials, electric arc/ gas welding, use of hoist
and construction machinery. He shall be governed by relevant provisions of safety code
and as directed by the Engineer-in-charge and nothing extra shall be payable on this
account.
10.
On account of security consideration, some restrictions may be imposed by the security
staff on the working and/ movement of men and materials etc. The contractor shall be
bound to follow all such restrictions/ instructions and he shall organize his work
accordingly. No claim on this account, whatsoever, shall be payable.
11.
Fire Suppression Piping works to be carried out using GI C Class pipe
Page 21 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
12.
The contractor shall take all Precautions to avoid accidents by exhibiting necessary
caution boards day and night, speed limit boards, red flags, red lights and providing
barriers. He shall be responsible for all damages and accidents caused to existing/ new
work due to negligence on his part. No hindrance shall be caused to traffic during the
execution of the work.
13.
The contractor shall be responsible for the watch and ward of the building safety of all
fittings and fixtures including sanitary and water supply fittings and fixtures against
pilferage and breakage during the period of installation and thereafter till the building is
physically handed over to the department.
14.
The contractor shall take all Preventive measures against any damage caused by rain,
snowfall, floods or any other natural calamity, whatsoever during the execution of the
work. The contractor shall be fully responsible for any damage to the Owners property
and to the work for which the payment has been advanced to him under the contract.
However, the contractor shall maintain an `All risk policy’ from any unit of General
Insurance Co., for the amount at least equal to the payment received against the work
done, at his own cost. This will also cover the defect liability period. This shall be
favoring the UPRNN/CLIENT,. Nothing extra on this account shall be payable to the
contractor for maintaining such Insurance Policy.
15.
The work will be carried out in the manner complying, in all respects, with the
requirements of relevant bye-laws of the local body under the jurisdiction of which the
work is to be executed or as directed by the Engineer-in-Charge and nothing extra shall
be paid on this account.
16.
The work of water supply, internal sanitary installations and drainage work etc. shall be
carried out as per local Municipal Corporation or such local body bye-laws and the
contractor shall produce necessary completion certificates, wherever required, from such
authorities after completion of work.
17.
Water tanks, taps, pipes, fittings and accessories shall conform to bye-laws and
specifications of the Municipal body/ corporation. The contractor should engage
licensed plumbers for the work and get the materials, (fixtures and fittings) tested by
the Municipal Authorities, wherever required, at his own cost and nothing extra shall be
payable.
18.
The contractor shall comply with proper and legal orders and directions of the local or
public authority or municipality and abide by their rules and regulations and pay all fees
and charges which may be liable.
19.
The contractor shall give due notices to Municipal, Police and/ or other authorities that
may be required under the law/ rules under force in the area and obtain all requisite
licenses for temporary obstructions / enclosures and pay all charges which may be
Page 22 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
livable on account of his execution of work under the agreement. Nothing extra shall be
payable on this account.
20.
All materials to be incorporated in the work shall be arranged by the contractor and shall
be in accordance with the specifications laid down.
21.
The tenderer shall use materials bearing ISI Certification Mark unless otherwise
specified or allowed in writing by the Engineer-in-Charge. Any material banned by the
department shall not be used in the work.
22.
The contractor shall submit to the Engineer-in-charge samples of all materials for
approval. Such samples of materials which affect aesthetics of the work shall also be
got approved from the Engineer-in-charge/ Architect of the project before procuring bulk
supplies. These approved samples shall be Preserved and retained in the custody of the
Engineer-in-charge as standards of materials till the completion of the work.The cost of
such samples shall be borne by the Contractor and nothing shall be payable on this
account over the Agreement rates.
23.
The contractor shall be required to get all the necessary mandatory and other tests as
per the specifications/ IS codes, carried out on materials/ work from an approved
laboratory as per the direction of the Engineer-in-charge. The testing charges and
conveyance from the site shall be borne by the contractor.
24.
In case any material / work is found sub-standard the same shall be rejected by the
Engineer-in-charge/ Architect and the same shall be removed from the site of work
within 48 hours, failing which the same shall be got removed by the Engineer-in-charge
at the risk and cost of the contractor without giving any further notice and time.
25.
The treads and risers in staircase shall be in single piece stone only, unless otherwise
shown on the drawings.
26.
In order to ensure quality of work during its execution, the Engineer-in-charge/ Architect
may require samples for mandatory or routine testing of materials. All costs of these
samples, their packaging, conveyance from the site to the testing laboratory and return,
shall be borne by the contractor.
27.
Even ISI marked materials may be subjected to quality test at the discretion of the
Engineer-in-charge. Whenever ISI marked materials are brought to the site of work the
contractor shall, if required
by the Engineer-in-charge, furnish manufacturer’s test
certificate or test certificate from approved testing laboratory to establish that the
materials procured by the contractor, satisfy the provisions of relevant ISI codes. The
testing charges shall be borne by the contractor. However cement/ steel will be
necessarily tested before start of work and also during the execution of work as per the
requirements of specifications, and will not be used till test certificates are obtained and
approved by Engineer-in-Charge.
Page 23 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
28.
Cement bags shall be stored in separate godowns to be constructed by contractor at his
own cost as per sketch approved by Engineer-in-charge with weatherproof roofs and
walls. Each godown shall be provided with a single door with double lock arrangement.
The keys of one lock shall always remain with authorized representative of Engineer-incharge of work and that of the other lock with the authorized agent of the contractor at
site of work so that the cement from the godown is removed according to daily
requirement with the knowledge of both the parties and proper account of issue of
cement is maintained in the Prescribed proforma.
29.
The cement godown of the capacity to store a minimum of 15000 bags of cement shall
be constructed by the contractor at site of work for which no extra payment shall be
made. The contractor shall be responsible for the watch and ward and safety of the
cement godown. The contractor shall facilitate the inspection of the cement godown by
the Engineer-in-charge at any time.
30.
The actual issue and consumption of cement on work shall be regulated and proper
accounts maintained. The theoretical consumption of cement shall be worked out as
per procedure Prescribed in clause 42 of the contract and shall be governed by
conditions laid therein.
31.
The steel reinforcement shall be stored by the contractor at site of work in such a way
as to Prevent distortion and corrosion and nothing extra shall be paid on this account.
Bars of different sizes and lengths shall be stored separately to facilitate easy counting
and checking at any time as and when desired by the Engineer-in-charge.
32.
The actual issue and consumption of steel on work site shall be calculated and proper
accounts maintained. The theoretical consumption of steel shall be worked out as per
procedure Prescribed in clause 42 of the contract and shall be governed by conditions
laid therein.
33.
The work shall be executed and measured in metric system. The metric dimensions
given in the schedule of quantities and drawing etc. shall be followed. (The dimension in
FPS units wherever indicated, is for guidance only). The figures in the drawings shall be
followed.
34.
For measurement purpose the floor level shall mean the top surface of main structural
RCC slabs of that floor and not the top of sunken floor of toilets or any other depressed
floor.
35.
In respect of projected balconies or slabs at any level, RCC work and related centering
shuttering shall be measured under the normal RCC/ Shuttering work at that level.
Page 24 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
36.
The contractor shall be responsible for completing the work and for satisfying all terms
and conditions of the Contract without any extra payment over his quoted rates unless
otherwise specified. The contractor shall quote his rates for various items of work
accordingly and no claim whatsoever shall be entertained for any incidental or extra
work involved in the execution of the work as per nomenclature of the item and the
specifications indicated in the tender documents.
37.
Subject to the nomenclature of the item as per schedule of quantities, the specification
indicated in the tender documents, the rates shall include cost of all materials including
royalty and taxes if any, labour, sundry inputs, execution of work at all heights, levels,
pattern and design for all leads, lifts and depths including overhead charges and
contractor’s profit. Nothing extra shall be paid on this account..The cost of unloading
cement and steel from the trucks & its carriage to store/site of work shall be born by the
contractor. In case cement is supplied by UPRNN/CLIENT and in bags the empty bags
shall be the property of the contractor for which nothing shall be charged from the
contractor.
38.
The rate shall be inclusive of making design, pattern and execution of work as per
Architectural and structural drawings, at all levels and heights.
39.
The rates shall be inclusive of making any holes in walls/ RCC work for fixing any fixture/
frame work and making good the structure to its original shape and finish.
40.
The rate of items of flooring shall be inclusive of work for sunken or depressed floors.
41.
The rate shall be inclusive of working under water and adverse or foul conditions and
including pumping out or bailing out water, unless otherwise specified in the
nomenclature. This will include water encountered from any source such as rains, floods
and any other cause whatsoever and including sub-soil water.
42.
Other agencies doing works related with this project will also simultaneously execute
the works and the contractor shall afford necessary co-ordination for un-hindered
completion of these sub-works
43.
The contractor shall leave necessary holes, openings etc as may be directed by the
Engineer-in-charge for laying, burying or fixing, conduits, pipes, boxes, hooks, fans etc.
Conduits for electrical wiring/ cables will be laid in a way that they leave enough space
for concreting and do not adversely affect structural members.
44.
The contractor shall give a satisfactory performance test of installations individually and
as a whole to ensure their proper functioning before the work is finally declared
completed and accepted.
Page 25 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
45.
The contractor shall continue to maintain watch and ward to safeguard the Owner’s
property in his possession until the same is formally handed over as per directions of the
Engineer-in-charge. Nothing extra over agreement rates shall be paid on this account.
46.
All tools, plants and measuring or weighing equipment shall be arranged by the
contractor himself and nothing extra shall be paid to the contractor on this account.
47.
The quantities of various items incorporated in the tender are approximate. However,
the payments shall be made to the contractors on the basis of actual measurements
taken at site.
48.
The contractor shall protect the adjoining buildings or works and the work under
execution from fire and shall make adequate arrangements for fire protection and fire
fighting and if any property is damaged, by fire due to the negligence of the contractor,
the same shall be made good by the contractor at his own cost, to the entire satisfaction
of Engineer-in-charge.
49.
The contractor shall provide adequate lighting arrangements as approved by the
Engineer-in-charge for carrying out the work during night time, if so required and also
provide all other facilities for the labour employed to carry out the work as per direction
of Engineer-in-Charge.
50.
In order to achieve the targeted date of completion the contractor may have to work in
multiple shifts, round the clock including public and gazetted holidays and nothing
extra shall be paid on this account.
51.
The contractor shall get the samples of all the materials to be used, in the work
approved from Engineer-in-Charge / Architect before going for bulk procurement. Bulk
procurement shall be taken up only after obtaining approval from the Architect/
Engineer-in-charge. Any delay in getting the samples approved shall be contractor’s
responsibility.
52.
All materials, articles and workmanship shall be of respective best quality and kind for
the class described in the schedule of quantities and specifications. All materials, so
used in different items of work shall be subject to the approval of the Engineer-incharge / Architect.
53.
The contractor shall be responsible for all statutory provisions and deductions towards
ESI, PF or any other, as the case may be or any other levies and taxes shall be borne by
the contractor.
The TDS and Contract Tax or any other statutory levies/ taxes
incorporated from time to time shall be deducted progressively from the running
account bills, as applicable at the time of payment. No claim in this regard shall be
entertained.
Page 26 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
54.
The contractor is supposed to abide the minimum wages act, and shall produce all
records to the Engineer-in-charge or any other statutory authority as and when called
for. The Engineer-in-Charge does not hold any responsibility, on account of any lapses
in this regard.
55.
For any clarification/ doubt, the UPRNN/CLIENT may organize regular meetings with
Contractor & Architect. The contractor shall attend such meetings invariably as and
when required.
61.
In respect of the work of other agencies, where the commencement or progress of such work of
any other agency is dependent upon the completion of particular portions of the contractor’s
work or generally upon the contractor maintaining progress in accordance with the approved
coordinated construction programme, it shall be the responsibility of the Contractor to
complete such portions and maintain such progress.
Should any difference arise between the contractor and the other agencies, these shall
immediately be brought to the attention of the Engineer-in-Charge who after reviewing
the matters causing the differences will give their decision which shall be final and
binding on the contractor.
62.
The contractor shall have to do all drilling of holes and cutting of walls, chases or other
elements of the building for the complete and proper installation of the pipe lines/
ducts and other equipments by using electrically operated tools such as drills/ chase
cutting machine etc. Manual drilling or chiseling or cutting shall be permitted on
special request only.
No chiseling or cutting or drilling of RCC columns, beams, girders and other principal structural
members shall be done unless prior permission has been granted by the Engineer-in charge in
writing.
63.
All chases and openings made by the contractor for his pipe lines shall be filled/ covered over
with cement plaster in reasonable manner. Before rough plastering on the pipe surfaces the
concealed pipes shall be secured to the wall by using proper supports/ clamps.
64.
The contractor shall Prepare and produce instruction, operation and maintenance
manuals in English for the use, operation and the maintenance of the supplied
equipment and installations, and submit to the Engineer-in-Charge in (5) copies at the
time of handing over. The manual shall generally consist of the following:
Page 27 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
a).
Description of the project
b).
Operating instructions
c).
Maintenance instructions including procedures for Preventive maintenance
d).
Manufacturers catalogues
e).
Spare parts list
f).
Trouble shooting charts
g).
Drawings
h).
Type and routine test certificates of major items.
i).
One (1) set of reproducible `as built’ drawings on polyester film.
65.
The Contractor shall employ competent fully licensed/ qualified, plumber for the work of
PLUMBING/ SANITARY installations in accordance with the drawings and
specifications.
The licensed plumber shall be available at all times at site to receive instructions from
the Engineer-in-Charge in the day to day activities throughout the duration of execution
of plumbing/ sanitary work.
66.
On completion of the PLUMBING/ SANITARY installation a certificate shall be furnished
by the contractor countersigned by the licensed plumber, under whose direct
supervision the installation was carried out. This certificate shall be in the form as
required by the Engineer-in-charge.
67.
The contractor shall be provided adequate area for construction of storage/ office space
for his use. The space has to be maintained/ constructed by the contractor as
per his usage requirements.
All spaces allotted to the contractor, as described above shall be vacated and all
structures removed from site at any time as and when required and directed by the
Engineer-in-charge, unconditionally and without any reservation.
The Engineer-incharge will not be obliged to give any reason for such removal. Upon receiving
instructions to vacate the space, the contractor shall immediately remove all his
Page 28 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
structures, materials, etc. from the sources and clear and clean-up the site to the
satisfaction of the Engineer-in-charge.
It shall be the responsibility of the Contractor to safeguard the site and ensure that no
illegal encroachments are made by outside elements within the area allotted to the
contractor. Upon completion of the work or earlier as required by Engineer-in-Charge,
the contractor shall vacate the land totally without any reservation.
68.
The contractor will arrange to erect, at his own cost, barricading as per norms of
MCGM/CLIENT around the infrastructure site, with entry/ exit gates at suitable points.
The contractor shall, at his own cost, provide and erect suitable fencing around the
spaces allotted to him at the infrastructure sites to ensure the security of his men,
materials and equipment within the sites and in relation to other contractors who will also
be allotted spaces at above sites.
The security of workmen, materials, equipment stores etc, within the area allotted to the
contractor shall be the responsibility of the contractor.
69.
The contractor has to get executed the works from specialized agencies for the
specialized nature of works such as aluminum works, wood works, false ceiling works,
flooring works, finishing items, Horticulture, electrical works, Fire fighting works ,
Interior work , Structural steel work and any other specified work as decided by
Engineer In charge. The contractor has to obtain the approval from Engineer In charge
for execution of specified nature of work.
70. In case of basements, the plinth level shall be the level of the top of RCC roof slab of basement
irrespective of its height from ground level. All related items below the top of basement slab
under the subhead RCC, Brick work & other sub heads shall be measured and paid for
accordingly.
71 The rate for Centering and shuttering shall be for all heights and levels. Nothing extra shall be paid
for additional height of centering & shuttering wherever required with adequate bracing, propping
etc. including its de-shuttering and de-centering at all levels even if the floor height is over 3.5M.
72 Nothing extra shall be paid for the additional thickness of cement mortar bed wherever required
over and above thickness mentioned in the nomenclature of various items of flooring for providing
the slope and / or matching the floor levels of various type of floor finishes like ceramic/ vitrified
tiles/ Kota /marble/Granite /Parquet /wooden and cement concrete flooring etc.
73 The face of gang saw cut (diamond cut) granite stone, white sand stone( Dholpur Stone) in contact
with bed of cement mortar used for the items of wall lining etc. (veneering work) shall be
roughened adequately to have proper bonding with backing and nothing extra shall be paid for the
same.
74 The Contractor, at his own cost, shall obtain initial municipal approvals for starting the work in
Mumbai as per CPWD norms, NOC from CFO & completion certificate of the building from the local
body for occupation of the building. The Architect and Owner will render all assistance. Similarly,
Page 29 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
the Contractor, at his own cost, shall be responsible for getting the water and sewer connection
sanctioned from the concerned Local Authority. For obtaining the above completions/ clearances/
connections, the contractor shall collect necessary drawings/ documents/ load calculations from the
architect/ owner and submit the same to the concerned authorities along with Prescribed receipted
fee ( which shall be paid by the Owner or reimbursed to contractor by the Owner) and do all
running about/ persuasion for issue of the completion certificate / clearances/ connections at the
earliest. The security deposit of the contractor shall be released only after the completions/
clearances/ connection as above are obtained or the period Prescribed for release of Security
Deposit in the tender documents whichever is later.
75 SITE VISIT AND COLLECTING LOCAL INFORMATION
Before tendering, the tenderer is advised to visit the site, its surroundings to assess and satisfy
themselves about the local conditions such as the working and other constraints at site, approach
roads to the site, availability of water & power supply, application of taxes, duties and levies as
applicable, nature of ground, soil and sub-soil condition, underground water table level,
accommodations they may require etc., river regime, river water levels, other details of river,
streams & any other relevant information required by them to execute complete scope of work.
The tenderer may obtain all necessary information as to risks, weather conditions, contingencies
& General Conditions of Contract other circumstances (insurgencies etc.) which may influence or
affect their tender prices. Tenderer shall be deemed to have considered site conditions whether
he has inspected it or not and to have satisfied himself in all respect before quoting his rates and
no claim or extra charges whatsoever in this regard shall be entertained / payable by the
UPRNN/CLIENT at a later date.
76 If required, the contractor has to do site clearance, enabling work, barricading, diversion of Roads,
shifting/ realignment of existing utility services, drains, nallahs etc. at his own cost as per direction
of Engineer-in-charge and the contractor shall not be entitled for any extra payment whatsoever in
this regard.
77 Necessary arrangement including its maintenance is to be made by the contractor for temporary
diversion of flow of existing drain and road, as the case may be. The existing drain, road would be
demolished, wherever required, with the progress of work under the scope of proposed project. The
existing Road and Drain which are not in the alignment of the said project but are affected and/ or
need to demolished during execution for smooth progress of the project, shall be rehabilitated to*
its original status and condition (including black topping) by the contractor at his own. The cost to be
incurred by contractor in these regards shall be deemed to be included in the quoted rates of the
Bill of Quantities items and contractor shall not be entitled for any extra payment whatsoever, in
these regards.
78 The Contractor shall be responsible to co-ordinate with service provider/ concerned authorities for
cutting of trees, shifting of utilities and removal of encroachments etc. and making the site
unencumbered from the project construction area required for completion of work. This shall include
initial and frequent follow up meetings/ actions/ discussions with each involved service provider/
concerned authorities. The contractor shall not be entitled for any additional compensation for delay
in cutting of trees, shifting of utilities and removal of encroachments by the service provider/
concerned authorities.
79 The work in general shall be carried out as per the latest BSR Schedule / CPWD specifications with
up to date correction slips, unless otherwise specified in the nomenclature of the individual item or as
per specifications provided with this tender. In case any item is not covered in any of these
documents, the same shall be carried out as per the latest BIS Code in practice or as per approval of
Engineer in Charge.
Page 30 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
80 SITE DOCUMENTS
The following site documents shall mainly be maintained by the contractor at site:












Copy of contract documents and drawings.
Computerized bill format.
Site Order Book.
Material testing registers/ Quality Inspection Reports.
Measurement books on computerized format.
Progress bar chart.
Sample approval register.
Visitors register.
Any other detail and specific requirement as deemed necessary.
Hindrance Register
Work Diary,
Stage passing Register
In case the above are not provided at site within 10 days of placement of LOI,
UPRNN/CLIENT shall provide the same and necessary expenditure shall be deducted
from the bills for documents.
81 PLANTS & MACHINERY: All plant and machinery required for execution of work shall have to be
arranged by the contractor adequately at his own cost. However, the contractor shall have to provide
the following minimum machinery at site.
Sl.
No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
Description of items
Qty
Hyd. Mixer with Diesel Engine/Electrically Operated with Digital inbuilt weigh
Batching
Batching plant electrically operated with automatic
load cell weigh batching system (30 cum capacity per hour)
Mobile crane (wheel mounted) capacity 20 tonnes
Tower Hoist with winch machine (750kg gross load and height
Up to 110 ft
Excavator cum loader (JCB 3D model or equivalent)
Compressor Machine with Jack Hammer
Mini batching plant (5 Cub.m./Hr.)
Transit Mixer
Concrete Pump (30 Cum/Hr. min capacity & lift 50M)
Vibrators
Dumper
Reinforcement banding machine
Reinforcement cutting machine
Power driven earth rammer
Total station
Auto Level & staff
2 No
Transit Concrete mixers
Tractor with trolley
Water Tanker
Page 31 of 79
1 No
1 No.
2 No
1 No
1 No.
01 No.
03 No.
01 No.
10 No.
4 No.
3 No.
3 No.
2 No.
01 No.
01 No.
2 nos
02 No.
01 No
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
82 EQUIPMENTS FOR TESTING OF MATERIALS & CONCRETE AT SITE LABORATORY (however
as per requirement it can be increased)
All necessary equipment for conducting all necessary tests shall be provided at the site laboratory by
the contactor at his own cost. The following minimum laboratory equipments shall be set up at site office
laboratory:
(i)
Cube testing machine---------------------------------------------------------- -------------------- 2 Nos.
(ii)
Slump Cone ----------------------------------------------------------------------- --------------------8 Nos.
(iii)
Tensile Briquette testing machine------------------------------------------ -------------------- 1 Nos.
(iv)
Vicats apparatus with Desk Pot-------------------------------------------------------------------- 2 Nos.
(v)
Megger & earth resistance tester------------------------------------------------------------------- 4 Nos.
(vi)
Pumps and Pressure gauges for hydraulic testing of pipes-------------------------------- 4 Nos.
(vii) Weighing scale platform type 100 Kg capacity----------------------------------------------- 4 Nos.
(viii) Graduated glass cylinder-------------------------------------------------------- As per requirement
(ix)
Sets of sieves for coarse aggregate [40; 20;10;4.75mm]----------------------------------- 4Nos.
(x)
Sets of sieves for fine aggregate [4.75;2.36;1.18;600;300 & 150 micron----- -----------4Nos.
(xi)
Core cutter for soil compaction with accessories------------------------ ----------------------2 Nos.
(xii) Cube moulds size 70mm X70mmX 70mm ------------------------------------------------ 18 Nos.
(xiii) Cube moulds size150mmX150mmX150mm ----------------------------------------------- 90 Nos.
(xiv) Moisture Content Rapid moisture meter standard,---------------------------------------- 04 nos.
(xv) Hot Air Oven Temp. Range 50˚C to 300˚C-------------------------------------------------- 02 Nos.
(xvi) Electronic balance 600g x 0.01g. 10kg and 50kg----------------------------------------- 03 Nos.
(xvii) Physical balance weight upto 5 kg ------------------------------------ -----------------------01 No.
(xviii) Digital Thermometer upto 150˚C ------------------------------------------------------------- 02 Nos.
(xix) Poker Thermometer (Concrete Road) 0˚C to 50˚C &150˚C--------------------:02 Nos. Each
(xx) Measuring Jars 100ml,200ml,500ml ---------------------------- -------02Nos. set of each size
(xxi) Gauging trowels 100mm & 200mm with wooden handle--- --------------------------04 Nos.
(xxii) Spatula 100mm & 200mm with long blade wooden handle---- ------------02 Nos. each size
(xxiii) Vernire callipers 12” and 6” sizes---------------------------- --------------------------02 Nos. each
(xxiv) Digital PH motor least count
.01mm ---------- ----------------------------------- 01 No.
(xxv) Digital Micrometer least count
.01mm------------ ------------------------------------ 01 No.
(xxvi) Digital paint thickness meter for steel 500 micron range------------------------------- 02 Nos.
(xxvii) GI tray 600 x450x50mm., 450x300x40mm, 300x250x40mm------------------02 Nos. each
(xxviii) Electric Morter mixer 0.25 CUM capacity----------------------------------- 01 Nos.
(xxix) Rebound hammer test Digital rebound hammer----------------------------- 01 Nos.
(xxx) Screw Gauge 0.1mm-10mm, least count 0.05------------------------- ------------------02 No.
(xxxi) Water testing Kit ----------------------------------------------------------- -------------------02 Nos.
(xxxii) Aggregate impact value testing machine with blow counter-- ----------- As per Requirement
(xxxiii) Crushing value apparatus ------------------------------------------ ------------------ As per Requirement
(xxxiv) Thickness gauge for measuring flakiness index-------------- --------------- As per Requirement
(xxxv) Elongation gauge ---------------------------------------------------------------------- As per Requirement
(xxxvi) Measuring Cylinder 3,5,10 & 15 Liter cylinder ------------------ ----------------As per Requirement
(xxxvii) Pycnometer------------------------------------------------------- ----------------------------- 02 Nos.
(xxxviii) Motorized Sieve shaker ---------------------------------------- -------------------------------- 02 Nos.
(xxxix) Any other equipment for site tests as outlined in BIS and as directed by the Engineer-in-charge.
One qualified laboratory engineer shall be posted at site by the contractor for colleting samples and conducting
regular testing at his own cost.
Page 32 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
All relevant I S codes, CPWD manual, specifications, schedule of rates, etc in hard as well as soft copy shall be
made available at site by the contractor at his own cost.
83 FURNISHED OFFICE ACCOMMODATION & MOBILITY AND COMMUNICATION TO BE
PROVIDED BY CONTRACTOR.
On acceptance of tender, the contractor at his own cost will construct a suitable furnished office at
site (approx 75sqmt) equipped with all basic facilities such as Furniture’s ,AC,s , telephone(s),
fax, internet, photocopier, computer(s) and printer(s) along with operator(s), regular electric &
drinking water supply for client/PMC..Contractor at own cost has to provide two no of four wheeler
(AC vehicle) vehicle along with driver, fuel and all other maintenance of vehicle. The contractor
shall Provide consumable as required and maintain the aforesaid facilities intact / operational
during the tenancy of the contract or maximum up to 6 months beyond the contractual completion
date if the work is delayed due to any reasons excluding the defect liability period. The contractor
shall also make sufficient arrangement for photography / Videography so that photographs/ video
can be taken of any specific activity at any point of time. The contractor shall also provide
software like MS Project etc. for the purpose of Preparing progress report etc.
84 The contractor shall make all arrangements for foundation laying ceremony/ inaugural function etc for
the project as required at his own cost. Any expenditure already incurred/to be incurred by
UPRNN/CLIENT shall be recovered from the contractor.
85 A quality control Format & Check list to be provided by the Engineer in Charge for various
works, contractors to fill the Format & Check list before execution of respective works.
86 The Insurance coverage as stipulated in General Conditions of Contract clauses shall be in
the combined name of UPRNN/CLIENT and the Contractor for the whole contract period
upto successful completion and handing over. The Insurance coverage shall be on the
Total value of the work awarded to the contractor by UPRNN/CLIENT.
87 Design mix concrete shall only be used for all RCC works, Produced through
Batching plant using PPC/OPC Only.
Design Mix: The Contractor shall conduct the design mix of requisite grade for
reinforced cement concrete work in accordance with the relevant latest IS Code at
his cost from any reputed engineering institution/ IIT through the Engineer-incharge. The Contractor shall conduct and submit minimum 03 design mix test /
reports from different sources of materials to the Engineer-in-charge for approval.
Nothing extra shall be paid for the same. Design of concrete mix is to be repeated /
redone afresh as and when directed by the Engineer-In-charge of UPRNN/CLIENT /
Local Bodies / State Government / Central Government. Cost of admixtures to be
also inclusive.
88 Only PPC shall be used and no blending of fly ash /secondary cementing material shall
be permitted. During design mix if cement content shall be worked out less than as
specified in the item then necessary recovery shall be affected from the bill of the
contractor. If cement shall be worked out more than as specified in the item then no
extra payment shall be made to the contractor.
89 The acceptance letter as mentioned in Instructions to tenderers in general Conditions of
Contract is to be given on the letter head of the company / organization and the same is
Page 33 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
to be signed by an authorized representative of the company / organization who is
empowered to sign the documents.
90 The contractor shall ensure that before energizing the E&M installation the inspection of
the Electrical Inspector / Inspector of Electrical Machinery have carried out Precommissioning test and shall be responsible for all safety / security aspects as per I E
and other rules.
91 The Contractor shall be responsible for smoke test for sewage and manhole system,
hydraulic Pressure test for pipe line system, slope test for drain and sewage and other
relevant tests applicable at different stages.
92 The Contractor shall submit the test report of water to be used from a reputed Lab for
his quality/suitability for construction and curing before use in the work and this test is
to be conducted at least quarterly or as an when directed by Engineer-Incharge.
93 Manufacturer‟s Warranties: The Contractor shall:
a)
Ensure that all the manufacturer's warranties are made available to the
Employer/UPRNN/CLIENT / Local Bodies/Owner and the legal documentation
between the Contractor and the Supplier must have a transparent pass through of
the warranty benefits to the Local Bodies/ Owner/ UPRNN/CLIENT as the
user/maintenance Body of the Asset for the entire duration of each available
warranty.
b)
warranty that the material is new and free from all defects and faults in
workmanship and manufacture and shall be of the highest grade and consistent
with the established and generally accepted standards for materials of the type
ordered and shall perform in full conformity with the specifications and drawings.
c)
The contractor shall be responsible for any defects that may develop under proper
use but arising from faulty materials, design or workmanship and shall remedy
such defects at its own cost, or get them remedied from the supplier, when called
upon to do so by the Local Bodies/UPRNN/CLIENT/Owner, who shall state in
writing in what respect the material is faulty. This warranty shall survive
inspection and acceptance of material but shall expire twenty four months after
the issue of Performance Certificate, except in respect of complaints notified prior
to such date.
d)
If it becomes necessary for the Contractor, or on its behalf by the supplier, to
replace or renew any defective portion/portions of the material/equipment
supplied in the work, the provisions above would also apply to the portion/portions
of materials so replaced or renewed until the end of the aforesaid period of twenty
four months, whichever may be later. If any defect is not remedied within a
reasonable time, the Employer/UPRNN/CLIENT/ the
Local Bodies/Owner may proceed to do the work at the Contractor's risk and cost
but without Prejudice to any other rights which the Employer may have against
the Contractor in respect of such defects. However, for such components, which
require immediate replacement, UPRNN/CLIENT/the Local Bodies/State
Page 34 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Government/Central Government or the Employer shall take action and the
Contractor shall be required to reimburse the cost.
94 Witnessing of Tests by the Engineer-in-Charge: The Contractor shall make under
the direction and in the Presence of Engineer-in-charge, such tests and inspections as
have been specified or as the engineer-in-charge shall consider necessary to determine
whether or not the full intent of requirements of the specifications and the other related
contract documents have been fulfilled. In case the work does not meet the full intent of
the specifications and the other related contract documents it shall be rectified by the
Contractor at no extra cost and the Contractor shall bear all the expenses for any further
tests considered necessary.
95 Inspection of materials & Equipments:- The Contractor before supplying of any
materials/ equipment shall give a inspection notice well in advance for inspection &
testing of the same at the manufacturing units/ shop. The expenditure on account of
TA/ DA of inspecting officials of UPRNN/CLIENT & Representatives of Ministry &
Consultants for the inspection of the said items shall be borne by the contractor.
However, inspection report issued by the inspecting officials UPRNN/CLIENT does not
waiver of quality /performance of equipment & due quality/performance & successful
commissioning of equipment is the responsibility of contractor.
96 The final bill will be submitted by the Contractor within 90 days from the date of
acceptance of completion of work accompanied by the following documents:











97
Completion certificate issued by the Engineer In-Charge / Local Bodies/State
Government/Central Government/ Owner specifying the handing over of the
work.
Computerized Measurement Books.
No claim certificate by the Contractor.
„As built‟ drawings.
Periodical services and measurement books.
Road Register.
Plant Record books.
History Sheet of Machines.
Drawings for layout of underground cables and details showing location of
sluice valve etc.
All operation and maintenance manuals.
All statuary approval from various state / central Govt. / local bodies /Owner
if required for completion & handover of work.
All test certificates of manufacturers and test conducted at site as well as
outside agencies.
During post construction phase the contractor shall be responsible for carrying out the
following activities but not limited to the following:
i)
Rectification of the defects promptly as pointed out by Engineer In-Charge
/Owner‟s representative(s) during the defects liability period.
ii) Preparation & submission of “As Built Drawings”, Road register, Plant record
book, History sheet of machines, drawings for layout of underground cables,
pipelines showing locations of sluice valves etc. The formats in respect of above
documents shall be got arranged by Engineer In-Charge from the Local
Bodies/State Government/Central Government/ Owner.
Page 35 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
iii) Submission of all operation & maintenance manuals.
Submission of “FINAL REPORT” of the completed project containing all Pre & other
related details
98 . HANDING OVER OF PROJECT: The contractor within 15 days from virtual completion of Project including
services shall Prepare a list of all inventory i/c fitting & fixture and submit to Engineer In-Charge and the
contractor shall be liable to maintain the building up to defect liabilities period. If the project is not taken over
by the Local Bodies/ Engineer In-Charge / Owner due to any reason the contractor shall provide necessary
watch & ward at his own cost till the project is handed over to the Local Bodies/ Engineer In-Charge /
Owner.
99.
The contractor may have to carry out work under water/liquid or slush as per bill of quantities and
rate quoted by him shall be deemed to be included pumping out water or Dewatering etc. Also
proper disposal of concrete spoil Malba/Solid Waste shall be responsibility of the contractor.
100
Along with monthly computerized running bill/final bill, the contractor shall submit a monthly
progress report showing various details, photographs of works etc as per direction of the
Engineer-in-charge in four hard copies and six soft copies. The contractor
shall also submit
video-grapy of the site showing progress of work monthly. Please note that the running / final bill
payment shall only be released after submission as aforesaid.
101
Tender drawings enclosed with the tender documents are indicatives only. However, the work
shall be executed based on the good for construction drawings issued at site from time to time
and nothing extra shall be paid or no claim will be entertained if any GFC drawing varies from
tender drawings.
102 MINOR DETAILS OF CONSTRUCTION:
The rates quoted by the Contractor shall be deemed to cover for all the minor details
/ requirement of construction which may not have been specifically shown on the
drawings or given in particular specifications, BOQ, but are required as per
established engineering practice.
103
DISCREPANCY IN DRAWINGS:
The Contractor shall be responsible to ensure correlation in Structural drawings
Architectural Drawings and Bill of Quantities, before quoting for the work and also
before commencement and execution of work. In case of discrepancy, the Contractor
shall bring it to the notice of the Engineer-in-Charge for clarifications within 28 days
of the issue of Letter of Acceptance. In the event of such discrepancy arising during
the course of the work for which drawings are given after the date of issue of Letter
of Acceptance, the Contractor shall seek clarifications within 14 days of receipt of
such drawings. The Contractor shall take into consideration such contingencies in the
completion schedule the programme of work is finalized and the Contractor shall not
be eligible for any extension of time for such occurrences. The decision of the
Engineer-in-Charge shall be final and binding in this case. The bidder is also advised
to visit the site and seek clarifications before submitting his bid.
104.
DOCUMENTS FOR SUPPLY ITEMS
For supply items in BOQ the Supplier shall submit the following documents to
Engineer-in-Charge
a)
Warranty Cards.
Page 36 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
b)
Manufacturer‟s test certificate.
c)
Any other test certificate from an external laboratory to determine the Pre
Spécification.
d)
Catalogues
e)
Pollution Control Certificate.
f)
Documents required for registration of vehicle with the local transport Authority and
other inter state movement of vehicle.
g)
List of recommended spares with specification and costs thereof.
h)
Operation & Maintenance manuals.
105 SURVEYOR
Contractor shall provide a team of skilled Surveyors for marking layout of buildings
and making permanent survey pillars/burgies for individual buildings at the beginning
of the work, which shall be Preserved till completion of the Project. One theodolite and
sufficient nos. of leveling machines shall be made available at site till completion for
day to day work.
106





















Some of the common safety rules to be followed during working are as follows :Nobody is allowed to enter at construction site without Safety Shoe.
Never enter work area without Safety helmet & chin strap in place.
No climbing/working allowed without proper safety belt above 2 m. height.
Do not exceed the speed limit 25 Kmph within Premises.
No debris obstacles allowed on the roads & passages.
Do not walk on pipelines or false ceiling.
Maintain good Housekeeping at work site.
No photography/ Videography allowed without permission
All Site supervisors & engineers (including subcontractor‟s) must be imparted
structured training on construction safety before start of the job & record to be
maintained.
Availability of qualified & trained Site Engineer at site during all working hours.
Site Safety training to be imparted to all workers & plan to be made to cover every
worker.
Tools box talk (5-15 minutes) by supervisor prior to commencement of any job.
All accident / incidents(Near Miss) to be reported & investigated.(formats &
procedure should be finalized)
Daily Safety Checking by Each Site Engineer along with Safety engineer.
Weekly co-ordination meeting of all Safety engineers with UPRNN/CLIENT safety
officer.
Monthly safety meeting with Site In-charges.
All Safety equipment must be ISI marked & checked by Safety officer before use.
Tag system for erection & use of scaffoldings.
Bamboo/wooden Scaffolding material not allowed.
LPG cylinders not allowed for gas cutting.
Good Housekeeping. Separate waste bins to be used for flammable & non flammable
material.
Page 37 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Safety awareness programs for workers by display of boards, posters, competitions,
talks etc.
 Deployment of Safety Supervisors for every 250 workers and part thereof at work
site.
 Display of List of First Aid trained persons.
 Testing certificates for lifting tools & tackle.
 Provision & maintenance of fire extinguishers at construction site & material stores.
 Display of emergency telephone numbers at various locations.
 For work in confined space use 24 V lamp fitting & use tools with air motors or
electric tools with max. 24 V.
 For confined space entry Gas test must be done before & at regular intervals.
 Checking & tag of equipment like grinding machine, welding machine, gas cutting set
etc. by supervisors before use.
107 Contractor shall ensure following:

1. Contractor has to maintain contact with local hospital having scanning & other ultra
modern medical facilities required during emergency including Ambulance.
2. Contractor has to ensure Pre employment medical check for all staff & workers.
3. Contractor has to ensure that adequate First Aid facilities with trained nurse &
ambulance are available at work site for emergency purpose. This emergency setup should include, but not limited to, following Male nurse (in shifts)

Oxygen set up

Breathing apparatus

Eye wash facility

Stretcher

Trauma blanket

Medicines.
108. Any rates of items in Boq & conditions either in GCC or in SCC appeared more than one location
decision of Engineer In-Charge on those rates / conditions final and binding on Contractors.
109. The scope of work covered in this tender shall be as per the Bill of Quantities, specifications,
drawings, instructions, orders issued to the contractor from time to time during the pendency of work.
The drawings for this work, which may be referred for tendering, provide general idea only about the
work to be performed under the scope of this contract. These may not be the final drawings and may
not indicate the full range of the work under the scope of this contract. The work will be Executed
according to the drawings to be released as “GOOD FOR CONSTRUCTION” from time to time by
the Engineer-in-charge and according to any additions/ modifications/ alterations/ deletions made
from time to time, as required by any other drawings that would be issued to the contractor
progressively during execution of work. It shall be the responsibility of the contractor to incorporate
the changes that may be in this scope of work, envisaged at the time of tendering and as actually
required to be executed.
110. The quantities of various items as entered in the “BILL OF QUANTITIES” are indicative only and
may vary depending upon the actual requirement. The contractor shall be bound to carry out and
complete the stipulated work irrespective of the variation in individual items specified in the bill of
quantities. The variation of quantities will be governed as per clause of contract.
111. The contractor shall Prepare and submit shop drawings for HVAC, Fire Fighting & Fire Alarm,
Structural Steel work, Aluminium Work, Structural Glazing , Electrical Work , Plumbing etc(or as
directed by Engineer In charge), to Engineer In charge for approval before execution of work.
112. The contractor shall Prepare and submit Bar Bending Schedule to Engineer In charge based on
Good for Construction Structural Drawings for approval before execution of work.
Page 38 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Safety Code
1.
Suitable scaffolds should be provided for workmen for all works that cannot safely be
done from the ground, or from solid construction except such short period work as can
be done safely from ladders. When a ladder is used an extra mazdoor shall be engaged
for holding the ladder and if the ladder is used for carrying materials as well as suitable
footholds and hand-hold shall be provided on the ladder and the ladder shall be given an
inclination not steeper than ¼ to 1 (1/4 horizontal and 1 vertical)
2.
Scaffolding of staging more than 3.6m (12 ft) above the ground or floor, swung or
suspended from an overhead support or erected with stationery support shall have a
guard rail properly attached or bolted, braced and otherwise secured at least 90 cm (3ft)
high above the floor or platform of such scaffolding or staging and extending along the
entire length of the outside and ends there of with only such opening as may be
necessary for the delivery of materials. Such scaffolding or staging shall be so fastened
as to Prevent if from swaying from the building or structure.
3.
Working platform, gangways and stairways should be so constructed that they should
not sag unduly or unequally, and if the height of the platform or the gangway or the
stairway is more than 3.6 (12ft) above ground level or floor level, they should be closely
boarded, should have adequate width and should be suitably fastened as described in
(2) above.
4.
Every opening in the floor of a building or in a working platform shall be provided with
suitable means to Prevent the fall of person or materials by providing suitable fencing or
railing whose minimum height shall be 90cm (3ft).
5.
Safe means of access shall be provided to all working platforms and other working
places. Every ladder shall be securely fixed. No portable single ladder shall be over
9m (30ft) in length while the width between side rails in rung ladder shall in no case be
less than 29 cm. (11 ½”) for ladder upto and including 3m (10ft) in length. For longer
ladders this width should be increased at least ¼” for each additional 30cm (1foot) of
length. Uniform step spacing of not more than 30cm shall be kept. Adequate
Precautions shall be taken to Prevent danger from electrical equipment. No materials on
any of the sites or work shall be so stacked or placed as to cause danger or
inconvenience to any person or the public. The contractor shall provide all necessary
fencing and lights to protect the public from accident and shall be bound to bear the
expenses of defence of every suit, action or other proceedings at law that may be
brought by any person for injury sustained owing to neglect of the above Precautions
and to pay any damages and cost which may be awarded in any such suit, action or
proceedings to any such person or which may, with the consent of the contractor, be
paid to compensate any claim by any such person.
Page 39 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
6.
Excavation and Trenching - All trenches 1.2m (4ft) or more in depth, shall at all times be
supplied with the least one ladder for each 30m (100ft) in length or fraction thereof
Ladder shall extend from bottom of the trench to at least 90 cm (3ft) above the surface
of the ground. The side of the trenches which are 1.5m (5ft) or more in depth shall be
stepped back to give suitable slope or securely held by timber bracing, so as to avoid the
danger of sides collapsing. The excavated materials shall not be placed within 1.5m
(5ft) of the edges of the trench or half of the depth of the trench whichever is more.
Cutting shall be done from top to bottom. Under no circumstances undermining or
undercutting shall be done.
7.
Demolition – Before any demolition work is commenced and also during the progress of
the work,
8.
i).
All roads and open areas adjacent to the work site shall either be closed or
suitably protected.
ii).
No electric cable or apparatus which is liable to be a source of danger or a cable
or apparatus used by the operator shall remain electrically charged.
iii).
All practical steps shall be taken to Prevent danger to persons employed from
risk of fire or explosion or flooding. No floor, roof or other part of the building
shall be so overloaded with debris or materials as to render it unsafe.
All necessary personal safety equipment as considered adequate by the Engineer-inCharge should be kept available for the use of the person employed on the site and
maintained in a condition suitable for immediate use, and the contractor should take
adequate steps to ensure proper use of equipment by those concerned. The following
safety equipments shall invariably be provided :
i).
Workers employed on mixing asphaltic materials, cement and lime mortars shall
be provided with protective footwear and protective goggles.
ii).
Those engaged in white washing and mixing or stacking of cement bags or any
material which is injurious to the eyes shall be provided with protective goggles.
iii).
Those engaged in welding works shall be provided with welder’s protective eye
shields.
iv).
Stone breaker shall be provided with protective goggles and protective clothing
and seated at sufficiently safe intervals.
v).
When workers are employed in sewers and manholes, which are in active use,
the contractor shall ensure that the manholes are opened and ventilated at least
for an hour before the workers are allowed to get into the manholes, and the
manholes so opened shall be cordoned off with suitable railing and provided with
warning signals or boards to Prevent accident to the public. In addition, the
contractor shall ensure that the following safety measure are adhered to :
Page 40 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
a).
Entry for workers into the line shall not be allowed except under supervision of
the Engineer-in-charge or any other higher officer.
b).
At least 5 to 6 manholes upstream and downstream should be kept open for at
least 2 to 3 hours before any man is allowed to enter into the manhole for
working inside.
c).
Before entry Presence of Toxic gases should be tested by inserting wet lead
acetate paper which changes colour in the Presence of such gases and gives
indication of their Presence.
d).
Presence of Oxygen should be verified by lowering a detector lamp into the
manhole. In case, no Oxygen is found inside the sewer line, workers should be
sent only with Oxygen kit.
e).
Safety belt with rope should be provided to the workers. While working inside the
manholes such rope should be handled by two men standing outside to enable
him to be pulled out during emergency.
f).
The area should be barricaded or cordoned off by suitable means to avoid
mishaps of any kind. Proper warning signs should be displayed for the safety of
the public whenever cleaning works are undertaken during night or day.
g).
No smoking or open flames shall be allowed near the blocked manhole being
cleaned.
h).
The malba obtained on account of cleaning of blocked manholes and sewer lines
should be immediately removed to avoid accidents on account of slippery nature
of the malba.
i).
Workers should not be allowed to work inside the manhole continuously. He
should be given rest intermittently. The Engineer-in-Charge may decide the time
up to which a worker may be allowed to work continuously inside the manhole.
j).
Gas masks with Oxygen Cylinder should be kept at site for use in emergency.
k).
Air-blowers should be used for flow of fresh air through the manholes. Whenever
called for portable air blowers are recommended for ventilating the manholes.
The Motors for these shall be vapour proof and of totally enclosed type. Non
sparking gas engines also could be used but they should be placed at least 2
meters away for the opening and on the leeward side protected from wind so that
they will not be a source of friction on any inflammable gas that might be Present.
l).
The workers engaged for cleaning the manholes/ sewers should be properly
trained before allowing to work in the manhole.
Page 41 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
9.
m).
The workers shall be provided with Gumboots or non sparking shoes bump
helmets and gloves non sparking tools safety lights and gas masks and portable
air blowers (when necessary). They must be supplied with barrier cream for
anointing the limbs before working inside the sewer lines.
n).
Workmen descending a manhole shall try each ladder stop or rung carefully
before putting his full weight on it to guard against insecure fastening due to
corrosion of the rung fixed to manhole well.
o).
If a man received a physical injury, he should be brought out of the sewer
immediately and adequate medical aid should be provided to him.
p).
The extent to which these Precautions are to be taken depend on individual
situation but the decision of the Engineer-in-Charge regarding the steps to be
taken in this regard in an individual case well be final.
vi).
The Contractor shall not employ men and women below the age of 18 years on
the work of painting with products containing lead in any form. Wherever men
above the age of 18 are employed on the work of lead painting, the following
Precaution should be taken :-
a).
No paint containing lead or lead products shall be used except in the form of
paste or readymade paint.
b).
Suitable face masks should be supplied for use by the workers when paint is
applied in the form of spray or a surface having lead paint is dry rubbed and
scraped.
c).
Overalls shall be supplied by the contractors to the workmen and adequate
facilities shall be provided to enable the working painters to wash during and on
the cessation of work.
An additional clause (viiii) (i) of Safety Code (iv) the Contractor shall not employ women
and man below the age of 18 on the work of painting with product containing lead in any
form. Wherever men above the age of 18 are employed on the work of lead painting,
the following principles must be observed for such use :
i).
While lead, sulphate of lead or product containing these pigment, shall not be
used in painting operation except in the form of pastes or paint ready for use.
ii).
Measures shall be taken, wherever required in order to Prevent danger arising
from the application of a paint in the form of spray.
iii).
Measures shall be taken, wherever practicable, to Prevent danger arising out of
from dust caused by dry rubbing down and scraping.
iv).
Adequate facilities shall be provided to enable working painters to wash during
and on cessation of work.
Page 42 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
10.
11.
v).
Overall shall be worn by working painters during the whole of working period.
vi).
Suitable arrangement shall be made to Prevent clothing put off during working
hours being spoiled by painting materials.
vii).
Cases of lead poisoning and suspected lead poisoning shall be notified and shall
be subsequently verified by medical man appointed by competent authority of
UPRNN/CLIENT
viii).
UPRNN/CLIENT may require, when necessary medical examination of workers.
ix).
Instruction with regard to special hygienic Precautions to be taken in the painting
trade shall be distributed to working painters.
When the work is done near any place where there is risk of drowning, all necessary
equipments should be provided and kept ready for use and all necessary steps taken for
prompt rescue of any person in danger and adequate provision, should be made for
prompt first aid treatment of all injuries likely to be obtained during the course of the
work.
Use of hoisting machines and tackle including their attachment, anchorage and
supports shall conform to the following standards or conditions :i).
a). These shall be of good mechanical construction, sound materials and adequate
strength and free from patent defects and shall be kept repaired and in good working
order.
b). Every rope used in hoisting or lowering materials or as a means of suspension shall
be of durable quality and adequate strength, and free from patent defects.
ii).
Every crane driver or hoisting appliance operator, shall be properly qualified and no
person under the age of 21 years should be in charge of any hoisting machine including
any scaffolding winch or give signals to operator.
iii).
In case of every hoisting machine and of every chain ring hook, shackle swivel and pulley
block used in hoisting or as means of suspension the safe working load shall be
ascertained by adequate means. Every hoisting machine and all gear referred to above
shall be plainly marked with the safe working load. In case of a hoisting machine having
a variable safe working load each safe working load and the condition under which it is
applicable shall be clearly indicated. No part of any machine or any gear referred to
above in this paragraph shall be loaded beyond the safe working load except for the
purpose of testing.
iv).
The contractors shall notify the safe working load of their machines to the Engineer-incharge whenever he brings any machinery to site of work and get it verified by the
Engineer-in-charge.
Page 43 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
12.
Motors, gearing, transmission, electric wiring and other dangerous parts of hoisting
appliances should be provided with efficient safeguards. Hoisting appliances should be
provided with such means as will reduce to the minimum the risk of accidental descent
of the load. Adequate Precautions should be taken to reduce to the minimum the risk
of any part of a suspended load becoming accidentally displaced. When workers are
employed on electrical installations, which are already energized, insulating mats,
wearing apparel, such as gloves, sleeves and boots and may be necessary should be
provided. The worker should not wear any rings, watches and carry keys or other
materials which are good conductors of electricity.
13.
All scaffolds, ladders and other safety devices mentioned or described herein shall be
maintained in safe condition and no scaffold, ladder or equipment shall be altered or
removed while it is in use. Adequate washing facilities should be provided at or near
places of work.
14.
These safety provisions should be brought to the notice of all concerned by display on a
notice board at a prominent place of work spot. The person responsible for compliance
of the safety code shall be named therein by the contractor.
15.
To ensure effective enforcement of the rules and regulations relating to safety
Precautions the arrangements made by the contractor shall be open to inspection by
the Labour Officer or Engineer-in-charge or their representatives.
16.
Notwithstanding the above clauses from (1) to (15) there is nothing in these to exempt
the contractor from the operations of any other Act or Rules in force in the Republic of
India.
MODEL RULES FOR THE PROTECTION OF HEALTH AND SANITARY ARRANGEMENTS
FOR WORKERS EMPLOYED BY CONTRACTORS FOR THIS WORK
1. APPLICATION
These rules shall apply to all buildings and construction works in which twenty or more workers
are ordinarily employed or are proposed to be employed in any day during the period during
which the contract work is in progress.
2. DEFINITION
Work place means a place where twenty or more workers are ordinarily employed in
connection with construction work on any day during the period during which the contract work
is in progress.
3. FIRST-AID FACILITIES
i) At every work place there shall be provided and maintained, so as to be easily accessible
during working hours, first-aid boxes at the rate of not less than one box for 150 contract labour
or part thereof ordinarily employed.
Page 44 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
ii) The first-aid box shall be distinctly marked with a red cross on white back ground and shall
contain the following equipment:a) For work places in which the number of contract labour employed does not exceed 50.
Each first-aid box shall contain the following equipments:
1. 6 small sterilised dressings
2. 3 medium size sterilised dressings
3. 3 large size sterilised dressings
4. 3 large sterilised burn dressings.
5. 1 (30 ml.) bottle containing a two percent alcoholic solution of iodine.
6. 1 (30 ml.) bottle containing saivolatile having the dose and mode of administration
indicated on the label.
7. 1 snakebite lancet
8. 1 (30gms) bottle of potassium permanganate crystals.
9. 1 pair scissors.
10. 1 copy of the first-aid leaflet issued by the UPRNN/CLIENT General, Factory
Advice Service and Labour UPRNN/CLIENTs, UPRNN/CLIENT of India.
11. 1 bottle containing 100 tablets (each of 5 gms.) of aspirin.
12. Ointment for burns
13. A bottle of suitable surgical antiseptic solution.
b) For work places in which the number of contract labour exceed 50. Each first- aid box shall
contain the following equipments:
1.
12 small sterilised dressings.
2.
6 medium size sterilised dressings
3.
6 large size sterilised dressings
4.
6 large size sterilised burn dressings.
5.
6 (15 gms.) packets sterilised cotton wool.
6.
1 (60 ml.) bottle containing a two percent alcoholic solution iodine.
7.
1 (60 ml.) bottle containing salvolatile having the dose and mode of administration
indicated on the label.
8.
1 roll of adhesive plaster.
9.
1 snake bite lancet.
Page 45 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
10.
1(30 gms.) bottle of potassium permanganate crystals.
11.
1 pair scissors.
12.
1 copy of the first-aid leaflet issued by the General Factory Advice Service and Labour
dept. Govt. of India.
13.
A bottle containing 100 tables (each of 5 gms.) of aspirin.
14.
Ointment for burns
15.
A bottle of suitable surgical antiseptic solution.
iii).
Adequate arrangements shall be made for immediate recoupment of the equipment when
necessary.
iv).
Nothing
v).
The first-aid box shall be kept in charge of a responsible person who shall always be readily
available
during
the
working
hours
of
the
work
place.
vi).
A person in charge of the First-aid box shall be a person trained in First-aid treatment, in the
work places where the number of contract labour employed is 150 or more.
vii).
In work places where the number of contract labour employed is 500 or more and hospital
facilities are not available within easy distance from the works. First-aid posts shall be
established and run by a trained compounder. The compounder shall be on duty and shall
be
available
at
all
hours
when
the
workers
are
at
work.
viii).
Where work places are situated in places, which are not towns, or cities, a suitable motor
transport shall be kept readily available to carry injured person or person suddenly taken ill to
the nearest hospital.
except
the
Prescribed
contents
shall
be
kept
in
the
First-aid
box.
4. DRINKING WATER
i)
In every work place, there shall be provided and maintained at suitable places, easily
accessible to labour, a sufficient supply of cold water fit for drinking.
ii)
Where drinking water is obtained from an Intermittent public water supply, each work place
shall be provided with storage where such drinking water shall be stored.
iii)
Every water supply or storage shall be at a distance of not less than 50 feet from any latrine
drain or other source of pollution. Where water has to be drawn from an existing well which
is within such proximity of latrine, drain or any other source of pollution, the well shall be
properly chlorinated bfore water is drawn form it for, drinking. All such wells shall be entirely
closed in and be provided with a trap door which shall be dust and waterproof.
iv)
A reliable pump shall be fitted to each covered well, the trap door shall be kept locked and
opened only for cleaning or inspection which shall be done at least once a month.
Page 46 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
5.
WASHING FACILITIES
i)
In every work place adequate and suitable facilities for washing shall be provided and
maintained
for
the
use
of
contract
labour
employed
therein.
ii)
Separate and adequate cleaning facilities shall be provided for the use of male and female
workers
iii)
Such facilities shall be conveniently accessible and shall be kept in clean and hygienic
condition.
6.
LATRINES AND URINALS
i)
Latrines shall be provided in every work place on the follwing scale namely:-
a) Where females are employed there shall be at least one latrine for every 25 females.
b) Where males are employed, there shall be at least one latrine for every 25 males.
Provided that where the number of males or females exceeds 100, it shall be sufficient if there is one
latrine for 25 males or females as the case may be upto the first 100, and one for every 50
thereafter.
ii)
Every latrine shall be under cover and so partitioned off as to secure privacy, and shall have
a proper door and fastenings.
iii)
Construction of latrines: The inside walls shall be constructed of masonry or some suitable
heat-resisting nonabsorbent materials and shall be cement washed inside and outside at
least once a year, Latrines shall not be of a standard lower than borehole system.
iv)
a) Where workers of both sexes are employed, there shall be displayed out side each block
of latrine and urinal, a notice in the language understood by the majority of the workers “ For
men only” or “For Women Only” as the case may be.
b)The notice shal also bear the figure of a man or of a woman, as the case may be.
v)
There shall be at least one Urinal for male workers upto 50 and one for female workers upto
fifty employed at a time, provided that where the number of male or female workmen, as the
case may be exceeds 500, it shall be sufficient if there is one urinal for every 50 males or females
upto the first 500 and one for every 100 or part thereafter.
vi)
a) the latrines and urinals shall be adequately lighted and shall be maintained in a clean and
sanitary condition at all times.
Page 47 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
b) Latrines and urinals other than those connected with a flush sewage system shall comply with
the requirements of the Public Health Authorities.
vii)
Water shall be provided by means of tap or otherwise so as to be conveniently accessible in or
near the latrines and urinals.
viii) Disposal of excreta :- Unless otherwise arranged for by the local sanitary authority,
arrangements for proper disposal of excreta by incineration at the work place shall be
made by means of a suitable incinerator. Alternately excreta may be disposed of by
putting a layer of night soil at the bottom of a pucca tank Prepared for the purpose and
covering it with a 15 cm. layer of waste or refuse and them covering it with a layer of earth
for a fortnight (when it will turn to manure).
ix)
The contractor shall at his own expense, carry out all instructions issued to him by the
Engineer-in-Charge to effect proper disposal of night soil and other conservancy work in
respect of the contractor’s workmen or employees on the site. The contractor shall be
responsible for payment of any charges which may be levied by Municipal or Cantonment
Authority for execution of such on his behalf.
7.
PROVISION OF SHELTER DURING REST
At every place there shall be provided, free of cost, four suitable sheds, two for meals
and the other two for rest separately for the use of men and women labour. The height
of each shelter shall not be less than 3 meters (10 ft.) from the floor level to the lowest
part of the roof. These shall be kept clean and the space provided shall be on the basis
of 0.6 sq.m. (6 s ft.) per head.
Provided that the Engineer-in-Charge may permit subject to his satisfaction, a portion of
the building under construction or other alternative accommodation to be used for the
purpose.
8. CRÈCHES
i)
At every work place, at which 20 or more women worker are ordinarily employed, there
shall be provided two rooms of reasonable dimensions for the use of their children under
at the age of six years. One room shall be used as a play room for the children and the
other as their bedroom. The rooms shall be constructed with specifications as per clause
19H (ii) a, b & c.
ii)
The rooms shall be provided with suitable and sufficient openings in for light and
ventilation. There shall be adequate provision of sweepers to keep the places clean.
iii)
The contractor shall supply adequate number of toys and games in the play room and
sufficient number of cots and beddings in the bed room.
iv)
The contractor shall provide one ayaa to look after the children in the crèche when, the
number of women workers does not exceed 50 and two when the number of women
workers exceed 50.
Page 48 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
iv)
The use of the rooms earmarked as crèches shall be restricted to children, their
attendants and mothers of the children.
9. CANTEENS
i)
In every work place where the work regarding the employment of contract labour is likely
to continue for six months and where in contract labour numbering one hundred or more
are ordinarily employed, and adequate canteen shall be provided by the contractor for
the use of such contract labour.
ii)
The canteen shall be maintained by the contractor in an efficient manner.
iii)
The canteen shall be consist of at least a dining hall, kitchen, storeroom, pantry and
washing places separately for workers and utensils.
iv)
The canteen shall be sufficiently lighted at all times when any person has access to it.
v)
The floor shall be made of smooth and impervious materials and inside walls shall be lime
washed or colour washed at least once in each year.
Provided that the inside wall of the kitchen shall be lime washed every four months.
vi)
The Premises of the canteen shall be maintained in a clean and sanitary condition.
vii)
Waste water shall be carried away in suitable covered drains and shall not be allowed to
accumulate so as to cause a nuisance.
viii) Suitable arrangements shall be made for the collection and disposal of garbage.
ix)
The dining hall shall accommodate at a time 30 percent of the contract labour working at a
time.
x)
The floor area of the dining hall, excluding the area occupied by the service counter and
any furniture except tables and chairs shall not be less than one square meter (10sft)
per diner to be accommodated as Prescribed in sub-Rule 9.
xi)
A) A portion of the dining hall and service counter shall be partitioned off and reserved for
women workers in proportion to their number.
Page 49 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
B) Washing places for women shall be separate and screened to secure privacy.
xii)
Sufficient tables stools, chair or benches shall be available for the number of diners to be
accommodated as Prescribed in sub-Rule.
xiii)
a)
b)
1.
There shall be provided and maintained sufficient utensils crockery, furniture
and any other equipments necessary for the efficient running of the canteen.
2.
The furniture utensils and other equipment shall be maintained in a clean
and hygienic conditions.
1.
Suitable clean clothes for the employees serving in the canteen shall be
provided and maintained.
2.
A service counter, if provided, shall have top of smooth and impervious
material.
3.
Suitable facilities including an adequate supply of hot water shall be provided
for the cleaning of utensils and equipments.
xiv) The food stuffs and other items to be served in the canteen shall be in conformity with the
normal habits of the contract labour.
xv)
The charges for food for stuffs, beverages and any other items served in the canteen shall
be based on “No profit”, “No loss” and shall be conspicuously displayed in the canteen.
xvi) In arriving at the price of food stuffs and other article served in the canteen, the following
items shall not be taken into consideration as expenditure namely:a) The rent of land and building.
b) The depreciation and maintenance charges for the building and equipments
provided for the canteen.
c) The cost of purchase, repairs and replacement of equipments including furniture,
crockery, cutlery and utensils.
d) The water charges and other charges incurred for lighting and ventilation.
e) The interest and amounts spent on the provision and maintenance of equipments
provided for the canteen.
xvii)
The accounts pertaining to the canteen shall be audited once every 12 months by
registered accountants and auditors.
Page 50 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
10.
Anti-Malarial Precautions
The contractor shall at his own expenses, confirm to all anti-malarial instructions given to him by the
Engineer-in-Charge including the filling up of any borrow pits which may have been dug by him.
11.
The above rules shall be incorporated in the contracts and in notices inviting tenders and
shall from an integral part of the contracts.
12. Amendments
UPRNN/CLIENT may from time to time, add to or amend these rules and issue directions
it may consider necessary for the purpose of removing any difficulty which may arise in
the administration thereof.
________________________________________________________________________
Page 51 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
ADDITIONAL SPECIAL CONDITIONS
In order to comply with the criterion laid down by GRIHA following mandatory practices shall be
followed by the contractor. In addition the tender rates shall be deemed to include the
following:
A. The contractor shall comply with safety procedures, norms and guidelines (as applicable) as
outlined in the Doc No. CED 46(6086), July 2003: Draft National Building Code of India: Part 7
Constructional practices and safety, issued by Bureau of Indian Standards.
I. Site Boundary
Boundary shall be fenced with an opaque material which shall not allow air pollution and soil
erosion due to wind. Temporary and permanent barricading shall be provided in height around
construction area of either full brick wall or dust screens, sheeting or netting has to be provided
along the sides of existing building and road.
II. Site Preparation
 Clear vegetation only from the areas where work will start right away
 Vegetate / mulch areas where vehicles don’t ply. Mulch is a protective layer of material
that is spread on the top of the soil, which can either be organic (such as grass clippings,
straw, bark chips, and similar materials) or inorganic, (such as stones and brick chips).
Mulching should be used with seeding and plantings on steep slopes (slopes>33%).
Steep slopes are prone to heavy erosion and, therefore, netting or anchoring should be
used to hold it in place.
 Apply gravel to the area where mulching/paving is impractical
 Identify roads on site that would be used for vehicular traffic. Add surface gravel to
reduce source of dust emission
 Limit vehicular speed on site to 10 km/hour
III. Existing Site Features
 Conserve existing natural areas or existing natural features on site such as water bodies,
trees etc to integrate in the design and to provide habitat and promote biodiversity
 Carry out a comprehensive site analysis to identify site characteristics that can be used
to harness natural resources (like solar energy, wind, and water) and the potential
qualities of the landforms that could contribute to making different areas of the site
visually and thermally more comfortable for users. Locate various activities of the
scheme after careful site analysis and assessment so as to protect ecologically sensitive
areas and reduce damage to the natural ecosystem
Page 52 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
IV. A. Preserve and protect existing vegetation on site
 Inventory of existing vegetation including the number of trees and native shrub
coverage and their species types. This has to be done before any construction activity
starts on site
 Preserve existing mature trees on‐site during the course of construction by Preserving
and transplanting them. Preservation and protection of existing vegetation by
non‐disturbance or damage to specified site areas is recommended. Site vegetation
includes trees, shrubs, grasses and other plants. Where ever possible, existing site
vegetation has to be included in the landscape design of the site. This practice enables
retention of fully‐grown mature trees and also reduces avoidable erosion of bare soil
 The contractor shall undertake the responsibility to ensure that the site is not ‘levelled’
or ‘cleared’ before undertaking this study
 Site plan, with photographs, clearly highlighting the trees and native shrub coverage
that is protected, transplanted or removed has to be recorded or maintained by the site
engineer
B. Procedure to Monitor and Protect Site Vegetation
 All existing vegetation shall be marked on a site survey plan
 A vegetation survey in the Prescribed format shall be carried out by an accredited
landscape architect and attached to the site survey plan
 The above specifications to be implemented at site as per NBC part 10 – Landscaping,
Signs and outdoor display
 Copy of permission letter to be provided for cutting of trees.
C. Transplanting Existing Trees on Site
 If trees have to be removed from their location or have to be felled for any of the above
reasons, efforts should be made to transplant them as much as possible. For this
 Large trees identified for transplantation should be replanted at a different location
immediately
 Young trees or saplings identified for transplantation can be uprooted and Preserved for
replanting after the completion of construction. Young trees are those that have a
height less than 2 m, and a 0.1 m trunk girth at 1 m height from ground, and a 2 m
crown diameter
 Non Applicability condition: Sites that are devoid of trees
Page 53 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
D. Compensatory Plantation on Site
 Where trees cannot be transplanted due Pre and economical reasons, compensatory
plantation has to be undertaken on the site.
 Compensate the loss of vegetation (trees) due to the construction activity by
compensatory plantation.
 Replant the same number of mature or fully grown trees as eliminated during the
construction of the proposed landscape design. Replant the same, native and/or noninvasive species, which existed on the site before elimination in the proportion of 1:3.
 Plant in excess of 25% to the minimum required within the site Premises
 The above specifications to be implemented at site as per NBC part 10 – Landscaping,
Signs and outdoor display
V. Construction management process requirements
A. Timing of construction
 Select proper timing for the construction activity to minimize site disturbance such as
soil pollution due to spilling of the construction material and its mixing with rainwater
B. Staging
 Staging is dividing a construction area into two or more areas to minimize the area of
soil that will be exposed at any given time. Staging should be done to separate
undisturbed land from land disturbed by construction activity and material storage
 Use staging and spill Prevention and control plan to restrict the spilling of the
contaminated material on site
 Specify and limit construction activity in Pre‐planned/designated areas
C. Soil erosion and sedimentation control measures

Soil Test has to be carried out and also soil baring test needs to be carried out. Topsoil
needs to be tested before Preservation to ensure that it is worth Preserving, and will
help conserve resources and money in the long run.

The soil should be tested at a laboratory accredited by the Indian Council of Agricultural
Research (ICAR) for primary plant nutrient and pH. In case the soil test conducted yields
a result that is not up to the requisite standard, then adequate measures need to be
adopted to ensure that the fertility of the soil is restored to a usable level as per the
direction of Engineer-In-Charge.
Page 54 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
 Preserve topsoil by employing measures as following ‐
 Contractor to ensure that the soil on -site is protected from erosion in accordance with
NBC 2005 – Part 10 – Landscaping, Signs and Outdoor Display Structures, Section 1 –
Landscape planning and design, Subsection 4 – Protection of landscape during
construction)



Protect the top soil from erosion. Use collection storage and reapplication of the top
soil, sediment basin, contour trenching, mulching, soil stabilization methods to protect
the top soil from erosion during construction
Measures shall be followed for collecting drainage water runoff from construction areas
and material storage sites through temporary drainage trenches, silt fences,
bio‐infiltration ponds or structural controls such as sedimentation tank or water
collection chambers to reuse water for curing etc.
The Contractor shall construct Sedimentation basin, a temporary dam or basin at the
lowest convenient point of the site. This should be constructed for collecting, trapping,
and storing sediment produced by the construction activities, together with a flow
detention facility for reducing peak runoff rates. This would allow most of the sediments
to settle before the runoff is directed towards the outfall
D. Soil conservation (till post-construction)
 Proper topsoil laying, stabilization of the soil, and maintenance of adequate fertility of
the soil to support vegetative growth. The top soil conservation should be done from
areas likely to be disturbed by construction activities (especially in cases where the site
area is larger than 10 000 m2), topsoil should be stripped to a depth of 20 cm from the
areas proposed for buildings, roads, paved areas, and external services.



It should be stockpiled to a height of 40 cm in designated areas and reapplied during
plantation of the proposed vegetation. The topsoil should be separated from the subsoil
debris and stones larger than 50 mm in diameter.
The adjoining areas shall be barricaded to Prevent construction activities damaging the
surrounding areas
Non applicability condition proposed (for top soil Preservation only): Contaminated
sites/sites that do not have good quality top soil (as per soil test report) that is
considered worth storing for reuse. Soil test has to be carried out as per criteria 3 and
the test report has to be endorsed by the landscape architect. The landscape architect
has to provide certificate that the top soil is not worth storing for landscaping purposes
and cannot be restored to applicable standard
Page 55 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
VI. Reduce air pollution during construction
 The contractor shall undertake the responsibility to Prevent air pollution dust and
smoke; ensure that there will be adequate water supply / storage for dust suppression;
devise and arrange methods of working and carrying out the work in such a manner as
to minimize the impact of dust on the surrounding environment, and provide
experienced personnel with suitable training to ensure that these methods of working,
plant, equipment and air pollution control system to be used on the site should be made
available for the inspection and approval of the engineer‐in‐charge of construction to
ensure that these are suitable for the project
 The contractor shall comply to CPCB standards to Prevent air pollution, dust and smoke
on the site. These standards shall be applicable to the use of DG sets during construction
and the stack height of the DG stack to control air pollution should be as per the CPCB
standards
Site maintenance policies should include ‐
A. Water spraying.
 This will be done by wetting the surface by spraying water on‐
 Any dusty materials before transferring, loading, and unloading.
 Areas where demolition work is being carried out
 Any unpaved main haul road
 Areas where excavation or earth‐moving activities are to be carried out
B. Cover and Enclosure
 Providing hoardings/ GI sheet barricading of not less than 3m high along the site
boundary, next to a road or other public area. An existing brick boundary wall exists at
site on some sides. The Contractor shall be required to erect a GI sheet barricading over
the same
 Providing dust screens, sheeting or netting along the perimeter of a building
 Covering fully stockpile of dusty material with impervious sheeting
 Covering dusty load on vehicles by impervious sheeting before they leave the site.
 Transferring, handling/storing dry loose materials like bulk cement, dry pulverized fly
ash inside a totally enclosed system
 Stack height of the DG stack to control air pollution should be as per the CPCB standards
Page 56 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
VII. Reduce Noise Pollution during construction on site
 To use appropriate noise controls for providing acceptable levels of outdoor and indoor
noise levels to enhance comfort ensure that the outdoor noise level conforms to the
Central Pollution Control Board‐ Environmental Standards‐Noise (ambient standards)
 The report on measured average ambient noise level at site‐ Noise measurement should
be conducted by an organization recognized by a competent authority and it should
follow procedures laid down by a competent authority.
 Mechanical, electrical, air conditioning, heating and mechanical ventilation and other
services if are provided ‐noise control measures should be incorporated during the
design and installation of such services to adhere to the recommended outdoor and
indoor noise criteria for the kind of occupancy
 Some basic techniques to achieve the same are given in National Building Code, Part ‐
VIII, Section 4, Annex G
VIII. Aggregate Utility corridors
 Use aggregate utility corridors
 Consolidate utility corridors along the Previously disturbed areas or along new roads, in
order to minimize unnecessary cutting and trenching and to ensure easy maintenance.
Local codes and requirements for water, sewer, and electrical/telecommunication lines
should be considered.
 Consolidate services, pedestrian, and automobile paths
IX. Efficient Water Use during Construction
 Minimize use of potable water during construction activity by‐
 Controlling wastes of curing water
 To avoid wastage of curing water, follow the following guidelines
 Curing water should be sprayed on concrete structures; free flow of water shall not be
allowed.
 After liberal curing on the first day, all concrete structures shall be painted with curing
chemical to save water. This will stop daily water curing hence save water. (to be
covered under tender items)
 Concrete structure shall be covered with thick cloth/gunny bags and then water should
be sprayed on them. This would avoid water rebound and ensure sustained and
complete curing.
 Ponds shall be made using cement and sand mortar to avoid water flow away from the
flat surface while curing (to be covered under tender items)
 Water ponding shall be done on all sunken slabs; this would also highlight the
importance of having an impervious formwork.
 Use recycled treated water
Page 57 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Storm water management during construction
o Contractor needs to take measures to ensure that the storm water runoff during
construction does not exceed the runoff before construction. To this effect there is need
to provide rain water recharge pits right around the periphery of the site & have rain
water harvesting wells to capture rain water and then filter all suspended solids and
other materials before recharge into the earth.
X. Utilization of fly ash in building structure
 Fly ash use in RC: Minimum 15% replacement of cement with fl y ash by weight of
cement used in the total structural concrete. Provide supporting document from the
manufacturer of the cement specifying the fly ash content in PPC used in reinforced
concrete.
 For use of fly ash in building blocks of load bearing and non-load bearing wall:
Minimum 40% replacement of cement with fl y ash by weight, for 100% load bearing
and non‐load bearing walls. Provide supporting document from the manufacturer of the
Pre‐cast building blocks specifying the fl y ash content of the blocks used in an infill wall
system.
 For use of fly ash in plaster and masonry mortar: Minimum 30% use of fl y ash in place
of cement by weight in overall plaster and mortar requirement. Provide supporting
document from the manufacturer of the cement/ready mix concrete, specifying the fly
ash content in PPC used in plaster and masonry mortar
XI. Use of low VOC paints adhesives and sealants
Contractor to ensure that all the Adhesives, Sealants, Paints and Coatings used in the
project have a VOC level within the following limits. Maintain Proper documentation in
the form of manufacturer cut sheets, Pre data sheets, and lab test reports as
conformation for compliance. 100% of all paints should be under the provided VOC
limits for paints and to use water–based rather than solvent-based sealants and
adhesives.
Paint applications
VOC limits (g of VOC per lt)
Interior coating
Flat <50
Non Flat < 150
Exterior Coating
Flat <200
Non Flat <100
Anti Corrosive
Gloss/semi gloss/flat < 250
Page 58 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
XII Recycled Content in materials
Contractor to submit the letters confirming the recycled content (post-consumer
and Pre-consumer) in the materials from the manufacturers. Recycled content in the
various materials is given below:
a.
b.
c.
d.
e.
50%
Glass- Minimum recycled content of 10-15%
Steel – Minimum recycled content of 25%
Gypsum Board- Minimum recycled content of 20-25%
Aluminium - Minimum recycled content of 25%
Fly ash in AAC Blocks, Cement Plaster, RMC- Minimum recycled content of 25-
Contractor to maintain documentation records in the form of Manufacturer cutsheets, Pre data sheets and/or test reports to confirm compliance of the same.
Post‐consumer material is defined as waste material generated by households or by
commercial, industrial and institutional facilities in their role as end‐users of the
product, which can no longer be used for its intended purpose. Pre‐consumer material is
defined as material diverted from the waste stream during the manufacturing process.
Excluded is reutilization of materials such as rework, regrind or scrap generated in a
process and capable of being reclaimed within the same process that generated it.
XIII Regional Materials
Contractor to procure materials which are extracted, harvested or recovered and
manufactured/ processed within a 250mile (400km) radius of the project site as far as
possible and ensure that more than 20% of the materials by cost are extracted,
harvested or recovered and manufactured / processed regionally within a 250mile
(400km) radius.
Contractor to maintain and submit documentation records in the form of
Manufacturer letters indicating the place of manufacture/process and place of raw
material extraction/harvesting and the distance of both from the project site to ensure
compliance with the above.
XIV. Reduce volume and weight and time of construction by adopting efficient technologies
Structural application
 Use of low‐energy technologies in structural application clearly demonstrating a
minimum 5% reduction in high energy materials such as cement, concrete, steel, sand,
bricks by absolute volume when compared with equivalent products for the same
application, for 100% structural system used in a building, meeting the equivalent
strength requirements. For e.g. Post tensioned systems, Precast systems etc.
Page 59 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Non-structural application
 Use of low‐energy technologies/materials (not based on the utilization of industrial
waste), which are used for non‐structural applications such as infi ll wall system and
cause a minimum 5% reduction in the use of high‐energy materials such as cement,
concrete, steel, and so on. by absolute volume when compared with equivalent
products for the same application, for 100% infill wall system used in a building, meeting
the equivalent strength requirements. For e.g. light weight concrete blocks over dense
concrete blocks, Pre‐cast brick panels, composite fibrocement walling, interlocking
concrete blocks etc
XV. Reduction in the Waste during Construction
 The contractor is required to develop Waste Management Programme (WMP) during
the construction of the project for his works, which may include: ‐
 The Contractor shall ensure maximum recovery and safe disposal of wastes generated
during construction and reduce the burden on landfill.
 Employ measures to segregate the waste at site into inert, chemical, or hazardous
wastes. For this the contractor shall construct separate coloured bins for collection of
different categories of waste at site and maintain strict discipline among the labour in
segregating the waste.
 The Contractor shall recycle the unused chemical/ hazardous wastes such as oil, paint,
batteries and asbestos. The Contractor shall dispose of the inert waste by Municipal
Corporation at landfill sites.
 Recycle the hazardous waste and dispose the inert waste to municipal approved landfill
sites.
 Minimize factors that contribute to waste such as over‐packaging, improper storage,
ordering errors, poor planning, breakage, mishandling, and contamination of
construction materials. For waste volumes generated, identify and institute reuse,
salvage and recycle opportunities whenever economics and logistics allow
 Develop and institute a construction waste management plan that identifies proposed
deconstruction and salvage opportunities, on‐site reprocessing and reuse opportunities
XVI. Storage of materials and equipment at site
 The Contractor shall, at his own cost, provide adequate storage sheds and yards at the
Site, at locations Pre‐approved by the Engineer, for all materials and equipment that are
to be incorporated in the Work. This shall be for all the materials and equipment,
supplied by the Contractor or any Sub‐Contractor or supplied by the Employer /
Engineer
Page 60 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

In addition to being watertight and weatherproof, the storage facilities shall be of such a
manner that all the materials and equipments are adequately protected in every way
from any deterioration or contamination or damage whatsoever, to the complete
satisfaction of the Engineer. The method of storing of all the materials and equipment
shall be in conformity with the Specifications and/or to the directions and instructions of
the Engineer. At no time shall any material or equipment be stored in open or in contact
with the ground. Should any of the materials or equipment deteriorate or be
contaminated or damaged in any way due to improper storage or for any other reason
than such materials and equipment shall not be incorporated in the Work and shall be
removed forthwith from the Site and the replacement of all such materials and
equipment shall be entirely at the cost and expense of the Contractor
 Wherever applicable the storage of materials shall be in accordance with the relevant
Indian Standard Specifications
XVII. Provide at least the minimum level of accessibility for persons with disabilities as
applicable
 Ensure access to facilities and services by adopting appropriate site planning to
eliminate barriers as per the recommended standards (NBC 2005 [BIS 2005f]), layout
and designing of interior and exterior facilities as per principles of universal design such
as Prescribed by the National Building Code of India, building management policies and
procedures, provision of auxiliary aids and appliances, and staff training in disability
awareness, and
 Comply with planning and design guidelines as outlined in NBC 2005 Annex D (Clause
12.21) (BIS 2005f )
XVII. Documentation
 Site plan showing staging and spill Prevention measures, erosion and sedimentation
control measures.
 Document to be submitted after completion of the project, a brief description along
with photographic records to show that other areas have not been disrupted during
construction. The document should also include brief explanation and photographic
records to show erosion and sedimentation control measures adopted. (Document CAD
drawing showing site plan details of existing vegetation, existing buildings, existing
slopes and site drainage pattern, staging and spill Prevention measures, erosion and
sedimentation control measures and measures adopted for top soil Preservation during
construction).

Site plan (one CAD drawing) along with a narrative to demarcate areas on site from
which topsoil has to be gathered, designate area where it will be stored, measures
adopted for topsoil Preservation.
Page 61 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Obtaining Certificate from landscape architect confirming proper protection and
Preservation of existing trees during construction process.

Landscape plan, clearly highlighting the areas where trees were removed (indicating the
number of trees), if applicable, with the number of replanted trees in the proportion of
1:3 in the proposed landscape design. List details about species, which existed, and the
species that have been replanted on-site.
Narrative explanation about the methods of soil stabilization used, wherever required,
accompanied by photographs with brief description.
Certificate by the landscape architect on topsoil laying, soil stabilization, and adequate
primary soil nutrient and pH [(supported by test results performed at Indian Council of
Agricultural Research (ICAR)–accredited laboratory].
Contractor shall take regular photographs showing the health, safety and sanitaion
measure followed during construction and maintain the record of the same.





Contractor shall submit the detailed narrative on provision for safe drinking water and
sanitation facility for construction workers and site personnel accompanied by the
photographs taken at regular intervals during construction.
Contractor to submit the narrative (not more than 300 words) explaining the air
pollution Preventive measures that have been adopted on-site. Site photographs
showing different stages of construction along with Preventive measures to support of
the same.

Contractor to submit the narrative indicating the quantum of waste generated during
construction and storage facility for segregated inert and hazardous waste before
recycling and disposal accompanied by necessary documents and photographs.

Contractor to submit the layout (showing the location & capacity) and photo of the
storage facility for segregated inert and hazardous waste

Contractor to ensure that a plan is in place to ensure that more than 75% of the waste
generated by weight or volume, on-site due to construction activities is either reused,
recycled or sold as scrap and is diverted from going into landfills.

Contractor to submit the proper records/documents in the form of logs, photographs,
gate passes, hauler certificates, etc. for compliance of the same.
**********************************************************************
Page 62 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
ADDITIONAL CONDITONS OF CONTRACT AND SPECIFICATIONS
(A)
1.0
2.0
RELATING TO CIVIL, ELECTRICAL, PLUMBING & FIRE FIGHTING WORKS, HVAC WORKS, LIFTS AND
GRIHA RATING SYSTEM
General
1.1
The following Additional Conditions and specification shall be read in conjunction with
General Conditions of Contract and Specific Conditions of Contract. If there are any
provisions in these Additional Conditions of Contract & specifications which are at
variance with the provisions in the above mentioned documents, the provisions in these
Additional Conditions of Contract & specifications shall take precedence.
1.2
Rates: - The quoted rates shall be for complete items of work i.e. inclusive of material,
labour, plant and machinery, tools and tackles, batching plant etc. including water &
electricity, overheads charges, all taxes, statutory charges / levies applicable from time to
time and others as specified etc, incidental works and all other charges for items
contingent to the work, such as, packing, forwarding, insurance, freight and delivery at
Site, watch and ward of all materials & successful installation, testing & commissioning at
site etc.
Scope of Contract
2.1
3
The scope of work covers the supply, erection, testing and commissioning of the Civil,
Plumbing, Fire Fighting & Electrical Systems, HVAC -Air- conditioning, Lifts & Landscaping
works which also includes design & preparation of structural and all other detailed
shop drawings, testing and commissioning of components and accessories.

Civil works, plumbing & Fire Fighting works, Fire Alarm System.

Electrical works, HVAC works & Lifts.

GRIHA Rating System.
2.2
The work shall be carried out in conformity with the relevant drawings and the
requirement of architectural, electrical, structural, and other specialised service drawings
approved by Engineer-in-charge/Consultant.
2.3
The Contractor shall make provision of hangers, sleeves, structural openings and other
requirements during construction to avoid holding up progress of the construction
schedule. The Contractor should ensure that the structure is designed for additional loads
or cut outs. Subsequent Cutting holes in the RCC structural members /slab shall not be
allowed.
2.4
The contract items comprises of furnishing of all materials, equipment, labour &
transportation etc. necessary to render the installation/ item fully operational as per
the intent of specification and drawings, including any necessary adjustment or
corrections. Further the installation /item shall be in conformity with local laws and
manufacturer instructions applicable.
Contract Drawings
3.1
The drawings issued with the Bid are diagrammatic only and indicate the extent and
Page 63 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
general arrangement of the installation. Drawings shall not be scaled.
3.2
4
The Contractor shall follow the Bid drawings for preparation of his detailed sanitary,
plumbing & fire fighting & Shop drawings and for subsequent installation work and also
cross check the drawings of other services to avoid subsequent complications in inter
services. Any discrepancies observed should be immediately brought into the notice of
Engineer-in-charge/Consultant and clarifications obtained. No changes from approved
plans shall be made without prior approval of the Engineer-in-charge.
Shop Drawings
4.1
The Contractor shall furnish for approval of the Engineer-in-charge/Consultant three sets
of detailed sanitary, plumbing, fire fighting (external & internal), Pump room & Shop
drawings of all equipment and materials required to complete the work as per
specifications well in advance. These drawings shall contain details of construction, size,
arrangement, operating clearances, performance characteristics, and capacity of all items
of equipment, as also the details of all related items of work of other trades. All shop
drawings to be made in accordance with latest fire safety norms and building codes.
4.2
All drawings necessary for assembly, erection, maintenance, repair and operation of the
equipment shall be furnished and different parts shall be suitably numbered for
identification and ordering of spare parts.
4.3
For any amendments proposed by Engineer-in-charge /Consultant in the above drawings,
the Contractor shall supply fresh sets of drawings with the amendments duly
incorporated, along with the drawings on which corrections were indicated.
4.4
No material or equipment may be brought at Site until the Contractor has the approved
Shop drawings for that particular material or equipment.
4.5
After approval of the drawings by the Engineer-in-charge/Consultant, the Contractor shall
further furnish six sets of Shop drawings for the exclusive use of and retention by the
Engineer-in-charge/Consultant /Client.
4.6
Approval of drawings by the Engineer-in-charge/Consultant shall not relieve the
Contractor of any obligation to meet all the requirements of the Contract or of the
correctness of his drawings. The Engineer's approval of specific item shall not mean the
approval of the assembly of which it is a component. The Contractor shall be responsible
for and is to bear the cost for all alternations of the works due to discrepancies or
omission in the drawings or other particulars supplied by him, whether such drawings
have been approved by the Engineer-in-charge/Consultant or not.
4.7
Where the work of the Contractor has to be installed in close proximity to, or will
interfere with the work of other trades, the Contractor shall assist in working out the
space conditions to make a satisfactory adjustment. If so directed by the Engineer, the
Contractor shall prepare composite working drawings and sections to a suitable scale
not less than 1:50, clearly showing how his work is to be installed in relation to the
work of other trades. If the Contractor installs his work before coordinating with other
trades, and it is cause for any interference with the work of other trades, he shall make all
the necessary changes without extra cost.
4.8
All shop drawings and detail drawings will be made as per requirements of local
authorities and tender drawings incorporating all latest regulations and requirements. No
separate drawings will be, issued for making shop drawings.
Page 64 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
5
Samples and Catalogues
5.1
Prior to ordering any equipment/ material/ system, the Contractor shall submit to the
Engineer-in-charge/Consultant the catalogues, along with samples from approved list of
manufacturers. No material shall be procured without written approval of the Engineerin-charge / Consultant.
5.2
Approval of Materials
All materials used on the Works shall be new and of the best quality and make available,
conforming to the relevant specifications of the contract. Prior approval shall be obtained
in writing from the Engineer-in-charge/Consultant for all materials proposed and when
necessary, approved samples duly identified and labelled shall be deposited with the
Engineer-in-charge/Consultant and shall be kept in the sample room at Site. List of
approved make indicates make / manufacturer generally acceptability. Final choice of
make / manufacturer of material & models shall be with the Engineer-in-charge
/Consultant.
6
Material and Equipment
6.1
All material and equipment shall conform to the relevant Indian Standards and bear IS
marking where ever applicable.
6.2
Where interfacing is involved, both equipments shall be mutually compatible in all
respects.
6.3
Where an item of equipment, other than as specified or detailed on the drawings, is
approved by Engineer-in-charge/ Consultant, requires any re-design of the structure,
partitions, foundation, piping, writing or any other part of the mechanical, electrical or
architectural layout, all such re-design, and all new drawings and detailing required
therefore, shall be prepared by the Contractor at his own expense and approval
obtained by the Engineer.
6.4
All similar equipment, materials, removable parts of similar equipment etc. shall be
inter-changeable with one another.
6.5
Approved makes for materials and vendor list
The contractor shall procure materials as scarified in the vendor lists enclosed, the
particular material shall be got approved from the Engineer - in- Charge before
procurement.
7
Conformity with Statutory Acts, Rules and Standards
7.1
The installation shall be in conformity with the Bye-laws Regulations and Standards of
the local authorities applicable to the installations. But if the specifications and drawings
call for a higher standard of materials and/or workmanship than those required by any
of the above regulations and those required by any of the above regulations and
standards, then the specifications and drawings shall take precedence over the said
Regulations and Standards.
7.2
However, if the drawings or specifications required something, which violates the
Byelaws and Regulations, then the Bye-laws and Regulations shall govern the
requirement of such installation/drawings.
Page 65 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
8
7.3
Indian Standards: The System / Components shall conform to relevant Indian standards
wherever they exist and to the National Building Code Amended up to date.
7.4
Nothing in these Specifications shall be construed to relieve the contractor of his
responsibility for the design, Manufacture and installation of equipment with all its
accessories in accordance with applicable statutory regulations and safety codes in
force.
Manufacturer's Instructions
Where manufacturers have furnished specific instructions relating to the materials and
equipment used, covering points not specifically mentioned in these documents, manufacture's
instructions shall be followed with the approval of Engineer-in-charge.
9
Training and Operating Instructions
9.1 If required by the Engineer-in-charge / Consultant, the Contractor shall at his cost, train
members of the maintenance staff either at his or the subcontractor's workshop or at such
other place or places as may be considered suitable by the Engineer-in-charge / Consultant.
9.2 Upon completion of all work and all tests, the Contractor shall furnish the necessary skilled
labour and helpers for operating the entire installation for a period of fifteen (15) working
days. During this period, the Contractor shall instruct and train the Engineer-in-charge
/Consultant/ client representative in operation, adjustments and maintenance of the
equipment installed.
9.3 The Contractor shall submit to the Engineer-in-charge /Consultant draft comprehensive
operating instructions and maintenance schedule for all systems and equipment
included in this Contract. This shall be supplemented, not substituted, by manufacturer's
operating and maintenance manuals. Upon approval of the draft, the Contractor shall
submit to the Engineer-in-charge/Consultant four (4) complete bound sets of operating and
maintenance schedules along with manufacturers printed literature.
10 Inspection and Testing
10.1 The Engineer-in-charge / Consultant reserve the right to request inspection and testing at
manufacturer's Works at all reasonable times during manufacture of items for this
Contract.
10.2 The Engineer-in-charge / Consultant or his authorized representative shall have full power
to inspect the materials and workmanship at the Contractor’s Works or at any place from
which the materials or equipment is obtained. Approval by the Engineer-in-charge
/Consultant of any material or equipment shall in no way relieve the Contractor of his
responsibility for meeting the requirements of the specifications. All incident expenditure
like travelling, boarding and lodging etc shall be borne by the contractor.
10.3 Routine and typical tests for the various items of equipment shall be performed at the
Contractor's Workshop in the presence of Engineer-in-charge/Consultant or his authorized
representative, results recorded and test certificates issued.
10.4 After installation has been virtually completed, the Contractor shall carry out under the
direction and in the presence of the representative of the Engineer-in-charge such tests and
inspections as have been specified, or as considered necessary to determine whether or not
the requirements of the item, drawings and specifications have been fulfilled. In case the
Page 66 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
work does not meet the full intent of the drawings and specifications and further tests
after making require changes and as considered necessary shall be done again, the
Contractor shall carry them out and bear the expenses thereof. If test fail to demonstrate
the satisfactory nature of the installation or any part thereof, then no claims for the extra
cost
of modifications, replacement or retesting will be considered. The decision of
the Engineer shall be regarded as final as to what constitutes a satisfactory test.
10.5 The above general requirements as to testing shall be read in conjunction with any
particular requirements specified elsewhere
10.6 The Contractor shall provide all necessary instruments such as Theodolite, Dumpy level,
steel tapes, weighing machine, plumb bobs, spirit levels, hammers, micro-meters,
thermometers, hydraulic cube testing machine, smoke test machine and labour for
conducting tests. All such equipments shall be tested for calibration by an approved
laboratory. The Contractor shall make adequate records of the test procedures, readings
and results to be maintained by the Engineer-in-charge/Consultant who shall issue test
certificates signed by the person authorized by him.
11 Test Certificates
The contractor shall submit test certificates for all the materials / systems issued by
government recognized inspection / office / manufacturer certifying the Equipment /
Materials / installation and its function are in agreement with the requirements of relevant
specification and accepted standards.
12 Performance Guarantee
It is clearly understood that the specifications, drawings, schedule of quantities for
firefighting system are for bidder’s guidance only. The bidder shall carry out necessary
calculation and provide alternative equipment required to achieve the specified level of fire
fighting required for human safety. Complete sets of Architectural Drawings shall be available at
site in the Engineer-in-charge / Consultant office and reference may be made to these drawings
as required for calculations or for other details. The contractor shall also guarantee that
performance of various equipments, individually, shall not be less than, the specified ratings.
13 Quiet Operation and Vibration
All equipments shall operate under all conditions of designed load without any sound or
vibration, which is considered objectionable by the Engineer-in-charge. Such conditions shall be
corrected by the Contractor at his own expense. Decision of the Engineer-in-charge / Consultant
shall be final in this regard.
14 Accessibility
The Contractor shall locate all equipment, which require servicing, operation or regular
maintenance in a fully accessible positions. The exact location and size of access panels,
required for each valve or other devices requiring attendance, shall be finalized and
communicated to Engineer - in- Charge well in time, to facilitate working by other agencies,
failing this, the Contractor shall make all the necessary repairs and changes at his own expense.
Page 67 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
15 Handing over & Taking over process
For handing over & taking over process in addition to clauses specified elsewhere, following services
/ works shall to be complied by the main contractor:
a. Submission of Guarantees in stamp paper, of appropriate value, (format approved by
Engineer-in-charge/Consultant) for all water proofing treatment executed in the works for a
period of ten years. If any defects noticed within 10 years from completion of defect
liability period the main contractor shall be sole responsible for the defects and same shall
be rectified by the main contractor as per information from client within a period of 10
days from the notice.
b. Rectification of all defects shall be carried out by the main contractor before Handing
over/Taking over process.
c. As built drawings : - 4 (four) sets for Architectural, Structural, Plumbing, Electrical,
HVAC system, Specialized services and other required drawings as approved by Engineer-incharge / Consultant shall be submitted by the main contractor before handing over & taking
over process.
d. All services/equipments to be run and check before handing over & taking over process as
per requirements of Engineer-in-charge/Consultant.
e. Contractor has to arrange water, electricity, fuel , consumables and manpower at their
own cost for the purpose of testing of services and equipments. No amount shall be
payable on this account.
f.
(B)
Main contractor shall submit catalogues, brochures, operation manual, manufacturer
test certificate, Guaranty/Warranty papers, license etc for all equipments/materials
before handing over & taking over process.
RELATING TO CIVIL WORKS
(i)
All concrete work will be strictly done by automatic computerized batching plant of
suitable capacity installed at site or RMC as per approval of Engineer-in-Charge / HLL.
No concrete work will be permitted without automatic batching plant unless
specifically approved in writing by Engineer-in-Charge / HLL. Transportation of the mix
concrete shall be through transit mixers and concrete pumped through suitable
concrete pumps and pipes arrangement and vibrated by vibration machines, materials
lifts shall also be provided at site as and where required.
(ii)
Mix Design of Concrete:- The contractor shall carry out the mix design for the relevant
item of concrete from a reputed institution / laboratories as approved by Engineer-incharge / Consultant at his own expenses within 15 days from notification of
award. Samples of materials (i.e. Cement, Coarse & fine aggregates) shall be jointly
sealed jointly by Engineer-in-charge /Consultant and contractor before sending the
same for Mix design. The design mix may be with or without admixtures as per
specifications /requirements at site.
(iii)
Reinforcement Steel conforming to BIS specifications (latest edition) shall be
procured directly from main manufacturers or their authorised dealers as per the
approved list provided in the agreement. The manufacturer has to give a certificate
that the material supplied is not a re-rolled product. Relevant vouchers & test
certificates will be produced by the contractor. Re-rolled sections will not be allowed.
Page 68 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Reinforcement steel, structural steel shall be stored and stacked in such manner so as
to facilitate easy identification, removal etc. The contractor shall take proper care to
prevent direct contact between the steel and the ground/ water for which he shall
provide necessary arrangement at his own cost including ensuring proper drainage of
area to prevent water logging as per directions of the Engineer-in- charge/Consultant.
Steel shall also be protected, by applying a coat of neat cement slurry over the bars for
which no extra payment shall be made. Test certificates for each consignment of steel
shall be furnished and further tests shall be got carried out from the authorized
laboratory as per the directions of Engineer-in-charge /Consultant, before
incorporating the materials in the work.
(iv)
Marine plywood only or steel plates of minimum thickness as approved by Engineer-incharge / Consultant shall be used for formwork. All shuttering material to be used at
site will be new / just like new as approved by Engineer-in-charge/Consultant The
shuttering plates shall be cleaned and oiled after every repetition and shall be used
only after obtaining approval of Engineer’s representative at site. The number of
repetitions allowed for plywood and steel shuttering shall be at the discretion of
Engineer-in- charge / Consultant depending upon the condition of shuttering surface
after each use and the decision of Engineer-in-charge/ Consultant in this regard shall
be final and binding on the contractor. No claim whatsoever on this account shall be
admissible.
(v)
Anti-termite treatment & waterproofing treatment:a.
The treatment against water-proofing of basement, roofs, water retaining areas
and termite infestation shall be of type and specifications as given in the schedule
of quantities and remain fully effective for a period of not less than 10 (Ten) years
to be reckoned from the date of expiring of the Defect Liability period, prescribed
in the contract. At any time during the said guarantee period if the Client Engineerin-charge / Consultant or his representative finds any defects in the said treatment
or any evidence of re-infestation, dampness, leakage in any part of buildings or
structure and notifies the contractor of the same, the contractor shall be liable to
rectify the defect or give re-treatment and shall commence the work or such
rectification or re-treatment within seven days from the date of issue of such letter
to him. If the contractor fails to commence such work within the stipulated period,
the Client Engineer-in-charge /Consultant or his representative may get the same
done by another agency at the Contractor’s cost and risk and the decision of the
Client/ Engineer-in-charge / Consultant for the cost payable by the contractor
shall be final and binding upon him. Re-treatment if required shall be attended
to and carried out by the Contractor within seven days of the notice from the client
or his representative.
b.
Water proofing and anti-termite treatment shall be got done through approved
specialized agencies only with prior approval of the Engineer-in-charge /
Consultant or his representative. During the execution of work, if any damage shall
occur to the treatment already done, either due to rain or any other
circumstances, the same shall be rectified and made good to the entire satisfaction
of the client or his representative by the contractor at his costs and risks.
c.
The contractor shall submit a guarantee bond for the water proofing and antitermite work executed under the contract in a format specified in the GCC. Further
Page 69 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
a security deposit amounting to 10% of the cost of these items as executed shall be
retained for a period of 10 years with effect from actual date of actual completion
of the work. 50% of the security deposit shall be released on successful completion
of 5 years period and the balance shall be released on completion of 10 years.
(vi)
C)
Records of Consumption of Cement & Steel –
a.
For the purpose of keeping a record of cement and steel received at site and
consumed in works, the contractor shall maintain a properly bound register in the
form approved by the Engineer-in-charge / Consultant, showing columns like
quantity received and used in work and balance in hand etc. The contractor’s
representative shall sign this register daily.
b.
The register of cement & steel shall be kept at site in the safe custody of Engineerin-charge / Consultant during progress of the work. This provision will not,
however, absolve the contractor from the quality of the final product.
RELATING TO ELECTRICAL WORKS & INSTALLATIONS
1.0 General
i.
The electrical installation shall be in total conformity with the control wiring drawings prepared
by the Contractor and approved by the Engineer-in-charge & shall be connected and tested in
the presence of an authorized representative of the Contractor and of the Engineer - inCharge.
ii.
The responsibility for the sufficiency, adequacy and conformity to the Contract requirements of
the electrical installation work lies solely with the Contractor.
2.0 Regulations and Standards
The installations shall conform in all respects to Indian Standard Code of Practice for Electrical
Wiring Installation IS: 732-1989 and as per latest CPWD General Specification for Electrical
Works as mentioned in Schedule “F” of General Conditions of Contract. It shall also be in
conformity with the current Indian Electricity Rules and regulations in so far as these are
applicable to the installations. Wherever these Additional Specific Conditions calls for a higher
standard of material and/or workmanship than those required by any of the above regulations,
then this Additional Specific Conditions shall take precedence over the said Regulation and
Standards. External works & fire detection & alarm system works to be done as per CPWD
specification & relevant BIS codes.
3.0
Completeness of Bid
All sundry fittings, assemblies, accessories, hardware items, foundation bolts, termination lugs for
electrical connections as required, and all other sundry items which are useful and necessary for
proper assembly and efficient working of the various components of the work shall be deemed to
have been included in the Bid rates and prices, whether such items are specifically mentioned in
the Bid documents or not.
4.0
Works to be done by the Contractor :Unless and otherwise mentioned in the Bid documents, the following works shall be done
by the Contractor, and their cost shall be deemed to be included in the contract price:
Page 70 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
i.
Foundations for equipment and components where required, including foundation
bolts
ii.
Cutting and making good all damages caused during installation and restoring the
same to their original finish
iii.
Sealing of all floor openings provided for pipes and cables, from fire safety point of
view, after laying of the same
iv.
Painting at site of all exposed metal surfaces of the installation other than pre-painted
items like fittings, fans, switchgear/ distribution gear items, cubicle switch board etc.
damages during erection, shall however be rectified by the contractor.
v.
Testing and commissioning of complete installation
5.0 Completion Certificate by the licensed supervisor
On completion of the installation, a certificate shall be furnished to the Engineer-in-charge, by
the Contractor, countersigned by the licensed supervisor under whose direct supervision the
installation was carried out. This Certificate shall be in the prescribed form as required by
the local authority. On the basis of this certificate, the Contractor shall arrange for inspection of
installation by the concerned local authorities.
6.0 Completion Drawings
On completion of the work, the Contractor shall at his own cost submit to the Engineer-incharge / Consultant 4 (four) sets of layout drawings drawn at the approved scale indicating the
installation. These drawings shall clearly indicate the complete plant layouts, and piping layouts,
location wiring, exact location of all the concealed piping, valves, controls, wiring and other
services. The Contractor shall also submit 4 (four) sets of consolidated control diagrams,
technical literature on all automatic controls and complete technical literature on all
equipment and materials. The Contractor shall mount a set of all consolidated control diagrams
and all piping diagrams in a frame with glass, and display in the plant room
7.0 Interrelationship of Services
The Contractor shall keep a check at all stages and supervise at the point of connection the
associated civil, HVAC, electrical and plumbing works like underground and overhead tanks,
power supply and installation of makeup water connection, drain connection in the fire
fighting tanks and vicinity of plant room etc. In case of any discrepancy the same should be
brought into the knowledge of Engineer-in-charge / Consultant in writing, all rectifications etc,
required in future as a result of failure on the part of the contractor to do so, shall be carried out
by the Contractor at his own expenses.
8.0 Check List
The Contractor shall provide to the Engineer-in-charge / Consultant 4 (four) copies of a
comprehensive maintenance checklist and shall place a copy of it in the Plant Room. The
checklist shall be a list of each piece of equipment in this Contract, and shall provide a space for
record of maintenance provided and status of various equipment during the maintenance
period. This list shall be updated every month at the time of inspection. The Contractor shall
Page 71 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
certify on this check list that he has examined each piece of equipment and that; it is operating
as intended in the contract.
9.0 Repairs
All equipment that requires repairing shall be immediately serviced and repaired during the
maintenance period. All spares/parts and labours shall be furnished by the contractor free of
cost.
10.0
Control System
During the maintenance period, the Contractor shall monthly check all controls in various areas
to ensure that these are functioning satisfactorily. This shall apply to all pressure switches and
pressure gauges, contacts, relays, controller switches, high and low pressure cut-outs etc.
11.0
Reference Points
Contractor shall provide permanent bench marks, flag tops and other reference points in
consultation with Engineer-in-charge/Consultant for the proper execution of work and these
shall be preserved till the completion of the work.
12.0
Licenses and Permits
i.
Contractor or the approved specialized agency engaged by them shall hold a valid plumbing,
electrical, HVAC, Lifts, license issued by the Competent Authority under whose jurisdiction
the work falls.
ii.
The contractor has to take all the approvals of local bodies for all the addition/deletion over
the approved building plans which are to be given by the Engineer-in-charge/Consultant.
The documents/drawings to be prepared and submitted in the manner desired by them
after the same is approved by Engineer-in-charge /Consultant. Contractor has to take
approvals of entire/Part works if required before start of works. Contractor will be
responsible for any work at site carried out without approval of municipal or local bodies.
iii.
Contractor shall keep constant liaison with the competent Municipal or other authority and
obtain approvals for all drainage and water supply works carried out by him.
iv.
Contractor shall obtain from the competent Municipal Authority completion certificates
with respect to his work as required for occupation of the building.
v.
Any fees in connection with obtaining the approvals on behalf of the Client from the
statutory bodies/Corporations/Government departments, etc. shall be paid by the
Contractor and the same shall be reimbursed on production of original vouchers. Necessary
endorsement / application if required shall be arranged from the Engineer-incharge/Consultant/Client.
vi.
Before undertaking of works for HVAC, Lifts, Electrical, Anti Termite Treatment, Water
proofing, Fire Fighting, Fire alarm system, PA system, EPABX System, Horticulture Works
etc., the contractor must take approval of specialized agencies proposed to be engaged by
him from Engineer-in-charge/Consultant.
Page 72 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
13.0
Cutting of structural members
No structural member shall be chased or cut without the written permission of the
Engineer-in- Charge/Consultant.
14.0
Operation and Running of entire system
The contractor shall ensure smooth operation & running of entire sanitary, HVAC , Lifts,
plumbing and fire fighting system including pumps and RO plant, solar water heating system etc.
for a minimum period of one month after satisfactory completion of work as desired by
Engineer. Cost of such operation & running of entire system including required material e.g. fuel,
consumables, tools & tackles, requisite manpower etc. shall be borne by the contractor &
deemed to be included in the contract price , nothing shall be paid on this account.
15.0
Regulations and Standards
The installations shall conform in all respects to Indian Standard Code of Practice for Electrical
Wiring Installation IS: 732-1989 and as per latest CPWD General Specification for Electrical
Works as mentioned in Schedule “F” of General Conditions of Contract. It shall also be in
conformity with the current Indian Electricity Rules and regulations in so far as these are
applicable to the installations. Wherever these Additional Specific Conditions calls for a higher
standard of material and/or workmanship than those required by any of the above regulations,
then this Additional Specific Conditions shall take precedence over the said Regulation and
Standards. External works & fire detection & alarm system works to be done as per CPWD
specification & relevant BIS codes.
16.0
Tools for Handling and Erection
All tools and tackles required for handling of equipments and materials at Site of work as well as
for their assembly and erection and also necessary test instruments shall be the responsibility of
the Contractor.
17.0
Drawings
The drawings indicate the extent and general arrangements of the fixtures, controlling switches,
wiring system etc. and are essentially diagrammatic explanation. The drawings indicate the
points of termination of conduit runs and broadly suggest the routes to be followed. The
Contractor shall submit six sets of working electrical drawings based on tender drawing including
reflected ceiling plan coordinating other essential building services for the Engineer-in-charge
/Consultant’s approval. Contractor has to make necessary changes if any as per comments given
by Engineer-in-charge /Consultant before execution. The work shall be executed as indicated in
the approved drawings, however any minor changes found essential to co-ordinate the
installation of this work with the other trades shall be made in consultation with the Engineerin-charge/Consultant.
The drawings are for guidance of the contractor and exact locations, distance and levels shall be
governed by the building. The Contractor shall examine all architectural, structural, plumbing
and sanitary & electrical drawings before starting the work any discrepancies noticed shall be
Page 73 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
reported to the Engineer-in-charge / Consultant for clarification. In case of failure to do so
Contractor shall not be entitled to any cost for omissions or defects in electrical drawings due to
any conflict with other services work.
18.0
Conduit/ Trunking Layout
Prior to the laying of the conduits and trunking, the Contractor shall examine/ study
drawings and report to Engineer-in-charge/Consultant .If he desires to make any changes from
Engineer-in-charge /Consultant proposed conduit layout plan and shall get the same approved
from Engineer-in-charge /Consultant .
19.0
Shop Drawings
The Contractor shall prepare and submit to the Engineer-in-charge/Consultant for his approval
detail shop drawings for Main & Sub Panels / Distribution Boards, Distribution Boards, special
pull boxes, light & fan switch boards, telephone distribution boards, FDA system and lightning
protection system and other equipment to be procured/ fabrication by the Contractor before 15
days of placing of the orders with manufacturers/suppliers.
20.0
Manufacturer's Instruction
Manufacturer instructions for approved products shall be followed in consultation with
Engineer-in-charge/Consultant.
21.0
Materials & Equipment
All materials and equipment shall be ISI marked and shall be of the make and design
approved by the Engineer-in-charge/Consultant . Unless otherwise called for, only the best
Grade of materials and equipment shall be used. The Contractor shall be responsible for the safe
custody of all materials and equipment till these are taken over by client and shall insure them
against theft, damage by fire, earth quake etc. A list of items of materials and equipment,
together with a sample of each shall be submitted to the Engineer-in-charge/Consultant for his
approval and shall be kept in the sample box.
22.0
Scale
All drawings shall be prepared to the scale as required for proper explanation and shall indicate
the size and location of all equipments and accessories therein. The Contractor shall follow all
dimensions of approved architectural drawings for the work or part concerned and check
proposed drawings for any interference with the building structure or other equipment or
services.
23.0
Brochures and Data
The Contractor shall submit four copies of all brochures / manufacturer's description data,
operation manuals with internal complete circuit diagrams and other similar literature while
obtaining the approval of product Engineer-in-charge/Consultant.
Page 74 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
24.0
Approval of Shop Drawings
The approval of shop drawings, schedule, brochures etc. by Engineer-in-charge / Consultant
shall be an approval of general details and arrangements only and shall not relieve the
Contractor from responsibility for any deviation from drawings or specifications unless he has in
writing informed by Engineer-in-charge/Consultant of such deviations at the time of
submission of the drawings nor shall it relieve the Contractor from any responsibility for errors
or omissions of any kind in the shop drawings.
25.0
Samples & Catalogues
Contractor shall submit the samples & catalogue of the material, which are proposed to be used
at Site as per the approved makes for obtaining approval of the by Engineer-incharge/Consultant.
26.0
Approval of Materials
All materials used on the Works shall be new and of the best quality available, conforming to the
relevant specifications. Prior approval shall be obtained in writing from the by Engineer-incharge/Consultant for all materials proposed and when approved, sample shall be duly
identified and labeled, it shall be deposited with the by Engineer-in-charge/Consultant and
shall be kept in the sample’s room at Site.
27.0
Inspection, Testing and Inspection Certificate
1. The Engineer-in-charge /Consultant and their authorized representative shall have at all
reasonable times access to the Contractor's premises or Works and shall be at liberty to
inspect and examine the materials and workmanship during its manufacture or erection
even when they are being manufactured or assembled at other premises.
2.
The Contractor shall arrange all the materials and labour required for inspection of
equipment or for any testing to be carried out at his/ manufacturer's works or at Site.
Notice for such inspection/ presence for testing shall be given to the Engineer-in-charge /
Consultant by the Contractor at least fifteen (15) days in advance together with the
routine test certificates of the equipments/ materials given by the manufacturer.
3. Notwithstanding approval of tests or equipment by the by Engineer-in-charge/ Consultant,
the Contractor shall be required to perform site tests and prove the correctness of
ratings and performance of equipment / machinery and materials supplied and installed
by the Contractor as per the Contract specifications and conditions. The Engineer-in-charge
/ Consultant shall also have the power to order the material or work to be tested by an
independent agency at the Contractor's expense in order to prove soundness & adequacy.
28.0
Schedule & Manner of Operation
Time being the essence of this Contract, Contractor shall arrange for all required labour &
material in sufficient quantities and at appropriate time, execute as per schedule for execution
of work to meet the contract period requirement and so manage the operations that the work
shall be completed in time as provided in the contract.
Page 75 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
29.0
Performance Guarantee Certificates for Equipment
All equipment shall be guaranteed against unsatisfactory performance and/or break down for a
minimum period of 12 (Twelve) months from the date of handing over of complete work to the
by Client/ Engineer-in-charge/Consultant. The equipment or component or any other part of
installation so found defective within the guarantee period shall be replaced / repaired by the
Contractor free of cost to the satisfaction of the Client / Engineer-in-charge/Consultant. The
above guarantee and/ or warrantee provided by the manufacturer will be submitted along with
all the test certificates from manufacturer to Engineer-in-charge/Consultant.
30.0
Conformity with Statutory Acts, Rules and Standards
1. All installations shall be in conformity with the Bye-laws, Regulations and Standards of the
local authorities applicable them. But if the specifications and drawings call for a higher
standard of material and/or workmanship than those required by any of the above
Regulations and Standards, then the specifications and drawings provided in the contract
shall take precedence over the said regulations and standards.
2. However, if the drawings or specifications required something which violates the Byelaws and Regulations, then the Bye-laws and Regulations shall govern the requirement of
this installation.
3. Indian Electricity Act and Rules: All electrical works in connection with installations of the
system shall be carried out in accordance with the provision of the Indian Electricity Act,
1910 and the Indian Electricity Rules 1956, both amended up to date.
4. CPWD Specification: as at Schedule “F” of GCC.
5. Indian Standards: The system / components shall conform to relevant BIS wherever they
exist and to the National Building Code-2005 with latest amendments / addendums.
6. Nothing in these specifications shall be construed to relieve the Contractor of his
responsibility for the design, manufacture and installation of the equipment with all its
accessories in accordance with applicable Statutory Regulations and safety codes in force.
31.0
Completion Drawings (As Built Drawings)
1.
On completion of the work and before issue of certificate of virtual completion, the
Contractor shall submit to the Client/Engineer-in-charge/Consultant, completion plan
drawn to a scale in the manner decided by him including the under mentioned details
along with one set of computer CD containing the data.
a.
Run and size of conduits, inspection boxes, junction boxes and pulls boxes
b.
Number of circuits in each conduit
c.
Location and rating of sockets and switches controlling the light and power
outlets
d.
Location and details of main & sub distribution boards, distribution boards
indicating the circuit number controlled by them
e.
Type of fitting viz. fluorescent, pendants, brackets, bulkhead etc., including their
Page 76 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
rating & type of lamp, fans and exhaust fans
32.0
f.
A complete wiring diagram as installed and schematic drawings showing all
connections for the complete electrical system
g.
Location of telephone outlets, junction boxes and sizes of various conduits and
number & sizes of wire drawn
h.
Layout of telephone cables
i.
Location of all earthing stations, route and size of all earthing conductors,
manholes etc.
j.
Layout and particulars of cables & sub mains.
k.
Schematic drawing for telephone system
l.
Layout of conduits for computer outlet points
m.
Layout and details of lightning protection system.
n.
Insulation tests and earth test results
o.
PA System drawings
p.
Disc Antenna drawings
q.
Equipment drawings
r.
Cable route layout of HT, LT & other cables
s.
External lighting drawing with road layout
Checking of BOQ Quantities
All quantities indicated in BOQ are tentative which may vary as per site conditions. Contractor
has to verify quantities before procuring the materials. No payment shall be payable for quantity
brought to site but not used.
33.0
Terms of Payment
A. For items covered by CPWD Specifications (Part-IV -Sub Station -2007 & Part-VII -DG Sets2006) as given below:
i.
ii.
iii.
85% after initial inspection and delivery at site in good condition on pro-rata basis.
10% after completion of installation in all respects.
Balance 5% will be paid after testing, commissioning and handing over to the client/
HLL for beneficial use.
B. For other items not covered in the above CPWD Specifications, payment shall be made as
per GCC.
Page 77 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
34.0
Training of Personnel
The Contractor shall arrange for training of the Client's personnel prior to provisional take over
of the project for the following:
a.
b.
c.
d.
e.
35.0
Telephone Exchange
All other Equipment like pumps, panels etc.
Adjustment of setting for controls and protective devices
Preventive maintenance
Operation of all electrical panels including their interconnectivity and interlocking
scheme
f. Hot Water Boiler
g. Any other specialized system as executed under this contract
Completion Certificate
1. On completion of the installation, a certificate shall be submitted to the Engineer-in-charge
/Consultant by the Contractor which shall be countersigned by the agency under whose
direct supervision the installation was carried out. This certificate shall be in the
prescribed form as required by the local authority. On the basis of this certificate, the
Contractor shall arrange for inspection of installation by the concerned local authorities.
2. The Contractor shall be responsible at his own cost for getting the installation duly
approved by the authorities concerned.
36.0
Check List
The Contractor shall provide to the Client/Engineer-in-charge/Consultant , 4(four) copies of
a comprehensive maintenance checklist and shall paste a copy of it in the Substations & Plant
Room. The checklist shall be a list of each piece of equipment in this Contract, and shall provide
a space for each of the next fifty-two weeks to record the maintenance results and status of
various equipment each month i.e. at the time of inspection. The Contractor shall certify on
this check list that he has examined each piece of equipment and that, in his opinion, it is
operating as intended by the manufacturer, and that all necessary tests have been performed.
37.0
Repairs
All equipment that requires repairing shall be immediately serviced and repaired during the
defect liability period. All parts and labours shall be furnished free of cost to the client.
38.0
Safe Custody and Storage
Safe custody of all machinery and equipment dismantled, shifted & supplied by the
Contractor shall be his own responsibility till the final taking over by the Client/Engineer-incharge/ Consultant. The Contractor should, therefore, employ sufficient staff for watch and
ward at his own expenses. Client/Engineer-in-charge/Consultant may, however, allow the
Contractor to use the building space for temporary storage of such equipment, if such space
is available.
Page 78 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
39.0
Testing and Commissioning
The Contractor shall pay for and arrange without any cost to the Engineer-in-charge /
Consultant, all necessary
balancing and testing equipment, instruments, materials,
accessories, power, water, fuel and the requisite labour for testing. Any defects in materials
and/or in workmanship detected in the course of testing shall be rectified by the Contractor
entirely at his own cost, to the satisfaction of the Engineer-in-charge/Consultant. The installation
shall be retested after rectification of defects and shall be commissioned only after approval by
the Engineer-in-charge /Consultant. All tests shall be carried out in the presence of the Engineerin-charge /Consultant or his representative.
40.0
Operation and Running of entire system
The contractor shall pay for and arrange for operation & running of entire electrical system and
other equipment for a minimum period of one month after satisfactory completion of work as
desired by Engineer-in-charge/ Consultant. Cost of operation & running of entire system
including required material e.g. fuel, water ,electricity consumables, tools & tackles,
requisite manpower etc. shall be deemed to be included in the contract price and nothing extra
shall be paid.
41.0
Layout of all services, operating and maintenance instructions. DO’s and Don’ts’s etc for all
the plant rooms, pump room, control panels etc must be equipped with coloured layout of
services for the each floor. Operation and maintenance manual of the respective services, Do’s
and don’ts’s for all the plants, machinery & services to be installed with every individual units.
Page 79 of 79
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
VIBHUTI KHAND,
GOMTI NAGAR,
LUCKNOW
TENDER DOCUMENT
FOR
DEVELOPMENT OF CSIR INNOVATION
COMPLEX AT CSIR-NIO REGIONAL CENTRE,
LOKHANDWALA ROAD, FOUR BUNGALOWS,
ANDHERI (W), MUMBAI
TECHNICAL SPECIFICATION & LIST OF MAKES
VOLUME - III
Page 1 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
SPECIFICATIONS
&
LIST OF MAKES
Page 2 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Specifications
All works shall be carried out as per detailed C.P.W.D. specifications, schedule of
finishes as annexed, unless otherwise specified and as per directions of Engineer-incharge.
Project Manager
………………………………………Unit,
District…………………………………
Page 3 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
CIVIL INTERIORS
SYSTEM DESIGN DATA AND GENERAL REQUIREMENTS
GENERAL TECHNICAL SPECIFICATIONS
WOODEN JOINERY
1.0
GENERAL
1.1
Indian Standards
Work shall be carried out to Indian Standards and Code of practices. In absence International
standards shall be followed. These shall be latest issue. List given hereunder is not to be
considered as conclusive and is for reference and guidance only. Any discrepancies / conflict
noticed shall be directed to the ENGINEER IN CHARGE for his direction / approval. However as a
general rule more stringent specification shall take precedence.

















1.2
IS 287
Recommendation for maximum permissible moisture content for timber used
for different purposes in different zones.
IS 401
Code of practice for preservation of timer.
IS 848
Specification for synthetic resin adhesives for plywood (Phenolic and amino
plastic).
IS 851
Specification for synthetic resin adhesive for construction (non-structural) in
wood.
IS 1141
Code of practice for seasoning of timber
IS 1328
Specification for veneered decorative plywood
IS 1508
Specification for external for use in synthetic resin adhesives (ureaformaldehyde) plywood.
IS 2036
Phenolic laminated sheet
IS 2202
Specification for wooden flush door shutter (Solid core type)
Part I Plywood face panels
Part II Particleboard and hard board face panels
IS 2221
Method of test for Amino plastic moulding material
IS 4020
Method of tests for shutters
 Part 1 to 15
IS 4021
Specification for timber doors, window and ventilator frames.
IS 4913
Code of practice for selection, installation and maintenance of timber doors and
windows.
IS 7638
Method of sampling for plywood, fiber hardboard, insulation boards and
particle boards
IS 9307
Method of Test for wood based structural sandwich construction.
 Part 2 Edgewise compression test.
 Part 3 Flat wise compression test.
 Part 4 Shear test
IS 303
Specification for surface requirement of plywood
IS 12120
Code of practice for preservation of plywood and other panel products.
Quality Assurance
Page 4 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
1.2.1
Comply with standards specified for material and workmanship
1.2.2
Supervision and workmen employed shall be experienced in field of carpentry works and shall
be able to guarantee workmanship and finish of standards as established and approved by the
ENGINEER IN CHARGE.
1.2.3
Shutters manufacturer shall have ISI certification and each shutter received at site shall bear
stamp of ISI, manufacturer and type of product, batch no., etc.
1.2.4
Shutter manufacturer shall have minimum 7 (seven) years experience in this product.
1.3
Submittals
1.3.1
For approval the contractor shall submit with detail note
a) Literature / Catalogue of product to be used.
b) Test certificates from independent laboratories conforming that product meets standards
specified.
c) Manufacturers certification that product meets / exceeds specification for the project.
d) Samples
i.
Timber piece - 300x100x60 mm 3 Nos.
ii.
Shutter - corner piers showing detail construction.
iii.
Veneers - 300x300mm
iv.
Laminates - 300x300 with shade samples
v.
Samples with polish / paint finish as specified.
vi.
Joinery details
1.3.2
Shop Drawings
The contractor shall prepare joinery detail drawing for site measurement. Drawings shall
indicate each material, its installation, fixing details, finishing, and etc. all in plan, elevation,
section and typical details
2.0
MATERIAL
2.1
Timber
2.1.1
Timber shall be of quality as specified in BOQ and well seasoned. When a kind of timber is not
specified, good quality teak wood shall be used. It shall have uniform color, be free from defects
such as cracks, dead knots, soft spongy spots and waves of injurious open shapes. Grains shall
be reasonably straight. The individual hard and sound knot shall not be larger than 6 sq cm. The
aggregate area of all knots shall not exceed 0.5% area of a piece. All timber is sawn unless
otherwise stated.
2.1.2
All timber shall be treated with chemical wood preservatives and be kiln seasoned to IS 1141
and conform to IS 287 for moisture content. Maximum permissible limit shall be + 3% for
average moisture content of all samples from a given lot and + 5% for individual sample of the
given lot. This is applicable when thickness of timber is more than 50 mm. Small size tolerance
shall be + 2% and + 3% respectively.
2.1.3
Timber used shall be treated with a 10 years guarantee and approved anti-termite treatment.
Woodwork in contact with masonry or concrete shall be painted with hot bitumen collator
before being placed in position.
Page 5 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2.1.4
Timber received at site shall be marked and stamped for approval prior to being used at site.
2.1.5
Sizes specified are not indicative and shall be correct finished sizes within allowable tolerances.
2.1.6
All timber shall be finished to required dimension and texture prior to being treated for
chemical preservation.
2.2
Plywood
2.2.1
Plywood used shall be BWP type, of specified thickness and conforming to IS test as specified.
Hardwood will not be accepted in lieu of plywood.
Marine ply shall be used in damp and exposed weather location / conditions.
2.2.2
Veneers of plywood faces to be painted or finished with similar treatment or unaccessible
needed not be totally free from knots, worm and beetle holes, splits, stains of glue or other
acceptable defects.
2.2.3
Plywood face to be natural face finished and shall be totally free from knots, worm and beetle,
holes, stain’s of glue splits or other acceptable defects.
2.3
Flush Shutters
2.3.1
Readymade flush shutters shall be as specified and shall comply with respective code of
practice. Manufacturer's certificate confirming that shutters supplied comply to IS shall have to
be obtained and submitted to the ENGINEER IN CHARGE. Also a copy of test certificate from an
independent laboratory shall be obtained. Door shutter shall be tested from a laboratory to get
confirmation that door shutter comply to IS specifications.
2.3.2
Shutters shall be of specified thickness. They will have natural ply or teak wood veneer finish or
1.2 mm thick melamine sheets as specified. These shall be hot pressed and bonded with water
resistant formaldehyde synthetic resin of exterior quality as per IS specifications. The adhesive
used for bonding cross band to core and face veneers to cross band shall conform to IS 848
(Phenolic and Amino plastic). Ensure that the adhesives are unaffected by any timber treatment.
2.3.3
Tolerance on width and height shall be + 2 mm. Tolerance on thickness shall be + 1mm.
Thickness of shutter shall be uniform throughout. Variation permissible shall be 0.8 mm.
2.4
All fittings and fixtures shall be as specified in schedule or bills of quantity or as directed by the
ENGINEER IN CHARGE. It shall be conforming to IS and shall be of Brass of approved make.
Fittings shall be guaranteed by the manufacturer for its performance. Woods screws shall be
matching and of type as required for each fittings and shall conform to IS.
2.5
Nails / screws
All nails, screws etc. shall be hot dip galvanized or of brass or non ferrous material or SS.
2.6
Adhesives and glue shall be as per IS for exterior quality and water repellent.
2.7
Approved primer and sealer for the paint shall be used.
*****
Page 6 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
ALUMINIUM JOINERY
1.0
STANDARDS
1.1
Work under this contract shall be carried out to following Indian or International standards. Any
conflict noticed in various standards and building regulations shall be reported to the ENGINEER
IN CHARGE and his
direction and approval to be obtained. However it shall be noted as general rule
that the more stringent specification shall apply. All standards shall be the latest revisions.







IS 456-2000
IS 875
o (Part I, II, III)
HE9 WP
o (IS 63400 WP)
IS 1608
IS 1948
IS 2853
CP 118
ASTM C 1046


IS 3548
IS 3921

Plain and reinforced concrete.
Designed loads for building structures.
Aluminium Extrusion
Tensile strength
Specification for aluminium doors, windows and ventilators.
Specification for toughened glass.
Structural use of Aluminium
Standard specification for Heat treated float glass FT and HS coated
and uncoated glass.
Glazing in building
Aluminium channels
1.2
Quality Assurance
1.2.1
Manufacturer shall certify that sections extruded conforms IS / BS / ASTM standards specified.
1.2.2
Manufacturer shall have minimum ten years experience in extrusion.
1.2.3
The design engineer of the contractor shall have minimum five years experience in designing
similar work.
1.2.4
The Contractor's design engineer shall certify that design meets standards, are safe and
acceptable to local authorities.
1.2.5
Obtain aluminium through one source for each type.
1.3.0
Submittals
1.3.1
The Contractor shall submit detail literature, catalogues along with certification that material
meets or exceeds standards specified.
1.3.2
The Contractor shall submit design calculations for every unit and shall include method of
statement for fabrication, installation.
1.3.3
Shop drawings
Shop drawings shall be complete with following
Page 7 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
a) Fully dimensioned plans and elevations with detail co-ordination keys.
b) Locations of exposed fasteners and joints.
c) Indicate fabrication, installation and finish of specified systems.
Details shall be complete with following








Members dimensioned.
Joint connections for framing systems for doors, windows, louvers etc.
Anchorage.
System reinforcements, if any
Expansion and contraction provisions, if any.
Hardware including locations, mounting heights, reinforcements and special installation
provisions, if any.
Glazing methods and accessories.
Notes on Internal sealant requirements and recommended types.
1.3.4
Contractor shall submit proforma of warranty from various manufacturers / suppliers for
approval.
1.4
Delivery, Storage and Handling
1.4.1
Doors and frames cardboard wrapped and crated to provide protection during transit at site
store. Additional care shall be taken to prevent damage to factory finish surfaces.
1.4.2
Inspect door frames and shutter on receipt at site to notify damage to supplier if found. Minor
damages shall be repaired at site provided refinishes items match new work and acceptable to
the ENGINEER IN CHARGE. Remove and replace damage item that cannot be repaired.
1.4.3
Store all material in dry lockable, ventilated shed. It shall be stored on wooden runners /
packing’s and shall be off the ground minimum 150mm. In case of package damaged and wet
during transit replace with new dry once.
2.0
MATERIAL
2.1
Aluminium
2.1.1
Aluminium Extrusion shall be of fully heat treated aluminium alloy confirming to IS (63400
WP/HE9WP) or equivalent BS standards 6063- T5. Framing material shall comply as under
For extrusion Alloy to BS 6063 - T5 or T6, and ASTM B221
For sheets Alloy to BS 5005 - H16 and ASTM B 209
Other alloys and temper recommended by the manufacturer appropriate for specified finish.
Minimum thickness 2.0 mm for framing members and rails, 1.8 mm for sheets and for glazing
stops and similar components. Glazing beads shall be screw less type fitted into the frames.
Page 8 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2.1.2
The extrusion shall be clean, straight and sharply defined lines. It shall be free from distortion
and defects impairing strength, durability and appearance. Profiles shall be able to meet
required strength in respect of tensile, shear and bending stresses. They shall be rigid and
capable of providing local and lateral stability.
2.1.3
Internal reinforcement if any shall be of hot dip galvanized steel bars / pipes with separators to
withstand designed criteria.
2.1.4
Anodized coating
General anodic oxidation of wrought aluminium should be confirming to minimum requirements
laid down in BS3987. The film thickness to be minimum of:
Absolute local minimum thickness not to be less than 20 microns, however average minimum
thickness on a single component shall not be less than 25 micron but limited to maximum 35
microns.
Anodizing method to be preferably electrolytic coloured (BS 3987). Dyed anodizing method is
not acceptable.
2.2
Fasteners
2.2.1
All fixing anchor, bolts, screws, nuts, washers or other miscellaneous anchoring / fixing devices
shall be of non magnetic stainless steel or other non corrosive materials compatible and
approved by ENGINEER IN CHARGE. These materials shall be compatible with finished
aluminium used in work and
shall provide adequate strength.
a) Exposed conditions
:
b) Concealed Conditions :
Stainless steel with EPDM or Neoprene Gasket washers.
Steel or Cadmium plated
2.2.2
Where screws, bolts or other fastenings are exposed they shall match the colour of the metal
with which they are used.
2.2.3
All concealed fastenings that are not required to be stainless steel shall be hot dipped
galvanized steel.
2.3
Separators
Separators between steel and aluminium members where required shall be rigid type, high
impact resistant, smooth both sides Teflon with a minimum thickness of 0.8mm as approved by
the ENGINEER IN CHARGE.
2.4
Sealant.
2.4.1
Sealant shall be silicone Sealant as manufactured by Dow Corning corporation or equivalent and
/ or other equivalent approved compatible with aluminium, glass and adjoining works.
2.4.2
All sealant applications must be clearly designated on the applicable shop drawing details and
referenced to a master sealant schedule specifying materials, special instructions and
application procedures.
Page 9 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2.4.3
The sealant shall be quality controlled one part low modules silicone confirming to BS 5889.
Structural silicone shall only be factory applied selected colour silicone to ENGINEER IN
CHARGE's approval.
2.4.4
Runs of sealant to joints between frames and structure shall not be less than 6mm width and
thickness and where greater than 6mm width the depth shall not be less than half the width.
2.4.5
Joint fillers and back-up materials shall be polyethylene foam, sponge neoprene as per the
written recommendations from the approved sealant manufacturer for each specific
application. Shape, size, hardness, compatibility, and bond breaking requirements are all factors
to be considered.
2.4.6
All sealant must be non-staining and compatible with adjoining and/or adjacent sealant, back-up
materials, substrate materials and their respective finishes and/or applied colour coatings.
2.5.0
Aluminium Flashings
Aluminium sheets conforming to BS and ASTM shall be minimum 1.012 mm thick. Pre-pressed,
cut to correct length flashing for each location of window sills shall be factory coated in
approved shade and colour.
2.6.0
Ironmongery
2.6.1
Fittings and fixtures (Ironmongery) shall be installed with all necessary / required best quality
hardware. It shall be matching to adjacent powder coated finishes. All ironmongery used shall
be approved by the ENGINEER IN CHARGE prior to being installed and shall be noted accordingly
in shop drawings. All Samples and catalogues for Ironmongery shall be submitted by the
contractor along with shop drawings.
2.6.2
All locks to be used shall be with arrangement to receive master key cylinders and contractor
shall co-ordinate with the Client prior to window being notched and back body being
provided for approval of the ENGINEER IN CHARGE.
2.7.0
Glass
2.7.1
Glass shall be single or double insulated hermetically sealed.
2.7.2
Glazing shall be as noted for in BOQ and Drawings for each unit. The thickness shall be as per
design requirements considering all factors.
2.8.0
Gaskets
The gaskets shall be EPDM or Neoprene. It shall be high resistance to aging, prolong periods of
compressive stress, ability to recover from compression deformation, to allow joint movements.
2.9.0
Scaffolding / Hoisting
2.9.1
The Contractor shall be responsible to provide, erect and remove double legged steel
scaffolding. Scaffolding shall be rigid, strong and suitable for work. It shall provide access to all
places.
Page 10 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2.9.2
The contractor shall be responsible to provide required hoisting equipments to lift and transport
glass at various levels to approval of the ENGINEER IN CHARGE.
3.0
SCOPE OF WORK
3.1
The Contract is for, and the contractor shall be responsible for design, prepare shop drawings
based on actual site measurement, fabricate, supply, install of all items based on concept
architectural drawings and specification given for guidance. It shall be responsibility of the
Contractor to propose his own design which meets the requirements and passes the tests
specified. Further he shall take responsibility to complete work and guarantee as per approved
design, shop drawing by the ENGINEER IN CHARGE.
3.2
In brief list of items to be included are summarized but should not be taken as complete and
conclusive.















Design Aluminium window, doors etc.
Glass and glazing as specified.
All anchors fixing, attachments, reinforcement for mullions and transoms.
Sealants within and around perimeter of all work.
Interface with adjacent systems.
Heavy duty hardware with friction stay hinges for hold open facility as required
Weather strips as required.
EPDM or Neoprene gasket
Providing and paying for all samples, mock ups, tests within or off site.
All labour, supervision and quality control.
Scheduling and monitoring of the work.
Coordination of work with main contractor and other trades.
Storage and handling, protection and cleaning.
Testing during and on completion including paying for all test.
Guarantee the work and materials.
3.3
Design Criteria
3.3.1
The various aluminium extruded sections shall be designed as per IS codes






Wind pressure at 150 kg/sq m.
Dead loads
Live loads.
Loads due to climatic conditions.
Maximum deflection of exterior member shall not exceed 1/200 of the span of the member or
19 mm whichever is less.
Make provisions for water entering at joints and condensation occurring within wall
construction to drain to exterior face.
3.4
Submittals
3.4.1
Contractor shall submit design calculation along with method of statement and shop drawings
meeting criteria specified.
Page 11 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
3.4.2
Shop drawings
Shop drawings shall be complete with following
a) Fully dimensioned plans and elevations with detail co-ordination keys.
b) Locations of exposed fasteners and joints.
c) Indicate fabrication, installation and finish of specified systems.
Details shall be complete with following








3.4.3
Dimensioned members.
Joint connections for framing systems for doors, windows, louvers etc.
Anchorage.
System reinforcements, if any
Expansion and contraction provisions, if any.
Hardware including locations, mounting heights, reinforcements and special installation
provisions, if any.
Glazing methods and accessories.
Notes on Internal sealant requirements and recommended types.
Samples
The contractor shall submit for approval two sets of labeled samples of each required material
for aluminium, glass, Ironmongery fabricated together in 300 x 300 L-shaped section. These shall
be in specified colour and shall be exact representative of actual material to be used. All
catalogues, test reports and other details of product from proposed manufacturer shall be
submitted for approval of the ENGINEER IN CHARGE. Also submit sealant product information
and colour for approval by the ENGINEER IN CHARGE.
3.4.4
Contractor shall submit proforma of warranty from various manufacturers / suppliers for
approval.
3.5
Mock - up
3.5.1
Contractor shall prepare full size mock - up for typical window and install at location approved
by the ENGINEER IN CHARGE for his final approval at no extra cost to the contract.
3.6
Testing
ENGINEER IN CHARGE reserves the right to get actual test of following to be carried out at
site / off site from independent laboratory at the contractors cost prior to approval.
a)
b)
c)
d)
Structural test under uniform static pressure.
Preliminary loading
Air infiltration.
Water infiltration under static pressure.
Page 12 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
4.0
WORKMANSHIP
4.1
On approval of shop drawing the contractor shall check actual site dimensions of opening on site
and accordingly manufacturing shall be carried out in consultation of ENGINEER IN CHARGE. He
shall prepare shop drawing to these dimension and get approved co-ordination required to suit
conditions.
Approvals of shop drawing do not absolve the contractor of his responsibility nor fulfilling his
obligation in meeting requirements as specified and performance with guarantee as required.
Further no claims for extra cost on account of changes to shop drawing or actual execution are
carried out shall be payable unless basic design criteria or concept drawings are revised by
ENGINEER IN CHARGE.
4.2
All joints in frames shall be machined and fitted to form hair line joints prior to assembly.
Electrically welded joints shall be prepared but mechanical joints shall be permitted. All corners,
junctions, shall be mechanically cleated and assembled to provide strong and rigid frame work.
Joints shall be sealed. Required permissible tolerance for expansion and contraction shall be
provided. The jointing accessories such as cleats, brackets, etc. shall be of such material as not
to cause any bimetallic action. All accessories shall be such that they are fully concealed.
4.3
The fabrication of windows shall be done in suitable parts / sections to facilitate easy
transportation, handling and installation. Adequate provision shall be made in the window
members for anchoring to supports and fixing of hardware and other fixtures as approved by
the ENGINEER IN CHARGE.
4.4
Glass
4.4.1
The contractor shall cut glass sizes by field measurements or dimensionally approved shop
drawings. The responsibility for correct glass sizes shall rest with the contractor. No cracked,
chipped or disfigured glass shall be accepted.
4.4.2
Glazing shall be carried out with following precautions
a) Glazing work shall be carried out through experienced skilled workmen conforming to best
practices. All instructions of glazing manufacturer shall be followed.
b) Tong marks shall be concealed within rabbet.
c) Glazing rabbets shall be clean, dry and free from any material that might adversely affect the
bond and seal of glazing materials or the drainage.
d) Glass shall be centered in each opening to provide recommended clearances. Setting blocks
shall be at least 10 mm in thickness and full width of rabbet and placed at glass quarter points.
They shall be of a type and length recommended by the glass manufacturer.
e) Exposed sealant shall be tooled smooth and top surfaces sloped to drain water away from glass.
f) Beads sealant, tapes, etc. used shall be mitred at each corner.
g) Glass shall have safety marking as approved by the ENGINEER IN CHARGE at eye level.
h) Installation completed shall be sound, watertight, free from defects and to acceptable standard
of ENGINEER IN CHARGE.
4.5
Joints around aluminium work and building such as at heads, jams, sills between masonry /
concrete etc. shall be grouted with silicone sealants.
Page 13 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
4.6
Doors shall be fitted with approved hardware and operating devices. Mechanisms shall be such
that they operate smoothly and freely without noise and excessive friction and shall be
adequate for intended purpose. Doors and sashes shall be hung on aluminium butt hinges. Lock
set shall be of approved quality and with provision to receive master key cylinder if to be
provided by the Client. They shall be with required type of handles.
In sliding units, adjacent aluminium members shall not slide upon each other. They shall be
separated by material which does not interfere with sliding action.
All external shutters shall be fully water tight. Glazing of shutters shall be from inside, secured
by aluminium beads fitted into extruded frames and sealed with EPDM or Neoprene gaskets in
vertical and horizontal direction.
Spring shutters shall be hung on pivot / floor springs. Springs can be single or double action as
required. For double leaf shutters one shutter must be provided with concealed two tower
bolts.
4.7
Fixed glazing shall be from outside and shall be secured with aluminium beads fitted into
extruded frames and EPDM or Neoprene gaskets. It shall be ensured that it is fully water-tight
and secured.
4.8
Louvers shall be as per design and shall be such that it prevents any back flow of rain water into
the interior of the buildings under any conditions. Provides mosquito and bird screen.
4.9
Ant galvanic Action
4.9.1
Isolate dissimilar metal surfaces to prevent galvanic action. Materials used for this purpose shall
be non-absorptive.
4.9.2
All steel parts shall receive a protective treatment commensurate with their respective
functions. The treatment shall be one or more of those described above, and approved by the
ENGINEER IN CHARGE.
4.9.3
Aluminium surfaces in contact with mortar, concrete fireproofing, plaster, masonry and
absorptive materials shall be coated with an anti-galvanic, moisture-barrier material.
4.10
Sealant and Gasket Applications
4.10.1 Sealant and gaskets shall be provided where shown on the drawings or required for a
permanently watertight installation.
4.10.2 The design of all sealed joints shall be in accordance with the recommendation of the sealant
and/or gasket manufacturer.
4.10.3 Protect all adjoining surfaces not to receive sealant and gaskets against staining by masking
and/or other methods.
4.10.4 Joints and joint surfaces shall be clean, dry and free of any material that may have an adverse
effect on the bonding and/or seal of the sealant and gasket materials.
Page 14 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
4.10.5 Apply sealant and gaskets under the conditions recommended by the manufacturers. Prime all
surfaces to receive sealant and gaskets unless recommended otherwise, in writing, by the
Manufacturers. Use no sealant that has started to set in its container or a sealant that has
exceeded the shelf life published by the manufacturer.
4.10.6 Fill all joints continuously and completely with sealant, forming a neat, uniform, concave bead.
Finish the material flush with adjoining flush surfaces unless otherwise shown on the drawings.
All sealant surfaces shall be tooled smooth.
4.11
Gaskets
Provide and install EPDM or Neoprene Gaskets of approved size and profile at all locations as
called for to render the windows absolutely air- tight and weather tight. Produce samples of the
gaskets for approval and procure after approval only.
4.12
Storage and Handling
4.12.1 Wherever possible all materials shall be stored in dry, well- ventilated conditions prior to
fabrication.
4.12.2 No metal or glass shall be left exposed to the external elements prior to fabrication.
4.12.3 Adequate storage facilities must be provided for all materials prior, during and following
fabrication. The Contractor is to submit full details of these facilities for the approval of the
ENGINEER IN CHARGE.
4.12.4 No materials or assembled units are to be left exposed to adverse weather conditions prior to
erection at site.
4.12.5 Handling of glass shall be kept to a minimum and all glass shall be carefully protected from
soiling and from condensation and other moisture.
4.13.1 All work shall be erected / installed to correct line, level, plumb and fastened securely in correct
vertical and horizontal alignment.
4.13.2 Full survey record for site work shall be submitted to ENGINEER IN CHARGE and required
measures if any taken shall be noted on shop drawings with approval of the ENGINEER IN
CHARGE.
4.13.3 Proper lighting and safety equipments such as safety belts, helmets etc. shall be provided and
strict observation shall be done.
4.13.4 Contractor shall supply suitable tools to enable the installation to proceed safety and to the
highest standards.
4.14
Double legged, self supporting and accessible at all location. Scaffolding as required for the
work shall be provided by the contractor to the approval of the ENGINEER IN CHARGE.
Page 15 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
5.0
INSPECTION
All shop and field materials and workmanship shall be subject to inspection by the ENGINEER IN
CHARGE at all times. These inspections shall not relieve the Contractor from the obligation to
provide materials conforming to all requirements of the Contract Document and matching
approved samples. The Contractor/Specialist shall promptly correct any deficiencies reported
and carry out his own control measure for all materials whether inspected or not.
6.0
TEST
6.1
The contractor shall provide all test instruments and other temporary provisions to enable the
test to be carried out on the works so specified. In typical portions the work shall be physically
tested in accordance with specification and actual by throughing water with hose pipe. Area to
be tested shall be directed by the ENGINEER IN CHARGE.
6.2
The Contractor shall give reasonable notice of the tests in writing, to the ENGINEER IN CHARGE,
who shall have the option of being present at all such tests.
6.3
Complete records of the tests (whether successful or unsuccessful) shall be maintained by the
Specialist. Preliminary copies shall be issued to the ENGINEER IN CHARGE to whom, at the
conclusion of all such tests, the Contractor shall supply two bound and compiled sets of all
results.
6.4
In the event that such testing should result in uncontrolled leakage, the Contractor shall
eliminate the causes of such leakage at no additional cost to the Client. Remedial measures
must maintain standards of quality and durability and are subject to approval. Provide powered
scaffold, hose, and sufficient personnel to operate scaffold and hose.
6.5
Acoustic levels shall be checked with decibel meter.
6.6
ENGINEER IN CHARGE, if dissatisfied or on account of any reason attributable to the Contractor
shall neither be eligible for any payment nor shall have recourse to approval. He shall not be
eligible for any claim on the Client.
7.0
CLEANING
7.1
The Contractor shall ensure that all actions are taken during installation to eliminate the effects
of corrosive substances on the finishes.
7.2
The Contractor shall clean both internal and external surfaces to remove corrosive substances,
dust or cement/mortar dropping during the installation as may be directed and instructed by
the ENGINEER IN CHARGE.
7.3
The internal surfaces of glass and aluminium frame are to be cleaned with compatible cleaning
agents prior to the installation of the internal protective sheeting.
7.4
The Contractor shall provide written verification that cleaning agents are compatible with
aluminium, stainless steel, glass coatings, granite, glazing materials and sealants. In no case shall
alkaline or abrasive agent be used to clean the surface. Care shall be taken during cleaning to
avoid scratching of the surface by grit particles.
Page 16 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
7.5
Prior to snagging inspections the Contractor shall, remove the internal protection sheets and
carry out a thorough cleaning of all glass and aluminium.
7.6
The Contractor shall also make good any physical damage to the structure including scratches,
dents, abrasions, pitting, etc. to the satisfaction of the ENGINEER IN CHARGE.
7.7
Manufacturer's delivery or job markings on glass and adhesive for manufacturer's labels shall be
either a neutral or slightly acidic material. In no case shall such material be alkaline; any staining
of glass by alkaline material will be cause for rejection of the glass.
7.8
After the installation of each pane of glass all markings and labels shall be carefully and
completely removed from the panes. Thereafter no markings or labels of any sort shall be
placed on the glass.
7.9
Glazed openings shall be identified by suitable warning tapes or flags attached with a nonstaining adhesive or other suitable means to the framing of the opening. Tapes or flags shall not
be in contact with glass.
7.10
As soon as it is practically possible after the issuance of the occupation Permit for the Building,
the Contractor is to carry out a complete cleaning of the external face.
8.0
WARRANTY
Prepare and submit in accordance with contract for
a) Warranty jointly signed by manufacturer, installer and Contractor agreeing to repair and/or
replace assemblies which fail in material or workmanship during warranty period of 10 years.
b) Warranty stating insulated glass units to be free from condensation, fogging and obstruction of
vision due to film on internal surface for 10 years.
9.0
MEASUREMENTS
9.1
Frame Work
9.1.1
The length of each extruded section used for fabrication of the door / joinery shall be measured
correct to 1 mm. In case the sizes of doors / joinery that are manufactured, happen to be the
sizes specified in the drawings, only the theoretical dimensions arrived by reducing the overall
sizes should be considered.
9.1.2
The weight of material used shall be calculated on the basis of actual weight of extruded
sections used for fabrication and shall be compared with the weights given in the
manufacturer’s catalogue, subject to the condition that the variation in actual weight should not
exceed + 10% than the weights specified in manufacturer’s catalogue, payment shall be made
for the actual weight of the extruded section. The final weights shall be calculated in kgs up to
two places of decimal.
9.2
Glazing: Length and width of opening for glazing inserts shall be measured correct to a cm and
area for payment shall be calculated in Sq.M nearest to 0.01 Sq.M.
Page 17 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
9.3
Paneling with different types of materials: Length and width of opening for glazing inserts shall
be measured correct to a cm and area for payment shall be calculated in Sq.M. nearest to 0.01
Sq.M.
9.4
Paneling with Aluminium sheet: The length and breadth of the panel inserts shall be measured
correct to a cm and the area calculated to the nearest 0.01 Sq.M. The weights of panel used
shall be calculated:
a) As per manufacturer’s catalogue.
b) The actual weight of sample of sheet used should be found out and weight of panel actually
used. (Actually calculated weight shall be recorded subject to condition that variation in actual
weight shall not exceed + 10% than weight specified in the manufactures catalogue).
9.5
Fittings: All fittings for doors / joinery except hinges and handles shall be enumerated.
10.0
RATE
10.1
The rate shall include the cost of material and labour for all operations described above except
the coast of glazing and paneling. It shall include screws expansion hold fastener, snap beading
including filling with necessary PVC / neoprene felt, cleats etc. The rate does not include the cost
of fittings except hinges and handles.
10.2
The rate however includes the cost for providing aluminium alloy doors / joinery for the
openings of all shapes and sizes.
10.3
The cost of glazing, paneling and additional fittings shall be paid under separate item, as
described herein.
10.4
Rate shall include for windows in openings of all shapes including circular, segmental or other
shapes and sizes.
10.5
Rate shall also include the cost of automatic closing latch in the sliding window while
manufacturing.
*****
Page 18 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
GLASS, GLAZING & ACCESSORIES
1.0
STANDARDS
Work under this contract shall be carried out to following Indian or International standards. Any
conflict noticed in various standards and building regulations shall be reported to the
Architect/ENGINEER IN CHARGE and his direction and approval to be obtained. However it shall
be noted as
general rule that the more stringent specification shall apply. All standards shall be the
latest revisions.




ASTM C 1036
ASTM C 1046
glass.
IS 3548
CP 152
Standard specification for flat glass
Standard specification for Heat treated flat glass FT & HS coated and uncoated
Glazing in building
Glazing and fixing of glass for Building.
2.0
MATERIAL
2.1
GLASS
2.1.1
General Requirements:
All base supply glass are to be / have Float Glass:








2.1.2
Comply with the requirements of ASTM C1036.
Clean cut, without significant edge faults that produce risk of breakage (including feathered
edges, shells or other imperfections) and free from bubbles, inclusions, cracks, rippling, dimples,
sleeks or other defects.
Cut to accurate sizes in the factory.
Assessed for optical and visual faults as described in BS EN 572-2. Spot faults to be no worse
than category C. There will be no linear /extended faults. Optical faults to be within the limits
set in BS EN 572-2.
No local defects producing irregular reflections.
Glazing more than 3m above the ground with unsupported edges to be laminated.
Glazing that is inclined by more than 15° from vertical or horizontal to be laminated.
Do not use Toughened (Tempered) glass in situations where breakage could result in glass:
falling more than 4 meters to an occupied area, unless specifically approved.
Thickness
The thickness and dimensions of glass shown on the drawings are minimum thicknesses, not
prescribed thicknesses or dimensions. Glass thicknesses to be calculated using the
recommendations in the structural, environmental, acoustical and safety requirements.
Page 19 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2.1.3
Visual Quality:
Visual distortions of views and reflections should be minimized and without localized defects,
distortions and scratches. Visual quality should be established using visual mock-ups with actual
composition. Any edge with defects likely to initiate cracks in service including feather (shark's
teeth) or whisker (serration's) deeper than half the thickness' of the pane, vents (flake chips)
greater than 6mm across, or impact damage will be rejected. The quality of reflections should
be reasonably consistent over the building. Glass roller wave should be horizontal. Internal,
double image reflections from DGU's must be consistent within one floor of any elevation.
2.1.4
i.
ii.
2.1.5
Glass Tolerances
Thickness
a. For Glass up to 8mm thickness
b. For Glass thickness 10mm & 12mm
Dimensions (Length and Width of cut size)
a. For Glass up to 6mm thickness
b. For Glass thickness 8mm
:
:
+ 0.2mm
+ 0.3mm
:
:
+ 1.6mm
+ 2mm
Types of Glasses
2.1.5.1 Heat Strengthened Glass
Heat strengthened glass should be confirming to ASTM 1048 (2004) for Kind HS glass. Tempering
to be on a roller hearth furnace eliminating tong marks. Minimum requirements are:
Maximum bow
:
0.10%
Roller wave
:
All thicknesses 0.15mm depth maximum between peaks and
troughs
Edge dip
:
0.25mm maximum
Identification marks should be provided indicating nature and processors. Residual surface
compressive stress in the glass should be between 24 N/Sqmm and 52 N/Sqmm when measured
by GASP in accordance with ASTM F218-95 (2000).
2.1.5.2 Fully Toughened Glass
Toughened glass should be confirming to ASTM 1048 (2004) for Kind FT. Tempering to be on a
roller hearth furnace eliminating tong marks. Minimum requirements are:
Maximum bow
:
0.10%
Roller wave
:
All thicknesses 0.15mm depth maximum between peaks and
troughs
Edge dip
:
0.25mm maximum
Identification marks should be provided indicating nature and processors. Surface compressive
stress in the glass should be minimum 69 N/Sqmm when measured by GASP in accordance with
ASTM F218-95 (2000).
Page 20 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2.1.5.3 Laminated Glass
Laminated glass should be confirming to ASTM C1172. PVB interlayer complying with BS 6206
Class B (45 Kg Impacter with drop height of 457mm). Edge steps should be less than 0.5mm in
toughened or heat-strengthened, but annealed glass shall have no step. Identification marks
should be provided indicating nature and processors.
Laminated glass panes should be having autoclaved edges. Interlayer should be protected from
effects of moisture absorption, including clouding, shrinking back, degassing and delamination.
Compatibility of interlayer with sealants should be checked or compatibility test with
accelerated weathering effect should be carried out to ensure no leeching occurs into the
interlayer.
Interlayer should be of approved make (DuPont or Safex or equivalent approved), if coloured
PVB is to be used same should be from single source only to ensure visual consistency
throughout the project.
2.1.5.4 Insulated Glass Units
Insulated glazing units should be hermetically sealed, complying to BS5713.
Primary seal located between glass and spacer should be mechanically applied poly-isobutylene,
providing a continuous vapour proof barrier of minimum width of 2mm and a secondary two
part silicone sealant extending around the perimeter of the unit.
Secondary sealants should be designed considering type of glazing, where the glass unit is
supported by structural sealant or clips to the spacer bar the design should be considering
effects of wind and barometric pressures. The design of this sealant should be verified by the
glass supplier. Minimum thickness of secondary sealant should be 6mm.
Spacers of Aluminium alloy with a natural or black finish and sufficient rigidity and formed to
accommodate seals and to contain desiccant.
Desiccant of molecular sieve Type 3A complying with ASTM-E-774.
All breather tubes to be nipped closed prior to installation. All corners and joints should be
fabricated so as to ensure a water vapour tight construction.
2.1.5.5 Frit coated glass
Frit coated glass should be confirming to ASTM C 1376-97.
Ceramic ink applied to areas of heat-treated glass using the silk screen process. Ceramic ink
should be permanent, durable and resistant through the design life of the glazing system. It
should be resistant to attack from mechanical damage or abrasion, during normal use and
maintenance, resistant to weathering, fading or discolouration due to climate or UV or
atmospheric pollutants.
Page 21 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2.1.5.6 Performance coated glass
Low E –emissivity coating on glass should be nominally neutral in colour and uniform in tone,
hue, colour, texture, pattern and opacity. Appearance to the glazing units should be consistent
and pinholes of 1.6mm and above in diameter are not allowed. The low-Emissivity coating shall
be applied to the glass either by pyrolytic or vacuum (sputtering) deposition method, soft coat
low-E will be acceptable for double glazed units only. The coating should meet the requirements
of ASTM C 1376-97 and satisfy the thermal performance of the façade.
2.2
Setting blocks for Glazing
Setting block should be complying with BS 2571. Material for setting block to be
polychloroprene, EPDM or dense heat cured silicone rubber. Shore A hardness to be of 80-90
Durometer. Material used should be compatible with adjacent materials, should not leach out
over time and cause staining or deterioration.
2.3
Location / side blocks
Location / side blocks should be complying with BS 2571. Material for setting block to be
polychloroprene, EPDM or dense heat cured silicone rubber. Shore A hardness to be of 60-70
Durometer. Material used should be compatible with adjacent materials, should not leach out
over time and cause staining or deterioration.
2.4
Windows / Structural Glazing
2.4.1
The double insulated glass unit shall be made up of 2 pieces of glass put together with
aluminium spacers in between to maintain space uniformity. The air in the middle should be
kept dry constantly with special desiccants (drying agents) and elastic sealants. The enclosed
layer of air between the 2 pieces of glass should make the insulation capability about twice that
of monolithic glass. The insulated glass shall comprise of inner pane of 6 mm thick toughened
clear float glass and outer pane of 6 mm sun energy heat strengthened green tinted glass in the
external pane. These said glasses shall be duly manufactured into an insulated glass unit as
detailed earlier on an imported manufacturing line and shall be factory-fabricated and
assembled with the aid of an 12 mm aluminium spacer bar (precoated with PVDF coating or
equivalent approved in same colour and shade of aluminium frame) duly filled with desiccants
to achieve low dew point temperatures over a very long period of time and minimize pane
deflections and danger of glass breakage. These desiccants shall be of small bead size and shall
be filled in the spacer bar with the aid of automatic filling machines leading into pneumatic
filling of the spacer profiles. The insulating unit duly incorporated with the desiccant drying
agent in the aluminium spacer should be assembled at the corners with moulded bent corners
and thereafter a poly-isobutylene primary seal shall be applied on the 2 edges of the spacer bar
in addition to the secondary seal of two part silicone.
2.4.2
Acoustic Requirements for Glazing Design :
General: Double glazed unit shall provide required sound deadening.
2.4.3
Double glazed glass shall have maximum heat transfer coefficient (U value) 0.44BTU / Hr - ft2 oF.
2.5
Glazing Accessories
Page 22 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2.5.1
Setting blocks: Preformed neoprene, compatible with sealant.
i.
ii.
iii.
iv.
2.5.2
Spacer Shims: Preformed neoprene, compatible with sealant:
i.
ii.
iii.
2.5.3
Hardness; 80-90 shore A Durometer.
Size: 30 mm/m2 of glazing, not less than 100 mm length by width of channel minus 1.6
mm by 100 mm high.
Location: sill quarter points centered minimum 100 mm from each edge.
Requirement: Resistant to sunlight, weathering oxidation and permanent deformation
under load.
Hardness: 50-60 shore A Durometer.
Size: Minimum 75 mm length by 1/2 height of glazing stop by thickness to suit application.
Requirement: Self - adhesive one face.
Edge Blocks: Preformed neoprene, compatible with sealant.
i.
ii.
iii.
iv.
Hardness: 60-70 Shore A Durometer.
Size: Minimum 100 mm length by width to support thickness of glass, allow nominal 3 mm
clearance between edge of glass and edge bumper.
Location: Place in vertical channel.
Requirement: Resistant to sunlight, weathering, oxidation and permanent deformation
under load.
2.6
Glazing Sealants
2.6.1
Silicone Glazing Sealant : One-part, primer less, FS TT-S-00 1543A, Class A, FS TT-S-00230C, Class
A, and ASTM C920, Type S, Grade NS, Class 25, Use NT, G,A,M, and O.
i.
ii.
iii.
iv.
Hardness: 15-25 Shore A Durometer.
Non-sagging, non-bleeding, non-staining.
Colour: Black.
Acceptable Products :
a) 795, DOW Corning Corp., Midland, MI.
b) Silpruf, General Electric, Waterford, NY.
c) Rhodorsil 5C, Rhone-Poulenc, Inc. Monmouth Junction, NJ.
2.7
Delivery, Storage and Handling
2.7.1
Deliver, store and handle products in accordance with following:
A. Deliver glass units with manufacturer’s labels intact on interior side of glass. Ensure labels
indicate glass thickness, unit location, glass strength and orientation of units in vertical position.
B. Protect glass edges and corners against chipping and cracking.
Page 23 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
3.0
SCOPE OF WORK
3.1
Work under this section shall be inclusive of design, fabrication and installation of glass as
specified in drawing meeting requirements of aluminium, acoustic, thermal etc.,
3.2
Design Criteria
Glass shall be compatible with aluminium, with respect to






Wind Load
Live Load if any.
Deflection
Sound deadening
Heat Transmission.
Air and Vapour barrier.
3.3
Submittals
3.3.1
Submit for each type of glass and glazing material specified, including glazing accessories and
glazing sealants.
3.3.2
Shop drawings
Sections and details of glass and glazing materials installation at framing members including
head, mullions, transoms, jambs and sills. Drawing shall be stamped with seal and signature of
professional engineer responsible for design.
3.3.3
Samples
a) 300 by 300 mm in size illustrating colour, laminated construction of glass units.
b) 300 mm long bead of glazing sealant, in colour selected.
3.3.4
Informational Submittals: Submit followings;
a) Test Reports:
i.
Glazing sealant indicating substrate adhesion.
ii.
Glazing sealant compatibility.
iii.
Glazing sealant manufacturer’s recommendations.
b) Certifications specified in Quality Assurance article.
c) Qualification Data: Engineer’s Qualification data.
d) Manufacturer’s insurrections.
3.3.5
Quality Assurance
a) Glass of each type to be produced by same manufacturer.
b) Registered professional engineer licensed to practice structural engineering, with minimum of
five years experience in design of glass and glazing shall be employed.
c) Installer shall be acceptable to manufacturer and with experience on at least five projects of
similar nature in past five years.
d) Fabricated glass to comply with ASTM C1036, ASTM C1048, and ANSI Z97.I.
e) Manufacturer to meet acoustic requirement as detailed.
Page 24 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
f) Heat transfer coefficient shall be tested in accordance with BS5713/ASTM E 774 as specified.
g) Submit following certificates
i.
Manufacturer’s letter certifying glass and glazing materials compatibility
ii.
Manufacturer’s letter certifying that sealed insulating glass units meet or exceed
specifications.
iii.
Engineering certifications.
3.3.6
Warranty
Contractor shall warrant hermetically sealed insulating glass units to be free from defects in
material and workmanship for 10 years.
4.0
WORKMANSHIP
4.1
Examine conditions and proceed with work when framing systems are ready for glazing.


4.2
Preparation
a)
b)
c)
d)
4.3
Verify that openings for glazing are correctly sized and within tolerances.
Verify that glazing channel surfaces or recesses are clear, free of burrs, obstructions,
irregularities, and glass is free of edge damage or imperfections.
Clean contact surfaces with solvent and wipe dry.
Seal porous glazing channels or recesses with substrate compatible primer or sealer.
Prime surfaces scheduled to receive sealant, if required by sealant manufacturer.
Verify that materials used for cleaning edges of sealed insulating units are compatible with
sealants and components and will not damage or cause deterioration of integrity of sealed
insulating unit.
Installation
a) Install glass units in accordance with manufacturer’s instructions and approved shop drawings.
Ensure weep and drainage holes are not blocked by sealants or setting blocks.
b) Preformed Glazing Gaskets (Dry Method): Cut gasket to proper length.
 Weld joints by butting gasket and sealing junctions with sealant.
 Place setting block at quarter points, with edge blocks no more than 150 mm from
corner.
 Rest glass on setting blocks and push against stop with sufficient pressure to ensure fill
contact and adhesion at perimeter.
 Install removable stops, avoiding displacement of gasket and exert pressure for full
continuous contact.
 Exposed sealant shall be tooled smooth and top surfaces sloped to drain water away
from glass.
 Beads sealant, tapes, etc. used shall be mitered at each corner.
 Glass shall have safety marking as approved by the ENGINEER IN CHARGE at eye level.
 Installation completed shall be sound, watertight, free from defects and to acceptable
standard of ENGINEER IN CHARGE/Architect.
c) Tempered Glass
Do not cut, seam, nip or abrade tempered glass.
 Install in windows and sidelights where required by code.
Page 25 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
4.4
Protection
a) Protect finished work.
b) After installation, mark glass pane with X by using removable plastic tape or paste.
4.5
Cleaning
4.5.1
The PVC tape, protective covering shall be retained till the glazing work is completed and until
the ENGINEER IN CHARGE gives instruction for its removal.
4.5.2
General:
a)
b)
c)
d)
4.5.3
Remove excess glazing materials from finished surfaces.
Remove labels after work is completed.
Wash and polish both faces not more than seven days prior to Owner’s acceptance of work.
Comply with glass manufacturer’s recommendations for final cleaning.
Site acoustic test
The Contractor in consultation of Consultant / Architect shall arrange for site tests on traffic
noise intrusion to verify the installation. The cost of site tests incurred shall be borne by the
Contractors.
*****
Page 26 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
MILL WORK
1.0
GENERAL
1.1
Indian Standards
Work shall be carried out confirming to Indian Standards and Code of practices. In absence
International standards shall be followed. These shall be latest issue. List given hereunder is not
to be considered as conclusive and is for reference and guidance only. Any discrepancies /
conflict noticed shall be directed to the Architect / ENGINEER IN CHARGE for his direction /
approval. However as a general rule more stringent specification shall take precedence.


IS 208
IS 287

IS 7638
Specification for door handles.
Recommendation for maximum permissible moisture content for timber used
for different purposes.
 IS 303
Specification for plywood for general purposes
 IS 401
Code of practice for preservation of timber.
 IS 710
Specification for marine plywood
 IS 729
Specification for drawer locks, cupboard locks and box locks
 IS 848
Specification for synthetic resin adhesives for plywood
 IS 851
Specification for synthetic resin adhesives for construction work (non structural)
in wood
 IS 852
Specification for animal glue for general wood working purposes.
 IS 1328
Specification for veneered decorative plywood
 IS 1341
Specification for steel butt hinges
 IS 1508
Specification for external for use in synthetic resin adhesives (ureaformaldehyde) plywood.
 IS 1734
Methods of test for plywood
Part 2 Determination of resistance to dry heat
Part 3 Determination of fire resistance
Part 1 Determination of density and moisture content
Part 10 Determination of compressive strength
Part 5 Test for adhesion of piles
Part 18 Impact resistance test on the surface of plywood
Part 19 Determination of nail and screw holding power
Part 20 Acidity and alkalinity resistance test
Part 4 Determination of glue shear strength
Part 6 Determination of water resistance
 IS 3513
Specification for high and medium density wood laminates (compreg.):
Part 4 Sampling and tests
Method of sampling for plywood, fiber hardboard, insulation boards and
particle boards.
Page 27 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

IS 9188





IS 9460
IS 11215
IS 12077
IS 12120
IS 12817
Performance requirements for adhesive for structural laminated wood products
for use under exterior exposure condition.
Specification for flush drop handles for drawer
Methods of determination of moisture content of timber and timber products.
Code of practice for testing of timbers for plywood manufacture
Code of practice for preservation of plywood and other panel products.
Specification for stainless steel butt hinges
1.2
Quality Assurance
1.2.1
Comply with standards specified for material and workmanship
1.2.2
Supervision and workmen employed shall be experienced in field of carpentry works and shall
be able to guarantee workmanship and finish of standards as established and approved by the
ENGINEER IN CHARGE.
1.2.3
Items specified from specific manufacturer with code no and of approved manufacturer shall be
with quality assurance certificate from manufacturer shall be guaranteed for 5 years.
1.2.4
Installer Qualifications
An experienced installer who has completed architectural woodwork (Furniture) similar in
material, design and extent to that indicated for this project and whose work has resulted in
construction with a record of successful in service performance.
1.2.5
Fabricators Qualifications
A firm experienced in producing architectural woodwork similar to that indicated for this project
and with a record of successful in service performance, as well as sufficient production capacity
to produce required units.
1.2.6
Mock-ups
Before fabricating and installing interior architectural woodwork, build mock-ups for each form
of construction and finish required to verify selections made under sample Submittals and to
demonstrate aesthetic effects and qualities of materials and execution. Build comply with the
following requirements, using materials indicated for the completed work:
a) Build mock-ups in the location and size indicated or, if not indicated, as directed by Architect
b) Notify Architect seven days in advance of dates and times when mock-ups will be fabricated and
installed.
c) Demonstrate the proposed range of aesthetic effects and workmanship.
d) Obtain Architect’s approval of mock-ups before starting interior architectural woodwork
fabrication
e) Maintain mock-ups during construction in undisturbed conditions as a standard for judging the
completed work.
f) Demolish and remove mock-ups when directed.
Page 28 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
g) Approved mock-ups may become part of the completed work if undisturbed at time of
substantial completion.
1.3.0
Submittals
1.3.1
For approval the contractor shall submit with detail note
a) Literature / Catalogue of product to be used.
b) Test certificates from independent laboratories conforming that product meets standards
specified.
c) Manufacturers certification that product meets / exceeds specification for the project.
d) Include data for wood preservative treatment and chemical treatment from manufacturer and
certification by treating plant that treated materials comply with requirement.
e) Samples
i.
Timber piece - 300x100x60 mm 3 Nos.
ii.
Laminates - 300x300 with shade samples
iii.
Samples with polish / paint finish as specified.
iv.
Joinery details
v.
Fittings and fixtures samples
1.3.2
Shop Drawings
1.3.2.1 The contractor shall prepare joinery detail drawing for site measurement. Drawings shall
indicate each material, its installation, fixing details, finishing, and etc. all in plan, elevation,
section and typical details.
1.3.2.2 Show location of each item, dimensioned plans and elevations, large-scale details, attachment
devices and other components.
a) Show details full size.
b) Show locations and sizes of furring, blocking and hanging strips, including concealed blocking
and reinforcement specified in other sections.
c) Show locations and sizes of cutouts and holes for cabling fixtures plumbing fixtures, faucets and
other items installed in architectural woodwork.
d) Show laminated leaves with dimensions, grain direction, exposed face and identification
numbers indicating the flitch and sequence within the flitch for each leaf.
1.4
Product Handling and Storages
1.4.1
All materials and work of this section shall be protected from damage until final acceptance of
work. Cover, ventilate and protect from damage caused by weather, moisture, heat, staining,
dirt, abrasions and other causes which may adversely affect appearance or use, or which may
cause deterioration of finish warpage, distortion, twisting, opening of joints and seams,
delamination, loosening etc of woodwork
1.4.2
Do not deliver woodwork, until painting, wet work, grinding and similar operations which could
damage, soil or deteriorate woodwork have been completed in installation areas.
1.4.3
Damaged or defective items of work in this section are subject to rejection and replacement
with new items by contractor at no cost to the Client.
Page 29 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
1.4.4
All materials shall be carefully stored at all times and fully protected from external conditions or
contamination.
1.5
GRIHA Requirements for VOC Limits
1.5.1
All paints used in the interior of the building must be certified to contain zero VOC or less than
the limits specified in the table below.
1.5.2
Water- based acrylics over solvent-based oil paints should be preferred.
1.5.3
Ensure all the sealants and adhesives used are water based rather than solvent based or have a
low solvent content. Most construction adhesives offer adequate bond strengths in water-based
varieties. Acrylics, silicones, and siliconized acrylics are the safest sealants for use in the interiors
and have the lowest solvent content. While solvent-based products, such as urethanes and
butyls, should preferably not be used indoors, sealants used for exterior do not pose any
concern.
1.5.4
Adhesive usually have a high-VOC emission potential. Hence, use adhesives with low-VOC or noVOC emissions such as acrylics or Phenolic resins (phenol formaldehydes indoors).
1.5.5
Refer the table below for the maximum allowable VOC limits for adhesives, sealants, paints and
coatings.
Interior Coatings
Non-flat
150 g/l
Flat
50 g/l
Exterior Coatings
Non-flat
100 g/l
Flat
200 g/l
Anti corrosive / Anti rust
250 g/l
Clear wood finishes
Varnish
350 g/L
Lacquer
550 g/L
Floor Coatings
100 g/L
Stains
250 g/L
Sealers
Waterproofing sealers
250 g/L
Sanding sealer
275 g/L
Other sealer
200 g/L
Page 30 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
1.5.6
Contractor has to collect MSDS (Material Safety Data Sheet) of each product from the
manufacturer/vendor.
1.5.7
Contractor has to provide a listing of each adhesive, sealant, sealant primer product, paints and
coatings used in the project. Include the manufacturer’s name, product name, specific VOC data
in gms/l.
1.5.8
Contractor to ensure all composite wood products/ agrifiber products do not contain any added
urea formaldehyde resin. He has to collect certificate/letter from the vendors indicating
materials are free from added urea formaldehyde.
2.0
MATERIAL
2.1
Timber
2.1.1
Timber shall be of quality as specified in BOQ and well seasoned. When a kind of timber is not
specified, good quality teak wood shall be used. It shall have uniform colour, be free from
defects such as cracks, dead knots, soft spongy spots and waves of injurious open shapes. Grains
shall be reasonably straight. The individual hard and sound knot shall not be larger than 6 sq cm.
The aggregate area of all knots shall not exceed 0.5% area of a piece. All timber is sawn unless
otherwise stated.
Planed timber shall be used for external work, facia large boards and other similar works to the
approval of Architect.
2.1.2
All timber shall be treated with chemical wood preservatives and be kiln seasoned to IS 1141
and conform to IS 287 for moisture content. Maximum permissible limit shall be + 3% for
average moisture content of all samples from a given lot and + 5% for individual sample of the
given lot. This is applicable when thickness of timber is more than 50 mm. Small size tolerance
shall be + 2% and + 3% respectively.
2.1.3
Timber used shall be treated with a 10 years guarantee and approved anti-termite treatment.
Wood work in contact with masonry or concrete shall be painted with hot bitumen collator
before being placed in position.
2.1.4
Timber received at site shall be marked and stamped for approval prior to being used at site.
2.1.5
Sizes specified are not indicative and shall be correct finished sizes within allowable tolerances.
2.1.6
All timber shall be finished to required dimension and texture prior to being treated for
chemical preservation.
2.1.7
All timber shall be kiln-seasoned to IS 1141 and conform to IS 287 for moisture content.
2.1.8
Readymade factory finished material shall be as specified and shall comply to IS code. It shall be
ant termite treated, kiln seasoned.
Page 31 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2.1.9
Timber shall be treated with preservatives when used.
a) For permanent built-in and subjected to humid / damp conditions.
b) Used in exterior places / locations
c) In contact with masonry, plaster, concrete.
2.2
All boards and formed boards shall be of specified thickness, uniform in colour texture, finish.
They shall comply to IS code and shall bear IS marking. They shall be pressed with exterior
quality phenol formaldehyde resin in hot press.
2.3
Plywood
2.3.1
Plywood used shall be BWP type and marine grade, of specified thickness and conforming to IS
Hardwood will not be accepted in lieu of plywood.
2.3.2
Veneers of plywood faces to be painted or finished with similar treatment or inaccessible,
needed not be totally free from knots, worm and beetle holes, splits, stains of glue or other
acceptable defects.
2.3.3
Plywood face to be natural face finished shall be totally free from knots, worm and beetle,
holes, stains of glue splits or other acceptable defects.
2.4
Laminated Sheets
2.4.1
Laminated sheets shall be 1.0 mm on faces and backing shall be 0.7mm thick with an amino
plastic facing, cigarette-proof and shall comply with IS Specification.
2.4.2
Sheets shall be of approved manufacturer from his range in approved colour.
2.5
All fittings and fixtures shall be as specified in bills of quantity or on drawing by Architect.
Fittings shall be basically of brass or stainless steel and finished as directed. Brass fittings and
fixtures may be chrome plated oxidized. Where specified stainless steel / bright finished shall be
used. Approved makes only shall be used for respective items.
Fittings shall be guaranteed by the manufacturer for its performance. Woods screws shall be
matching and of type as required for each fittings and shall conform to IS.
Nails, screws, pins, dowels, coach screws etc. shall be galvanized or non ferrous materials when
used in exterior locations.
2.6
Adhesives and glue shall be as per IS for exterior quality and water repellent.
2.7
Framing and Rough Lumber includes blocking, grounds, furring etc. to be suitable framing
members for intended use.
2.8
Sealants
2.8.1
Sealant shall be silicone Sealant as manufactured by Dow Corning Corporation or equivalent and
/ or other equivalent approved compatible with metal, glass and adjoining works.
Page 32 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2.8.2
All sealant applications must be clearly designated on the applicable shop drawing details and
referenced to a master sealant schedule specifying materials, special instructions and
application procedures.
2.9
Miscellaneous Accessories:
a) Provide non-ferrous metal or hot-dip galvanized anchors and inserts.
b) Provide toothed steel or leas expansion bolt devices for drilled in place anchors
c) Furnish inserts, anchors, straps, and/or ties and toggle bolts as required, to be set into concrete,
masonry work, for subsequent woodwork anchorage.
2.10
Ironmongery
All ironmongery for the work of this section shall be provided and installed by the Architectural
woodwork fabricator. Concealed ironmongery shall include the types specified herein and
shown on the drawings and shall be installed on units as required for operation. Equivalent
products of other manufacturers may be offered subject to approval.
a) Provide premium quality hinges and catches to properly accommodate each door size, type,
style, dimension, operation and thickness.
b) Provide slides to properly accommodate each drawer size, weight requirements and styles.
Equip each drawer with side-mounted, bright steel, full-extension, ball-bearing, nylon roller
drawer slides with limiting stops.
c) Provide cabinets locks for all cabinets and drawers.
d) Monorail of SS / aluminium shall be used in sliding
e) Unless otherwise indicated, all cabinet ironmongery shall be concealed and be of one type and
manufacturer (as shown typically on drawings and below).
f) Rollers and ball bearing shall be stainless steel.
g) Ironmongery: All ironmongery, trolleys, locks & hardware shall be Stainless Steel of M/s. Hettich
or equivalent approved.
2.11
Material received at site shall be of approved quantity and with marking. Without approval no
material shall be ordered. Received material shall be handled with due care to protect against
any harmful loading, unloading shifting, storing. Place of stone shall be well ventilated, dry and
covered to prevent damping and moisture contamination.
3.0
SCOPE OF WORK
3.1
Providing, preparing shop drawing, making including testing, doing seasoning, protection
treatment if any, shifting, erecting fastening, connecting and finishing all complete.
3.2
In brief scope of work includes

Cabinets/Counters/Wall Units
4.0
WORKMANSHIP
4.1
Timber brought at site shall be as approved by the ENGINEER IN CHARGE prior to being treated.
Non approved materials shall be removed from site without any delay. Any attempt to hide the
defects by plugging, painting etc. shall render the piece to be rejected by the Architect if felt
necessary.
Page 33 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
4.2
All shaving of timber shall be done in straight lines and planes of uniform thickness.
4.3
All joints shall be tongued and grooved or of the type shown in the drawings, specified in the
item or as directed by the ENGINEER IN CHARGE. All joints shall be glued with approved
adhesive.
4.4
Joints shall be strong, neat and shall fit without wedging or filling. They shall be pinned with
hard wood or bamboo pins of 10- 15 mm dial after the members of the frame are glued and
pressed together in a suitable vice-mechanism.
4.5
Prior to joining, wood members of frame shall be planed smooth and accurate to the full
depth. Rebates, rounding, mouldings, etc. as shown in the drawing shall be done before the
members are joined.
4.6
Fabrication shall be plumb, straight and level. Surfaces shall be milled plane and finished
smooth. For jointing prepare clean cutout and house / joined in best manner using approved
adhesive and concealed pins/screws. Miter joints shall be preferred but basically shall be as
shown in shop drawing and approved by ENGINEER IN CHARGE. Joints shall be fitted with due
accuracy and hairline tight.
4.7
Work to be installed and fitted in contact or adjoining concrete / masonry shall be fabricated
with due allowance for site adjustments but within acceptable tolerances. Fabrication and
assembly shall be completed as far as possible in work shop. Prepared items shall be marked
prior to shifting for perfect level, align and fix at site.
4.8
All exposed veneers work in solid timber and veneers shall be within approvable range of
samples approved. Special care shall be taken to ensure that the width of veneers in all related
fabrication shall be identical and shall have and even number of veneers of equal near equal
widths except where a single veneer is sufficient.
4.9
Work indicated on drawings to have plastic laminate, shall have plastic laminate shop applied
with tight seams. Plastic laminate shall be pressure laminated to core construction with
approved water resistant adhesive.
4.10
Counter tops, counter fronts, shelves, cabinets, dividers, drawers, shall be constructed with
specific core and shall be finished as specified in drawing or BOQ or as approved by the
ENGINEER IN CHARGE at site.
4.11
Prior to start of any fabrication actual site measurements shall be taken and detail shop drawing
corrected accordingly with approval of the ENGINEER IN CHARGE.
4.12
All work shall be finished free from runs, sags or other visual defects, wood shall be thoroughly
smoothened and sanded to remove all traces of machines and tool marks. Surface preparation
shall be as per IS code of practice or ready to receive specified finish.
Page 34 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
4.13
Installation
a) Do not use materials that are unsound, warped, improperly treated or finished inadequately
seasoned or too small to fabricate with proper jointing arrangements.
b) Install finish carpentry to line, plumb, level and in alignment with adjacent materials.
c) Scribe and cut finish carpentry to fill adjoining work. Refinish and seal cuts as recommended by
manufacturer.
d) Provide cut-outs for mechanical and electrical items that penetrate finish carpentry.
e) Securely install by anchoring and fastening as approved in shop drawings. Type, size of anchors
and fasteners shall be as detailed and approved.
f) Use minimum shims and shall be concealed type with required protective coatings.
g) Provide concealed wood framing to support plastic laminate counters, securely fastened to wall
and underside of counters.
4.14
Fittings and Fixtures (Ironmongery)
a) All fittings and fixtures shall be detailed in shop drawings, conforming to specification and shall
be fixed as per manufacturer’s instructions.
b) Fittings and fixtures shall make assembly sturdy and securely placed.
c) Where finishes are to be done on installation remove fixtures and allow painter / polisher to
work and on completion refix them.
4.15
During the course of work regularly all debris swash excess material shall be cleared and
removed from site. On completion clean all places / spaces thoroughly.
4.16
Wood work shall be protected from defacement, maring till final completion and hand it over to
the Client.
4.17
Repair and replace all defective work prior to final inspection.
4.18
Prior to final inspection by the Architect / Client the contractor to check to ensure proper
operations, finish and surroundings.
4.19
The approval of work do not relieve the contractor of his liability to maintain to defects liability
period at contractor‘s cost.
5.0
MEASUREMENTS AND RATES
5.1
Work shall be measures as per units given in Bills of Quantities.
5.2
The price for an item shall include supply of specified quantity and type of timber, sawn, cut,
joined, framed and fixed in position including supply and fixing of approved anti- corrosive
treated fixtures, straps, bolts, hold-fasts, spikes, nails, screws, etc. supplying and applying glue,
coal tar, paint and anti- termite treatment. The item shall also include all materials, labour,
scaffolding, use of equipment, etc.
5.3
If wood work is found to be defective due to bad workmanship, shrinkage, etc. within 1 year
after completion of work, the defective wood work shall be refixed by the contractor at his
cost to the satisfaction of the ENGINEER IN CHARGE. This includes the repairs required to
complete the work as it was finished earlier.
5.4
Glass / glazing shall be included in the price complying to specification given in BOQ.
****
Page 35 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
1. FLOORING:
i. The flooring in the building shall be as per the approved floor finish drawings and laid in
such a way that limits in floor levels would not exceed the limits provided in the latest
CPWD specifications or manufactures specifications.
ii. Wherever Tile flooring is done it shall be with 1st. Quality tiles only.
iii. Slope in floors shall be provided as per architectural drawings, else the levels at any place
when checked over a distance of one meters in any direction should not show variation in
floor level more than 3 mm.
iv. Rate for the items of flooring is inclusive of provision of sunken flooring and finishing
edges of the same in bath kitchen, toilets, cutting holes for traps/ pipes etc., and nothing
extra shall be paid on this account unless otherwise specified.
2. FALSE CEILING
a. False ceiling items in general are carried out as per the description of the item in the Bill of
quantities and also as per the manufacturer’s specifications / as directed by the Engineer –
in – Charge. Location of particular type of false ceiling shall be as per relevant drawing, in its
absence written approval of EIC shall be obtained.
3. ALUMINIUM COMPOSITE PANELS (ACP) CLADDING
a. Providing and fixing Aluminium Composite panel cladding including framing as per the
elevation, section and the plan drawings provided, fabricated out of heavy duty
Aluminium extruded profiles conforming to alloy 643900 WP with chemical composition
and mechanical properties as per IS-733 and as per specifications.
b. The contractor must design the cladding as per the prevalent site conditions and
building elevations profiles. No extra claims shall be entertained at any stage for
aluminum profile/ wall thickness and size dimensions. The Contractor must quote rates
accordingly.
c. The anchoring / bracing of the wall cladding to the RCC beams/ columns shall be done
with non-corrosive galvanized brackets of approved design, (Galvanizing to be done
conforming to IS 4759-1996 up to 610 gms. Per Sq. M. (80- 90 micron thickness).
d. The framework shall be aligned for the entire height of each Mullion and of the entire
width of each Transform by laser beam equipment to ensure 100 percent ‘X’ axis and ‘Y’
axis alignment.
e. The system should also provide for pressure equalization. The details for pressure
equalization to be submitted by the contractor and got approved by the Engineer-incharge.
f.
EPDM Gaskets of suitable profiles (to accommodate shall be provided including the
labour element for fixing in appropriate locations is to be included in the rate).
g. The Periphery of the framework shall be sealed both from inside and outside with silicon
weather sealant to make the cladding watertight.
Page 36 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
h. Cost of Aluminium composite panel consisting of a core of polyethylene sandwiched
between two aluminium skins of 0.5mm thickness with a mild edge. 4 mm total
thickness with surface finish of PVDF coating as approved by the Engineer-in-charge, as
shown in the elevation, plan and cross section drawings along with labour element for
cutting stacking, carrying to heights and fixing to appropriate locations is included in the
rates.
i.
All the vertical and horizontal section grooves are to be sealed non staining silicon
sealant of make as specified in the list of approved make to make the entire system
synchronies with the basic structural glazing/curtain wall structure and also make the
system air tight and watertight. The fixing details should be got approved by the
Engineer-in-charge. The peel off foil should be removed at the time of handing over as
may be required by the Engineer-in-charge.
j.
Product
i. ACP shall be as approved with high fibre filled sandwiched panel 4mm install on
Aluminium framing and Galvanised brackets. Aluminium cladding panel to be
PVDF fluorocarbon coated factory applied colours. Reverse side to be in mill
finish. All the joints shall be sealed with silicon sealant of approved make.The
colour of sealant to be decided by Engineer-in-Charge.
ii. A sample of panels and installation methods to be submitted to the Engineer-inCharge for approval.
k. Manufacture
i. The panels must be visually flat. Any stiffener applied to compensate for wind
load must not read through.
l. Installation
i. The panels shall be fixed in accordance with manufacture’s recommendations.
ii. Technical Properties of Aluminium Composite Panels
iii. All cladding shall be of 4.0 mm thick aluminium composite panel comprising of
high mineral filled core sandwiched between two skins of aluminium alloy.
1. Mechanical Properties
: Tensile strength >130 N / mm2
: 0.2 % proof stress 90 N / mm2
: Elongation 5 %
: Modules of elasticity 70,000 N/mm2
2. Vibration and Noise
Damping
3.
4.
5.
6.
7.
: Average airborne - Sound
Transmission loss R/N 25db (DIN 4109)
Thermal Transmittance
:R = 0.014 m2 ˚C/W
Moment of Inertia
:0.347 cm4/m
Panel Weight
:5.5 Kg/m2
Finish
:PVDF stove lacquered (Fluoro carbon) on one
side and reverse side in mill finish.
Colour
:Colour to be selected by Engineer-in-Charge
Representative using standard PVDF colour chart from manufacturer.
Page 37 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
m. Protection
Protection should not be removed until after installation.
n. Warranties
The Contractor shall provide a data to confirm compliance with specific requirements
for resistance and fire properties. The guarantee should be for a 20 salt spray resistance
and fire properties. The guarantee should be for a 20 year period against peeling
chalking (No. 8 rating), fading, blistering, flaking, chipping and cracking.
o. Measurement: The measurement shall be for exposed actual surface area with grooves
cladded on plain/ curved surface excluding the concealed trims.
4. SAMPLES OF MATERIALS:
a. Sample of all materials/ fittings and fixture to be used in the work such as doors, windows,
tiles, sanitary, water supply, drainage fittings and fixtures shall be submitted well in advance
by the contractor for approval from the Engineer-in charge of work in writing before placing
orders for the entire quantity required for completion of work. Samples approved by the
EIC/Client shall be kept in Sample Room under the charge of EIC and shall retain till
completion of work.
b. Finished items in respect of typical portion of works of repetitive nature such as typical
room, toilet, railing, door, window or any other work desired by the engineer-in- charge
shall be prepared by the contractor to the satisfaction of Engineer-in – charge and got
approved from him in writing before the commencement of these items for the entire work.
c. The requirements for preparation of samples shall be observed and fulfilled by the
contractor well in advance to avoid any detriment to the general progress of work. In other
words, this will not be allowed to have any effects on the general progress of work or on any
of the terms and conditions of the contract. No claims of any kind whatsoever including the
claims of extension of time will be entertained due to the incorporation of this requirement.
5. GLASS:
a. All glass and glazing material shall be verified and coordinate with the applicable
Performance requirement.
b. All glass shall be cut to require size and ready for glazing. All glass shall be accurate sizes
with clear undamaged edges and surfaces which are not disfigured. Any panel which does
not fit any section of the curtain wall and shop front will be rejected and a replacement
made at the Contractor’s expense.
c. Glass shall conform to the quality, thickness and dimensional requirement specified in US
Federal specifications DD – G0415C.
d. Heat strengthened glass shall not deviate in surface flatness by more than 0.23 mm with in
260mm of leading or trailing edge, or 0.076mm in centre. Direction of ripple shall be
consistent and is acceptable to Architect. Distortion of glass shall be controlled as much as
possible during heat strengthening. Sag distortion shall be unidirectional and surface
compression shall be in the range of 320-450 Kg/cm². All glass shall be delivered to site with
the manufacturer’s label of identification attached.
Page 38 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
e. The glass glazed panel / structural glazing frames for the structural glazing system shall be
designed to withstand lateral imposed loads and comply with requirement of local building
codes.
f.
Glass shall be free from defect or impurities detrimental to its performance. Defects such as
bubbles, waves, spots scratches, spalls, discoloration, visibly imperfect coating, chipping,
and bubbles delaminating of opacifier film shall be limited in accordance with the
Manufacturer’s / trade guidelines. The glass is to be produced in such a way that the rollers
will be parallel to what will be the horizontal position of the glass. Glass be consistent in
colour.
g. Double glazed units shall be procured only from approved manufacturer. Quality
control tests shall be performed for mixing, curing, adhesion and dew point. The unit shall
be guaranteed against condensation and dirt between the panes, failure of seal and damage
to internal coating.
h. All glass breakage caused by the Contractor or his sub-contractor because of negligence or
caused by the installation of faulty work by him shall be replaced by the Contractor at his
own expense without delay to the project completion.
6. WATER PROOFING TREATMENT:
a. All the items for water proofing treatment with cement based water proofing treatment for
roof slab and sunken portion in schedule of quantities shall be guaranteed for TEN YEARS
the case of cement based treatment by the contractor as per Performa prescribed. The
water proofing treatment work should be got done through specialized agency approved by
EIC.
7. INTEGRAL CEMENT BASED WATER PROOFING TREATMENT FOR ROOF /SUNKEN FLOORS OF W.C`S
ETC.
a. The proprietary water proofing compound shall conform to I.S.2645 – 1975 in cement based
water proofing treatment, stone aggregate shall be used instead of brick aggregate without
any extra cost wherever required by the Engineer in – charge.
b. The finished surface after water proofing treatment shall have required slope.
c. While treatment of sunken floors is done it shall be ensured that the ‘S’ or ‘P’ traps as the
case may be have been fixed / eased and rounded off properly the work shall be carried out
as per relevant CPWD specifications.
d. GURANTEE:
The above water proofing, treatment shall be guaranteed for TEN YEARS against any leakage
etc. the contractor shall have to execute a bond, 10 % of cost of items executed for water
proofing shall be retained for 10 years as security ( Refer GCC provisions)
8. GRIHA requirements
Materials shall be procured by the contractor keeping in view the recycled content to conform
the GRIHA requirements as detailed in SCC and elsewhere.
Page 39 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
9. VARIATION IN CONSUMPTION OF MATERIALS:
The variation in consumption of material shall be governed as per CPWD
clauses of the contract to the extent applicable.
specification and
10. MISCELLANCEOUS:Materials manufacture by reputed firms and approved by Engineer – in charge shall only be used.
Only articles classified as “First Quality” by the manufactures shall be used unless otherwise
specified. Preference shall be given to those articles which bear ISI certification marks. In case
articles bearing ISI certification marks are not available the quality of sample brought by the
contractor shall be judged by the standards laid down in the latest CPWD specifications. For items
not covered by the latest CPWD specification, relevant ISI standards shall apply.
11. TESTS:
a. Materials brought at site of work shall not be used in the work before getting satisfactory test
results for Mandatory tests as per relevant provisions in Latest CPWD Specifications for works.
Normally, part rate payment shall be allowed in the running account bills only if the materials
are tested and test results are found to be satisfactory to by the Engineer-in-charge. These tests
shall be got done from laboratories certified and approved by competent central/state
Governments or the laboratory set up by the contractor at site as per directions of EIC/
Consultant.
b. The Engineer-in - charge of work shall check the test results and satisfy himself before allowing
any payment in the running /final bill.
Page 40 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
ITEMS RELATED TECHNICAL SPECIFICATIONS
1) Providing & fixing of Luxalon aluminium extruded Aerofoil AF - 350 Sun Louvers. The panels
shall be 350 MM wide, 56 MM high in desired length upto a maximum length of 3500 MM. the
panels shall be made out of 1.8 MM thick aluminium extrusion in Anodized / PVDF/ Mill Finish.
The panels shall be installed horizontally or vertically to the frame in a fixed angle by means of
aluminium slidingUprofile, & fixation disc & fin suspension made out of fiber allowing it to lock
at fixed degree in increments of 5 degrees from 0 to 180 degree. The fixation disc is clicked into
position by sliding the U-profile section over the fin suspension. The ends of the panels shall be
covered by aluminium plates having thickness 1.5 MM the panels shall be installed in a module
of 335 MM giving an overlap of 15 MM.
2) Providing & fixing Zinc Composite panel wall cladding system comprising of top Layer 4 mm
thick Zinc LDPE panels of 990 mm X 3000 mm size made with 0.5 mm QUARTZ Zinc (VM ZINC) &
Aluminium skins 0.5 mm each. Alloy type - 3105, Core Material - LDPE. Virgin Core Thickness - 3
mm (to to installed by agency approved by manufacturer). Galvonized GI Substructure of 25
mm X 50 mm metal frames along with necessary brackets / cleat / screws for fixing of ZCP
panels on the Metal Substructure as per instructions etc and all precautions to be taken to
avoid bimetaalic corrosion complete as per design.
3) Providing and fixing 12 mm thick frameless toughened glass door partitions of approved brand
and manufacturer, including providing and fixing partitions at top & bottom with aluminum
channel etc. all complete as per direction of Engineer-in-charge
Providing and fixing approved brand and manufacturer SS 304 grade hardware's for
Doors etc.
4) Providing and fixing approved brand and manufacturer SS 304 grade S.S Floor door spring fixed
with SS screws etc. complete in all respects as per manufacturer's specifications & as directed
by Engineer-in-charge.
5) Providing and fixing approved brand and manufacturer SS 304 grade S.S Handles including lock
(1200 mm) fixed with SS screws etc. complete in all respects as per manufacturers'
specifications & as directed by Engineer-in-charge.
6) Providing and fixing approved brand and manufacturer SS 304 grade S.S Handles (450 mm)
fixed with SS screws etc. complete in all respects as per manufacturers' specifications & as
directed by Engineer-in-charge.
7) Providing and fixing approved brand and manufacturer SS 304 grade S.S door stopper fixed with
SS screws etc. complete in all respects as per manufacturer's specifications & as directed by
Engineer-in-charge.
8) Providing and fixing approved brand and manufacturer SS 304 grade S.S dead lock fixed with SS
screws etc. complete in all respects as per manufacturer's specifications & as directed by
Engineer-in-charge.
Page 41 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
9) Providing and fixing approved brand and manufacturer SS 304 grade S.S tower bolt (300mm)
fixed with SS screws etc. complete in all respects as per manufacturer's specifications & as
directed by Engineer-in-charge.
10) Providing and fixing approved brand and manufacturer SS 304 grade S.S tower bolt (150mm)
fixed with SS screws etc. complete in all respects as per manufacturer's specifications & as
directed by Engineer-in-charge.
11) Providing and fixing approved brand and manufacturer SS 304 grade patch fittings L type for
frameless doors fixed with SS screws etc. complete in all respects as per manufacturer's
specifications & as directed by Engineer-in-charge.
12) Providing and laying Laminate wooden flooring (Grade AC4, 8 mm thick Ambience PremiumAC4 ), having a good backing layer made up of plastic laminate or melamine as specified by the
manufacturer and approved by Engineer-in-charge.
13) Providing and fixing 18mm thick Granite stone work for wall lining at all height in cement
mortar 1:3 (1cement : 3 coarse sand) including pointing with white cement mortor with an
admixture of pigment to match the granite shade complete as per direction of Engineer-incharge.
14) Providing and fixing PVC sheet flooring in 2.0mm thickness. It shall be homogeneous and
monolayer in construction, and shall be manufactured by calendering and presssing, to ensure
a dense, smooth surface and non-directional design. The flooring shall incorporate a specially
formulated polyurethane reinforcement, to significantly reduce maintenance costs. [Equivalent
to Polyfloor Mystique PUR]
15) Providing and applying 1mm thk Vinyl based Anti-microbial wall covering over smooth surface
including fixing with adhesive complete as per drawing & as directed by Engineer-in-charge.
16)
Providing & fixing trap door in the false ceiling using 19 mm thk commercial ply
laminated with approved finish 1mm thick laminate with necessary 2nd Class teak frame
work of size 2" x 1.5", Oak wood mouldings as per Architect’s drawing, brass hinges,
latches etc. complete in all respect as directed by Engineer-in-charge.
17)
Providing and making 75mm deep suspended feature panel ceiling comprising of 19mm
Thk. Commercial Board layered with 4mm Thk. Italian Veneer ply including all edge
mouldings, melamine polish, suspension system etc. complete as per drawing & as
directed by Engineer-in-charge.
18)
Providing and fixing over glass 1.5mm thick Etching strips (film) of approved make fixed
as per manufacturer's specifications all complete as per direction of the Engineer-incharge.
Page 42 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
19)
Providing, fabricating and fixing 12 mm thick Acrylic based solid stone veneering of
approved make including cost of fabrication, fusion, edges, hole cutting for fixtures
complete in dado over 12mm thick BWP ply fixed on aluminum frame work a maximum
spacing of 600mm in any one direction (including adding members as required) as
approved by Engineer-in-charge/ Architect including cutting chase in wall where ever
required etc complete as per drawings. (Aluminum frame shall be paid separately)
20)
Providing & fixing of 75mm thick 2800mm height partition system comprising of MS
Box section Sub frame as horizontal & vertical members of size 50mmx50mmx1.626mm.
The module shall not be more than 500mm in height & 1000mm in length and bottom
module shall at 85mm from skirting. the frame shall be connected at the junctions by
welding. the sub frame shall be fixed to wall, floor and ceiling with dash fasteners / and
extending M.S. frame work as required. this includes cost of PVC Gaskets, foam,
levelers, trims, cable carrier for LV & MV cables, and both side 12mm thk. prelaminated
particle board of approved shade fixed to sub frame with MS cleats and SS fixing
arrangement as approved. all metallic parts shall be treated with anti rust treatment &
painted with 2 coats of enamel paint in redoxide primer. Hardware shall be conforming
to BIFMA/ANSI standards as approved by Architect and Engineer.
21)
Providing & fixing of 75mm thick 1500mm height dado comprising of MS Box section
Sub frame as horizontal & vertical members of size 50mmx50mmx1.626mm. The
module shall not be more than 500mm in height & 1000mm in length and bottom
module shall at 85mm from skirting. the frame shall be connected at the junctions by
welding. the sub frame shall be fixed to wall, floor and ceiling with dash fasteners as
required. this includes cost of PVC Gaskets, foam, levelers, trims, cable carrier for LV &
MV cables, and single side 12mm thk. prelaminated particle board of approved shade
fixed to sub frame with MS cleats and SS fixing arrangement as approved. all metallic
parts shall be treated with anti rust treatment & painted with 2 coats of enamel paint in
redoxide primer. Hardware shall be conforming to BIFMA/ANSI standards as approved
by Architect and Engineer.
22)
Providing and laying foam concrete filling in sunken portion of W.C. & kitchen with
approved quality of cinder including supply of labour, material, and tools and plant etc.
required for proper completion of the work as per direction of Engineer-in-charge.
Terrace Garden Water proofing
23)
Supplying and applying a 1.5mm thick non reinforced EPDM membrane conforming to
ASTM D6134-97 on given newly laid cement sand mortar substrate with the help of
appropriate recommended blinded adhesive as per manufacturer recommendations
keep 100mm overlap between two adjacent membrane and adhere it with appropriate
splice adhesive.
24)
Providing and laying protection layer with specify geo textile membrane with minimum
250gsm weight and application as per manufacturer specification.
25)
Providing and applying average 35mm thick (or as specified) cement sand mortar in with
ratio of 1:3 modified with admixture on geo textile membrane to provide suitable or as
specified slope for easy water disposal
Page 43 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
26)
However the further work will followed by laying primer root barrier, insulation,
drainage boards, aeration, water storage and secondary root barrier above this growing
medium and vegetation will be follow.
27)
Providing and fixing S.S. Chair rail 250 x 50mm fixed to wall at intermediate distances
including fixing arrangement, finishing with duco paint complete
28)
Supply & Planting best quality trees inclusive of cultivation of trees bead to required
depth. All trees / plants to be approved before planting including watering &
maintenance for 180 days.
29)
Providing placing & fixing Precast Concrete Grass Grid Pavers of 70 mm Thickness and
appropriate size, laid over compacted earth and over 75 mm thick layer (average) of
Jamuna sand, manufactured by using M-30 grade of concrete by using vibro compaction
process using accurately designed moulds. The Grass Grid pavers shall be suitably
reinforced etc. complete in all respects as per direction of the Engineer-in-charge.
30)
Providing and fixing factory made precast RCC perforated drain covers, having concrete
of strength not less than M-25, of size 1000 x 450x50 mm, reinforced with 8 mm dia four
no longitudinal & 9 nos cross sectional T.M.T. hoop bars, including providing 50 mm dia
perforations @ 100 to 125 mm c/c, including providing edge binding with M.S. flats of
size 50 mm x 1.6 mm complete, all as per direction of Engineer-in-charge.
31)
Providing & fixing Rubberised corner guard in Stilt to protect from Vehicular damage
Page 44 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
List of Approved Makes of Materials
1.
S.No
List of Approved Makes- CIVIL & Plumbing Services
Details of equipment/ material
Make/manufacturer
1.
Adhesive for Door Work
Fevicol/Vamicol/Dunlop
2.
Air Release Valve
Azud/API/Bermad/BIR/Kirloskar / Venus / Zoloto
3.
Aluminium Accessories and
Hardware
Classic/Argent/Oxford /Newlite /Crown /EBCO
/Earl Bihari
4.
Aluminium Cladding Sheets
Aludecor / Amstrong / Alucobond / Alupan /
Alstone / Polybond
5.
Aluminium Die-Cast handles &
two point locking kit
Giesse / Securistyle / Alu – alpha
6.
Aluminium Extrusion
Indal / Mahavir / Hindalco / Jindal
7.
Aluminium Fabricators
M/s. International Glass House, M/s. AGV Alfa
Lab Ltd., M/s. Consolidated Engg. Company /
M/s. Ajit (India) Pvt. Ltd./ Calco / Alkarma
8.
Anchor Fastner
Hilti / Faischer /Bosch
9.
Anti – Termite Treatment
Pest Control India Ltd. In case PCI is not able to
undertake the work, it should be done by
permanent members of IPCA as approved by Engrin-Charge.
10.
Automatic variable temperature
control / fixed temperature
control faucets
Jaquar / AOS-Robo-U-Tec/ Parry/ Angash / Euronics
11.
Ball Cock
Sant / L&T/Audco
12.
Ball valves with floats
Zoloto / Leader / Sant / Jayco /GPA/Audco/ AIP
Page 45 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
13.
Batch Mix Concrete (BMC) /
Ready Mix Concrete (RMC)
The contractor to install his own computerized
batching plant of suitable capacity and arrange for
Transit Mixers, pumps etc. as per approval of
Engineer – In- Charge.
Or
The RMC shall be procured from the source as
approved by Engineer – in Charge.
14.
Brass stop & Bib Cock
Zoloto / Sant / Jaquar
15.
Butterfly valves
Zolato/Audco / AIP /Sant
16.
C. I Fitting
RKS/ AVR/ UNIK/ Electrosteel/ Kesoram/ ISSCO/
Neco/ RIF
17.
C.I Sluice Valve & Non Return
Valve
Kirloskar / IVC/ Leader /Zoloto/L&T/Audco/ Sant/
AIP
18.
C.I Valves (Full way, Check and
Globe Valves
Leader / Kirloskar / SKF / Zolto / Sant / Upadhyay /
Castle / Kartar
19.
C.I. Manhole Covers
Neco/R.I.F./B.C./Hepco/SKF/Kajeco
20.
C.P. Fittings Mixer / Pillar taps/
C.P brass angle valve/ Valves
Washers, C.P. brass accessories
Parko /Jaquar /Marc/ Plumber / Dripless / Soma /
Kingston / Gem/ Crystal / Sanitaryware (ARK)
Parry/ Ideal / Orient/ Kohler
21.
C.P. Waste, Spreaders, Urinal
Jaquar/Parko/Kingston/GEM/Plumber
22.
Calcium Silicate False Ceiling
India Gypsum/ Armstrong / Decosonic/Daiken/
Aerolite
23.
Calcium Silicate Boards
Hilux / Aerolite
24.
Calcium Silicate Tiles
Aerolite / Hilux
25.
Carpet Flooring & Skirting
(Floatax)
Forbo/ Polyflor/ Tarket
26.
Cement
ACC / L&T / Ultra tech / Birla Corp. Ltd. (Cement
Divn.) / JK Cement / Jaypee-Rewa / Shree / Lafarge
/Prism /India Cement / Bangur
27.
Cement: White
Birla White / JK
Page 46 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
28.
Central Control
Rain Bird, USA/Toro/Nelson,
29.
Centrifugally cast C.I Rainwater
fitting / Bronze gratings etc.
Sages Metals/ GMGR/ Electro Steel / Kesoram /
IISCO / Neco / BIC / Neer
30.
Centrifugal Pump
Crompton /Kirloslar/ KSB/ Voilation Projects/
Unnati/ BS Enviro.
31.
Centrifugally C.I Rainwater Intel
fitting , Bronze gratings
Sages Metals, GMGR, Electro Steel , Kesoram, IISCO
, Neco , BIC , Neer
32.
Centrifugally casted C.I. Pipes
Neco / Hepco / Anand/ Kapilash
33.
Ceramic tiles
Johnson / Somany / Kajaria / Spartek / Nitco /
Orient / Bell Ceramics
34.
Ceramic tiles Adhesive
Cico / Bell / Pidilite / BalEndura / BASF/ Sika
35.
Chlorinator
Thermax Ltd/ Watcon, lon exchange/ Sigma DH
Combine Inc./ Siemens/ Techcon/ Jesco /
Prominent
36.
Chlorine Dosing System
Toshcon / Chloromax
37.
Clear Glass / Clear Float Glass /
Toughened Glass
Modi / Saint Gobain (SG) Asahi India Safety Glass
Ltd / GSC / Tata / Atul
38.
Cockroach Trap
Chilly/ Player/ Camry
39.
Compressed Chequered tiles
Johnson / Somany /Johnson/ Kajaria / Spartek /
Nitco/ Orient / Bell Ceramics
40.
Concrete Additive
Sika /STP/CICO/Pidilite / Fosroc / Fairmate / MC
Bauchemie / Chokesy.
41.
Copper Fittings (Capillary)
Yorkshire Imperial, U.K./ Rajco Metal Works
Mumbai / IBP Conex Ltd.
42.
Copper Pipes
Rajco Metal works, Mumbai / IBP Conex Ltd.
43.
CPVC Pipes & Fittings
Flowguard/ Astral/ Ashrivad/ KISAN/ Jain Supreme
44.
Curtain Rod/Drapery Rod
Vista work / Mac Decor
Page 47 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
45.
Dash Fasteners
Hilti / Faischer /Bosch
46.
Disc Filter
Azud, Spain/ Amaid / Arkal,
47.
Door closer / Floor spring
Doorking / Everite / Hardwyn/ Master
48.
Door Locks
Godrej / Harrison / Link
49.
Door Seal – Woolpile Weather
Strip
Anand Reddiplex/ Enviroseal
50.
Doors & Windows Fixtures /
Fitting.
Everite / Argent / Classic/ Crown / Earl Bihari
51.
Drainage Pumps
Grundfos/ KSB/Salmson/Kirloskar
52.
Ductile Iron Fittings (IS:9523)
Electrosteel/Kesoram/Tisco/Jindal
53.
Ductile Iron Pipes (IS:8329)
Electrosteel/Kesoram/Tisco/Jindal
54.
E.P.D.M Gaskets
Anand Reddiplex / Enviro Seals
55.
Epoxy Floor
Fosroc/ BASF/ Cico/ Sika Pidilite/ MC Bouchehe
56.
Epoxy SLF Flooring
Sika/ Stonhard / STP / BASF / Pidilite
57.
Extruded Polystyrene Board
Styrofoam by DOW Chemicals/ Insuboard by
Supreme Industries
58.
Filtration Plant / Softening Plant
Bikon water / Ion exchange /Thermax/ Pentair/
Eureka Forbes/Doshi Ion/Fontus
59.
Fire rated Doors & Frames
Navair / Shaktimet / GMP/ Promat / Godrej
60.
Fire Rated Glass
Saint Gobin, Torch, Glaberwal
61.
Fire Retardant Paint
Viper FRS 881, Nullifire, Burger
62.
Fire Seal
Sealz, Alstroflam, Abacus
63.
Fire: Door Closures, Mortice
Dead locks
Becker Fire Solution, Inersoll Rand LCN Series,
Dorma TH Series.
64.
Fire: D-Type Pull Handles
Becker Fire Solution, Dorma, Hardwin
65.
Fire: Hinges,
Becker Fire Solution, Inersoll Rand, Dorma .
Page 48 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
66.
Fire: Panic Exit Device
Dorma / D-line
67.
Fire: Panic Exit Devices
Becker Fire Solution, Inersoll Rand LCN Series,
Dorma PHA Series.
68.
Fire: Tower Bolts
Suzu, Nulite, Dorset
69.
Flush Door Shutters
Duro / Greenlam / Century/
70.
Flush Valves
Gem/ Jaquar / Parko/Kingston / Plumber / Marc
71.
Forged Steel Fittings & Flanges
(For Welded joints)
Rohini /Kanwal/ Vijay Cycle & Steel
72.
G.I. Fittings
R/Unik/Zoloto/K.S./Sun/Swastik
73.
G.I. Pipes
Jindal / Tata / Prakash Surya / SAIL / Swastik
74.
Geyser
Spherehot / Racold / Venus / Voltas / Usha Lexus /
Almonard / Bajaj
75.
Glass : Mirror
Modiguard / Atul / Saint gobain/ Asahi India Safety
/ Modi Float
76.
Glass Wool
Rockwool / UP Twiga / Lioyd Insulation
77.
Glass/ Glass for Aluminum
Doors/ Windows
Glaverbel /Asahi India Safety Glass Ltd. / Atul /Saint
Gobain/ Modi Float glass (India)
78.
Grab bars and Disabled
Hardware
Dorma / Ozone/ D-line
79.
Gunmetal Valves / C.P brass
angle valve
Zoloto / Leader / Kilburn / Sant / Kartar/ AIP/
Audco
80.
Gypsum Board
Gypsum false ceiling Gypsum India Ltd. / Beral
Gypsum / India Gypsum / Laffarge / USG/ Saint
Gobain (Gyproc)
81.
Gypsum False Ceiling
Gypsum false ceiling Gypsum India Ltd. /
BoralGypsum / India Gypsum / Laffarge / USG/ St.
Gobain (Gyproc)
82.
Hand Drier
Kopal / Utech Systems / Blue Circle (India) Pvt. Ltd.
/ Euronics Automat
Page 49 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
83.
HDPE Pipes / Moulded Fittings
Emco /Polyefins/Pioneer Plyfab
84.
HDPE Solution tank
Watcon / Ion Exchange / Water Supply Specialist
Pvt. Ltd.
85.
Heat Resistant Terrace Tiles
Thermatek
86.
Horizontal Centrifugal /
Monoblock Pumps
Kirloskar / DP Holland / Wilo/Ground fiss/CR
Pumps/Salmson / Ebara
87.
Hydro-pneumatic System
HBDGM/ Grundfoss / Salmson / Nocchi / Kirloskar
88.
Inbuilt Drip Line
Azud/ Rainbrid-USA/ Netafim
89.
Insulation of Hot water pipes
Vidoflex insulation / Superion insulation Kaiflex –
Kaimann/Armoflex/Thermaflex/ Armacell
90.
Laminates
Duro/Century/Greenlam/Formica/Decolam/
Sungloss/ Sunmica/ Durian
91.
Liquid Level Controllers /
Indicators
Advance Auto / Sridhan International / Minilec /
Radar / Femac / Switzer
92.
Liquid Soap Dispenser
Chilly/Euronics/Camry/Utec/Kopal
93.
M.S. Pipe
Jindal / Prakash – Surya / BST/ Kalinga /TATA / TT
Swastik
94.
Mainline Isolation Valve
Sant /Leader /Zoloto,
95.
Metal False Ceiling
Decosonic / Armstrong / Durlum / Trac / Unimet
96.
Mineral fibre ceiling
Armstrong / Nittobo/ Daiken
97.
Modular SS Railing System
Metallica India / Stark Steel Fabricators / Het
creators / D – Line International Denmark / Mobel
Hardware
98.
MS Saddle with G.I. Riser
Harvel/Alprene/Rain Bird, USA
99.
Night Latch
Godrej /Harrison / Link
100.
Non Return Valve
Sant/ Leader/ Zoloto / AIP
101.
OT: Bumper Guard Stretcher
Guard Crash Rail System
MDD/TSI/LSR/Radius
Page 50 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
102.
OT: Wall Guard Grab Rail /Hand
Rail System
MDD/TSI/LSR/Radius
103.
OT: Anti-bacterial paint
Sikka by Liquid Plastic/ Viesmann/ SSK/ TRILUX
104.
OT: Conductive Tile Flooring:
ESD-Control Tile Flooring
Tarkett/ Gerflor/ Armstrong/ Forbe/ Trilux
105.
OT: Doors
TRILUX/Penlon/LSR/TSI/Metaflex
106.
OT: Stainless Steel Scrub Sink
Two Bay
MDD/ LSR/ radius/ TSI
107.
P.R.S. Dials
Rain Bird, USA/ Toro, USA/ Nelson,
108.
P.T.M.T. Fitting
Prince India / Symet
109.
R.C.C Pipes
Indian Hume Pipe / Pragati Concrete Udyog /ISI
Marked Pipes/Daya/KK / JSP
110.
Paint- Cement Paint
111.
Paint - Dry Distemper
112.
Paint - Oil Bound Distemper /
Acrylic Washable Distemper
All types of paints i.e. cement based paints, Oil
bound distemper, acrylic paints, plastic emulsion
paints etc shall be First quality of ICI, Berger, Asian,
Shalimar, Goodlas Nerolac and Johnson &
Nicholsan make,
113.
Paints - Cement Based
114.
Paints - External Emulsion Paint
115.
Paints - Other Paints / Primer
116.
Paints - Plastic Emulsion Paint
117.
Paints - Resin Based Paints
118.
Paints - Synthetic Enamel Paints
119.
Paint Epoxy paint
Nerolac / Shalimar / Cico / Fairmate / Sika / BASF /
Berger / Asian / Pidilite
120.
Paints - Texture paint
Berger / J & N / Spectrum / Unilite heritage /Asian /
Shalimar / ICI
121.
Paver blocks (All Types)
KK Manholes / Uni Stone Products (India) Pvt. Ltd/
Hindustan Tiles
For Cement based paint add Snowcem plus and
Tatacem make.
Page 51 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
122.
PE-AL-PE Pipe and Accessories
Kitec/ Jindal/ Kissan/Vista
123.
Pipe coat material (pipe
protection)
RPG Raychem/Pypkote/Makphalt
124.
Plastic seat cover of W.C
Commander/Hindware / Johnson / Poddar /
Parryware / Bestolite/ Capri
125.
Plywood/Block board/Ply board
Duro/ Greenply/ Century/ Kitply/ Greenlam/
Novapan/ Marrino/ Greenply / Euro/ National /
Anchor
126.
Polycarbonate Sheets
Macrolux / GE Plastic / Vergola / Skyarch/
Polytechno
127.
Poly-sulphide Sealant
Pidilite / Fosroc / Choksey / ChematalRai/ Cico /
Sika, MC Bouchemie, BASF
128.
Pop up Connecting Assembly
Rain Bird/Dura/Lasco,
129.
Popup Spray Head
Rain Bird/Toro, USA/Nelson,
130.
Powder Coating Material pure
Polyester
Jotun / Berger / Goodlass Nerolac
131.
PP-R Pipes (PN – 16)
Amitex Polymers Pvt. Ltd. / Prince/ Supreme/
Vector
132.
Pre-coated Galvanised Steel
Sheet
Tata BlueScope / Llyod Insulations India Ltd /
S.R.Metals
133.
Pre-Laminated Particle Board
Anchor / Novapan /Century /Green Ply/ Archidply
/Bhutan Board
134.
Pressed Steel Doors Frame
West Wind Concepts Pvt. Ltd., Gurgaon/ Shiva
Steel Pvt. Ltd., Noida /AGEW Steel Manufacturing,
Ahmedabad/ Sukri / Godrej / Gurdian / Navair
135.
Pressure Relief Valve
Omega/ Sant/Leader/ Zolato / Upadhyay / Audco
136.
Pumps
DP Holland / Wilo/ Grund foss
137.
PVC continuous fillet for
periphery packing of glazings /
Structural/Glazing
Roop / Anand / Forex Plastic/ Nagalia/Trading
Company
Page 52 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
138.
PVC Flooring
Tarkett Floors / LG Floors / Gerflor / Responsive /
Premier Vinyl flooring / Regent / Armstrong
139.
PVC flushing cistern
Commander /Johnson
Duralite/ Geberit
140.
PVC Pipes & fitting SWR Soil,
Waste & Vent Pipes and fittings,
Type B PVC Casing & Screen
Pipes
Prince / Supreme / Finolex /SKF / ORI PLAST / Kasta
/ Vector
141.
PVC Water Stops
Prince , Supreme , Finolex , Oriplast, BASF , Maruti
142.
Polyethylene Storage Tank
Sintex / Polycon/ Fusion / Plasto
143.
R.O. System
Ion Exchange/ Sterling India Ltd. / Pentair water /
144.
Reinforcement Steel
SAIL/RINL/TISCO/IISCO
145.
RQRC Hydrant
Harvel/Alprene/Rain Bird, USA
146.
RQRC Key
Harvel/ Aqua/ Drip& Drip
147.
Sensor Operated Auto Flushing
System Urinals
Jaquar / AOS-Robo/U-tec/Angash/Euronics
148.
SFRC / RCC Manhole Covers/
Perfect RCC Grating
KK Manholes /SK Precast Concrete/ Advent
concreteovision
149.
Silicon sealants /Weather
Sealant / Structural Glazing
Sealant
GE- Silicon / Pidilite / Choksey /Wacker / Forsoc /
Cico/Dow Corning / Sika/
150.
Sluice valve / NRV
Kirloskar/IVC/Kilburn
L&T/Audco
151.
Solar Hot water system
Tata BP Solar / EPL India Limited / Solahart (India),
BHEL, BEL
152.
Solenoid valve
Rain Bird, USA/Toro/Nelson,
153.
SS Gratings, Soap Dish Towel
Rail etc.
Camry/Glacier/Gem
154.
Stainless Steel
Salem Steel or as approved E-in-Charge
Page 53 of 508
Pedder / Parryware /
/Zoloto/Castle/
Leader
/
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
155.
Stainless Steel bolts, Washers
and Nuts
Kundan / Puja / Atul
156.
Stainless Steel Clamps
Hilti /Intellotech Koncept
157.
Stainless steel CP Grating
Chilly / Camry
158.
Stainless Steel D-handles
D-line / Giesse /Dorma
159.
Stainless Steel Friction Stay
Earl Bihari / Securistyle / EBCO
160.
Stainless Steel Pressure Plate
Screws
Kundan/ Puja/ Atul
161.
Stainless Steel Screw for
Fabrication and fixing of
Windows
Kundan / Puja / Atul
162.
Stainless Steel Sink
Hindware / Jayna / Neelkanth / Nirali / Kingston
/AMC/ Orient / Commander
163.
Stone ware pipes & Gully Traps
Perfect / SKF/ R.K/ Hind / Anand
164.
Submersible Drainage pump
Jyoti / Crompton/ Kirloskar/ KSB /Grundfos/
Mather & Platt / JS/Wilo/ITT
165.
Sunken Portion Treatment
Choksey / Sika / Cico, MC Bouchemie / MC
Bouchemie / BASF
166.
Super plasticizer
CICO, MC Bauchemie (India) Pvt Ltd, Roffes
Construction Chemicals, Pidilite Industries
167. Tiles: Ceramic tiles
Bell/ Somany / H.R.Johnson / Kajaria / Spartek /
Orient / Nitco
168. Tiles: Glass Mosaic Tiles
Mridul/ Italias/ Bisazza/ Pace India
169. Tiles: Glazed tiles
Bell/ Somany / Johnson / Kajaria / Spartek / Orient /
Nitco
170.
Tiles: Vitrified Tiles
Bell/ Somany / H.R.Johnson / Kajaria / Spartek /
Orient / Nitco /RAK
171.
UPVC Pipes & fittings
Finolex / Prince / Supreme / AKG / Kasta / Vector /
Astral
Page 54 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
172.
Vacuum Dewatered Flooring
Tremix / Sun Build / Avcon technics
173.
Valve Box
Rain Bird, USA/Carson Brook, USA/Dura,
174.
Veneered Particle Board
Duro / Greenply / Century / Kitply / Greenlam /
Novapan / Merino / Euro/ National/ Anchor /
Action Tesa / Durian
175.
VFD Pump
Jyoti / Crompton/ Kirloskar/ KSB/ Grundfos/
Mather & Platt / Ebara.
176.
Vibration Eliminator Resisto-flex
Pads & Connections
Relay Corpn./ Kanwal
177.
Vitreous China/ Sanitary ware
Parryware / Neycer / Cera / Hindware/ Kohler/
Grohe
178.
Water Cooler
Blue Star/Voltas/Usha/Godrej
179.
Water Meter
Capstan / Kranti/ Anand/ Kant
180.
Water Proofing Agencies
Shalimar Tar products / IWL (India) Ltd./ Llyod
Insulations India Ltd./ Chemisol Adhesive Pvt. Ltd.
Mumbai / Indian Water proofing / Overseas Water
proofing / (Chemistik) Texas Ltd. / Fosroc / Sika/
Cico/ MC Boucheme
181.
Water Proofing Materials
Shalimar Tar products / IWL (India) Ltd./ M/S Llyod
Insulations India Ltd./ MIS Chemisol Adhesive Pvt.
Ltd. Mumbai (Chemistik) Texas Ltd. / Fosroc / Sika /
Cico / MC Boucheme
182.
Water supply pumps
KSB/ Grunfos/ Kirloskar/ Crompton/ Mather &
Platt/ Ebara.
183.
White Glazed Fire Clay Sink
Sanfire/ Cera / Neycer / Hindware
184.
Wooden Laminated Flooring
Faus / Scheit / Kaind / Nitco /Euro / Pargo
Page 55 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
PLUMBING & FIRE FIGHTING
SPECIAL CONDITIONS
1.
GENERAL
These special conditions are intended to amplify the General Conditions of Contract,
and shall be read in conjunction with the same. For any discrepancies between the
General Conditions and these Special Conditions, the more stringent shall apply.
2.
SCOPE OF WORK
The general character and the scope of work to be carried out under this contract is
illustrated in Drawings, Specifications and Schedule of Quantities. The Contractor shall
carry out and complete the said work under this contract in every respect in conformity
with the contract documents and with the direction of and to the satisfaction of the
Owner’s site representative. The contractor shall furnish all labour, materials and
equipment (except those to be supplied by the owner) as listed under Schedule of
Quantities and specified otherwise, transportation and incidental necessary for supply,
installation, testing and commissioning of the complete Plumbing / Sanitary and Fire
Fighting System as described in the Specifications and as shown on the drawings. This
also includes any material, equipment, appliances and incidental work not specifically
mentioned herein or noted on the Drawings/Documents as being furnished or installed,
but which are necessary and customary to be performed under this contract. The
Plumbing / Sanitary and Fire Fighting System shall comprise of following:
a.
Sanitary Fixtures and Fittings.
b.
Internal Water Supply.
c.
External Water Supply
d.
Internal Drainage
e.
External Drainage
f.
Water Treatment Plant.
g.
Plumbing pumps, equipment and electrical panel including connection to the
various equipment.
h.
Hot Water System including all equipment.
i.
Sewage Treatment Plant.
Page 56 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
3.
j.
Solar Hot Water System.
k.
Fire fighting pumps, equipment and electrical panel including connection to
various equipment.
l.
Fire Hydrant and Sprinkler System
m.
Hand Held Fire extinguishing System
n.
Other Miscellaneous Items.
o.
Approval from Local Authorities
p.
Wiring & earthing from MCC panels to various plumbing & fire fighting system,
control wiring & interlocking.
q.
Cutting holes, chases & like through all types of walls /floors and finishing for all
services crossings, including sealing, frame works, fire proofing, providing sleeve,
cover plates, making good structure and finishes to an approved standard.
r.
Balancing, testing & commissioning of the entire plumbing & fire fighting system.
s.
Test reports, list of recommended spares, as-installed drawings, operation &
maintenance manual for the entire plumbing & fire fighting system.
t.
Training of Owner’s staff.
ASSOCIATED CIVIL WORKS
Following civil works associated with Plumbing / Sanitary and Fire Fighting System
installation are excluded from the scope of this contract. These shall be executed by
other agencies in accordance with approved shop drawings of, and under direct
supervision of the Plumbing / Sanitary and Fire Fighting System contractor.
i.
RCC foundation for machines, pumps & large equipment with angle iron frame
work at the edges to protect these from damage.
ii.
RCC work for water tanks
iii.
PCC foundation blocks with angle iron frame work edging for all motor control
centre.
iv.
Water proofing of floors.
v.
Masonry drain channels and sumps in plant room.
Page 57 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
4.
ASSOCIATED SERVICES WORKS
4.1
All associated ELECTRICAL WORKS listed below are excluded from the scope of this
contract. These shall be installed by other agencies in accordance with approved shop
drawings of, and under direct supervision of the Plumbing / Sanitary and Fire Fighting
System contractor.
i.
5.
Providing power supply with earthing at the incoming of control panel in plant
room.
PERFORMANCE GUARANTEE
The contractor shall carry out the work in accordance with the Drawings, Specifications,
Schedule of Quantities and other documents forming part of the Contract.
The contractor shall be fully responsible for the performance of the selected equipment
(installed by him) at the specified parameters and for the efficiency of the installation to
deliver the required end result.
The contractor shall guarantee that the Plumbing / Sanitary and Fire Fighting System as
installed shall maintain the design conditions as described under relevant clauses in the
specifications. The guarantee shall be submitted in the proforma given in Appendix - II.
Complete set of architectural drawings is available in the Architect/Consultant’s office
and reference may be made to same for any details or information. The contractor shall
also guarantee that the performance of various equipment individually, shall not be
less than the quoted capacity; also actual power consumption shall not exceed the
quoted rating, during testing and commissioning, handing over and guarantee period.
6.
BYE-LAWS AND REGULATIONS
The installation shall be in conformity with the Bye-laws, Regulations and Standards of
the local authorities concerned, in so far as these become applicable to the installation.
But if these Specifications and Drawings call for a higher standard of materials and / or
workmanship than those required by any of the above regulations and standards, then
these Specifications and Drawings shall take precedence over the said regulations and
standards. However, if the Drawings and specifications require something which violates
the Bye-laws and Regulations, then the Bye-laws and Regulations shall govern the
requirement of this installation.
Page 58 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
7.
FEES AND PERMITS
The contractor shall obtain all permits/ licenses and pay for any and all fees required for
the inspection, approval and commissioning of their installation.
8.
DRAWINGS
The Plumbing / Sanitary and Fire Fighting System Drawings listed under Appendix-I,
which may be issued with tenders, are diagrammatic only and indicate arrangement of
various systems and the extent of work covered in the contract. These Drawings indicate
the points of supply and of termination of services and broadly suggest the routes to be
followed. Under no circumstances shall dimensions be scaled from these Drawings. The
architectural/interiors drawings and details shall be examined for exact location of
sprinklers, hydrants, equipment and water supply / drainage piping etc.
The contractor shall follow the tender drawings in preparation of his shop drawings, and
for subsequent installation work. He shall check the drawings of other trades to verify
spaces in which his work will be installed.
Maximum headroom shall be maintained at all points. Where headroom appears
inadequate, the contractor shall notify the Architect/Consultant/Owner’s site
representative before proceeding with the installation. In case installation is carried out
without notifying, the work shall be rejected and contractor shall rectify the same at his
own cost.
The contractor shall examine all architectural, structural, plumbing, electrical and other
services drawings and check the as-built works before starting the work, report to the
Owner’s site representative any discrepancies and obtain clarification. Any changes
found essential to coordinate installation of his work with other services and trades,
shall be made with prior approval of the Architect/Consultant/Owner’s site
representative without additional cost to the Owner. The data given in the Drawings and
Specifications is as exact as could be procured, but its accuracy is not guaranteed.
Page 59 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
9.
SHOP DRAWINGS
9.1
All the shop drawings shall be prepared on computer through Autocad System based on
Architectural Drawings, site measurements and Interior Designer’s Drawings. Within one
week of the award of the contract, contractor shall furnish, for the approval of the
Architect/Consultant, two sets of detailed shop drawings of all equipment and materials
including layouts for Plant room, Pump room, Typical toilets drawings showing exact
location of supports, flanges, bends, tee connections, reducers, detailed piping drawings
showing exact location and type of supports, valves, fittings etc; external insulation
details for pipe insulation etc; electrical panels inside/outside views, power and control
wiring schematics, cable trays, supports and terminations. These shop drawings shall
contain all information required to complete the Project as per specifications and as
required by the Architect/Consultant/Owner’s site representative. These Drawings shall
contain details of construction, size, arrangement, operating clearances, performance
characteristics and capacity of all items of equipment, also the details of all related
items of work by other contractors. Each shop drawing shall contain tabulation of all
measurable items of equipment/materials/works and progressive cumulative totals
from other related drawings to arrive at a variation-in-quantity statement at the
completion of all shop drawings. Minimum 6 sets of drawings shall be submitted after
final approval along with CD / DVD.
Each item of equipment/material proposed shall be a standard catalogue product of an
established manufacturer strictly from the manufacturers listed in Appendix-II.
When the Architect/Consultant makes any amendments in the above drawings, the
contractor shall supply two fresh sets of drawings with the amendments duly
incorporated along with check prints, for approval. The contractor shall submit further
five sets of shop drawings to the Owner’s site representative for the exclusive use by the
Owner’s site representative and all other agencies. No material or equipment may be
delivered or installed at the job site until the contractor has in his possession, the
approved shop drawing for the particular material/equipment/installation.
9.2
Shop drawings shall be submitted for approval one week in advance of planned delivery
and installation of any material to allow Architect/Consultant ample time for scrutiny.
No claims for extension of time shall be entertained because of any delay in the work
due to his failure to produce shop drawings at the right time, in accordance with the
approved programme.
Page 60 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
9.3
Manufacturers drawings, catalogues, pamphlets and other documents submitted for
approval shall be in four sets. Each item in each set shall be properly labeled, indicating
the specific services for which material or equipment is to be used, giving reference to
the governing section and clause number and clearly identifying in ink the items and the
operating characteristics. Data of general nature shall not be accepted.
9.4
Samples of all materials like valves, pipes, insulation, control wires etc shall be
submitted to the Owner’s site representative prior to procurement. These will be
submitted in two sets for approval and retention by Owner’s site representative and
shall be kept in their site office for reference and verification till the completion of the
Project. Wherever directed a mockup or sample installation shall be carried out for
approval before proceeding for further installation.
9.5
Approval of shop drawings shall not be considered as a guarantee of measurements or
of building dimensions. Where drawings are approved, said approval does not mean
that the drawings supersede the contract requirements, nor does it in any way relieve
the contractor of the responsibility or requirement to furnish material and perform
work as required by the contract.
9.6
Where the contractor proposes to use an item of equipment, other than that specified
or detailed on the drawings, which requires any redesign of the structure, partitions,
foundation, piping, wiring or any other part of the mechanical, electrical or architectural
layouts; all such re-design, and all new drawings and detailing required therefore, shall
be prepared by the contractor at his own expense and gotten approved by the
Architect/Consultant/ Owner’s site representative. Any delay on such account shall be
at the cost of and consequence of the Contractor.
9.7
Plumbing / Sanitary and Fire Fighting System Contractor shall prepare coordinated
services shop drawings based on the drawings prepared by Electrical, HVAC & Low
Voltage Contractors to ensure adequate clearances are available for installation of
services for each trade.
Where the work of the contractor has to be installed in close proximity to, or will
interfere with work of other trades, he shall assist in working out space conditions to
make a satisfactory adjustment. If so directed by the Owner’s site representative, the
contractor shall prepare composite working drawings and sections at a suitable scale,
not less than 1:50, clearly showing how his work is to be installed in relation to the work
of other trades. If the Contractor installs his work before coordinating with other trades,
or so as to cause any interference with work of other trades, he shall make all the
necessary changes without extra cost to the Owner.
Page 61 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
9.8
Within one week of approval of all the relevant shop drawings, the contractor shall
submit four copies of a comprehensive variation in quantity statement, and itemized
price list of recommended (by manufacturers) imported and local spare parts and tools,
covering all equipment and materials in this contract. The Project Manager shall make
recommendation to Owner for acceptance of anticipated variation in contract amounts
and also advise Owner to initiate action for procurement of spare parts and tools at the
completion of project.
10.
ACCESSIBILITY
The Contractor shall verify the sufficiency of the size of the shaft openings, clearances in
cavity walls and suspended ceilings for proper installation of his piping and other
ancillaries. His failure to communicate insufficiency of any of the above, shall constitute
his acceptance of sufficiency of the same. The Contractor shall locate all equipment
which must be serviced, operated or maintained in fully accessible positions. The exact
location and size of all access panels, required for each concealed, valve or other devices
requiring attendance, shall be finalized and communicated in sufficient time, to be
provided in the normal course of work. Failing this, the Contractor shall make all the
necessary repairs and changes at his own expense. Access panel shall be standardized
for each piece of equipment / device / accessory and shall be clearly nomenclature /
marked.
11.
MATERIALS AND EQUIPMENT
All materials and equipment shall conform to the relevant Indian Standards and shall be
of the approved make and design. Makes shall be strictly in conformity with list of
approved manufacturers as per Appendix - II.
12.
MANUFACTURERS INSTRUCTIONS
Where manufacturer has furnished specific instructions, relating to the material and
equipment used in this project, covering points not specifically mentioned in these
documents, such instructions shall be followed in all cases.
Page 62 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
13.
ELECTRICAL INSTALLATION
The electrical work related to Plumbing / Sanitary and Fire Fighting System services shall
be carried out in full knowledge of, and with the complete coordination of the
contractor. The electrical installation shall be in total conformity with the control wiring
drawings prepared by the contractor and approved by the Architect/Consultant. All
equipment shall be connected and tested in the presence of an authorised
representative of the contractor.
The Plumbing / Sanitary and Fire Fighting System shall be commissioned only after the
contractor has certified in writing that the electrical installation work for Plumbing /
Sanitary and Fire Fighting System services has been thoroughly checked, tested and
found to be totally satisfactory and in full conformity with the contract Drawings,
Specifications and manufacturer’s instructions. It is to be clearly understood that the
final responsibility for the sufficiency, adequacy and conformity to the contract
requirements, of the electrical installation work for Plumbing / Sanitary and Fire Fighting
System services, lies solely with the contractor.
14.
COMPLETION CERTIFICATE
On completion of the Electrical installation for Plumbing / Sanitary & Fire Protection, a
certificate shall be furnished by the contractor, counter signed by the licensed
supervisor, under whose direct supervision the installation was carried out. This
certificate shall be in the prescribed form as required by the local authority.
The contractor shall be responsible for getting the entire electrical installation for
Plumbing / Sanitary and Fire Fighting System duly approved by the local authorities
concerned, and shall bear expenses if any, in connection with the same.
15.
BALANCING, TESTING AND COMMISSIONING
Balancing of all water systems and all tests as called for the Specifications shall be
carried out by the contractor through a specialist group, in accordance with the
Specifications and ASPE / ASHRAE Guide lines and Standards. Performance test shall
consist of three days of 10 hour each operation of system for each season.
The installation shall be tested again after removal of defects and shall be commissioned
only after approval by the Owner’s site representative. All tests shall be carried out in
the presence of the representatives of the Architect/Consultant and Owner’s site
representative.
Page 63 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
16.
COMPLETION DRAWINGS
Contractor shall periodically submit completion drawings as and when work in all
respects is completed in a particular area. These drawings shall be submitted in the form
of two sets of CDs / DVDs and four portfolios (300 x 450 mm) each containing complete
set of drawings on approved scale indicating the work as - installed. These drawings
shall clearly indicate complete plant room layouts, piping layouts, location of wiring and
sequencing of automatic controls, location of all concealed piping, valves, controls,
wiring and other services. Each portfolio shall also contain consolidated control
diagrams and technical literature on all controls. The contractor shall frame under glass,
in the plant room, one set of these consolidated control diagrams.
17.
OPERATING INSTRUCTION & MAINTENANCE MANUAL
Upon completion and commissioning of part Plumbing / Sanitary and Fire Fighting
System the contractor shall submit a draft copy of comprehensive operating
instructions, maintenance schedule and log sheets for all systems and equipment
included in this contract. This shall be supplementary to manufacturer’s operating and
maintenance manuals. Upon approval of the draft, the contractor shall submit four (4)
complete bound sets of typewritten operating instructions and maintenance manuals;
one each for retention by Consultant and Owner’s site representative and two for
Owners Operating Personnel. These manuals shall also include basis of design, detailed
technical data for each piece of equipment as installed, spare parts manual and
recommended spares for 4 year period of maintenance of each equipment.
18.
ON SITE TRAINING
Upon completion of all work and all tests, the Contractor shall furnish necessary
operators, labour and helpers for operating the entire installation for a period of fifteen
(15) working days of ten (10) hours each, to enable the Owner’s staff to get aquainted
with the operation of the system. During this period, the contractor shall train the
Owner’s personnel in the operation, adjustment and maintenance of all equipment
installed.
Page 64 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
19.
TEMPORARY POWER AND WATER
One distribution point for temporary water at the tube well or the Municipal supply tapoff location and one point for electricity shall be provided by the Owner at ground level.
Alternatively the contractor may be asked to make his own arrangements for water and
power for which there shall be no financial or other liability on the owner. However,
cost of electricity consumed shall be charged from individual contractor at actuals.
Electricity will not be given free of cost by the Owner. Water, if supplied from the
municipal connection shall be charged from individual contractors on actual basis.
Necessary metering for power and water shall be arranged by the contractor at his own
cost.
Contractor at his own cost shall be responsible for all connections pumps, pipes, storage
facilities and all other things necessary to distribute and use services from these
distribution points and as may be required for his work. Owner does not warrant
sufficiency nor continuity of supply at these distribution points. If main supply fails,
contractor shall be supplied electricity from the DG set of other contractor a Rs. 9.00 per
unit duly metered. The point of supply and the meter shall be at the DG set. The cost of
meter shall be borne by contractor.
Page 65 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
APPENDIX-I
GUARANTEE PROFORMA
GUARANTEE FOR PLUMBING / SANITARY SYSTEM INSTALLATION
We hereby guarantee the year round Plumbing, Sanitary, Drainage,
Pumps, water treatment system and Hot Water Generator System
which we have installed in the Complex Described Below:
Building :
Proposed CSIR Innovation Complex.
Location :
Mumbai
Owner :
M/S…………….
For a period of ONE YEAR from the date of acceptance of the total
installation, WE AGREE TO repair or replace to the satisfaction of the
Owner, any or all such work that may prove defective in workmanship,
equipment or materials within that period, ordinary wear and tear and
unusual abuse or neglect excluded, together with any other work, which
may be damaged or displaced in so doing. In the event of our failure to
comply with the above mentioned conditions within a reasonable time,
after being notified in writing, we collectively and separately, do hereby
authorise the Owner to proceed to have the defects repaired and made
good at our expense, and we shall pay the cost and charges thereof,
immediately upon demand.
SIGNATURE OF CONTRACTOR
DATE
SEAL
Page 66 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
LIST OF APPROVED MAKES FOR EQUIPMENT & MATERIALS
FIRE FIGHTING
S.
No.
1.
Details of
Materials/Equipment
Manufacture’s Name
Pipes
1. Tata
2. Jindal Hissar
3. Surya Roshni
2.
Single headed Hydrant valves,
three way Fire Brigade inlet,
branch pipe & shut off nozzle.
1. Omex
2. Superex
3. Padmini
4. G. Tech
5. Newage
3.
20mm dia rubber pipe for hose
reel
1. Omex
2. Superex
3. Padmini
4. G. Tech
5. Newage
4.
Starters, switches, T.P.N switch
1. L&T
2. Siemens
3. GE Power
4. Schneider
Page 67 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
S.
No.
5.
Details of
Materials/Equipment
Manufacture’s Name
Pressure switch
1. Indfoss
2. Switzer
6.
Pressure Gauges
1. H Guru
2. Fiebig
7.
Pump
1. KSB
2. Matter & Platte
3. Kirloskar
4. Grundfos
8.
Motor
1. ABB
2. Siemens
3. Kirloskar
(Note: Pump and motor shall be assembled in Pump Manufacturer’s works)
9.
Enamel Painting of pipes etc.
1. Asian
2. Goodlas
3. Nerolac
Page 68 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
S.
No.
Details of
Materials/Equipment
Manufacture’s Name
4. ICI
10.
Paint Primer
1. Asian
2. Jenson Nicholson
11.
Fasteners
1. Hilti
2. Fischer
3. Bosch
12.
Coal Tar Treatment for pipes
1. IWL
2. Coatek.
13.
Weld Rods
1. Advani
14.
Fire Extinguishers
1. Minimax
2. Ceasefire
3. Superex
4. Padmini
5. G. Tech
6. Omex
Page 69 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
S.
No.
Details of
Materials/Equipment
Manufacture’s Name
7. Newage
15.
RRL Hose
1. Newage , Duralite.
16
Thermoplastic hose reel
1. Kasera
2. Maitras
17.
Rubber Gaskets
1. CIC
2. Varuna.
18.
Engine
1. Cummins
2. Caterpillar
3. KOEL.
19.
Hose Drum
1. Omex
2. Superex
3. Padmini
4. G. Tech
5. Newage
20.
Mechanical Seal
1. Durametallic
Page 70 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
S.
No.
Details of
Materials/Equipment
Manufacture’s Name
2. Burgmann
21.
Strainer
1. Emerald
2. Kirloskar
22.
Installation Control Valve
1. Central
2. HD
3. Grinell
4. Tyco.
5. Viking
23.
Pipe Supports (Band Hanger)
1. Chilly
2. Targa
3. Hilti
24.
Flow Switch
1. System Sensor
2. Potter
25.
Pipe Fittings
1. Unik
2. VS
26.
Sluice, Butterfly and Non
Return Valves
1. Kirloskar
Page 71 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
S.
No.
Details of
Materials/Equipment
Manufacture’s Name
2. Zolloto
3. AIP
4. SKS
27.
Ball Valve
1. Zolloto
2. AIP
3. Audco
4. Cim
28.
Anti Vibration Mounting
1. Dunlop
2. Resistoflex
29.
Fire Sealent
1. Birla 3M
2. Hilti
30
1. Omex
Sprinklers (UL Listed)
2. Tyco
3. Viking
ELETRICAL (FOR PLUMBING & FIRE FIGHTING)
Page 72 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
S. No.
Details of Materials/Equipment
Manufacture’s Name
1.
Power Cables
1. Finolex
2. Capcab
3. Bonton
4. Lapp Cable
5. KEI
6. RR Kabel
7. Bonton
8. World cab
9. Batra Henley
10. ESC
11. Skytone
12. Havells
2.
Conduit ERW (ISI marked)
1. BEC
2. AKG
3.
Switches, MCCB, Contactors, Aux.
contactors & Overload Relays,
Starters
1. L&T
2. ABB
3. Siemens
4. Legrand
5. Schneider
6. GE
4.
Fuse link
1. L&T
2. Siemens
3. GE Power
5.
Electronic Digital Meter
1. Enercon
Page 73 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
S. No.
Details of Materials/Equipment
Manufacture’s Name
2. Ducatti
6.
CT / PT Transformer
1. AE
2. Kappa
7.
S.F. Unit
1. L&T
2. ABB
3. Siemens
4. Legrand
5. Schneider
6. GE
8.
Cable Trays
1. Slotco
2. Pilco
3. Indiana
4. Venus
5. OBO
6. MK
9.
Indicating Lamps (LED type) / Push
Buttons
1. L&T
2. Siemens
3. GE power
4. BCH
5. Vaishno
Page 74 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
S. No.
Details of Materials/Equipment
Manufacture’s Name
10.
Electrical Pump Panels.
1. A to Z Systems
2. Amptech
3. Adlec
4. Advance Panels
5. Jakson
6. RST Electrical
7. SUGEL
8. Vidhyut Control
9. Spectrum Automation
10. ECS
11. Neptune
12. SPC
13. Surendra Engg.
14. India Tech
11.
Terminal
1. Elemax
2. Tosha
12.
Indicating Instruments
1. AE
2. Equivalent
13.
Selector Switch
1. Kaycee
2. Salzer
14.
Change Over Switch
1. HH Elcon
2. HPL-Socomec
Page 75 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
S. No.
Details of Materials/Equipment
Manufacture’s Name
15.
MCB
1.Legrand
2. Seimens
3. Haiger
4. ABB
5. Schneider
6. GE
16.
Starter Contactor
1. Schneider Electric (TE)
2. L&T
3. Siemens-Sicop
17.
Air Circuit Breaker
1. L&T
2. ABB
3. Siemens
4. Schneider
5. GE
18.
Over load relay with built in single
phase preventer
1. Schneider Electric
(Telemechanique)
2. ABB
3. L&T
Page 76 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
A P P E N D I X - III
LIST OF BUREAU OF INDIAN STANDARDS CODES
All equipment, supply, erection, testing and commissioning shall comply with the requirements
of Indian Standards and code of practices given below as amended upto 30 th April, 2003. All
equipment and material being supplied by the contractor shall meet the requirements of IS,
electrical inspectorate and Indian Electricity rules and other Codes / Publications as given
below:
1.
General
SP : 6 (1)
Structural Steel Sections
IS : 27
Pig Lead
IS : 554
Dimensions for pipe threads where pressure tight joints are
required on the threads.
IS : 779
Specification for water meters (domestic type).
IS : 782
Specification for caulking load.
IS : 800
Code of practice for general construction in steel
IS : 1172
Code of Basic requirements for water supply drainage and
sanitation.
Page 77 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
IS : 1726
Specification for cast iron manhole covers and frames.
IS : 1742
Code of practice for building drainage.
IS : 2064
Selection, installation and maintenance of sanitary appliance
code of practice.
IS : 2065
Code of practice for water supply in buildings.
IS : 2104
Specification for water meter for boxes (domestic type)
IS : 2379
Colour code for identification of pipe lines.
IS : 2527
Code of practice for fixing rainwater gutters and down pipes for
roof drainage.
IS : 2629
Recommended practice for hot dip galvanizing on iron and
Steel.
IS : 3114
Code of practice for laying of cast iron pipe
IS : 4111 (Part 1)
Code of practice for ancillary structures in sewerage system:
Part 1 manholes.
IS : 4127
Code of practice for laying glazed stoneware pipes.
Page 78 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
IS : 5329
Code of practice for sanitary pipe work above ground for
buildings.
IS : 6159
Recommended practice for design and fabrication of material,
prior to galvanizing.
IS : 7558
Code of practice for domestic hot water installations.
IS : 8321
Glossary of terms applicable to plumbing work.
IS : 8419 (Part 1)
Requirements for water filtration equipment: Part 1 Filtration
medium sand and gravel.
IS : 9668
Code of practice for provision and maintenance of water
supplies and fire fighting.
IS : 9912
Coal tar based coating materials and suitable primers for
protecting iron and steel pipe lines.
IS : 10221
Code of practice for coating and wrapping of underground mild
steel pipelines.
IS : 10446
Glossary of terms relating to water supply and sanitation.
IS : 11149
Rubber Gaskets
Page 79 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2.
IS : 12183 (Part 1)
Code of practice for plumbing in multistoried buildings: Part 1
water supply.
IS : 12251
Code of practice for drainage of building basements.
IS : 5572
Code of practice for sanitary pipe work.
BS : 6700
Specification for design, installation, testing and maintenance of
services supplying water for domestic use within buildings and
their cartilages.
BS : 8301
Code of practice for building drainage.
Pipes and Fittings
IS : 458
Specification for precast concrete pipes (with and without
reinforcement)
IS : 651
Stone ware pipes
IS : 1239 (Part 1)
Mild steel, tubes, tubulars and other wrought steel fittings: Part
1 Mild Steel tubes.
IS : 1239 (Part 2)
Mild Steel tubes, tubulars and other wrought steel fittings: Part
2 Mild Steel tubulars and other wrought steel pipe fittings.
Page 80 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
IS : 1536
Centrifugally cast (spun) iron pressure pipes for water, gas and
sewage.
IS : 1537
Vertically cast iron pressure pipes for water, gas and sewage.
IS : 1538
Cast Iron fittings for pressure pipes for water, gas and sewage.
IS : 1729
Sand Cast iron spigot and socket soil, waste and ventilating
pipes, fittings and accessories.
IS : 1879
Malleable cast iron pipe fittings.
IS : 3989
Centrifugally cast (sun) iron spigot and socket soil, waste and
ventilating pipes, fittings and accessories.
IS : 4346
Specifications for washers for use with fittings for water
services.
IS : 4711
Methods for sampling steel pipes, tubes and fittings.
IS : 6392
Steel pipe flanges
IS : 6418
Cast iron and malleable cast iron flanges for general
engineering purposes.
Page 81 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
IS : 7181
3.
Specification for horizontally cast iron double flanged pipe for
water, gas and sewage.
Fire Fighting Equipment
TAC
Tariff Advisory Committee fire protection manual Part-I.
TAC
Rules of Tariff Advisory Committee for automatic sprinkler
system.
NFPA : 12 , 1993
Standards on Carbon Dioxide Extinguishing System
IS : 636
Non-percolating flexible fire fighting delivery hose.
IS : 884
Specification for first aid hose reel for fire fighting.
IS : 901
Specification for couplings, double male and double female,
instantaneous pattern for fire fighting.
IS : 902
Suction hose couplings for fire fighting purposes.
IS : 903
Specification for fire hose delivery couplings, branch pipe,
nozzles and nozzle spanner.
IS : 904
Specification for 2-way and 3-way suction collecting heads for
Page 82 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
fire fighting purposes.
IS : 907
Specification for suction strainers, cylindrical type for fire
fighting purposes.
IS : 908
Specification
IS : 909
Specification for underground fire hydrant, sluice valve type.
IS : 1648
Code of practice for fire safety of building (general): Fire
fighting equipment and its maintenance.
IS : 2171
Specification for portable fire extinguishers dry powder
(cartridge type)
IS : 2190
Selection, installation and maintenance of first aid fire
extinguishers – Code of practice.
IS : 2871
Specification for branch pipe, universal, for fire fighting
purposes.
IS : 2878
Specification for fire extinguishers, carbon dioxide type
(portable and trolley mounted).
IS : 3844
Code of practice for installation and maintenance of internal
fire hydrants and hose reel on premises.
for
fire
Page 83 of 508
hydrant,
stand
post
type.
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
3.
IS : 5290
Specification for landing valves.
IS 5714
Specification for coupling, branch pipe, nozzle, used in hose reel
tubing for fire fighting.
IS : 8423
Specification for controlled percolation type hose for fire
fighting.
IS : 10658
Specification for higher capacity dry powder fire extinguisher
(trolley mounted).
IS : 1309
External hydrant systems – Provision and maintenance – Code
of practice.
Valves
IS : 778
Specification for copper alloy gage, globe and check valves for
water works purposes.
IS : 780
Specification for sluice valves for water works purposes (50 mm
to 300 mm size).
IS : 1703
Specification copper alloy float valves (horizontal plunger type)
for water supply fittings.
Page 84 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
4.
IS : 5312 (Part 1)
Specification for swing check type reflux (non return) valves :
part 2 Multi door pattern.
IS : 5312 (Part 2)
Specification for swing check type reflux (non return) valves :
part 2 Multi door pattern.
IS : 12992 (Part 1)
Safety relief valves, spring loaded : Design
IS : 13095
Butterfly valves for general purposes.
Water Quality Tolerance
IS : 3025 (Parts 1 to Method of sampling and test (physical and chemical) for water
44)
and waste water.
5.
IS : 4764
Tolerance limits for sewage effluents discharged into inland
surface waters.
IS : 10500
Drinking Water
Pumps & Vessels
IS : 1520
Specification for horizontal centrifugal pumps for clear cold
fresh water.
Page 85 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
IS : 2002
Steel plates for pressure vessels for intermediate and high
temperature service including boilers.
IS : 5600
Specification for sewage and drainage pumps
IS : 8034
Specification for submersible pump sets for clear, cold, fresh
water.
IS : 8418
Specification for horizontal centrifugal self priming pumps.
Page 86 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
A P P E N D I X – IV
SCHEDULE OF FISCAL ASPECTS
Date of Commencement
Immediately upon receipt of Letter of Intent by Owner.
Period of Completion
2 months
Liquidated Damages
1 percent of the contract value per week of delay subject
to a maximum of five percent (5%) of contract value
Defects Liability Period
12 months from the date of handing over.
Term of Payment
2.5% Security Deposit
10% of contact value payable as advance against
contractor’s submission of Bank Guarantee in
prescribed format, for equal amount valid for
contract period.
2.5%
of contract value upon submission and approval of
shop drawings for the contract, and copy of unpriced
purchase orders duly considered by supplier.
80% Item rate Payment as per BOQ, running bills
5% of contract value at end of Defects Liability Period of
Page 87 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
12 months from the date of testing, commissioning
and handing over. This amount may be released
against contractor’s submission of Bank Guarantee in
prescribed format, for equal amount valid for Defects
Liability Period.
Retention Money
50% of Contract Value
Interim Payment
Monthly, subject to a minimum bill value of Rs 25,00,000
Final Payment
Within 90 days from the date of receipt of final bill, after
system is handed over.
Escalation
All unit rates shall be firm and escalation free for duration
of one year, subject to only the statutory variation in taxes
and duties on undelivered equipment & materials and
subject to foreign exchange rate variation on undelivered
imported components.
Page 88 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
APPENDIX – V
SCHEDULE OF TECHNICAL DATA
1.1
SUMP PUMP & CLEAR CLEAN WATER
PUMPS (SUBMIT TECHNICAL DATA
SHEETS SEPARATELY)
Pump
:
Make
:
Type & Model
:
Discharge in LPS/GPM
:
Head (Meters of WC)
:
Shut off head (Meters of WC)
:
Efficiency (%)
:
No. of stages
:
Suction end I.D.
:
Delivery end I.D.
:
Details of N.P.S.H.
:
Solid handling size
Vibration Isolation Detail
:
Skid Details
:
Operating Weight
:
Overall Dimension
:
Mechanical Seal Detail
:
Page 89 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
MATERIAL
1.2
Body
:
Impeller
:
Shaft
:
Type of Impeller
:
Is it suitable for direct coupling
:
FILTER:
Description:
Material of Construction
:
Diameter
:
Height on straight
:
Filtering media
:
Shell thickness
:
Dish end thickness
:
Service flow rate
:
Design pressure
:
Back wash duration
:
Back wash flow rate
:
Pressure drop across the filter
:
Maximum inlet turbidity (NTU)
:
Turbidity in filtered water
:
Note: (Submit separate data sheets for various types of filter)
Page 90 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
1.3
1.3
SOFTENER:
Description:
Material of Construction
:
Diameter
:
Height on straight
:
Filtering media
:
Shell thickness
:
Dish end thickness
:
Service flow rate
:
Design pressure
:
Regeneration Interval
:
Qty. of Resin
:
Pressure drop across the Softener
:
Maximum inlet Hardness
:
Hardness in Softened water
:
UV SYSTEM
Model
:
Make
:
Material of construction
:
Flow Rate
:
Page 91 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
1.4
R O SYSTEM
1.4.1 R O FEED WATER PUMP:
Pump make
:
Type
:
Material of construction
:
Casing
:
Impeller
:
Shaft
:
Service flow rate
:
Head
:
Motor
:
Electricity Supply
:
Motor Make
:
Starting current
:
Full load current
:
NPSH Details
:
Details of VFD
:
1.4.2 REVERSE OSMOSIS MODULES
Membranes make
:
Material
:
Percentage recovery
:
Feed flow rate
:
Product flow rate
:
Reject flow rate
:
Feed Pressure for high pressure pump
:
Page 92 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
1.4.3 MICRON CARTRIDGE FILTER UNIT
Quantity offered
:
Type
:
Operating Flow Rate
:
Operating Pressure
:
Micron Rating
:
Type of cartridge
:
MOC
:
1.4.4 CIP SYSTEM
CHEMCAL PREPARATION TANK
Quantity offered
:
Capacity of tank
:
M O C of tank
:
CHEMICAL CLEANING PUMP
Make
:
Capacity
:
Head
:
Type
:
Material of Construction
:
Pump Motor.
:
Electrical supply
:
Motor Make
:
Page 93 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
MICRON CARTRIDGE FILTER
Quantity offered
:
Type
:
Operating Flow rate
:
Operating pressure
:
Micron Rating
:
Type of cartridge
:
Material of construction
:
1.4.5 R O FEED WATER LIMITING CONDITIONS:
Turbidity
:
SDI
:
Heavy Metal
:
Organics and bacteria
:
Oil & Grease
:
Residual chlorine
:
COD
:
BOD
:
Oxidizing Agents
:
Temperature
:
Colour / Odour
:
PH at the feed of RO
:
Page 94 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
1.4.6 R O PLANT OPERATING DATA
No. of Streams offered
:
Feed Flow rate
:
Average recovery
:
Product flow rate
:
Operating Pressure
:
Type of operation
:
Operating Hours
:
Treated Water Per Day
:
2.
HOT WATER SYSTEM:
2.1
CNG/DIESEL HOT WATER GENERATOR
2.1.1 GENERAL
a)
Model No.
b)
Heat Output
c)
Rated outlet temp.
d)
Efficiency
e)
Rated outlet pressure
f)
Water flow rate
g)
Fuel
:
2.1.2 HEAT TRANSFER ZONE
a)
No. of flue gas passes
b)
Average flue gas temp.
c)
Tube material
:
:
:
:
:
:
:
:
:
2.1.3 BURNER
a)
Type
:
b)
Make
:
c)
Fuel Consumption
:
Page 95 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2.1.4 HOT WATER CIRCULATION PUMPS
a)
Manufacturer
:
b)
Type
:
c)
Quantity
:
d)
Motor rating
:
e)
Material of construction
i)
Casing
:
ii)
Impeller
:
f)
Motor make
:
2.1.5 COMBUSTION AIR FAN
a)
Make
:
b)
Type
:
c)
Quantity
:
d)
Capacity
:
e)
Fan Speed
:
f)
Motor Rating
:
g)
Motor Make
:
h)
Suction Filter
:
i)
Construction Material of Blower
:
2.1.6 FLUE GAS
a)
Co2%
:
b)
Density at NTP
c)
Outlet Temp.
:
d)
Flue gas duct size
:
e)
Flue gas flow
:
:
Page 96 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2.2
PLATE TYPE HEAT EXCHANGER
(Tenderer to include separate data sheet for separate type of PHE’s):
Fluid Name
:
Primary Circuit
i)
Inlet Temp. Deg. C
:
ii)
Outlet Temp. Deg. C
:
Secondary Circuit
i)
Inlet Temp. Deg. C
:
ii)
Outlet Temp. Deg. C
:
Flow Rate
i)
Inlet Temp. Deg. C
:
ii)
Outlet Temp. Deg. C
:
Heat Load Mcal/h
:
Total Heat Transfer Area Sq.m
Log Mean Temperature Difference :
Deg. C.
Overall H.T.C. Kcal/Sq.m h.c.
Calculated Pressure Drop
:
Number of Channels
:
Total No. of Plates
:
Plate Material
:
Plate Thickness (mm)
:
Gasket Material
:
Frame Material
:
Page 97 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Connection Material
:
Connection Diameter (mm)
:
Max. Operating Pressure (bar)
:
Test Pressure (bar)
:
Max. Working Temp. Deg. C
:
Dimension
i)
Length (mm)
:
ii)
iii)
Width (mm)
Height (mm)
:
:
i)
Full (Kg.)
:
ii)
Empty (Kg.)
:
Weight
2.3
PUMPS:
(Tenderer to submit separate data sheets for each type of pump)
a)
b)
c)
d)
e)
f)
g)
h)
i)
j)
2.4
Manufacturer
Overall Dimension (mm)
Weight (Kg.)
Size of Foundation (mm)
Speed (R.P.M)
Discharge (L.P.M.)
Head (m)
Efficiency (%)
Performance Curves
Material of Construction
:
:
:
:
:
:
:
:
:
:
INSULATION:
a)
Manufacturer
:
b)
Material
:
c)
“K” Value at 95 Deg.C Mean Temp. :
Page 98 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
TECHNICAL SPECIFICATIONS
(PLUMBING)
SECTION-01
1.
:: BASIS OF DESIGN
BASIS OF DESIGN
The Plumbing, Sanitary, Drainage System for the project is designed keeping in view the
following:
1.1
Requirement of adequate and equal pressure availability of hot and cold water lines
in Public Toilets, Kitchen and other identified areas.
1.2
Adequate storage of water in under ground raw + overhead treated domestic water
tanks.
1.3
Provision of fire fighting appurtenance such as fire hydrants, hose reel, sprinklers and
portable extinguishers.
1.4
Levels of roads / pavements and other services in the area.
1.5
Landscape layout.
The execution of works and materials used shall be as per the latest relevant I.S.
specifications.
Page 99 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Wherever reference has been made to Indian Standard or any other specifications,
the same shall mean to refer to the latest specification irrespective of any particular
edition of such specification being mentioned in the specifications below or Schedule
of Quantities.
2.
CONCEPT OF THE SYSTEM
The following services are envisaged for the complex:
2.1
Water Treatment System for meeting the domestic water quality requirement with
chemical parameters in acceptable limits as per SP: 35(S & T) 1987 which is considered safe for
human consumption.
2.2
Domestic/Flushing water supply through Hydropneumaic system.
2.3
Sewage and Sullage collection system based on IS: 1742 and applicable standards for
domestic drainage and connected to Sewage Treatment Plant.
2.4
Storm / Rain water drainage system from various levels of the building and disposal to
Rain Water Harvesting System / storm water drain.
3.
WATER STORAGE & DISTRIBUTION SYSTEM
3.1
Water Requirement
The water requirement for the project is proposed to be based on the provisions of IS:
1172 and prevalent practice.
3.2
Source of Water
It is expected that part of the daily domestic water requirement for the Complex shall
be through municipal mains supply. The rest will be obtained from bore wells or tankers.
3.3
Appurtenant
Following components shall be included in the water supply system for efficient
functioning:
i.
Automatic air vent
ii.
Pressure Gauge.
Page 100 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
4.
SEWAGE, SULLAGE AND STORM WATER
The soil and waste shall be carried down through one pipe drainage system.
Independent vent pipe for common soil & water stack is also provided to avoid foul
smell entering through trapped gully in WC. Provision of grease trap shall be made for
waste water from Kitchen.
4.1.
Design Limitations
The system is designed considering the following:
5.
a.
Termination of vent cowl at terrace level.
b.
Provision of adequate slope for horizontal header pipes for achieving self-cleaning velocity in the pipes.
c.
Provision of cleanout plug.
WORKMANSHIP
The workmanship shall be best of its kind and shall conform to the specifications, as
below or Indian Standard Specifications in every respect or latest trade practices and
shall be subject to approval of the Owner’s Site Representative. All materials and/or
Workmanship which in the opinion of the Owner’s Site Representative / Architect /
Consultant is defective or unsuitable shall be removed immediately from the site and
shall be substituted with proper materials and/or workmanship forthwith.
6.
MATERIALS
All materials shall be best of their kind and shall conform to the latest Indian Standards.
All materials shall be of approved quality as per samples and origins approved by the
Owner’s Site Representative / Architect / Consultants.
As and when required by the Owner’s Site Representative / Consultant, the contractor
shall arrange to test the materials and/or portions of works at his own cost to prove
their soundness and efficiency. If after tests any materials, work or portions or work are
found defective or unsound by the Owner’s Site Representative / Consultant, the
contractor shall remove the defective material from the site, pull down and re-execute
the works at his own cost to the satisfaction of the Owner’s Site Representative /
Consultant. To prove that the materials used are as specified the contractor shall furnish
the Owner’s Site Representative with original vouchers on demand.
Page 101 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
SECTION – 02 :: SANITARY FIXTURES & FITTINGS
1.
SCOPE
The scope of this section consists of but is not necessarily limited to supply, installation,
testing and commissioning of following items:
a.
Sanitary appliances and fixtures for toilets.
b.
Chromium plated brass fittings
c.
Stainless steel sinks
d.
Accessories e.g. towel rods, toilet paper holders, soap dish, liquid soap
dispensers, towel rails, coat hooks etc.
e.
Hand driers etc.
Whether specifically mentioned or not the Contractor shall provide for all appliances
and fixtures all fixing devices, nuts, bolts, screws, hangers as required.
All exposed pipes within toilets and near appliances/fixtures shall be of chromium
plated brass or copper unless otherwise specified.
2.
GENERAL REQUIREMENT
Sanitary appliances and fixtures for toilets, chromium plated brass fittings, stainless
steel sinks, bathroom accessories like towel rods, toilet paper holders, soap dish, liquid
soap dispensers, towel rails coat hooks, hand driers, drinking water fountains etc as
listed in the relevant items in the Schedule of Quantities shall be supplied, installed,
tested and commissioned by the contractor. The rates shall be inclusive of accessories
(in such case) required for installation.
All appliances, fixtures and fittings shall be provided with all such accessories as are
required to complete the item in working condition whether specifically mentioned or
not in the Schedule of Quantities, specifications, and drawings. Accessories shall include
proper fixing arrangements, brackets, nuts, bolts, washers, screws and required
connection pieces.
The sanitary fixtures and fittings shall be installed at the correct assigned position as
shown on the drawings and as directed by the Architect / Owner’s Site Representative
and shall fully meet with the aesthetic and symmetrical requirements as demanded by
the Architect / Interior Designer
Page 102 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
All fixtures and accessories shall be fixed in accordance with a set pattern matching the
tiles or interior finish as per Architect requirements. Wherever necessary, the fittings
shall be centered to dimensions and pattern as called for.
Fixing screws shall be half round head chromium plated (CP) brass screws, with CP brass
washers unless otherwise specified.
Fixtures shall be installed by skilled workman with appropriate tools according to the
best trade practice.
All appliances, fittings and fixtures shall be fixed in a neat workmanlike manner true to
level and to heights shown on the drawings and in accordance with the manufacturer’s
recommendations. Care shall be taken to fix all inlet and outlet pipes at correct
positions. Faulty locations shall be made good and any damage to the finished floor,
tiling, plaster, paint, insulation or terrace shall be made good by the Contractor at his
own cost. Fixtures shall be mounted rigid, plumb and true to alignment.
All materials shall be rustproof; materials in direct or indirect contact shall be
compatible to prevent electrolytic or chemical (bimetallic) corrosion.
Wall flanges shall be provided on all walls, floors, columns etc. wherever supply and
disposal pipes pierce through them. These wall caps shall be or chromium plated brass
fittings and the receiving pipes and shall be large enough to cover the punctures
properly.
Sanitary appliances, subject to the type of appliance and specific requirements, shall be
fixed in accordance with the relevant standards and the following:
i.
Contractor shall, during the entire period of installation and afterwards protect
the appliances by providing suitable cover or any other protection so as to
absolutely prevent any damage to the appliances until handing over (The original
protective wrapping shall be left in position for as long as possible)
ii.
The appliances shall be placed in correct position or marked out in order that
pipe work can be fixed or partially fixed first.
iii.
The appliance shall be fixed in a manner such that it will facilitate subsequent
removal if necessary.
iv.
The appliance shall be securely fixed. Manufacturer's brackets and fixing
methods shall be used wherever possible. Compatible rust-proofed fixings shall
be used. Fixing shall be done in a manner that minimizes noise transmission.
Page 103 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
v.
Appliances shall not be bedded (e.g. WC pans, pedestal units) in thick strong
mortar that could crack the unit (e.g. ceramic unit)
vi.
Pipe connections shall be made with demountable unions. Pipe work shall not be
fixed in a manner that it supports or partially supports and appliance.
viii.
Appliances shall be fixed true to level firmly fixed to anchor or supports provided
by the manufacturer and additional anchors or supports where necessary.
Sizes of sanitary fixtures given in the Specifications or in the Schedule of Quantities are
for identification with reference to the catalogues of make considered. Dimensions of
similar models of other makes may very within + 10% and the same shall be provided
and no claim for extra payment shall be entertained no shall any payment be deducted
on this account.
The contractor shall fix all plumbing fittings such as water faucets, shower fittings,
mixing valves etc. in accordance with manufacturer’s instructions and connect to piping
system. The contractor shall supply all fixing materials such as screws, rawl plugs,
unions, collars, compression fittings etc., as required.
Joints / gaps between all sanitary appliances / fixtures and the floor / walls shall be
caulked with an approved mildew resistant sealant, having antifungal properties, of
colour and shade to match that of the appliances / fixture and the floor / wall to the
extent possible.
2. 1
Water Closet
Water Closet shall be wash down or siphonic wash down type floor or wall mounted set,
as shown in the drawings, designed for low volume flushing from 5-7 litres of water,
flushed by means of plastic cistern installed in shaft. Flush pipe / bend shall be
connected to the WC by means of a suitable rubber adaptor. Wall hung WC shall be
supported by CI floor mounted chair which shall be fixed in a manner as approved by
the Owners Site Representative.
Each WC set shall be provided with approved quality of seat, rubber buffers and
chromium plated hinges. Seat shall be so fixed that it remains absolutely stationary in
vertical position without falling down on the WC.
Each WC shall be provided with 110 mm dia (OD) PVC Pan Connector connecting the
ceramic outlet of WC to CI pipe.
Page 104 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2. 2
Urinals
Urinals shall be lipped type half stall with glazed vitreous China of size as called for in
the Bill of Quantities.
Half stall urinals shall be provided with 15mm dia CP spreader, 32mm dia CP domical
waste and CP cast brass bottle trap with pipe and wall flange and shall be fixed to wall
by CI brackets, CI wall clips and CP brass screws as recommended by manufacturer
complete as directed by the Owner’s Site Representative.
Flushing for urinals shall be by means of no hand operation, infrared electric flush valve
with complete kit of plumbing, electrical and electronic items, infrared photo cells,
solenoid valve transformer and electrical connection. The automatic flush sensor plate
shall be flush and press fitted and be of high quality mirror polish finish. Each urinal shall
be provided with one flush valve unit.
Flush pipes shall be GI pipes concealed in wall chase but with chromium plated bends at
inlet and outlet.
Urinal Partitions
Urinal partitions shall be white glazed vitreous china of size specified in the Schedule of
Quantities.
Porcelain partitions shall be fixed at proper heights with CP brass bolts, anchor fasteners
and MS clips as recommended by the manufacturer and directed by the Owner’s Site
Representative.
2.3
Wash Basin
Wash basins shall be cast in situ, however in public areas it shall be white glazed
vitreous china of size, shape and type specified in the Schedule of Quantities.
Each basin shall be provided with painted MS angle or CI brackets and clips and the
basin securely fixed to wall/counter slab. Placing of basins over the brackets without
secure fixing shall not be accepted. The MS angle shall be provided with two coats of red
oxide primer and two coats of synthetic enamel paint of make, brand and colour as
approved by the Owner’s Site Representative. The cost of fixing the basin shall be
inclusive of supply and installation of brackets as described above.
Each basin shall be provided with 32mm dia. CP waste with overflow, pop-up waste or
rubber plug and CP brass chain as specified in the Schedule of Quantities.
Each basin shall be provided with hot and cold water mixing fitting or as specified in the
Schedule of Quantities.
Page 105 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2.4
Sinks
Sinks shall be stainless shall or any other material as specified in the Schedule of
Quantities.
Each sink shall be provided with painted MS or CI brackets and clips and securely fixed.
Counter top sinks shall be fixed with suitable painted angle iron brackets or clips as
recommended by the manufacturer. Each sink shall be provided with 40mm dia CP
waste and rubber plug with CP brass chain as given in the Schedule of Quantities. The
MS angle shall be provided with two coats of red oxide primer and two coats of
synthetic enamel paint of make, brand and colour as approved by the Owner’s site
representative.
Sanitary fittings for sinks shall be deck mounted or wall mounted CP swivel faucets with or
without hot and cold water mixing fittings as specified in the Schedule of Quantities. Installation
of fittings shall be measured and paid for separately.
2.5
Shower Set
Shower set shall comprise of diverter assembly, adjustable type over-head shower with
CP shower arm, all with CP wall flanges of approved quality all as specified in the
Schedule of Quantities. Bath spout, hand showers and pop up wastes shall also be
provided wherever, specified.
Wall flanges shall be kept clear off the finished
wall. Wall flanges embedded in the finishing shall not be accepted.
2.6
Toilet Paper Holder
Toilet paper holder shall be white glazed vitreous china or chrome plated of size, shape
and type specified in the Schedule of Quantities.
Porcelain toilet paper holder shall be fixed in walls and set in cement mortar 1:2 (1
cement: 2 coarse sand) and fixed in relation to the tiling work.
The latter (chrome) shall be fixed by means of screws/capping having finish similar to
the toilet paper holder in wall/temper partitions with raw l plugs or nylon sleeves. When
fixed on timber partition, it shall be fixed on a solid wooden base member provided by
the Owner’s Site Representative.
Page 106 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2.7
Tower Rail
Tower rail shall be chromium plated brass or of stainless steel or powder coated brass of
size, shape and type specified in the Schedule of Quantities.
Tower rail shall be fixed with screws/capping having finish similar to the towel rail in
wall with rawl plugs or nylon sleeves and shall include cutting and making good as
required or directed by the Owner’s Site Representative.
2.8
Janitor's Sink
Janitor's sink shall be stainless steel, single bowl type of size as called for in the Schedule
of Quantities, provided with painted R.S. or CI brackets and clips and securely fixed.
Each sink shall be provided with 40mm dia CP waste. Fixing shall be as directed by the
Owner’s Site Representative.
The supply fittings for Janitor's sink shall be wall mounted type of size as mentioned in
Schedule of Quantities.
2.9
Drinking Water Fountain
Drinking water fountain shall be well mounting type made of vitreous china, stainless
steel or any other material as given in the Schedule of Quantities.
2.10
Liquid Soap Dispenser
Liquid Soap Dispenser shall be wall/counter mounted suitable for dispensing liquid
soaps, lotions, detergents. The cover shall lock to body with concealed locking
arrangement, opened only be key provided.
3.
TOILETS FOR THE DISABLED
Where specified, in washroom facilities designed to accommodate physically disabled,
accessories shall be provided as directed by the Owner’s Site Representative.
Stainless steel garb brass of required size suitable for concealed or exposed mounting
and peened non-slip gripping surface shall be provided in all washroom. The flushing
cistern/valve shall be provided with chromium plated long handles.
Page 107 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
4.
MOCKUP AND TRIAL ASSEMBLY
The installation of the sanitary fixtures and fittings shall be as per the shop drawings
approved by the Architect/Consultant.
The contractor shall have to assemble at least one set of each type of sanitary fixtures
and fittings in order to determine precisely the required supply and disposal
connections. Relevant instructions from manufacturers shall be followed as applicable.
This trial assembly shall be developed to determine the location of puncture holes,
holding devices etc. which will be required for final installation of all sanitary fixtures
and fittings. The above assembly shall be subject to final approval by the Architect /
Interior Designer.
The fixtures in the trial assembly can be re-used for final installation without any
additional payments for fixing or dismantling of the fixtures.
5.
SUPPORTING AND FIXING DEVICES
The contractor shall provide all the necessary supporting and fixing devices to install the
sanitary fixtures and fittings securely in position. The fixing devices shall be rigidly
anchored into the building structure. The devices shall be rust resistant and shall be so
fixed that they do not present an unsightly appearance in the final assembly. Where the
location demands, the Architect may instruct the contractor to provide chromium
plated or other similarly finished fixing devices. In such circumstances the contractor
shall arrange to supply the fixing devices and shall be installed complete with
appropriate vibration isolating pads, washers and gaskets.
6.
FINAL INSTALLATION
The contractor shall install all sanitary fixtures and fittings in their final position in
accordance with approved trial assemblies and as shown on drawings. The installation
shall be complete with all supply and waste connections. The connection between
building and piping system and the sanitary fixtures shall be through proper unions and
flanges to facilitate removal/replacement of sanitary fixtures without disturbing the
built in piping system. All unions and flanges shall match in appearance with other
exposed fittings.
Fixtures shall be mounted rigid, plumb and to alignment. The outlets of water closet
pans and similar appliances shall be examined to ensure that outlet ends are butting on
the receiving pipes before making the joints. It shall be ensured that the receiving pipes
are clear of obstruction. When fixtures are being mounted, attention shall be paid to the
possibility of movement and settlement by other causes. Overflows shall be made to
ensure that necessary anchoring devices have been provided for supporting water
closets, wash basins, sinks and other appliances.
Page 108 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
7.
PROTECTION AGAINST DAMAGE
The contractor shall take every precaution to protect all sanitary fixtures against
damage, misuse, cracking, staining, breakage and pilferage by providing proper
wrapping and locking arrangement till the completion of the installation. At the time of
handing over, the contractor shall clean, disinfect and polish all the fixtures and fittings.
Any fixtures and fittings found damaged, cracked chipped stained or scratched shall be
removed and new fixtures and fittings free from defects shall be installed at his own
cost to complete the work.
8.
MEASUREMENT
8.1.
Rate for supply and fixing of sanitary fixtures accessories, CP fittings shall etc. include all
items, and operations stated in the respective specifications and bill of quantities and
nothing extra is payable.
8.2
Rates for all items under specifications para above shall be inclusive of cutting holes and
chases and making good the same, CP screws, nuts, bolts and any fixing arrangements
required and recommended by manufacturers, testing and commissioning and making
good to the satisfaction of the Owner’s Site Representative.
9.
TESTING
All appliances, fixtures and fittings shall be tested before and after installation. Water
seals of all appliances shall be tested. The contractor shall block the ends of waste and
ventilation pipes and shall conduct an air test.
Page 109 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
SECTION-03 :: WATER SUPPLY (COLD & HOT)
1
SCOPE
The scope of this section comprises the supply, installation, testing and
commissioning of piping network for water supply for internal & external services as
follows:
a
Municipal Water supply.
b.
Drinking Water Supply.
c.
Flushing Water Supply
d.
Hot Water Supply.
e.
Washing
f.
Connection to various mechanical equipments to be supplied and installed by
the other specialist contractors.
The Contractor shall make all necessary application and arrangements for his work to be
inspected by the Local Authorities.
The Contractor shall be solely responsible for obtaining the Authorities approval of his
works prior to the handing over of the complete water supply / distribution installation
to the Owner.
2
PIPING MATERIALS
The piping system shall consist of medium/heavy class galvanized iron pipes and fittings
conforming to IS: 1239. The piping system shall also consist of CPVC pipes and fittings.
The sizes and makes are specified in the Schedule of Quantities.
For any internal works, the pipes and fittings shall be embedded in the wall chase or run
on the floor/ceiling unless otherwise specified. No unsightly exposed runs shall be
permitted. Outside the building the piping shall be installed at least 1.0 m below the
finished grade level.
Page 110 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Galvanized Iron Pipes & Fittings
The pipes shall be galvanized mild steel welded (ERW) or (HFW) screwed and socketed
conforming to the requirements of IS: 1239. The Galvanizing shall conform to IS:4736,
the zinc coating shall be uniform, adherent reasonably smooth and free from such
imperfections as flux, ash and drop inclusions, bare patches, black spots, pimples,
lumpiness, runs, rust strains, bulky white deposits and blisters. The pipes and sockets
shall be cleanly finished, well galvanized in and out and free from cracks, surface flaws
laminations and other defects. All screw threads shall be clean and well cut. The ends
shall be cut cleanly and square with the axis of the pipe.
The fittings shall be malleable iron and comply with all the requirements of the pipes.
The size of pipes and fitting is specified in the schedule of quantities.
Laying And Jointing Of GI Pipes
The galvanised pipes and fittings shall run in wall chase or ceiling or as specified. The
fixing shall be done by means of standard pattern holder bat clamps keeping the pipes
about 1.5 cm clear of the wall where to be laid on surface. Where it is specified to
conceal the pipes, chasing may be adopted for pipes fixed in the shafts, ducts etc. there
should be sufficient space to work on the pipes with the usual tools. As far as possible,
pipes may be buried for short distances provided adequate protection is given against
damage and where so required special care to be taken at joints. Where directed by the
Owner’s Site Representative, pipe sleeves shall be fixed at a place the pipe is passing
through a wall or floor for reception of the pipe and allow freedom for expansion and
contraction and other movements. In case of pipe is embedded in walls or floors it shall
be painted with anticorrosive bitumastic paints of approved quality. Under the floors
the pipes shall be laid in layer of sand filling.
Galvanized iron pipes shall be jointed with threaded and socket joints, using threaded
fittings. Pipes will be made by applying suitable grade of TEFLON tape used for drinking
water supply. (Use of red or white lead and sutli will not be permitted for screwed
joints). All pipes shall be fixed in accordance with layout and alignment shown on
drawings. Care shall be taken to avoid air pocket.
Page 111 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
3
PIPING INSTALLATION SUPPORT (VALID FOR GI PIPING ONLY)
Tender drawings indicate schematically the size and location of pipes. The Contractor,
on the award of the work, shall prepare detailed working drawings, showing the crosssections, longitudinal sections, details of fittings, locations of isolating and control
valves, drain and air valves, and all pipe supports. He must keep in view the specific
openings in buildings and other structure through which pipes are designed to pass.
Piping shall be properly supported on, or suspended from , on stands, clamps, hangers
as specified and as required. The Contractor shall adequately design all the brackets,
saddles, anchor, clamps and hangers, and be responsible for their structural stability.
Pipe work and fittings shall be supported by hangers or brackets so as to permit free
expansion and contraction. To permit free movement of common piping, support shall
be from a common hanger bar.
Pipe hangers shall be provided at the following maximum spacing:
Pipe Dia.
Hanger Rod Dia.
Spacing between Supports
(mm)
(mm)
(m)
Up to 25
6
2
32 to 50
10
2.7
80 to 100
12
2.7
125 to 150
16
3.6
200 to 300
19
5.3
Insulated piping shall be supported in such a manner as not to put undue pressure on
the insulation. 14 gauge metal sheets shall be provided between the insulation and the
clamp, saddle or roller, extending atleast 15 cm. on both sides of the clamps, saddles or
roller.
All pipe work shall be carried out in a proper workman like manner, causing minimum
disturbance to the existing services, buildings, roads and structure. The entire piping
work shall be organized in consultation with other agencies work, so that area can be
carried out in one stretch.
Page 112 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Cut-outs in the floor slab for installing the various pipes area are indicated in the
drawings. Contractor shall carefully examine the cut-outs provided and clearly point out
wherever the cut-outs shown in the drawings, do not meet with the requirements.
The contractor shall make sure that the clamps, brackets, saddles and hangers provided
for pipe supports are adequate or as specified / approved by Consultants. Piping layout
shall take due care for expansion and contraction in pipes and include expansion joints
where required.
All pipes shall be accurately cut to the required sizes in accordance with relevant BIS
codes and burrs removed before laying. Open ends of the piping shall be closed as the
pipe is installed to avoid entrance of foreign matter.
All buried pipes for CWS shall be shall be protected against corrosion by applying two
layers of 2 mm thick multi-layer anticorrosive polymeric mix tape applied over a coat of
primer as per recommendations of the manufacturers.
Automatic air valves shall be provided at all high points in the piping system for venting.
All valves shall be of 15mm pipe size and shall be associated with an equal size isolation
ball valve. Automatic air valves shall also be provided on hot water risers.
Discharge from the air valves shall be piped through a galvanized steel pipe to the nearest
drain or sump. All pipes shall be pitched towards drain points.
Pressure gauges shall be provided as shown on the approved drawings and include in
Bill of Quantities. Care shall be taken to protect pressure gauges during pressure testing.
4
WATER METERS
Water meters of approved make and design shall be supplied for installation at locations
as shown. The water meters shall meet with the approval of local supply authorities.
Suitable valves and chambers or wall meter box to house the meters shall also the be
provided along with the meters.
The meters shall conform to Indian Standard IS:779 and IS:2373.
Provision shall also be made to lock the water meter. The provision shall be such that
the lock is conveniently operated from the top. Where the provision is designed for use
in conjunction with padlocks, the hole provided for padlocks shall be a diameter not less
than 4mm.
Page 113 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
4.1
Installation of Water Meter and Stop Cock
The G.I. lines shall be cut to the required lengths at the position where the meter and
stop cock are required to be fixed. Suitable fittings shall be attached to the pipes. The
meter and stop cock shall be fixed in a position by means of connecting pipes, jam nut
and socket etc. The stop cock shall be fixed near the inlet of the water meter. The paper
disc inserted in the ripples of the meter shall be removed. And the meter installed
exactly horizontal or vertical in the flow line in the direction shown by the arrow cast on
the body of the meter. Care shall be taken that the factory seal of the meter is not
disturbed. Wherever the meter shall be fixed to a newly fitted pipe line, the pipe line
shall have to be completely washed before fitting the meter.
5.
TESTING
The Contractor shall notify the Architect three days in advance of any test so that the
Architect can witness the tests if he so wishes.
All water supply system shall be tested to hydrostatic pressure test of atleast one and a
half (1.5) times the maximum pressure but not less than 10Kg/Sq.cm for a period of not
less than 8 hours. All leaks and defects in joints revealed during the testing shall be
rectified and got approved at site by retest. Piping required subsequent to the above
pressure test shall be retested in the same manner.
System may be tested in sections and such sections shall be entirely retested on
completion.
The Contractor shall make sure that proper noiseless circulation of fluid is achieved
through the entire piping network of the system concerned. In case of improper
circulation, the contractor shall rectify the defective connections. He shall bear all
expenses for carrying out the above rectifications including the tearing up and
refinishing of floors and walls as required.
In addition to the sectional testing carried out during the construction, contractor shall
test the entire installation after connections to the overhead tanks or pumping system
or mains. He shall rectify all leakages and shall replace all defective materials in the
system. Any damage done due to carelessness, open or burst pipes or failure of fittings,
to the building, furniture and fixtures shall be made good by the contractor during the
defects liability period without any cost.
Page 114 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
After commissioning of the water supply system, contractor shall test each valve by
closing and opening it a number of times to observe if it is working efficiently. Valves
which do not effectively operate shall be replaced by new ones at no extra cost and the
same shall be tested as above.
A test register shall be maintained and all entries shall be signed and dated by
Contractor(s) and Owner’s site representative.
6.
DISINFECTION OF PIPING SYSTEM AND STORAGE TANKS
Before commissioning the water supply system, the contractor shall arrange to disinfect
the entire system as described in the succeeding paragraph.
The water storage tanks and pipes shall first be filled with water and thoroughly flushed
out. The storage tanks shall then be filled with water again and disinfecting chemical
containing chlorine added gradually while tanks are being filled to ensure thorough
mixing. Sufficient chemical shall be used to give water a dose of 50 parts of chlorine to
one million parts of water.
If ordinary bleaching powder is used, the proportions will be 150 gm of power to 1000
liters of water. The power shall be mixed with water in the storage tank. If a proprietary
brand of chemical is used, the proportions shall be specified by the manufacturer.
When the storage tanks are full, the supply shall be stopped and all the taps on the
distributing pipes are opened successively working progressively away from the storage
tank. Each tap shall be closed when the water discharged begins to smell of chlorine.
The storage tank shall then be filled up with water from supply pipe and added with
more disinfecting chemical in the recommended proportions. The storage tank and pipe
shall then remain charged at least for three hours. Finally the tank and pipes shall be
thoroughly flushed out before any water is used for domestic purpose.
The pipe work shall be thoroughly flushed before supply is restored.
7.
STERILIZATION OF MAIN
After the pipe work has been tested and approved, but before it is coupled, it shall be
sterilized with a solution of chloride of lime.
Page 115 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
8.
CUTTING CHASES IN MASONARY WALLS
Cold water distribution pipes to fixtures and equipment exposed to view in the
bathrooms, kitchens, and sanitary compartments shall be chased into walls or floors or
placed in wall cavities. The Contractor shall be responsible for cutting all notches,
chases, and recesses in walls and floors and only a diamond cutter shall be used. The
maximum size of conduit or pipe permitted to be concealed in floor slabs shall be 32
mm diameter unless otherwise approved by the Architect.
The chases upto 7.5 x 7.5 cm shall be made in the walls for housing GI pipes etc. These
shall be provided in correct positions as shown in the drawings or directed by the
Architects. Chases shall be made by chiselling out the masonry to proper line and depth.
After the pipes etc are fixed in chases, the chases shall be filled with cement mortar 1:2:4
or as may be specified, and made flush with the masonry surface. The concrete surface
shall be roughened with wire brush to provide a key for plastering.
Where pipes pass through beams or structural walls, subject to the approval of the
Structural Consulting Engineer, the Contractor shall ensure that sizes and locations of
openings required are formed in when the relevant beams or walls are cast.
9
VALVES
All valves (gate, globe, check, safety) shall be of gun metal suitable for the particular
service as specified. All valves shall be of the particular duty and design as specified.
Valves shall either be of screwed type or flanged type, as specified, with suitable flanges
and non-corrosive bolts and gaskets. Tail pieces as required shall be supplied along with
valves. Gate, globe and check valves shall conform to Indian Standard IS: 776 and nonreturn valves and swing check type reflux to IS: 5312.
Sluice valves, where specified shall be flanged sluice valves of cast iron body. The
spindle, valve seat and wedge nuts shall be gunmetal. They shall generally have nonrising spindle and shall be of the particular duty and design as specified. The valves shall
be supplied with suitable flanges, non-corrosive bolts and asbestos fiber gaskets. Sluice
valves shall conform to Indian standard IS: 780 and IS: 2906.
(a)
BALL VALVES:
Valves 50mm dia and below and below shall be screwed type ball valves with stainless
steel balls spindle Teflon seating and gland packing tested to a hydraulic pressure of 20
Kg/Sq.cm. and accompanying couplings and steel handles to BIS – 5351.
Page 116 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
(b) Valves above 50mm dia. shall be Butterfly Valves.
Cast iron (IS 210), grade FG 260 butterfly valves conforming to PN 1.0, heavy duty cast
iron disc with anti corrosive nickel plating, nitrile seat and stainless steel 410 stem with
lever/gear operation and powder coated finish.
Float Valves to be fixed in storage tanks shall consist of cast brass lever arm having
copper balls (26 SWG) screwed to the arm integrally. The copper ball shall have bronze
welded seams. The closing/opening mechanism incorporating the piston and cylinder
shall be non-corrosive metal and include washers. The size and construction of ball
valves and float shall be suitable for desired working pressure operating the supply
system. Where called for brass valves shall be supplied with brass hexagonal back nuts
to secure them to the tanks and a socket to connect to supply pipe.
All valves shall be suitable for the working pressure involved.
9.1
Pressure Gauge
The pressure gauge shall be constructed of die cast aluminium and stove enamelled. It
shall be weather proof with an IP 55 enclosure. It shall be a stainless steel Burden tube
type pressure gauge with a scale range from 0 to 16 Kg / cm square and shall be
constructed as per IS:3524. Each pressure gauge shall have a siphon tube connection.
The shut off arrangement shall be by Ball Valve.
10
WATER FITTINGS
Unless otherwise specified all Gunmetal fittings such as gate, globe, check & safety
valves shall be fitted in pipe line in workman like manner. Necessary unions shall be
provided on both ends of the valves for easy replacement. The joints between fittings
and pipes shall be leak-proof when tested to desired pressure rating. The defective
fittings and joints shall be replaced or redone.
11
CONNECTIONS TO VARIOUS MECHANICAL EQUIPMENT SUPPLIED BY OTHER AGENCIES
All inlets, outlets, valves, piping and other incidental work connected with installation
of mechanical equipment supplied by other agencies all be carried out by the
contractor in accordance with the drawings, requirements for proper performance of
equipment, manufacturers instructions and the directions of the Owner’s site
representative / Architect. The equipments to be supplied by the other agencies consist
mainly for Kitchen, Back-of-the-House area and other similar areas. The work of
connections to the various equipments shall be effected through proper unions and
Page 117 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
isolating valves. The work of effecting connections shall be executed in consultation
with and according to the requirement of equipment suppliers, under the directions of
the Owner’s site representative / Architect. The various aspects of connection work shall
be executed in a similar way to the work of respective trade mentioned elsewhere in
these specifications.
12
CONNECTIONS TO RCC WATER TANKS
The contractor shall provide all inlets, outlets, washouts, vents, ball cocks, overflows
control valves and all such other piping connections including level indicator to water
storage tanks as called for. All pipes crossing through RCC work shall have puddle
flanges fabricated from MS/GI pipes of required size and length and welded to 6/8 mm
thick MS plate. All puddle flanges must be fixed in true alignment and level to ensure
further connection in proper order.
Full way gate valves of a approved make shall be provided as near the tank as
practicable on every outlet pipe from the storage tank except the overflow pipe.
Overflow and vent pipes shall terminate with mosquito proof grating.
The overflow pipe shall be so placed to allow the discharge of water being readily seen.
The overflow pipe shall be of size as indicated. A stop valve shall also be provided in the
inlet water connection to the tank. The outlet pipes shall be fixed approximately 75mm
above the bottom of the tank towards which the floor of the tank is sloping to enable
the tank to be emptied for cleaning.
13.
MEASUREMENTS
The length above ground shall be measured in running meter correct to a cm for the
finished work, which shall include pipe and fittings such as coupling, bends, tees,
elbows, reducers, crosses, plugs, sockets, nipples and nuts, unions. Deductions for
length of valves shall be made. Rate quoted shall be inclusive of all fittings, clamps,
cutting holes chased and making good the same and all items mentioned in the
specifications and Bill of Quantities.
All pipes below ground shall be measured per linear meters (to the nearest cm) and
shall be inclusive of all fittings e.g. coupling, tees, bends, elbows, unions, deduction for
valves shall be made rate quoted shall be inclusive of all fittings, excavation, back filling
and disposal of surplus earth, cutting holes and chase and making good all item
mentioned in Bill of Quantities.
Page 118 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
14.
PIPE PROTECTION (FOR COLD WATER PIPES BURIED IN TRENCHES / GROUND / EARTH)
All buried pipes shall be cleaned and protected against corrosion by applying two layers
of 2 mm thick multi-layer anticorrosive polymeric mix tape applied over a coat of primer
as per recommendations of the manufacturers and placed on concrete blocks with PUF
saddles dipped in bitumen at every 2 meters. The pipes where laid under floor shall be
encased with 100 mm thick jamuna sand all around in addition to protective coating as
described above.
15.
THRUST BLOCKS
In case of bigger pipes (80 mm dia and above), thrust blocks of cement concrete 1:2:4 (1
cement: 2 coarse sand: 4 graded stone aggregate of 20 mm nominal size) shall be
constructed on all bends as directed by the Owner’s site representative.
16.
17.
MASONRY CHAMBER
i.
All masonry chambers for stop cocks, sluice valves and meter etc. shall be built
as per supplied drawings.
ii.
The excavation for chambers shall be done true to dimension and level indicated
on plans or as directed by the Owner’s site representative.
iii.
Concrete shall be of cement concrete 1:3:6 (1 cement: 3 coarse sand : 6 graded
stone aggregate 40 mm nominal size.
iv.
Brick shall be of class designation 75 in cement mortar 1:5 (1 cement: 5 fine
sand)
v.
Inside Plastering not less than 12 mm thick shall be done in cement mortar 1:3
(1 cement : 3 fine sand) finished with a floating coat of neat cement.
SHIFTING OF EXCAVATED SURPLUS MATERIAL
Contractor shall make his own arrangement to shift the surplus excavated material
within the site limits as directed by Owner’s site representative at free of cost within
time limit.
18
HOT WATER PIPING INSULATION
Page 119 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
MATERIAL
Insulation material for Pipe insulation shall be Closed Cell Elastomeric Nitrile Rubber or
closed cell cross linked polyethylene foam. Thermal conductivity of elastomeric nitrile
rubber shall not exceed 0.038 W/moK or 0.0313 Kcal / Mhr oC or 0.212 BTU / (Hr-ft2o
F/inch) at an average temperature of 30oC. The product shall have temperature range of
–40 oC to 105oC. Density of material shall not be less than 0.06 gm/cm3. The insulation
shall have fire performance such that it passes minimum CLASS 1 as per BS476 part 7
for surface spread of flame. Water vapour permeability shall not exceed 0.024 perm inch
(3 x 10-14 Kgs / m.sec.Pa). The material shall have approval from the Chief Fire Officer.
Thickness of the insulation shall be as specified for the individual application. Each lot
of insulation material delivered at site shall be accompanied with manufacturer test
certificate for thermal conductivity values. Samples of insulation material from each lot
delivered at site may be selected by Owner‟s site representative and gotten tested for
thermal conductivity and density at Contractor‟s cost all joints shall be sealed properly
with adhesive, which shall provide similar vapour barrier as the original insulating
material.
All hot water piping shall be insulated in the manner specified herein. Before applying
insulation, all pipes shall be brushed and cleaned. Thermal insulation shall be applied as
follows or as specified in drawings or schedule of quantity:
------------------------------------------------------------------------------------------------------Pipe size (mm)
Thickness of Nitrile rubber insulation
------------------------------------------------------------------------------------------------------15 mm to 25 mm
9 mm
32 mm to 50 mm
13 mm
65 mm and above
19 mm
------------------------------------------------------------------------------------------------------Insulation for pipes in wall chase and for pipes in shaft / plant room.
Insulating material in tube form shall be sleeved on the pipes. On existing piping, slit
opened tube from insulating material shall be placed over the pipe and adhesive (as
recommended by the manufacturer) shall be applied as suggested by the manufacturer.
Adhesive must be allowed to tack dry and then press surface firmly together starting
from butt end and working towards centre.
Page 120 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Wherever flat sheets shall be used it shall be cut out in correct dimension. All
longitudinal and transverse joints shall be sealed as per manufacturer
recommendations. The insulation shall be continuous over the entire run of piping,
fittings and valves. All valves, fittings, joints, strainers etc. in hot water piping shall be
insulated to the same thickness as specified for the main run of piping and application
shall be same as above. Valves bonnet, yokes and spindles shall be insulated in such a
manner as not to cause damage to insulation when the valve is used or serviced.
All insulation work shall be carried out by skilled workmen specially trained in this kind
of work. All insulated pipes shall be labeled (HWS / HWR / HWRR) and provided with
300 mm wide band of paint along circumference at every 1200 mm for colour coding.
Direction of fluid shall also be marked. All painting shall be as per relevant BIS codes.
Protective Coating Over Insulation
To provide mechanical strength and protection from damage & UV rays all exposed pipe
insulated with nitrile rubber as indicated in BOQ shall be covered with fibreglass fabric.
The fibreglass fabric shall be applied with one coat of fire proof epoxy or acrylic
compound. The coat shall be allowed to cure to non stick state. Subsequently second
coat of compound shall be applied to give a tough and smooth finish to the insulated
surface.
Measurement Of Insulation
Unless otherwise specified measurement for pipe insulation for the project shall be on the
basis of centre line measurements described herewith
Pipe Insulation shall be measured in units of length along the centre line of the installed
pipe, strictly on the same basis as the piping measurements. The linear measurements
shall be taken before the application of the insulation. It may be noted that for piping
measurement, all valves, orifice plates and strainers shall not be separately measurable
by their number and size. It is to be clearly understood that for the insulation
measurements, all these accessories including valves, orifice plates and strainers etc.
shall be considered strictly by linear measurements along the centre line of pipes
and no special rate shall be applicable for insulation of any accessories, fixtures or
fittings whatsoever.
Page 121 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
SECTION-04
:: INTERNAL DRAINAGE (SOIL, WASTE, VENT &
RAIN WATER PIPES)
1
SCOPE
The scope of this section comprises the supply, installation, testing and commissioning of
internal drainage services.
Work under this section shall consist of furnishing all labour, materials, equipments and
appliances necessary and required to completely install all soil, waste, vent and rainwater
pipes and fittings as required by the drawings, and given in the schedule of quantities.
2
BASIC PIPING SYSTEM
Soil, waste and vent pipes in shafts, ducts and in concealed areas i.e. false ceilings etc.
shall consist of cast iron pipes & fittings as called for. In general wastes and vents
smaller than and upto 50mm dia shall be of GI.
The soil pipes shall be circular with a minimum diameter of 100mm. Pipes shall be fixed
by means of stout GI clamps in two sections, bolted together, built into the walls,
wedged and neatly jointed as directed and approved by the Owner’s site representative
/ Architect. All bends, branches, swan neck and other parts shall conform to the
requirement and standards as described for the pipes. Pipes shall be rested against the
walls on suitable wooden cradles. Local authority regulations applicable to the
installations shall be strictly followed.
Where indicated, the soil pipes shall be continued upwards without any diminution in its
diameter, without any bend or angle to the height shown in the drawings. Joints
throughout shall be made with molten lead as described under jointing of cast iron
pipes. Soil pipes shall be painted as provided under `painting'. The soil pipes shall be
covered on top with cast iron terminal outlets as directed and approved. All vertical soil
pipes shall be firmly fixed to the walls with properly fixed clamps, and shall as far as
possible be kept 50mm clear of wall. Waste pipes and fittings shall be of cast iron or
galvanized mild steel pipes. Pipes shall be fixed, jointed and painted as described in
installation of soil, waste & vent pipes.
Every waste pipe shall discharge above the grating of properly trapped gully. The
contractor will ensure that this requirement is adequately met with. Wherever floor
traps are provided, it shall be ensured that atleast one wash is connected to such floor
traps to avoid drying of water seal in the trap. Ventilating pipes shall be of cast iron or
Page 122 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
galvanized mild steel pipes, conforming to the requirements laid down earlier. Antisyphon vent pipes/relief vent pipes where called for on the drawings shall be of cast
iron or galvanized mild steel pipes as specified. The pipes shall be of the diameter shown
on the drawings.
All traps on branch soil and waste pipes shall also be ventilated at a point not less than
75mm or more than 300mm from their highest part and on the side nearest to the soil
pipe or waste pipes.
Access doors for fittings and clean outs shall be so located that they are easily accessible
for repair and maintenance. Any access panel required in the civil structure, false ceiling
or marble cladding etc. shall be clearly reported to the Owner in the form of shop
drawings so that other agencies are instructed to provide the same.
All the fittings used for connections between soil, waste and ventilation pipes and
branch pipes shall be made by using pipe fittings with inspection doors for cleaning. The
doors shall be provided with 3mm thick rubber insertion packing and when closed and
bolted shall be air and water tight.
Where soil, waste and ventilating pipes are accommodated in shafts ducts, adequate
access to cleaning eyes shall be provided.
Head (starting point) of drains and sewage / waste water sumps (as and where
applicable) having a length of greater than 4 m upto it connection to the main drain or
manhole shall be provided with an 80 / 100 mm vent pipe.
3.
PIPING MATERIALS
3.1
Cast Iron Pipes
Cast iron pipes and fittings shall be of good and tough quality and dark grey on fracture.
The pipes and fittings shall be true to shape, smooth and cylindrical, their inner and
outer surface being as nearly as practicable concentric. They shall be sound and nicely
cast, shall be free from cracks, taps, pinholes and other manufacturing defects.
The pipes and fittings shall conform to IS: 3989 / IS: 1729 as called for. Fittings shall be
of required degree with or without access door. All access doors shall be made up with
3mm thick insertion rubber gasket of white lead and tightly bolted to make the fittings
air and water tight. The fittings shall be of the same manufacture as the pipes used for
soil and waste.
Page 123 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
All CI pipes and fittings shall bear the manufacturer's name and ISI specification to which
it conforms.
All pipes and fittings shall be coated internally and externally with the same material at
the factory, the fittings being preheated prior to total immersion in a bath containing a
uniformly heated composition having a tar/other suitable base. The coating material
shall have good adherence and shall not scale off. The coating shall be smooth and
tenacious and hard enough not to flow when exposed to a temperature of 77 degree C
but not so brittle at a temperature of '0' degree C as to chip off when scratched lightly
with a pen knife.
All pipes and fittings before installation at site shall be tested hydrostatically to a
pressure of 0.45 Kg/sq. cm without showing any sign of leakage, sweating or other
defects of any kind. The pressure shall be applied internally and shall be maintained for
not less than 15 minutes. All these tests shall be carried out in the presence of the
representative of the Project Manager. Alternatively a test certificate from
manufacturers be obtained before despatch of material to site.
Cast Iron Specialities
If required, Cast iron speciality items such as deep seal floor traps, urinal traps, trap
integral pieces with integral inlet/outlet connections, manhole cover with frame,
chamber cover etc. shall be fabricated to suit individual location requirements. The
contractor shall arrange the fabrication of these items from an approved source.
Lead Caulked joints with Pig Lead:
The approximate depth and weights of Pig Lead for various diameters of CI pipes and
specials shall be as follows:
Nominal size of
Pipe (mm)
Lead per Joint (Kg)
Lead per Joint (Kg)
IS:3989
IS:1729
50
0.77
75
0.60
0.88
100
0.85
0.99
150
1.5
Page 124 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
3.2
Galvanized Iron Pipes
Waste pipes of 50mm dia. and below and where called for shall be galvanized iron pipes
screwed and socketed conforming to the requirements of IS:1239 of heavy grade. The
pipes and sockets shall be cleanly finished, well galvanized in and out and free from
cracks, surface flaws, laminations and other defects. All screw thread shall be clean and
well cut. All pipes and fittings shall bear manufacturer's trade mark and conform to the
IS as specified.
3.3
Cast Iron Class (LA) pipes
All drainage passing under building floor and passing through retaining wall shall be cast
iron class (LA) pipes (IS : 1536)
Cast iron class (LA) pipe shall be such that they could be cut, drilled or machined.
Pipe centrifugally cast in unlined water cooled moulds shall be heat treated in order to
achieve the necessary mechanical properties and to relieve casing stress; provided that
the specified mechanical properties are satisfied.
Material
Cast iron pipe shall be centrifugally spun cast iron pipe and conforming to IS: 1536-1976
Fittings
Fittings shall be used for cast iron class (LA pipes shall conform to IS: 1538-1976).
Whenever possible junction from branch pipe shall be made by wyes.
All cast iron water main pipes and fittings shall be manufactured to IS:1536 of tested
quality. The pipes and fittings shall either be spigot and socket type or as called for. The
pipes and fittings shall be of uniform material throughout and shall be free from all
manufacturing defects.
Joints
Cast iron class (LA) pipe used for soil and waste pipes shall be jointed with refined pig
lead conforming to IS:27-1977, sufficient skein of jute rope shall be caulked to leave
minimum space of 25 mm for the pig lead to be poured in. After pouring the lead shall
be caulked in to the joint with caulking tools and hammer of proper width. All surface
lead shall be out and joint left flush with the rim of the socket. One continuous lead
pour shall be thoroughly caulked at least 3 time around.
Page 125 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Laying
i.
Fittings used for CI drainage pipe shall conform to IS:1538-1976. Wherever
possible junction from branch pipes shall be made by a Y/tee.
ii.
Lead Caulked joints with Pig Lead:
The approximate depth and weights of Pig Lead for various diameters of CI pipes
and specials shall be as follows:
Nominal size of
Pipe (mm)
4.
Lead per Joint (Kg)
Depth of Lead Joint
(mm)
80
1.8
45
100
2.2
45
125
2.6
45
150
3.4
50
200
5.0
50
250
6.1
50
iii.
The spigot of pipe of fittings shall be centered in the adjoining socket by
caulking. Sufficient turns of tarred gasket shall be given to leave a depth of 45
mm when the gasket has been caulked tightly home. Joining ring shall be placed
round the barrel and against the face of the socket. Molten pig lead shall then
be poured to fill the remainder of the socket. This shall then be done in one
pouring. The lead shall then be solidly caulked with suitable tools and hammers
weighting not less than 2 Kgs.
iv.
For lead wool joints the socket shall be caulked with tarred gasket, as explained
above. The lead wool shall be inserted into the sockets and tightly caulked home
skin by skin with suitable tools and hammers of not less than 2 Kg weight until
joint is filled.
PIPES HANGERS, SUPPORTS, CLAMPS ETC.
All vertical pipes shall be fixed by clamps and angle brackets truly vertical.
Branch pipes shall be connected to the stack at the same angle as that of the
fittings. No collars shall be used on vertical stacks. Each stack shall be
terminated at top with a cowl (terminal guard).
Page 126 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Horizontal pipes running along ceiling shall be fixed on structural adjustable
clamps of special design shown on the drawings or as directed. Horizontal pipes
shall be laid to uniform slpe and the clamps adjusted to the proper levels so that
the pipes fully reset on them.
Contractor shall provide all sleeves, openings, hangers, inserts during the
construction. He shall provide all necessary information to the building
contractor for making such provisions in the structure as necessary. All damages
shall be made good to restore the surfaces.
Clamps shall be of approved design and fabricated from MS flats (which shall be
enamel painted after fabrication) of thickness and sizes as per drawings or
contractor’s shop drawings.
Clamps shall be fixed in accordance to
manufacturer’s details / shop drawings to be submitted by the contractors.
When required to be fixed on RCC columns, walls or beam they shall be fixed
with approved type of expansion anchor fasteners (Dash fasteners) of approved
design and size according to load.
Structural clamps e.g.. trapeze or cluster hangers shall be fabricated by electrowelding from MS structural members e.g. rods, angles, channels flats as per
contractors shop drawings shall be enamel painted after fabrication.
5.
INSTALLATION OF SOIL, WASTE & VENT PIPES
Soil, waste & vent pipes in shafts under the floors / suspended below slab shall consist
of cast iron pipes as described earlier. Waste pipes from bottle trap to floor/urinal traps
for wash basin, urinal and sink shall be GI pipes and fittings.
All Horizontal pipes running below the slab and along the ceiling, shall be fixed on
structural adjustable clamps, sturdy hangers of the design as called for in the drawings.
The pipes shall be laid in uniform slope and proper levels. All vertical pipes shall be truly
vertical fixed by means of stout clamps in two sections, bolted together, built into the
walls, wedged and neatly jointed. The branch pipes shall be connected to the stack at
the same angle as that of fittings. All connections between soil, waste and ventilating
pipes and branch pipes shall be made by using pipe fittings with inspection doors for
cleaning. Pipes shall be fixed in a manner as to provide easy accessibility for repair and
maintenance and shall not cause obstruction in shafts. Where the horizontal run off the
pipe is long or where the pipes cross over building expansion joints etc. suitable
allowance shall be provided for any movements in the pipes by means of expansion
joint etc. such that any such movement does not damage the installation in any way.
Page 127 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
All cast iron pipes and fittings shall be jointed with best quality soft pig lead free from
all impurities conforming to IS 27.
Before jointing, the interior of the socket and exterior of the spigots shall be thoroughly
cleaned and dried. The spigot end shall be inserted into the socket right up to the back
of the socket and carefully centered by two or three laps of threaded spun yarn, twisted
into ropes of uniform thickness, well caulked into the back of the socket. No piece of
yarn shall be shorter than the circumference of the pipe. The jointed pipe line shall be at
required levels and alignment. The reminder of the socket is left for the lead caulking.
Where the gasket has been tightly held, a jointing ring shall be placed round the barrel
against the face of the socket. Molten pig lead shall be poured to fill the remainder of
the socket in one pouring. The lead then shall be solidly caulked with suitable tools by
hammering right round the joints to make up for the shrinkage of the molten metal on
cooling and preferably finish 3mm behind the socket face.
The depth of the lead joints for the cast iron pipes shall be 45mm for the pipes upto
100mm dia. and 50mm for the pipes beyond 100mm dia. respectively.
The joint shall not be covered till the pipe line has been tested under pressure. Rest of
pipe line shall be covered so as to prevent the expansion and contraction due to
variation in temperature.
Rainwater Pipes
All open terraces shall be drained by rain water downtakes.
Rainwater down takes are separate and independent of the soil and waste system and
will discharge into the underground storm water drainage system of the complex.
Rainwater in open courtyards shall be collected in catch basins and connected to the
Storm Water Drains.
Any dry weather flow from waste appliances, e.g. AHU’s pump rooms, waste water
sumps shall connect to sewers after traps and not in the storm water drainage systems.
Balcony / Planter drainage
Wherever required, all balconies, terraces, planters and other frontal landscape areas
will be drained by vertical down takes or other type of drainage system shown on the
drawings and directed by the Project Manager.
Page 128 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
6.
TRAPS
6.1
Floor Traps
Floor traps where specified shall be siphon type full before P or S type cast iron having a
minimum 50 mm deep seal. The trap and waste pipes when buried below ground shall
eb set and encased in cement concrete blocks firmly supported on firm ground or when
installed on a sunken RCC structural slab. The blocks shall be in 1:2:4 mix (1 cement : 2
coarse sand : 4 stone aggregate 20 mm nominal size).
Contractor shall provide all necessary shuttering and centering for the blocks. Size of
the block shall be 30 x 30 cms of the required depth.
6.2
Floor Trap Inlet /Hopper
Bath room traps and connection shall ensure free and silent flow of discharing water.
Where specified, contractor shall provide a special type of floor inlet fitting fabricated
from gI pipe, with one, two or three inlet sockets welded on side to connect the waste
pipe. All joint between waste hopper and CI inlet socket shall be lead caulked. Inlet
shall be connected to a CI “P” trap. Floor trap inelt and the traps shall be set in cement
concrete blocks where burried in floors without extra charge. Floor trap for the shower
cubicle shall suit site and as per the approval of Owner’s site representative. All
fabricated hopper shall be hot dip galvanized.
6.3
Floor Trap Grating
Floor and urinal traps shall be provided with 100 – 150 mm square or round stainless
steel gratings, with frame and rim of approved design and shape or as specified in the
schedule of quantities approved by the Owner’s site representative.
6.4
Cleanout Plugs
Floor Clean Out Plug
Clean out plug for soil, waste or rain water pipes laid under floors shall be provided near
pipe junctions bends, tees, “Ys” and on straight runs at such intervals as required as per
site conditions. Cleanout plugs shall terminate flush with the floor level. They shall eb
threaded and provided with key holes for opening. Cleanout plugs shall be cast brass
suitable for the pipe dia. With screwed to a GI socket. The socket shall be lead caulked
to the drain pipes.
Cleanout on Drainage Pipes
Cleanout plugs shall be provided on head of each drain and in between at locations
indicated on plans or directed by Owner’s site representative. Cleanout plugs shall be of
Page 129 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
size matching the full bore of the pipe but no exceeding 150 mm dia. CO plugs on drains
of greater diameters shall be 150 mm dia. fixed with a suitable reducing adapter.
Floor cleanout plugs shall be cast brass.
Cleanouts provided at ceiling level pipe shall be fixed to a CI flanged tail piece. The
cleanout doors shall be specially fabricated from light weight galvanized sheets and
angles with hinged type doors with fly nuts, gasket etc. as per drawing.
7.
PIPE PROTECTION
Cast iron soil and waste pipes under floor in sunken slabs and in wall chases (when cut
specially for the pipe) shall be encased in cement concrete 1:2:4 mix (1 cement : 2
coarse sand : 4 stone aggregate of 12 mm size) 10 cm bed and alround. When pipes are
running well above the structural slabs, the encased pipes shall be supported with
suitable cement concrete pillars of required height and size at intervals directed by the
Project Manager.
8.
CUTTING AND MAKING GOOD
Pipes shall be fixed and tested as building proceeds. The contractor shall provide all
necessary holes, cutouts and chases in structural members as building work proceeds.
Wherever holes are cut or left originally they shall be made good with cement concrete
1:2:4 (1 cement : 2 coarse sand : 4 stone aggregate 20 mm nominal size) or cement
mortar 1:2 (1 cement : 2 coarse sand). Cured and the surface restored to original
condition.
9.
PAINTING
Soil, waste, vent and rain water pipes in exposed location, in shafts and pipe space shall
be painted with two or more coats of ready mix oil paint to give an even shade. Before
painting all dust and extraneous matter shall be removed.
Paint shall be of approved quality and shade. Where directed by the Owner’s site
representative pipes shall be painted in accordance with approved pipe colour code.
Pipe in chase shall be painted with two coats of bitumen paint, covered with polythene
tape and a final coat of bitumen paint. Exposed pipes shall be painted with synthetic
enamel paint after removing dust and extraneous matter.
C.I. Soil and waste pipes below ground and covered in cement concrete shall not be
painted.
Page 130 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
10.
TESTING
Testing shall be done in accordance with IS:1172 and IS:5329 except as may be modified
herein under.
Entire drainage system shall be tested for water tightness and smoke tightness during
and after completion of the installation. No portion of the system shall remain
untested. Contractor must have adequate number of expandable rubber bellow plugs,
manometers, smoke testing machines, pipe and fitting work tests,
All materials obtained and used on site must have manufacturer’s hydraulic test
certificate for each batch of materials used on the site.
Before use at site all CI pipes shall be tested by filling up with water for at least 30
minutes. After filling, pipes shall be struck with a hammer and inspected for blow holes
and cracks. All defective pipes shall be rejected and removed from the site within 48
hours. Pipes with minor sweating may be accepted at the discretion of the Project
Manager.
Soil and waste pipes shall be tested in sections after installation, by filling up the stack
with water. All openings and connections shall be suitably plugged as approved by the
Project Manager. The total head in the stack shall be 4.5 m at the highest point of the
section under test. The period of test shall be minimum for 30 minutes or as directed by
the Project Manager. If any leakage is visible, the defective part of the work shall be cut
out and made good.
On completion of the work the entire installation shall be tested by smoke testing
machine. The test shall be conducted after the plumbing fixtures are installed and all
traps have water seal or by plugging the outlets with bellow plugs. Apply dense smoke
keeping the top of stack open and observe for leakages. Rectify or replace defective
sections.
After the installation is fully complete, it should be tested by flushing the toilets, running
at least 20% of all taps simultaneously and ensuring that the entire system is self
draining, has no leakages, blockages etc. rectify and replace where required.
A test register shall be maintained and all entries shall be signed and dated by the
Contractor and the Project Manager or his representative.
All pipes in wall chase or meant to be encased or buried shall be hydro tested before the
chase in plastered or the pipe encased or buried.
Page 131 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
SECTION-05
:: EXTERNAL DRAINAGE
(SEWAGE & STORM WATER DISPOSAL)
1
SCOPE
The scope of this section comprises the supply, installation, testing and commissioning of
external drainage & sewage disposal services.
1.1
General Scheme
The contractor shall install a drainage system to effectively collect, drain and dispose all
soil and waste water from various parts of the buildings, appurtenances and equipment.
The piping system shall finally terminate and discharge into the Sewage sump and finally
discharge by pumping to Municipal Sewer line. The piping work mainly consists of laying
of Salt glazed stoneware pipes, reinforced cement concrete pipes and cast iron soil pipes
as called for on the drawings. All piping shall be installed at depth greater than 80 cm
below finished ground level. The disposal system shall include construction of gully
traps, manholes, intercepting chambers as indicated. The piping system shall be vented
suitably at the starting point of all branch drains, main drains, the highest/lowest point
of drain and at intervals as shown. All ventilating arrangements shall be unobstructive
and concealed. The work shall be executed strictly in accordance with IS: 1742. The
sewage system shall be subject to smoke test for its soundness as directed by the
Project Manager. Wherever the sewerage pipes run above water supply lines, same
shall be completely encased in cement concrete 1:2:4 all round with the prior approval
of the Project Manager.
Without restricting to the generality of the foregoing, the drainage system shall interalia include:
a.
Sewer lines including earth work for excavation, disposal, back filling and
compaction, pipe lines, manholes, drop connections and connections to the
municipal or existing sewer.
b.
Storm water drainage, earth works for excavation, disposal, backfilling and
compaction, pipe lines, manholes, catch basins and connections to the existing
municipal storm water drain or connected as indicated by the Project Manager.
Page 132 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
General Requirements
All materials shall be new and of quality conforming to specifications and subject to the
approval of the Owner’s site representative. Wherever particular makes are mentioned,
the choice of selection shall remain with the Architect / Consultant / Owner’s site
representative.
Drainage lines and open drains shall be laid to the required gradients and profiles.
All drainage work shall be done in accordance with the local municipal bye-laws.
Contractor shall obtain necessary approval and permission for the drainage system from
the municipal or any other competent authority.
Location of all manholes, etc shall be got confirmed by the Project Manager before the
actual execution of work at site. As far as possible, no drains or sewers shall be laid in
the middle of road unless otherwise specifically shown on the drawings or directed by
the Project Manager in writing.
All materials shall be rust proofed; materials in direct or indirect contact shall be
compatible to prevent electrolytic or chemical (bimetallic) corrosion.
2.
TRENCHING FOR PIPES AND DRAINS
2.1
General
All the material shall be new of best quality conforming to specifications and subject to
the approval of the Architects. Drainage lines shall be laid to the required gradients and
profiles. All drainage work shall be done in accordance with the local municipal by-laws.
Contractor shall obtain necessary approval and permission for the drainage system from
the municipal or any other competent authority. Location of all manholes, catch basins
etc. shall be finalized and shown in approved shop drawings before the actual execution
of work at site. All work shall be executed as directed by the Project Manager.
Page 133 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2.2
Alignment & Grade
The sewer and storm water drainage pipes shall be carefully laid to levels and gradients
shown in the plans and sections but subject to modifications as shall be ordered by the
Architects from time to time to meet the requirements of the works. Great care shall be
taken to prevent sand etc. from entering the pipes. The pipes between two manholes
shall be laid truly in straight lines without vertical or horizontal undulations. The body of
the pipes shall rest on an even bed in the trench for its length and places shall be
excavated to receive collar for the purpose of jointing. No deviations from the lines,
depths of cuttings or gradients as called for on the drawings shall be permitted without
the written approval of the Architect. All pipes shall be laid at least 60cms below the
finished ground level or as called for on the drawings.
2.3
Setting out Trenches
The contractor shall set out all trenches, manholes, chambers and such other works to
true grades and alignments as called for. He shall provide the necessary instruments for
setting out and verification for the same. All trenches shall be laid to true grade and in
straight lines and as shown on the drawings. The trenches shall be laid to proper levels
by the assistance of boning rods and sight rails which shall be fixed at intervals not
exceeding 10 meters or as directed by the Project Manager.
2.4
Trench Excavation
The trenches for the pipes shall be excavated with bottoms formed to level and
gradients as shown on the drawings or as directed by the Project Manager. In soft and
filled in ground, the Project Manager may require the trenches to be excavated to a
greater depth than the shown on the drawings and to fill up such additional excavation
with concrete (1:4:8) consolidated to bring the excavation to the required levels as
shown on the drawings.
All excavations shall be properly protected where necessary by suitable timbering, piling
and sheeting as approved by the Project Manager. All timbering and sheeting when
withdrawn shall be done gradually to avoid falls. All cavities be adequately filled and
consolidated. No blasting shall be allowed without prior approval in writing from the
Architect. It shall be carried out under thorough and competent supervision, with the
written permission of the appropriate authorities taking full precautions connected with
the blasting operations. All excavated earth shall be kept clear of the trenches to a
distance equal to 75 cms.
Page 134 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2.5
Timbering of Sewer and Trenches
The Contractor shall at all times support efficiently and effectively the sides of all the
trenches and other excavations by suitable timbering, piling and sheeting and they shall
be close timbered in loose or sandy starta and below the surface of the sub soil water
level.
All timbering, sheeting and piling with their wallings and supports shall be of adequate
dimensions and strength and fully braced and strutted so that no risk of collapse or
subsidence of the walls of the trench shall take place.
The Contractor shall be held responsible and shall be accountable for the sufficiency of
all timbering, bracings, sheeting and piling used and also for, all damage to persons and
property resulting from improper quality strength placing, maintaining or removing of
the same.
2.6
Shoring of Buildings
The Contractor shall shore up all buildings, walls and other structures, the stability of
which is liable to be endangered by the execution of the work and shall be fully
responsible for all damages to persons or property resulting from any accident.
2.7
Obstruction Road
The contractor shall not occupy or obstruct by his operation more than one half of the
width of any road or street and sufficient space shall then be left for public and private
transit. He shall remove the materials excavated and bring them back again when the
trench is required to be refilled. The contractor shall obtain the consent of the Project
Manager in writing before closing any road to vehicular traffic and the foot walks must
be clear at all times.
2.8
Protection of Pipes etc.
All pipes, water mains, cables etc. met in the course of excavation shall be carefully
protected and supported. Care shall be taken not to disturb the cables, the removal of
which shall be arranged by the contractor with the written consent from the Project
Manager.
Page 135 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2.9
Trench Back Filling
Refilling of the trenches shall not be commenced until the length of pipes therein has
been tested and approved. All timbering which may be withdrawn safely shall be
removed as filling proceeds. Where the pipes are unprotected by concrete hunching,
selected fine material shall be carefully hand-packed around the lower half of the pipes
so as to buttress them to the sides of the trench.
The refilling shall then be continued to 150mm over the top of the pipe using selected
fine hand packed material, watered and rammed on both sides of the pipes with a
wooden hammer. The process of filling and tamping shall proceed evenly in layers not
exceeding 150mm thickness, each layer being watered and consolidated so as to
maintain an equal pressure on both sides of the pipe line. In gardens and fields the top
solid and turf if any, shall be carefully replaced.
2.10
Contractor to restore settlement and Damages
The contractor shall at his own costs and expenses, make good promptly during the
whole period for the works in hand if any settlement occurs in the surfaces of roads,
beams, footpaths, gardens, open spaces etc. in the public or private areas caused by his
trenches or by his other excavations and he shall be liable for any accident caused
thereby. He shall also, at his own expense and charges, repair (and make good) any
damage done to building and other property. If in the opinion of the Project Manager he
fails to make good such works with all practicable dispatch, the Project Manager shall be
at his liberty to get the work done by other means and the expenses thereof shall be
paid by the contractor or deducted from any money that may be or become due to him
or recovered from him by any other manner according to the laws of land.
The contractor shall at his own costs and charges provide places for disposal of all
surplus materials not required to be used on the works. As each trench is refilled,
surplus soil shall be immediately removed, the surface shall be properly restored and
roadways and sides shall be left clear.
Page 136 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2.11
Removal of Water from Sewer, Trench etc.
The contractor shall at all times during the progress of work keep the excavations free
from water which shall be disposed by him in a manner as will neither cause injury to
the public health nor to the public or private property nor to the work completed or in
progress nor to the surface of any road or streets, nor cause any interference with the
use of the same by the public.
If any excavation is carried out at any point or points to a greater width of the specified
cross section of the sewer with its cover, the full width of the trench shall be filled with
concrete by the contractor at his own expense and charges to the requirements of the
Project Manager.
2.12
Removal of Filth
All night soil, filth or any other offensive mater met with during the execution of the
works, shall not be deposited on the surface of any street or where it is likely to be a
nuisance or passed into any sewer or drain but shall be immediately, after it is taken out
of any trench, sewer or cess pool, put into the carts and removed to a suitable place to
be provided by the Contractor.
2.13
Width of Trench
The Project Manager shall have power by giving an order in writing to the Contractor to
increase the maximum width/depth for excavation and backfilling in trenches for
various classes of sewer, manholes and other works in certain length to be specifically
laid down by him, where on account of bad ground on other unusual conditions, he
considers that such increased width/depths are necessary in view of the site conditions.
3
PIPING MATERIAL
3.1
RCC pipes
All pipes shall be centrifugally spun RCC pipes NP2. Pipes shall be true and straight with
uniform bore throughout. Cracked, warped pipes shall not be used on the work. All
pipes shall be tested by the manufacturer and the Contractor shall produce, prior to use
on site, a certificate to that effect from the manufacturer.
The pipes shall be with or without reinforcement as required and of the class as
specified. These shall conform to IS:458-1971.
Page 137 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
All pipes shall be true to shape, straight, perfectly sound and free from cracks and flaws.
The external and internal surface of the pipes shall be smooth and hard. The pipes shall
be free from defects resulting from imperfect grading of the aggregate mixing or
moulding.
Laying
RCC spun pipes shall be laid on cement concrete bed of cradles as specified and shown
on the detailed drawings. The cradles may be precast and sufficiently cured to prevent
cracks and breakage in handling. The invert of the cradles shall be left 12 mm below the
invert level of the pipe and properly placed on the soil to prevent any disturbance. The
pipe shall then be placed on `the bed concrete or cradles and set for the line and
gradient by means of sight rails and boning rods, etc. Cradles or concrete bed may be
omitted, if directed by the Project Manager.
Jointing
Semi flexible type collar joint.
Hemp rope soaked in neat cement wash shall be passed round the joint and inserted in
it by means of caulking tool. More skein of yarn shall be added and rammed home.
Cement mortar with one part of cement and two part of sand and with minimum water
content but on no account soft or sloppy, shall be carefully inserted, punched and
caulked into the collar and more cement mortar added until the space of the collar has
been filled completely with tightly caulked mortar. Provision of rubber sealing ring in the
collar joint shall also be made. The joint shall then be finished off neatly outside the
socket at an angle of 45 deg.
Curing:
The joint shall be cured for at least seven days. Refilling at joints will be permitted only
on satisfactory completion of curing period.
Page 138 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Cement Concrete for Pipe Supports:
a.
Unless otherwise directed by the Project Manager cement concrete for bed, all
round or in haunches shall be in the mix 1:4:8(1cement : 4 coarse sand :8 graded
stone aggregate 40 mm nominal size):
Description
Upto 1.4 m
Upto 3 m
Beyond 3 m
Depth (5’)
Depth (10’)
Depth (10’)
Pipes in open ground
(no sub soil water)
all round
in haunches
all round
RCC/C.I pipes in sub soil
water
RCC/C.I pipes ( in all
Conditions)
all round
in haunches
in haunches
all round
in haunches
in haunches
RCC/C.I pipes under
Road or building
all round
all round
all round
b.
R.C.C. pipes or CI pipes may be supported on brick masonry or precast R.C.C. or
in situ cradles. Cradles shall be as shown on the drawings.
c.
Pipes in loose soil or above ground shall be supported on brick or stone masonry
pillars as shown on the drawings.
Measurement:
a.
Excavation
Measurement for excavation of pipes trenches shall be made per linear meter.
b.
Trenches shall be measurement between outside walls of manholes at top and
the depth shall be the average depth between the two ends to the nearest cm.
The rate quoted shall be for a depth upto 1.5 metre or as given in the Bill of
Quantities.
Payment for trenches more than 1.5 m in depth shall be made for extra depth as
given in the Bill of Quantities and above the rate for depth upto 1.5 m.
Page 139 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
c.
3.2
RCC pipes shall be measured for length of the pipe line per linear meter.
i.
Length between manholes shall be recorded from inside of one manhole
or inside of other manhole.
ii.
Length between gully trap and manhole shall be recorded between
socket of pipe near gully trap and inside of manhole.
Cast Iron Class (LA) Pipe:
All drainage line passing under building, floors and roads with heavy traffic shall be Cast
Iron Class (LA) Pipe.
Cast Iron Class (LA) pipe shall be such that they could be cut, drilled or machined. Pipe
centrifugally cast in unlined water cooled moulds shall be heat treated in order to
achieve the necessary mechanical properties and to relieve casting stresses; provide
that the specified mechanical properties are satisfied.
Material
Cast iron pipe shall be centrifugally spun cast iron pipes and conforming to IS:15361976.
Fittings
Fittings shall be used for Cast Iron Class (LA) Pipes shall conform to IS:1538-1976.
Whenever possible junction from branch pipe shall be made by Wyes.
Laying
Fittings used for C.I drainage pipe shall conform to IS:1538-1976. Whenever possible
junction from branches pipes shall be made by a Wyes.
All cast iron pipes and fittings shall be jointed with best quality soft pig lead (conforming
to IS 782-1966) which shall be free from impurities. In wet trenches joints shall be made
from lead wool. Nothing extra will be paid for lead wool joints. Depth of pig lead and
weight for joints shall be as given in table below:
Page 140 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Lead caulked Joints with Pig Lead
The approximate depth and weights of Pig Lead for various diameters of C I pipes and
specials shall be as follows:
Nominal Size of Pipe
Lead per joint
Depth of Lead Joint
mm
Kg
mm
80
1.8
45
100
2.2
45
125
2.6
45
150
3.4
50
200
5.0
50
250
6.1
50
The spigot of pipe of fittings shall be centred in the adjoining socket by caulking.
Sufficient turns of tarred gasket shall be given to leave a depth of 45 mm when the
gasket has been caulked tightly home. Joining ring shall be placed round the barrel and
against the face of the socket. Molten pig lead shall then be poured to fill the remainder
of the socket. This shall then be done in one pouring. The lead shall then be solidly
caulked with suitable tools and hammers weighting not less than 2 Kgs.
Measurement:
a.
Excavation
Measurement for excavation of pipes trenches shall be made per linear meter.
b.
Trenches shall be measurement between outside walls of manholes at top and
the depth shall be the average depth between the two ends to the nearest cm.
The rate quoted shall be for a depth upto 1.5 metre or as given in the Bill of
Quantities.
Payment for trenches more than 1.5 m in depth shall be made for extra depth as
given in the Bill of Quantities and above the rate for depth upto 1.5 m.
Page 141 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
c.
3.3
C.I class (LA) pipes shall be measured for the length of the pipe line per linear
meter i.e:
i.
Length between manholes shall be recorded from inside of one manhole
or inside of other manhole.
ii.
Length between gully trap and manhole shall be recorded between
socket of pipe near gully trap and inside of manhole.
Salt Glazed Stoneware Pipes
Stoneware pipes shall be new and of First Class quality salt glazed and free from rough
texture inside and outside and straight. All pipes shall comply with IS:651 and have the
manufacturers name marked on them.
Laying of Salt Glazed Stoneware Pipes:
Pipes are liable to be damaged in transit and notwithstanding tests that may have been
made before dispatch each pipe shall be examined carefully on arrival at site. Each pipe
shall be lightly struck with a wooden hammer or mallet and those that do not ring true
and clear shall be rejected. Sound pipes shall be carefully stacked to prevent damage.
All defective pipes shall be segregated, marked in a conspicuous manner and their use
in the works prevented by expeditiously removing them from the work site.
The pipes shall be laid with sockets leading uphill and shall rest on solid and even
foundations for the full length of the barrel. Socket holes shall be formed in the
foundation sufficiently deep to allow the pipe jointer room to work right round the
pipe and as short as practicable to admit the socket and allow the joint to be made.
Where pipes are not bedded on concrete the trench bottom shall be left slightly high
and carefully bottomed up as pipes laying proceeds so that the pipe barrels rest on firm
ground. If excavation has been carried to low it shall be made up with cement concrete
1:4:8 (1 cement: 4 coarse sand: 8 stone aggregate 20mm nominal size) at the
Contractor's cost and charges
Jointing of Salt Glazed Stoneware Pipes:
Tarred gaskin shall first be wrapped round the spigot of each pipe and the spigot shall
then be placed into the socket of the pipe previously laid, the pipe shall then be
adjusted and fixed in its correct position and the gaskin caulked tightly home so as to
fill not more than one quarter of the total length of the socket.
Page 142 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
The remainder of the socket shall be filled with stiff mix of cement mortar (1cement: 1
clear sharp washed sand). When the socket is filled, a fillet shall be of 45 degrees with
the barrel of that pipe. The mortar shall be mixed as needed for immediate use and no
mortar shall be beaten up and used after it has begun to set.
After the joint has been made any extraneous materials shall be removed from the
inside of the joint with a suitable scarper of "badger". The newly made joints shall be
protected until set, from the sun, drying winds, rain or dust. Sackling or other materials
which can be kept damp shall be used. The joints shall be exposed and space left all
around the pipes for inspection by the Project Manager. The inside of the sewer must be
left absolutely clear in bore and free from cement mortar or other obstructions
throughout its entire length, and shall efficiently drain and discharge.
S.W. Gully Trap
Gully trap shall be stoneware conforming to IS:651. These shall be sound and free from
visible defects such as fire cracks, or hair cracks. The glaze of the traps shall be free from
cracks. They shall give a sharp clear note when struck with light hammer. There shall be
no broken blisters. Each gully trap shall have one CI grating of square size corresponding
to the dimensions of inlet of gully trap. It will also have a water tight CI cover with frame
inside dimensions 300 x 300mm the cover weighing not less than 4.5 kg and the frame
not less than 2.7kg. The grating cover and frame shall be of good casting and shall have
truly square machined seating faces.
Fixing of S.W. Gully Trap
The excavation for gully traps shall be done true to dimensions and levels as indicated
on plans or as directed by the Project Manager /Consultant / Architect. The gully traps
shall be fixed on cement concrete foundation 65cm square and not less than 10cm thick.
The mix for the concrete will be 1:4:8. The jointing of gully outlet to the branch drain
shall be done similar to the jointing of S.W. Pipes described earlier. After fixing and
testing gully and branch drain, a brick work of specified class in cement mortar 1:5 shall
be built with a half brick masonry work round the gully trap from the top of the bed
concrete upto ground level. The space between the chamber and trap shall be filled in
with cement concrete 1:3:6. The upper portion of the chamber i.e. above the top level
of the trap shall be plastered inside the cement mortar 1:3 finish with a floating coat of
neat cement. The corners and bottom of the chamber shall be rounded off so as to
slope towards the grating.
CI cover with frame 300 x 300 mm (inside) shall then be fixed on the top of the brick
masonry with cement concrete 1:2:4 and rendered smooth. The finished top cover shall
be so as to prevent the surface water from entering the gully trap.
Page 143 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Measurements
Gully traps shall be measured by the number and rate which shall include all excavation,
foundation, concrete, brick masonry, cement plaster inside and outside, C I grating and
sealed cover and frame.
4.
CONSTRUCTION OF MANHOLE
Where manholes are to be constructed, the excavation, filling back and ramming,
disposal of surplus earth, preparation of bottom and sides etc. shall be carried out as
described earlier under trench excavation. Manhole shall be sized and depths as called
for in the drawings and Bill of Quantities.
The manhole shall be built on a base concrete 1:3:6 of 150mm thickness for manholes
upto 1500mm depth and 250mm thickness for manholes from 1500 to 2500mm depth
and 300mm thickness manholes of depth greater than 2500mm. Reinforcement as
shown shall be provided in the base slabs.
The walls shall be of brick work of thickness as shown in drawings built in cement
mortar 1:5. The joints of brick work shall be raked and plastered internally in cement
mortar 1:3 (at least 12 mm thick) and finish with a coat of neat cement, external plaster
shall be rough plaster in 1:3, PCC benching & semi circular channels of the same
diameter as the pipes shall be provided and finished with neat cement coating.
Above the horizontal diameter, the sides of channel shall be extended vertically to the
same level as the crown of the outgoing pipe and the top edge shall be suitably rounded
off. The branch channels shall also be similarly constructed with respect to the benching
but at their junction with the main channel an appropriate fall suitably rounded off in
the direction of flow in the main channel shall be given. All manholes / sumps shall be
provided with poly propylene coated steel reinforced foot rest. The polyproplene shall
confirm to ASTM D-4101 specification, injection moulded around 12 mm dia IS-1786
grade FE-415 steel reinforcing bar. These rungs shall be set at 30cms interval in two
vertical runs at 380mm apart horizontally. The top rung shall be 450mm below the
manhole cover. Unless otherwise mentioned, manholes shall be constructed to the
requirements of Indian Standard IS:4111 (Part I). All manholes shall be constructed so as
to be water tight under test. All angles shall be rounded to a 75mm radius with cement
plaster 20mm thick. The benching at the side shall be carried out in such a manner so as
to provide no lodgment for any splashing in case of accidental flooding. Manhole cover
with frame shall be of cast iron of an approved make. The covers and frame shall
generally be double seal as specified in the Bill of Quantities.
Page 144 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
4.1
Measurements
Manhole shall be measured in numbers as indicated in the Bill of Quantity. The depth of
manhole shall be measured from invert of channel to the top of manhole cover.
Manhole with depth greater than specified under the main item shall be paid for under
`Extra Depth’ and shall include all items as given for manholes depth will be measured
to the nearest cm. Depth of the manholes shall be measured from top of the manhole
cover to bottom of channel. The following are inclusive in the cost of manhole viz;
i.
ii.
iii.
iv.
v.
vi.
vii.
viii.
ix
x
xi
4.2.
Bed concrete
Brick work.
Plastering (inside & outside)
R C C top slab, benching and channeling including drop connections.
Supply and fix foot rests.
Keeping holes and embedding pipes for all the connections.
Excavation, refilling, necessary de-watering and disposing off surplus soil to a
places as directed by Project Manager.
Curing.
Cost of angle frame and embedding the frame in concrete bed.
Testing.
De-watering of chambers.
Drop Connection
Drop connection shall be provided between branch sewer and main sewer in the main
sewer itself in steep ground when the difference in invert level of two exceeds 60 cms of
the required sizes. Drop connections from gully traps to main sewer in rectangular shall
be made inside the manholes and shall have CI special types door bend on to top and
heel rest bend at bottom connected by a CI pipe. The pipe shall be supported by holder
bat clamps at 180 cms intervals with atleast one clamp for each drop connection. All
joints shall be lead caulked joints 25mm deep.
Drop connections from branch sewer to main sewer shall be made outside the manhole
wall with CI / CI class LA pipe, connection, vertical pipe and bend at the bottoms. The
top of the tee shall be finished upto the surface level and provided with a CI hinges type
frame and cover 30cms x 30cms. The connection and tee upto the surface chamber of
the tee.
Drop connection made from vertical stacks directly into manholes shall not be
considered as drop connections.
Page 145 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
4.3
Making Connections
Contractor shall connect the new sewer line to the existing manhole by cutting the walls
benching and restoring them to the original condition. A new channel shall be cut in the
benching of the existing manhole for the new connection. Contractor shall remove all
sewage and water if encountered in making the connection without additional cost.
5.
GREASE TRAP
5.1
Size of Grease Trap
The size given in Bill of Quantities and drawings shall be internal size of chamber. The
work shall be done strictly as per standard drawing and following specifications.
5.2
Bed Concrete
Shall be in 1:4:8 cement concrete 150 mm thick.
5.3
Brick work
Brick work shall be with best quality bricks in I:5 CEMENT MORTAR.
Baffle walls shall be of R.C.C and of size as mentioned in Bill of Quantities. Brick partition
constructed of best quality table moulded bricks in cement mortar 1:5 shall be provided
for the entire height of chamber.
5.4
Plaster
The walls of chamber shall be plastered from inside with 12 mm thick cement plaster
1:3 and finished smooth with a floating coat of neat cement & rough plaster on outside
in cement mortar 1:3.
5.5
Chamber Covers
Covers shall be of size and duty as mentioned in Bill of Quantities. Covers shall be of cast
iron as per the details given in the drawing and shall be fixed on frame embedded in
concrete.
C. I steps shall be provided at two corners of the chamber.
All Cast Iron and MS items shall be painted with two coats of bitumastic paint.
Page 146 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
5.6
Cast iron Manhole cover and Frame
The Cast Iron Manhole Cover and Frame shall conform to IS:1726 and the grade and
types have been specified in the Bill of Quantities. The cover and frames shall be cleanly
cast and they shall be free from air and sand holes and from cold shuts. They shall be
neatly dressed and carefully trimmed. All castings shall be free from voids whether due
to shrinkage, gas inclusion or other causes. Covers shall have a raised checkered design
on the top surface to provide an adequate non-slip grip.
The sizes of covers specified shall be taken as the clear internal dimensions of the frame.
The covers and frames shall be coated with a black bituminous composition. The coating
shall be smooth and tenacious. It shall not flow when exposed to a temperature of 63° C
and shall not brittle as to chip off at a temperature of 0° C.
6.
TESTING
All rights of the sewer and drain shall be carefully tested for water tightness by means of
water pressure maintained for not less than 30 minutes. Testing shall be carried out
from manhole to manhole. All pipes shall be subject to a test pressure of 1.5 meter
head of water. The test pressure will however, not exceed 6 meters head at any point.
The pipes shall be plugged preferably with standard design plugs or with rubber plugs
on both sides, the upper end shall, however, be connected to a pipe for filling with
water and getting the required head poured at one time.
Sewer lines shall be tested for straightness by :
i.
Inserting a smooth ball 12 mm less than the internal diameter of the pipe. In the
absence of obstructions such as yarn or mortar projecting at the joints the ball
shall roll down the invert of the pipe and emerge at the lower end.
ii.
means of a mirror at one end a lamp at the other end. If the pipe is straight the
full circle of light will be seen otherwise obstructions or deviations will be
apparent.
iii.
The contractor shall give a smoke test to the drain and sewer at his own expense
and charges, if directed by the Owner’s site representative.
iv.
A test register shall be maintained which shall be signed and dated by contractor
and Owner’s site representative.
Page 147 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
SECTION-06
1.
PUMP
1.1
Positive Suction (Centrifugal)
:: PUMPING SYSTEM
Pump shall be centrifugal installed adjacent to water tank. The MOC shall be as per
schedule of quantity.
1.2
HYDROPNEUMATIC SYSTEM & PUMPING MAINS
1.2.1 SCOPE
This section of the contract involves the design, supply, installation, testing and
commissioning of the complete Hydropneumatic pumping system and other pumping
systems complete with all controls and electrical work for domestic water supply. All
submersible, drainage pumps for the project are also included in this contract. It also
involves testing and commissioning of the pumping system with the domestic water and
flushing water supply & distribution.
This specification described the particulars of the contract, designs and systems chosen,
and mode of operation.
All installation work shall comply with the latest rules and regulations.
The work embraced by these specifications covers the design, submission to authorities,
supply, delivery on site, installation, testing, commissioning and maintenance of the
Hydropneumatic pumping system, other pumping system installation of the building in
accordance with this specification and associated drawings.
The scope of work shall include the following (list is indicative and not exhaustive) :
-
Variable speed pumping units domestic water supply & distribution.
-
Suitably sized food grade quality, non-toxic diaphragm type pressure vessels
complete with necessary interconnections and controls.
-
Control panel for pump control complete with variable speed drives, circuit
breakers, fusses, pressure transmitters etc. complete with all interconnections to
pumps and electrical supply panels.
Page 148 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
-
Pump control units complete with pre-programmed micro-processorchip.
-
Pump monitoring units to monitor operation of pumps.
-
Each Hydropneumatic Pumping unit shall be supplied as a complete set including
variable speed pumps, pressure vessels suction and discharge common
manifolds, non-return valves, isolating valves, pressure transmitters on the
discharge side and level electrode at the suction tank. Each unit shall be
provided with electronic microprocessors for unit control and all necessary
electrical work for the unit.
-
Submersible drainage pumps for plant room drainage complete with electrical
panels and necessary accessories with automation for pump operation.
-
The Hydropneumatic system supplier shall provide the pumping units in the
designated pump rooms as complete units included all necessary piping within
plant such that only discharge connections are required to be connected into the
unit’s discharge manifolds just inside the plant room, by the Plumbing tenderer.
The Hydropneumatic system tenderer shall guarantee specified pump
performance at various pump speeds and Hydropneumatic pumps must be able
to supply at least 2 bar pressure at the highest/farthest fitting.
-
Electrical equipment and installation work including the PLC in Control panel.
-
Painting and labelling of pipework and equipment;
-
Provision of all hold down bolts, spigots struts and the like required to be built in
during construction;
-
Provision of all level switches, flow switches and other sensing devices for status
indication.
-
All interfacing work with other trades.
-
Testing and commissioning and balancing of the Hydropneumatic & Pumping
system;
-
Provisions of operating instructions and maintenance manuals;
-
Provision of spare parts;
-
Training of the employer's staff for proper operation of the entire systems;
Page 149 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2
-
Liaison with Local Authorities to obtain all necessary certificates and approvals,
including the completion of all submission drawings, forms and payment of any
fees and charges. All the costs for all the tests required by Local Authorities shall
be included. To attend to any Authorities inspection regardless of whether this
inspection is carried out after the defect liability period;
-
Provisions of the necessary installation which include pumping works, pipe work
within the pumping unit up to suction and discharge manifolds, conduit and
control wiring, etc. to form a workable system required;
-
All other works and systems as specified in the Contract document and or shown
on the drawings.
-
All cutting, patching, framing up, furring in, chasing and making good associated
with the building construction for the passage of pipes, conduits and the like
including providing GI pipes sleeves of required size corresponding to pipe dia,
wherever pipes crossing fire rated walls and floors and sealing with glass wool in
between and fire sealant compound on either end. Details on shop drawings shall
also be provided.
GENERAL
Equipment offered for supply and installation shall include the following:
All minor items and incidental work, equipment accessories and materials may not be
specifically mentioned but are required for the proper completion of the installations in
accordance with the true intent and meaning of this Specification.
Readily accessible, dust-proof lubricating facilities on all moving parts and equipment
including provision for cleaning all lubricating lines and bearings and charging same with
the correct lubricants after installation but prior to testing and commissioning.
Clearly visible and robust manufacturer's name-plates permanently fitted each and
every item of equipment and showing the manufacturer's name, type and/or model
number, serial number, and all essential operating data such as speed, capacity, voltage,
current draw, etc.
The Tenderer also shall allow provision for the inspection of all plant and equipment by
the manufacturer or his licensed representative, at least twice during the course of the
installation.
Page 150 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
3.
PIPING
The pipes and fittings in the domestic Water Treatment plant room shall be GI class `C'
(heavy class) conforming to IS: 1239 ( Part-I) for pipes and IS:1879 (Part 1 to 10) for
malleable cast iron galvanized fittings or specified in the BOQ.
4
PUMPS FOR HYDROPNEUMATIC & DRAINAGE SYSTEM
4.1
PUMPS
Pumps shall be vertical, centrifugal, multistage directly coupled to motor. Provision of
pump with pump head & base of cast iron and other parts in SS 304 shall be made for
pumps required in Hydropneumatic System. Impeller shall be hydraulically balanced
and keyed to shaft. Pump shall be mounted on a concrete foundation, projecting at
least 15 CM above finished floor level. The pumps base shall be set on a vibration
elimination pad. The pump shall be lubricated in strict accordance with the
manufacturer’s instructions and shall be factory aligned prior to shipment. All motors
and bases shall be painted with approved finish shop coat of paint. The pump shall be
selected for the lowest operating noise level and shall be complete with flexible
connections, valves, and pressure gauges. The pumps shall include cost of foundation
channel complete.
The Tenderer shall supply and install pumps of the type and performance as shown on
the drawings. All duties of pumps given in the Tender Drawings shall be checked and
where necessary corrected before ordering. All the parts of the pumps that are in
contact with water e.g. shaft, impeller etc. shall be of stainless steel construction.
Pumps shall be so selected that the design duty point is within 5% of the maximum
efficiency point. The pump casing so selected shall have ample space to take an
impeller one size larger than that capable of performing the design duty.
The pump shall have a speed of not more than 1500 rpm. However pumps of 2900 rpm
with high efficiency and low noise motor can be selected and noise data submitted for
approval. All pumps and motors shall be of minimum vibration and noise level during
operation. Vibration isolators shall be provided for all pump sets.
Facilities shall be provided to prevent starting of pumps when the water tank is at low
water level. An indicator for this low water level alarm shall be provided.
Facilities to select which pump to be duty pump and standby pump shall be provided
and be interchangeable.
Pump curves for all pumps offered shall be submitted. All curve indicating excessive
shut-off head will not be approved.
Page 151 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Each pump shall be provided with a gate valve at suction and discharge, approved check
valve at discharge, approved strainer at suction, flexible connections at pump suction
and discharge, eccentric reducer at suction, concentric reducer at discharge, pressure
gauges at suction and discharge, circulation relief valve and automatic air relief valve.
Appropriate neoprene vibration isolation mountings shall be provided for each pump
sets.
Vertical Pumps
Multi-stage pumps shall be of centrifugal type and arranged with shafts vertically
installed. The impellers shall be of stainless steel mechanically balanced and keyed to
shaft. Renewable guide rings are to be provided in the casting, keyed to prevent
rotation.
Pumps shall be driven by elevated in-line TEFC squirrel cage motors via extended
vertical shafted complete with universal couplings.
The shafts shall be stainless steel. Stainless steel sleeves shall be provided to protect
the shaft in the water space and through the sealing glands. The sleeves shall be keyed
to prevent rotation and secured against axial movement.
The bearings shall be of ball or roller type protected against ingress of water, dirt and
other matter.
Vertical multistage pumps shall have universal flanges. Intermediate bearing, support
bearing shall be provided in the pump.
The shaft seal shall be easily serviceable and shall allow for correct adjustment and
loading of the seal.. Pump motors above 7.5 kW shall be equipped with a spacer
coupling which allows changing of shaft seals without removing the motor. The pump
motors shall be of Class “F” insulation and IP55 rating and shall be provided with built-in
thermistors for protection against overheating.
4.2
VARIABLE SPEED HYDROPNEUMATIC PUMPING SYSTEM
Variable speed Hydropneumatic pumping units shall be provided for supply of domestic
water, flushing water supply for the project. The units shall be selected so as to provide
at minimum of 1.5 bar pressure at the highest/farthest fitting in each plumbing system,
the unit serves. The hdyropnematic pumping units shall have the following features;
Page 152 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
4.2.1 System Description
The system shall be supplied as complete sets including suction and discharge common
manifolds, non-return valves, isolating valves, pressure transmitter on the discharge side
and electrode at the suction tank.
The system operation will be such that the initial small water demand shall be met by
the charged diaphragm pressure vessel. Should the water demand continue the system
pressure will dip to a preset pump cut-in point when the lead pump starts to operate at
reduced speed through the variable speed drive. However, should the system pressure
be still below the preset value, the controller continuously increases pump speed to
meet the system demand. When the lead pump is not able to meet the system pressure
at full speed, the second pump also starts to operate.
At peak demand all the pumps operate, similarly, if there is a drop in water demand the
duty pump speed starts to reduce, then standby pumps cuts-off, followed by stopping of
the duty pump.
The closed diaphragm pressure vessel shall be of polyethylene material with a pressure
gauge and isolating valve. The interior shall be of non-toxic lining suitable for use with
potable water. The vessel shall be manufactured to conform to ASME pressure vessel
code/standards.
The system shall be under the control of an electronic microprocessor unit (EMU).
A pressure transmitter shall detect the pressure at the delivery manifold and feedback
to the microprocessor control panel via control circuit.
The system shall incorporate a frequency converter or frequency converter motors on
the pumps and the pressure transmitter shall register the actual pressure on the
discharge side.
The variable speed drive pumping system shall maintain a constant pressure regardless
of the system demand. If there is a drop in pressure outside the preset point, the
Variable Speed Drive (VSD) pump shall start to run until the pressure increases to the
preset limit, or it will continue to increase the pump speeds to the upper limit of the
frequency. If the water system demand still cannot be met, the second pump shall be
called in to run, the VSD will then alter the pump speed to meet the preset pressure
point. If the set point is still unable to be met, the third pump is then activated to run
(in case of 3 pumps units).
This shall be achieved by continuously varying the motor speed of the duty pump
according to the demand up to a maximum designed capacity.
Page 153 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Under decreasing hydraulic demand the reverse sequence to the above description shall
apply.
The EMU shall ensure alternation of all the duty and standby pumps for even running
hours for all the pumps.
The frequency converter shall be linked to the motor of the duty pump for continuous
speed adjustment and ultimately the water delivery shall be maintained at constant
pressure at the preset value.
4.2.2 Local Motor Control Panel
The motor control panel shall be equipped with all the necessary electrical
components including a microprocessor control unit and a frequency drive. The
control panel and the microprocessor shall cover the followings functions:
-
Flexibility and simplicity in allowing the necessary re-adjustment of the pumping
system pre-set delivery pressure to operate the pumps within the specified
maximum and minimum delivery ranges.
-
Built-in frictional loss compensation factor which will automatically increase the
delivery pressure setting, in collaboration with the increase in flow demand. This
shall be able to minimize the system pressure differences and provide a more
constant pressure along the supply line and also to save the energy consumption
of the motor when running at low speed.
-
Automatic changeover of the pumps to be controlled by the microprocessor
which dictates the duty and standby pumps to run at variable speed.
-
Built-in clock functions with weekly programming and with switch on system to
operate at at least 10 different pre-set pressure points as required.
-
When the system has not been operated for more than 24 hours, it shall
automatically start the pumps for a few seconds/day to ensure the pumps
readiness at all times. The standby pumps shall be activated upon failure of duty
pump(s). In event of control failure, the pumps shall be able to be start/stopped
manually at the local panel by means of pressure switches.
-
The microprocessor control panel shall be able to cut-off the pumping system
when excess pressure is registered in the discharge common manifold.
Page 154 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
-
The system shall have the capability of receiving input signal concerning reduced
water level in suction tanks and shall have control mechanisms to prevent the
pumps form running dry.
-
Automatically starting the pumps when the water level is back to normal.
-
In case of pump failure due to motor overload, the standby pump is switched on
automatically. Alarm signal is displayed on the LCD Display unit and alarm lights
are activated.
-
Functions to limit the no. of start/stop of pumps per hour.
-
The system control panel shall incorporate at least the following components :
a.
LCD Display
b.
Pumps selections for up to 4 pumps so that system controller can control
up to 6 pumps
c.
Pump status button to display duty pump speed and system capacity
d.
Zone status button to display operating parameters for different pumping
units
e.
Setting button to input preset pressure, system start/stop time etc.
f.
±1 button to key in numeric data such as pressure set point, etc.
g.
Enter button for confirmation of input into the system
h.
Alarm button to show location of fault - self diagnostic function display
i.
Hour Run measurement for each supplied pumpset
j.
Buttons for scrolling to select the actual display reading for system
configuration, i.e. up and down scroll concept.
k.
Necessary devices for programming, supervising and monitoring
operation data/system, status shall be incorporating into the control
panel.
Page 155 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
4.2.3 Operations
Local control panel shall perform as follows :
Auto mode
The desired delivery pressure within the range specified shall be set at the duty local
control panel. The pressure transmitter shall detect the delivery pressure continuously
within 1 second and feedback to the microprocessor which will control the variable
speed drive frequency converter for speed control of the duty pump. When demand
increases, the subsequent pumps in the system will be activated to boost up the
pressure. Ultimately the duty pump set shall be operated fully automatically to
maintain the delivery pressure constantly at the desired set value.
Manual Mode
The on/off function of the pumps shall be manually adjusted at the microprocessor
located at the local control panel.
Frequency Control By-pass Mode
All the pump sets shall be started/ stopped automatically with the pump output at fixed
maximum rotational speed. All the control and protection functions shall remain active.
The cut in/cut out pressure shall be internally calculated by the microprocessor for each
pump.
4.2.4 System Features
The required performance features of each Hydropneumatic pumping unit shall be as
follows :
System Configuration
Variable speed pumps with pressure vessels.
Control panel consisting of the following components :
-
Pump Functional Unit (PFU) - control unit c/w pre-programmed microprocessor
chip. This unit shall control all pumping unit operations through electronic
controller.
-
Pumping Monitoring Unit (PMU) - monitor the operation of the pump sets. This
unit shall allow for monitoring and setting of all control parameter.
Page 156 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
-
Variable Speed Drive
-
Circuit Breakers
-
Fusses
-
Pressure Transmitter
Set Point
Ten separate pressure “set points” shall be able to be programmed into the PMU, and
switching between set points is timed by a real time clock when a lower pressure is
acceptable during certain periods, for instance after hours or weekends, the set point
shall be lowered to minimise power consumption.
An external input shall also be used to switch between set points, or manually adjust a
set point at any time.
Friction Loss Compensation
It shall be possible to allow for the friction loss component of the system, calculated at
full flow and set as a percentage of the set point which will reduce the working pressure
of the pump set depending on the actual no. of pumps in operation. A linear
approximation of system resistance curve can therefore be allowed for, and pressure
will automatically increase as system flow and subsequent frictional losses increase. As
such power consumption shall reduce which is required for the pumping system.
Displays
Through the PMU keypad all variable parameters shall be adjustable, current status of
settings and measured values shall be able to display on the 2 line x 24 character liquid
crystal display.
Individual menus shall be available for monitoring individual pumps, zones, settings,
alarms and ON/OFF functions.
Pump Status
Running hours of each pump
Actual pump status (running, not available, standby, allocated to zone, fault)
Maximum head of pump at zero flow.
Page 157 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Zone Status
This menu shall be the main operating menu where at the setting and operating
parameters can be viewed,
Current operating set point
Measured values in the system
Operating capacity in terms of total output
Mode of operation for the zone
Clock programs (relating to set point pressures)
Standby pumps
Pump change over time
Zone configuration
Pressure transducer scaling
Friction loss compensation
Pump priority
Inlet pressure measuring (if required)
System response times
Allowable number of starts per hour for the pumps
Minimum limit (loss of water, burst mains protection)
Setting Menu (Set)
In this menu all parameters for the operation of the pump set shall be able to be
adjusted as required.
a
Set points (up to 10)
b.
On/Off function (used to prevent unnecessary cycling at low demands)
c.
Displayed pressure units (Bar, PSI, mBar, kPa)
d.
Real time clock programming for any time of the day, week, or weekend
e.
Zone configuration
f.
Friction loss compensation
Page 158 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Alarm
The alarm menu shall display all faults that occur during operation, logging the time and
date of when the fault occurred and when it was corrected, or whether it is still an
actual fault, up to 10 faults can be maintained as history in the controller. The following
type of faults shall be diagnosed by the controller.
a.
Mains failure
b.
Frequency converter fault
c.
Analogue input (pressure transducer) fault
d.
High discharge pressure fault
e.
Low discharge pressure fault
f.
Motor thermal overload fault
Variable Frequency Drive
Variable frequency drive shall be of a reputable make acceptable to Project Manager
and shall be complete with RFI filter and harmonic dampers.
Enclosure
An IP 54 powder coated steel enclosure shall house all the electrical components.
The enclosure can be supplied loose for remote mounting, or mounted on a common
base with the pumps, it shall be adequately ventilated for use in conditions up to a
maximum ambient temperature of 45 degrees Celsius.
Electrical Componentry
All circuit breakers, thermal overloads and contactors shall be of reputable make
acceptable to the architect. Electrical supply to the pump controller shall be protected
using an isolating circuit breaker.
Method of Starting
The panel shall be built to start the pumps in suitable starting modes, i.e. D.O.L.,
Star/Delta, or using Soft Starters.
Page 159 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Quality and Testing
Manufacture of the pumps, plus design and assembly of the complete packaged
Hydropneumatic pumping system shall be factory assembled and the pump station shall
be fully tested hydraulically and electrically prior to dispatch to site. Test reports etc.
shall be submitted for review before dispatch.
4.2.5 Pump Pressure Vessel
Diaphragm type pressure vessels shall be provided as shown on the drawings. They
shall be incorporated into the system so that during normal operation the pump shall
not need to be start within 30 seconds of it switching off in order to prevent the pump
hunting.
The pressure vessel shall be of adequate capacity to accommodate a considerable
fluctuation in water demand by the system with minimum start/ stop cycles of the
pumps. The vessel shall be constructed of steel plate built to ASME Standards for
Unfired Pressure Vessel. A rubber diaphragm shall be provided in the vessel for
separating the water and pre-charge nitrogen. The pre-charge pressure shall be
adjustable and charging port with non-return device shall be provided. The adjustable
cut-in and cut-off pressure unit for the pumps shall be built-in at the vessel to suit the
system.
4.3
FLOATLESS TYPE LEVEL SWITCH IN WATER TANKS
The Tenderer shall supply and install floatless type switch probes in the water tanks as
indicated below and shown on the drawings.
Raw Water Tanks at Basement
·
High level alarm (over-flow);
·
Low level alarm;
·
Low level cut-out for raw water pumps;
·
Earthing probe.
Page 160 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Cooling Tower Make-up
·
High level alarm (over-flow);
·
Low level alarm;
·
Low level cut-out for supply pumps;
·
Earthing probe.
Potable Water Tank at Basement Level
·
High level alarm (over-flow);
Low level alarm;
Low water level cut-out for the domestic hydropneumatic pumps;
·
Earthing probe.
Soft Water Tank at Basement Level
·
High level alarm (over-flow);
Low level alarm;
Low water level cut-out for the domestic hydropneumatic pumps;
·
Earthing probe.
flushing Water Tank at Basement Level
·
High level alarm (over-flow);
Low level alarm;
Low water level cut-out for the domestic hydropneumatic pumps;
·
Earthing probe.
Each probe shall be of the correct length for the particular application and tank location.
Electrodes shall be of polished stainless steel 20 mm OD. Electrode holders shall be
weatherproof in all respect.
Page 161 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
The earthing probes shall be connected and wired to the building earth systems of the
building.
Each set of electrodes shall be installed inside a 230 mm diameter PVC pipe acting as a
wave barrier.
The level switch set shall operate with a stepped down voltage at 24V maximum.
Stepped down transformers shall be provided for each set of control probes and shall be
installed inside centralised control cubicles inside pump room.
Mechanical steel stuffing boxes shall be used.
Control of Duty / Standby Pumps
Operation of the duty and standby pumps shall be carried out by the following method:
a
Automatically by means of pressure sensor (i.e. pressure switches);
b
Manually by means of a local start/stop push buttons on pump local motor
control panel and emergency stop switch.
The pressure switch shall be installed next to the manual release valve. When the
pressure drops to the pre-determined level, a signal will be sent to the pump local
motor control panel to start the pump.
Automatic controls shall be operated by electronic, float less type level switches.
Pump Indicator
The following audible and visible indication shall be provided at the pump local control
panels as applicable:
a
Red "overflow level" indicator with buzzer for the associated water tanks;
b
Amber "extra high water level" indicator for the associated water tank;
c
Amber "high water level" indicator;
d
Amber "low water level" indicator;
e
Red "pump trip" indicator for each pump;
f
Green "pump on" indicator for each pump;
g
"Pump electrical supply healthy" indicator for each pump;
h
Amber "remote/local" status indicator.
Page 162 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
1.2
Submersible Pumps
These shall be fully submersible with a fully submersible motor. The pumps shall be
provided with an automatic level controller and all interconnecting power and control
cabling which shall cause the pumps to operate when the water level in the sump rises
to a preset level and stop when the preset low level is reached.
Pumps for drainage shall be single stage, single entry.
Pump shall be with a dynamically balanced impeller connected to a common shaft of
the motor. The vane for sewage pump will be open type, while for drainage pump, etc.
it will be of semi open type. The MOC of the pump shall be in accordance to schedule of
quantity.
Each pump shall be provided with a suitably rated induction motor suitable for 415
volts, 3 phase, 50 Hz A.C. power supply.
Each pump shall be provided with in built liquid level controller for operating the pump
between predetermined levels.
The pumping set shall be for stationary application and shall be provided with pump
connector unit. The delivery pipe shall be joined to the pump through a rubber
diaphragm, and bend and guide pipe for easy installation.
Pump shall be provided with all accessories and devices necessary and required for
the pump to make it a complete working system.
1.3
Sump pump shall be complete with level controllers, power and control switch gear,
Auto/off/Manual switches, pumps priority selections and control and power cabling upto
motor and controller/probes etc. (Including earthing). Level control shall be such that
one pump starts on required level, 2nd pump cuts in at high level and alarms is given at
extra high level. All level controllers shall be provided with remote level indications.
Motor Design for Submersible Pump
The pump motor shall be a squirrel cage induction, housed in air filled water-tight
enclosure. Oil filled motors are not acceptable. The stator windings shall be Class "F"
insulation (155 degree C or 311 degree F) for general usage and class `H' insulation (180
degree C or 317-8 grade 2) for submersible type.
The stator shall be heat shrunk fitted into the enclosure and shall not use bolts, pins or
other fasteners that penetrate through the stator enclosure. The starter shall be
equipped with a thermal switch embedded in series in the coils of the stator windings to
protect the stator from wheel.
Page 163 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
The motors shall be designed for continuous running duty type at 415 volts, 3 phase, 50
Hz power supply and capable of sustaining a minimum of 20 starts/stops per hour.
Between stator housing and pump, a tandem seal arrangement will be provided with an
oil barrier. Both seals run in oil, allowing dry running without seal damage. Both seals
shall be of the rubber bellows or metallic bellow type with positive drive between shaft
and rotating seal face.
Page 164 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
SECTION-07
1
FILTERATION
1.1
SCOPE
:: WATER TREATMENT SYSTEM & ACCESSORIES
The scope of this section comprises the supply, installation and commissioning of MSEP
filter, dosing system, piping, valves, support arrangement for filter, electrical panel and
cabling.
1.2
MSEP FILTERS
Filter shall be designed in accordance with code of unfired pressure vessel conforming
to IS for steel constitution.
Filters shall be vertical type of required diameter. The shell and dished ends shall be
fabricated with M.S. Plates of 6 mm & 8 mm thickness. The filter shall have atleast one
pressure tight manhole cover. Filter shall be painted inside with one coat of epoxy
primer & two coats of food grade, non toxic corrosion resistant epoxy paint (50 Micron
on each coat) and two coats of Zinc chromate outside, finished with two coats of
approved synthetic enamel colour. Each filter shall be provided with an efficient
underdrain system. The inelt distribution system shall comprise of inverted manifold
plate and the under bed draft off system shall comprise of bed plate with PP strainers.
1.3
FACE PIPING
Each filter shall be provided with interconnecting face piping comprising of inlet, outlet,
and backwash complete with butterfly / ball / diaphragm valves.
1.4
ACCESSORIES
Each filter shall be provided with following accessories:-
1.5
a.
Inlet and outlet pressure gauge
b.
Samplig cock / valve on raw water inlet and filter water outlet
c.
Individual drain connection with gunmetal fullway valve for each filter.
d.
Air release valve with connecting pipe
FILTER MEDIA
The filter media shall comprise of desired media as specified in the Schedule of Quantities
or gravel / silica of various grade in varying thickness. The cut-section of the filter along
with filter media detail shall be subject to approval by the Consultant.
Page 165 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
SECTION-08 :: HYDROPNEUMATIC SYSTEM & PUMPING MAINS
1.
SCOPE
This section of the contract involves the design, supply, installation, testing and
commissioning of the complete Hydropneumatic pumping system and other pumping
systems complete with all controls and electrical work for domestic water supply. All
submersible, drainage pumps for the project are also included in this contract. It also
involves testing and commissioning of the pumping system with the domestic water and
flushing water supply & distribution.
This specification described the particulars of the contract, designs and systems chosen,
and mode of operation.
All installation work shall comply with the latest rules and regulations.
The work embraced by these specifications covers the design, submission to authorities,
supply, delivery on site, installation, testing, commissioning and maintenance of the
Hydropneumatic pumping system, other pumping system installation of the building in
accordance with this specification and associated drawings.
The scope of work shall include the following (list is indicative and not exhaustive) :
-
Variable speed pumping units domestic water supply & distribution.
-
Suitably sized food grade quality, non-toxic diaphragm type pressure vessels
complete with necessary interconnections and controls.
-
Control panel for pump control complete with variable speed drives, circuit
breakers, fusses, pressure transmitters etc. complete with all interconnections to
pumps and electrical supply panels.
-
Pump control units complete with pre-programmed micro-processorchip.
-
Pump monitoring units to monitor operation of pumps.
-
Each Hydropneumatic Pumping unit shall be supplied as a complete set including
variable speed pumps, pressure vessels suction and discharge common
Page 166 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
manifolds, non-return valves, isolating valves, pressure transmitters on the
discharge side and level electrode at the suction tank. Each unit shall be
provided with electronic microprocessors for unit control and all necessary
electrical work for the unit.
-
Submersible drainage pumps for plant room drainage complete with electrical
panels and necessary accessories with automation for pump operation.
-
The Hydropneumatic system supplier shall provide the pumping units in the
designated pump rooms as complete units included all necessary piping within
plant such that only discharge connections are required to be connected into the
unit’s discharge manifolds just inside the plant room, by the Plumbing tenderer.
The Hydropneumatic system tenderer shall guarantee specified pump
performance at various pump speeds and Hydropneumatic pumps must be able
to supply at least 2 bar pressure at the highest/farthest fitting.
-
Electrical equipment and installation work including the PLC in Control panel.
-
Painting and labelling of pipework and equipment;
-
Provision of all hold down bolts, spigots struts and the like required to be built in
during construction;
Provision of all level switches, flow switches and other sensing devices for status
indication.
-
All interfacing work with other trades.
-
Testing and commissioning and balancing of the Hydropneumatic & Pumping
system
-
Provisions of operating instructions and maintenance manuals;
-
Provision of spare parts;
-
Training of the employer's staff for proper operation of the entire systems;
-
Liaison with Local Authorities to obtain all necessary certificates and approvals,
including the completion of all submission drawings, forms and payment of any
fees and charges. All the costs for all the tests required by Local Authorities shall
be included. To attend to any Authorities inspection regardless of whether this
inspection is carried out after the defect liability period;
-
Provisions of the necessary installation which include pumping works, pipe work
within the pumping unit up to suction and discharge manifolds, conduit and
control wiring, etc. to form a workable system required;
Page 167 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2
-
All other works and systems as specified in the Contract document and or shown
on the drawings.
-
All cutting, patching, framing up, furring in, chasing and making good associated
with the building construction for the passage of pipes, conduits and the like
including providing GI pipes sleeves of required size corresponding to pipe dia,
wherever pipes crossing fire rated walls and floors and sealing with glass wool in
between and fire sealant compound on either end. Details on shop drawings shall
also be provided.
GENERAL
Equipment offered for supply and installation shall include the following:
All minor items and incidental work, equipment accessories and materials may not be
specifically mentioned but are required for the proper completion of the installations in
accordance with the true intent and meaning of this Specification.
Readily accessible, dust-proof lubricating facilities on all moving parts and equipment
including provision for cleaning all lubricating lines and bearings and charging same with
the correct lubricants after installation but prior to testing and commissioning.
Clearly visible and robust manufacturer's name-plates permanently fitted each and
every item of equipment and showing the manufacturer's name, type and/or model
number, serial number, and all essential operating data such as speed, capacity, voltage,
current draw, etc.
The Tenderer also shall allow provision for the inspection of all plant and equipment by
the manufacturer or his licensed representative, at least twice during the course of the
installation.
3. PIPING
The pipes and fittings in the domestic Water Treatment plant room shall be GI class
`C' (heavy class) conforming to IS: 1239 ( Part-I) for pipes and IS:1879 (Part 1 to 10)
for malleable cast iron galvanized fittings or specified in the BOQ.
Page 168 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
4
PUMPS FOR HYDROPNEUMATIC & DRAINAGE SYSTEM
4.1
PUMPS
Pumps shall be vertical, centrifugal, multistage directly coupled to motor. Provision of
pump with pump head & base of cast iron and other parts in SS 304 shall be made for
pumps required in Hydropneumatic System. Impeller shall be hydraulically balanced
and keyed to shaft. Pump shall be mounted on a concrete foundation, projecting at
least 15 CM above finished floor level. The pumps base shall be set on a vibration
elimination pad. The pump shall be lubricated in strict accordance with the
manufacturer’s instructions and shall be factory aligned prior to shipment. All motors
and bases shall be painted with approved finish shop coat of paint. The pump shall be
selected for the lowest operating noise level and shall be complete with flexible
connections, valves, and pressure gauges. The pumps shall include cost of foundation
channel complete.
The Tenderer shall supply and install pumps of the type and performance as shown on
the drawings. All duties of pumps given in the Tender Drawings shall be checked and
where necessary corrected before ordering. All the parts of the pumps that are in
contact with water e.g. shaft, impeller etc. shall be of stainless steel construction.
Pumps shall be so selected that the design duty point is within 5% of the maximum
efficiency point. The pump casing so selected shall have ample space to take an
impeller one size larger than that capable of performing the design duty.
The pump shall have a speed of not more than 1500 rpm. However pumps of 2900 rpm
with high efficiency and low noise motor can be selected and noise data submitted for
approval. All pumps and motors shall be of minimum vibration and noise level during
operation. Vibration isolators shall be provided for all pump sets.
Facilities shall be provided to prevent starting of pumps when the water tank is at low
water level. An indicator for this low water level alarm shall be provided.
Facilities to select which pump to be duty pump and standby pump shall be provided
and be interchangeable.
Pump curves for all pumps offered shall be submitted. All curve indicating excessive
shut-off head will not be approved.
Page 169 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Each pump shall be provided with a gate valve at suction and discharge, approved check
valve at discharge, approved strainer at suction, flexible connections at pump suction
and discharge, eccentric reducer at suction, concentric reducer at discharge, pressure
gauges at suction and discharge, circulation relief valve and automatic air relief valve.
Appropriate neoprene vibration isolation mountings shall be provided for each pump
sets.
Vertical Pumps
Multi-stage pumps shall be of centrifugal type and arranged with shafts vertically
installed. The impellers shall be of stainless steel mechanically balanced and keyed to
shaft. Renewable guide rings are to be provided in the casting, keyed to prevent
rotation.
Pumps shall be driven by elevated in-line TEFC squirrel cage motors via extended
vertical shafted complete with universal couplings.
The shafts shall be stainless steel. Stainless steel sleeves shall be provided to protect
the shaft in the water space and through the sealing glands. The sleeves shall be keyed
to prevent rotation and secured against axial movement.
The bearings shall be of ball or roller type protected against ingress of water, dirt and
other matter.
Vertical multistage pumps shall have universal flanges. Intermediate bearing, support
bearing shall be provided in the pump.
The shaft seal shall be easily serviceable and shall allow for correct adjustment and
loading of the seal.. Pump motors above 7.5 kW shall be equipped with a spacer
coupling which allows changing of shaft seals without removing the motor. The pump
motors shall be of Class “F” insulation and IP55 rating and shall be provided with built-in
thermistors for protection against over heating.
4.2
VARIABLE SPEED HYDROPNEUMATIC PUMPING SYSTEM
Variable speed Hydropneumatic pumping units shall be provided for supply of domestic
water, flushing water supply for the project. The units shall be selected so as to provide
at minimum of 2 bar pressure at the highest/farthest fitting in each plumbing system,
the unit serves. The hdyropnematic pumping units shall have the following features ;
Page 170 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
4.2.1 System Description
The system shall be supplied as complete sets including suction and discharge common
manifolds, non-return valves, isolating valves, pressure transmitter on the discharge side
and electrode at the suction tank.
The system operation will be such that the initial small water demand shall be met by
the charged diaphragm pressure vessel. Should the water demand continue the system
pressure will dip to a preset pump cut-in point when the lead pump starts to operate at
reduced speed through the variable speed drive. However, should the system pressure
be still below the preset value, the controller continuously increases pump speed to
meet the system demand. When the lead pump is not able to meet the system pressure
at full speed, the second pump also starts to operate.
At peak demand all the pumps operate, Similarly, if there is a drop in water demand the
duty pump speed starts to reduce, then standby pumps cuts-off, followed by stopping of
the duty pump.
The closed diaphragm pressure vessel shall be of polyethylene material with a pressure
gauge and isolating valve. The interior shall be of non-toxic lining suitable for use with
potable water. The vessel shall be manufactured to conform to ASME pressure vessel
code/standards.
The system shall be under the control of an electronic microprocessor unit (EMU).
A pressure transmitter shall detect the pressure at the delivery manifold and feedback
to the microprocessor control panel via control circuit.
The system shall incorporate a frequency converter or frequency converter motors on
the pumps and the pressure transmitter shall register the actual pressure on the
discharge side.
The variable speed drive pumping system shall maintain a constant pressure regardless
of the system demand. If there is a drop in pressure outside the preset point, the
Variable Speed Drive (VSD) pump shall start to run until the pressure increases to the
preset limit, or it will continue to increase the pump speeds to the upper limit of the
frequency. If the water system demand still cannot be met, the second pump shall be
called in to run, the VSD will then alter the pump speed to meet the preset pressure
point. If the set point is still unable to be met, the third pump is then activated to run
(in case of 3 pumps units).
Page 171 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
This shall be achieved by continuously varying the motor speed of the duty pump
according to the demand up to a maximum designed capacity.
Under decreasing hydraulic demand the reverse sequence to the above description shall
apply.
The EMU shall ensure alternation of all the duty and standby pumps for even running
hours for all the pumps.
The frequency converter shall be linked to the motor of the duty pump for continuous
speed adjustment and ultimately the water delivery shall be maintained at constant
pressure at the preset value.
4.2.2 Local Motor Control Panel
The motor control panel shall be equipped with all the necessary electrical components
including a microprocessor control unit and a frequency drive. The control panel and the
microprocessor shall cover the followings functions :
-
Flexibility and simplicity in allowing the necessary re-adjustment of the pumping
system pre-set delivery pressure to operate the pumps within the specified
maximum and minimum delivery ranges.
-
Built-in frictional loss compensation factor which will automatically increase the
delivery pressure setting, in collaboration with the increase in flow demand. This
shall be able to minimize the system pressure differences and provide a more
constant pressure along the supply line and also to save the energy consumption
of the motor when running at low speed.
-
Automatic changeover of the pumps to be controlled by the microprocessor
which dictates the duty and standby pumps to run at variable speed.
-
Built-in clock functions with weekly programming and with switch on system to
operate at at least 10 different pre-set pressure points as required.
-
When the system has not been operated for more than 24 hours, it shall
automatically start the pumps for a few seconds/day to ensure the pumps
readiness at all times. The standby pumps shall be activated upon failure of duty
pump(s). In event of control failure, the pumps shall be able to be start/stopped
manually at the local panel by means of pressure switches.
Page 172 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
-
The microprocessor control panel shall be able to cut-off the pumping system
when excess pressure is registered in the discharge common manifold.
-
The system shall have the capability of receiving input signal concerning reduced
water level in suction tanks and shall have control mechanisms to prevent the
pumps form running dry.
-
Automatically starting the pumps when the water level is back to normal.
-
In case of pump failure due to motor overload, the standby pump is switched on
automatically. Alarm signal is displayed on the LCD Display unit and alarm lights
are activated.
-
Functions to limit the no. of start/stop of pumps per hour.
-
The system control panel shall incorporate at least the following components :
a.
LCD Display
b.
Pumps selections for up to 4 pumps so that system controller can control
up to 6 pumps
c.
Pump status button to display duty pump speed and system capacity
d.
Zone status button to display operating parameters for different pumping
units
e.
Setting button to input preset pressure, system start/stop time etc.
f.
± 1 button to key in numeric data such as pressure set point, etc.
g.
Enter button for confirmation of input into the system
h.
Alarm button to show location of fault - self diagnostic function display
i.
Hour Run measurement for each supplied pumpset
j.
Buttons for scrolling to select the actual display reading for system
configuration, i.e. up and down scroll concept.
k.
Necessary devices for programming, supervising and monitoring
operation data/system, status shall be incorporating into the control
panel.
Page 173 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
4.2.3 Operations
Local control panel shall perform as follows :
Auto mode
The desired delivery pressure within the range specified, shall be set at the duty local
control panel. The pressure transmitter shall detect the delivery pressure continuously
within 1 second and feedback to the microprocessor which will control the variable
speed drive frequency converter for speed control of the duty pump. When demand
increases, the subsequent pumps in the system will be activated to boost up the
pressure. Ultimately the duty pump set shall be operated fully automatically to
maintain the delivery pressure constantly at the desired set value.
Manual Mode
The on/off function of the pumps shall be manually adjusted at the microprocessor
located at the local control panel.
Frequency Control By-pass Mode
All the pump sets shall be started/stopped automatically with the pump output at fixed
maximum rotational speed. All the control and protection functions shall remain active.
The cut in/cut out pressure shall be internally calculated by the microprocessor for each
pump.
4.2.4 System Features
The required performance features of each Hydropneumatic pumping unit shall be as
follows :
System Configuration
Variable speed pumps with pressure vessels.
Control panel consisting of the following components :
-
Pump Functional Unit (PFU) - control unit c/w pre-programmed microprocessor
chip. This unit shall control all pumping unit operations through electronic
controller.
-
Pumping Monitoring Unit (PMU) - monitor the operation of the pump sets. This
unit shall allow for monitoring and setting of all control parameter.
Page 174 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
-
Variable Speed Drive
-
Circuit Breakers
-
Fusses
-
Pressure Transmitter
Set Point
Ten separate pressure “set points” shall be able to be programmed into the PMU, and
switching between set points is timed by a real time clock when a lower pressure is
acceptable during certain periods, for instance after hours or weekends, the set point
shall be lowered to minimise power consumption.
An external input shall also be used to switch between set points, or manually adjust a
set point at any time.
Friction Loss Compensation
It shall be possible to allow for the friction loss component of the system, calculated at
full flow and set as a percentage of the set point which will reduce the working pressure
of the pump set depending on the actual no. of pumps in operation. A linear
approximation of system resistance curve can therefore be allowed for, and pressure
will automatically increase as system flow and subsequent frictional losses increase. As
such power consumption shall reduce which is required for the pumping system.
Displays
Through the PMU keypad all variable parameters shall be adjustable, current status of
settings and measured values shall be able to display on the 2 line x 24 character liquid
crystal display.
Individual menus shall be available for monitoring individual pumps, zones, settings,
alarms and ON/OFF functions.
Pump Status
Running hours of each pump
Actual pump status (running, not available, standby, allocated to zone, fault)
Maximum head of pump at zero flow.
Page 175 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Zone Status
This menu shall be the main operating menu where at the setting and operating
parameters can be viewed,
Current operating set point
Measured values in the system
Operating capacity in terms of total output
Mode of operation for the zone
Clock programs (relating to set point pressures)
Standby pumps
Pump change over time
Zone configuration
Pressure transducer scaling
Friction loss compensation
Pump priority
Inlet pressure measuring (if required)
System response times
Allowable number of starts per hour for the pumps
Minimum limit (loss of water, burst mains protection)
Setting Menu (Set)
In this menu all parameters for the operation of the pump set shall be able to be
adjusted as required.
a
Set points (up to 10)
b.
On/Off function (used to prevent unnecessary cycling at low demands)
c.
Displayed pressure units (Bar, PSI, mBar, kPa)
d.
Real time clock programming for any time of the day, week, or weekend
e.
Zone configuration
f.
Friction loss compensation
Page 176 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Alarm
The alarm menu shall display all faults that occur during operation, logging the time and
date of when the fault occurred and when it was corrected, or whether it is still an
actual fault, up to 10 faults can be maintained as history in the controller. The following
type of faults shall be diagnosed by the controller.
a.
Mains failure
b.
Frequency converter fault
c.
Analogue input (pressure transducer) fault
d.
High discharge pressure fault
e.
Low discharge pressure fault
f.
Motor thermal overload fault
Variable Frequency Drive
Variable frequency drive shall be of a reputable make acceptable to Project Manager
and shall be complete with RFI filter and harmonic dampers.
Enclosure
An IP 54 powder coated steel enclosure shall house all the electrical components.
The enclosure can be supplied loose for remote mounting, or mounted on a common
base with the pumps, it shall be adequately ventilated for use in conditions up to a
maximum ambient temperature of 45 degrees Celsius.
Electrical Componentry
All circuit breakers, thermal overloads and contactors shall be of reputable make
acceptable to the architect. Electrical supply to the pump controller shall be protected
using an isolating circuit breaker.
Method of Starting
The panel shall be built to start the pumps in suitable starting modes, i.e. D.O.L.,
Star/Delta, or using Soft Starters.
Page 177 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Quality and Testing
Manufacture of the pumps, plus design and assembly of the complete packaged
Hydropneumatic pumping system shall be factory assembled and the pump station shall
be fully tested hydraulically and electrically prior to dispatch to site. Test reports etc.
shall be submitted for review before dispatch.
4.2.5 Pump Pressure Vessel
Diaphragm type pressure vessels shall be provided as shown on the drawings. They
shall be incorporated into the system so that during normal operation the pump shall
not need to be start within 30 seconds of it switching off in order to prevent the pump
hunting.
The pressure vessel shall be of adequate capacity to accommodate a considerable
fluctuation in water demand by the system with minimum start/ stop cycles of the
pumps. The vessel shall be constructed of steel plate built to ASME Standards for
Unfired Pressure Vessel. A rubber diaphragm shall be provided in the vessel for
separating the water and pre-charge nitrogen. The pre-charge pressure shall be
adjustable and charging port with non-return device shall be provided. The adjustable
cut-in and cut-off pressure unit for the pumps shall be built-in at the vessel to suit the
system.
4.3
FLOATLESS TYPE LEVEL SWITCH IN WATER TANKS
The Tenderer shall supply and install floatless type switch probes in the water tanks as
indicated below and shown on the drawings.
Raw Water Tanks at Basement
·
High level alarm (over-flow);
·
Low level alarm;
·
Low level cut-out for raw water pumps;
·
Earthing probe.
Cooling Tower Make-up
·
High level alarm (over-flow);
·
Low level alarm;
·
Low level cut-out for supply pumps;
·
Earthing probe.
Page 178 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Potable Water Tank at Basement Level
·
High level alarm (over-flow);
Low level alarm;
Low water level cut-out for the domestic hydropneumatic pumps;
·
Earthing probe.
Each probe shall be of the correct length for the particular application and tank location.
Electrodes shall be of polished stainless steel 20 mm OD. Electrode holders shall be
weatherproof in all respect.
The earthing probes shall be connected and wired to the building earth systems of the
building.
Each set of electrodes shall be installed inside a 230 mm diameter PVC pipe acting as a
wave barrier.
The level switch set shall operate with a stepped down voltage at 24V maximum.
Stepped down transformers shall be provided for each set of control probes and shall be
installed inside centralised control cubicles inside pump room.
Mechanical steel stuffing boxes shall be used.
Control of Duty / Standby Pumps
Operation of the duty and standby pumps shall be carried out by the following method:
a
Automatically by means of pressure sensor (i.e. pressure switches);
b
Manually by means of a local start/stop push buttons on pump local motor
control panel and emergency stop switch.
The pressure switch shall be installed next to the manual release valve. When the
pressure drops to the pre-determined level, a signal will be sent to the pump local
motor control panel to start the pump.
Automatic controls shall be operated by electronic, float less type level switches.
Page 179 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Pump Indicator
The following audible and visible indication shall be provided at the pump local control
panels as applicable:
a
Red "overflow level" indicator with buzzer for the associated water tanks;
b
Amber "extra high water level" indicator for the associated water tank;
c
Amber "high water level" indicator;
d
Amber "low water level" indicator;
e
Red "pump trip" indicator for each pump;
f
Green "pump on" indicator for each pump;
g
"Pump electrical supply healthy" indicator for each pump;
h
Amber "remote/local" status indicator.
Page 180 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
SECTION – 9 :: HOT WATER PIPING (IN PLANT ROOM) & ANCILLARY
EQUIPMENT
1. Scope of Work
1.1 Work under this section consist of furnishing all labour, materials, equipment and
appliances necessary and required to completely install, test and commission steam piping
and ancillary equipment, generally comprising of:
a.
b.
c.
d.
e.
f.
Headers and valves in boiler room.
Pressure reducing stations.
Hot water Generators, heat exchanges, Calorifiers, hot water recirculation pumps.
Make up water tank.
Insulation to pipe lines, heat exchangers, aluminium cladding.
Motor control centre and related electrical works.
General Requirements
1.1.1 Work shall be done in a neat workmanlike manner true to line and level.
1.1.2 Boilers shall be set on cement concrete foundations built as per information given by
the contractor.
1.1.3 Contractor shall furnish all information relating to provision of foundations, sleeves
inserts and electrical points as required.
1.2 Piping
1.2.1 Hot Water Piping
a. All Hot Water piping, fittings (with a pressure rating as approved by IBR) and valves shall
conform to the specifications, certified and approved by the Inspectorate of Boilers. Form III
(C) of the IBR shall be submitted and approval obtained.
b. Contractor shall prepare all the drawings required for submission and approval of the
Inspectorate of Boilers. He shall obtain the approval of the drawings as well as the entire
installation done by him.
c. All documents relating to the approved installation shall be submitted to the Engineer-incharge.
d. All pipe length shall have test certificate with serial no., minimum & maximum pressure
rating (15 kg/cm2) as approved by IBR.
Page 181 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
1.4 Boiler Feed Pumps
a. Pipes shall be black steel ERW tubes conforming to IS: 1239-1972 (Heavy Class). Pipes shall
be suitable for welded joints where required. Indian Boiler Regulations.
b. Screwed joints for pipe dia 50 mm dia and below may be permitted as per site requirement
without change in quoted rates.
1.5 Fittings
i) Fittings for pipes 40 mm dia and below shall be forged steel fittings conforming to relevant
IS.
ii) Fittings 50 mm and above shall be fabricated fittings of heavy tube and suitable for welded
joints. All fittings shall be approved by the Engineer-in-Charge before using on site.
iii) All fittings shall have test certificate which contains serial no., minimum & maximum
pressure rating of each fittings (max. 15 kg/cm2) as approved by IBR.
1.6 Laying and Fixing
a. Where threaded joints are used, all threads shall be tapered. White lead and few strands of
fine hemp shall be applied for tightening the joints.
b. Pipes 50 mm and above shall be jointed by suitable steel flanges welded to the pipe.
Welding shall be done in two runs by electric arc welding with suitable electrodes of best
available make.
1.7 Flanges
a. Jointing for pipes shall be done by slip on steel flanges welded to the pipes and provided at
distances not exceeding 6 m, at every bend, tee or connection to equipment.
b. Flanges shall be bolted after insertion of 1.5 mm thick high temperature asbestors gaskets
of required sizes, conforming to BS 10 ‘F’ table.
1.8 Valves
1.8.1 Valves for Water Piping
1.8.1.1 Valves 50 mm and below shall be Audco ball valves suitable for temp/fluid application
respectively conforming to IS 778 and tested to 20 Kg/cm2 pressure.
1.8.1.2 Valves 65 mm dia shall be double flanged cast iron body with bronze/gunmetal internal
parts tested to 20 kg/cm2 pressure.
Page 182 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
1.9 Pressure Reducing Station
1.9.1 Pressure reducing stations shall be a complete assembly including all flanges; piping
accessories for a working station.
1.9.2 The pressure reducing station shall be suitable for flow and pressure drop given in the
Schedule of Quantities and drawings.
Each station shall comprise of:a. Pressure Reducing valve
b. Globe valves of required sizes on upstream and down stream sides.
c. Bye pass line with globe valve.
d. Safety valve.
e. 150 mm dia pressure gauges with isolation cock and siphon on down stream side.
f. Moisture separator and strainer with drain valves.
g. All valves/components to be IBR approved. Valve specification will be same as 1.9 above.
h. Pressure reducing station shall be approved by the Inspectorate of Boilers.
1.10 Hot Water Calorifiers
a. Calorifiers shall be fabricated from 8 mm M.S. plates with 10 mm dished ends and shall be
of fully welded construction. Ends shall be dished type and welded to the shell. Calorifiers
shall be provided with suitable structural supports.
b. Each calorifiers shall be provided with suitable housing chamber with bolted cover on either
side for access and entry to the heating battery.
c. Heating battery shall comprise of boiler grade single piece tubes. Each calorifier shall
contain appropriate number of tubes of required diameter to give the desired output.
d. Each calorifier shall be provided with a suitable inlet for housing the heating battery.
Housing shall be fabricated from 20 mm thick M.S. plates with flange and appropriate
number of bolts and nuts high temperature gasket. Suitable valves for expelling air and
draining out the battery housing shall be made.
e. Each calorifier shall be provided with one pressure tight type manhole.
Page 183 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Each calorifier shall be provided with following accessories:a. Ball valves on inlet.
b. Butterfly valve on cold feed with spurge pipe.
c. Butterfly valve on outlet at top.
d. Butterfly valve on return.
e. Ball valve with bend for drain for blow down.
f. Ball valve on battery housing for air vent and drain.
g. One 150 mm dia pressure gauge with isolation cock and tubing.
h. Two 150 mm dia mercury in steel capillary temperature gauges with suitable
thermostats. (One secondary flow/return)
i.
Item g and h to be mounted on a common panel at centre of calorifier.
j.
Two sockets to receive temperature gauge or thermostat at tope matching item above.
k. One socket for air vent.
l.
Two approved type gunmetal pressure relief valve.
All Sockets shall be welded in a manner to provide sufficient clearance for insulation of
the caloriofier.
Each calorifier shall be painted inside with non toxic heat paint in two or three coats. It
shall be painted outside with two coats of steel primer, before insulation.
Contractor shall submit shop drawings for heat exchangers and approval obtained from
Consultant/ Engineer-in-Charge.
1.11 Hot Water Recirculation
a. Pumps for hot water re-circulation shall be horizontal/ vertical monohole coupled
centrifugal piping sets with C.I. body and bronze impellers.
b. Each pump shall be coupled a TEFC electric motor suitable for 400 volts 3 phase 50
cycles A.C. supply.
c. Each pump shall be provided with a mechanical seal of approved type. Pumps and
motor shall be mounted on a M.S. structural base plate (in case of coupled pumps).
d. Each pump shall be provided with a 100 mm dia bourden type brass pressure gauge with
isolation cock and connecting piping.
e. Pumps shall be suitable for a maximum working temperature of 90 0C.
Page 184 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
1.12 Pipe Supports
a. All pipes shall adequately supported from ceiling floors or walls from existing insets by
structural clamps fabricated from M.S. structural e.g. rods, channels, angles and flats. All
clamps shall be painted with one coat of red lead and two coats of black enamel paint.
b. Where inserts are not provided the contractor shall provide anchor fasteners. Anchor
fasteners shall be fixed to wall and ceiling by drilling holes with electrical drill and or
approved manner recommended by the manufacturer of the fasteners.
1.13 Insulation
a. All hot surfaces of pipes, heat exchangers, pressure reducing stations shall be provided
with protected insulation.
b. All flanges, unions, connections and valves shall be so insulated that they are clearly
identified without disturbing the insulation.
c. Flat and curved surfaces for heat exchangers and tanks shall be scrub cleaned with wire
brush. Two layers of primer as per insulation manufacturer’s recommendations shall be
applied. 50 mm thick resin bonded fiberglass mats shall then be fixed and the entire
insulation tied with 20 x 24 gauge G.I. wire mesh. Insulation on bottom surfaces shall be
provided with suitable saddle protected over supports. Insulation shall be 50 mm
thickness having a density of 24 kg/m3.
d. Pipes for steam, condensate and hot water shall be scrub cleaned with wire mesh. Two
layers of primer as per insulation manufacturer’s recommendations shall be applied. All
pipes shall then be insulated with preformed pipe sections of fiberglass having a density
of 80 kg/m3. The entire insulation sections shall be tied with G.I. wire. Thickness of
insulation shall be as per Schedule of Quantities.
e. Covering/Cladding of pipes shall be done as specified below:
1.14 Pipe Cladding
Pipes for steam, hot water system, all heat exchangers, tanks and such equipment as
directed by Engineer-in-charge shall be provided with 26 gauge upto 80 mm dia pipes
and 24 guage pipes>80mm dia aluminum cladding. Cladding shall be overlapped by 50
mm at all joints and shall be absolutely smooth and free from dents and blemishes.
Sheets shall be jointed by self tapping counter sunk screws.
Page 185 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
1.15 Instrumentation
a. All recording type instruments shall be installed on a common control consol in the
control room.
b. Recording type instruments shall be electrically operated with a 24 hours chart and self
linking device built within. The instrument shall be suitable for operating on single phase
220 volts A.C. supply.
c. A free supply of 60 days chart shall be made for each instrument.
d. Each instrument shall be provided with appropriate type of sensing devices at
appropriate location for optimum reading, welded tapings in required positions.
e. Each instrument shall be provided with required length of cable/copper pipe from
sensing device to the control room.
f. Each instrument shall carry manufacturing certificate of true calibration.
g. Contractor can offer any alternate type of instruments than specified if the same are
rugged, reliable proven and technologically superior properties.
1.16 Measurement of Piping
a. Piping shall be measured along the centre line of the pipe per linear inclusive of all
fittings, bends etc. deduction for all valves shall be made.
b. All flanges pressure reducing stations, instruments, indicators and valves shall be
measured by number and shall include insertion washer, nuts, bolts etc. and shall
include all items specified.
c. Heat exchangers and service tanks shall be measured by numbers and shall include all
mounting and accessories specified.
Page 186 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
d. Pumps shall be measured by number and shall include all items as given in the
specification and schedule of quantities.
e. Measurement of pipe insulation shall be made on the total length of piping, fittings and
valves over the finished length of pipe.
f. Measurement for flat and curved surface insulation shall be made on the finished
surface area of insulation.
g. Measurement for aluminum foil and cladding shall be as for by weight of M.S.
structurals used, calculated from theoretical weights. Nuts, bolts etc. will not be taken
into account.
h. No additional payment over quoted rates shall be admissible as extras for bends, valves,
flanges and other fittings for insulation and piping work.
i.
Measurement as specified in Indian Standards for measurement of insulation work will
not be admissible.
Page 187 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
SECTION – 10 :: SPECIFICATION FOR ELECTRICAL WORK AND INSTRUMENTATION
1.
Work under this section shall consist of providing detailed designing, labour, materials
and equipment necessary and required to provide all electrical equipment for the
treatment plant.
Without restricting to the generality of the foregoing the electrical installation work
shall consist of:-
1.1
Electric motors for all equipment.
1.2
Cabling to all electrical motors.
1.3
Wiring for pumping station and control room.
1.4
Motor control centre
1.5
Instrumentation
1.6
Internal electrification of all pumps/control rotors.
2.
GENERAL
2.1
All electrical motors and other equipment shall be suitable for 415 + 10% volts, 3 phase,
50 cycles. Motor 1 H.P. or below shall be single phase. All motors installed in open area
must have space heaters and the circuits should have provision for automated
operation.
2.2
All motors shall be rated 10.0% above the required H.P.
2.3
Each motor shall be provided with weather proof terminal box and motors in exposed
conditions shall be provided with suitable removable PVC covers.
2.4
Connections to all motors shall be made with flexible connections with suitable bushes
and terminal lugs.
2.5
All electrical equipment supplied shall conform to relevant Indian or British standards wherever
applicable and of reputed makes. All items shall be tested at manufacturer’s works and certified
copies of such tests shall be supplied to the owners.
2.6
All electrical work shall be executed by authorized and qualified persons competent to
undertake such works under the rules and regulations of the local electric supply
authority.
3.
3.1
MOTORS
Electric motors shall be totally enclosed fan cooled induction type squirrel cage motors
conforming to I.S. 325.
Page 188 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
4.
GENERAL SPECIFICATION FOR ELECTRICAL PANEL
CONSTRUCTION FEATURES:
GENERAL:
4.1
Electrical Panel shall be fabricated out of CRCA sheet steel cubicle, indoor floor
mounting, dead front freestanding type. The design shall be totally enclosed, completely
dust tight and vermin proof. The sheet steel used shall be 16 SWG thick, gaskets of 2mm
thick shall be used between all adjacent units and beneath all covers to render the joints
effectively dust proof. Sheet steel work shall be of high quality. All openings and outlets
in the doors shall be machine made and shall be free from burrs. Welded runs shall be
ground smooth. All sheet surfaces shall be free from dents and hammer marks. A base
channel of 100mm x 50mm fabricated out of 3mm thick hot rolled sheet steel painted
black shall be provided to prevent corrosion of the sheet steel cubicles and to facilitate
cleaning of floors. For convenience of operation and ease of cable termination, there shall
be a gap of at least 150 mm between the floor level and the bottom most unit.
4.2
The design of framework and end covers shall be such as to require a minimum number
of screws visible from outside. The frame work shall be made of steel sheets folded to
impart strength which will also serve as continuous barriers between logically arranged
switch board components. The arrangement of horizontal and vertical bus bars,
switchgear compartment and cable space shall be used on modular construction.
4.3
Each module shall be fitted with individual dust proof doors provided with insulated
thumbscrews. The switchboard shall have uniform height and depth throughout its
length and shall present a flush appearance. The maximum operation height shall not
exceed 2000mm. Adequate lifting facilities shall be provided for each shipping section to
facilitate handling and transport. The compartment doors shall be so inter locked that it
shall not be possible to open the doors with the switch in closed position. An
arrangement for defeating this door inter lock shall be provided for testing purposes.
4.4
Outgoing links from feeders shall be rigidly supported and suitably extended in cable
box chamber for ease of cable connections. Insulated shields shall cover Cable lugs and
links. Barriers shall be provided between the modules accommodating equipments
associated with the outgoing circuits. All vertical sections shall have covering at the
bottom so that entry of dust, rats and vermin is not possible.
Page 189 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
5.
MCCB COMPARTMENT:
The MCCB shall be of the air break type in order to eliminate fire and explosion risk. The
compartment doors should be so inter locked that they do not open when the MCCB is
in closed position. The MCCBs shall have rupturing capacity of 25 KA.
6.
BUS BARS:
Three phase & neutral Al. bus bars shall be provided of rating as specified. Al. alloy used
for bus bars and connections shall be equivalent to E.91-E-WP of I.S.5082/1969.
Busbars shall be housed in separate busbar chambers. The busbars shall be suitably
braced to with stand the fault level and shall be supported on unbreakable nonhygroscopic fingered/SMC type insulators rigidly held to the framework of the chamber.
Busbar chamber shall have a separate screwed cover and means shall be provided to
identify the various phases of the busbars.
7.
CABLE COMPARTMENTS:
A full height cable compartment shall be provided for easy termination of all incoming
and outgoing cables entering either from top or from bottom. Adequate supports shall
be provided for the cables where necessary. The cable compartment shall have it's own
hinged cover which can be removed for case of access during cabling.
8.
INTER CONNECTION AND CONTROL WIRING:
Switch board shall be completely factory wired ready for connecting to the equipment.
Power connection of the circuits shall be done by Al. flats or by adequate size of P.V.C.
insulated standard copper wires. Control wiring shall be done by P.V.C. insulated wires
of minimum size 1.5 Sq.mm copper. All control wiring shall be fitted with identification
ferrule at each end and not more than two connections shall be made at any one
terminal. The wires shall be arranged and supported in such a manner that there shall
be no strain on the terminations.
9.
TERMINAL ARRANGEMENTS:
The termination shall be of adequate current rating and size to suit individual feeder
requirements. For connections above 63 amps .rating cable lugs shall be used. These
cable lugs shall be mounted in such a manner so as to facilitate easy cable connections.
Terminals shall be mounted in the cable compartment.
Tap off connections at the busbar shall be made with nuts, bolts and washers. Busbars
shall not be threaded for terminating wire connections.
Page 190 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
10.
CABLE ENTRY:
The switchboard shall be designed to facilitate for termination of incoming and outgoing
Al. conductor P.V.C. cable from top and/or bottom as the case may be. Removable sheet
steel plates provided with suitable size of cable glands as specified shall be fitted at the
top/bottom.
11.
INDICATION INSTRUMENTS:
The indicating instruments shall be of a reputed make conforming to relevant I.S. The
arrangement of the instruments shall be logical. The size of the instruments shall be 96
mm x 96 mm.
12.
LABLES: Engraved P.V.C. labels shall be provided on all the incoming and outgoing
feeder compartments. The exact legend to be engraved will be furnished by the
Department.
13.
EARTHING BUS BARS:
The earth busbars shall be copper and size 25mm x 3mm minimum and should run
Throughout.
The length of panel and earth studs is to be provided at both ends.
14.
PAINTING: All steel work shall undergo a process of degreasing, pickling in acid, cold
rinsing, phosphating, passivating and then powder coated with approved colour.
15.
CABLING
15.1 Contractor shall supply install and commission all cables from the M.C.C. panel to each
motor. Underground cables shall be laid to a minimum depth of 900 cms. and shall be
protected with sand and bricks on top. Cables running on surfaces shall be neatly
clipped to aluminium saddles at suitable intervals.
15.2 All cables shall be PVC sheathed cables of 1100 volts grade conforming to I.S: 1554 part-I.
All cabling work shall be as per standard practice in accordance with i.e. rules.
Page 191 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
16.
Approval
16.1. Contractor shall comply with the provisions of Govt. acts. regulations and bylaws of local
authorities and any other competent authority to whose supply the proposed
installation is to be connected.
16.2 Contractor shall obtain all the necessary permits. He shall be responsible for submitting
all tests reports, application forms payments of fees etc.
17.
INSTRUMENTATION
17.1
Contractor shall provide, install and commission instrumentation system / equipments
wherever found desirable for the proper and efficient functioning of the Effluent
Treatment Plant. All instruments shall be of heavy-duty type and resistant to corrosion
and suitable for outdoor installation.
17.2 METERING INSTRUMENTS
17.2.1 Provide one float operated venturi flume type rate of flow meter at grit chamber inlet
with calibrations in cum/hr. or litres/min.
17.2.2 Provide one bulk flow meter (in chased type) for measurement of final effluent.
17.2.3 All pumps shall be provided with Bourden type pressure gauge calibrated in kg./sq. cm.
each pressure gauge shall be provided with one gunmetal isolation cock.
Page 192 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
TECHNICAL SPECIFICATIONS
(FIRE FIGHTING)
SECTION-11 :: BASIS OF DESIGN
1.
BASIS OF DESIGN
The Fire Protection System for the project is designed keeping in view the following:
1.1
Adequate storage of water in underground Fire + overhead Fire tanks.
1.2
Provision of Fire Pumps
1.3
Provision of fire fighting appurtenance such as fire hydrants, hose reel, sprinklers and
portable extinguishers.
The execution of works and materials used shall be as per the latest relevant I.S.
specifications.
Wherever reference has been made to Indian Standard or any other specifications, the
same shall mean to refer to the latest specification irrespective of any particular edition
of such specification being mentioned in the specifications below or Schedule of
Quantities.
2.
CONCEPT OF THE SYSTEM
The following services are envisaged for the commercial:
2.5
Fire Fighting system for the commercial comprising of Hydrant, Hose Reels and portable
fire extinguishers.
3.
WATER STORAGE & DISTRIBUTION SYSTEM
3.1
Water Requirement
The water requirement for Fire Fighting System is proposed to be based on the provisions
of Latest NBC and prevalent practice.
Page 193 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
3.2
Source of Water
It is expected that part of the daily domestic water requirement for the Commercial
shall be through municipal mains supply. The rest will be obtained from bore wells.
3.
WORKMANSHIP
The workmanship shall be best of its kind and shall conform to the specifications, as
below or Indian Standard Specifications in every respect or latest trade practices and
shall be subject to approval of the Owner’s Site Representative. All materials and/or
Workmanship which in the opinion of the Owner’s Site Representative / Architect /
Consultant is defective or unsuitable shall be removed immediately from the site and
shall be substituted with proper materials and/or workmanship forthwith.
4.
MATERIALS
All materials shall be best of their kind and shall conform to the latest Indian Standards.
All materials shall be of approved quality as per samples and origins approved by the
Owner’s Site Representative / Architect / Consultants.
As and when required by the Owner’s Site Representative / Consultant, the contractor
shall arrange to test the materials and/or portions of works at his own cost to prove
their soundness and efficiency. If after tests any materials, work or portions or work are
found defective or unsound by the Owner’s Site Representative / Consultant, the
contractor shall remove the defective material from the site, pull down and re-execute
the works at his own cost to the satisfaction of the Owner’s Site Representative /
Consultant. To prove that the materials used are as specified the contractor shall furnish
the Owner’s Site Representative with original vouchers on demand.
Page 194 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
SECTION - 12 :: FIRE FIGHTING SYSTEM
SCOPE OF WORK
1.
The scope of work consists of the Equipment design, supply, inspection,
transportation to site, installation, testing and commissioning of the
following systems of Fire Fighting works conforming to National Building
Code and Tariff Advisory Committee (where details in National Building
Code not available), but is not limited to the same:
1.1
Hydrant System and Sprinkler System
1.2
Pumping System
1.3
Fire Extinguishers
1.5
Conformity with statutory act, regulations, standards and safety codes
1.5.1 The Fire fighting system’s equipment, materials, accessories and their installation shall
conform to relevant Indian Standard amended upto date the National Building Code
part IV Fire protection and in conformity with the local Fire Regulations and Rules there
under where they are in force. Provisions in local by-laws, if any, shall be complied with.
1.5.2 All electrical works in connection with fire fighting works shall be carried out in
accordance with the provision of Indian Electricity Act, 1910 and the Indian Electricity
Rules, 1956 amended up to date and to CPWD General Specifications for Electrical
works Part I (internal) 1994 Part II External – 1995 as amended up to date of receipt of
tenders.
1.6
Inspection and testing of materials
1.6.1 Contractor shall be required, to produce manufacturer‟s test certificate for equipment
and particular batch of materials supplied to him. The tests carried out shall be as per
the relevant Indian Standards.
Page 195 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
1.6.2 For examination and testing of equipment materials and works at the site Contractor shall
provide all testing and gauging equipment necessary but not limited to the following:
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
Theodolite
Dumpy level
Steel tapes
Weighing machines
Plumb bobs, spirit levels, hammers
Micrometers, Tachometers
Thermometers
Hydraulic test machine
Smoke test machine
Any other item required for testing and commissioning.
1.6.3 All such equipment shall be tested for calibration at any approved laboratory, if required
by consultant.
1.6.4 All testing equipment shall be preferably located in special room meant for the purpose.
1.6.5 Samples of all materials shall be got approved before placing order and the approved
samples shall be deposited with consultant.
1.7
Data to be furnished by contractor
1.7.1 After Award of work – The contractor shall submit the following data / drawings within a
fortnight of the award of work, for approval by consultant.
G.A & foundation drawings for equipment and weight of assembled equipment like pump set,
valves, hydrants, hose cabinets etc.
(i)
Control and protection schematics, wiring diagrams and control wiring diagrams of
equipment showing the sequence operation.
(ii)
Bar chart indicating general program for supply, installation, testing and commissioning
and handing over and also the related works to be done by other agencies to ensure
timely completion.
(iii)
Any other data that may be necessary for the satisfactorily completion of work.
The above documents shall be furnished in 4 sets to consultant. One set will be returned with
comments and approval. The document shall be modified incorporating the comments indicated
by consultant and 4 sets of corrected documents shall be given in 15 days time.
Page 196 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
1.7.2 The contractor shall follow the drawings issued to him for installation
work. He shall check the drawings of other trades to verify spaces in which
his work will be installed. Maximum head ro om and space conditions shall
be maintained at all points. Where Head Room appears inadequate, the
contractor shall notify the Architect / Engineer before proceeding with the
installation. In case the installation is carried out without notifying, the
work shall be rejected and Contractor shall rectify the same at his own
cost.
1.7.3 The Contractor shall examine all architectural, structural, plumbing, air
conditioning electrical and other services drawings and check the as -built
works before starting the work, report to the Owner’s site representative
any discrepancies and obtain clarification. Any changes found essential to
co-ordinate installation of his work with other services and trades, shall be
made with prior approval of the Architect / Engineer w ithout additional
cost to the client.
1.7.4 Each item of equipment / material proposed shall be a standard catalogue
product of an established manufacturer strictly from the approved
manufactures.
1.7.5 Manufacturers drawings, catalogues, pamphlets and oth er documents
submitted for approval shall be in four sets. Each time in each set shall be
properly labeled indicating the specific services for which material or
equipment is to be used giving reference to the governing section and
clause number and clearly identifying in ink the items and the operating
characteristics. Data of general nature shall not be accepted.
1.7.6
Before commencement of installation – The contractor shall also furnish 3 copies of detailed
installation; operation and maintenance manuals of manufacturers for all items of equipment
together with all relevant data sheet spare parts catalogue, repairs assembly and adjustment
procedures etc.
Page 197 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
1.8
Bar Chart
1.8.1 The contractor shall provide within 3 weeks of award of work a complete
bar chart based on the time period of the completion of the project. The
Bar Chart shall elaborate the following:

Procurement & Installation of piping

Procurement and installation of Pump Sets.

Procurement and installation of Valves.

Pressure testing of piping.

Testing and commissioning of pump sets.

Testing and commissioning of all systems.
1.8.2 The contractor will be required to give during Pre -Tender (as well as Post
Tender) period the time frame of major activities including Bar Chart, time
when the activity shall be executed as well as the co -ordination linkages
required.
1.8.3 The sequence of erection of Pumps, the stage when it shall be executed,
what is required from Owner, lead period for pump procurement and time
schedules as well as payment.
1.8.4 Procurement period of end items such as Hydrants etc., when they shall be
procured, cash flow requirement as well as when installation shall be done.
1.8.5 Commissioning of Systems, what requirements are needed from other
services and period of completion.
1.9
Quality of Material and workmanship
All or part of equipment shall be of such design, size and material as to function satisfactorily
under all rated conditions of loading and operation. All components of the equipments shall
have adequate factor of safety. Materials components which are not covered by standards laid
down by Indian Standard Institution shall be got approved from consultant / client before use
on the work.
The entire work of fabrication, assembly and installation shall conform to sound engineering
practice and on the basis of “fail safe” design. The mechanical parts subject to wear and tear
shall be of easily replaceable type.
Page 198 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
The construction shall be such as to facilitate ease of operation, inspection, maintenance and
repairs. All apparatus shall be also be designed to ensure satisfactory operation under working
conditions as specified.
All connections and contacts shall be designed to minimize the risk of accidental short circuit
caused by animals, birds, vermin. Surfaces which are in contact with oil shall not be galvanized
or cadmium plated.
1.10
Inspection and testing at Manufacturer’s Works
The contractor shall furnish such facilities as will be necessary for inspection and witnessing of
special tests, if any, of the equipment before dispatch at his or associates works as are done at
the works, if so required by consultant.
1.11
Test Certificates
Copies of all documents of routine test certificates of the equipment carried out at the
manufacture’s premises shall be furnished to consultant before dispatch of the equipment.
1.12
Dispatch of Materials and Storage
The contractor should dispatch all materials to site in consultation with consultant. For this
purpose the programme of dispatch of materials shall be framed, keeping in view the building
progress. Safe custody of all machinery and equipment supplied by the contractor shall be his
own responsibility till the final taking over by client.
1.13
Care of buildings
Care shall be taken, while handling/installing the equipment to avoid damage to the buildings.
On completion of the installation, the contractor shall arrange to repair all damages to the
building caused during installation so as to bring to the original condition. He shall also arrange
to remove all unwanted waste materials from the buildings, pump room and other areas used
by him.
1.14
Painting and Protection
All equipment supplied shall be given final coat of paint over the primer after necessary
treatment at the works before dispatch. All damages to painting during transport and
installation shall be set right or repainted to the satisfaction of the consultant before handing
over.
1.15
Completion Drawings
10 sets of equipment drawings shall be submitted by the contractor while handing over the
installation.
(a) Equipment drawings.
(b) Electrical power and control wiring drawings for the entire electrical equipment showing cable
sizes, equipment capacities, switchgears ratings, control components, control wiring etc.
Page 199 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
1.16
Final Inspection, Testing and Approvals
When the installation is deemed by the contractor to be complete, he shall arrange with
consultant for inspection and testing of the installation by the concerned local fire authorities.
Test results obtained shall be recorded and installation shall not be accepted until
consultant/client is satisfied about its compliance with the requirement of these specifications.
It shall be the responsibility of the contractor to carry out any rectification / modification as may
be suggested by the Fire Officer and get the installation passed by the concerned local fire
authorities, as may be required by the local by-laws.
Contractor shall ensure that equipment installed complies with specification in all respects and
is of the correct rating for the duty and site connections.
Contractor shall ensure that all electrical circuits are correctly protected and that protective
devices are properly co-coordinated. Contractor shall ensure that general requirement of
inspection & testing shall be read in conjunction with any particular requirement specified
elsewhere in the document.
1.17
Guarantee
The contractor shall guarantee the entire fire fighting installation as per specifications &
drawings. All equipment shall be guaranteed for one year from the date of taking over against
unsatisfactory performance or break down due to defective design, manufacture and
installation. The installation shall be covered by the conditions that whole installation or any
part thereof found defective within one year from the date of taking over shall be replaced or
repaired by the contractor free of charge as decided by consultant. The warranty shall cover the
following: (a)
Quality, strength and performance of materials use.
(b)
Safe mechanical and electrical stress on all parts under all specified conditions of
operation.
(c)
Satisfactory operation during the maintenance period.
2.0
HYDRANT SYSTEM
2.1
Hydrant system consisting of Internal Hydrants Risers, internal Hydrant
Ring, Hydrant Stations with all accessories such as Hydra nts, Hoses, First
Air Hose Reel, Branch Pipe.
2.2
On each floor with each riser there shall be Hydrant Station having on e
number of Hydrant, 2 nos. RRL Hoses and one Branch pipe. The reinforced
Rubber Lined Hose shall be of 15 meters length. They shall be provided with
gunmetal quick jointing couplings. The Hydrant shall be of gun metal and
shall be provided with a stainless steel orifice plate to reduce water
pressure to 3.5 bar.
Page 200 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2.3
The Hydrant Station shall also be provided with a First Aid Hose Reel
consisting of a 30 meter length 20mm dia. double braided rubber hose
wound on a drum bracket with aluminum alloy bracket and piping. This set
shall be connected to the Hydrant Riser through a 25mm dia. Ball Valve.
2.3
Four way fire brigade inlet connection s hall be provided at the
underground fire water tank, hydrant system ring main and sprinkler
system mains.
2.4
The Terrace shall have and Air vessel with drain and pressure gauge to
absorb pressure surges and water hammer effect when any of the main
pump start.
2.5
The delivery header shall also have a fire brigade inlet connection (four
way) outside the building. In case of any eventuality additional water if
required, it may be pumped directly into he riser by the fire brigade.
2.6
All internal piping shall be Mild Steel Heavy Grade and shall have welded
jointing for pipes above 50mm dia.
2.7
All fittings shall be Mild Steel (heavy class) and cut off valves shall be as
per IS: 14846.
3.0
PUMPING SYSTEM
3.1
To cater for the Hydrant Systems, the following pumps ar e being provided:
Pump Type
Discharge
Head
Drive
1.
Sprinkler Pump
2850 LPM
95
Electric
2.
Hydrant Pump
2850 LPM
95
Electric
3.
Standby Pump
2850 LPM
95
Diesel Engine
4.
Jockey Pump
180 LPM
95
Electric
S. No.
3.2
There shall be a common Suction Header, which is connected to the Tank
through Y Strainers. Each Pump shall have a Sluice Valve on the Suction
side as well as Sluice Valve and Non Return Valve on the Delivery side. The
Delivery of each pump shall be conne cted to the Common Delivery Header.
Page 201 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
3.3
The Pumps shall start automatically through use of Pressure Switches. The
start / stop sequence shall be as follows:
Pump
Start
Stop
Jockey Pump
10.5 Kg /cm 2
11.0 Kg /cm 2
Sprinkler Pump
10.0 Kg /cm 2
Manual
2
Main Pump
9.0 Kg /cm 2
Manual
3
Standby Pump
8.0 Kg /cm 2
Manual
S. No.
1
3.4
The Main, Sprinkler, Standby Pumps shall be single/multi stage split casing
side suction type coupled to motor and run at 1450 RPM. The Diesel Engine
driven pump shall run at 1800 RPM. The Engine shall be multi cylinder
Heat Exchanger water - cooled type. All pumps shall have mechanical seal.
3.5
There shall be common Y-Strainers on the Suction manifold with stainless
steel mesh to segregate the debris.
3.6
Cast Iron Sluice Valves shall be IS marked with non rising spindle for
closing and opening of pipe lines. The seat of the valves shall be in brass.
3.7
One Air Vessel shall be provided in the pump House for the Hydrant system.
The Air Vessel shall be partly filled with w ater and shall provide for
dampening effect to prevent water hammer when the pump starts. The air
vessel shall be provided with pipe spool piece on which pressure switches
shall be fitted. The Pressure Switches shall be connected to the starter on
the pump starter panel.
4.0
SPRINKLER SYSTEM
4.1
The Sprinkler System shall be operated from the main fire pump of 2 850
LPM.
4.2
The sprinkler risers shall also have a fire brigade inlet (four ways) outside
this building area.
4.3
One number installation Control valves shall be provided in the pipe
network in the Pump House.
Page 202 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
4.4
The Installation Control valve shall be UL listed and have a turbine
operated gong that shall operate an audible alarm in case of a sprinkler
discharge.
4.5
There shall be a sprinkler riser of 150mm dia. and at each floor a tapping
shall be made with a butterfly valve. A flow switch shall be installed to
indicate in the fire control room the floor in which the sprinkler is
discharging.
4.6
The flow switch shall be connected to addre ssable fire alarm system for
giving the floor indication.
4.7
The hydrant riser shall be terminated with air vessel and air release valve
at the highest points to release the trapped air in the pipe work.
4.8
The areas of the Basement, Stores and areas wit hout false ceiling shall
have pendant / upright sprinklers. Area with False Ceiling shall have
powder coated sprinkler with powder coated rosette.
Page 203 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
SECTION - 13 :: FIRE HYDRANT AND SPRINKLER SYSTEM
1.0
DESCRIPTION
1.1
The Hydrant system shall comprise of pipe ring main, an electric driven
Main Fire Pump Set of 2850 LPM at 95M head and a standby Diesel Pump
Set of same capacity and head with all required accessories including
valves, special fittings, instrumentation, co ntrol panels and any other
components required to complete the system in all respects. In addition
there shall be a jockey pump of 180 LPM at 95M head.
Battery limit for the external hydrant ring main is as shown in the layout
drawings enclosed.
1.2
The water supply for the Hydrant system shall be by an Under Ground tank
of 200,000 liters capacity.
1.3
The Hydrant system shall be semi -automatic in action that is the hydrant
valves shall be operated manually. With the pressure going down in the
pipe line the main hydrant pump swill start automatically. The hydrant
piping shall be laid covering the entire area.
1.4
The Hydrant system shall be kept pressurized all the times. The Jockey
Pump shall take care of the leakage in the system, pipelines and valve
glands.
1.5
The pressure in the Hydrant pipe work shall be kept constant at 9.5
Kg/cm 2 . In the event of fire, when any of the hydrant valves in the network
is opened, the resultant fall in header pressure shall start the Fire Hydrant
Pump through pressure switches automat ically.
1.6
Single headed Hydrant valves with Hose Cabinets shall be provided. Hose
box shall be pedestal type.
1.7
The scope of work for internal hydrant system covers providing, fixing and
jointing MS pipe including testing, cutting and threading etc., with h eavy
class fittings like bends, tees, reducers as required, on walls, ceilings,
beams, floors with suitable clamps, for installation of various sizes of pipes
for Hydrant System and hydrant valve in hose cabinets as per NBC norms.
Page 204 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
1.8
To compensate for losses of pressure in the system and to provide an air
cushion for counteracting pressure surges / water hammer in the
underground pipe work, an air vessel shall be provided in the pump room
near the fire pumps. The air vessels shall be normally partly fi lled with
water and the remaining being filled with air which shall be under
compression when the system is in normal operation. The Sprinkler System
shall be fed from the same tank and pumping system. However, piping shall
be independent.
1.9
All components of the Hydrant and Sprinkler systems shall be of a type and
makes approved by TAC.
1.10
For Sprinkler system there shall be flow switches for all floors which shall
be connected to the Fire Alarm System.
1.11
The areas of the Basement, Stores and areas without f alse ceiling shall
have pendant / upright sprinklers. Area with False Ceiling shall have
powder coated sprinkler with powder coated rosette.
1.2
Flushing of hydrant system:
After installation of complete system flushing of hydrant system shall be done as under:
1.2.1 Underground mains and lead-in connections to system risers shall be flushed before
connections made to piping in order to remove foreign materials which may have
entered underground during the course of installation. For hydrant system the flushing
operation shall be continued until water is clear.
1.2.2 Underground mains and connections shall be flushed at a flow rate of not less than 1000
ltrs. per minute. The pump and other equipment necessary for the flushing shall be
arranged by the contractor without any extra charges.
1.2.3 The water coming out from the outlet will be connected to storm water drain or any
other receiver reservoir by means of suitable hose. Hose for the purpose shall be arranged by
the contractor.
Page 205 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
1.3
TESTING OF THE HYDRANT SYSTEM
Testing of the Piping
1.3.1
After laying and jointing, the entire piping shall be tested to hydrostatic test pressure. The pipes
shall be slowly charged with water so that the air is expelled from the pipes. The pipes shall be
allowed to stand full of water for a period of not less than 24 hours and then tested under
pressure. The test pressure shall be at least 1.5 times the operating pressure. The test pressure
shall be applied by means of an electrical test pump to be provided by the contractor.
Precautions shall be taken to ensure that the required test pressure is not exceeded.
1.3.2
The open end of the piping shall be temporarily closed for testing.
1.3.3. All leaks and defects in the pipes, joints, valves etc. noticed during the testing and before
commissioning shall be rectified to the satisfaction of consultant.
2.0
FUNCTIONAL REQUIREMENTS
2.1
There shall be a test valve, operation of which will simulate the operation of the landing
valve / external hydrant. This will enable testing the healthiness of the equipment, availability
and its control.
3.0
Operating Sequence
3.1
The Jockey pump shall automatically start, when set to auto-status, when the water
pressure in the wet riser system falls to a pre-set value below the normal system pressure and
shut down when the system pressure reaches the set value. Both the limits shall be adjustable
on the appropriate controls in the pump room.
3.1.1
First the electric fire pumps will start by the sudden fall of pressure in the system due to
operation of the pressure switch and feed the water to the system. If within the pre-set
period the electric pump fails to start or fails to develop adequate pressure, the control
system shall shut down the electric fire hydrant pump and initiate the start up of the standby
diesel pump. The main electric fire hydrant pump shall then be locked out. An audio visual
alarm shall also be given.
3.1.2
If within a preset period the standby pump also fails to start or fails to develop adequate
pressure, the control system shall shut down the standby pump and lock it out and give an
audio visual indication to that effect on the control panel.
3.1.3
Automatic Jockey pump shall be shut down automatically when the main electrical fire
pumps or standby fire pump, start operating. Necessary integration of pipe work and control
shall be provided for the purpose.
Page 206 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
SECTION - 14 :: FIRE PUMPS & ACCESSORIES
1.0
FIRE PUMPS, MOTORS, ENGINE AND ACCESSORIES.
1.1
General
1.1.1 The pumps shall be single stage designed for continuous operation and
shall have a continuously rising head characteristic without any zone of
instability.
1.1.2 The head vs. capacity, input power vs. capacity characteristics etc., shall
match to ensure load sharing and trouble free operation throughout the
range.
1.1.3 In case of accidental reverse flow through the pump the driver shall be
capable of bringing the pump to its rated speed in the normal direction
from the point of maximum possible reverse speed.
1.1.4 The motor shall have a 10% margin of power rating over the rated duty
point of pump input power.
1.1.5 In case the pump & Motor are from different manufacturers, the contractor
under this specification shall assume full responsibility in the operation of
the pump and drive as one unit.
1.1.6 An automatic air release valve shall be provided to vent air from the pump.
This valve shall be located at the highest point in the discharge line
between the pump and the discharge check valve.
1.1.7 The pump shall be capable of a minimum of 150 percent of rated capacity
at a total head of not less than 65 percent of the total rated head. The
total shut-off head shall not exceed 120 percent of total rated head on the
pump.
1.1.8 Pumps coupled with motor on a common platform shall perform smooth ly
without any excessive noise or vibration.
1.1.9 Pumps shall be as per IS : 12469.
Page 207 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
1.2
Pumps casing
1.2.1 The casing shall be of cast iron to IS 210, grade FG 260 and capable of
withstanding to the maximum pressure developed by the pump at the
pumping temperature.
2.0
Impeller
2.1
The impeller shall be of bronze to IS 318, grade LTB 2.
2.2
Pump
2.2.1 The pumps shall be horizontal centrifugal split casing type, single /
multistage stage, side / end suction type as specified in the bill of
quantities.
2.2.2 The impeller shall be secured to the shaft and shall be retained against
circumferential movement by keying, pinning or lock rings.
2.2.3 All screwed fasteners shall tighten in the direction of normal rotation.
2.2.4 All pumps shall be provided with Mechanical Seal.
2.3
Shaft
2.3.1 Shaft size shall be selected on the basis of maximum combined shear stress.
2.3.2 The shaft shall be of EN8, grade C 40 and ground and polished to final
dimensions and shall be adequately sized to withstand all stresses from
rotor weight, hydraulic loads, vibrations and torq ues coming in during in
operation.
2.3.3 Length of the shaft sleeves must extend beyond the outer faces of gland
packing or seal and plate so as to distinguish between the leakage between
shaft and shaft sleeve.
Page 208 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2.3.4 Shaft sleeves shall be securely fastened to the shaft to prevent any leakage
or loosening. Shaft and shaft sleeve assembly should ensure concentric
rotation. The sleeve shall be of stainless steel.
2.4
Pump Shaft-Motor Shaft Coupling
2.4.1 All shafts shall be connected with adequately sized pin and bush type
coupling. Necessary guards shall be provided for the couplings. The
couplings shall be of MS.
2.5
Base Plate
2.5.1 A common base plate mounting both for the pump and drive shall be
provided. The base plate shall be of rigid construction, suitably ribbed and
reinforced.
2.5.2 Base plate and pump supports shall be so constructed and the pumping unit
so mounted as to minimize misalignment caused by mechanical forces such
as normal piping strain, hydraulic piping thrust etc. The base plate shall
be of MS.
2.6
Vibration & Balancing
2.6.1 The rotating elements shall be so designed to ensure least vibration during
start and throughout the operation of the equipment.
All rotating
components shall be statically and dynamically balanced at workshop.
2.7
The Wearing Rings shall be fitted on the casing and shall be of bonze.
2.8
The Stuffing Box shall be suitable for fitting of the Mechanical Seal.
2.9
The Bearings shall be reinforced type with cylindrical roller bearing on the
non drive end and 2 numbers angular contact ball bearing on drive end
side.
Page 209 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2.10 Instruction Manual & Tools / Spares
2.11.1 A comprehensive instruction manual shall be provided by the contractor
indicating detailed requirements for operation, dismantling and periodic
operation and maintenance procedures for equipments in the system.
2.11.2 A list of tools and tackles to be supplied by the contractor for operation
and maintenance works.
2.13
INSTALLATION OF PUMPSETS.
2.13.1 Foundation:
2.13.1.1 A solid vibration free and leveled foundation of concrete shall be made.
The foundation shall depend upon the size and weight of the motor
pump set and the nature of the ground.
2.13.2
Erection:
2.13.2.1 Only lifting eyebolt shall be used to lift the motor. Ensure the eyebolt is
fully tightened in the threaded hole and shoulder of eyebo lt butts with
the surface of the hole. Avoid jerks and jolts to the motor to avoid
bearing getting damaged.
2.13.2.2 Motor should be mounted on the base plate. The motor should be raised
by at least 15mm to allow free passage of air underneath for better
cooling.
2.13.3
Alignment:
2.13.3.1 Flexible coupled motors shall require an accurate alignment as solid
coupled machines. Use feeler Gauge and Dial Gauge during motor –
pump set alignment. The gap between the faces of two half couplings
should be maintained by 0.05 mm. Check the Angular and Radial
Alignment the trenches should be within 0.05mm to 0.1mm.
Page 210 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2.13.4
Earthing:
2.13.4.1 The motor body should be effectively and securely earthed by fixing two
copper or GI strip on the foot by the earthing screw provided. The other
end of the strip shall be connected to the earthing system. If 3½ or 4
core cables are used for power supply the earthing core of the cable
should be connected to the earthing terminal provided inside the
terminal box.
2.13.5
Cable Termination:
2.13.5.1 All terminal nuts and fixing bolts shall be fully tightened. Use correct
size of cable corresponding to the current rating of the motor with
voltage drop during running shall be limited to 3% and during starting
shall be limited to 15% at motor full l oad current.
2.13.5.2 It is to be ensured that the gland is holding the cable tightly and there is
no appreciable gap left between the gland packing and the cable.
2.13.6
Insulation Resistance:
2.13.6.1 All new motors or where an existing motor has been stored for any
length of time in damp situation, the insulation resistance of the
windings both between phase and to earth should be taken by means of
500 volts DC Meager. The insulation resistance should not be lower
than 1 Mega Ohm when the motor is col d.
2.13.7
Installation and Foundation:
2.13.7.1 Pump when properly installed and when given reasonable care and
maintenance, should operate satisfactorily for a long period.
2.13.7.2 The pump should be as near the liquid source as practical so that a
short direct suction pipe may be used.
2.13.7.3 It should be placed so that it will be accessible for inspection during
operation. Provide necessary floor space around for inspection and
servicing.
Page 211 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2.13.7.4 The foundation should be sufficiently substantial to absorb vibration
/normal shock and to form a permanent rigid support to the full area of
base plate.
2.13.7.5 The foundation template with hanging foundation bolts, sleeves and
washers shall be placed in position over the pit and shuttering fixed
around it. The bolt, washer and sleeve should be free from oil and may
be provided with a mixture of neat cement.
2.13.7.6 The purpose of the sleeve is to allow movement of the bolts for final
positioning to register with the bolt holes in the base plate.
2.13.7.7 The concrete should be 1:2:4 mix. Contact faces of the fo rms and pit
should be wetted before pouring concrete. The pouring of concrete
should be continuous and should be completed in one operation.
2.13.7.8 The foundation should extend at least 15 cm beyond each side. The
depth and side extensions should be suitably increased for locations
having poor soil conditions.
2.13.7.9 The foundation should be cured for at least 7 days before the equipment
is put on it. Keep the foundation wet for the entire setting period of 28
days.
2.13.8
Leveling and Alignment:
2.13.8.1 Remove the template and mount the complete unit with the base plate
on the foundation.
2.13.8.2 Secure enough rectangular steel blocks, strips and pack them under
base plate on each side of the foundation bolt so that the base plate is
clear form the foundation surface by 2cms to 4 cms.
2.13.8.3 Adjust the metal supports until the shafts of the pump and driver are
level. Have the coupling halves disconnected and check the flange faces
as well as the machined suction and discharge connections of the pump
for horizontal and vertical positio ns by means of machinist’s level.
Correct the position, if necessary, by adjusting the metal supports under
the base plate. Tighten by hand all the bolts by means of nuts and lock
washer.
Page 212 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2.13.8.4 A flexible coupling should not be used to compensate for misalignm ent
of the pump and driver shafts.
2.13.8.5 The coupling halves are to be disconnected during the leveling process
and they are to remain disconnected till the final check is made after
the pipe connections are made.
2.13.8.6 After each change during alignment it is neces sary to recheck the
alignment both angular and parallel.
2.13.9
Grouting:
2.13.9.1 With the correct alignment and after the concrete foundation has set,
the foundation bolts should be tightened evenly but not too firmly,
leaving the steel packing in place. Recheck for level and alignment and
correct.
2.13.9.2 Mix the grout, using 1 volume of cement to 2 volumes of sharp clean
sand, pour the grout through the space between the drain planking and
the base plate.
2.13.9.3 When the grout has hardened, usually about 48 hrs. afte r pouring,
tighten foundation bolts fully.
2.13.10 Check for level and Alignment:
2.13.10.1 Starting of Motor
2.13.10.2 Disconnect coupling of motor side to coupling of pump side.
2.13.10.3 Check supply voltage which should be same as per rated voltage of the
motor as marked on the name plate.
2.13.10.4 Check all external connections, rating of fuse, setting of protective
devices to ensure that they are correct and as per the relevant
connection diagram.
Page 213 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2.13.10.5 Check ball and roller bearings and bearing housing to ensure that they
are correctly charged with grease. For replenishing, if necessary, fresh
grease of lithium base should be used. Lithium base grease should
conform to Grade 2 of IS: 1002.
2.13.10.6 For first starting, stop the motor immediately. After starting if there is
no fault signs start the motor for some time and check all electric and
mechanical connections.
2.13.10.7 Check direction of rotation before coupling to a load. Direction of
rotation can be reversed by interchanging any two line lead.
2.13.10.8 After the motor has started the following shall be checked:
2.13.10.9 Check that there is no abnormal vibration of the motor while it is
running on load and noise of the bearing.
2.13.10.10 Check the full load current drawn by motor in all three phases. A
motor should never be allowed to operate on higher current than stated
in the name plate.
3.0
ELECTRIC MOTORS
3.1
The motor shall be designed as per IS: 325. The starters for all electric
Pumps shall be Star Delta type. It shall be designed for continuous full load
duty. The motor shall be capable of handling the required starting tor que
of the pumps. Speed of motor shall be compatible with the speed of the
pump.
3.2
The cooling fans shall be directly driven from the motor shaft.
3.3
Motors shall be totally enclosed type and shall have a dust tight
construction with suitable means of breath ing and of drainage to prevent
accumulation of water from consideration.
Page 214 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
3.4
All components shall be of adequate mechanical strength and robustness
and shall be constructed of metal unless otherwise approved.
3.5
The rating and design shall conform to IS: 325.
3.6
The motors shall be Squirrel Cage TEFC induction type.
3.7
The motors shall be wound for class-F insulation’s with temperature rise
limited to class “B” insulation, and the winding shall be vacuum
impregnated with moisture resisting varnish, and glass wool insulated to
withstand tropical conditions.
3.8
Two independent earthing points shall be provided on opposite sides of
motor for bolted connections.
3.9
415 Volt power terminals shall be suitable for receiving 1.1 KV grade
armoured power cables.
3.10
The cable boxes and terminations shall be designed to enable easy
disconnection and replacement of cables.
3.11
Motor shall be suitable for ± 10% variation in voltage and ± 5% variation
in frequency.
3.12
Motor rated 30KW and above shall be provided with suitable single phase
space heater.
3.13
No under voltage / no voltage strip will be provided for main and sprinkler
pump motors. However, overload and single phase protection will be
provided for jockey pumps.
Page 215 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
4.0
DIESEL ENGINE
4.1
General
4.1.1 The diesel engine shall be of multi-cylinder type four stroke cycle with
mechanical (airless) injection, cold starting type.
4.1.2 The engine shall be designed with regard to ease of maintenance, repair,
cleaning and inspection. This will also provide interchangeability of parts.
The engine shall be cooled by water through heat exchanger.
4.1.3 All parts susceptible to temperature changes shall have tolerance for
expansion and contraction without resulting in leakage, misalignment of
parts or injury to parts.
4.1.4 Diesel Engine shall be as per IS: 10 001 / 100002.
4.2
Starting
4.2.1 The engine shall be capable of both automatic and manual start. Generally
the engine shall start automatically, but in case of the auto -start system
failure the engine shall be capable of manual start. Engine shall be able to
start without any preliminary heating of combustion chamber; cranking
mechanism shall also be provided. All controls/ mechanisms which have to
be operated in the starting process shall be within easy reach of the
operator. A day oil tank of adequate capacity constructed in MS sheet shall
be provided as per manufacturer’s guide line.
4.2.2 A high torque DC motor charged by battery shall initiate automatic start of
diesel engine. The battery shall hold adequate retainable charge to
provide the starting of the diesel engine. Starting power will be supplied
from one set of storage batteries. The battery capacity shall be adequate
for ten consecutive starts without recharging with a cold engine under full
compression.
4.2.3 The battery banks shall be used for no other pur pose other than starting of
the engine and shall be fully charged at all times with provision for 2 rate
trickle & boost chargers. After start of the engine the charger shall be
disconnected, the battery being fed from the engine dynamo.
Page 216 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
4.2.4 Engine shut down shall be through manual operated push button on panel
mounted on engine body by manufacturer.
4.3
Governing System
4.3.1 The engine shall have a speed control device which will control the speed
under all conditions of load. The governor shall be suitable for operation
without external power supply.
4.3.2 The Governor shall offer following features:
4.3.2.1
An adjustable governor to regulate engine speed within a range of
10%between shut-off and maximum load conditions of the pumps. The
governor shall be set to maintain rated pump speed at maximum pump
load. It is to be provided within built techno meter to indicate the RPM of
the Engine.
4.3.2.2
An over speed shutdown device to shutdown the engine at a speed
approximately 20% above rated engine speed with manual reset, so that
the automatic engine controller will indicate an over speed signal until
the device is manually reset to normal operating position.
4.3.2.3
The flywheel shall have graduated markings around the periphery to
facilitate checking of valve and fuel pump timing s.
4.3.2.4
The engine shall be connected with the fire water pump by means of
standard flexible coupling. The arrangement shall be such that the engine
and the pump can be removed for maintenance without disturbing each
other.
4.4
Fuel System
4.4.1 The diesel engine is to run on High Speed Diesel, the tank to be provided
being enough to hold the volume required for 8 hours (minimum)
continuous operation in addition to that in the engine fuel tank. The day
oil tank shall be supplied by the Engine Manufacturer. The tank shall be of
MS sheet of thickness approved by the Engine Manufacturer with an
internal lead sheet lining to prevent contact between tank and oil. The fuel
tank shall be provided with a sludge and sediment trap. It will facilitate
sludge being not carried to injection pump.
Page 217 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
4.4.2 Tank shall have indications for Low Fuel Level, Float Switch, Fuel Level
indicator with shut-off nozzle and shall be duly calibrated. A fuel injection
pump is to be provided to transfer diesel from fuel tank to engine tank.
4.4.3 Necessary auxiliary equipment shall be provided for fuel system.
4.4.4 The complete fuel oil system shall be designed to avoid any air pockets in
any part of the pipe work, fuel pump, sprayers, injectors, filter system etc.
Air relief cock is not permitted. However, wher e air relief is essential,
screwed plugs may be used.
4.5
Engine cooling System
4.5.1 The diesel engine shall be cooled by Heat Exchanger and the Contractor
shall make arrangements for continuous supply of such water.
4.5.2 An automatic pressure lubrication system shal l be provided by pump driven
by the crank shaft, taking suction from a sump and delivering through
pressurized oil cooler and fine mesh filters to a main supply header fitted
to the bed plate casing. High-pressure oil shall be supplied to main and big
end bearing, camshaft bearings, camshaft chain and gear drive, governor,
auxiliary drive gears etc. Valve gear shall be lubricated at reduced
pressure through a reducing valve and the cam by oil bath.
4.6
Accessories
4.6.1 The engine shall be mounted on a base plate of fabricated steel
construction. Adequate access shall be provided to the big end and main
bearings, camshaft and governor drives, water jackets etc.
4.6.2 The engine shall have a base plate made from MS sections. There shall be
reasonable space at the big end, camshaft, water jackets, governor drives
and main bearings.
4.6.3 The engine shall be provided with intake and discharge duct work, inlet
filter and silencer, outlet muffler, expansion joints, dampers etc. as
necessary for efficient operation. Intake air should be taken from inside
the building in which the engine is located, but the exhaust should be
discharged into the air at a location as desired by the consultant/client
and as per Govt. rules. The Exhaust system to be suitably designed to
prevent condensate flowing into the engine.
Page 218 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
4.6.4 Noise level of engine shall be as per IS specifications.
4.6.5 The engine shall be provided with three number batteries of 180 Ah each
and consisting of 25 plates each.
4.6.6 The flywheel shall have graduated markings around the periph ery to
facilitate checking of valve and fuel pump timings.
4.6.7 The engine shall be connected with the fire water pump by means of
standard flexible coupling. The arrangement shall be such that the engine
and the pump can be removed for maintenance without dis turbing each
other.
4.7
Instrumentation
4.7.1 The diesel engine shall be provided with adequate instrumentation. The
lub oil system, temperature indicator, in lub oil outlet from oil cooler,
temperature indicator (contact type in radiator), speed indicator, fuel oil
tank level indicator, lubricating oil sump level dip stick, gauges etc. as
required are provided for in the Engine Panel.
4.8
Protection
4.8.1 The engine shall be provided with the following protection devices:
4.8.1.1
Overload
4.8.1.2
Over speed
4.8.1.3
Lube Oil Pressure
4.8.1.4
High water temperature.
Page 219 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Equipment shall conform to the latest applicable standards as mentioned.
Incase of conflict between the standards and this specification, this
specification shall govern.
IS: 13947 (Part 2 & 5), 1993
Control gears.
-
Low voltage switchgear &
IS:2147, 1966
-
Degree of Protection
IS:13947 (Part 4, Sec. 1), 1993 -
Contractor for voltage not exceeding
1000V AC.
BS:60947-4-1, 1992:IEC:158
IS:375, 1993
bars
-
Marking and arrangement of bus
IS:694, 1990 & IS:8130, 1984
-
PVC insulated cables and aluminum
conductor.
IS : 1248, 1991
-
Direct acting electrical indicating
instruments.
IS : 131403, 1991
-
Low voltage fuses.
IS:13118(All parts), 1991
breakers.
-
Alternating current circuit
IS:21405 (Part 1 to 4), 1992
-
Current transformers.
IS: 3156 (Part 1 to 3), 1992
-
Voltage transformers.
Page 220 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
5.2.0 Engine Control Panel:
5.2.1 It shall be complete with required connections to set and comprising.
5.2.2 Water temperature gauge (dial type).
5.2.3 Lubrication oil pressure gauge.
5.2.4 Lubrication oil temperature gauge.
5.2.5 RPM indicator
5.2.6 Automatic Start Stop Device.
5.2.7 Manual : The Engine can be manually operated by means of push buttons.
5.2.8 Start Stop & Failure Control Device.
5.2.9 Start Key for manual starting.
5.2.10 Stop Push Button for manual stopping of e ngine.
5.2.11 Starting failure indication by lamp and Horn Unit.
5.2.12 Engine temperature very high indication by audio alarm.
5.2.13 Lubrication oil Pressure low indication by audio alarm and automatic
stopping of engine.
5.2.14 Engine over speed indication by red lamp with engine over speeding audio
alarm.
5.2.15 Engine set in operation indication by green lamp.
5.2.16 Mains supply available indicated by yellow lamp.
5.2.17 Push Button for Audio Alarm reset.
5.2.18 Push Button Failure indication by lamps.
Page 221 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
6.0
6.1
CODES AND STANDARDS FOR PUMPS AND MOTORS
PUMPS:
6.1.1 The pumps shall perform to the standards and codes as given below:
6.1.2 IS:1520
- Horizontal centrifugal pumps for clear, cold and fresh water.
6.1.3 BS:599
- Methods of testing pumps.
6.1.4 PTC :8
6.1.5 IS: 12469
6.2
- ASME Power Test Codes – Centrifugal pumps.
- Pumps for Fire Fighting System.
MOTOR
6.2.1 The following codes shall be applicable for the motor.
6.2.2 IS: 325
- Induction motors, three –phase.
6.2.3 IS: 900
- Induction motors, installation and maintenance, code of
practice for
6.2.4 IS: 7816
- Guide for testing insulation resistance of rotating machines.
6.2.5 IS: 4029
- Guide for testing three phase induction motors.
6.2.6 IS: 3043
- Code of practice for earthing.
6.2.7 Further to those stated above, the design, manufacture, installation and
performance of motors shall conform to the latest Indian Electricity Act
and Indian Electricity Rules. The motor shall also be acceptable to the
Tariff Advisory Committee.
Page 222 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
SECTION - 15 :: FIRE PIPING AND ACCESSORIES
1.0
FIRE FIGHTING ACCESSORIES
1.1
Piping
1.1.1 Pipes of the following types (depending upon the description of item) shall
be used:
1.1.2 MS pipes conforming to IS:1239, ISI marked (heavy grade) for pipes of sizes
150mm NB and below suitably treated on the outside to prevent soil
corrosion as per IS : 10221.
1.1.3 MS pipes conforming to IS: 3589, 6.35mm thick for pipes of sizes above
150mm dia.
1.1.4 The pipes shall be manufactured by Electric Resistant Welded (ERW),
Electric Fusion Welding or Induction Welding process. The weld shall be
continuous. The pipes shall conform to the Tensile Test, Hydraulic Pressure
Test and Mechanical test as per IS: 3589. The pipes shall also conform to
the requirements of the Outside pipe dia. as laid down in IS:3589. Pipes
shall be supplied with bevel edging.
1.1.5 MS Pipe up to 150 mm dia. shall have all fittings as per IS: 1239, part –II
(heavy grade) while pipes above 150mm dia. shall be as per IS: 3589
inclusive of IS Marking.
1.1.6 For MS Pipes up to 50mm dia screwed jointing shall be adopted, while for
pipes above 50mm dia welded or flanged connections shall be used. Only
electro galvanized nuts/ bolts shall be used.
Page 223 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
1.1.7 The different types of pipes/fittings shall conform to the following:
Type of
Pipes / Dia
MS Pipes
MS Fittings
MS Pipes
MS Fittings
MS Pipes
MS Fittings
Ends /
Fitting
Size
Grade
Upto 50mm dia.
Heavy
-do-
Heavy
-do-
IS: 1239 (Part1I)
Above 50mm dia
and upto
150mm dia
Heavy
Bevel,
Butt
Welded, 3
layers
IS: 1239 (Part1)
-do-
Heavy, machine
formed from IS
marked Heavy
Grade Pipes
-do-
IS: 1239 (Part1I)
Above 150mm
dia
6.35mm wall
thickness
minimum
Bevel,
Butt
Welded, 3
layers
IS : 3589
-do-
Schedule 40
-do-
IS: 3589
Page 224 of 508
Screwed
Code
IS: 1239 (Part1)
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
1.1.8 Hangers and supports shall be capable of carrying the sum total of all
concurrently acting loads. They shall be designed to provide the required
supporting effects and allow pipelines movements as necessary. All guides,
anchors, braces, dampeners, expansion joints an d structural steel to be
attached to the building /structure, trenches etc. shall be provided by the
Contractor. Hangers and components for all piping shall be approved by
the Engineers. Anchoring fasteners shall be rated to take minimum 2 ton
load and shall be as per approved make. Hangers shall be at 3.0 M
intervals. Additional supports shall be provided at bends etc. Angles for
pipe supports should not be less than 40x40x6mm size. Cutting shall be by
gas cutter. All cut edges and weld surfaces shall b e grounded to a smooth
finish.
1.1.9 The piping system and components shall be capable of withstanding 150
per cent of the working pressure including water hammer effects and test
pressure upto 15.0 Kg/cm 2 .
1.1.10 Flanged joints shall be used for connections to vesse ls, equipment, flanged
valves and also on suitable straight lengths of pipeline of strategic points
to facilitate erection and subsequent maintenance work.
1.1.11 The piping for the hydrant system in the yard shall be laid in soil 1.2M
deep, the pipe line shall have wrapping in 2 layers of coal tar tape each
2mm thick. The scope of work includes necessary excavation of trench and
back filling the same. The scope of work also includes necessary watering,
ramming, removing the surplus earth from the site etc. Coati ng and
wrapping shall be done after completion of hydro test of pipe lines.
1.1.12 Coat tar shall be applied as a final coat at the rate of 4.5 kg. per square
metre of surface area of the pipe. The coal tar shall be hot blown and
applied immediately. Layer to layer overlap shall be a minimum of 25 cm.
The anti corrosive treatment shall be carried out over ground.
1.1.13 All pipes treated for anti corrosive treatment shall also be checked for line
leakage by Holiday test. The test shall be carried out for the complet e
length and diameter of the pipe. The test shall be carried out under the
supervision of the Architect / Engineer. All M.S. pipes below ground shall be
laid on a layer of 7.5 cm coarse sand (Zone IV) and filled upto 15 cm above
the pipes.
Page 225 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
1.1.14 Pipe to pipe jointing by welding shall be carried out over -ground. A
maximum of 4 length shall be jointed after which flanged connection with
asbestos gaskets shall be used. Welding shall be carried out as per related
item given elsewhere. Pipe lowering into the trench shall be carried out
with utmost care to avoid damage to the joints. No backfilling shall be
carried out unless the pipes have been pressure tested for joint leakages
and coating and wrapping as per rules.
1.1.15 All welding shall be carried out by a certified w elder only. The Contractor
must produce the Welder’s Certificate.
1.1.16 All pipe to pipe receiving edges shall be bevel finished to a clean edge by an
electric grinder. A requisite gap determined by the thickness of the weld
electrode shall be given between the joints before start of welding.
1.1.17 Weld Electrodes shall be of approved make, of grade and type as suitable
for the job. This shall be satisfied by the Consultant before start of work.
1.1.18 Joints shall be given a first weld in full width without burrs on the full dia
of the pipe. Welding shall be carried out vertically from the surface to be
welded. Weld fluxes shall not be so plastic such as to fall or drip down.
1.1.19 After application of first coat of the weld shall be ground and then another
layer of welding shall take place. The weld shall also be cleaned by
grinding. Similarly, a third weld shall also be applied.
1.1.20 All pipe cutting shall be by oxy acetylene gas only. The cut surface shall be
cleaned and ground by an electric grinder before further welding.
1.1.21 Pipe cutting or welding in inaccessible areas shall be avoided. Pipes shall
not be welded in trenches unless the bottom edge of the pipe does not have
clear space for working with electrode.
1.1.22 For supports angle pieces shall be cut by oxy acetylene gas and c leaned by
electric grinder. All cutting for bolt inserts shall be by electric drill.
Page 226 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
1.2
Valves
1.2.1 Valves in the building shall be Cast iron (IS 210), grade FG 260 butterfly
valves conforming to PN 1.6, heavy duty cast iron disc with anti corrosive
nickel plating, nitrile seat and stainless steel 410 stem with lever/gear
operation and powder coated finish for fire fighting application.
1.2.2 Valves 50 mm and below shall be brass ball valves with brass body (nickel body), brass
ball (hard chrome plated) and Teflon seat. Valves shall be tested at manufacturer’s
works.
1.2.2 Non-return valves shall be cast iron of grade FG 260 swing check type. An
arrow mark in the direction of flow shall be marked on the body of the
valve. These valves shall conform to IS:5 312. The flap shall be of cast iron
and flap seat ring of leaded gun metal.
1.2.3 Valves below 50mm size shall have screwed ends while those of 50mm and
higher sizes shall have flanged connections. Drain lines will have valves for
draining.
1.3
Hydrant
1.3.1 Hydrant valve shall be as per IS: 5290 of gun metal and inlet of 80mm dia
with 63 mm dia outlet. The valve shall be oblique type complete with hand
wheel, quick coupling connection, spring and gun metal blank cap as per IS
: 5290. The hydrant shall be laid on 150 mm dia main teed off to 100mm
dia and Stand Post of 80mm dia, at approx. 1.2 mtr. from ground level. The
Hydrant shall be IS marked. Orifice plate in 6mm thick stainless steel with
orifice of 32/40/50 mm dia shall be provided with each Hydrant.
1.3.2 The Hydrant shall be constructed from gun metal as per IS, and finished to
a smooth polish on screwed ends. The Hydrant shall have screwed inlet of
75 mm dia., flanged type with 4 Nos. holes. The outlet shall be 63mm female
instantaneous oblique type. The spindle shall be of gun metal with cast
iron wheel. The Hydrant shall have a PVC plug with chain fixed to the main
body of the Hydrant. The Hydrant shall conform to IS:5290.
The Hydrant shall be tested to 25Kg/cm2 test pressure. All threaded joints
shall be sealed with “Holdtite”. The lug shall be wing type.
Page 227 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
1.4
First Air Hose Reel
The Hose reel shall be drum type with hub wheel ties. The supply pipe shall
be of aluminium alloy and be a part of the suspension assembly. The drum
shall rotate freely on the assembly. The drum shall be fabricated from GI
sheet of minimum 18 gauge thickness. Length of Hose Reel shall be 36
metres.
The hose reel shall be directly tapped from the riser through 25mmdia pipe,
the drum and the reel being firmly held against the wall by use of dash
fasteners. The hose reel shall be swinging type (180 degree) and the entire
Drum, Reel etc. shall be as per and IS:884 including marking. The rubber
tubing shall be of IS:444 marked and double braided. The nozzle shall be
6mm dia. ABS plastic rotating head shut off type. A Ball valve shall be used
to shut off the water supply to the Hose Reel.
1.5
External Hose Cabinets
1.5.1 Each Hydrant /Fire Brigade inlet shall be housed in a Hose Cabinet of
minimum 0.75 m x 0.6 m x 0.25 m. The Hydrant Cabinet shall hold single
headed hydrant, 2 nos. Hoses,1 no. Branch pipe 1no. Fire Brigade inlets.
1.5.2 The cabinet shall be 16 gauge MS sheet with sides being folded back
through machine. The Box shall have a single shutter with glass of 5mm
thickness. The cabinet shall be supported on a 40x40x6mm thick angle.
1.5.3 The cabinet shall be powder coated with red paint. The words “Yard
Hydrant”, “Hydrant” etc. shall be painted in white (or red on the glass) in
75 mm high letters. The hose box shall be lockable with socket spanner.
All horizontal surfaces shall be sloped adequately with water discharge
holes. Vents shall also be located on sides of the Hose Box.
1.5
Air Vessel
1.5.1 The Air Vessels shall be provided to compensate for slight loss of pressure
in the system and to provide an air cushion for counter acting pressure
surges whenever the pumping set comes into operation. It shall be
normally partly full of water, the remaining being filled with air which will
be under compression when the system is in no rmal operation. Air vessel
shall be fabricated from 8mm thick MS plate with dished ends and suitable
supporting legs. It shall be provided with a 100 mm dia flanged
connections from pump, one 50mm drain with valve, one water level gauge
and 25mm sockets for pressure switches. The air vessel shall be
hydraulically tested to 21.0 Kg/cm 2 pressure for 30 minutes. All valves
shall be ball valves gun metal.
Page 228 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
1.5.2 The air vessels in the pump room shall be 2000 m long (excluding dished
ends) and shall be of 450mm dia. The air vessels at the terrace over each
riser shall be 1200 mm long (excluding dished ends) and 250 mm dia.
1.6
Four Way Fire Brigade Inlet and draw-off connection
1.6.1 Fire Brigade Inlet Connection shall be taken directly to the main. It shall
comprise of four instantaneous male inlet coupling with plug and steel
chain. The inlet shall have a dual plate wafer type non return valve and a
butterfly valve on the line upto the main. The Fire Brigade Inlet shall be
complete with necessary component s like special fittings of medium quality
MS bends, flanged tees etc. The plug shall be of moulded PVC.
1.6.2 Fire Brigade Inlet connection for Tank filling Fire Brigade shall be four
way with gun metal instantaneous male inlet coupling connection for
connection with Fire Brigade vehicles.
1.6.3 The inlets shall be provided with ABS Quality Plastic Blank caps with chain
and arrangement for attaching the blank cap & chain to the FB inlet.
1.6.4 Draw off connection – a draw off connection for drawing the water from
the Fire Tank would be provided next to the inlet connection to enable Fire
Brigade to draw water from the Fire Tank. This shall consist of a gun metal
stand draw off connection with a gunmetal blank cap and a chain. A
150mm suction pipe with a foot valve and stra iner shall be provided as per
drawings.
1.7
System Drainage
1.7.1 The system shall be provided with suitable drainage arrangements with GI
piping of 50 mm dia, complete with all accessories, and provided with
50mm dia butterfly valve.
1.8
Valve Pits
1.8.1 A masonry pit of internal dimension 0.9 x 0.9 x 1.0 M depth shall be built to
accommodate each of the valves placed externally. Walls shall be of 75
class designation brick work in cement mortar 1:5 (1cement: 5 fine sand).
The top slab RCC shall be of 1:2:4 mix (1cemen: 2 coarse sand: 4 graded
same aggregate 20mm nominal size) and inside plastering with cement
mortar 1:3 (1cemen: 3 coarse sand) 12mm thick finished with a floating
coat of neat cement all complete. CI surface fox will be provided for
operation of valve.
Page 229 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
1.9
Pressure Gauge
1.9.1 The pressure gauge shall be constructed of die cast aluminium and stove
enameled. It shall be weather proof with an IP 55 enclosure. It shall be
stainless steel bourden tube type pressure gauge with a scale range from 0
to 16Kg/cm 2 and shall be constructed as per IS : 3624.
1.10 Painting
1.10.1 All Hydrant and Sprinkler pipes shall be painted with post office red colour
paint. All pipes shall first be cleaned thoroughly before application of
primer coat. After application of two primer coats, two coats of enamel
paint shall be applied. Each coat shall be given minimum 24 hours drying
time. No thinners shall be used. Wherever required all pipe headers shall
be worded indicating the direction of the flow in pipe and its purpose such
as “TO RISER NO.1” etc. All necessary protection to adjacent objects shall
be taken by the contractor. Flanges, Nuts, bolts, Gate and Non Return
Valves shall be painted light grey. Nuts and bolts shall not be painted.
Before painting, grease shall be applied to nuts and bolts so that it does not
attract paint.
1.11 Couplings
1.11.1 Couplings shall be of gun metal, machined and polished to requirements.
Both male and female couplings shall be fitted into each other smoothly
and without any unnecessary force. Couplings shall be IS: 903 marked with
the name of the manufacturer. The coupling shall be tested to 25 Kg/cm 2
test pressure. The male couplings shall be provided with lugs for inserting
female coupling.
1.12 Branch Pipe
1.12.1 The branch pipe shall be constructed from gun metal alloy to IS : 903 and
finished to a smooth polish. The branch pipe shall be able to give straight
stream and shall be IS marked. The branch pipe shall be tested to 20
Kg/cm 2 pressure. The inlet bore shall be 63mm dia for quick coupling joint
to the Hose and the nozzle side shall be 20mm dia.
2.0
Orifice Plates
2.1
Orifice plates shall be of 6mm thick gun metal to reduce pressure on individual hydrants
to operating pressure of 3.5 kg/cm². Design of the same shall be given by the contractor as per
location and pressure condition of each hydrant.
3.0
3.1
Fire Extinguishers
Fire Extinguishers shall be provided as per the bill of quantities, based on
TAC manual.
Page 230 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
SECTION – 16 :: COMMISSIONING & GUARANTEE
1.
SCOPE OF WORK
Work under this section shall be executed without any additional cost. The rates quoted
in this tender shall be inclusive of the works given in this section.
Contractor shall provide all tools, equipment, metering and testing devices required for
the purpose.
On award of work, Contractor shall submit a detailed proposal giving methods of testing
and gauging the performance of the equipment to be supplied and installed under this
contract.
All tests shall be made in the presence of the Architect or his representative or any
inspecting authority. At least five working days notice in writing shall be given to the
inspecting parties before performing any test.
Water flow rates of all equipment and in pipe lines through valves shall be adjusted to
design conditions. Complete results of adjustments shall be recorded and submitted.
Contractor shall ensure proper balancing of the hydraulic system and for the pipes /
valves installed in his scope of work by regulating the flow rates in the pipe line by valve
operation. The contractor shall also provide permanent Tee connection (with plug) in
water supply lines for ease of installing pressure gauge, temperature gauge &
rotameters. Contractor shall also supply all required pressure gauge, temperature
gauge & rotameter for system commissioning and balancing. The balancing shall be to
the satisfaction of Consultant / Project Manager.
Three copies of all test results shall be submitted to the Engineer in A4 size sheet paper
within two weeks after completion of the tests.
2
PRECOMMISSIONNIG
On completion of the installation of all pumps, piping, valves, pipe connections,
insulation etc. the Contractor shall proceed as follows:
a.
Prior to start-up and hydraulic testing, the Contractor shall clean the entire
installation including all fitments and pipe work and the like after installation and
keep them in a new condition. All pumping systems shall be flushed and drained
at least once through to get rid of contaminating materials. All pipes shall be
rodded to ensure clearance of debris, cleaning and flushing shall be carried out
in sections as the installation becomes completed.
Page 231 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
b.
All strainers shall be inspected and cleaned out or replaced.
c.
When the entire systems are reasonably clean, a pre-treatment chemical shall be
introduced and circulated for at least 8 hours. Warning signs shall be provided at
all outlets during pre-treatment. The pre-treatment chemical shall:
·
Remove oil, grease and foreign residue from the pipe work and fittings;
·
Pre-condition the metal surfaces to resist reaction with water or air.
·
Establish an initial protective film;
·
After pre-treatment, the system shall be drained and refilled with fresh
water and left until the system is put into operation.
·
Details and procedures of the pre-treatment shall be submitted to the
Architect for approval.
d.
Check all clamps, supports and hangers provided for the pipes.
e.
Check all the equipment, piping and valves coming under hot water system and
operate each and every valve on the system to see if the valves are functioning
properly. There after conduct & hydro test of the system as for (b) above.
f.
Fill up pipes with water and apply hydrostatic pressure to the system as given in
the relevant section of the specification. If any leakage is found, rectify the same
and retest the pipes.
Fire Protection System
a.
Check all hydrant valves by opening and closing : any valve found to be open
shall be closed.
b.
Check all the piping under hydro test.
c.
Check that all suction and delivery connections are properly made for all pump
sets.
d.
Check rotation of each motor after decoupling and correct the same if required.
e.
Test run each pump set.
f.
All pump sets shall be run continuously for 8 hours (if required with temporary
piping back to the tank).
Page 232 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Commissioning and Testing
3
a.
Pressurize the fire hydrant system by running the jockey pump and after it
attains the shutoff pressure of the pump , then
b.
Open bypass valve and allow the pressure to drop in the system. Check that the
jockey pump cuts-in and cuts-out at the preset pressure. If necessary adjust the
pressure switch for the jockey pump. Close by-pass valve.
c.
Open hydrant valve and allow the water to below into the fire water tank in
order to avoid wastage of water. The main fire pump shall cut-in at the preset
pressure and shall not cutout automatically on reaching the normal line
pressure. The main fire pump shall stop only by manual push button. However
the jockey pump shall cut-out as soon as the main pump starts,
d.
Switch off the main fire pump and test check the Diesel engine driven pump in
the same manner as the electrically driven pump,
e.
When the fire pumps have been checked for satisfactory working on automatic
controls, open fire hydrant valves simultaneously and allow the hose pipes to
discharge water into the fire tank to avoid wastage.
f.
Check each landing valve, male and female couplings and branch pipes, for
compatibility with each other. Any fitting which is found to be incompatible and
do not fit into the other properly shall be replaced by the Contractor. Each
landing valve shall also be checked by opening and closing under pressure.
g.
Check all annunciations by simulating the alarm conditions at site.
STATUTORY AUTHORITIES' TESTS AND INSPECTIONS
As and when notified in writing or instructed by the Architect, the Contractor shall
submit shop drawing and attend all tests and inspections carried out by Local Fire
Authorities, Water Authority and other Statutory Authorities, and shall forthwith
execute free of charge any rectification work ordered by the Architect as a result of such
tests and inspections where these indicate non-compliance with Statutory Regulations.
Some of these tests may take place after the issue of Practical Completion of the Main
Contract and the Contractor shall make all allowances in this respect.
Page 233 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
The Contractor shall be responsible for the submission of all necessary forms and shop
drawings to the Statutory Authorities which shall conform in layout to the latest
architectural plans submitted to and kept by these Authorities.
The submission shall comply with the requirements set forth in the current Codes of
Practice and circular letters of the Statutory Authorities. The shop drawings to be
submitted shall be forwarded to the Architect for checking before submission.
The Contractor shall allow for at least two submissions of complete sets of shop
drawings to the Authorities, one to be made within six months after the award of the
Contract but not less than six weeks before the inspection. The Architect may at his
discretion instruct the Contractor for additional submissions to the Local Authorities
whenever necessary.
The Contractor shall notify the Architect at least seven days in advance of his application
for local Authority tests and inspections. On receipt of a confirmed date for test and
inspection the Contractor shall inform the Architect without delay.
4
FINAL ACCEPTANCE TESTS
Following commissioning and inspection of the entire installation, and prior to issue of
the Completion Certificate, the Contractor shall carry out final acceptance tests in
accordance with a programme to be agreed with the Architect.
Should the results of the acceptance tests show that plant, systems and/or equipment
fail to perform to the efficiencies or other performance figures as given in this
Specification, the Contractor shall adjust, modify and if necessary replace the equipment
without further payment in order that the required performance is obtained.
Where acceptance tests are required by the relevant Authorities having jurisdiction,
these tests shall be carried out by the Contractor prior to the issue of Completion
Certificate to the acceptance of the Authorities.
5
REJECTION OF INSTALLATION / PLANT
Any item of plant or system or component which fails to comply with the requirements
of this Specification in any respect whatsoever at any stage of manufacture, test,
erection or on completion at site may be rejected by the Architect either in whole or in
part as he considers necessary/appropriate. Adjustment and/or modification work as
required by the Architect so as to comply with the Authority's requirements and the
intent of the Specification shall be carried out by the Contractor at his own expense and
to the satisfaction of the Authority/Architect.
Page 234 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
After works have been accepted, the Contractor may be required to carry out assist in
carrying out additional performance tests as reasonably required by the
Architect/Employer.
6.
WARRANTY AND HANDOVER
The Contractor shall warrant that all plant, materials and equipment supplied and all
workmanship performed by him to be free from defects of whatsoever nature before
handover to the Owner.
7.
HANDING OVER OF DOCUMENTS
All testing and commissioning shall be done by the Contractor to the entire satisfaction
of the Owner’s site representative and all testing and commissioning documents shall be
handed over to the Owner’s site representative.
The Contractor shall also hand over all maintenance and operation manuals, all
certificates and all other documentation as per the terms of the contract to the Owner’s
site representative.
8.
PIPE COLOUR CODE:
S. No. Pipe Lines
Ground / Base
Colour
First
Second
Colour Band
Colour Band
Single Red
1
Drinking Water (All cold
water lines after filter)
Sea Green
French Blue
2
Treated Water (Soft Water)
Sea Green
Light Orange
3
Domestic Hot Water
Sea Green
Light Grey
4
Drainage
Black
Colour Code to Conform to
IS:2379:1990
Page 235 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
ELECTRICAL
CONTENT
DESCRIPTION
PAGE NO.
1.
GENERAL AND COMMERCIAL
1–6
2.
H.T.CABLES
7–7
3.
TECHNICAL REQUIREMENTS & MEASUREMENT SYSTEM
8 – 19
4.
P.V.C. CONDUIT WIRING SYSTEM
20 – 23
5.
METALLIC CONDUIT WIRING
24 - 28
6.
PAINTING
29 - 29
7.
LT CABLES
30 - 30
EARTHING
31- 33
TESTING OF INSTALLATION
34 – 36
MAIN LT PANEL AND FLOOR PANELS
37 – 45
STRUCTURED CABLING FOR TELEPHONE SYSTEM
46 – 52
12.
DRAWINGS
53 – 53
13.
FIRE ALARM & PUBLIC ALARM SYSTEM
54 – 56
14.
FIRE DETECTION SYSTEM
57 – 85
15.
LIGHTING FIXTURES
86 – 86
LIGHTNING PROTECTION SYSTEM
87 – 90
TRANSFORMER
91 – 95
18.
DIESEL GENERATING SET
96 - 115
19.
SOUND ATTENUATED ACOUSTIC ENCLOSURE
CHAPTER NO.
8.
9.
10.
11.
16.
17.
APPENDIX - I
116 – 117
118 – 119
TERMINOLOGY
Page 236 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
APPENDIX-II
SAFETY PROCEDURE
120 – 120
APPENDIX-III
FORM OF COMPLETION CERTIFICATE
121 – 122
APPENDIX-IV
TECHNICAL PARTICULARS OF THE TRANSFORMERS TO BE
123 – 125
FURNISHED BY THE CONTRACTOR ALONG WITH THE TENDER
APPENDIX-V
LIST OF APPROVED MAKES OF MATERIALS
126 – 129
APPENDIX – VI
LIST OF INDIAN STANDARDS (IS)
130 – 131
APPENDIX – VII
ABBREVIATIONS
132 – 132
SCHEDULE OF DEPARTURE FROM SPECIFICATIONS
133 - 133
APPENDIX VIII
Page 237 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
TECHNICAL SPECIFICATIONS FOR ELECTRICAL INSTALLATION WORK FOR CSIR INNOVATION CENTRE AT
MUMBAI
CHAPTER - 1
GENERAL AND COMMERCIAL
1.0
SCOPE:
(i)
These General Specifications indicate the requirements and precautions to be taken during the
execution of Internal Electrical Installation works to ensure efficient, safe, economical
and practical use of materials and equipments including prevention of risks and fire hazards.
(ii)
This Chapter also covers the general commercial requirements applicable to this works contracts
for Electrical Installation works.
1.1
RELATED DOCUMENTS:
(i)
These General Specifications shall be read in conjunction with the standard conditions of
contract contained in other parts of the document and their
correction slips, the tender
specifications, schedule of quantities, drawings and other documents in the tender papers
connected with this work.
1.2
WORKS INCLUDED IN THIS SECTION:
(i)
230V single phase, 2 wire and 400V 3phase 4 wire Power distribution system complete.
(ii)
An adequate equipment grounding system.
(iii)
Providing & fixing of distribution boards.
(iv)
Fixing of luminaries and fans.
(v)
Conduit with wires for Communication System.
(vi)
Providing & fixing of cables etc.
(vii)
Providing & Installing HT and LT Panels.
(viii) Providing and Fixing Dry Type Transformers.
(ix)
Automatic Fire Alarm and Detection System.
Page 238 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
1.3
INTEREPRETATION OF AGREEMENT:
In the interpretation of the agreement, the order of descending importance for any ambiguity or
discrepancy shall be as follows;
Schedule of Quantities

Technical Specifications.

Special Conditions

Drawings.

I.S.I. Codes/National Electrical Code/ latest CPWD Specifications/ B.S.S./ or any other
International Standard.
1.4
1.4.1

Clauses of Contract.

General Directions.

Sound Engineering practice.
DRAWINGS:
CONTRACT DRAWINGS:
Contract drawings are basic but shall be closely followed as actual construction permits. Any
deviations made shall be in conformity with the Architectural and other services drawings.
Shop drawings shall be submitted by the contractor and got approved from the consultants.
Architectural drawings shall take precedence over contract or other services drawings as to all
dimensions. Any deviations in drawings will be brought to consultant’s Notice before work is
executed as directed by consultants. Contractor shall verify all dimensions at site and bring to
the notice of the consultants any or all discrepancy or deviations noticed.
1.4.2 DETAILED WORKING DRAWINGS:
Detailed working drawings and detail drawings on the basis of which actual work is to be
proceeded will be furnished to the contractor by the consultants from time to time. Variation
of any nature from those indicated in the drawings made available to him at the tender stage
which are as `Advance Drawings' as a guide to generally describe the scheme will not entitle the
contractor for claiming any additional payment, payments will be made on the actual
measurement of the work done, as admissible, as per drawings, at the accepted rates
entered in the Schedule of Quantities forming part of this tender document.
Page 239 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
1.4.3
PREPARATION OF SHOP AND FABRICATION DRAWINGS:
All shop and fabrication drawings shall be prepared by Contractor based on the Consultant's
drawing and got approved from the consultants. No extra payment shall be admissible to the
contractor on this account.
1.4.4
SHOP DRAWING, MAINTENANCE MANUALS Etc.:
On the award of the work, the contractor shall immediately proceed with the preparation
of detailed shop drawings, detailing the equipment that are to be installed and the ancillary
works that art to be carried out. Six sets of all such working drawings shall be submitted to the
consultants for their approval to ensure that the works will be carried out in accordance with
the specifications and drawings, including such changes as may have been mutually agreed
upon. The basic drawings shall be received by the consultants for his approval within two weeks
of the award of work, and complete shop/detail drawings within four weeks of award of work.
1.4.5
Any drawing issued by the consultants for the work are the property of the consultants and shall
not be lent, reproduced or used on any works other than intended without the written
permission of the consultants.
1.4.6
The contractor shall provide the following drawings for approval to consultants before
commencement of supply/fabrication.
1.4.6.1 HT Panel, Transformer and L.T. Panels
(i)
General layout-Plan, section, elevations
(ii)
Foundation
(iii)
Wiring-Power & Controls
1.4.6.2 Distribution Boards
(i)
General layout-Plan, section, elevations
(ii)
Foundation/Fixing arrangement.
(iii)
Wiring-Power & Control
1.4.6.3 Internal Electrification System:
(i)
Conduit Lay-out with number and size of wires in it for various outlets.
(ii)
Details of Switch Boxes
1.4.6.4 Cable Routing and Earthing System:
(i)
General Cable layout-Plan with sizes of Cable and Cable Trays at different floor & in Substation
area.
(ii)
Details of Earthing strip sizes & connections
1.4.6.5 All drawings as indicated in various sub-heads.
Page 240 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
1.5
After completion of the work the contractor shall submit one original on R.T.F & three prints of
as built drawings along with compact disc/s (CD.s/DVD.s) containing the same before the
certificate of completion is issued to him. These drawing would include;
(i)
The location of all the equipment supplied & erected by the contractor.
(ii)
Cable routes clearly indicating the sizes & number of cables.
(iii)
Earthing layout - indicating the type of earth station & size of earth conductor.
(iv)
Wiring diagram of L.T. Panels.
(v)
Complete single line diagram for Normal and Emergency supplies.
(vi)
Any other information the consultants may deem fit.
1.6
APPROVALS:
1.6.1
The contractor shall obtain all information relating to local regulations, Bye-Laws, sanction and
release of electrical connection, application of any and all laws relating to his work or profession
and his having to execute work as required. No additional claims shall be admissible on this
account.
1.6.2
Contractor shall obtain approval of the installation from the relevant inspection/ sanctioning
Authorities at all stages and on completion of the installation work. The Contractor shall also get
the required electrical load sanctioned and released from the concerned authorities and nothing
extra shall be paid for the same except for the money for which the contractor produces valid
receipts from the Govt. departments. The contractor shall pass on these approvals to the
consultants. The rates quoted by the contractor for various items of the work shall be deemed
to include any money payable to the Government/ Local Authorities/Statutory Bodies/Electrical
Inspectorate for obtaining approvals and nothing extra shall be paid to the contractor on this
account except for the money foe which proper receipts are submitted by the contractor to the
consultants.
1.7
CODE REQUIREMENTS:
All work shall be done in accordance with the I S S Code amended upto date/ Indian Electricity
Rules.
1.8
MATERIALS:
All materials to be used in this work be new and bear the consultant's label of approval.
1.9
RATES:
(i)
The work shall be treated as on works contract basis and the rates tendered shall be for
complete items of work inclusive of all taxes (including works contract tax, service tax VAT if
any), duties, and levies etc. and all charges for items contingent to the work, such as, packing,
forwarding, insurance, freight and delivery at site for the materials to be supplied by the
contractor, watch and ward of all materials for the Internal E.I. work at site etc.
Page 241 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
(ii)
Prices quoted shall remain firm during the prevalence of the project.
1.10
TAXES AND DUTIES:
(i)
Being an indivisible works contract, sales tax, VAT, excise duty, service tax etc. are not payable
separately.
(ii)
Works contract tax, if any, for the work shall be included within the quoted rates for the various
items. The works contract tax shall be deducted from the bills of the contractor, as applicable.
(iii)
Octroi duty shall not be paid separately for the materials supplied by the contractor.
1.11
COMPLETENESS OF TENDER:
All sundry fittings, assemblies, accessories, hardware items, foundation bolts, termination lugs
for electrical connections as required, and all other sundry items which are useful and
necessary for proper assembly and efficient working of the various components of the work
shall be deemed to have been included in the tender, whether such items are specifically
mentioned in the tender documents or not.
1.12
WORKS TO BE DONE BY THE CONTRACTOR:
(i)
Unless and otherwise mentioned in the tender documents, the following works shall be done by
the contractor, and therefore their cost shall be deemed to be included in their tendered cost:-
(ii)
Cutting and making good all damages caused during installation and restoring the same to their
original finish.
(iii)
Painting at site of all exposed metal surfaces of the installation other than pre-painted items
like fittings, fans, switchgear/ distribution gear items, etc. Damages to finished surfaces of
these items while handling and erection, shall however be rectified to the satisfaction of the
consultants.
(vi)
Temporary shed if required over the storage space and locking arrangement thereof, and watch
and ward of the materials and completed installation till completion of the work.
(v)
Testing and commissioning of completed installation.
1.13
TOOLS FOR HANDLING AND ERECTION:
All tools and tackles required for handling of equipments and materials at site of work as
well as for their assembly and erection and also necessary test instruments shall be the
responsibility of the contractor.
1.14
CARE OF THE BUILDING:
Care shall be taken by the contractor to avoid damage to the building during execution of his
part of the work. He shall be responsible for repairing all damages and restoring the same
to their original finish at his cost. He shall also remove at his cost all unwanted and waste
materials arising out of his work from the site.
Page 242 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
1.15
STRUCTURAL ALTERATIONS TO BUILDING
(i)
No structural member in the building shall be damaged /altered, without prior approval from
the consultants.
(ii)
Structural provisions like openings, cutouts, if any, provided for the work, shall be used. Where
these require modifications, or where fresh provisions are required to be made, such
contingent works shall be carried out by the contractor at his cost with prior approval of the
consultants.
(iii)
All chases required in connection with the electrical works shall be provided and filled by the
contractor at his own cost to the original architectural finish of the buildings.
Page 243 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
CHAPTER - 2
H.T.CABLES
2.0
H.T.CABLES:
All cables used for 11KV system shall be XLPE cables. These cables shall have individually
screened cores and be manufactured and tested according to IS:7098 (Part II) - 1973 amended
upto date & latest. The conductor for these cables shall be from electrical purity Aluminium 3/4
H or H Temper. All conductors shall be compacted circular in shape. The insulation shall be high
quality cross linked Polythene - obtained by chemical cross linking of polythene molecules. The
armouring applied over the common covering shall be of flat steel wires.
Each and every delivery length of the cable shall be subjected to routine tests as per IS:7098
(Part II) 1973 amended upto the date. The operating characteristics of these cables shall be as
under.
2.1
i)
Permissible maximum continuous operating temperature
ii)
Permissible short circuit
iii)
Di electric constant (Er) at 50oHz,
iv)
Loss factor at 50Hz,30o to 90oC
v)
Sp.Vol. resistivity at 20oC
temperature
30oC to 90oC
- 90o C
- 250o C
- 2.4
-0.5X100X-3
->1014Ohm cm.
LAYING OF CABLES:
All cables shall be laid as per C.P.W.D GENERAL SPECIFICATIONS FOR ELECTRICAL WORKS (PARTII EXTERNAL) - 2005 with all upto date amendments.
2.2
TESTING THE CABLES:
All cables shall be tested as per C.P.W.D GENERAL SPECIFICATIONS FOR ELECTRICAL WORKS
(PART-II EXTERNAL) - 2005 with all upto date amendments.
Page 244 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
CHAPTER - 3
TECHNICAL REQUIREMENTS & MEASUREMENT SYSTEM
3.0
SCOPE
This chapter covers the general technical requirements and measurement system of the various
components in Internal Electrical Installation works.
3.1
TERMINOLOGY
3.1.1
The definition of terms shall be in accordance with IS:732-1989 (Indian Standard Code of
Practice for Electrical Wiring), except for the definitions of point, circuit, and sub-main
wiring, which are defined in clauses 2.2.1, 2.3.1, and 2.3.2 hereunder.
3.2
3.2.1
POINT WIRING
Definition
A point (other than socket outlet point) shall include all work necessary in complete wiring to
the following outlets from the controlling switch or MCB. The scope of wiring for a point
shall, however, include the wiring work necessary in tapping from another point in the same
distribution circuit.
Ceiling rose or screwless connector (in the case of points for ceiling/exhaust fan points, prewired light fittings, and call bells).
Ceiling rose (in the case of pendants except stiff pendants).
Back plate (in the case of stiff pendants).
Lamp holder (in the case of goose neck type wall brackets, batten holders and fittings
which are not pre-wired) .
Note: - In the case of call bell points, the words "from the controlling switch or MCB" shall be
read as “from the ceiling rose/connector meant for connection to bell push".
3.2.2
Scope
Following shall be deemed to be included in point wiring and nothing extra shall be paid on
any account.
Conduit, accessories for the same and wiring cables between the switch box and the point
outlet.
All fixing accessories such as screws, rawl plug etc. as required.
Metal switch boxes for control switches, regulators, sockets etc, recessed in walls.
Outlet boxes, junction boxes, pull-through boxes etc, including metal boxes if any, provided
with switch boards for loose wires/conduit terminations.
Page 245 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Control switch or MCB, as specified.
Ceiling rose or connector as required.
Connections to ceiling rose, connector, socket outlet, lamp holder, switch etc.
Interconnecting wiring between points on the same circuit, in the same switch box or from
another.
Protective (loop earthing) conductor from one metallic switch box to another in the distribution
circuits, and for socket outlets. (The length of protective conductor run along with the circuits is
included in the scope of points).
The circuit wiring in conduit and wiring between various switches/switch boxes on the same
circuit.
3.2.3
Measurement:
3.2.3.1 Point Wiring:
Unless and otherwise specified , there shall be no linear measurement for point wiring for
light points, fan points, exhaust fan points, 5/6amp plug points, 15/16 amp. plug points and call
bell points.
These shall be measured on unit basis by counting only.
No separate measurement will be made for interconnections between points in the same
distribution circuit and for the circuit wiring including protective (loop earthing) conductors
between metallic switch boxes.
3.2.3.2 Point wiring for socket outlet points:
The light plug (6A) point and power 16A) point wiring shall be measured as indicated above.
The metal box with cover, switch/MCB ,socket outlet and other accessories shall be measured
and paid as a part of the item only.
The power point outlet may be 16A/6 A six pin socket outlet, where so specified in the
tender documents.
3.2.3.3 Group control points wiring:
In the case of points with more than one point controlled by the same switch, such points
shall be measured in parts i.e.(a) from the switch to the first point outlet as primary point
and for the subsequent points, the distance from that outlet to the next one and so on, shall
be treated as secondary point(s).
The switch for controlling four or more outlets shall be of 16 amp. rating and no extra payment
shall be made for the same.
No recovery shall be made for non-provision of more than one switch in such cases.
Page 246 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
3.2.3.4 Twin control light points wiring:
A light point controlled by two numbers of two way switches shall be measured as two
points from the fitting to the switches on either side.
No recovery shall be made for non-provision of more than one ceiling rose or connector in such
cases.
3.3
CIRCUIT AND SUBMAIN WIRING
3.3.1
Circuit wiring
Circuit wiring shall mean the wiring from the distribution board upto the tapping point
for the nearest first point of that distribution circuit, viz. upto the nearest first switch box. No
measurement/ extra payment shall be made for circuit wiring.
3.3.2
Submain wiring
Submain wiring shall mean the wiring from one main/distribution switchboard to another.
3.3.3
Measurement of submain wiring
The sub main wiring shall be measured on linear basis and paid for separately.
3.4.
OTHER WIRING WORKS:
Except as specified above for point wiring, circuit wiring and submain wiring, other types of
wiring shall be measured separtely on linear basis along the run of wiring depending on the
actual number and sizes of wires run.
3.5
SYSTEM OF DISTRIBUTION AND WIRING:
3.5.1. Control at the point of entry of supply
There shall be a circuit breaker on each live conductor of the supply mains at the point of entry.
3.5.2
Distribution:
The wiring shall be done on a distribution system through main and/or branch distribution
boards. The system design as well as the locations of boards shall be as indicated in
BOQ/drawings or as specified by the consultants.
Main distribution board shall be controlled by a circuit breaker. Each outgoing circuit shall
also be controlled by a circuit breaker.
The branch distribution board shall be controlled by a circuit breaker. Each outgoing circuit shall
be provided with a miniature circuit breaker (MCB) of specified rating on the phase or live
conductor.
The loads of the circuits shall be divided, as far as possible, evenly between the number of ways
of the distribution boards, leaving at least one spare circuit for future extension.
Page 247 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
The neutral conductors (incoming and outgoing) shall be connected to a common link (multiway
connector) in the distribution board and be capable of being disconnected individually for
testing purposes.
`Power' wiring shall be kept separate and distinct from `Lighting' wiring, from the level of circuits
i.e., beyond the branch distribution boards.
Wiring shall be separate for essential loads (i.e., those fed through standby supply) and non
essential loads throughout.
3.5.3. Balancing of Circuits:
The balancing of circuits in three wire or poly phase installations shall be arranged before hand
to the satisfaction of the consultants.
3.5.4
Wiring System:
Wiring shall be done only by the "Looping system". Phase or live conductors shall be looped at
the switch boxes and neutral conductors at the point outlets.
Lights, fans and call bells shall be wired in the `lighting' circuits. 15A/16A socket outlets and
other power outlets shall be wired in the 'Power' circuits. 5A/6A socket outlets shall be wired in
the ‘lighting’ circuits.
The wiring throughout the installation shall be such that there is no break in the neutral wire
except in the form of a linked switchgear.
3.5.5
Run of Wiring:
The wiring shall be in recessed/surface PVC conduit.
Due consideration shall be given for neatness, good appearance and safety.
3.5.6
Passing through walls or floors:
When wiring cables are to pass through a wall, these shall be taken through a protection
(steel) pipe tube of suitable size such that they pass through in a straight line without twist
or cross in them on either end of such holes. The ends of metallic pipe shall be neatly bushed
with porcelain, PVC or other approved material.
All floor openings for carrying any wiring shall be suitably sealed after installation.
3.6
JOINTS IN WIRING:
No bare conductor in phase and/or neutral or twisted joints in phase, neutral, and/or
protective conductors in wiring shall be permitted.
There shall be no joints in the through-runs of cables. If the length of final circuit or submain is
more than the length of a standard coil, thus necessitating a through joint, such joints shall be
made by means of approved mechanical connectors in suitable junction boxes.
Termination of multistranded conductors shall be done using suitable crimping type thimbles.
Page 248 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
3.7
RATINGS OF OUTLETS:
Incandescent lamps shall be rated at 100W.
Ceiling fans shall be rated at 60W. Exhaust fan, fluorescent tubes, compact fluorescent tubes,
HPMV lamps, HPSV lamps etc. shall be rated according to their capacity. Control gear losses
shall be also considered as applicable.
5A/6A and 15A/16A socket outlet points shall be rated at 100 W and 500 W respectively, unless
the actual values of loads are specified.
3.8
CAPACITY OF CIRCUITS:
`Lighting' circuit shall not have more than a total of 10 points of light, fan and socket outlets, or
a total connected load of 800W, whichever is less.
`Power' circuit shall have only two outlet per circuit.
3.9
CONFORMITY TO IE ACT, IE RULES, AND STANDARDS:
All electrical works shall be carried out in accordance with the provisions of Indian Electricity
Act, 1910 and Indian Electricity Rules, 1956 amended upto date. List of Rules of particular
importance to building installations is given in Appendix for reference.
The works shall also conform to relevant Indian Standard Codes of Practice (COP) for the
type of work involved.(See Appendix B).
In all electrical installation works, relevant safety codes of practice shall be followed.
Guidelines on safety procedure outlined in Appendix `C' should be adopted.
3.10
GENERAL REQUIREMENTS OF COMPONENTS:
3.10.1 Quality of materials:
All materials and equipments supplied by the contractor shall be new. They shall be of such
design, size and material as to satisfactorily function under the rated conditions of operation
and to withstand the environmental conditions at site.
3.10.2 Ratings of components
All components in a wiring installation shall be of appropriate ratings of voltage, current, and
frequency, as indicated in BOQ.
All conductors, switches and accessories shall be of such size as indicated in BOQ.
3.10.3 Conformity to Standards
All components shall conform to relevant Indian Standard Specification, wherever existing.
Materials with ISI certification mark shall be preferred.
Page 249 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
A broad list of relevant Indian Standards is given in Appendix `A'. These Indian Standards,
including amendments or revisions thereof upto the date of tender acceptance, shall be
applicable in the respective contracts.
3.10.4 Interchangeability
Similar parts of all switches, lamp holders, distribution boards, switchgears, ceiling
roses, brackets, pendants, fans and all other fittings of the same type shall be interchangeable
in each installation.
3.11
CABLES:
3.11.1 Wiring cables
Conductors of wiring cables shall be of copper. The wiring cables shall be of certified FR type.
The smallest size of conductor for `lighting' circuits shall have a nominal cross sectional area of
not less than 1.5 sq mm. The minimum size of conductor for 'power' wiring shall be 4 sq
mm.
3.12
WIRING ACCESSORIES
3.12.1 Control switches for points
Control switches (single pole switches) carrying not more than 16A shall be of clamp on type
complete with plate, as specified, and the switch shall be "ON" when the knob is down.
The type and current rating of switch controlling a group of points, or discharge lamps, or a
single large load, shall be specified in the tender documents.
Control switch shall be placed only in the live conductor of the circuit. No single pole switch
or fuse shall be inserted in the protective (earth) conductor, or earthed neutral conductor of
the circuit.
3.12.2 Socket outlets
Socket outlets shall also be of clamp on type complete with plate. These shall be rated either
for 5A/6A, or 15A/16A. Combined 5A/15A, or 6A/16A six pin socket outlet shall be provided
in `power' circuits wherever specified.
Socket outlets and plugs shall only be of 3 pin type; the third pin shall be connected to earth
through protective (loop earthing) conductor. 2 pin or 5 pin sockets shall not be permitted to
be used.
The control switches for the 5A/6A and 15A/16A socket outlets shall be kept alongwith the
socket outlets.
3.12.3 Switch box covers
These shall be moulded type of suitable size.
Page 250 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
3.12.4 Lamp holders
Lamp holders may be of batten, angle, pendant or bracket holder type as indicated in BOQ.
The holder shall be made of brass and shall be rigid enough to maintain shape on application
of a nominal external pressure. There should be sufficient threading for fixing the base to
the lamp holder part so that they do not open out during attention to the lamp or shade.
Lamp holders for use on brackets and the like shall have not less than 1.3 cm nipple, and all
those for use with flexible pendant shall be provided with cord grips.
All lamp holders shall be provided with shade carriers.
3.13
FITTINGS:
3.13.1 Types:
The type of fittings shall be as specified in BOQ.
3.13.2 Indoor type fittings
The conductors are required to be drawn through tube popularly known as conduit. The tube
or channel must be free from sharp angles or projecting edge, and of such size as will enable
them to be wired with the conductors used for the final circuit without removing the
braiding or sheathing. As far as possible all such tubes or channels should be of sufficient
size to permit looping back.
Fittings using discharge lamps shall be complete with power factor correction capacitors,
either integrally or externally. An earth terminal with suitable marking shall be provided for
each fitting for discharge lamps.
3.14
SWITCHGEAR AND CONTROLGEAR - General aspects:
All items of switchgear and distribution boards (DBs) shall be metal clad type.
The types, ratings and/or categories of switchgear and protective gear shall be as specified in
the BOQ.
RCBs (ELCBs) where specified, shall conform to the requirements of current rating, fault
rating, single phase or three phase configuration and sensitivity laid down in the BOQ.
While each outgoing way of distribution board (DB) shall be of miniature circuit breaker
(MCB) as specified, and of suitable rating on the phase conductor, the corresponding
earthed neutral conductor shall be connected to a common neutral terminal block and shall be
capable of being disconnected individually for testing purposes.
(i)
Independent earth terminal block:
Every distribution board (single phase as well as 3 phase) shall have an earth terminal block
identical to, but independent from neutral terminal block, to enable termination of protective
(loop earthing) conductors (incoming as well as outgoings) individually by screwed connection
and without twisting.
Page 251 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Earthing terminal (1 for single phase and 2 for 3 phase) shall be provided on the metal
cladding of switches and DBs for body earthing. These shall be suitably marked.
Knock out holes, with or without end plates as per standard design of manufacturers, shall be
provided in the metal cladding of switches and DBs for termination of conduits/cables.
3.15
PRE-WIRED MCB DISTRIBUTION BOARDS:
Prewired MCB DBs shall be provided only where specified.
The complete board shall be factory fabricated and shall be duly pre-wired in the works,
ready for installation at site.
The board shall be of wall mounted, cubical type construction, fabricated out of 1.6mm
thick sheet steel, with stove enameled paint finish.
The board shall also be provided with a loose wire box as a compartment for the complete
width and, depth of the board, and of minimum height of 125mm in case of TPN DB's, and
100mm in case of SPN DB's.
The board shall be provided with a hinged cover of 1.6mm thick sheet steel in the front.
Only the knobs of the MCBs shall protrude out of the front covers through openings neatly
machine made for the purpose.
Knock out holes at the bottom, and detachable plate with knock out holes at the top of the
board shall be provided.
Each distribution board shall be provided with a circuit list giving details of each circuit
which it controls and the current rating of the circuit, and the
size of the MCB.
The board shall be complete with the following accessories:(a)
200 A copper busbar(s).
(b)
Neutral link.
(c)
Common earth bar.
(d)
DIN bar for mounting MCBs.
(e)
Wago type terminal connectors suitable for incoming and outgoing cables.
(f)
A set of indication lamps with HRC cartridge fuses for each phase of the incoming
supply.
(g)
Earthing stud(s).
The board shall be fully prewired with single core PVC insulated copper conductors/insulated
solid copper links, and terminated on to extended type terminal connectors, suitable for
connections to the sizes of the respective conductors.
Page 252 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
All incoming and outgoing wiring to the prewired MCBDB's shall be terminated only in the
Elemex type extended terminal connectors to be provided within the DB. The terminal
connectors shall, therefore, be so provided as to facilitate easy cable connections and
subsequent maintenance.
A common copper earth bar shall be provided within the loose wire box. The common neutral
bar as well as the terminal connectors shall, however, be provided within the main
compartment just below the loose wire box.
3.16
MINIATURE CIRCUIT BREAKERS (MCB's):
‘B’ series MCB’s shall be used only for normal `lighting' circuits.
‘C’ series MCB’s shall be invariably used for motor loads, halogen lamp fittings, sodium/mercury
discharge lamps and all `power' circuits.
Ratings (A), number of poles, type as MCB or isolator, etc. shall be as specified in the BOQ. The
MCB's shall be of minimum 9 KA rupturing capacity.
3.17
SWITCH BOARD LOCATIONS
3.17.1 General aspects
Switch boards shall be located as indicated on the drawings.
3.18
SWITCH BOARD INSTALLATION:
A switch board shall not be installed so that its bottom is within 1.25 m above the floor.
Where it is required to terminate a number of conduits on a board, it may be convenient to
provide a suitable MS adopter box for the purpose. Such boxes shall be provided with the
prior approval of the consultants and this will not be paid for separately.
All wires to the boards shall be bushed at the entries to avoid damage to insulation.
No apparatus shall project beyond any edge of the panel.
All unused holes in the boards and in the mountings shall be plugged suitably to avoid entry of
insects.
3.19
WIRING OF SWITCH BOARDS AND DISTRIBUTION BOARDS:
All connections between pieces of apparatus, or between apparatus and terminals on a board
shall be neatly arranged in a definite sequence, following the arrangement of the apparatus
mounted thereon, avoiding
unnecessary crossings.
Cables shall be connected to terminals either by crimped or soldered lugs, unless the
terminals are of such a form that they can be securely clamped without cutting away of cable
strands.
Page 253 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
All bare conductors shall be rigidly fixed in such a manner that a clearance of at least 2.5
cm is maintained between conductors of opposite polarity or phase, and between the
conductors and any material other than insulating material.
The incoming and outgoing cables shall be neatly bunched and shall be fixed in such a way
that the door shall be capable of swinging through an angle of not less than 90 degrees.
3.20 MARKING OF APPARATUS:
(i)
Marking of earthed neutral conductor
On the switchgear, the earthed conductor of a two wire system, or an earthed neutral
conductor of a multi-wire system, an indication of a permanent nature shall be provided to
identify the earthed neutral conductor. In this connection Rule 32(1) of Indian Electricity Rules
1956 (see Appendix C) shall be referred to. The neutral conductor shall be black in colour.
(ii)
Main earthing terminal
The main earthing terminal in the main switch board shall be permanently marked as
"SAFETY EARTH - DO NOT REMOVE".
All distribution boards shall be marked 'L' for lighting, or 'P' for power, and 'E' for essential
as the case may be.
When a board is connected to a voltage higher than 250V, all the terminals or leads of the
apparatus mounted on it shall be marked in the following colours to indicate the different poles
or phases to which the apparatus or its different terminals may have been connected:
Three phases - Red, Blue & Yellow AND Neutral - Black
Where a four wire, three phase wiring is done, the neutral shall preferably be in one colour,
and the other three wires in another colour.
All marking required under this rule shall be clear and permanent.
3.21 ATTACHMENT OF FITTINGS AND ACCESSORIES:
3.21.1 Conduit wiring system
All accessories like switches, socket outlets, call bell pushes and regulators shall be fixed in
flush pattern inside the switch/regulator boxes. Accessories
like ceiling roses, brackets,
batten holders, etc. shall be fixed on metal outlet boxes. The fan regulators shall also be
fixed in metal outlet boxes.
Cadmium plated brass screws shall be used to fix the accessories to their bases.
The switch box / regulator box shall be mounted with their bottom 1.25m from floor level,
unless otherwise directed by the consultants.
Dash fasteners shall be used for fixing to walls or ceiling.
Page 254 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
3.22
FANS REGULATORS AND CLAMPS:
3.22.1 Ceiling fans
Ceiling fans including their suspension shall conform to relevant Indian Standards.
All ceiling fans shall be wired to ceiling roses or to special connector boxes, and suspended
from hooks or shackles, with insulators between hooks and suspension rods. There shall be
no joint in the suspension rod.
Recessed type fan clamp inside a metallic box as shown in tender drawings shall be used.
Canopies on top of suspension rod shall effectively hide the suspension.
All ceiling fans shall be hung 2.75m above the floor.
In the case of measurement of extra down rod for ceiling fan including wiring, the same
shall be measured in units of 10cm. Any length less than 5cm shall be ignored.
The wiring of extra down rod shall be paid as supplying and drawing cable in existing conduit.
3.22.2 Exhaust fans:
Exhaust fans shall conform to relevant Indian Standards.
Exhaust fans shall be erected at the places indicated on the drawings. For fixing an exhaust fan,
a circular hole shall be provided in the wall to suit the size of the frame, which shall be fixed by
means of rag bolts embedded in the wall. The hole shall be neatly plastered to the original
finish of the wall. The exhaust fan shall be connected to the exhaust fan point, which shall
be wired as near to the hole as possible, by means of a flexible cord, care being taken to see
that the blades rotate in the proper direction.
3.22.3 Regulators:
The metallic body of regulators of ceiling fans/exhaust fans shall be connected to earth by
protective conductor.
3.23
WORKMANSHIP:
Good workmanship is an essential requirement to be complied with. The entire work of
manufacture/fabrication, assembly and installation shall conform to sound engineering practice.
The work shall be carried out under the direct supervision of a first class licensed foreman,
or of a person holding a certificate of competency issued by the State Govt. for the type of
work involved, employed by the contractor, who shall rectify then and there the defects
pointed out by the consultants during the progress of work.
3.24
COMMISSIONING ON COMPLETION:
Before the workman leaves the work finally, he must make sure that the installation is properly
commissioned, after due testing.
Page 255 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
3.25 COMPLETION PLAN AND COMPLETION CERTIFICATE:
Completion certificate after completion of work as given in Appendix-`D' shall be submitted
to the consultants.
Completion plan drawn to a suitable scale in tracing cloth with ink indicating the following,
along with three blue print copies of the same shall also be submitted.
(a)
General layout of the building.
(b)
Locations of distribution boards, indicating the circuit numbers controlled by them.
(c)
Position of all points and their controls.
(d)
Types of fittings, viz. fluorescent, pendants, brackets, bulk head, etc. fans and exhaust fans.
3.26
DRAWINGS
The work shall be carried out in accordance with the drawings enclosed with the tender
documents and also in accordance with modification thereto from time to time as approved by
the consultants.
All circuits shall be indicated and numbered in the wiring diagram and all points shall be given
the same number as the circuit to which they are electrically connected.
Page 256 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
CHAPTER - 4
P.V.C. CONDUIT WIRING SYSTEM
4.0
SCOPE:
This chapter covers the detailed requirements for wiring work in P.V.C. conduits.
4.1
MATERIALS
4.1.1
Conduits
All rigid conduit pipes shall be of P.V.C. and be ISI marked. The wall thickness shall be not less
than 2.0 mm for conduits upto 32 mm dia. and not less than 2.5 mm for conduits above 32
mm dia.
The maximum number of PVC insulated cables conforming to IS:694-1990 that can be drawn in
one conduit is given size wise in Table I, and the number of cables per conduit shall not be
exceeded. Conduit sizes shall be selected accordingly in each run.
No P.V.C. conduit less than 20mm in diameter shall be used.
4.1.2
Conduit accessories
The conduit wiring system shall be complete in all respects, including their accessories.
All conduit accessories shall be of grip type.
Bends, couplers etc. shall be solid type.
All conduit accessories shall be fixed with the help of P.V.C. jointing compound.
4.1.3
Outlets
The switch box or regulator box shall be made of GI on all sides, except on the front. The wall
thickness shall not be less than 1.2 mm (18 gauge) for boxes up to a size of 20 cm X 30 cm,
and above this size 1.6 mm (16 gauge) thick GI boxes shall be used.
Where a large number of control switches and/or fan regulators are required to be installed
at one place, these shall be installed in more than one outlet box adjacent to each other for
ease of maintenance.
An earth terminal with stud and 2 metal washers shall be provided in each GI box for
termination of protective conductors and for connection to socket outlet/metallic body of
fan regulator etc.
Clear depth of the box shall not be less than 51 mm, and this shall be increased suitably to
accommodate mounting of fan regulators in flush pattern.
Page 257 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
4.2
INSTALLATION:
4.2.1
(i) Conduit joints.
The conduit work of each circuit or section shall be completed before the cables are drawn in.
Conduit pipes shall be joined by means of suitable P.V.C. jointing compound.
Cut ends of conduit pipes shall have no sharp edges, nor any burrs left to avoid damage to the
insulation of the conductors while pulling them through such pipes.
The Project Director/Architect, with a view to ensuring that the above provision has been
carried out, may require that the separate lengths of conduit etc., after they have been
prepared, shall be submitted for inspection before being fixed.
(ii) Bends in conduit
All necessary bends in the system, including diversion, shall be done either by neatly bending
the pipes without cracking with a bending radius of not less than 7.5 cm, or alternatively, by
inserting suitable solid type normal bends, elbows or similar fittings, or by fixing MS
inspection boxes, whichever is most suitable for the particular situation.
No length of conduit shall have more than the equivalent of four quarter bends from
outlet to outlet.
(iii) Outlets
All outlets such as switches, wall sockets etc. shall be flush mounting type.
All switches socket outlets and fan regulators shall be fixed on sheet cover of the same
manufacturer as that of the accessories.
4.2.2
Additional requirements
(i) Making chase
The chase in the wall shall be neatly made, and of ample dimensions to permit the conduit to
be fixed in the desired manner.
The conduits shall be buried in the wall before plastering, and shall be finished neatly after
erection of conduit.
(ii) Fixing conduits in chase
The conduit pipe shall be fixed by means of stapples, J-hooks,
more than 60 cm apart.
or by means of saddles, not
(iii) Fixing conduits in RCC work
The conduit pipes shall be laid in position and fixed to the steel reinforcement bars by steel
binding wires before the concreting is done. The conduit pipes shall be fixed firmly to the steel
reinforcement bars to avoid their dislocation during pouring of cement concrete and
subsequent tamping of the same.
Page 258 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Fixing of standard bends or elbows shall be avoided as far as practicable, and all curves shall be
maintained by bending the conduit pipe itself with a long radius which will permit easy drawing
in of conductors.
Location of inspection / junction boxes in RCC work should be identified by suitable means
to avoid unnecessary chipping of the RCC slab subsequently to locate these boxes.
(iv) Fixing inspection boxes
Suitable inspection boxes to the minimum requirement shall
inspection, and to facilitate replacement of wires, if necessary.
be provided to permit
These shall be mounted flush with the wall or ceiling concrete. Minimum 65 mm depth junction
boxes shall be used in roof slabs and the depth of the boxes in other places shall be as per
IS:2667-1977.
Suitable ventilating holes shall be provided in the inspection box covers.
(v) Fixing switch boxes and accessories
Switch boxes shall be mounted flush with the wall. All outlets such as switches, socket outlets
etc. shall be flush mounting type.
(vi) Fish wire
To facilitate subsequent drawing of wires in the conduit, GI fish wire of 1.2 mm (18 SWG)
shall be provided along with the laying of the recessed conduit.
(vii) Bunching of cables
Cables shall always be bunched so that the outgoing and return cables are drawn into the same
conduit.
Where the distribution is for three phase loads only, conductors for all the three phases and
neutral wire shall be drawn in one conduit.
4.3
Earthing requirements
The entire system of metallic conduit work, including the outlet boxes and other metallic
accessories, shall be mechanically and electrically continuous by proper joints. The conduit shall
be continuous when passing through walls or floors.
Protective (loop earthing) conductor(s) shall be laid along the runs of the conduit between
the metallic switch boxes and the distribution boards/ switch boards, terminated thereto.
These conductors shall be of such size and material as specified. Depending upon their size
and material, the protective earth conductors shall be either drawn inside the conduits along
with the cables, or shall be laid external to the conduits. When laid external to the conduits, this
shall be properly clamped with the conduit at regular intervals.
Page 259 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
The protective conductors shall be terminated properly using earth studs/ earth terminal block
etc. as required.
Gas or water pipe shall not be used as protective conductor (earth medium).
TABLE I
Maximum number of PVC insulated 650/1100 V grade copper conductor cable conforming to IS:6941990 which can be drawn through a conduit
------------------------------------------------------------------------------------------------------------------------Nominal
20 mm
25 mm
32 mm
38 mm
51 mm
--------
--------
--------
---------
--------
S
B
S
B
S
B
S
B
S
2
3
4
5
6
7
8
9
10
crosssectional
area of
conductor
in sq. mm.
1
B
11
------------------------------------------------------------------------------------------------------------------------1.50
5
4
8
7
16
10
-
-
-
-
2.50
4
3
7
5
10
8
-
-
-
-
4
3
2
6
5
9
7
-
-
-
-
6
2
-
5
4
8
6
-
-
-
-
10
2
-
3
2
5
4
7
6
-
-
16
-
-
2
2
3
3
6
5
10
7
25
-
-
-
-
3
2
5
3
8
6
35
-
-
-
-
-
-
3
2
6
5
Note :
The above table shows the maximum capacity of conduits for a simultaneous drawing in of cables.
Page 260 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
The columns headed 'S' apply to runs of conduits which have distance not exceeding 4.25 m between
draw in boxes and which do not deflect from the straight by an angle of more than 15 degrees. The
columns headed 'B' apply to runs of conduit which deflect from the straight by an angle of more than
15 degrees.
Conduit sizes are the nominal external diameters.
Page 261 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
CHAPTER - 5
METALLIC CONDUIT WIRING
5.0
SCOPE:
This chapter covers the detailed requirements for wiring work in metallic conduits.
5.1
MATERIALS
5.1.1 Conduits
All rigid conduit pipes shall be of steel and be ISI marked. The wall thickness shall be not less
than 1.6 mm (16 SWG) for conduits upto 32 mm dia. and not less than 2 mm (14 SWG) for
conduits above 32 mm dia. These shall be solid drawn or reamed by welding, and finished with
stove enamelled surface.
The maximum number of PVC insulated cables conforming to IS:694-1990 that can be drawn in
one conduit is given size wise in Table I, and the number of cables per conduit shall not be
exceeded. Conduit sizes shall be selected accordingly in each run.
No steel conduit less than 20mm in diameter shall be used.
5.1.2
Conduit accessories
The conduit wiring system shall be complete in all respects, including their accessories.
All conduit accessories shall be of threaded type, and under no circumstances pin grip type or
clamp grip type accessories shall be used.
Bends, couplers etc. shall be solid type.
5.1.3
Outlets
The switch box or regulator box shall be made of sheet metal on all sides, except on the front.
The wall thickness shall not be less than 1.2 mm (18 gauge) for boxes upto a size of 20 cm X 30
cm, and above this size 1.6 mm (16 gauge) thick MS boxes shall be used. The metallic boxes shall
be duly painted with anticorrosive paint before erection as per chapter 10 of these
Specifications.
Where a large number of control switches and/or fan regulators are required to be installed at
one place, these shall be installed in more than one outlet box adjacent to each other for ease of
maintenance.
An earth terminal with stud and 2 metal washers shall be provided in each MS box for
termination of protective conductors and for connection to socket outlet/metallic body of fan
regulator etc.
Clear depth of the box shall not be less than 60 mm, and this shall be increased suitably to
accommodate mounting of fan regulators in flush pattern.
Page 262 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
5.2
(i)
INSTALLATION:
Conduit joints.
The conduit work of each circuit or section shall be completed before the cables are drawn in.
Conduit pipes shall be joined by means of screwed couplers and screwed accessories only.
Threads on conduit pipes in all cases shall be between 13 mm to 19 mm long, sufficient to
accommodate pipes to full threaded portion of couplers or accessories.
Cut ends of conduit pipes shall have no sharp edges, nor any burrs left to avoid damage to the
insulation of the conductors while pulling them through such pipes.
The consultants, with a view to ensuring that the above provision has been carried out, may
require that the separate lengths of conduit etc., after they have been prepared, shall be
submitted for inspection before being fixed.
No bare threaded portion of conduit pipe shall be allowed, unless such bare threaded portion is
treated with anticorrosive preservative or covered with approved plastic compound.
(ii)
Bends in conduit
All necessary bends in the system, including diversion, shall be done either by neatly bending
the pipes without cracking with a bending radius of not less than 7.5 cm, or alternatively, by
inserting suitable solid type normal bends, elbows or similar fittings, or by fixing MS inspection
boxes, whichever is most suitable for the perticular situation.
No length of conduit shall have more than the equivalent of four quarter bends from outlet to
outlet.
(iii)
Outlets
All outlets such as switches, wall sockets etc. shall be flush mounting type.
All switches socket outlets and fan regulators shall be fixed on sheet cover of the same
manufacturer as that of the accessories.
(iv)
Painting after erection
After installation, all accessible surfaces of conduit pipes, fittings, switch and regulator boxes
etc. shall be painted in compliance with the clauses under Chapter 6 - `Painting'.
5.3
Additional requirements
(i)
Making chase
The chase in the wall shall be neatly made, and of ample dimensions to permit the conduit to be
fixed in the desired manner.
The conduits shall be buried in the wall before plastering, and shall be finished neatly after
erection of conduit.
Page 263 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Fixing conduits in chase
The conduit pipe shall be fixed by means of stapples, J-hooks, or by means of saddles, not more
than 60 cm apart.
All threaded joints of conduit pipes shall be treated with approved preservative compound to
secure protection against rust.
(iii)
Fixing conduits in RCC work
The conduit pipes shall be laid in position and fixed to the steel reinforcement bars by steel
binding wires before the concreting is done. The conduit pipes shall be fixed firmly to the steel
reinforcement bars to avoid their dislocation during pouring of cement concrete and
subsequent tamping of the same.
Fixing of standard bends or elbows shall be avoided as far as practicable, and all curves shall be
maintained by bending the conduit pipe itself with a long radius which will permit easy drawing
in of conductors.
Location of inspection / junction boxes in RCC work should be identified by suitable means to
avoid unnecessary chipping of the RCC slab subsequently to locate these boxes.
(iv)
Fixing inspection boxes
Suitable inspection boxes to the minimum requirement shall be provided to permit inspection,
and to facilitate replacement of wires, if necessary.
These shall be mounted flush with the wall or ceiling concrete. Minimum 65 mm depth junction
boxes shall be used in roof slabs and the depth of the boxes in other places shall be as per
IS:2667-1977.
Suitable ventilating holes shall be provided in the inspection box covers.
(v)
Fixing switch boxes and accessories
Switch boxes shall be mounted flush with the wall. All outlets such as switches, socket outlets
etc. shall be flush mounting type.
(vi)
Fish wire
To facilitate subsequent drawing of wires in the conduit, GI fish wire of 1.2 mm (18 SWG) shall
be provided alongwith the laying of the recessed conduit.
(vii)
Bunching of cables
Cables shall always be bunched so that the outgoing and return cables are drawn into the same
conduit.
Where the distribution is for three phase loads only, conductors for all the three phases and
neutral wire shall be drawn in one conduit.
Page 264 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
5.4
Earthing requirements
The entire system of metallic conduit work, including the outlet boxes and other metallic
accessories, shall be mechanically and electrically continuous by proper screwed joints, or by
double checknuts at terminations. The conduit shall be continuous when passing through walls
or floors.
Protective (loop earthing) conductor(s) shall be laid along the runs of the conduit between the
metallic switch boxes and the distribution boards/ switch boards, terminated thereto. These
conductors shall be of such size and material as specified. Depending upon their size and
material, the protective earth conductors shall be either drawn inside the conduits alongwith
the cables, or shall be laid external to the conduits. When laid external to the conduits, this shall
be properly clamped with the conduit at regular intervals.
The protective conductors shall be terminated properly using earth studs/ earth terminal block
etc. as required.
Gas or water pipe shall not be used as protective conductor (earth medium).
*****
Page 265 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
TABLE I
Maximum number of PVC insulated 650/1100 V grade copper conductor cable conforming to IS:6941990 which can be drawn through a conduit
Nominal
20 mm
25 mm
32 mm
38 mm
------
------
-----
-----
51 mm
64 mm
crosssectional
area of
conductor
in sq. mm.
S B
S B
S B
-----
S B
S B
----S B
------------------------------------------------------------------------------------------------------1
2 3
4 5
6 7
8 9
10 11
12 13
-------------------------------------------------------------------------------------------------------
1.50
5 4
10 8
2.50
5 3
8 6
18 12
- -
12 10
- -
- -
- -
- -
- -
4
3 2
6 5
6
2 -
5
10
2 -
4 3
16
- -
2 2
3 3
6 5
10 7
12 8
25
- -
- -
3 2
5 3
8 6
9 7
35
- -
- -
- -
3 2
6 5
8 6
4
10 8
- -
- -
- -
8 7
- -
- -
- -
6 5
8 6
- -
- -
--
----------------------------------------------------------------------------------------------------Page 266 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Note:
The above table shows the maximum capacity of conduits for a simultaneous drawing in of
cables.
The columns headed 'S' apply to runs of conduits which have distance not exceeding 4.25 m
between draw in boxes and which do not deflect from the straight by an angle of more than 15
degrees. The columns headed 'B' apply to runs of conduit which deflect from the straight by an
angle of more than 15 degrees.
Conduit sizes are the nominal external diameters.
***********
Page 267 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
CHAPTER - 6
PAINTING
6.0
SCOPE
This chapter covers the requirements of painting work in internal electrical installations,
carried out manually by brush. This does not cover spray painting work of factory made items.
6.1
PAINTING WORK IN GENERAL
6.1.1
Paints
Paints, oils, varnishes etc. of approved make in original tin to the satisfaction of the
consultants shall only be used.
6.1.2
Preparation of the surface
The surface shall be thoroughly cleaned and made free from dust or foreign matter before
painting is started. The proposed surface may be inspected by the consultants before the paint
is applied.
6.1.3 Application
Paint shall be applied with brush. The paint shall be spread as smooth and even as possible.
Particular care shall be paid to rivets, nuts, bolts and over-lapping. Before drawing out in
smaller containers, it shall be continuously stirred with a smooth stick, while painting work is
taken up.
Primer coat of anti-corrosive paint shall be given in the case of steel work, after preparing the
surface. In all cases of painting work, finishing shall be with 2 coats of paint in approved shade.
Each coat shall be allowed to dry out sufficiently before a subsequent coat is applied.
6.1.4 Precautions
All furniture, fixtures, glazing, floors etc. shall be protected by suitable covering. All stains,
smears, splashings, dropping etc. shall be removed. While painting of conduits etc. it shall be
ensured that the painting of wall and ceiling etc. is not spoiled in any way.
6.2
PAINTING OF CONDUITS AND ACCESSORIES
Requirement of painting of metallic conduits before installation on surface shall be met as
per clause 3.3.(iv)
Page 268 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
CHAPTER – 7
LT CABLES:7.1
MEDIUM AND LOW PRESSURE:
Cables should be steel armoured XLPE insulated PVC sheathed with fire retardant compound
Aluminium conductor conforming to the quality as specified in the schedule of work. All cables,
accessories and other materials should conform to I S Specification. The jointing work should be
carried out by a competent authorized cable jointer.
7.2
LAYING OF CABLES:
All cables shall be laid as per C.P.W.D GENERAL SPECIFICATIONS FOR ELECTRICAL WORKS (PARTII EXTERNAL) - 2005 with all upto date amendments.
7.3
TESTING THE CABLES:
All cables shall be tested as per C.P.W.D GENERAL SPECIFICATIONS FOR ELECTRICAL WORKS
(PART-II EXTERNAL) - 2005 with all upto date amendments.
Page 269 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
CHAPTER – 8
EARTHING:8.1
SCOPE:
This chapter covers the essential requirements of earthing system components and their
installation. For details not covered in these Specifications, IS Code of Practice on Earthing (IS:
3043-1987 ammended upto date) shall be referred to.
8.2
APPLICATION
The electrical distribution system in the campus is with earthed neutral (i.e., neutral earthed at
the transformer/ generator end). In addition to the neutral earthing, provision is made for
earthing the metallic body of equipments and non-current carrying metallic components in
the sub-station, as well as in the internal electrical installations.
Earthing requirements are laid down in Indian Electricity Rules, 1956, as amended from
time to time, and in the Regulations of the Electricity Supply Authority concerned.
8.3
MATERIALS
8.3.1
EARTH ELECTRODES
8.3.1.1 Types
The type of earth electrode shall be Plate earth electrode.
8.3.2.1 Electrode materials and dimensions
The materials and minimum sizes of earth electrodes shall be as per BOQ.
8.3.2.2 EARTHING CONDUCTOR:
The earthing conductor (protective conductor from earth electrode up to the main earthing
terminal/earth bus, as the case may be) shall be of the same material as the electrode, viz. GI
or copper, and in the form of wire or strip as specified in BOQ.
8.3.2.4 HARDWARE ITEMS
All hardware items used for connecting the earthing conductor with the electrode shall be of
GI in the case of GI pipe and GI plate earth electrodes, and forged tinned brass in case of
copper plate electrodes.
8.3.2.5 PROTECTIVE (Earth continuity/Loop earthing) CONDUCTOR:
The material and size of protective conductors shall be as specified in the BOQ.
8.4
LOCATION FOR EARTH ELECTRODES
Normally an earth electrode shall not be located closer than 1.5 m from any building. Care shall
be taken to see that the excavation for earth electrode does not affect the foundation of the
building; in such cases, electrodes may be located further away from the building, with the
prior approval of the consultants.
Page 270 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
The location of the earth electrode will be such that the soil has a reasonable chance of
remaining moist as far as possible. Entrances, pavements and road ways, should be avoided
for locating earth electrodes.
8.5
INSTALLATION
8.5.1
ELECTRODES
8.5.1.1 Various types of electrodes
Plate electrode shall be buried in ground with its faces vertical, and its top not less than 3 m
below the ground level.
When more than one electrode (plate/pipe) is to be installed, a separation of not less than 2
m shall be maintained between two adjacent electrodes.
8.5.2
Artificial treatment of soil
The electrode shall be surrounded by Chemical compound as indicated in tender drawings
8.6
EARTHING CONDUCTOR (Main earthing lead)
In the case of plate earth electrode, the earthing conductor shall be securely terminated on
to the plate with two bolts, nuts, check nuts and washers.
The earthing conductor from the electrode up to the building shall be protected from
mechanical injury by a medium class by 40 mm dia. medium class GI pipe in the case of strip.
The protection pipe in ground shall be buried at least 30 cm deep (to be increased to 60 cm in
case of road crossing and pavements). The portion within the building shall be recessed in
walls and floors to adequate depth in due co-ordination with the building work.
The earthing conductor shall be securely connected at the other end to the earth stud/earth
bar provided on the switch board by bolt, nut and washer.
8.7
PROTECTIVE (Loop earthing/earth continuity) CONDUCTOR
Earth terminal of every switch board in the distribution system shall be bonded to the earth
bar/terminal of the upstream switch board by protective conductor(s).
Two protective conductors shall be provided for a switch board carrying a 3 phase switchgear
thereon.
The earth connector in every distribution board (DB) shall be securely connected to the earth
stud/earth bar of the corresponding switch board by a protective conductor.
All metallic switch boxes and regulator boxes in a circuit shall be connected to the earth
connector in the DB by protective conductor (also called circuit protective or loop earthing
conductor), looping from one box to another upto the DB.
The earth pin of socket outlets as well as metallic body of fan regulators shall be connected to
the earth stud in switch boxes by protective conductor. Twisted earth connections shall not be
accepted in any case.
Page 271 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
8.8
EARTH RESISTANCE
The earth resistance at each electrode shall be measured. No earth electrode shall have a
greater ohmic resistance than 3 ohms for building services earthing stations and 1 ohm in case
of medical equipment/dedicated earthing stations as measured by an approved earth testing
apparatus.
Where the above stated earth resistance is not achieved, necessary improvement shall
be made by additional provisions, such as additional electrode(s), different type of electrode,
or artificial chemical treatment of soil etc., as may be directed by the consultants.
8.9
MARKING:
Earth bars/terminals at all switch boards shall be marked permanently, "E" or as;
Main earthing terminal shall be marked "SAFETY EARTH - DO NOT DISCONNECT".
Page 272 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
CHAPTER - 9
TESTING OF INSTALLATION:9.0
SCOPE
This chapter describes the details of tests to be conducted in the completed internal
electrical installations, before commissioning.
9.1
GENERAL
9.1.1
Tests
On completion of installation, the following tests shall be carried out :1. Insulation resistance test.
2. Polarity test of switch.
3. Earth continuity test.
4. Earth electrode resistance test.
9.2
Witnessing of tests
Testing shall be carried out for the completed installations, in the presence of and to the
satisfaction of the consultants by the contractor.
All test results shall be recorded & submitted to the consultants.
9.3
Test instruments
All necessary test instruments for the tests shall be arranged by the contractor.
9.4
INSULATION RESISTANCE
9.4.1
The insulation resistance shall be measured by applying between earth and the whole system of
conductors, or any section thereof with all MCB.s in place, and all switches closed, all lamps
in position, or both poles of the installation otherwise electrically connected together, a
direct current pressure of not less than twice the working pressure, provided it need not
exceed 500 volts. Where the supply is derived from a poly phase A.C. system, the neutral pole
of which is connected to earth either directly or through added resistance, the working
pressure shall be deemed to be that which is maintained between the phase conductor and
the neutral.
9.4.2
The insulation resistance shall also be measured between all the conductors connected to
one pole, or phase conductor of the supply, and all the conductors connected to the neutral,
or to the other pole, or phase conductors of the supply with all the lamps in position and
switches in "off" position, and its value shall be not less than that specified in sub- clause7.2.3.
9.4.3
The insulation resistance in megaohms measured as above shall not be less than 12.5
megaohms.
Page 273 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
9.4.4
The term "outlet" includes every point along with every switch, except that a switch combined
with a socket outlet, appliance or lighting fitting is regarded as one outlet.
9.5
POLARITY TEST OF SWITCH
9.5.1
In a two wire installation, a test shall be made to verify that all the switches in every circuit
have been fitted in the same conductor throughout, and such conductor shall be labeled or
marked for connection to the phase conductor of the supply.
9.5.2
In a four wire installation, a test shall be made to verify that every non-linked single pole
switch is fitted in a conductor which is labeled, or marked for connection to one of the
phase conductors of the supply.
9.5.3
The installation shall be connected to the supply for testing. The terminals of all switches shall
be tested by a test lamp, one lead of which is connected to the earth. Glowing of test lamp to its
full brilliance, when the switch is in "on" position irrespective of appliance in position or not,
shall indicate that the switch is connected to the right polarity.
9.6
TESTING OF EARTH CONTINUITY PATH
The earth continuity conductor, including metal conduits shall be tested for electric continuity.
The electrical resistance of the same along with the earthing lead, but excluding any added
resistance, or earth leakage circuit breaker, measured from the connection with the earth
electrode to any point in the earth continuity conductor in the completed installation shall
not exceed one ohm.
9.7
MEASUREMENT OF EARTH ELECTRODE RESISTANCE
9.7.1
Two auxiliary earth electrode, besides the test electrode, shall be placed at suitable distance
from the test electrode (see figure). A measured current is passed between the electrode 'A'
to be tested and an auxiliary current electrode 'C', and the potential difference between
the electrode 'A' and auxiliary potential 'B' is measured. The resistance of the test electrode
'A' is then given by
9.7.2
Stray currents flowing in the soil may produce serious errors in the measurement of earth
resistance. To eliminate this, hand driven generator shall be used.
If the frequency of the supply of hand driven generator coincides with the frequency of stray
current, there will be wandering of instrument pointer. An increase or decrease of generator
speed will cause this to disappear.
9.7.3
At the time of test, the test electrode shall be separated from the earthing system.
9.7.4
The auxiliary electrodes shall be of 13 mm diameter mild steel rod driven upto 1 m into the
ground.
9.7.5
All the three electrodes shall be so placed that they are independent of the resistance area of
each other. If the test electrode is in the form of a rod, pipe or plate, the auxiliary current
electrode 'C' shall be placed at least 30 m away from it, and the auxiliary potential electrode
'B' shall be placed mid-way between them.
9.7.6
Unless three consecutive readings of test electrode resistance agree, the test shall be repeated
by increasing the distance between electrodes A and C upto 50 m, and each time placing the
electrode B midway between them.
Page 274 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
9.8.
TEST CERTIFICATE
On completion of an electrical installation, a certificate shall be furnished by the contractor,
countersigned by the certified supervisor under whose direct supervision the installation was
carried out. This certificate shall be in the prescribed form as given in Appendix ... in
addition to the test certificate required by the local Electric Supply Authorities.
Page 275 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
CHAPTER – 10
MAIN LT PANEL AND FLOOR PANELS
10.1
MAIN LT PANEL AND FLOOR PANEL
The non-draw out type L.T. Panel shall be with copper/aluminium bus bars (as specified in BOQ),
indoor type, free standing, floor mounting type, extensible on either side.
10.2 SITE CONDITIONS:
Max. peak room temperature in shade: 45.C.
Altitude - 50 mtrs. above mean sea level.
10.3
STANDARDS:
The design, manufacture & testing of the various items are covered by the following standards:
IS 8623 – 1993 :
Low Voltage switchgear & control gear assemblies.
IS13947(P1)-1993
:
General requirement for Switchgear and Controlgear for
voltages not exceeding 1000V.
IS12729 -1988
:
General requirement for Switchgear and Controlgear for
voltages exceeding 1000V.
IS13947(P1)-1993
:
Degree of protection provided by enclosure for low
voltage switchgear and Controlgear.
IS 3619 - 1966)
:
Phosphate treatment.
IS 5 - 1978
:
Colour for ready mixed paints & enamels.
IS 5082 - 1969 :
Wrought aluminium for electrical purpose.
BS - 162
:
Clearance & creepage for bus systems.
IS 5578
:
Marking arrangement for busbar/ cable.
IS 13947
:
Clearances & Creepages for devices.
:
Push buttons & related control (Part-1, Sec.-1) switches
IS 6005 - 1970)
Part-1
IS 13945
including control contactors.
IS 13703 Part I &
:
HRC Fuses.
IS13947 (P-2)-1993
:
LV switchgear & control gear circuit breakers.
IS 3231 - 1965
:
Protective relays.
Page 276 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
10.4
IS 3156 - 1992
:
Voltage transformers.
IS 2705 - 1992
:
Current transformers.
IS 1248 - 1968
:
Elect. indicating instruments.
IS 8878 - 1993
:
Miniature Circuit Breakers.
IS 10118(P3) –1982
:
Code of Practice for Installation of Switchgear.
Rated System
:
415V. 50Hz. TPN.
Rated insulation level
:
1100V rms.
KV withstand level
:
2.5 KV rms for power circuit.
for 1 min).
:
1.5 rms for control circuit
Horizontal busbar
:
As indicated in B.O.Q.
SPECIFICATIONS:
Rating.
Rated short time
/ Drawings.
:
Upto 50Ka rms for 1 sec.
:
IP43.
Rating of H.Bus &
.Bus for main panels
Protection of
Enclosure.
10.5 CONSTRUCTION:
The standard L.T. Panel shall contain a basic frame assembly reinforced with formed sheet steel
profiles and cross members. Sheet steel partitions shall be bolted to this frame to form the full
structure. Basic structure is made out of minimum 2 mm. CRCA sheet. The load bearing
members are made out of 2mm thick and non-load member items are out of 1.6 mm. thick
sheet steel. All sheet steel shall be cold rolled.
The pretreatment process shall involve de-greasing, rinsing, de-scaling, rinsing, de-rusting,
rinsing, phosphating, rinsing & passivation. After this, it shall be spray finished with a primer,
oven dried and spray painted with finish paint, 2 coats wet on wet. Then it shall be baked in
oven to achieve a uniform, smooth and tough film. The standard shade offered shall be light
gray shade 631 semigloss as per IS: 5. The painting shall be with synthetic enamel stoving grade
to a final overall dry film thickness of 50/60 microns.
The Panel design shall be of single front cubicle with horizontal busbars mounted at top,
extensible on either side. The breaker, instruments and aux. equipments shall be accessible
from front. The cable terminations shall be accessible from the rear side.
Page 277 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Each section shall be divided into 3 compartments, enclosing either Air Circuit Breakers or On
Load Change Over Switch fuse Units or Switch Fuse/Fuse Switch Units or Auxiliary equipments.
Max. of 2 tier ACB compartments shall be provided in one section.
A standard transportable shipping section shall contain max. three sections with length not
exceeding 3 m and weight not exceeding 2.5 tonnes.
The incoming terminals of the breakers shall be connected to the busbar by suitable links. The
outgoing terminals shall be extended in the cable chamber for direct Bus Truncking/ cable
connections. These shall be identified by coloured PVC tape/paint, wherever required link
extension to form busduct entry from top shall also be provided. Adequate shrouding and
caution notice plate shall be provided to prevent the accidental contact to live terminals.
The ACBs shall be mounted on the channel frame and shall be partitioned at the top by
insulated barrier on the either side by sheet metal barrier with necessary cutout for power
linking for control wiring. The control equipment, fuses, timers, contractors, etc., shall be laid
out in standard fashion on a painted base plate and fixed with screws to the frame at
appropriate location.
Each ACB module compartment shall be provided with front access door made out of 2 mm.
thick sheet steel.
Basic instrument such as ammeter, voltmeter with selector switch and lamps shall be provided
on the ACB module door itself. Meters such as KW, Hz, PF may be provided in a separate module
for a single tier ACB or on the vertical bus door for a 2 tier ACB panel. KWh meters or KVA meter
with or without MDI and protective relays shall be located in the bottom most compartment or
on the vertical bus chambers. Meters/relays shall be identified with feeder identification name
plates when they are located away from feeder module.
Suitable inscription plates shall be provided to identify
the feeders, function of the doors
mounted devices and caution plate shall be provided at appropriate locations.
Cubicle illuminating lamp, 240V, 5A, 3 pin plug and socket shall be provided with MCB for
protection in cable chamber a standard item in each compartment.
Suitable M.S. removable, undrilled gland plates shall be provided. For single core cables non
magnetic gland plates shall be provided.
10.6
SAFETY INTERLOCKS
The following safety interlock shall be provided for each module:
i)
When ACB is ON door cannot be opened - electrically or mechanically. (Defeat interlock
to be provided.)
ii)
Padlocking in OFF position (locks to be provided.)
iii)
Castell interlocks for feeder co-ordination as per B.O.Q. / Drawings.
Page 278 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
10.7
AIR CIRUIT BREAKERS:
The Air Circuit Breaker shall be draw out type as indicated in the Schedule of Quantities.
The air circuit breakers shall comply with IS - 13118 - 1991.
The air circuit breakers shall have 100% certified rating when mounted in the panel. (All derating factors shall be clearly indicated by the contractor in his offer).
The air circuit breakers shall be (as indicated in the schedule of quantities) either manually
operated or with motor operated store charged, spring closing mechanism in which case the
motor shall be suitable for 220V AC/DC supply. The motorized mechanism shall charge a closing
spring upon circuit connection. This charged spring may be electrically or manually released
effecting the closer of the breaker. The closing spring shall automatically be recharged for the
next closing command. An Operator shall also be in position to manually charge the closing
spring. The spring condition `Charged' or `Free' shall be visible through the indicator.
Fault lock out/anti-pumping device shall be provided on each breaker so that it could not be reclosed after tripping on fault without manual resetting being done.
The incoming and the outgoing breakers shall be provided either with static trip release
integrally mounted on the breakers/or other suitable relays. This release/relays should have the
following adjustments:
a)
Over current pick-up.
b)
Inverse tripping time at 6 times the current setting.
c)
Short time delay pick-up at various current settings.
d)
Short time delay - instantaneous.
e)
Earth fault pick-up at various current settings.
f)
Earth fault delay - instantaneous.
g)
Reverse Power Relay (Only on ACB being used for DG set Duty)
The breakers being used as bus couplers shall be without integral release. An AC shunt trip
release shall be provided with under-voltage release back-up to operate these bus coupler
breakers.
The air circuit breaker (Electrical drawout type) being used as incomer shall have the following
accessories, indications, meters, provided on its housing;
3 No. LED Phase indicating Lamps.
i)
iii)
Multifunction meter with display of KWh, volt, Amp., power factor & C.T.s as indicated
on the drawing/s with selector switch.
1 No. Indicating Lamps for the following;
a)
Red for ACB ON.
Page 279 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
The air circuit breaker being used on out going feeder shall have the following accessories,
indications, meters, provided on its housing;
i)
1 No. ammeter of suitable range and C.T.s as indicated on the drawing/s with selector
switch.
ii)
1 No. Indicating Lamps for the following;
a)
Red for ACB ON.
The air circuit breaker being used as Bus Coupler shall have the following accessories,
indications, meters, provided on its housing;
i)
1 No. Indicating Lamps for the following;
a)
Red for ACB ON.
All Air Circuit Breakers shall be with Micro-processor based release (for over current, Short
circuit and Earth fault protections).
COMBINATION FUSE SWITCH DISCONNECTORS and ON LOAD CHANGE OVER SWITCH FUSE
UNITS:
These Units should comply with IS:13947-(Series) 1993 amended upto date. These should be
suitable to accommodate high rupturing capacity cartridge fuse-links complying with
IS:13703(Series) amended upto date and having a certified rupturing capacity of not less than
50KA, at 415Volts. These shall be of four pole type.
10.8
CONSTRUCTION:
The unit housing shall be of robust construction designed to withstand the hardest conditions
met in industry. It should have double breaks per phase to ensure complete isolation of the fuse
links when the unit is in the `off' (isolation) position. The `on' and `off' positions of the handle
shall be clearly indicated and the action of the switch should be positive. The contacts of all
units should be silver-plated.
Interlocks must be provided to ensure that the enclosure cannot be opened until the switch is
in the `off' position. It should, however, be possible for a competent examiner to operate the
switch with the enclosure open by releasing a suitable interlock.
The switch should have an external earthing terminal to enable the enclosure to be earthed.
The arrangement and disposition of the parts in the unit should provide for straight through
connections thereby avoiding looping in of cables. The unit should be fitted with top and
bottom detachable end cover and provision should be made for fixing cable boxes to the flanges
of the unit in place of end covers.
Page 280 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
The unit should be capable of breaking the stalled current of the largest induction motor with
which it is likely to be associated. If necessary, the contractor should be prepared to produce
type test certificates set out in the appropriate Indian standards with which the unit complies.
It shall also have the following indications and metering;
a) CT operated ammeter of suitable rating complete with CT and selector switch.
b) 1 No. indicating lamps for the followings
i) Red for SFU/COSFU ON
10.9
MOULDED CASE CIRCUIT BREAKERS:
The normal Moulded case circuit breakers shall have all live parts totally enclosed in a moulded
insulated housing. It shall have a quick make and quick break mechanism. The mechanism shall
be trip free so that the contacts can not be held closed against a fault. The bi-metallic
mechanism shall be provided for inverse time current trip characteristic, to prevent interruption
on normal inrush currents or temporary overloads. The instantaneous release shall be provided
to protect equipment against very high current or short circuits. There shall be a common trip
bar so that in case of fault on any of the phases, all the three phases trip together.
The arcing shall be totally contained within the housing so that the possibility of any damage to
any adjacent equipment or personnel due to accidental mishandling is avoided. Individual arc
chutes shall be provided on each phase to draw the arc away from the contact tips, thus,
quenching it rapidly.
The minimum breaking capacity of Moulded Case Circuit Breakers at 415 V AC and 0.3 PF shall
be Max. 35 KA for MCCBs of upto 200 A rating and for MCCB.s of over 200A rating it shall be
minimum 50 KA. Each Moulded Case Circuit Breakers shall have the following accessories;
a)
Auxiliary switch.
b)
Adjustable over-load relay.
10.10 BUSBAR SYSTEM:
10.10.1
HORIZONTAL BUSBAR:
The horizontal busbars shall be located at the top/ bottom/ center busbar compartment. The
busbars shall be of electrical grade, high conductivity, copper/aluminum (as specified in BOQ)
sections of required ratings.
10.10.2
VERTICAL BUSBAR:
The vertical busbar shall also be made from high conductivity electrical grade copper/aluminum
(as specified in BOQ) sections, the rating and size shall depend upon the total rating of all
feeders in the column considering the diversity factors O.9. The busbars shall be provided with
black heat shrinkable PVC sleeving/PVC taping with R.Y.B phase identification at regular
intervals.
Page 281 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
10.10.3
NEUTRAL BUS:
It shall run parallel to horizontal and vertical busbars. Standard neutral busbar size is half the
size of main busbar.
10.10.4
CONTROL BUSBAR:
Control bus if required and specified.
10.10.5
EARTH BUS:
50 x 6 mm. copper earth bus shall be provided in the bottom most compartment along the
entire length of the board for connection to project earth at either end.
10.10.6
BUS JOINTS:
Joining between busbars shall be by using rigid or flexible buslinks.
10.10.7
BUS BAR SUPPORTS :
Both horizontal and vertical busbars shall be supported at uniform intervals on high impact,
anti-tracking, non-hygroscopic, arc resistant, flame retardant, self extinguishing GRP (Glass
reinforced plastics), insulators. These insulators shall be type tested for short circuit withstand
capacity.
10.11 MODULES:
10.11.1
INCOMER:
ACB in single tier or in 2 tier shall be provided as incomer from transformer. Cable entry from
top shall be provided for each incomer breaker.
10.11.2
OUTGOING FEEDERS:
The outgoing feeders shall be as indicated in B.O.Q./ Drawing. Irrespective of the panel depths,
the panels shall be coupled front flush. Each outgoing feeder shall have the provision for
Cable/bus duct connection from the bottom/top.
10.12 CONTROL WIRING:
All control wiring shall be done as a standard, using 1.5 sq.mm. multistrand pvc insulated copper
wires. These shall be black in colour for AC and grey in colour for DC. The C.T. connections
shall be done using 2.5 sq.mm. multistrand PVC insulated copper wires of red colour.
The outgoing control wires shall be terminated from the equipment terminals to control
terminal block in cable chamber. Whenever required PVC channels shall be used for wire
routing. On either ends of these wires self locking yellow ferrules with black letters shall be
provided. Multistrand wire termination shall be provided with crimping type lugs.
Page 282 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
10.13 INTER-MODULE WIRING:
The control wiring between modules located in the same vertical section shall be connected at
the respective terminal blocks/terminals. These shall be routed through the cable duct in PVC
wire channels. Inter connections between adjacent cubicle in the same shipping sections shall
be done in a similar way.
10.14 CURRENT TRANSORMERS:
Current transformer meant for metering & protection shall be mounted on the bus links either
on the incoming side or outgoing side as the case may be. They shall be wired and terminated
suitably for external connection.
10.15 FUSES
All fuses shall be of the HRC cartridge type, conforming to IS:13703 mounted on plug-in type of
fuse bases having a prospective current rating of not less than 50 KA. Fuses shall be provided
with visible operation indicators to show that they have operated. Insulated fuse pulling handle
shall be supplied with each control panel.
10.16 INDICATING INSTRUMENTS & METERS
Electrical indicating instruments shall be flush mounted digital type having min. 96 mm square
dial.
10.17 CONTROL AND SELECTOR SWITCHES
Control and instrument switches shall be of the rotary type and shall be provided with properly
designated plate. Control switches shall have momentary contacts spring return to center with
pistol grip handle. Instrument and selector switches shall have stay put contacts.
10.18 PUSH BUTTONS
All push buttons shall be of push to actuate type having 2 `NO' and 2 `NC' self reset contacts.
They shall be provided with designation plates, engraved with their functions. push button
contacts shall be rated for 10 amps at 415V A.C. and 0.6 Amp. inductive breaking at 220V D.C.
10.19 INDICATING LAMPS
Indicating lamps shall be of the filament type having double contact bayanet caps and low watt
consumption. Lamps shall preferably be provided with series resistors to prevent short circuiting
of control supply of filament fusing. Colour of lens shall be as per enclosed drawing/data sheet.
Lamp grip shall be supplied along with the panel so that replacement of the bulb can easily be
done from the front of the panel.
The panel boards having power factor correction relay as one of the components, shall have
enough space to house the power factor correction capacitors banks also in the panel itself.
Page 283 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
10.20 DRAWINGS
The contractor shall provide the following drawings for approval to Consultants/Engineer in
Charge before commencement of supply/fabrication.
i)
General layout-Plan, section, elevations
ii)
Foundation
iii)
Wiring-Power & Control
Page 284 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
CHAPTER – 11
STRUCTURED CABLING FOR TELEPHONE SYSTEM
11.1
STRUCTURED CABLING FOR TELEPHONE SYSTEM
This section contains the definitions of terms, acronyms and abbreviations that have
special technical meaning of that are unique to the technical content of the standard
special definitions that are appropriate to individual technical sections are included.
11.1.1 DEFINITIONS
ADAPTER : It will be a device that will enable different sizes or shape of plugs to mate with
one another or to fit into a telecommunications outlet or provide for the rearrangement of
leads that allow large cables with numerous wires to fan out into smaller groups of wires,
or make interconnections between cables.
CROSS CONNECT : A group of connection points, wall or rack mounted, tied to
mechanically terminate and administer building wiring.
PATCH CORD : A length of wire or optical fiber cable with connectors on each end used to
join communications circuits at a cross connect.
PATCH PANEL : A system of terminal blocks, patch cords, backboards that facilitate
administration of cross-connected fields for moves and rearrangements.
TELECOMMUNICATIONS OUTLET : A connecting device located in a work area on which
horizontal wiring system cable terminates and which will receive a mating connector.
11.1.2 BASIS OF DESIGN:
Depending upon the characteristics of the individual application, choice with respect to
transmission media have been made. In making this choice factors which have been
considered include.
Flexibility with respect to supported services;
Required useful life of backbone wiring;
Site size and user populations.
Since building occupants needs for telecommunications services vary over time and from
occupant to occupant hence plans for the future use of the backbone wiring may range
from highly predictable to very uncertain. Wherever possible, different service
requirements have been determined.
Page 285 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
11.1.3 BACKBONE WIRING
11.1.3.1 General
The function of the backbone wiring shall be to provide interconnections between
telecommunications closets, equipment rooms and entrance facilities in the
telecommunications wiring system. The backbone wiring shall consist of the transmission
media, intermediate and main cross connects, and mechanical terminations for
interconnection of telecommunications closets, equipment rooms and entrance facilities.
The backbone wiring shall include transmission media in the building.
The backbone wiring shall use the star topology wherein each telecommunications closet
shall be wired to a main cross connect / patch panel or an intermediate cross connect then
to a main cross-connects / patch panel. There shall be no more than two hierarchical levels
of cross connects / patch panel in the backbone wiring. Interconnections between any two
telecommunications closet shall pass through three or fewer cross-connects / patch panel.
Bridged taps shall not be permitted as part of the backbone wiring.
Either of the following four types of cables shall be used for backbone wiring as defined in
schedule of quantities.
i.
100-ohm UTP multiplier backbone cable.
ii.
150-ohm STP cable
iii.
50-ohm coaxial cable.
The tenderer has to assure that cross talk coupling between individual, unshielded twistedpairs shall not affect the transmission performance of multi-pair cables.
11.1.4 HORIZONTAL WIRING
11.1.4.1 General
The horizontal wiring shall be the portion of the telecommunications wiring system that
will extend from the work area telecommunications outlet to the telecommunications
closet. The horizontal wiring shall include the telecommunications outlet in the work area,
mechanical termination for the horizontal cables, and cross-connections located in the
telecommunications closet.
Page 286 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
The horizontal wiring shall be capable of handling he following minimum services.
i.
Voice telecommunications.
ii.
Premises switching equipment.
iii.
Local area network (LAN)
The horizontal wiring shall be a star topology with each work area telecommunications
outlet connected to a telecommunications closet. Horizontal wiring shall preferably
contain no more than one transition point between different forms of the same cable type.
Bridged taps shall not be permitted as part of the horizontal wiring.
The maximum horizontal distance shall be limited to 90 meters (295 ft) independent of
media type i.e. the cable length from the mechanical terminating of the media in the
telecommunications closet to the telecommunications outlet in the work area shall be
limited to this distance. This horizontal distance includes cabling required from the
telecommunications outlet to the work station. Horizontal cable shall be limited to one of
the following four types of as listed out in the schedule of quantities.
i.
Four-pair 100-ohm unshielded twisted pair (UTP) cables.
ii.
Two-pair 150-ohm shielded twisted pair (STP) cable.
iii.
50-ohm coaxial cables.
iv.
62.5/125 um optical fiber cable.
11.1.4.2 Grounding Considerations
Grounding system shall be an integral part of the telecommunications wiring system. In
addition to helping protect personnel and equipment from hazardous voltages, the
grounding system shall reduce the effect of electromagnetic interference ((EMI) to and
from the telecommunications wiring system.
Grounding shall meet the NEC requirements and practices or local authorities or codes
whichever impose a more stringent requirement.
The following shall be considered for the grounding system:
Installation conforms with proper practices and requirements.
Each telecommunications closet shall have an appropriate grounding access.
Grounding shall be available for cross-connect frames, patch panel racks, telephone and data
equipment and equipment required for maintenance and testing.
Page 287 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
11.1.5 BACKBONE WIRING DISTANCES
Telecommunications Closet to Main Cross-Connect
The maximum backbone distance between the main cross-connect patch panel and the
mechanical termination in the telecommunications closet shall be as follows:
For 100 ohm UTP cable, maximum distance between telecommunication closet and main
cross connect / panel shall be 800 mts.
For 150 ohm STP cable, maximum distance between telecommunication closet and main
cross connect shall be 700 mts.
Telecommunications equipment which connect directly to main or intermediate crossconnects / patch panel shall done via cables of 30 m or less.
11.1.6. WORK AREA
The work area shall be defined as those components which extend from the
telecommunications outlet end of the horizontal wiring to the station equipment. The
station equipment shall be any of the number of devices including but not limited to
telephones, data terminals and computers.
When adapters are needed at the work area, they shall be external to the
telecommunications outlet. Following adaptations at the work shall be followed:
A special cable or adapter when the equipment connector is different from the
telecommunication outlet connector.
A “Y” adapter when two services run on a single multiplier cable.
Passive adapters when the cable type in the horizontal wiring is different from the cable
type required by the equipment.
Active adapters when connecting devices use different signaling schemes.
Pair transposition wherever necessary for compatibility.
Termination resistors wherever required in the work area. These shall be external to the
telecommunications outlet.
Page 288 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
11.1.7 TELECOMMUNICATIONS CLOSET
A telecommunications closet shall be defined as an area within the building set aside for
the exclusive purpose of housing equipment associated with the telecommunications
wiring system. There shall be no upper limit on the number of telecommunications closets
which may be provided within the building. The telecommunication closet shall have
following three possible configurations.
11.1.7.1 Horizontal Backbone Connection
The telecommunications closet shall contain the mechanical terminations for a portion of
the horizontal wiring system and a portion for the backbone wiring system. In such a case
the telecom closet shall provide facilities (space, power, grounding etc.) for the passive
(cross-connect) / patch panel or active devices or both used to interconnect the two
system.
11.1.7.2 Backbone Wiring System Interconnection
The telecommunications closet may contain the intermediate cross-connect / patch panel
or main cross connect / patch panel for different portions of the backbone wiring system.
In this usage, the telecommunications closet shall provide facilities for the passive or active
devices or both used to interconnect two or more portions or the backbone wiring system.
11.1.7.3 Entrance Facilities
A telecommunications closet may be used to contain the demarcation point or an
interbuilding entrance facility. In this usage, the telecommunications closet shall provide
facilities for the active and / or passive devised required to interconnect the demarcation
point or interbuilding entrance facility or both to the telecommunication wiring system.
The design of the telecommunications closet shall be as per the requirements of EIA/TIA569.
11.1.8 EQUIPMENT ROOM
The equipment room shall be defined as an area within the building where
telecommunications systems shall be housed along with the mechanical termination of
one or more portions of the telecommunications wiring system. Equipment room shall be
considered to be distinct from telecommunications closets because of the nature or
complexity of the equipment they contain. Any or all of the functions of a
telecommunications closet shall be alternatively provided by an equipment room.
Page 289 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
11.1.9 CABLE SPECIFICATIONS
This section covers the detailed specifications of the cable for the horizontal and backbone
wiring sections.
All cables shall meet the requirement of the EIA 568 category 6 for voice whichever impose
a more stringent requirement.
11.1.9.1 100 Ohm Category 6 UTP Cable
The cable shall consist of 24 AWG solid copper conductors, insulated with HDPE. All
conductors shall be conferred with a low smoke halogen jacket. it shall be possible to
obtain transmission rate of 10 mbps upto 150 m. This cable shall meet the specifications
of EIA/ITA-568, IEEE 802.3,10 BASE-T, IEEE 802.5 % ICEA.
11.1.9.1.1
Pair Assembly
The cable shall be restricted to four pair size to support a broad range of
applications. The pair twists of any pair shall not be exactly the same as any other
pair. The pair twist lengths shall be selected be the manufacturer to ensure
compliance with the crosstalk requirements of this standard.
11.1.9.1.2
Color Codes
The color codes shall be as shown below:
Conductor
Color Code
Abbreviation
Identification
----------------------------------------------------------------------------------------------------Pair 1
Pair 2
Pair 3
Pair 4
11.1.9.1.3
White-Blue
(W-BL)
Blue
(BL)
White-Orange
(W-O)
Orange
(O)
White-Green
(W-G)
Green
(G)
White-Brown
(W-BR)
Brown
(BR)
Cable Diameter
The diameter of the jacketed cable shall be less than 5.6 mm.
Page 290 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
11.1.9.1.4
DC Resistance
The resistance of any conductor, measured in accordance with ASTM D 4566 shall
not exceed 28.6 ohms per 1000 ft.
11.1.9.1.5
DC Resistance Unbalance
The resistance unbalance between the two conductors of any pair shall not exceed
5% in accordance with ASTM D 4566.
11.1.9.1.6
Mutual Capacitance
The mutual capacitance of any pair at 1 Khz, measured in accordance with ASTM D
4566 shall not exceed 20 nF per 1000.
11.1.9.1.7
Capacitance Unbalance Pair to Ground
The capacitance unbalance to ground at 1 Khz of any pair, measured with ASTM D
4566 shall not exceed 1000 pF per 1000 ft.
11.1.9.1.8
Attenuation
The attenuation of any pair cat-6 cables shall take performance to 300 Mhz in
accordance with ASTM 4566.
Frequency (MHz)
11.1.9.1.9
Maximum Attenuation (dB per 1000 ft)
1.0
6.3
4.0
13
8.0
18
10.0
20
Characteristic Impedance
The characteristic impedance shall meet the following requirements when
measured using the equipment test procedure given in the ASTMN D 4566.
11.1.9.1.10
Near and Crosstalk
The near-end cross talk coupling loss between any two pairs within a cable shall be
in accordance with ASTM D 4566
Page 291 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
11.1.9.2 Hook - UP Wire
The hookup wire shall be solid annealed copper conductors individually insulated with PVC
with insulation marked at regular intervals with an additional code for colors. The pair
sizes shall be 1,2,3 or 4 as specified in schedule of quantities.
The electrical specifications shall be as follows:
DC Resistance
52 ohm per 1000 ft.
Mutual capacitance
4.9 nF per 100 mt.
11.1.9.3 Riser Cable
This cable shall consist of solid copper conductors insulated with expanded polyethylene
covered by a PVC sheet. The core shall be covered with a layer of plastic tape and overlaid
with a corrugated PVC plastic. it shall be suitable to be used without conduit. The cable
shall meet. EIA/TIA -568, C S A T -529, IEEE 802.3 & 10 B A S E -T. The pair sizes shall be as
per the schedule of quantities. The cable shall meet the following specifications.
Maximum DC Resistance
26.5 ohm per 100 ft.
Maximum D C Unbalanced Resistance 17%
Mutual Capacitance at 1 Khz
16 nF per 1000 ft.
Page 292 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
CHAPTER – 12
DRAWINGS
The contractor shall submit six complete sets of drawings on white paper to the owner/consultants after
completion of the work.
These drawings must give the following information, in addition to the information asked for in various
other sections of the specifications:
a)
Location of all equipments viz. transformers, H.T. Panels, L.T. Panels, earthing stations etc.
b)
Cable routes clearly indicating the sizes & number of cables.
c)
Earthing layout - indicating the type of earth station & size of earth conductor.
d)
Wiring diagram of L.T. Panels.
e)
Complete single line diagram for Normal and Emergency supplies.
f)
Any other information the consultants-in-charge may deam fit.
No completion certificate will be issued until the drawings are submitted. The drawings will be prepared
and submitted by the contractor without any extra charge.
*****
Page 293 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
CHAPTER – 13
FIRE ALARM & PUBLIC ALARM SYSTEM
GENERAL
1.
Work under this contract shall be executed as shown on the drawing and given in the
specifications & required at site whether specifically shown or not.
2.
SCOPE OF WORK
2.1
Work under this contract shall consist of furnishing all labour, materials, equipment and
appliances necessary and required to completely do all work relating to the fire sensing and
public address system as described herein after and shown on the drawings.
3.
INTERPRETATION
3.1
Interpretation of the contract documents shall be done in the following order of decreasing
importance.
a)
Technical Conditions / Tender drawings.
b)
C P W D Specifications amended upto date.
c)
Relevant Indian Standard code of Practice/UL Standards amended upto date.
4.
SPECIFICATIONS
4.1
Work shall be carried out strictly in accordance with the specifications attached to these
tenders.
4.2
Works not covered in the specifications shall be carried out as per relevant Indian Standards
Code of Practice and specifications of materials.
5.
5.1
EXECUTION OF WORK
The work shall be carried out in conformity with the contract drawings and within the
requirements of Architectural, other specialized services drawings.
The contractor shall cooperate with all trades and agencies working on the site. He shall make
provision for hangers, sleeves, structural, openings and other requirements well in advance to
prevent hold up or progress of the construction schedule.
6.
DRAWINGS
6.1
Contract drawings are diagrammatic but shall be followed as closely as actual construction
permits. Any deviations made shall be in conformity with the architectural and other services
drawings.
Page 294 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
7.
MATERIALS
7.1
All materials used on this work shall be new and conforming to the relevant specifications and
codes in practice. Latest equipment and devices will be used and all relevant catalogues of all
the equipment and devices will be submitted by the contractor along with the offer.
7.2
Any damage during cartage, execution, installation or before formally handing over to CPWD
shall be made good by the contractor at his own expense.
8.
WORKS TO BE DONE BY OWNERS
8.1
A part of the following material will be got installed by CPWD from other contractor:
1.
MS Conduits.
9.
INSPECTION AND TESTING OF MATERIALS
9.1
Contractor shall be required to produce manufacturer's test certificates for the materials to be
used on work.
9.2
All equipment shall be tested for calibaration at any approved laboratory if required by the
Consultants at the cost of the contractor.
10.
REFERENCE DRAWINGS
10.1
The contractor shall maintain one set of all drawings issued to him as reference drawings. These
will not be used at site.
10.2
All corrections, deviations, and changes made on the site shall be shown on these reference
drawings for final incorporation in the completion drawings. All changes so made shall be
initialed by the Consultants.
11.
SHOP DRAWINGS
11.1
The contractor shall submit to the department four copies of the shop drawings.
11.2
Shop drawings shall be show:
a) Any changes in layout in the contract drawings.
b) Equipment layout and piping, wiring diagram.
c) Manufacturer's or contractor's fabrication drawings for materials or equipment.
11.3
The contractor shall submit four copies of catalogues, manufacturer's drawings, equipment
characteristics data or performance charts as required by Engineer in Charge.
Page 295 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
12.
12.1
COMPLETION DRAWINGS
On completion of works, contractor shall submit one complete set of "AS BUILT" drawings on
tracing cloth and three sets of blue prints. The information contained shall be:a) Run of all conduits, diameters, number of wires, on all floors and vertical stacks.
b) Location of control panels, hooters, manual call stations etc.
12.2 Contractor shall provide four sets of catalogues, performance data and list of spare parts
together with the name and address of the manufacturers for all electrical and mechanical
equipment provided by him.
12.3 Contractor shall stand Guarantee / Warrantee for a period of one year from the date of handing
over.
13.
TESTING AND COMMISSIONING
12.1 Testing and commissioning shall be performed in presence of the Engineer in Charge or his
authorized representative.
12.2 All materials and equipment found defective shall be replaced and all the whole work tested to
meet the requirements of the specifications, at the cost of the contractor.
12.3 Contractor shall perform all such tests as may be necessary and required by the local fire and
other authorities to meet the Fire, Municipal or other bye law in force wherever necessary and
required. The contractor will make arrangements at his own cost for performing the tests in the
presence of any fire/municipal personnel if required by the authorities.
14.
APPROVAL
14.1 Contractor shall obtain approval of all works executed by him from the local fire brigade and
other relevant authorities and nothing extra shall be paid to him on this account.
15.
APPLICABLE STANDARDS
The system conforms to the following codes and standards.
1. CPWD specifications part –VI for Fire Alarm System installation and code of practice.
2. IS 2189-1962 Code of practice for Automatic Fire alarm system.
3. IS 2195-1962 Specification for heat sensitive fire detectors.
4. IS 732-1973 Code of practice for electrical wiring installation
5. CPWD Specifications Part I and Part II for electrical installations.
6. UL 168 Underwriters Laboratory specification for smoke detector.
7. UL 38
Manually Actuated Signaling Boxes
8. UL217
Smoke Detectors, Single & Multiple Station
9. UL 268 Smoke Detectors for Fire Protective Signaling Systems
10. UL 268A
Smoke Detectors for Duct Applications
11. UL 346 Waterflow Indicators for Fire Protective Signaling Systems
12. UL 464 Audible Signaling Appliances
13. UL 521 Heat Detectors for Fire Protective Signaling Systems
14. UL 864 Standard for Control Units for Fire Protective Signaling Systems
15. UL 1481
Power Supplies for Fire Protective Signaling Systems
16. UL 1638
Visual Signaling Appliances
17. UL 1971
Visual Signaling Appliances
Page 296 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
CHAPTER – 14
FIRE DETECTION SYSTEM
1.0
Basis of Design
An Intelligent Fire Alarm System herein after known as (IFAS) shall be provided to
effect total control over the life safety services required in the building. The IFAS shall
be of the digital, distributed processing, real time, multitasking, multi user and multilocation type.
The system shall be provided with Addressable and Analog fire alarm initiating,
annunciating and control devices.
The addressable and intelligent system shall be such that smoke sensors, thermal sensors,
manual pull stations etc. can be identified with point address. The system shall be capable
of:
a. Setting smoke sensor sensitivity remotely to either high sensitivity manually or on a
pre-programmed sequence e.g. occupied / unoccupied period. The IFAS shall be able
to recognize normal and alarm values that reveal trouble condition, and above normal
values that indicate either a pre alarm condition or the need of maintenance.
b. Read-out or address at actual space temperature at thermal detector points. The
operator shall also be able to adjust alarm and pre alarm thresholds and other
parameters for the smoke sensors.
c. Provide a maintenance / pre-alert alarm capability at smoke sensors to prevent the
detectors from indicating a false alarm due to dust, dirt etc.
d. Provide alarm verification of individual smoke sensors. Alarm verification shall be
printed on the printer at the control station‟s printer to enhance system maintenance
and identify possible problem areas.
e. Provide local numeric point address and LED display of the device and current
condition of the point. Local annunciation shall not interfere with annunciation from
the Fire Control System.
f. Provide outputs that are addressable, i.e. outputs shall have point address. The
operator shall be able to command such points manually or assign the points to
logical point groups (Software Zones) for pre-programmed operation.
Page 297 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
In the event of fire alarm, but not in a fault condition, the following action shall be
performed automatically.
a. The System Alarm LED on the main fire alarm control panel shall flash
b. A local electric sounder shall be sounded.
c. The LCD display on the main fire alarm control panel shall indicate all information
associated with Fire Alarm condition including the type of alarm point and its
location within the premises.
d. Printing the information associated with the Fire Alarm Control Panel condition,
along with the time and date of occurrence.
e. Air handling units on the affected floors shall automatically be switched OFF and
simultaneously respective fire dampers shall also be closed.
f. Pressurization fans on the evacuation shafts i.e. Stairwells etc. will automatically be
switched ON.
g. All system output programs assigned via control-by-event programs that are to be
activated by a particular point in alarm shall be executed, and the associated system
output (alarm notification appliances and/or relays) shall be activated.
h. The audio portion of the system shall direct the proper signal (tone or voice) to the
appropriate speaker circuit.
i. Pre-recorded alarm messages shall be played on the public address system.
1.
Fire Alarm Control Panel
2.1
The Fire Alarm Control Panels shall function both as an independent stand alone system
element as well as an interface between the control processing unit and the fire detectors,
their accessories and the controlled devices. The control panel shall be intelligent type
with its own microcomputer and memory. It shall be powered with high efficiency
SMPS.
2.2
The Fire Alarm Panels shall be microprocessor based and shall have necessary detector
interface units (for both addressable and non-addressable sensors) , alarm output modules
for external hooter & lamp control output modules for various control functions through
relay contacts and communication modules for interfacing with the outside world . The
processor shall interact with the other modules through a common bus. The system shall
store all basic system functionality and job specific data in non-volatile memory. All site
specific and operating data shall survive a complete power failure intact. Password shall
protect any changes to system operations.
Page 298 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2.3
The Fire Alarm Panels shall have the facility to process the Input Signals and control the
output functions either directly or through I/O Interface Modules as per the requirements.
2.4
The Fire Alarm Panels shall continuously scan the various loops for conditions of Fire,
Fault (Open circuit as well as short circuit) and provide audio-visual Alarm and Messages
as the case may be. Each loop shall be capable for connecting minimum 120 addressable
units (detectors and devices) with minimum 10% spare capacity for detectors.
2.5
System circuits shall be configured as follows: Addressable analog loops class 'A';
initiating devices circuits class 'A'; Notification appliance circuits Class A; Network
communication A. Annunciates Communication „A‟. Any deviation in the style of wiring
shall be with prior permission of the consultant.
2.6
The Fire Alarm Panel shall be protected against any kind of short circuit, open circuit,
over voltage and under voltage. In case of any abnormality, the system shall display
appropriate message. The panel should have a CPU watch dog circuit to indicate trouble
should the CPU fail.
2.7
The system should perform Fire Pattern Recognition. For this purpose , it shall offer the
following features:
a) Smoke entering a detector for a short duration (e.g. cigarette smoke) shall not cause
any alarm.
b) A fast build up of smoke shall result in quick alarm generation.
c) A gradual build up of smoke shall be detected early by reducing the pre-warning limit
automatically (without disturbing the alarm level).
d) A slow build up of dirt in detectors shall be recognized and the alarm level shall be
suitably modified without generating any false alarms. For this purpose, the Fire
alarm Panels shall have necessary Hardware and Software filters, details of which
must be submitted by the tenderer in the technical bid.
e) The system shall have detector sensitivity test feature, which will be a function of the
smoke detectors and perform automatically every four hours.
2.8
The Fire Alarm Panels shall have the under mentioned additional features:
a) Logging an alarm, time and action text on printer.
b) Status check of disabled alarm addresses before they are restored.
c) Storing of alarms and the possibility of internal organization of alarms.
Page 299 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2.9
Offered Fire Alarm Panel shall have high degree of flexibility with:
a) The possibility of expanding to a bigger system with several control panels, and
control and information units.
b) Programmable actuation of control output relays for tripping ventilators, closing of
fire doors, closing of fire dampers, etc. in case of fire. The system shall also provide a
manual over-riding facility to operate/de-activate the above.
c) Connection to addressable as well as non-addressable (Conventional) Detectors,
Manual call station, etc.
2.10
The panel shall offer an event log that records a minimum of 1000 events to be displayed
on touchscreen, LCD or panel programming software.
2.11
For reasons of reliability and preventing inadvertent changes, the software / database
shall be maintained in Non-volatile Memory. It shall be possible to reprogram the
software by authorized personnel only. Fire Alarm Panel shall provide Access Protection
via Password (multilevel). Hard-ware protection shall be via a security lock and key
arrangement.
2.12
Offered Fire Alarm Panels shall automatically scan the whole system and confirm the
user entered configuration. It shall also generate the appropriate messages.
2.13
System should check up all the detectors periodically (by scanning) for the sensitivity of
the detectors. Whenever any detector sensitivity goes down due to/ soiling or dust
accumulation it should provide the required biasing to bring the detector's sensitivity upto
the required level. In case any detector goes below the minimum sensitivity level, it
should issue a warning tone for cleaning the detector manually. Therefore each analog
detector shall be monitored for maintenance alert.
2.14
The system shall support distributed processor intelligent detectors with the following
operational attributes; integral multiple differential sensors , automatic device mapping,
environmental compensation, pre alarm, dirty detector identification , automatic
day/night sensitivity adjustment, normal / alarm LEDs, relay bases, sounder bases and
isolator bases.
2.15
The Fire Alarm Control Panels shall be of multiplex system using distributed memory,
processing and control configured in regenerative network using a Master network
controller and various field panels and remote controllers. These regenerative networks
shall be capable of generating critical system functions in the event of Master network
controller fails or data line is severed. The network upon failure of these shall sense the
missing remote controllers or field panels and regenerate itself into a system or system
dependent upon the remaining hardware. Each segment that has been regenerated shall be
a full operating system capable of passing individual device or zone information to or
from any remote field panel for operation of appropriate output devices and events. All
Fire alarm control panels will be peer to peer networked with each other.
Page 300 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2.16
The Fire Control Panel shall be equipped with integrated fire fighters telephone system
which shall automatically dial one or more programmed fire fighter's telephone numbers
and convey pre-programmed messages in the event of fire in any of the zone. The fire
panel should have a Dialer Alarm Communicator Transmitter (DACT) module to
transmit alarm, supervisory and trouble signal to a Central Monitoring Station (CMS).
The DACT shall support dual telephone lines, 20 pps 4/2 communication and configured
for Dual Tone Multi-Frequency (DTMF) or pulse modes.
2.17
Indications as mentioned hereunder shall be available on the Fire Alarm Panels.
a) RED and AMBER high power LED to indicate any zone on fire and fault
respectively. Zone number and the area should be displayed on 3” user friendly touch
screen display / 640 characters LCD display on the control panel. Nature of fault shall
also be indicated on the LCD display. The main LCD panel and operator console
shall be in modular form and the same should be used as a repeater panel thus
enabling full featured remote operation of the fire alarm system.
b) Mains-on (Green). In case of mains failure, SYSTEM ON BATTERY LIGHT
(AMBER) should come up.
c) Battery under voltage should be indicated by flashing RED LED with 1 KHz. broken
audio signal.
d) Other indications as per system design.
e) It should have the facility of for the connection of printer.
2.18
Matrix type connected printer should provide real time recording of all the system
operations. In addition to the above, it should be able to provide Hard Copy of reports,
system serviceability and faults etc. on demand.
2.19
The system on demand shall provide analog detector sensitivity report. The system shall
also provide history report of verification cycles per detector and the system status
reports of detector analog reading both on computer and VDU as well as in the form of
hard copy through the printer.
2.20
The FACP shall be listed with UL / VDS / FM and the panel shall have the provision for
connecting to Repeater Panels to meet feature requirements.
2.21
Modular system design, with a layered application design concept including an
"operational layer" and a "human interface layer" to allow maximum flexibility of the
system with a minimum physical size requirement. The panel should be dust and vermin
proof.
Page 301 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2.22
The panel should support 128 service groups within the system program to allow the
testing of the installed system based on the physical layout of the system, not on the
wiring of the field circuits connected to the FACP.
2.23
All the metal portions of the panel shall be powder coated and earthed properly. All the
loop cards and accessories specified will be housed in a single housing.
2.24
Digital Voice Command Center
1. The Digital Voice Command Center located with the FACP, shall contain all
equipment required for all audio control, emergency telephone system control,
signaling and supervisory functions. This shall include speaker zone indication and
control, telephone circuit indication and control, digital voice units, microphone and
main telephone handset.
2. Function: The Voice Command Center equipment shall perform the following
functions:
a. Operate as a supervised multi-channel emergency voice communication system.
b. Operate as a two-way emergency telephone system control center.
c. Audibly and visually annunciate the active or trouble condition of every speaker
circuit and emergency telephone circuit.
d. Audibly and visually annunciate any trouble condition for digital tone and voice
units required for normal operation of the system.
e. Provide all-call Emergency Paging activities through activation of a single control
switch.
f. As required, provide vectored paging control to specific audio zones via
dedicated control switches.
g. Provide a factory recorded “library” of voice messages and tones in standard
WAV. File format, which may be edited and saved on a PC running a current
Windows® operating system.
h. Provide a software utility capable of off-line programming for the VCC operation
and the audio message files. This utility shall support the creation of new
programs as well as editing and saving existing program files. Uploading or
downloading the VCC shall not inhibit the emergency operation of other nodes
on the fire alarm network.
Page 302 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
i.
Support an optional mode of operation with four analog audio outputs capable
of being used with UL 864 fire-listed analog audio amplifiers and SCL controlled
switching.
j.
The Digital Voice Command shall be modular in construction, and shall be
capable of being field programmable without requiring the return of any
components to the manufacturer and without requiring use of any external
computers or other programming equipment.
k. The Digital Voice Command and associated equipment shall be protected against
unusually high voltage surges or line transients.
2.25
Addressable Digital Audio Amplifiers
1. The Digital Audio Amplifiers will provide Audio Power for distribution to speaker
circuits.
2. Multiple audio amplifiers may be mounted in a single enclosure, either to supply
incremental audio power, or to function as an automatically switched backup
amplifier(s).
3. The audio amplifier shall include an integral power supply, and shall provide built-in
LED indicators for the following conditions:
4. The audio amplifier shall provide the following built-in controls:
-
Amplifier Address Selection Switches
-
Signal Silence of communication loss annunciation Reset
-
Level adjustment for background music
-
Enable/Disable for Earth Fault detection
-
Switch for 2-wire/4-wire FFT riser
5. Adjustment of the correct audio level for the amplifier shall not require any special
tools or test equipment.
6. Includes audio input and amplified output supervision, back up input, and automatic
switch over function, (if primary amplifier should fail).
7. System shall be capable of backing up digital amplifiers.
Page 303 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2.26
Audio Message Generator (Prerecorded Voice)/Speaker Control:
1. Each initiating zone or intelligent device shall interface with an emergency voice
communication system capable of transmitting a prerecorded voice message to all
speakers in the building.
2. Actuation of any alarm initiating device shall cause a prerecorded message to sound
over the speakers. The message shall be repeated. Pre- and post-message tones
shall be supported.
3. A built-in microphone shall be provided to allow paging through speaker circuits.
4. System paging from emergency telephone circuits shall be supported.
5. The audio message generator shall have the following indicators and controls to
allow for proper operator understanding and control:
2.27
Fire Fighters' Telephone System:
The Fire Alarm system shall provide a fully integrated Fire Fighters' Emergency
Telephone and Communications System. A Master Telephone handset shall be provided
which will provide a totally independent 2-way communication between the Fire Alarm
Control Panel and any of the Fire Fighters' Telephone Stations located as indicated on the
plans for the building. The Fire Fighters' Telephone System shall include individual
LEDs and switches per telephone station. The user shall connect a call by pressing the
'connect' switch. To terminate a call, the operator shall press the 'disconnect' switch.
2.28
Programmable Electronic Sounders:
Electronic sounders shall operate on 24 VDC nominal.
Electronic sounders shall be field programmable without the use of special tools, at a
sound level of at least 90 dBA measured at 10 feet from the device.
Shall be flush or surface mounted as shown on plans
2.
DETECTORS AND ADDRESSABLE DEVICES
2.1
General Features common to all detectors :
a. Detector shall have an integral microprocessor capable of storing fire parameters
information in the detector head. Distributed intelligence shall improve response time
by decreasing the data flow between detector and analog loop controller. Maximum
total analog loop response time for detectors changing state shall be 5 seconds. The
addressable detectors shall be designed to detect one or more characteristics of fire,
light smoke or heat. The prime function of an addressable detector shall be to detect a
fire in its early stages by one of its characteristic phenomena, both visual and
invisible and convert the same into an electrical signal for initiating the local and
remote alarm.
Page 304 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
b. The addressable detectors shall be suitable for column / ceiling mounting.
c. The detector shall be suitable for class A (ring main) preferable or Class B (Non ring
main) wiring.
d. The detectors shall be plug-in type and shall have common base.
e. An indicator LED shall be provided on the detector which illuminates when the
detector has reached a preset alarm level. The indicator shall be operated
independently of the detector from the central control panel.
f. Provision shall be made for an output from the detector suitable for operating a
remote indicator or other device with a current limitation of 4 milli-amps. The output
shall be operated independently of the smoke detector from the central control panel.
g. Separate mounting bases shall be required which enable ready removal of detectors
for maintenance. The bases shall be fitted with stainless steel terminal springs and
stainless steel terminal screws and saddles.
h. The construction of the detector and bases shall be in white self-extinguishing
polycarbonate plastic. Full circuitry must be protected against moisture and fungus.
Smoke entry points must be protected against dust and insect ingress by corrosion
resistant gauze. The detectors must be unobtrusive when installed.
i. Data transmissions to and from the fire control panel from the detector shall be via a
communications module which is factory fitted to a detector by the original detector
manufacturer and forms a complete and integral part of the detector .
j. The detector shall be supplied complete, fully tested and each should bear the serial
no. and seal of the approving laboratory/body.
k. The detector shall be capable of automatic electronic addressing/custom addressing
with/without the use of DIP or rotary switches.
l. There shall be facility on the mounting base for writing in indelible ink the address of
that base. The address code shall be obscured from sight when detector is fitted to the
base.
m. The build-up of dirt or similar contamination on the radio-active source will cause the
output signal from the detector to gradually change. The control panel shall be
capable of monitoring this slow change in signal and at a predetermined level indicate
that the detector is in need of servicing.
Page 305 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2.2
Addressable Photoelectric(Optical) or Multi Sensor Smoke Detectors
A Addressable Photoelectric (Optical) Detectors
a. The photoelectric smoke detector shall respond predominantly to light white
smoke.
b. The photoelectric smoke detectors must exhibit uniform response behavior in
course of time.
c. The light source intensity shall automatically adjust to compensate for possible
effects of dirt and dust accumulation in the sensor/lens.
d. Smoke density in the chamber shall be measured by a symmetrical optical system.
e. The detectors shall have serial no. and seal of the approving laboratory/body.
f. The detection principle shall employ a multiple light pulse coincidence circuit in
order to prevent the false alarms.
g. All electronic circuits must be solid state devices and virtually hermetically sealed
to prevent their operations from being impaired by dust, dirt or humidity.
h. All circuitry must be protected against usual electrical transient and
electromagnetic interference.
i. Reversed polarity or faulty zone wiring shall not damage the detector.
j. The response sensitivity of each smoke detector shall be field adjustable to a
minimum of two pre-determined (factory calibrated) levels. It shall be possible to
test the sensitivity of a detector in the field.
k. The response (activation) of a detector shall be clearly visible from the outside by
a flashing light of sufficient brightness.
l. A built-in (optional) integrated circuit shall allow the suppression of brief
deceptive phenomenon.
m. The smoke entry windows of the detector shall be field adjustable to match local
air current patterns.
n. A built-in barrier shall prevent entry of insects into the sensor.
o. The detector shall be designed for fast and simple laboratory cleaning.
Page 306 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
p. The detector shall be inserted into or removed from the base by a simple pushtwist mechanism to facilitate exchange or cleaning and maintenance.
q. The detector shall be connected to the Fire Alarm Panel via fully supervised twowire circuits stub line (class "B" wiring) or a two wire circuit (Class "A" wiring)
as specified by the consultant.
B Addressable Multi Sensor Smoke Detectors
a. The mutisensor or multitech smoke detector which will have both photoelectric as
well as thermal detection elements shall have inbuilt microprocessor, not
microcontroller, and shall be capable of taking an independent alarm decision.
b. The detector shall be capable of being addressed electronically or manually by
dip, rotary or decade switches.
c. Each intelligent addressable smoke detector's sensitivity shall be capable of being
programmed electronically as: most sensitive, more sensitive, normal, less
sensitive or least sensitive.
d. The detector should continue to give TRUE alarms even if the loop controller on
the main panel fails.
e. Alarm condition shall be based upon the combined input from the photoelectric
and thermal detection elements.
f. Each detector shall be capable of transmitting prealarm and alarm signals in
addition to the normal, trouble and need cleaning information. It shall be possible
to program control panel activity to each level.
g. Each detector microprocessor shall contain an environmental compensation
algorithm that identifies and sets ambient "environmental thresholds
approximately six times an hour..
h. The microprocessor shall monitor the environmental compensation value and alert
the system operator when the detector approaches 75% and 100% of the allowable
environmental compensation value.
C Addressable Quad Technology detector

Detector shall be able to detect all four major elements of a fire and eliminate
nuisance alarms.

Detector shall have Advanced algorithms interpret and respond to the multiple
inputs
Page 307 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI

Detector shall have Six levels of sensitivity

Detector shall have CO sensing for fastest response to slow developing,
smoldering fires

Detector shall have Fully integrated infrared sensing to support the fire alarm
decision

Detector shall have Automatic drift compensation of smoke sensor and CO cell

Detector shall have Superior EMI protection

Detector shall have Twin LED indicators providing 360° visibility

Detector shall have LEDs panel controlled to blink, latch on, latch off

Detector shall have Built in test switch
This plug-in fire detector shall combine four separate sensing Elements in one unit:
1. Electrochemical cell technology monitors carbon monoxide (CO) produced by
smoldering fires
2. Infrared (IR) sensing measures ambient light levels and flame signatures,
3. Photo-electric smoke detection, and
4. Thermal detection for temperature monitoring.
The integration of continual monitoring for all four major elements of a fire has
enabled FACP to create a detector that responds more quickly to an actual fire with
the highest immunity to nuisances. This advanced multi-criteria detector shall
operate at a high immunity level, changing to become very sensitive to identify
those that should be ignored, reducing false alarms. Its on-board intelligence shall
runs advanced algorithms that dynamically adjust detection parameters to respond
to the inputs from the sensors, enabling instant response as ambient conditions
change. The program changes sensor thresholds, sensor gain, time, delays,
combinations, sampling rates and averaging rates. If any sensor fails, the detector
shall automatically adjusts the sensitivity of the remaining sensors. It shall also
recognize a fault condition. Detection shall not be compromised when the CO cell
expires. The Algorithms automatically shall adjust to properly weight the inputs from
the photo-electric, heat, and IR sensors.
Page 308 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
D
Intelligent Laser Photo Smoke Detector
1. The intelligent laser photo smoke detector shall be a spot type detector that
incorporates an extremely bright laser diode and an integral lens that focuses the
light beam to a very small volume near a receiving photo sensor. The scattering of
smoke particles shall activate the photo sensor.
2. The laser detector shall have conductive plastic so that dust accumulation is reduced
significantly.
3. The intelligent laser photo detector shall have nine sensitivity levels and be sensitive
to a minimum obscuration of 0.03 percent per foot.
4. The laser detector shall not require expensive conduit, special fittings or PVC pipe.
5. The intelligent laser photo detector shall support standard, relay, isolator and
sounder detector bases.
6. The laser photo detector shall not require other cleaning requirements than those listed in
NFPA 72. Replacement, refurbishment or specialized cleaning of the detector head shall not
be required.
7. The laser photo detector shall include two bicolor LEDs that flash green in normal
operation and turn on steady red in alarm.
2.3
Addressable Air Sampling Smoke Detector
Photoelectric type, with sampling tube of design and dimensions as recommended by the
manufacturer for the specific duct size and installation conditions where applied shall: a) The addressable duct smoke sensors shall be on the light scattering, photodiode
principle, and shall communicate actual smoke chamber values to the system control.
The sensors shall not have a self contained smoke sensitivity setting and shall
automatically communicate actual smoke chamber values to the system control unit.
The sensor‟s electronics shall be shielded to protect against nuisance alarms from
EMI and RFI. (EM Interference + R.F. Interference).
b) The duct housing shall provide an auxiliary alarm relay with one “Form C” contacts
rated at LA @ 28 VDC or 0.5 A @ 120V AC resistive. This auxiliary relay operates
when the sensor reaches its alarm threshold, or when the control unit via software
control, manually or automatically operated the relay in response to inputs from other
devices.
Page 309 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2.4
Addressable Heat Detectors
a. Combined rate of rise/fixed temperature heat detectors shall consists of two
independent thermistors, designed to automatically compensate changes in ambient
conditions.
b. All electronic circuits must be solid state devices and virtually hermetically sealed to
prevent their operations from being impaired by dust, dirt or humidity.
c. All circuitry must be protected against usual electrical transients and electromagnetic
interference.
d. Reverse polarity or faulty zone wiring shall not damage the detectors.
e. The detector shall have serial no. and seal of approving laboratory/body.
f. The response (activation) of a detector shall be clearly visible from the outside by a
flashing light of sufficient brightness.
g. The detector shall be installed into the base by a simple push-twist mechanism to
facilitate exchange for cleaning and maintenance.
h. The detector shall connect to the Fire Alarm Panel via fully supervised two wire
(zone type) circuit stub line (class "B" wiring) or a four wire circuit (Class "A"
wiring) (loop type) as specified by the consultant.
i. It shall be possible to test the sensitivity of detector in the field.
2.5
Plug-in Bases
a. The detectors of all types shall fit into a common type of standard base.
b. Once a base has been installed, it shall be possible to insert, remove and exchange
different types of detectors by a simple push twist movement.
c. The standard base shall be equipped with screwless wiring terminals capable of
securing wire sizes upto 1 .5 sq .mm (SWG 15) and with built in strain limits to
prevent permanent terminals deformation and weakening of contact pressure.
d. The standard base shall be supplied with a sealing plate, preventing dirt, dust,
condensation or water from the conduit reaching the wire terminals or the detector
contact points.
e. All standard bases shall be supplied with a removable dust cover to protect the
contact area during installation and construction phase of the building. It must allow
the inspection and verification of the zone wiring before insertion of any detectors.
Page 310 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
f. The standard base shall feature a built-in mechanism, which allows mechanical
locking of any installed detector head, thus preventing unauthorized removal of
tampering while maintaining.
g. The detector contact points shall be designed to retain the detector safety and to
ensure uninterrupted contact also when exposed to continuous severe vibrations.
h. All electronic components of bases and modules must be solid state and virtually
hermetically sealed to prevent their operations from being impaired by dust, dirt or
humidity.
i. All circuitry must be protected against usual electrical transients and electromagnetic
interference.
j. The standard base shall allow Snap-On insertion of an (optional) electronic module to
drive remote visual alarm indicators.
k. Reversed polarity or faulty zone wiring shall not damage the detectors.
l. Bases shall be of the same make as that of the detector supplied.
2.6
Addressable Manual Call Station
a. Manual call stations shall be addressable and electrically compatible with standard
range of automatic detectors so that it can be connected directly into supervised loop
of the standard range of control units.
b. The manual call station shall be of pleasant, streamlined and flat appearance
permitting its use as flush and surface mounted unit as per site conditions.
c. The Manual call station shall consist of the base plate insert and cover with break
glass type.
d. The cover must be secured against unauthorized removal. Every removal of the cover
must release an alarm.
e. All inscriptions, texts and marks must be on the manual call station front plate.
f. The glass must be secured in the cover against falling out.
g. The manual call station shall be designed for fail safe operation.
h. The manual pull station may have a built in LED, lighting up automatically to
confirm its actuation.
Page 311 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
i. Specifications:
a) Type: Addressable with rotary switch or dip switch or electronic addressing.
b) Address device: Electronics.
c) Alarm device: Break Glass Type / Two Stage Pull Station.
d) Output signal: Red.
2.7
Addressable Control Modules
1. For monitored control of an AHU/extinguishing system activation of door control
units with the option to reset the activated control output from the control panel, with
monitoring for short-circuit and interruption. Housing is designed for surface
mounting of flush mounting.
2. With modules having multiple outputs the quantities of the modules can be considered
according to the no of outputs available.
2.8
Speaker
Fire alarm addressable speaker should operate from 24V D.C. and should have a facility
to be selected for steady tone and voice output. A moveable jumper provided should have
a choice for high (84 dbA) or low (70 dbA) outputs. Speaker cum hooter will be dual
transformer speaker capable of operating at 25 and 70.7 Vrms and will have a frequency
range of 400 to 4000 Hz. The synchronized speaker should be supplied with "FIRE"
(wall orientation) as the standard marking. It should be for indoor installation.
2.9
Fire Fighters Telephone Jack
The fire fighter‟s telephone jack would be a standard receptacle for hooking up the fire
fighter‟s telephone handset. The fire fighter‟s telephone jack will be complete with an
ABS plastic cover plate and would be suitable for flush / surface mounting.
2.10
Fault Isolator
a. The fault isolator device shall detect and isolate a short circuited segment of a fault
tolerant loop.
b. The devices shall automatically determine a return to normal condition of the loop
and restore the isolated segment.
c. Devices shall be placed every 20 detectors / modules / field devices to limit the
number lost in the event of short circuit.
Page 312 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
3.0 SYSTEM SOFTWARE
The software at the core computer shall be based around the industry standard multitasking, multi-user operating system, Microsoft Windows NT 4.0. Single user operating
systems such as those based on MS-DOS and Microsoft Windows 3.11 will not be
acceptable.
Standard services supported by the core system operating system will include the
following:

Multi-tasking Multi-user support

TCP/IP Network Support

Graphic Display Building Editor with functionality detailed in Section 5

Application software with functionality detailed in Section 5
Software at the Operator Station shall comprise of:

Windows 95 or Windows XP

Graphic Display Building Editor with functionality detailed in Section 5

Application software with functionality detailed in Section 5

TCP/IP Networking
If other software is proposed then suppliers must be able to demonstrate full
compliance with Section 5.
The networking software shall use the industry standard TCP/IP LAN protocol.
The core computer or an alternative network connected computer shall be capable of
acting as a File Server for displays and photo images. All LAN connected Operator
Stations shall be able to view custom displays and photo images from the core
computer.
All system peripherals including security and access panels and printers shall be capable
of being connected to the core computer via the LAN.
Page 313 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
3.1 INTERACE AND INTEGRATION
3.1.1 General
The core computer shall be capable of interfacing to the following panel types. The
electrical interface technique shall conform to EIA RS-422 and/or RS-232 and/or RS-485
standards:
[Fire Monitoring Controller]
It shall be possible for all serial connections to the core computer to be routed via a
terminal server and the LAN rather than directly to the host computer. The system shall
be capable of supporting up to 40 simultaneous network connected Operator Stations
It shall be possible to efficiently monitor dynamic, real time data from any of the above
panel types. It shall also be possible to configure hardware and software points from
the core computer for each of these panels using a consistent configuration data format
across all panel/controller types.
Given sufficient level of system privilege, it shall be possible to view, manipulate and
analyze data acquired from the various panels through a common operator interface at
any one of the Operator Stations.
Operator Stations shall be capable of connecting/disconnecting to a fixed set of system
core computers on a TCP/IP network.
It shall be possible to interface to different types of devices using an industry standard
interface such as MODBUS or Advance DDE from Rockwell Software. This shall allow
simple interfaces to proprietary devices to be developed using a standard protocol.
3.1.2 Sub-system Local Databases
All controller subsystems shall have distributed intelligence. Normal Fire detection and
control decisions shall be made at the local panel without reference to the host.
The alarm limits (Night alarm, Night Pre alarm, Day Alarm and Day Pre alarm) for the
smoke detectors shall be resident in Fire Controller only but it shall be possible to
change it from the central station by an authorized operator.
Page 314 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
3.2
Application Software Functions
4.2. 1
Operator Interface
3.2.1 General
The operator interface shall be interactive and totally graphics and/or icon based.
Graphics shall be capable of supporting up to 65K colors at a minimum of 1024 x 768
pixel resolution.
The operator interface shall be Windows based and shall employ standard windowing
conventions so as to reduce required operator training.
The operator interface software shall be capable of running in an environment defined
by Windows (Latest Version). The operator interface shall appear identical in all
environments.
There shall be at least 1700 displays reserved for user customization. These user
configured displays shall be constructed using the integrated display building functions
available through the Operator Station.
3.2.2 Status Displays
System status displays shall be available on the main Operator Station. It shall display
the following information:
Total number points in a collection of a certain type in a particular state








Points in alarm condition pending ACKNOWLEDGE command
Points which remain in an alarm state but which have been acknowledged
Communication failures
Printer status
Operator Stations status
Communication channels status
Controller status
Dead man Timer status
Page 315 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
3.2.3 Administration Displays
The system shall provide the following full screen displays:














Master system menu
Report summary
Alarm summary
Event summary
Display summary
Operator Station configuration
Area assignment
Holiday assignment
History assignment
Pushbutton assignment
Operator assignment
Operator email message page
Point Detail for every configured Point
Controller specific database configuration information
3.2.4 Pointing and Input Devices
The operator interface shall be capable of being mouse driven and simultaneously
support keyboard data input. Both fixed menus and configurable function keys shall be
supported to aid novice and experienced operators respectively. The interface shall also
be capable of supporting a touch screen for pointing and command input.
The operator interface shall use a toolbar for common operator commands. The
operator shall be able to request display of commonly used displays from Drop-Down
menus Given sufficient level of system privilege, the operator shall be able to customize
the Drop Down menus to reference new displays created with the display building tool.
All operator interface input shall be possible using only the pointing device and QWERTY
section of the keyboard.
Page 316 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
3.2.5 Operator Functions
The following functions shall be performed through the operator interface:








Display and control of field equipment
Display of and point status
Acknowledge alarms on a priority basis
Initiate printing of reports
Archive and retrieve event logs
Online generation of database and color graphic displays
Monitoring of data communications channels
Configure system parameters
3.2.6 Multimode Window Sessions
The core computer display unit shall also be capable of supporting multiple concurrent
sessions. Each session shall allow an operator to choose between the following different
modes:
Master Operator Station Mode:
Normal operator access to the system
Engineering and Maintenance Mode:
System configuration or application programming
Graphics builder Mode:
Display construction using the Graphics Display Building package
It shall be possible for all modes to appear as separate Windows running simultaneously
on one screen.
3.2.7 Applications launcher
It shall be possible to launch any Windows application from within the Operator
Interface. For example, a button or menu item shall be able to be created in the FMS to
launch an application such as Microsoft Word.
Page 317 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
3.2.8 Operator interface as a web browser
It shall be possible to use the standard operator interface as a browser for viewing
information in HTML format. This allows the operator to view information on the
Internet or an Intranet without having to activate an external browser application. This
enables the operator to view information in HTML while still monitoring and responding
to alarms. The operator interface shall provide a mechanism to restrict access to all or
particular URL addresses in order to prevent the viewing of undesirable information. The
linking of operator displays to particular URL addresses shall be achieved using the
Graphical Display Building Tool.
3.2.9 Active Document support
It shall be possible to display Active Documents (such as Microsoft Word or Microsoft
Excel documents) through the operator interface by incorporating these documents
directly onto displays. The linking of displays to Active Documents shall be achieved
using the Graphical Display Building Tool.
3.2.10 POint Collection summary
There shall be an online display of selected points and their current states. It shall be
possible to group points together based on common states, areas, controllers or
channels and place them in a collection. The total number of all points in a collection
shall be displayed along with the number of points in each possible state. An overall
summary display shall be provided which shows this information about each point
collection.
3.3
Operatr Security
3.3.1 Security Levels
The system shall support at least 6 levels of operator security. The functions allowed
from each security level shall be as follows:
Level 1:
View only.
Level 2:
View only with Acknowledge - The operator shall be able to acknowledge
alarms as they occur.
Level 3:
Permit all Level 1 and 2 functions and in addition the security guard or
building manager shall be permitted to control points such as
disable/enable, etc.
Page 318 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Level 4:
Permit all Level 1 through Level 3 functions in addition to accessing
master time schedules, system peripherals allocation, etc. This level shall
typically be reserved for the building engineer.
Level 5:
Permit all Level 1 through Level 4 functions in addition to accessing the
engineering functions such as building and linking displays, allocating
keyboard push button assignments, etc. Reserved for the building
supervisor.
Level 6:
This is the highest level of station security and shall allow the user
unlimited access to all station functions. Typically reserved for the
building manager and system administrator.
3.3.2 Sign-On/Sign-Off
The guard or operator shall be permitted to sign on to the system if the correct
Operator ID and the Operator Password have been entered providing they are
authorized for that particular Operator Station and time of day.
After a series of unsuccessful attempts to sign-on, the Operator Station interface shall
be locked for a configurable period of time.
It shall be possible to assign operators either single or multi-user passwords. Single user
passwords enable the operator to sign-on to only a single Operator Station thus
preventing simultaneous sign-on by the same operator. The multi-user password would
typically be used by operators with the highest sign-on security level who may require
simultaneous access to more than one Operator Station.
The operator may sign-off at any time by entering a sign-off command.
A time-out feature shall be provided such that the operator shall be automatically
signed off after a defined period of keyboard or mouse inactivity.
It shall also be possible to restrict operator sign-on to certain Operator Stations at
certain times of the day. This is to prevent operators being able to sign-on when they
are not currently on shift or at their normal terminal.
3.3.3 Duress
It shall be possible for an operator to indicate that they are signing on under duress. The
system shall recognize that the operator is signing on under duress and it shall then be
able to issue a control to alert appropriate assistance.
Page 319 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
3.3.4 Area Assignment
Each operator shall be assigned one or more specific areas of the building with the
appropriate monitoring and control responsibility. An area shall be defined in this
context as a logical entity comprising a set of points, reports, display and other system
elements in the system. This in turn may represent a physical space in the building. It
shall be possible to define individual tenant access by means of area assignment. An
operator can only view or control those points within the assigned areas.
Area assignment control shall be capable of being superimposed over security control as
defined in Section 5.2.1.
3.3.5 Command Partitioning
It shall be possible to assign to each operator a set of commands (equivalent to target
output states) for each assigned area. These commands can be mapped against the
output state of any given digital point in the respective area to determine whether a
control command is allowed for the particular operator.
3.3.6 Password Authentication
Each password shall be an alphanumeric character string made up of a minimum of 5
characters and a maximum of 6 characters. The system shall provide a facility to allow all
operators to change their own passwords at any time.
When a password is changed, the system shall not permit the new password to be the
same as any of a number of previous passwords used in the past three months. All
passwords in the system shall be encrypted both when stored and when transmitted.
3.4
Operator Email
It shall be possible for operators to email each other using the FMS. There shall be a
dedicated display in the FMS which list the new messages for the current operator.
From here, an operator shall be able to open, edit, delete and send and receive
messages. The operators will be able to send messages to other people also, providing
they have access to that email address.
Page 320 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
3.4.1 Time Schedules
One thousand time schedules shall be provided by the system.
The time schedule facility shall allow the scheduling of Point control on both a periodic
and one-off basis. All time schedules shall be configurable via the Operator Station.
The available time schedule type shall as a minimum be:
 One shot - to be executed only once then deleted
 Daily - to be executed every day
 Workday - to be executed Monday to Friday
 Weekend - to be executed on Saturday and Sunday
 Holiday - to be executed on holidays
 Individual days - to be executed on individual days (e.g. Monday)

3.4.2 Holiday Assignment
The system shall be capable of defining up to thirty (30) days of holidays up to one year
in advance. The holidays so defined shall be taken into account by other system
functions such as time schedules.
3.4.3 Event Initiated Programs
Physical and software outputs or groups of outputs, shall be assignable through
configurable algorithms to an input point. When an input changes state the outputs
assigned shall be activated as specified by their physical or configured output modes.
When alarm events of individual or groups of points are suppressed by event initiated
programs, any occurrence of such alarm events during the suppress mode shall not be
annunciated, reported or journalized.
3.5
Grouping of Points
The system shall provide a means by which a number of alarm inputs, outputs, doors,
etc. can be grouped together by the building manager so that monitoring or control can
be performed for a group.
Page 321 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
3.6
Event Management
3.6.1 Online Logging
It shall be possible to log an event such that it shall be journalized in the event file and
optionally printed on the event printer.
Events shall consist of alarms, changes of state in a monitored status point, card holder
movements, changes in system status and operator actions.
All journalized events shall be recorded as necessary to include event description,
condition, message, time of occurrence, operator responsible and any other information
or tags.
It shall be possible for these events to be retrieved online and shown on the screen or
printed on the printer by using the reporting system. If events are viewed on the screen,
it shall be possible to pause the real time view and prevent events from scrolling off the
screen as new events occur.
3.6.2 Events Archiving and Retrieval
It shall be possible to have an on-line event file as large as the disk capacity can
accommodate. Given the disk space, it shall be capable of storing more than 1,000,000
(one million) events on file, with 100,000 events being provided by the base system
defined in Section 2.1.
The event file shall store events in a current online buffer. When the buffer is full an
alarm will be raised advising the operator to save the file to an external media. The
current online buffer contents will then be transferred to an archive buffer to await
archiving to an external media. The current online buffer shall, without interruption,
continue to store current events.
Another file area shall be available to hold archived event files ready for playback. These
are event files previously archived to external media. Operators shall be able to restore
previously archived files via the operator interface and a dedicated display.
The events file system shall be fully integrated with the standard reporting system. The
system shall be able to reference the restored playback file if a report is requested
containing a time search window covered by the current playback file.
Page 322 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
3.7
Alarm Management
3.7.1 Alarm Types
Each monitored point in the system shall be able to assigned one of four alarm types to
individual states. The meaning of the priorities shall be as follows:
Priority Action
Journal
Changes of state shall be journalized to the Alarm/Event Log and optionally printed on
the Alarm/Event printer.
Low
Change of state will generate a Low priority alarm which will appear on the Alarm
Summary. Optionally, the alarm may be printed on the Alarm/Event printer or generate
an audible tone.
High
Change of state will generate a High priority alarm which will appear on the Alarm
Summary. Optionally, the alarm may be printed on the Alarm/Event printer or generate
an audible tone.
Urgent
This is the highest priority. Change of state will generate an Urgent priority alarm which
will appear on the Alarm Summary. Optionally, the alarm may be printed on the
Alarm/Event printer or generate an audible tone.
Within each of the four alarm types there shall be 15 sub-priorities available.
It shall be possible to configure a time such that if a low priority alarm is not
acknowledged within this time then the alarm’s priority is elevated to high priority and if
a high priority alarm is not acknowledged within a configured time, its priority is
elevated to urgent priority.
It shall be possible to associate additional messages to be logged into a message
summary in the event of an alarm condition.
Page 323 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
When an alarm is acknowledged, it shall be possible to automatically issue a reset to a
controller to indicate the alarm is acknowledged and to attempt to reset the alarm
point.
3.7.2 Alarm Annunciation
Alarms shall be annunciated by:

Most recent, highest priority alarm message appearing on dedicated alarm line on
operator interface.
 Alarm message appearing on alarm summary display.
 Available Tone - based on a “*.wav” file for each alarm priority
 Alarm message printed on the alarm printer
 Alarm indicator flashing on the operator interface
Alarms shall be annunciated at the station even if there is no operator currently signedon. This feature shall be available on network connected Operator Stations as long as
the computer running the Operator Station software remains logically connected to the
network. If the Operator Station is minimized in the Windows environment, then the
Operator Station icon will indicate an alarm. An audible tone shall be able to be
generated and this tone shall be specified by a “*.wav” file for each alarm priority.
Points shall be annunciated whilst in alarm. If a point is set to alarm inhibited the point
shall no longer cause annunciation. If a point goes into an alarm state whilst inhibited
and then is still in the alarm state when the point is set to alarm enabled, the point shall
immediately cause annunciation.
3.7.3 Dedicated Alarm Line and Alarm Indicator
A dedicated alarm line shall appear on all displays showing either the most recent or
oldest (configurable), highest priority, unacknowledged alarm in the system. The line
shall be clear when there are no unacknowledged alarms for the operator to process.
On occurrence of an alarm, the graphic display shall output the point identification,
point type, and description on a dedicated line. If multiple alarm/change of state
conditions occur, subsequent messages shall overwrite the display if they are higher
priority. As subsequent alarms are displayed, the previous alarm information shall move
to an unacknowledged alarm list awaiting acknowledgement by the operator.
An alarm indicator shall also appear on all displays. This indicator will flash red when
there are any unacknowledged alarms pending in the system. This indicator will remain
solid red if there are alarms which have not returned to normal but which have all been
acknowledged. The indicator will be clear if there are no points in an alarm condition
awaiting acknowledgement in the system.
Page 324 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
3.7.4 Alarm Logging
As well as being logged on the printer, alarms shall be logged to an event file for future
retrieval in alarm reports or archived to removable media.
3.7.5 Alarm Response Function Keys
The following dedicated function keys shall be provided on the keyboard for alarm
action:
ACKNOWLEDGE: After moving the cursor to the point in alarm on the screen and
selecting the point the operator shall be able to acknowledge an alarm by pressing this
key. This action shall be logged in the event file and on the printer showing the operator
ID with the message.
ALARM SUMMARY: By pressing this key at any time the operator shall be able to view a
display showing all currently active alarms. The alarm messages shall be color coded
showing priorities. The operator shall be able to view the alarms according to priority.
It shall be possible to acknowledge alarms from this display and also go to the
associated display defined for the point.
ASSOCIATED DISPLAY: After moving the cursor to the point in alarm on the screen and
selecting the point the operator shall be able to bring up the display applicable to that
alarm by pressing this key. Just selecting the associated display key directly will bring up
the associated display for the point currently on the alarm line.
3.7.6 Advanced alarm management
The FMS shall be capable of advanced alarm management which includes set stages of
alarm handling.
The stages shall be: silence alarm condition
 acknowledge and action alarm condition
 respond to alarm condition by using pre-defined responses
 optionally reset alarm
All actions shall be recorded in the event file for retrieval and auditing purposes.
When an alarm is silenced, an instruction page for the alarm will be displayed. The alarm
may then be acknowledged from this page and actioned.
Page 325 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Once the alarm is acknowledged and appropriate action has been taken, the operator
may move to the response page to select from up to 100 user defined responses to be
logged in the event file. At the same time the alarm is removed from the alarm file.
It shall be possible to enable/disable this feature on a point by point basis given the
appropriate system privilege level.
3.8
Report Management
The FMS shall be capable of providing selected data in an ODBC format for the purpose
of extracting data and creating custom reports. It shall be possible to access tables of
data from the FMS through an ODBC compliant tool such as Crystal Reports.
It shall also be possible to incorporate the activation of custom reports created through
the Crystal Reports tool through the standard FMS report subsystem. Example reports
shall be provided to illustrate how to access the ODBC data in the FMS.
Reports shall be produced periodically, on demand or initiated by an event. The report
detail display shall allow naming of reports, scheduling information and the destination
of the report. The report destination shall be a printer, operator interface or internal
file. The report output format shall be HTML (Hypertext Markup Language) or can be
saved in Microsoft Word or RTF format.
The following report types shall be provided:
3.8.1 Alarm/Event Report
A report shall be provided to produce a summary of all events of a specified type for
nominated points occurring in a time period. The time period may be specified as an
absolute start and end date and time, or as a period relative to the current time. This
report shall also be able to produce a summary of all changes made by a specific
operator.
3.8.2 Point Cross Reference Report
A report shall be provided to list information about a nominated point or group of
points such as what other reports this point may be referenced in, what displays this
point is included on and other related information.
Page 326 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
3.8.3 Point Attribute Report
A report shall be provided to list all points specified by one of the following attribute
criteria:





Out-of-service
Alarm suppressed
Abnormal input levels
In Manual mode
Nominated state
3.8.4 Point Change report
A report shall be provided which calculates the total number of changes of state
(including none) for specified points over a given time period. The time period may be
specified as an absolute start and end date and time, or as a period relative to the
current time.
3.8.5 Alarm Duration Report
A report shall be provided which calculates the total amount of time a nominated point
or group of points has been in an alarm condition over a given time period. The time
period may be specified as an absolute start and end date and time, or as a period
relative to the current time.
3.8.6 FIRE CONTROLLER REPORT
It shall be possible to take out reports (in HTML Format) on status of field devices
(smoke detectors, Modules etc.) connected to Fire Controller based on the following
criteria's (AND/OR ):
(1)
(2)
(3)
(4)
(5)
(6)
(7)
Bus
Controller
Loop
Point Number
Point ID
States of field device (Normal, Pre alarm, Alarm, Lockout, Disabled, Typemis
match, Trouble, No Response.)
Analog Value of the smoke detector.
Page 327 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
For example:
3.9
(1)
It shall be possible to take out a report of all the smoke detectors and modules
which are in trouble state in Loop 1 of Fire Controller 1.-- this report shall serve as
maintenance report for Maintenance dept.
(2)
It shall also be possible to take out a report of the smoke detectors which have
analog value between 70 % to 80 % in all fire controller or for individual fire
controller or individual loops.
Historical Data Collection
The FMS may continuously collect and store analog and status point process variables
(PV) such as historical data. The basic FMS shall contain fast, standard and extended
history. Standard history consists of a value snapshot taken at a specified interval and
various averages of this snapshot representing the average value over longer periods of
time. Extended history is a series of snapshots.
Standard History
 1 minute snapshots
 6 minute averages
 1 hour averages
 8 hour averages
 24 hour averages
Extended History
 1 hour snapshots
 8 hour snapshots
 24 hour snapshots
Fast History
 5 second snapshots.
The historical data can be retrieved by trend sets, operating groups, user built
schematics, point detail trends, and point detail numeric history displays. Historical data
can also be used in reports, application programs, or archived to off-line media for long
term storage.
An operator may review history either in real-time or with an historical offset. Previous
history may be selected by scrolling forwards and backwards through the history file.
Page 328 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Trend set displays shall be available to show historical data in the following formats:

Single Showing plotted historical values for one point

Dual
Showing plotted historical values for up to 2 points

Triple
Showing plotted historical values for up to 3 points

Multi
Showing plotted historical values for up to 8 points

Numeric
Showing numeric historical values for up to 8 points

X-Y
Showing a graphical comparison between 2 points
For each trend set display it shall be possible for operators to configure the number of
historical samples and ranges displayed. Points configured in trend sets shall be
changeable online.
Operators shall be able to zoom in on information displayed on trend sets for closer
inspection. Scroll bars shall be available to move the Trend set backwards and forwards
across the historical records. The trend sets shall automatically access archived history
files without operator configuration.
4 FIRE Control System
4.1 General
It shall be possible to completely monitor and control fire devices for the Fire Control
System from the Operator Stations. Full color displays shall be provided allowing
operator to monitor the devices.
For each field device on the system the following information shall be displayed on a
device detail display:

State of the device ( for example for smoke detector : Normal , Pre alarm, Alarm,
lockout, Trouble, No Response , Type Mismatch, Disabled)
 Area code
 Full name
 Address
 Alarm priority
Unless stated, the information above shall be configurable by an operator with
appropriate security levels from the point detail display.
Page 329 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
4.2 GRAPHIC DISPLAY
The Graphic Display on the operator station shall consist of following:
(1)
Smoke Detector's located on the layout
(2)
Current Analog Values of the smoke detectors
(3)
The dynamic state of the detector/modules represented by different Colours
depending on the present state of the detector/module.
(4)
Movement of Mouse over the detectors/module shall indicate the point ID of the
Detector/module in the message zone.
(5)
Combo-box for activating hooters/sounders manually by the authorized operator.
The software shall reconfirm before activating hooters/sounders from the
operator by way of user configured popup message.
The minimum proposed configuration of the Operator work station will be as under:
5.
a)
b)
c)
d)
e)
f)
g)
Intel Pentium Core 2 Duo Processor
Processor 2.83 GHz or better
Serial ports (RS232) and USB ports.
2 Gigabytes of RAM memory
160 Gigabytes of hard disk space
DVD ROM
19” TFT colour monitor SVGA with a minimum resolution of 1024 pixels Horizontal,
768 lines vertical minimum. 16 base colours.
h)
Mouse with Mouse Pad.
i)
Standard Key Board.
j)
Latest Windows Operating System
k)
Compatible Fire Alarm System Control Software
l)
Laser Printer (A4 size).
Conductors
All cables used shall be as per makes in the tender documents. MS conduits shall be
painted red to differentiate from other electrical conduits.
Page 330 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
6.
Wiring
The detectors in the vicinity will be looped by 2x1.5 sq.mm. twisted pair copper conductor cable,
low smoke zero halogen, high performance silicon rubber insulated, overall shielded, sheathed
fire survival cable as specified in Bill of Quantities. Each loop will be connected directly to the
Fire Alarm Control Panel.
Page 331 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
CHAPTER – 15
LIGHTING FIXTURES
All lighting fixtures shall be suitable for use on single Phase, 230 Volts, and 50 cycles AC supply system.
Fixtures shall be provided with heavy duty low loss open construction copper wound ballast, power
factor improvement capacitor, lamp and starter holders and connector block. The control gear shall be
rugged in construction and shall function without overheating over the entire length of its useful life.
The starter shall be suitable for repeated switching operations without premature failure.
All fixtures shall be duly wired with appropriate size of copper conductor, PVC insulated wire.
All wires, when passing near a heat source within the fixture, shall be provided with an additional
protective sleeve.
Suitable earthing terminal shall be provided.
The Fixture body made of Aluminium/ CRCA MS shall be duly precision fabricated, duly finished,
pretreated and powder coated / Stove enameled. The body shall be so designed to ensure sufficient
heat dissipation and avoid overheating of control gear.
All hardware shall be MS zinc Passivated and shall resist rusting. Locking nuts/ washers shall be provided
wherever required to prevent accidental loosening.
All aluminium reflectors wherever provided shall be electrochemically brightened and anodized.
The optical system shall be designed for optimum light distribution.
The fixtures shall be complete with all accessories and shall be ready for use.
Page 332 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
SECTION – 16
LIGHTNING PROTECTION SYSTEM
SCOPE
Provide a Type III lightning protection system that strictly conforms to the recommendations of IEC
62305 – Protection against Lightning series of standards.
The system shall comprise :
 air termination network including designated lightning arrestor
 bonding of exterior metalwork, including helipad, plant and balcony handrails
 down conductor system utilizing steel reinforcement in structural columns / walls
 earthing network using deep driven electrodes, building foundations and cable ring
conductors
 surge protection on incoming services – power, phone and data
 testing, commissioning, drawings and reporting
STANDARDS
Reference documents:









IEC 62305-1 Part 1 : General principles
IEC 62305-2 Part 2 : Risk management
IEC 62305-3 Part 3 : Physical damage to structures and life hazard
NFC 17-102 French National Standards
AS 1768- 2003
Australian & New Zealand Lightning protection standards
IEC 62305-4 Part 4 : Electrical and electronic systems within buildings
IEC 62305-5 Part 5 : Services
IEC 61643-1 Surge protection devices connected to LV power distribution services - Part 1 :
Performance requirements and testing methods
IEC 61643-12 Surge protection devices connected to LV power distribution services – Part
12 : Selection and application principles
AIR TERMINATIONS
The air termination system shall be designed using the 45m rolling sphere technique to provide
a Type LPLIII zone of protection enclosing all external sections of the building in accordance
with IEC 62305-3 Part 3 - Annex A Section A.2.
Page 333 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
The vertical air terminal ‘lightning arrestor’ shall be securely fixed to the building structure to
ensure an electrically effective and mechanically sound connection. The mounting arrangement
shall be designed to withstand maximum wind loading conditions.
Vertical air terminations :
Materials
Early Streamer Emission Lightning Conductor Air Terminal
Type: Tercel Zeus Tz60 with ΔT of 60μs
Horizontal air terminations :
Materials
High grade 316 stainless steel, grade 1200 aluminium
Refer Table 4.4 AS1768-2003
Dimensions
Minimum 25x3mm
Type Tercel SS253, TA030
BONDING OF EXTERIOR METALWORK
Protruding or exposed sections of metalwork e.g. the Helipad, exposed plant screens, building
facade and metal balcony handrails at Level 15 and above shall be bonded to the building steel
reinforcing down conductor network.
These metal items may be utilised as part of the air termination provided the dimensions of the
metalwork ensures sufficient current carrying capacity – refer IEC 62305-3 Part 3 - Table 3 and
Table 6. Bonding conductors at these levels shall use suitable materials and dimensions to avoid
any galvanic action due to connection of dissimilar metals.
External sections of metalwork at upper levels, eg. plantrooms, flag poles, flues, ladders,
pipework, metal gutters, chimneys, antenna, handrails, balustrades etc., must be connected
directly to the air termination system or downconductor network to ensure equipotential
bonding.
Page 334 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
DOWNCONDUCTORS
The number of down conductors shall be one per 15m of building perimeter and shall be
distributed evenly around the perimeter walls. The recommendations of IEC 62305-3 Part 3 Table 4 and Annex F for details.
Down conductors:
Materials
High grade 316 stainless steel strap, copper grade 110
Refer Table 4.4 AS1768-2003
Dimensions
Minimum - strap 25x3mm, stranded cable 35mm sq.
Refer Table 4.6 AS1768-2003
Type Tercel SS253, TA030
The use of structural steel columns or in-situ steel reinforcing bar within concrete columns is
acceptable where electrical continuity can be guaranteed between the air termination system
and earthing system.
A weldrod cable assembly Tercel IB-35/10 shall provide an earth bonding point for connecting
the down conductor to the air termination and the earthing system at the base of the concrete
columns designated as down conductors.
Test links shall be installed at the base of down conductors to allow for equipotential bonding
to incoming metal based service pipes and cabling and other earthing systems.
EARTHING SYSTEM
A network of 10m deep driven copperbond 19mm diameter electrodes shall be installed at the
base of each downconductor to discharge lightning currents safely to ground.
Each earth electrode shall be connected by a buried 70mm sq. bare copper cable ring
conductor around the basement of the building. The ring conductor and downconductor
connections to the earth electrodes shall be housed in lockable earth pits, finished to
surrounding floor/carpark levels
The building concrete foundations shall also form part of the earthing system - preliminary
resistance testing shall be conducted at an early stage of construction to confirm their
suitability as earthing electrodes.
Page 335 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
The earthing system when complete shall have a maximum resistance to earth (when isolated
from all other earths) of 10 ohms or less.
All metal based incoming services to the building eg. water mains, fire, gas, power and
communications shall be equipotentially bonded by 35mm2 PVC cable to the nearest point of
the lightning protection system.
SURGE PROTECTION
A three phase surge divertor (Tercel IS100SD/3+E=N) shall be installed at the Main Switchboard
(MSB) / Distribution Board (DB) to provide primary level protection for all loads fed from the
MSB.
The divertor shall meet all the specification requirements :








Three phase surge diverter with block MOV with 100kA surge rating
operating voltage to suit 220-240/380-415V AC, 50Hz system
let through voltage of <800V for AS1768 Category B 3kA 8/20usec pulse
let through voltage of <1000V for AS1768 Category C 20kA 8/20usec pulse
LED indicators monitoring MOV integrity for each phase to provide pre-failure warning
opto-isolated alarm terminals for connection to external alarm, indicating protection levels
remaining and power on/off conditions
IP55 grade sheet steel enclosure
screw terminals – maximum 16mm sq. cable
Ten pair, plug-in modules (Tercel AV-K10 BD/CD) shall be installed on incoming
telecommunications lines at the Building Distributor (BD) frame.
The protection modules shall meet all the specification requirements :











three stage protection consisting of gas arrestor / series impedance / (silicon avalanche
components
module to have Beryllium Copper Spring earth clips on each end with clear perspex cover to
allow inspection
protection for both transverse and common mode disturbances
nominal DC breakdown 260V line to earth and 265V line to line for AV-K10 (BD/CD)
surge rating 20kA a+b-e, 10kA a-b for 8/20u/s pulse
let through voltage <80V for AS1768 Category B 3kA 8/20usec pulse
AC discharge current a+b-e is 10A at 50Hz for 1s
insulation resistance >5Meg ohms at 200VDC
capacitance a-e, b-e <5pf, a-b <100pf
loop resistance 16.4 ohms
loop inductance 2uH
Page 336 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI




insertion loss <0.5dB at 600 ohms, 100kHz and <3dB at 600 ohms, 20MHz
dimensions 136mm long x 39mm from front of Krone* block when fully inserted x 20mm
high – weight 80gms
temperature range 0-45degC, 10%-95% RH
tested to ACA TS001-1997, ACA TS002-1997, ASNZ3260 or approved equivalent
TESTING
Preliminary soil resistivity testing and earth resistance testing on a sample of column
foundations shall be carried out in the very early stage of construction to confirm their
suitability for use as part of the earthing system.
After completion of the works, and at the end of the defects liability period, measure the
resistance to earth of the complete system.
MATERIALS AND WORKMANSHIP
The system shall be installed by an approved lightning protection contractor - Tercel
International (WA) Pty Ltd (ph 9387 6188).
Materials used throughout the system shall comply with IEC 62305-3 Part 3 – Table 3 and Table
5.
Dimensions shall be in accordance with IEC 62305-3 Part 3 - Table 6 and Table 7
DRAWINGS AND RECORDS
Provide shop drawings of the lightning protection system prior to commencing works including
details of the locations and types of air terminals, downconductors, earthing materials, joints,
test links, building penetrations.
At practical completion provide soft and hard copies of the ‘as built’ drawings and submit a
detailed written report on test results.
Page 337 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
CHAPTER – 17
TRANSFORMER
1.
1.1
DISTRIBUTION TRANSFORMER
SCOPE:
This standard specification covers the general requirements for the design, engineering,
manufacture, testing, packing and supply of 2 Nos. 750 KVA 11/0.415 KV, 3 Phase,
50Hz, Indoor type copper wound, step down Dry Type (CRT) transformer for Indoor
installation (having general requirements listed in following paragraphs) complete with
fittings as detailed elsewhere. The Transformer Data sheet accompanies this
specification.
1.2
STANDARDS:
The design and manufacture of totally enclosed Cast Resin Dry type Transformer shall
comply with the applicable clauses of the latest editions of following standards. In case
of any conflict, the requirements of this standard specification shall prevail.
IS : 3639
Power Transformer fittings & Accessories.
IS : 2026 [ Part -I to Part- IV ] Power Transformers.
1.3
IS : 11171
Power Transformer accessories.
CBIP Specification Part – II
Power and Distribution Transformers.
CONSTRUCTIONAL DETAILS:
(i)
The Transformer shall be step down Dry Type (CRT) suitable for Indoor Installation.
This shall be provided with welded sheet steel, freestanding enclosure with
expanded metal screens of suitable size or louvers backed by wire-mesh.
Transformer and upper body shall be suitably reinforced to prevent distortion
during handling. Base channels shall be provided with skids and pulling eyes to
facilitate handling.
(ii)
All the fasteners and bolts shall be hot dip galvanized or Zinc passivated.
(iii) The Transformer shall be double wound core type with cold rolled grain oriented
silicon steel laminations perfectly insulated and clamped to minimize vibrations
and noise. Core fastening bolts shall be insulated to reduce losses and avoid hot
spots. All parts of the magnetic circuit shall be effectively connected to earth
system.
Page 338 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
(iv) The winding shall be copper and shall be designed for full load current to
withstand the thermal and electromagnetic stresses arising due to maximum fault
level. The current carrying winding joints shall be electrically brazed.
(v)
The Transformer shall be designed with particular regards to suppression of
harmonic voltages.
(vi) The contractor is to ensure that the transformer offered by him fits in the
allocated space in the sub-station area of the building.
(vii) Thermister sensors shall be provided to measure the temperature of the low
voltage winding inside the cast coils. Alarm contact shall be designed to operate at
145 deg C and trip contact at 165 deg C. The temperature protection equipment
shall be suitable at 48 V. D.C. supply. The temperature rise of winding shall not
exceed by 90 deg C by resistance on continuous full load above maximum ambient
temperature of 50 deg C.
1.4
TERMINALS AND MARSHALLING BOX:
(i)
Winding shall be brought out and terminated on outdoors bushings, cable boxes or
bus duct chamber as specified on data sheet.
(ii)
H.T. cable box shall be suitably dimensioned to accept terminations of XLPE cable
from top entry as specified in data sheet.
(iii) Terminal chamber for bus duct termination shall have a gasket cover plate bolted
to it. A separate cover plate shall be provided to facilitate the connection and
inspection. Phase sequence of Bus bars in connection chamber shall be as
specified in data sheet.
1.5
(iv) Marshalling box shall be weather-tight. All protective devices and neutral CTs shall
be wired by means of PVC insulated armoured cables upto marshalling box.
TESTING :
The following Routine and Type Tests shall be performed on the transformers as per IS:
2026 in the presence of purchaser’s representative and certified test reports submitted.
Minimum two weeks’ notice shall be given to the purchaser to witness the tests at the
vendor’s works.
Page 339 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
1.6
Routine Tests:
The routine tests, including but not limited to the following shall be performed on each of
the Transformers, as per the relevant standards. (Note: Only NON DESTRUCTIVE test shall
be performed on the transformers and test certificates for other tests conducted on other
similar rated transformers shall be acceptable)
i)
ii)
iii)
Measurement of winding resistance.
Measurement of voltage ratio and check of voltage vector relationship.
Measurement of Impedance voltage / short circuit impedance and load loss.
The power frequency test voltage for the secondary winding shall be 2.5 KV R.M.S.
1.7
Type Tests :
Type test certificates are to be given in triplicate along with transformers.
1.8
ACCESSORIES :
Accessories not limited to the ones specified in the attached data sheet shall be included in
the scope of supply. In addition Winding Temperature indicator, High Temperature Trip
Point, Lifting lugs, Earthing Terminals, Micro Switch for tripping the HT panel in case of
opening the door etc. shall also be provided within the quoted price.
The tapping and control gears shall be provided on the H.V. side. Tap changer shall be ON
load type with RTCC as specified in BOQ & the data sheet. The tap changing equipment shall
be suitable for carrying the fault current.
1.9
PAINTING :
All metal parts shall be thoroughly cleaned to remove rust, scale, grease etc. and painted
with two coats of approved colour shade over one coat of rust resisting primer. The paint
shall not scale-off, crinkle or removed due to normal handling.
All metal surfaces not accessible for painting shall be made of corrosion resistance material.
1.10
RATING PLATE DETAILS :
Each transformer shall be provided with a rating plate giving the details as per IS:2026 (PartI). The marking shall be indelible and the rating plate shall be located on the front side.
Exact value of transformer %ge Impedance, as determined by tests shall be marked on it
and also on the final submission of nameplate.
Page 340 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
1.11
GUARANTEE :
The transformer shall be guaranteed for trouble-free service for the period of 12 months
from the date of commissioning or 18 months from the date of receipt at site, whichever is
later. Any defects discovered during this period shall be rectified free of charge.
1.12
INSTALLATION:
Installation shall conform to Indian Standard Code of Practices IS: 1886-1967 and meet with
the approval of the Electrical Inspectorate and other statutory bodies.
Transformers shall be positioned with acceptable clearance all round.
Visual inspection shall be conducted for mechanical damage to any part or parts and
suitable steps shall be taken to rectify the defects immediately.
Before connecting the transformers to the supply, the housing must be earthed by two
separate and distinct connections through two separate copper leads of not less than
50mm X 6mm cross section each. All connections to the earthing system should be visible
for inspection.
The star point of L V winding shall be earthed by means of two separate and distinct earth
conductors of not less than 50mmx6mm copper strip.
1.13
COMMISSIONING:
The following pre-commissioning tests shall be conducted and test results recorded.
a)
Continuity of the windings.
b)
Insulation resistance between windings and also between windings and earth.
c)
Earth resistance test.
In case the I R value are not found satisfactory, the transformers shall be dried out in
the manner described in IS : 1886-1967.
The transformer shall be energized only if the tests are satisfactory.
After energizing, transformer shall be kept on `No Load' for a period of 24 hours before
load is switched. Thereafter Transformers shall be brought up to the full load.
Page 341 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
SPECIFICATIONS OF STEP DOWN DRY TYPE (CRT) TRANSFORMER
Sl. No.
Description
Unit
Data
1.
Name of Manufacturer
2.
Reference Standards
3.
Rated Power
KVA
750
4.
No Load Volts Ratio
kV
11 / 0.415
5.
No. of Phases
Nos.
3
6.
Frequency
Hz.
50
7.
Vector Group
IS: 11171-1985
Dyn 11
With Neutral brought out.
8.
Type of Cooling
AN
9.
Impulse withstand voltage / Power
KVp/KVrms
75/28
%
5% +/- IS Tolerance
Frequency withstand voltage
10.
Impedance Voltage
11.
Tapping,(OLTC) ON circuit, on HV
12.
No Load Losses at rated Frequency
%
-15% to +5% in step of 1.25%
KW
As per IS
KW
As per IS
and 100 % rated voltage
13.
Load Losses at Normal Ratio, Rated
Current and at 75C
14.
Insulation Class
F
15.
Max. Temp. rise of winding by resistance
C
90
method over an Ambient Temp. of 50C
16.
Termination Arrangement
a) HV side (Cable box)
3 x 300 Sq.mm., 11 KV
XLPE from top
b) LV side
1250 A Bus duct
17.
Enclosure Protection Class
IP – 23 or Higher
18.
Wheels
Plain, Bi-directional
Page 342 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
CHAPTER – 18
DIESEL GENERATING SET
1.0
SCOPE OF WORK
1.1
The offer shall cover complete supply installation, testing and commissioning of Direct radiator
cooled diesel engine alternator set. All minor civil works, electrical and other works associated
with the testing, installation and commissioning of the sets shall be carried out by the tenderer
as per specification and Bill of Quantities. The tender should quote for complete job to be
executed under this contract. The tenderers are advised to inspect the site to obtain first hand
information of all site conditions before tendering.
1.2
Fuel Oil System from day tank to engine.
1.3
Lube Oil System and speed governing system.
1.4
Alternator with excitation system and automatic voltage regulator (AVR) and necessary
protection and metering CT's in terminal box of alternator.
1.5
Water cooling with HE.
1.7
Acoustically Treated DG Set Enclosure.
1.8
Erection/testing and final checking up of the installation at site, commissioning.
2.0
EQUIPMENTS & SERVICES EXCLUDED FROM THE SCOPE OF THIS SPECIFICATION
All except minor civil works and foundation/ platform for DG set is excluded from the
Contractor's scope of work. However, the responsibility of co-ordinating with the civil/ other
contractors ensuring completion of contract rests with the contractor.
3.0
DESIGN
The design and workmanship shall be in accordance with the best engineering practices, to
ensure satisfactory performance and service life. The equipment offered by the contractor shall
be complete in all respect. Any material or accessories, which may not have been specifically
mentioned, but which are useful and necessary for the satisfactory and trouble free operation
and maintenance of the equipment, shall be provided without any extra cost to the purchaser.
4.0
CODES & STANDARDS
The design construction, manufacture, inspection, testing and performance shall comply with all
the currently applicable statues, safety codes, relevant Bureau of Indian Standards (BIS) British
Standards (BS), International Electro Technical Commission (IEC) Publication, NEMA, VDE and
DEMA Standards.
Some of the applicable Standards are listed below:IS 1601
:
Performance and testing of 1C engines for General Purpose.
BS-649
:
Performance and testing of diesel engines for General Purpose.
Page 343 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
IS-4722
: Rotating electrical machines.
IS-4889 :
Method of determination of efficiency of Rotating Electrical
machinery.
IS-6491
:
Degree of protection provided by enclosures for Rotating
electrical machinery.
IS-4729
:
Measurement and evaluation of vibration of Rotating Electrical
machines.
AIEE-606
:
Recommended specification for speed governing of internal
(1959) combustion engine generator units
IS-2705
:
Current transformers.
IS-1248
:
Electrical indicating instruments.
ISO-8528
:
Reciprocating IC engine driven AC Gensets
Section (Part II)
5.0
GENERAL
5.1
The DG set shall be silent type, water cooled with radiator, manually and automatically
operated, designed for continuous operation at 100% load at 100% time duty operation except
the time required for periodic maintenance as per relevant IS/BS 5514. The DG set shall
comprise of diesel engine, coupled to four pole alternator on a single frame with integrated
microprocessor based genset monitoring and control system having self regulated,
brushless/static excitation system.
5.2
All equipment shall be of the class most suitable for working under the conditions specified and
shall withstand the atmospheric conditions without deterioration.
5.3
The contractor shall also indicate in his offer the time schedule for routine
maintenance/overhauling operations necessary for continuous satisfactory operation of DG set.
6.0
PERFORMANCE REQUIREMENT
6.1
The equipment shall be capable of delivering continuously at the generator terminals, 100%
output at 100% load at 100% time except for periodical maintenance when operating under the
site and ambient conditions described in this specification as per relevant IS/BS 5514. Genset
should have minimum 50% single step loading capacity and it should be able to take full load
within 25 seconds from start.
The design parameters of the generator and excitation system shall be so chosen, that the set is
stable while running at any load between no-load and full load. It should have isochronous
speed control with load sensing governing system and should be capable of paralleling between
sets at isochronous speed.
Page 344 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
6.2
Engine should be heavy duty four stroke, turbo charged after cooled, V construction Electrical
start. Engine should have minimum lub oil change period of 500 hrs..
6.3
The DG set should be capable of running at 100% load continuously for minimum 500 hours
before any change of lube oil or filters.
7.0
DIESEL ENGINE - CONSTRUCTION
7.1
Material of construction of major parts.
a)
M.S. Base Frame
b)
Crankcase - Aluminium alloys or as per manufacturer design.
c)
Crank - Shaft, connecting rods - forged alloy steel
d)
Piston - Al. Alloy casting
e)
Piston rings - Alloy steel
f)
Engine block - cast iron or as per manufacturers design.
g)
Cylinder liner - cast iron
All other materials of construction for pipe/pipe fittings etc. shall be as per relevant standards.
7.2
One common base frame shall be provided for mounting the engine and alternator, complete
with electric suspension between generating set and foundation, leveling lines etc. as required.
7.3
All externally mounted hardware shall be high tensile steel only.
7.4
The normal speed of engine shall preferably be 1500 RPM and the direction of rotation shall be
clearly marked on the set.
7.5
The engine shall be fitted with an exhaust gas driven turbo charger complete with its own self
contained lubricating system. The turbo charger shall be positioned at the free end of the
engine. The turbo charger will be provided with a provision to check its lube oil level.
7.6
The engine shall be fitted with a charge air intercooler. Air from the turbocharger compressor
passes through the inter cooler and then to the engine manifold. The intercooler shall be of
tubular construction or as per manufacturer design with aluminium bronze tubes, mild sheet
steel and cast iron water heaters.
7.7
The engine shall be capable of starting and operating for a few minutes without supply of water
for cooling. Contractor shall indicate the maximum time for which the diesel engine can so
operate.
8.0
FUEL OIL SYSTEM
8.1
The manufacturer shall furnish a 3 mm thick mild steel day tank of 900 ltr. capacity. The day
tank shall be suitably located in the acoustic enclosure and shall be complete with gauge glasses,
filling, draining and vent connection with brass float valve and level switch for low and high level
alarm.
Page 345 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
8.2
The fuel oil system shall be provided with full flow simplex oil cartridge filter.
8.3
The fuel oil system shall be equipped with a crankshaft driven fuel oil transfer pump, which will
draw the fuel oil from the day tank via filters and shall be as per the engine manufacturer
design.
8.4
Direct injection system shall be designed, taking into account the type of fuel used, engine
speed, etc. so as to achieve safe knock free performance with low emission smoke exhaust.
Exhaust system pollution level shall be indicated and has to be got approved from concerned
authorities.
8.5
The interconnected piping from day storage tank to engine together with piping, fitting, relief
valves, return line of surplus oil from the injectors and other accessories shall be supplied &
erected by the contractor without any extra charge.
8.6
Engine will be supplied with fuel leakage module to detect the fuel leakage from the engine and
transfer it back to day tank for reuse.
9.0
LUBRICATING OIL SYSTEM
9.1
All lubricating parts of the engine shall be connected to pressurized lubricating oil distributing
piping system being continuously charged by gear type lube oil pump mounted at the free end
of the engine, and driven from the engine crank shaft. The pumps shall take suction from a
sump tank integral with the engine through a foot valve, suction filter through oil cooler, and
deliver oil to a main supply header. High pressure oil shall be supplied to the main and big end
bearings, crankshaft bearings, governor, auxiliary drive gear etc. Suitable lubricating
arrangement for engine cylinder valve gear, cams and pistons at the required level shall be
arranged. A pressure relief valve shall be mounted on the main supply header for safety against
too high pressure while starting with cold oil. A timer based auto running (auto priming pump)
shall be provided to keep engine lubricated all the time.
9.2
All necessary accessories such as pressure gauges temperature indicators, pressure relief valves,
bypass valves; pressure switches shall be furnished within the contract without any extra
charge.
10.0
COOLING SYSTEM
This section comprises of the supply, erection, testing and commissioning of the radiator and
axial flow fans/HE conforming to the specifications and in accordance with the requirements as
per equipment schedule.
11.0
ENGINE STARTING SYSTEM
The electric starting system shall comprise starter motor, starter batteries (minimum 2 No. of
180AH each) and battery charger and all the required instrument and accessories as required.
12.0
GOVERNING SYSTEM
12.1
The governor shall be electronic type.
Page 346 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
12.2
EXHAUST SYSTEM
Engine exhaust system shall be fitted with residential type silencer; ducting, bends, thermally
insulated aluminium clad exhaust piping etc. shall be provided along with structural support
with stays for the engine.
13.0
ENGINE MOUNTED INSTRUMENT PANEL
Engine will be supplied with engine mounted microprocessor based fully integrated generating
set monitoring, metering and control system which should be equipped with digital electronic
governor along with digital AVR to facilitate discreet control of speed and voltage. It should be
equipped with starting control including integrated fuel ramping to limit the black smoke
frequency overshoot with optimized cold weather starting. The indicating panel should have
communication network facility to facilitate remote hooking on a common network. Engine
instrument panel should be equipped with digital alarm and status mirage to monitor and
display the following parameters of engine and generator.
Engine Indicators
Digital tachometer
Running hours counter
Starting attempts counter
Lube Oil pressure low (for idle and for rated speed)
Lube Oil temperature high
Coolant temperature high
Exhaust gas temperature high
Over speed
Electrical Indicators
3 x current
3 x voltage
Frequency
Active power
Reactive power
Power factor
Frequency totalizer
Battery voltmeter
Page 347 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Signal alarms
Control panel fault
24 Vdc fault
Failure to start
Fuel day tank level low
Battery low voltage
Controls and selectors
Operating mode selector switch (stop, manual, auto, test)
Start/stop pushbuttons
Manual control selector switch (idle, rated, synchro, loading)
Emergency stop pushbutton
Fault reset pushbutton
14.0
ALTERNATOR
14.1
The alternator shall be industrial type, SPDP, IP23, Class H insulation, self ventilated, air cooled,
rotating field, salient pole, brushless, machine with exciter and shall be rated continuous duty
with temperature rise class H. The alternator should comply to standard IEC, VDE, BS, ANSI.
14.2
The alternator shall have a continuous rating of not less than the value specified under specific
requirement in Annexure-I at 0.8 pf (lag) and the voltage specified.
14.3
The short circuit ratio (SCR) of the generator at rated KVA and rated voltage shall not be less
than 0.5.
14.4
The alternator shall withstand without mechanical damage an over speed of 20% for a period of
2 minutes.
14.5
The alternator shall be capable of withstanding without damage/injury for three times the line
current for 10 seconds.
14.6
The alternator shall be capable of withstanding for fifteen (15) seconds. A current of fifty (50)
percent in excess of its rated current, the voltage being maintained as near the rated value as
possible, consistent with max. capacity of the prime mover.
14.7
Six nos. embedded PT-100 of platinum to measure the winding temperature and 2 nos bearing
PT-100 to measure temperature shall be provided.
14.8
The leads of embedded WTDs shall be wired upto the terminal block in a separate terminal box.
Manufacturer shall indicate the setting values for each WTD/BTD for alarm and trip.
14.9
On line greasing facility with grease nipples and grease relief devices shall be provided.
14.10 All external nuts and bolts shall be of high tensile steel only.
Page 348 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
14.11 Alternator shall be provided with anti-condensation space heater of adequate rating suitable for
240V, 50 Hz, 1ph A.C. supply and shall be wired upto a separate terminal box.
14.12 Two independent earth terminals on the frame, complete with nuts, spring washer and plain
washer shall be provided.
14.13 Alternator shall be provided with suitable terminal box for terminating bus duct. Suitable
arrangement shall be provided in the terminal box for formation of star point for alternator
neutral earthing.
14.14 The alternator should be capable to sustain the unbalanced current between the phases upto
minimum 25% of rated current.
14.15 The radio interference should be within limit of the CISPR standard.
14.16 Alternator should be dynamically balanced complete with rotor and shaft.
14.17 The alternator should have double long life regreasible bearing. It should be flanged on engine,
connected with elastic coupling.
14.18 The Alternator shall be capable of handling atleast 50% non-linear load.
15.0
EXCITATION SYSTEM
15.1
The alternator shall be provided with a complete diode type brushless excitation system,
capable of supplying the excitation current of the generator under all conditions of output from
no load to full load and capable of maintaining voltage of the generator constant at one
particular value.
15.2
The exciter shall have class-H insulation.
15.3
The excitation system shall comprise a shaft driven AC exciter with rotating rectifiers. The
rectifiers shall have in-built protection for over-voltage.
15.4
The alternator should be complete with shunt and booster excitation. The exciter shall be fast
response type and shall be designed to have a low time constant to minimize voltage transients
under severe load changes. The excitation voltage response ratio shall be at least 0.8.
15.5
The rated current of the main exciter shall be at least 10% more than the alternator rated
exciter current and it shall have a 40% overload capability for 10 seconds.
15.6
No external supply shall be required during starting and normal running of the alternator.
16.0
AUTOMATIC VOLTAGE REGULATOR
16.1
An automatic high speed, dead band type voltage regulator shall be provided complete with all
accessories. The regulation system shall be provided with equipment for automatic and manual
control.
Page 349 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
16.2
The regulator shall regulate the output voltage from generator current and potential signals.
Series compounding transformer shall be provided to enable maintaining adequate terminal
voltage in the event of terminal faults. Alternatively excitation system shall be provided with
arrangement for field forcing. Contractor shall co-ordinate suitable of protection relays for
generator with the operational characteristics of automatic voltage regulator, specially under
short circuit conditions.
16.3
Voltage regulation and steady stage modulation shall be within + 1% of the line voltage with
manual voltage adjustment capability within + 5%.
16.4
Necessary equipment for field suppression and surge protection shall be provided.
16.5
The response time of the exciter and the generator shall be properly matched to avoid hunting.
16.6
AVR system shall be provided with equipment for automatic and remote operation/control as
required.
16.7
Necessary equipment shall be furnished for the following :a)
b)
To prevent automatic rise of field voltage incase of failure of potential supply.
To initiate transfer from automatic to manual control of excitation on fuse failure in the
generator potential signal. Circuit to assure correct division of reactive power for parallel
operation. The excitation and voltage regulation shall be designed to cause necessary deexcitation in case of short circuit. Cross current compensation circuit shall be provided.
17.0
PAINTING
17.1
All steel surfaces, which are to be painted, shall be thoroughly cleaned, degreased and supplied
with primer prior to assembly and shall be applied with two coats of epoxy paint shade RAL
7032 as per IS5.
17.2
All castings shall be sand blasted, degreased and cleaned before painting.
18.0
TESTS as required
19.0
DIESEL GENERATOR SET
Following tests shall be carried out at the engine manufacturer's works in the presence of
employer if so desired.
DG set and the auxiliaries shall be assembled at the manufacturer's works and the following
tests shall be performed.
a)
One (1) hour at full load with fuel consumption
b)
One (1) hour at 3/4 load with fuel consumption
c)
One (1) hour at 50% load with fuel consumption
d)
Four (4) hours at full load followed by a 1 hour continuous load at 110% and with fuel
consumption.
Before each test, the engine shall be brought to a steady state under the conditions of the test.
Page 350 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
19.2
19.3
19.4
The alternator shall be subjected to following routine tests As per IS :
a)
Measurement of resistance of stator and rotor windings
b)
Insulation resistance of stator and rotor windings
c)
High voltage tests on stator and rotor windings
d)
Open circuit and short circuit tests
e)
Temperature rise test
f)
Regulation test
VOLTAGE REGULATOR
a)
Sensitivity test
b)
Response time test
TEST AT SITE
a) The tests shall be performed after proper installation of the diesel generating unit at site to
prove the proper operation of interlock circuits and the capability of the engine to start
and pick-up load in the specified time, under supervision of the employer representative
responsible for supervision, testing and commissioning.
b)
19.5
Guarantee tests to prove guaranteed performance of the DG set shall also be carried out
at site after proper installation. The load test with available load at site will be given for
about 8 hours.
TEST CERTIFICATE
a)
Test certificate shall be submitted in six (4) copies.
b)
c)
20.0
The test certificate shall be furnished to the employer for prior approval before dispatch
of any equipment from works and the approval in writing from employer shall be essential
to effect dispatch of the equipment.
The test reports shall furnish complete identification of the data, including serial number
of each equipment.
SPECIAL TOOLS AND TACKLES:
No Special Tools and Tackles are needed along as a part of this contract.
Page 351 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
21.0
SPARE PARTS
No Spare parts are needed along as a part of this contract.
22.0
DRAWINGS, DATA AND MANUALS
Drawings and details as indicated elsewhere shall be furnished along with each of the bid.
23.0
DEVIATION
Should the contractor desire to deviate from this specification in any way, he shall draw specific
attention to such deviation.
Unless such deviations are recorded in the deviation sheets, as submitted with offer, it will be
taken for granted that the offer is made in conformity with the specifications.
24.0
GUARANTEED PERFORMANCE
The contractor shall furnish, along with the offer the technical particulars as called in the
Annexures. The performance figures quoted in the technical particulars sheet shall be
guaranteed with the tolerance permitted by relevant standards
25.0
PACKING FOR SHIPMENT
25.1
The equipment shall be suitable protected by respective packing for the shipment distance and
weather conditions involved.
25.2
For transportation, if totally enclosed boxes are not used, the equipment shall be mounted on
skids and enclosed in the open frame wooden crates. However, items like instruments and other
components not assembled with equipment number and part number for case of identification.
26.0
SYSTEM OPERATION:
Diesel - alternator sets function will as follows:-
26.1
Automatic Mode
While the normal mains supply is healthy the diesel alternator set will be at rest and the load
will be supplied by the mains.
The AMF system shall monitor the main supply voltage & when the main supply voltage drops
below a certain preset value, the system shall sense these conditions & shall give automatic
start command to the control systems.
After a time delay of 1.5 seconds from the main supply failure the diesel engine shall start.
Page 352 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
When the DG set attains its rated speed and voltage a closing signal shall be given to the ACB of
the DG set.
When the voltage in the mains gets restored, its quality is monitored for about one minute and
if proven satisfactory the main supply breaker shall close automatically for transfer of the load
from Diesel engine to the main supply at L.T. Panel.
The set shall stop after idle running of one minute after restoration of main supply.
The diesel alternator set reverts to its standby conditions & its ready to start should the mains
supply fail again.
This clause is applicable with BOQ item , if required.
*******
Page 353 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
ANNEXURE – I
TECHNICAL PARTICULARS OF DIESEL GENERATOR SETS
1.
Quantity and rating
:
1x1010 kVA + 1x 750 kva Diesel Generator unit
2.
Mode of operation
:
Auto/ Manual start
3.
Alternator
3.1
Output rating at 0.8 p.f. (lag)
:
1010/750 kva (at site conditions) continues output
at 100% load and of 50°C at 100% time except at the
time of periodic maintenance.
3.1
Class of insulation for Stator : Class H
& Rotor
3.2
Rated voltage & frequency
3.3
Maximum permissible time
for Building up rated
: 415 V, 50 Hz
:
Less than 20 seconds
:
±5% of rated voltage
:
± 1%
:
To be furnished
:
Less than 15% of rated voltage under
operating condition at 3.6 above.
voltage From stand still
3.4
3.5
3.6
3.7.1
Variation of voltage from No
load to full load
Frequency variation
Capacity of largest rating
Motor starting
Dynamic voltage response &
permissible voltage drop
during largest rating motor
starting
Page 354 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
3.8
Temperature detectors
:
6 nos. RTD and 2 nos. BTD of type PT-100 for winding
temperature and bearing temperature measurements
3.9
Type of excitation system
:
Brushless, shunt and booster
3.10
Type of control for voltage
:
Automatic
regulator.
4.00 Type of fuel for engine
:
High speed diesel according to IS 1460
& as approved by Central Pollution Control Board.
4.01
Day oil tank capacity
:
Capacity of tank 990 lts.
4.02
Lube Oil
:
Viscosity SAE-40
4.03
Maximum permissible starting :
Less than 20 Seconds
Starting time for attaining Full
speed
4.04
Engine starting
4.05
Type of governor
:
Electric starting system
:
Electronic class A1
(Electronic Isynchronics
Governor)
4.06
Lubricating system
4.07
Cooling system
4.08
Engine cranking system
:
:
Pressure fed type
Radiator cooling
:
To be included
Page 355 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
ANNEXURE-II
Minimum Bill of Material for the complete DG set
(a) Engine Specification:
-
Engine governor and control box for coupled genset
-
Speed control switch end of start and over speed
-
Fuel and lube oil simplex cartridges filters
-
Electric starting system
-
Switches on lube oil pressure, water temperature, after cooler air temperature, exhaust gas
temperatures.
-
Control panel
-
Wiring box
-
Electric pre-lubricating lube oil pump
(b) Generator 415 V
-
According to the standard IEC, VDE, BS, ANSI
-
Flanged on engine, connection with elastic coupling
-
Single/Double long life re-greasable bearings
-
Single and ventilated. Discharge at the drive end.
-
Insulation class H, temperature rise class H
-
Enclosure: IP23
-
Excitation: Shunt and booster/PMG
-
6 stator and 2 bearing PT 100 sensors
-
Preheating resistance
- Overload capacity
: 110% for 1 hour every 12 hours at cos phi 0.8
-
: the unbalanced current between phases shall NOT
Unbalanced load
exceed the rated current by 25%
- Radio interference
- Regulation performances
: Within limits of CISPR standard
: The voltage is kept constant within ± 1%
- Manual voltage adjustment within ± 5%
- Dynamic balancing of the complete rotor and shaft
- Short circuit withstanding
: 3 in during 10s
Page 356 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
(c) Generating Set
-
Flywheel housing mounted between engine and generator
-
Spring Type Auto Vibration Mounts/Elastic suspension between generating set and foundations
- Flexible connections on the interface of the circuits for lube oil, water, fuel oil and exhaust gases.
-
Standard Yellow coating
-
Maintenance manual
-
Factory standard test
(d) Electrical Control Panel without circuit breaker
1 x Generator Control panel which should cover following functions.
-
The system should be integrated into an electric panel
*
Instrumentation
The instrumentation should consist of
*
1 numerical measure station controlling following parameters:
-Voltage on the 3 phases
-Current on the 3 phases
-1 battery voltmeter
-1 speed indicator including :
-1 stop, manual, auto switch
-1 set of push-buttons for engine start and stop
-1 set of push buttons for interlocking and release of the genset connection circuit breaker.
-1 push button for emergency stop with key
*
Automation:
The automation of the genset control must be carried out by AMF based including starting and
stopping sequences of the genset according to the different operating modes as well as the
alarm management.
-Isochronus Governor should controls the engine to maintain the genset frequency at present
value.
-A battery charger should be installed inside the panel (associated to a battery supply for the
24V DC)
Page 357 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
*
Auxiliaries supply:
The panel should incorporate the power outgoing for the following genset auxiliaries.
-Battery charger
-Ventilation and anti-condensing resistance for control panel
-Alternator preheating resistance
-Pre-lubricating pump
* The following on board protection should be provided:
-max. current
-excitation loss
-Unbalancing
-power return
-mini/max voltage
-mini/max frequency
-earth fault
-others as specified in the tender elsewhere
Page 358 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
ANNEXURE-III
TECHNICAL PARTICULARS OF D.G. SET
(TO BE FURNISHED BY CONTRACTOR)
Contractor shall furnish following technical particulars for engine, alternator, governor, heat exchangers,
together with tender documents.
1.0
ENGINE
1.1
Engine rating (standard)
1.2
Engine rating (at site conditions)
BHP
1.3
Maximum engine rating at site
BHP
1.4
Time interval between successive starts
Secs
1.5
Maximum time required to start the diesel Engine from
Secs
cold and to bring upto rated speed And in condition to take load
1.6
Operating speed
1.7
No. of strokes/cycle
1.8
No. of cylinders
1.9
Direction & rotation when viewed from free end
1.10
Fuel system injector pressure
1.11
Lube oil pressure at pump discharge
1.12
Lube oil temperature at pump inlet
Deg.cel.
1.13
Minimum acceptable lube oil temperature at Start up
Deg.cel.
1.14
Maximum period for which the engine can Operate
without cooling water
1.15
BHP
1500 RPM
Kg/Cum2
Min.
Heat balance
KW
Fuel input
Mechanical
KW
Cooling water circuit
KW
Cooling fuel circuit
KW
Thermal exhaust
KW
Engine radiation
KW
Page 359 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
1.16
Specific fuel consumption
Gm/KWH
4/4
load (on incidental power)
Gm/KWH
3/4
load (on incidental power)
Gm/KWH
1/2
Load (on incidental power)
Gm/KWH
1.17
Emissions
As per latest Gazette notification of Central Pollution Control Board.
1.18
Cooling circuit
Engine water inlet degree
1.19
degree C
Engine water outlet degree
degree C
Water flow rate
M3/h
Air Intake
Air intake flow
Kg/hr
Exhaust gas flow
Kg/hr
Exhaust gas temp.
Kg/hr
Max. exhaust back pressure
degree mm WG
1.20
Lube oil consumption
ltr/hr
1.21
Camshaft
Number Length mm
1.22
Crank Pin
Diameter mm
1.23
Bearing Material of Construction
1.24
Supercharger Manufacturer/ (Turbo charger)
Type Number
Drive/Speed
Bearing Cooling
1.25
No. of inlet valves per cylinder head
1.26
No. of exhaust valves per cylinder head
Page 360 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
1.27
Radiator
1.
Fluid circulated
2. Quantity of fluid
Circulated in Kg/hr
3. Temperature - inlet/ outlet
1.28
Crank case heater Type/Number Rating
1.29
Vibration limit
1.30
Noise level
2.0
ALTERNATOR DESIGN DATA
2.1
GENERAL
2.1.1
Manufacturer/Type
2.1.2
Rating - Design/Site
2.1.3
Maximum rating - Design/Site
2.1.4
Rated Voltage, current & PF
2.1.5
Rated speed & frequency
2.1.6
Insulation class - stator/Rotor
2.1.7
Temperature rise above 40°C - Stator/rotor/Core
2.1.8
Enclosure details.
2.1.9
Maximum rated KW of motor that can be started `Direct on line' when generator is
a)
Unloaded
b)
50% loaded
c)
85% loaded
2.1.10 Excitation at MCR
a)
Voltage
b)
Current
2.1.11 Rise in voltage when load is thrown off
a)
With AVR
b)
Without AVR
Page 361 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2.2
ALTERNATOR PARAMETERS:
Synchronous reactance - xd
Transient reactance - xd
Sub-transient reactance - xd
Zero sequence reactance - x0
Negative sequence reactance - x2
Short circuit ratio
Resistance of stator winding at operating temperature
Resistance of rotor winding at operation temperature
2.3
ALTERNATOR PERFORMANCE
GENERATOR LOSSES
2.3.2
a)
Full load losses
b)
Armature copper; loss
c)
Rotor copper loss
d)
Core loss
EFFICIENCY
a)
Efficiency at full load
b)
Efficiency at 3/4 load
c)
Efficiency at 1/2 load
d)
Efficiency at 1/4 load machine
2.3.3
Variation of terminal voltage and frequency %
2.3.4
Load power factor
2.3.5
Form factor of the % deviation of the wave shape from standard
2.3.6
Maximum continuous & momentary unbalanced load capacity
2.3.7
Symmetrical short circuit current withstand and duration
2.3.8
Machine Time Constant
a)
Open Circuit Transient time constant
b)
Short Circuit Transient time constant
c)
Short Circuit Sub-Transient time constant
d)
Short Circuit armature time constant
Page 362 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
2.3.9
Vibration limit
2.3.10 Noise level
2.4
ALTERNATOR AUXILIARIES & ACCESSORIES
2.4.1
Exciter
2.5
2.6
a)
Type
b)
Rated voltage/current
c)
Voltage at rated speed but no load
d)
Voltage at rated speed with full load
e)
Response ratio
f)
Class of insulation - Stator/Rotor
Automatic voltage regulator
a)
Type
b)
Dead band
c)
Response time
d)
Voltage of operation
e)
Line drop compensator for maintaining bus voltage constant provided
f)
Range of voltage adjustment
g)
Catalogues & characteristics curves attached
GOVERNOR
a)
Make/Type
b)
Steady state speed regulation
c)
Steady state governing speed plus or minus % of rated speed
d)
Momentary over speed after full load rejection % of rated speed
e)
Momentary under speed of rated speed after sudden increase of 25% rated load
f)
Prescribed speed band + rated speed
Page 363 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
3.0
FUEL AND COOLING WATER REQUIREMENTS
3.1
Day oil tank for fuel:
a)
Fuel consumption at full load
Lts/hr
at 75% load
lts/hr
at 50% load
lts/hr
at 25% load
lts/hr
b)
Capacity of day oil tank
Litres
c)
Grade of fuel oil to be used
4.0
WEIGHT SCHEDULE
4.1
Weight of engine with flywheel including standard accessories Kgs.
Total shipping weight
Kgs.
Weight of alternator
Kgs.
Weight of exciter
Kgs.
Heaviest piece to be handled in normal maintenance
Kgs.
5.0
PIPING, FITTINGS & VALVES
5.1
Furnish valve schedule giving size, type of ends, manufacturer, material of construction, rating
etc.
5.2
Furnish piping schedule giving size of pipes, wall thickness, codes, material of construction,
rating etc.
5.3
Furnished all fittings, drains, vents, accessories, etc. as required.
6.0
CONTROLS AND INSTRUMENTS:
6.1
Pressure Indicator:
6.1.1
Make, type and range
6.1.2
Size of dial and accuracy
6.2
Flow indicator
6.2.1
Make, type and range
6.2.2
Accuracy
Page 364 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
6.3
Temperature Indicator
6.3.1
Make, type and range
6.3.2
Accuracy
6.4
Controller
6.4.1
Make and type
6.4.2
Details with loop
******
Page 365 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
CHAPTER – 19
SOUND ATTENUATED ACOUSTIC ENCLOSURE
A suitable “SOUND ATTENUATED” ACOUSTIC ENCLOSURE” to provide high level of “NOISE
REDUCTION” shall be provided to house the each D.G. Set.
ACOUSTIC ENCLOSURE
The acoustic enclosure housing for the diesel generating set shall be designed on the best
engineering practice. It should have aesthetical looks and brings down sound noise to 75 dB
when measured from a distance of 1 meters away from the DG Set as per noise pollution
norms.
Enclosure construction shall be fully bolted keeping in view the major service
requirements all doors shall be provided with specially designed hinges and lockable
handles, Battery, Fuel tank and ACB shall be housed inside the enclosure.
The DG Set shall be supported on a base frame in CRCA Sheet enclosure with suitable ducting for air
inlet and outlet. The enclosure frame shall be of rectangular steel tubes. The doors & enclosure is
treated and painted with duco paint for longer life and weather proof. Requisite air circulation for heat
dissipation and combustion shall be s provided by axial fans. All oil & fuel connections shall be through
steel braided pipes for fuel safety reasons.
The acoustic enclosure consists of the following:-
ACOUSTIC INSULATION
High density resin bonded glass wool shall be provided on all five sides including doors and roof
to absorb noise.
Resin bonded Rockwool of high density (as per manufacturer’s standard) with minimum 100 mm
thickness with tissue paper (min 50 gm/sq.m) covered with perforated 1.6 mm painted MS sheet shall
be used as sound absorption material on all five sides including doors is provided. The air ducts shall also
be covered with mineral wool.
Acoustic hoods with noise splitters provided to block and reduce the sound leakage
Page 366 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
EXHAUST SYSTEM
The exhaust gas is taken out of enclosure through suitable size class C MS pipe
(minimum 3.25m higher than the enclosure) and noise suppressor duly insulated with 50
mm rockwool insulation, 24 G Aluminium cladding.
AIR CIRCULATION AND VENTILATION SYSTEM
Proper care shall be taken for engine heat rejection to ensure safe working temperature inside
the enclosure. Requisite air circulation shall be provided by means of required nos. of axial flow
fans with GEC, NGEF, Crompton, ABB make motors of required capacity with downstream flow
silencer. The Air Circulation system shall ensure that the temperature rise inside the enclosure
is never more than 5 deg C above the ambient temperature.
A suitably designed residential type noise suppressor complete with acoustic and thermal
insulation shall be provided.
FUEL TANK AND BATTERY SYSTEM
The enclosure shall be provided with separate chambers for fuel storage tank and battery
storage for safety purpose.
ARRANGEMENTS
The engine and alternator are coupled by means of a flexible coupling and both the units
including the radiator shall be mounted on rigid fabricated base frame to form a compact
arrangement of the equipment. Base frame shall be of MS steel and suitably machined to
ensure perfect alignment and alternator with rigid construction to ensure minimum vibrations.
The complete enclosure shall be detachable which can be dismantled in parts of its easy
installation anywhere.
PAINTING
The acoustic enclosure shall be painted with good quality Duco Automotive paint with a prior
red oxide primer base and other protection for making it suitable for installation in open areas.
VIBRATION ISOLATION
To avoid transfer of vibration from genset to enclosure & surrounding specially designed Spring
Type vibration isolators shall be used.
Page 367 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
SAFETIES
The enclosure shall have the following safeties;
a)
b)
High Enclosure Temperature
Emergency Stop Push button outside the enclosure.
The enclosure shall also be provide with space heater complete with thermostat and controlling ELCB
working on 220 V A.C. supply and chamber illumination lamp working on 24 V DC supply.
Page 368 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
APPENDIX - I
TERMINOLOGY
This appendix indicates some of the commonly used and important terms, relevant for the Internal EI
works.
1.
Exposed conductive part - A conductive part of electrical equivalent, which can be touched
and which is not normally live, but which may become the earth potential.
2.
Direct contact - Contact of persons or livestock with live parts which may result in electrical
shock.
3.
Indirect Contact - Contact of persons or livestock with exposed conductive parts made live by a
fault and which may result in electric shock.
4.
Live Part - A conductor or conductive part intended to be energized in normal use, including a
neutral conductor but, by convention, not a PEN conductor.
5.
Touch Voltage - The potential difference between a grounded metallic structure and a point
on the earth surface separated by a distance equal to the normal maximum horizontal reach
of approximately 1 meter.
6.
Danger - Danger to health or danger to life or limb from shock, burn or injury from
mechanical movement to persons (and livestock where present), or from fire attendant upon
the use of electrical energy.
7.
Earth - The conductive mass of the earth, whose electric potential at any point is conventionally
taken as zero.
8.
Earth electrode - A conductor or group of conductors in intimate contact with and
providing an electrical connection to earth.
9.
Earth fault loop impedance- The impedance of the earth fault current loop (phase to earth
loop), starting and ending at the point of earth fault.
10.
Earth leakage current - A current which flows to earth, or to extraneous conductive parts, in a
circuit which is electrically sound.
11.
Earth conductor - A protective conductor connecting the main earth terminal to an earth
electrode.
12.
Residual current - The algebraic sum of the instantaneous values of current flowing
through all the live conductors of a circuit at a point of the electrical installation.
13.
Residual current device (RCD) - A mechanical switching device, intended to cause the opening
of the contacts when the residual current attains a given value under the specified conditions.
Page 369 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
14.
Switchboard- An assembly of switchgear with or without instruments, but the term does not
apply to a group of local switches in a final circuit.
15.
Switchgear - An assembly of main and auxiliary switching apparatus for operation, regulation,
protection or other control of electrical installations.
Page 370 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
APPENDIX-II
SAFETY PROCEDURE
1.
The Indian Electricity Rules 1956, as amended upto date, are to be followed in their entirety.
Any installation or portion of installation which does not comply with these rules should be got
rectified immediately.
2.
The detailed instructions on safety procedures given in B.I.S. Code No. 5216-1969-"Code of
Safety Procedures and Practices in Electrical Works" shall be strictly followed.
3.
No inflammable materials shall be stored in places other than the rooms specially constructed
for this purpose in accordance with the provisions of Indian Explosives Act. If such storage is
unavoidable, it should be allowed only for a short period and in addition, special precautions,
such as cutting off the supply to such places at normal times, storing materials away from
wiring and switch boards, giving electric supply for a temporary period with the permission of
consultants shall be taken.
4.
The electrical switchgears and distribution boards should be clearly marked to indicate the areas
being controlled by them.
5.
Before energising on an installation after the work is completed, it should be ensured that
all tools have been removed and accounted, no person is present inside any enclosure of
the switch board etc. any earthing connection made for doing the work has been removed.
Page 371 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
APPENDIX-III
FORM OF COMPLETION CERTIFICATE
I/We certify that the installation detailed below has been installed by me/us and tested and that to the
best of my/our knowledge and belief it complies with Indian Electricity Rules, 1956, as well as the
C.P.W.D. General Specifications of Electrical Works 1992.
Electrical installation at _______________________________
Voltage and system of supply _____________________________
1.
Particulars of work :
(a)
Internal Electrical Installation
No. Total load:
i)
Light point
ii)
Fan point
iii)
Plug point
Type or system of wiring
a) 3 pin 5 Amp.
b) 3 pin 15 Amp.
(b)
Others
Description
(a) Motors :
HP/KW
Type of starting
(i)
(ii)
(iii)
(b) Other plants :
Page 372 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
II.
Earthing
(i)
Description of earthing electrode.
(ii)
No. of earth electrodes.
(iii)
Size of main earth lead.
III.
Test results :
(a)
Insulation resistance
(i)
Insulation resistance of the whole system of conductors to earth Megaohms.
(ii)
Insulation between the phase conductor and neutral.
Between Phase R and neutral . . .
Megaohms
Between Phase Y and neutral . . .
Megaohms
Between Phase B and neutral . . .
Megaohms
iii) Insulation resistance between the phase conductors in case of polyphase supply.
Between Phase R and Phase Y . . .
Megaohms
Between Phase Y and Phase B . . .
Megaohms
Between Phase B and Phase R . . .
Megaohms
(b) Polarity test
Polarity of non linked single pole branch switches.
(c)
Earth continuity test
Maximum resistance between any point in the earth continuity conductor
conduits and main earthing lead.......... Ohms.
(d) Earth electrode resistance
Resistance of each earth electrode
(i) . . . . Ohms.
(ii) . . . . Ohms.
(iii) . . . . Ohms.
(iv) . . . . Ohms.
Page 373 of 508
including metal
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
(e)
Lightning protective system
Resistance of the whole of lightning protective system to earth before any bonding is effected
with earth electrode and metal in/on the structure ..... Ohms.
Signature and name of
Signature and Name of the
PE
Contractor
Page 374 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
APPENDIX-IV
TECHNICAL PARTICULARS OF THE TRANSFORMERS TO BE FURNISHED BY THE CONTRACTOR ALONG
WITH THE TENDER
1.
Name of the manufacturer
2.
Service
3.
kVA rating:
4.
a) HV winding
kVA
b) LV winding
kVA
Rated voltage :
a) HV winding
kV
b) LV winding
kV
5.
Rated frequency
Hz
6.
Number of phases
7.
Connections:
a) HV winding
b) LV winding
8.
Connection symbol :
a) HV-LV
Page 375 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
9.
Tappings :
a) Range
b) Number of steps
c) For high voltage variation/For
intermediate voltage variation/
For low voltage variation
10.
Reference ambient temperatures:
a) Maximum ambient air temperature
deg C
b) Maximum daily average ambient air
temperature
deg C
c) Maxmimum yearly weighted average
ambient temperature
deg C
d) Minimum ambient air temperature
deg C
11.
Type of cooling
12.
Temperature-rise :
a) Windings
13.
Total loss at rated voltage at principal
tapping and rated frequency
14.
deg C
kW
Component losses:
Page 376 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
a) No load loss at rated voltage on
principal tapping & at rated frequency
kW
b) Load loss at rated current at principal
tapping at 75 deg C
15.
kW
Impedance voltage at rated current for the
principal tapping :
a) HV-LV
16.
percent
Reactance at rated current and rated
frequency :
a) HV-LV
17.
percent
No load current at rated voltage and
rated frequency
18.
percent
Insulation level :
a) Seperate source power-frequency
voltage withstand :
i) HV winding
kV rms
ii) LV winding
kV rms
b) Induced overvoltage withstand:
i) HV winding
kV rms
Page 377 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
ii) LV winding
kV rms
c) Full wave lighting impulse withstand
voltage :
i) HV winding
kV peak
ii) LV winding
kV peak
d) Switching impulse withstand voltage :
20.
i) HV winding
kV peak
ii) LV winding
kV peak
Efficiencies at 75 deg C at unity power
factor :
a) At full load
percent
b) At 3/4 full load
percent
c) At 1/2 full load
21.
22.
percent
Regulation at full load at 75 deg C :
a) At unity power factor
percent
b) At 0.8 power factor lagging
percent
In case of OFF circuit voltage variation,
state (a) or (b) :
a) Off circuit tap switch
b) Off circuit links
Page 378 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
23.
Terminal arrangement :
a) High voltage
b) Low voltage
c) Neutral
24.
25.
26.
Approximate masses :
a) Core and windings
kg
b) Tank, fittings & accessories
kg
c) Total mass
kg
Approximate overall dimensions :
a) Length
mm
b) Breadth
mm
c) Height
mm
Despatch details :
a) Approximate mass of heaviest packdage
kg
b) Approximate dimensions of largest
package:
i) Length
27.
mm
ii) Breadth
mm
iii) Height
mm
Reference standards
Page 379 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
APPENDIX-V
LIST OF APPROVED MAKES OF MATERIALS:INTERNAL ELECTRICAL WORKS
S. No.
Description
Makes
1.
Moulded Case Circuit Breaker (MCCB)
L&T / ABB / Siemens / Legrand /
Schneider
2.
MCB Distribution Board & Isolator
L&T / ABB / Siemens / Legrand /
Schneider
3.
MCB
L&T / ABB / Siemens / Legrand /
Schneider
4.
FUSE SWITCH DISCONNECTOR
Larsen & Toubro / Siemens
5.
Copper Conductor PVC Insulated Wires (660 V
grade)
Finolex / Havells / Poly cab /
NICCO / WorldCab / Skytone / KEI
/ Bonton / Universal / CCI
6.
M.S. / PVC Conduit
B.E.C. / AKG / VPL India
7.
Lugs
Dowell’s
8.
E.L.C.B.
L&T / ABB / Siemens / Legrand /
Schneider
9.
Luminaires
Philips / Nova / Wipro / Bajaj / Thorn
/ Pierlite
Page 380 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
S. No.
Description
Makes
10.
Copper Conductor Telephone Wires
Finolex / Havells / Poly cab /
NICCO / WorldCab / Skytone / KEI
/ Bonton / Universal / CCI
11.
Copper Conductor Co-axial T.V. Cable
Finolex / Havells / Poly cab /
NICCO / WorldCab / Skytone / KEI
/ Bonton / Universal / CCI
12.
Industrial Sockets & Plugs
Siemens / Schneider / Crompton /
Legrand / Neptune
13.
Telephone Tag Blocks
Krone Type
14.
Ceiling Fans
Crompton Greaves / Alstom / Usha /
Khaitan
15.
Exhaust Fan
Crompton Greaves / Alstom / Usha /
Khaitan
16.
Addressable Smoke Detectors
Cooper / Notifier (Flashscan) / Bosch
/ Esser
17.
Addressable Multisensor Detectors
Cooper / Notifier (Flashscan) / Bosch
/ Esser
18.
Addressable Heat Detectors
Cooper / Notifier (Flashscan) / Bosch
/ Esser
19.
Addressable Manual Call points
Cooper / Notifier (Flashscan) / Bosch
/ Esser
20.
Speaker cum Hooter
Cooper / Notifier (Flashscan) / Bosch
Page 381 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
S. No.
Description
Makes
/ Esser
21.
Response Indicators
Cooper / Notifier (Flashscan) / Bosch
/ Esser
22.
Main Control Panel
Cooper / Notifier (Flashscan) / Bosch
/ Esser
23.
Telephone Jack / Hand Set
Cooper / Notifier (Flashscan) / Bosch
/ Esser
24.
Fault Isolator
Cooper / Notifier (Flashscan) / Bosch
/ Esser
25.
Operator Work Station(Computer)
Compaq / HP / IBM
26.
Printer
Epson / TVS / HP / Canon
27.
PA System
Same as fire alarm
28.
Inverter
Nagar / Logicstat / Microtek
29.
Lightening Protection System
Tercel / LPI / Indlec
30.
Prepaid Energy Meter System
Secure / liberty
NOTES: The Contractor shall get the samples of all the items not covered in this list, approved
from the Consultant/owner before commencing the supply.
Page 382 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
HIGH SIDE ELECTRICAL WORKS
S. No.
Description
Makes
1
Main LT Panel / Capacitor
Pane/Distribution Panel
Adlec / Amptech / RST Electrical /
SUGEL / Vidhyut Control / Advance
Panels / Spectrum Automation / AtoZ
Systems / Neptune / Jakson / Surendra
Electricals / SPC / ECS / MAX Aerotron
P. Ltd. / Indiatec / Dynamic
Technologies/ Sunhit Automation /
Control Well Switchgear
L&T / ABB / Siemens / Schneider / GE
2
Air Circuit Breaker (ACB)
3
Moulded Case Circuit Breaker
(MCCB)
L&T / ABB / Siemens / Schneider / GE
4
Miniature Circuit Breaker
(MPCB/MCB)
L&T/Legrand / ABB / Schneider Electric
/ Siemens
5
Residual Current Circuit Breaker
(RCBO’s)
L&T/Legrand / ABB / Schneider Electric
/ Siemens
6
Power/Aux. Contactor
L&T/Schneider Electric / ABB / Siemens
/ GE Power Control
7
Current Transformer (Epoxy Cast
Resin)
Automatic / Pragati / Precise
8
Indicating Lamps LED type and
Push Button
Schneider Electric / Vaishno Electricals /
Siemens
9
Electronic Digital Meters (A/ V/
PF/ Hz/ KW/ KWH) with LED
Display
Conzerv System Pvt. Ltd. / Ducatti /
Schneider Electric
10
Capacitors
EPCOS / L & T / BCH/ SAIF / Neptune
11
APFC Panel / Relay
L & T Mehar / Neptune / EPCOS / BCH/
Ducati
12
Transformer
Kirloskar / Crompton / Voltamp / Areva /
Universal / ABB
Page 383 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
S. No.
Description
Makes
13
XLPE cables (HT/LT Cable)
Finolex / Havells / Poly cab / Fort
Gloster /NICCO/ WorldCab/ skytone/
KEI/Bonton
14
Cable Glands Double Compression
with earthing links
Comet / Dowell/ HMI
15
Bimetallic Cable Lug
Dowell’s (Biller India Pvt. Ltd.) / Cosmos
/ Comet
16
Diesel Engine
Cummins / Wartsila / Caterpillar
Kirloskar / Excel
17
Alternator
K.E.C / Stamford / Leroy Somer
18
Anti vibration mountings
Dunlop / GERB / RESISTOFLEX / Easy Flex
NOTES:
The Contractor shall get the samples of all the items not covered in this list,
approved from the Consultant/owner before commencing the supply.
Page 384 of 508
/
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
APPENDIX – VI
LIST OF INDIAN STANDARDS (IS)
IS : 374 - 1979
Ceiling fans and regulators (3rd revision)
IS : 694 - 1990
PVC insulated Electric cable for working voltage upto and including
1100 volts.
IS : 732 - 1989
Code of practice for electrical wiring and installation
IS : 1255 - 1983
Code of Practice for installation and maintenance of Power Cables
upto and including 33 KV rating (Second Revision)
IS : 1258 - 1987
Bayonet lamp holders(Third revision)
IS : 1293 - 198
IS : 1554 - 1988
( Part - I )
Three pin plugs and sockets outlets rated voltage upto and
including 250 volts and rated current upto and including 160 amps.
PVC insulated (Heavy Duty) electric cables for working voltages
upto and including 1100 volts.
IS : 1646 - 1982
Electrical installation fire safety of buildings (general) Code of
practice.
IS : 1651 & 1652 1991
Stationary cell and batteries, lead acid type
IS : 1885 - 1971
Glossary of items for electrical cables and conductors
IS : 1913 – 1978
General and safety requirements for fluorescent lamps luminaries
Tubular.
IS : 2026 – 1977 to
81 (Part-I to IV)
Power Transformer
IS : 2071 - 1974 - 76
Methods of high voltage testing
Page 385 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
IS : 2309 - 1989
Protection of building and allied structures against lightning
IS : 2551-1982
Danger notice plate.
IS : 3043 - 1987
Code of practice for earthing.
IS : 3480 - 1966
Flexible steel conduits for electrical wiring.
IS : 3837 - 1976
Accessories for rigid steel conduit for electrical wiring.
IS : 4146 - 1983
Application guide for voltage transformers
IS : 4615 - 1968
Switch socket outlets.
IS : 5133 - 1969
Boxes for the enclosure of electrical accessories.
(Part -I)
IS : 5216 - 1982
Guide for safety procedures and practices in electrical work.
(Part-I)
IS : 5424 - 1969
Rubber mats for electrical purposes.
IS : 5578 & 113531985
Marking and arrangement of bus bars
IS : 7098 - 1985
Cross linked polyethylene insulated PVC sheathed cables. For
working voltages from 3.3 KV upto and including 33 KV
(Part - II)
IS : 8130 - 1984
Conductors for insulated electric cables and flexible cords
IS : 8623 -1977
Factory built assemblies of switchgear and control gear for voltages
upto and including 1000 V AC and 1200 V D C.
(Part -I)
IS : 8623 - 1980
Bus Bar trunking system
(Part -II)
IS : 8828 - 1996
Miniature Circuit Breakers
IS : 9537 - 1981
Rigid Steel Conduits for electrical wiring (Second Revisions)
Page 386 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
IS : 10810 - 1988
Methods of test for cables.
IS : 11171 – 1985
Specifications for dry type transformers
IS : 12640 - 1988
Earth Leakage Circuit Breakers
IS : 13947-1989
Moulded Case Circuit Breakers
IS : 13947 - 1993
Degree of protection provided by enclosures for LV switchgear and
control gear.
IS : 13947 - 1993
General requirement for switchgear and control gear for voltage
not exceeding 1000 Volts.
IS : 1651 & 1652 1991 Stationary cells and batteries lead acid type.
Page 387 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
APPENDIX – VII
ABBREVIATIONS
The following abbreviations have been used in the accompanying
drawings and Schedule of Quantities.
CU
stands for copper.
GI
stands for Galvanized Iron (Mild Steel)
V
stands for Volts
MV
stands for Medium Voltage (110 V ,230 V ,415 V, 600 V)
LV
stands for Low Voltage (32 V & Below)
LT
stands for Low Tension
PVC
stands for Polyvinyl Chloride
AMP
stands for Amperes
KWH
stands for Kilowatt Hours
KW
stands for Kilo Watts
BIS
stands for Bureau of Indian Standards
IS
stands for Indian Standards
IEE
stands for Institution of Electrical Engineers - London
NEC
stands for National Electrical Code
VCB
stands for Vacuum Circuit Breaker
ACB
stands for Air Circuit Breaker
RCCB
stands for Earth Leakage Circuit Breaker
MCB
stands for Miniature Circuit Breaker
MCCB
stands for Moulded Case Circuit Breaker
SP
stands for Single Pole
Page 388 of 508
Specifications,
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
DP
stands for Double Pole
TP
stands for Triple Pole
TPN
stands for Triple Pole and Neutral
4 Pole
stands for 3 phase and neutral of same capacity (size)
MDB
stands for Main Distribution Board
SDB
stands for Sub Distribution Board
FDB
stands for Final Distribution Board
MCC
stands for Motor Control Centre
Page 389 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
APPENDIX VIII
SCHEDULE OF DEPARTURE FROM SPECIFICATIONS
--------------------------------------------------------------------------------------------------------------------Section
Ref. to clause of the Description of Reason for
Specification
departure
Remarks
departure
---------------------------------------------------------------------------------------------------------------------
(1)
(2)
(3)
(4)
--------------------------------------------------------------------------------------------------------------------Certified that except for the departures mentioned above, the tender is in accordance with
CPWD General Specifications for Electrical Works (Part VI Fire Alarm System) 1988 and in a
accordance with detailed requirements specified to the tender specifications.
Signature of the Tenderer.
Page 390 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
HVAC
TECHNICAL SPECIFICATIONS FOR PROVIDING, INSTALLING, TESTING & COMMISSIONING OF HVAC
WORKS FOR PROPOSED CSIR INNOVATION COMPLEX AT MUMBAI
SECTION – 1
SYSTEM DESIGN DATA AND GENERAL REQUIREMENTS
1.
GENERAL
The system design, basis of design, estimated requirements and other relevant data are outlined
in this section. The detailed specifications and specific requirements are outlined in the
subsequent sections. The envisaged system / system components shall be compatible to and
integrated with building management system to be provided by other agencies.
2.
LOCATION
2.1
The Proposed Project is located at Mumbai.
It is situated at Latitude- 18.54 °N
3.
SCOPE OF WORK FOR THIS CONTRACT
(To be executed by HVAC contractor)
3.1
The supply at site of all main equipments and items associated with air-conditioning &
ventilation system detailed under these technical specifications.
3.2
To execute all incidental work at site including all material supply at site required in the
technical specifications. Nature of such works will be sheet metal duct/grille work, water piping
work for chilled water / hot water etc. All electrical work connected with HVAC such as cables,
control panel, electric panels etc., erection at site for all manufactured items at works and also
items fabricated at site.
3.3
Routine testing, pressure testing of fabricated components, commissioning of complete plant at
site.
3.4
Performance testing at works of various equipments manufactured at works.
3.5
Performance testing at the site of complete HVAC system as per various technical
requirements.
Page 391 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
4.
SYSTEM DESIGN:
A.
DESIGN PARAMETERS:
The following figures are assumed for various seasons for designing the HVAC system of the
Building:1. Outdoor Design Conditions :
Source
Summer
Dry Bulb Temp.
34.3 ± 1 °C ( 93.74 ± 2 °F)
Wet Bulb Temp.
23.3 ± 1 °C ( 73.94 ± 2 °F)
Monsoon
Dry Bulb Temp.
31.3 ± 1 °C ( 88.34 ± 2 °F )
Wet Bulb Temp.
27.5 ± 1 °C ( 81.5 ± 2 °F )
National Building
Code of India.
2. Inside Design Conditions :
Summer & Monsoon (For office & Similar Areas)
Dry Bulb Temp.
23.3 ± 1 deg C (74 ± 2 deg F)
Relative Humidity (RH)
55 % (Design Value – No Control)
Summer & Monsoon (For R & D and Animal Holding Areas)
Dry Bulb Temp.
22 ± 1 deg C (71.6 ± 2 deg F)
Relative Humidity (RH)
50 ± 10 %
Winter
Dry Bulb Temp.
21 ± 1 deg C (70 ± 2 deg F)
Relative Humidity (RH)
50 % (Design Value – No Control)
Page 392 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
1.
Outdoor Air Requirements
2.
Area Description
Outdoor Air Requirement
Scientist Rooms/Work stations
21 CFM/Person ‘or’ 1 Air Change Per Hour
Library/Corridor/Lift lobby
17 CFM/Person ‘or’ 1 Air Change Per Hour
Cafeteria/Meeting/ Discussion
Room
21 CFM/Person ‘or’ 1 Air Change Per Hour
R & D Spaces
5 Air Change Per Hour
Animal Holding area
15 Air Change Per Hour
Corridor (Animal Holding area)
2 Air Change Per Hour
Factors Considered: (As Per ECBC Norms)
i)
Glass (Single glass)
SHGF = 0.25
‘U’ Value = 0.58 BTU / Hr - Sft - oF
ii)
Walls:
‘U’ Value = 0.20 BTU / Hr.-Sft - oF.
iii)
Roof (Insulated)
‘U’ Value = 0.105 BTU / Hr. - Sft - oF
iv) Lighting/Equipment Load - As per the use of the area under consideration.
Since the proposed building also consists of animal holding areas, hence the air conditioning load
shall be design with taking care of heat (Sensible & Latent) generated by various types of animals.
Page 393 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Heat Generations by various animals’ are as below:
Heat Generations, Btu/h per Animal
Animal
Weight lb
Sensible
Latent
Total
Mouse
0.046
1.11
0.54
1.65
Hamster
0.26
4.02
1.98
6.00
Rat
0.62
7.77
3.83
11.60
Guinea Pig
0.9
10.22
5.03
15.25
Rabbit
5.41
39.22
19.31
58.53
Cat
6.61
45.57
22.45
68.02
12
71.27
35.11
106.38
Dog
22.7
104.80
56.40
161.20
Dog
50
230.70
124.20
354.90
Goat
79.3
293.78
144.70
438.48
Sheep
99
346.96
170.89
517.85
Pig
150
371.00
292.00
663.00
4
12.90
21.90
34.80
Primate
Chicken
5.
SYSTEM DESCRIPTION:
It is proposed to install a central chilled water system for air –conditioning the building. Main
plant would be located at the terrace of the building. Conditioned air from AHU’s to be supplied
by rectangular ducting to the areas to be air conditioned.
Page 394 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
6.
Design Philosophy
The air-conditioning and ventilation system shall be designed, keeping in view the
following:
(i)
(ii)
(iii)
(iv)
(v)
(vi)
(vii)
Continuity and reliability.
Flexibility of operation.
Energy Conservation.
Safety of personnel and equipments.
Ease of maintenance.
Minimum fire risk.
Low Cost Management.
AHU Design
Maximum face velocity across filters
:
350 Ft./Min (100 M/Min.)
Maximum face velocity across cooling coils
:
500 Ft./Min (150 M/Min.)
Maximum fan outlet velocity
:
2000 Ft./Min (600 M/Min.)
Maximum fan speed
:
1000 RPM
Maximum fan motor speed
:
1450 RPM
Maximum flow velocity
:
1500 Ft./Min
Maximum friction
RunMaximum velocity at supply air outlet
:
0.1
Maximum velocity
:
2.5m/sec
Maximum friction
:
5 M/100 M Run
Duct Design
in
:
WC/100
Ft.
500 Ft./Min.
Piping Design
7.
Applicable Codes and Guides



Associated Air Balancing Bureau (NEBB) Standards.
American Society of Heating, Refrigeration and Air Conditioning Engineers, Inc.
(ASHRAE).
Indian Society of Heating, Refrigeration and Air Conditioning Engineers, Inc.
Page 395 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI






8.
(ISHRAE).
National Fire Protection Association (NFPA)
Sheet Metal and Air Conditioning Contractors National Association (SMACNA)
Bureau of Indian Standards (B.I.S)
Energy Conservation Building Code, 2009
National Building Code of India 2005.
Green Rating for Integrated Habitat Assessment (GRIHA)
VENTILATION SYSTEM
Fresh air shall be provided with following pairing number of air changes/hour for ventilation:
1. Toilets Exhaust– 10-12 air changes / hour
2. Lift Lobby & Lift Well Pressurization – Mechanically Pressurized
9.
AUTOMATIC CONTROL SYSTEM CONSIDERATIONS
A fully functional Intelligent Building Management System will be installed to
control/monitor all equipment. Chillers, primary chilled water pumps, secondary chilled
water pumps, cooling tower have been controlled/modulated and monitored by IBMS.
All control valves for AHUs have been provided with modulating motors. Each AHU will
have a dedicated DDC controller preferably installed within AHU housing as built-in unit.
The Direct Digital Control [DDC] with a control supervision computer will be provided to
efficiently manage the energy and make the operations easier
10.
ROOF INSULATION
All exposed roofs of the areas to be air-conditioned shall be thermally insulated. (To be done by
other agency)
11.
ITEMS TO BE PROVIDED BY OTHER AGENCIES
The following items of works shall be provided by other agencies.
11.1
Provision of filtered and softened water up to the expansion tank.
11.2
Provision of main 3 Ph. 50 Hz, 415 VOLTS, 4 wire A.C. main electric supply cables along with
main earthing conductor of required size up to the A.C. Panels.
11.3
False ceiling to cover the ducts and drop ceiling if required.
11.4
Foundation for equipment like water pump sets, water chilling units, AHU’s, Ventilation Fans
etc. (Details to be provided by the HVAC contractor).
Page 396 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
11.5
Floor traps near air handling units and in the plant room, for drains.
11.6
Except for the works mentioned above which are in the scope of the other agency, rest of all
works directly or indirectly associated with completion of air-conditioning plant are within the
scope of air-conditioning contractor and shall be assumed to have been included by airconditioning contractor in his quotation on complete turnkey basis.
11.7
In view of the above, air-conditioning contractor will not be allowed to put forth any claims for
extra charges after award of the contract over and above the total value of the contract. This
aspect should be kept in mind by the tenderer while submitting their quotations.
11.8
After award of contract, air-conditioning contractor shall be solely responsible to provide all
items at site without any extra cost implication to the department, as required to complete the
erection and commissioning of air-conditioning plant on turnkey basis for safe, smooth and
trouble free operation and foolproof performance.
12.
INCIDENTAL CIVIL ENGINEERING WORKS
Contractor's scope of work in respect of civil engineering works shall be as per following:
These works shall be done by the contractor within the quoted rates of the contractor for each
item and without any extra charge to the department.
Making opening in walls/floors/ceilings for taking out duct/cables / piping etc., and making them
good.
Making openings in walls/floors/ceilings for grouting supports for duct/cables/piping work and
grouting of supports.
Making necessary frames in walls/ceilings for fixing of grilles/diffusers etc.
Protection coating for the embedded pipes for corrosion control.
13.
DRAWINGS
The drawings forming part of these specifications provide a feasible scheme for locating the
equipment. The contractor may re-arrange the equipment for improving the layout and meeting
the site conditions. All such changes shall however be subject to the Engineer In Charge
approval. These drawings are not meant to be working drawings, which shall be prepared by the
contractor as required.
14.
TEST DATA
The plant as a whole system shall be tested as per specifications given elsewhere and complete
test data shall be furnished on prescribed data sheet.
15.
TECHNICAL DATA
The contractor shall furnish complete "technical data" on the equipment offered by him as
required under the heading "technical data".
Page 397 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
16.
PERFORMANCE GUARANTEE
16.1
The contractor shall guarantee that the air conditioning plant shall maintain the designed inside
Temperature within +2° F tolerance and shall not exceed the specified limit at any point in the
given area.
16.2
The contractor shall guarantee that the capacity of various components as well as the whole
system shall not be less than the specified capacity.
16.3
The contractor shall ensure, that the system shall be free of vibrations and disturbing sounds.
16.4
The contractor shall guarantee the consumption of power within the designed
Limits on hourly basis.
17.
NOISE LEVEL
All refrigeration and air conditioning equipment and materials, (like motors, compressors,
pumps, etc.) shall be selected, designed and installed in such a manner that the inside noise
criterion for all conditioned spaces shall be in the range of NC-30 to NC-35. Thus the noise level
in conditioned occupied spaced due to all refrigeration and air conditioning equipment shall not
exceed 52 DB at 150 Hz when measured at any point in the occupied spaces less than 1.5 metre
from any supply air register or 60 cm from any return air grille.
The outdoor noise criterion for cooling towers, at a distance of 50 meters from the fan shall be
NC-45. Therefore, noise level in open areas 50 meters away from towers in any direction shall
not exceed 60 DB.
18.
FOREIGN EXCHANGE
The contractor shall make his own arrangements to procure the necessary, specified controls
and other items for which no foreign exchange shall be made available.
19.
SHOP DRAWINGS
19.1
The contractor will prepare and supply the following drawings (4 sets) to the
architect/consultant within 20 days from the date of award of work
Duct Layout for all floors
Piping layout for all floors
Plant Room Equipment Layout
Foundation drawing for all equipments in the plant room
Single Line diagram for chilled water circulation system
Single Line diagram for electrical distribution system
Fabrication Drawings for all electrical panels
Control wiring details
Page 398 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
19.2
The contractor shall re-submit 4 sets of all the drawings to the architect within 10 days from
date of receiving comments if any from the architect/consultant after incorporating the
comments.
20.
INSPECTION AND TESTING
20.1
The authorized representative of client/architect/consultant shall have full power to inspect
drawings of any portion of the work, examine the materials and workmanship of the
contractor's works or at any other place from which the material or equipment is obtained.
Acceptance of any material or equipment shall in no way relieve the contractor of his
responsibility for meeting the requirement of the specifications, but shall have to be replaced at
its own cost by the contractor in case the equipment or work is found defective or of inferior
quality.
20.2
Routine type tests for the various items of equipment shall be performed at the contractor's
works and tests certificates furnished. The contractor shall permit the department’s authorized
representative to be present during any or all of these tests. After notification to the
department that the installation has been completed, the contractor shall make under the
direction of and in the presence of architect/consultant such tests and inspection as have been
specified or as the architect/consultant shall consider necessary to determine whether or not,
the full intent of requirements of the plans and specifications have been fulfilled. In case the
work does not meet the full intent of specifications, it shall be rectified by the contractor at no
extra cost and the contractor shall bear all expenses for any further tests considered necessary.
20.3
All tools, instruments, plants and labour/operating personnel for the test shall be provided by
the contractor at his own cost.
21.
REJECTION OF DEFECTIVE PLANT/EQUIPMENT
If the complete work/equipment or any portion thereof before it is taken over is found defective
or fails to fulfill, the intent of the specifications, the contractor shall, on receipt of a written
notice from the client/architect forth with make good the defective work/equipment. The
contractor will be responsible to rectify the defective work/equipment within a stipulated time
mentioned in the written notice, or replace the equipment at no extra cost to the department.
The client shall have the right to operate all equipments in any operating condition, whether or
not such equipments have been accepted as complete and satisfactory. Repairs and alterations
shall be made at such times and as directed by the department.
22.
CLEAN UP WORKS AT SITE
During erection the contractor shall at all times keep the working and storage areas free from
waste or rubbish. On completion of erection he shall remove all temporary structures, debris
and leave the premises clean to the full satisfaction of the department.
Page 399 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
23.
RATES
Rates for each of the items of Schedule of Quantity shall be firm and consolidated for the
equipment delivered, installed, commissioned and tested at site including all taxes and levies.
Prices shall remain firm and free from variation due to rise and fall in the cost of material
equipments. Labour or any other reason whatsoever due to changes in statutory rules and
regulations so far as admissible under the conditions of the contract.
24.
TERMS OF PAYMENT
The terms of payments shall be as indicated in General Conditions of Contract.
25.
PAINTING WORK
The painting should be carried out as required and as per the instruction of the department. The
procedure and the standard colour codes are as follows:
1) Cleaning the surface
2) Apply a primer coat of red oxide
3) Applying two coats of enamel paint of APPROVED colour code after applying cement primer
for plastered surface.
4) Standard colour code.
a) Compressor, condenser, belt-guards pump sets
Battleship gray
b) Motor
Siemens Gray
c) Chiller
Dark Blue
d) Air handling units
Mulshell gray
e) Chilled water line Inlet line (Hot)
Outlet line (Cold) Light blue
f) All supports/stands
Dark blue
g) Gas equalizer line
Yellow
h) Ducting Concealed Black rust proof Exposed
to grilles insulated/ insulated duct Black Exposed
i) Electric panel's
Black
Fiesta blue
Steel gray
Page 400 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
SECTION – 2
AIR-COOLED SCREW CHILLERS
1.
The specifications under this section covers the supply, installation, testing and
commissioning of the Screw Air-cooled Chillers with Microprocessor based imported
panel conforming to following parameters and in accordance with the requirements of
the schedule of equipment.
2.
SCREW CHILLERS:
The Screw Water Chilling machine shall consist of Vertical/Horizontal Hermetic/Semihermetic compressors, refrigerant cooled motor, oil separator, evaporator, air-cooled
condenser, factory mounted microprocessor based control panel, interconnecting
refrigerant piping, electronic expansion valve, controls and accessories to make it
compact & efficient unit. The capacity control shall be achieved by use of slide valve to
provide fully modulating control from 100% to 20% of the full load.
3.
COMPRESSOR:
A.
HERMETICALLY SEALED COMPRESSOR:
The Vertical/horizontal type helical screw compressor shall be direct driven at low speed
for higher reliability & efficiency. The compressors should have minimum rotating parts.
The rotors shall be mounted on antifriction bearings designed to reduce friction and
power input and suitable to handle radial & axial loads.
COMPRESSOR MOTOR
The compressor should be direct driven by refrigerant cooled, hermetically sealed
squirrel cage induction motor and should be suitable for 415 Volts ± 10%, 50 Hz ± 5% AC
supply.
The driving motor shall be protected against damages by means of built in protection
devices and suitable for 415 Volts ± 10%, 50 Hz ± 5%, AC supply.
4.
EVAPORATOR:
The shells shall be fabricated from carbon steel plate. Evaporator are to be designed, tested and
stamped in accordance with ASME code for refrigerant side working pressure of 300 Psig.
All tube sheets are carbon steel. Evaporator tubes are individually replaceable.
Standard tubes are externally finned, internally enhanced seamless copper with lands at
all tube sheets. Tubes are mechanically expanded into tube sheets.
Page 401 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
All water pass arrangements shall be available in either flat-faced flange or marine configuration
with grooved connections (300 psig waterside). All connections may be either right or left handed.
Water side is hydrostatically tested at one & half times design working pressure, but should not be
less than 225 psig. The insulation of evaporators shall be as per manufacturer’s standard and should
be factory insulated only.
5.
AIR-COOLED CONDENSORS:
The air cooled condenser coils shall be fabricated out of copper tubes expanded into
epoxy coated aluminum fins. The direct drive discharge fans with fans guards driven by
totally enclosed motors having class F insulation with IP-55 protection of lower RPM
motors of 915 or less shall be preferred. The integral cooler & sub cooler circuits shall
form part of condenser, circuits. The leak tests shall be conducted at the factory at 21
bar & pressure rated for 35 bar pressure with factory epoxy coated condenser fins. The
system shall have at least two independent refrigerant circuits & each circuit shall have
removable core filter dryer, liquid line shut off valves, high pressure relief valves
electronic expansion valves minimizing superheat in the evaporator so as to allow chiller
to operate at reduced condensing temperatures.
6.
REFRIGERANT:
The Screw Chiller shall be selected on 407c/134a refrigerant. The water chilling unit
should be fully factory charged with refrigerant and oil and spare refrigerant & oil must
be sent along with the machine for topping up of gas and oil as may be required.
7.
REFRIGERANT CIRCUIT:
A multiple orifice control system consisting of an electronically controlled expansion valve and a
fixed orifice would maintain and control refrigerant flow into evaporator.
8.
MICROPROCESSOR BASED CONTROL PANEL:
Factory mounted microprocessor based control panel must be provided with at least the
following features:
1.
Automatic shutdown protection with manual reset for:
a) Low evaporator refrigerant temperature and pressure,
b) High condenser refrigerant pressure.
c) Loss of condenser water flow
d) High motor temperature
e) Low Oil flow
Page 402 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
f)
g)
2.
Critical sensor or detection of circuit fault in:
a)
b)
3.
Electrical distribution faults such as Phase reversal, phase loss, phase
imbalance, mo-current overload.
High compressor discharge temperature.
Starter transition failure.
External or local emergency stop.
Automatic shutdown protection with automatic reset when condition is
corrected for of chilled water flow, high compressor discharge temperature,
under / over voltage momentary power loss.
The monitoring system should be provided for early detection and warning of refrigerant
loss. Microprocessor based chilled water reset based on return water is necessary and
must be provided.
The unit control panel should be capable of avoiding unit shut down due to transit
abnormal operating conditions associated with low evaporator refrigerant temperature,
hi-condensing temperature and motor current overload. If the abnormal operating
conditions persist and the protective limit is reached, the machine will be shut down. The
microprocessor based panel should be compatible to building management system.
9.
CHILLER PERFORMANCE
The contractor shall furnish integrated part load input KW/ TR figure for the chiller, based on
constant leaving chilled water temperature of 44 0F and specified fouling factor.
The input KW/TR at full load (100%) should be maximum 1.2.
10.
TESTING
Refrigeration capacity shall be computed from the measurements of water flow and entering
and leaving water temperatures. Flow measurements shall be by an accurately calibrated flow
meter/ balancing valves and temperatures by a mercury-in glass thermometer computed results
shall conform to the specified capacities and quoted ratings. Power consumption shall be
computed from measurements of incoming voltage and input current.
The Evaporator and condenser, after erection at site, shall be subjected to pressure testing for a
period of 24 hours.
Page 403 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
SECTION – 3
WATER CIRCULATING EQUIPMENTS
1.
GENERAL
The various items of the water circulating system shall be complete in all respects and
comply with the specification given below. The total sound intensity with all fans in
operation shall not practically exceed 60 DB at a distance of 50 meters.
2.
PUMP SETS
Various pumps shall be of type and capacity specified in the schedule of
quantities.
2.1
SPLIT CASING TYPE CHILLED WATER PUMPS
2.1.1 The pump sets shall be vertical split casing with suction and discharge flanged
connections coupled with totally enclosed fan cooled squirrel cage induction
motor and suitable starter as specified.
2.1.2 The pump casting shall be high density cast iron, volute type design and machined
to a narrow tolerance.
2.1.3 The impeller shall be gunmetal double entry shrouded design, properly balanced.
2.1.4 Water mechanical seals shall be provided to minimize water leakage and should be
easily serviceable in the field.
2.1.5 Motor and starter shall conform to relevant specifications and of ratings given in
"schedule of quantities".
2.1.6 All Pumps shall be of IS specification.
2.1.7 The maximum speed of the pump shall be 1450 RPM.
3.
MISCELLANEOUS
The following shall be included: 3.1
3.2
The chilled water circulating pumps shall be insulated with 80 kg/cum density resin
bonded fiber glass duly cladded between aluminum sheets of 0.5mm thickness.
Water pressure gauge at inlet and outlet of each pump complete with isolation
cocks. Vibration isolation shall be cushy foots type for each pump. Stainless steel
bellows type flexible connections shall be provided at pump inlet and outlet.
Page 404 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
4.
4.1
4.2
INSTALLATION AND TESTS
The pump sets shall be mounted on cement concrete foundation including
grouting nuts, bolts, channels etc. shall be provided by the contractor.
On installation the capacity of the pumps shall be checked by measuring water
flow, motor current and measuring pressure difference at inlet and outlet. The
readings shall be recorded to compare actual performance with the specified data.
5.
VARIABLE SPEED PUMPING SYSTEM FOR SECONDARY CHW PUMPS
Variable speed pump should provide stable and predictable flow rate over a wide
variation of head pressure including the following:The control system shall include as a minimum, the programmable logic pump
controller, adjustable frequency drive(s) and remote sensor/ transmitters as
indicated on the drawings. Provide additional items as specified or as required to
properly execute the sequence of operation.
The variable speed pump logic controller, adjustable frequency drives(s), AFD by
pass and remote sensor/ transmitter(s) shall ship as individual components to the
job site.
Pump logic controller, adjustable frequency drives, sensor / transmitters and
related equipment shall be installed by the HVAC contractor as shown on the
drawing.
Line voltage power wiring shall be installed by the HVAC contractor as shown on
the field connection drawings and wiring diagrams supplied with the pumping
package.
Low voltage (24V DC and 110V AC) wiring shall be installed by the BMS contractor
as shown on the field connection drawings and wiring diagrams supplied with the
pumping package.
COMPONENTS
Pump Logic Controller
5.1
The Technologic pump logic controller assembly shall be listed by and bear the
label of underwriters Laboratory, Inc. (UL). The controller shall meet part 15 of FCC
regulations pertaining to class - A computing devices. The controller shall be
specifically designed for variable speed pumping application.
5.1.1
The controller shall function to a proven program that safeguards against
damaging hydraulic conditions including:
Motor overload
Pump flow surges
Page 405 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Hunting
End of Curve
5.1.2 The pump logic controller shall be capable of receiving up to 7 remote process
variable signals. It will then select the analogue signal that has deviated the
greatest amount from its set point. This selected signal will be used as the
commend feedback input for a hydraulic stabilizing function to minimize hunting.
Each input signal shall be capable of maintaining a different set point value.
Controller shall be capable of controlling up to two pumps in parallel.
5.1.3 The pump logic controller shall have an additional analog input for a flow sensor.
This input shall serve as the criteria for the end of curve protection algorithm.
5.1.4 The hydraulic stabilizer program shall utilize a proportional-integral- derivation
control function. The proportional, integral and derivative values shall be uses
adjustable over an infinite range.
5.1.5
The pump logic controller shall be self prompting. All messages shall be
displayed in plain English. The operator interface shall have the following
features.
-
Multi-fault memory and recall.
On screen help functions
LED pilot lights and switches.
Soft-touch membrane keypad switches.
-
-
The readout shall be two lines of forty 0.25” backlit LCD super twist characters
capable of displaying the following values:
5.1.6
-
Differential pressure in PSIG
Pressure in PSIG
Flow in GPM
Temperature in degrees °F or °C
Differential temperature in degree °F or °C
The following communication features shall be provided to the BAS:
-
Remote system start/stop
Failure of any system component
Process variable
AFD Speed
Equipments/ Controllers shall be compatible with existing BMS
5.2
5.2.1
ADJUSTABLE FREQUENCY DRIVE.
The adjustable frequency drive (s) shall be pulse width modulation (PWM) type,
microprocessor controlled design.
5.2.2
The AFD including all factory installed options shall have CSA approval.
Page 406 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
5.2.3
Enclosure shall be NEMA 1 ventilated for installation as a wall mounted of freestanding unit, depending on the amp-rating. A hand-off-auto switch and speed
potentiometer shall be function via AFD key pad.
5.2.4
AFD shall utilize a diode bridge rectifier to convert three phase AC to a fixed DC
voltage. Power factor shall remain above 0.98 regardless of speed or load. AFDs
employing power factor correction capacitors shall not be acceptable.
5.2.5
Insulated gate bipolar transistors shall be used in the inverter section to convert
the fixed DC voltage to a three phase, adjustable frequency, AC output. An
internal line reactor shall be provided to lower harmonic distortion of the power
line to increase the fundamental power factor.
5.2.6
The following customer modifiable adjustments shall be provided:
-
5.2.7
5.2.8
5.2.9
Accel time: 0.1 to 1800 seconds
Decel time : 0.1 to 1800 seconds
Minimum frequency: 0 HZ
Analog input filter: 0.1 to 10 seconds
Analog outputs: 10 to 1 gain
Speed reference signal shall be customer selectable for 0-10VDC or 4-20 mA.
The AFD shall be suitable for elevations to 3300 feet above sea level without derating .Maximum operating ambient temperature shall not be less than 104
degrees F. AFD shall be suitable for operation in environments up to 95% noncondensing humidity.
The AFD shall be capable of displaying the following information in plain English
via a 40 character alphanumeric display:
-
Frequency
Voltage
Current
Kilowatts per hour
Fault identification
Percent torque
Percent power
RPM
5.3
SENSOR/TRANSMITTERS:
Provide adequate Nos. field mounted differential pressure sensor transmitter (s)
as required at site. Unit shall transmit an isolated 4-20A mA DC signal indicative of
process variable to the pump logic controller via standard two wire 24 DC system.
Unit shall have a corrosion resistant steel body with 1/8” NPT process connection.
It shall have a NEMA 1electrical enclosure capable of withstanding 450 PSI static
pressure. Accuracy shall be within 0.5% of full span.
Page 407 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
5.4
SEQUENCE OF OPERATION
5.4.1
The system shall consist of a technologic pump logic controller, one
duty
pump /AFD set, with duty standby pump selection, automatic alternation and
automatic transfer to the standby pump.
5.4.2
The pumping system shall start upon the closure of customer’s contact when the
pump logic controller Mode of Operation selector switch is in the REMOTE
position.
5.4.3
5.4.4
When the pump logic controller selector switch is in the LOCAL position, the
pumping system shall operate automatically. Sensor/transmitters shall be
provided as indicated on the plans.
Each sensor/transmitter shall send a 4-20mA signal to the technologic pump logic
controller, indicative of process variable condition.
5.4.5
5.4.6
5.4.7
The Technologic pump logic controller shall compare each signal to the
independent, engineer/user determined set points.
When all set points are satisfied by the process variable, the pump speed shall
remain constant at the optimum energy consumption level.
The technologic pump logic controller shall continuously scan and compare each
process variable to its individual set point and control to the least satisfied zone.
5.4.8
As the worst-case zone deviates from set point, the pump logic controller shall
send the appropriate analog signal to the AFD to speed up or slow down the
pump/motor.
5.4.9
The redundant variable speed system shall be started through the pump logic
controller.
5.4.10 In the event of a system differential pressure failure due to a pump or AFD fault,
the pump logic controller automatically initiates a times sequence of operation to
start the redundant pump/AFD set in the variable speed mode.
5.4.11 In the event of the failure of a zone sensor/transmitter, its process variable signal
shall be removed from the scan / compare program. Alternative zone sensor
/transmitters, if available, shall remain in the scan/compare program for
control.
5.4.12 The zone number corresponding to the failed sensor/ transmitter shall be
displayed
on the operator interface of the pump logic controller.
5.4.13 In the event of failure to receive all zone process variable signals, the AFD shall
maintain 100% speed, reset shall be automatic upon correction of the zone failure.
Page 408 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
5.4.14 Pump or AFD fault shall be continuously scrolled through the display on the
operator interface of the pump logic controller until the fault has been corrected
and the Controller has been manually reset.
5.4.15 Manual override arrangement for all control system to be provided.
6.
PUMPS SUITABLE FOR VARIABLE SPEED.
Pumps shall be single stage, end suction design with a foot mounted volute to allow
servicing of the impeller and bearing assembly without disturbing piping connections.
Pump volute shall be class 30 cast iron with integrally cast pedestal support feet. The
impeller shall be cast bronze enclosed type, dynamically balanced keyed to the shaft and
secured by a locking cap screw.
The liquid cavity shall be sealed off at the pump shaft by an internally flushed
mechanical seal with ceramic seal seat and carbon seal ring, suitable for continuous
operation at 225o F.A. replaceable bronze shaft sleeve shall completely cover the wetted
area under the seal.
Pump shall be rated for minimum of 175 psi working pressure. Volute shall have gauge
tappings at the suction and discharge nozzles and vent and drain tappings at the top and
bottom.
Base plate shall be structural steel or fabricated steel channel with fully enclosed sides
and ends, and securely welded cross members. Grouting area shall be fully opened. A
flexible type, centre drop-put design coupler, capable of absorbing torsional vibration
shall be employed between the pump and motor. Coupler shall be shielded by a coupler
guard securely fastened to the base.
Motor shall be energy efficient, totally enclosed fan cooled, class ‘F’ insulation and
suitable for operation on AFD (only for secondary side).
Motor shall be specially designed for quite operation and its speed shall not exceed 1450
RPM. The motor rating shall be such as to ensure non-overloading of the motor
throughout its capacity range. Motor shall be suitable for 415 ± 10% volts, 3 phase, 50
cycles AC power supply.
Page 409 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
SECTION – 4
AIR HANDLING UNITS (AHUs)
1.
GENERAL
The scope of this section comprises the supply, erection, testing and commissioning of double
skin construction, air handling units, conforming to these specifications and in accordance with
requirements of drawings and of the Schedule of Quantities. Bidder shall provide excise duty
gate pass duly authorized for AHU’s and Coils at the time of delivery at site.
The air handling system shall be complete in all respects & shall be BMS Compatible.
2.
AIR HANDLING UNITS
The air handling units shall be double skin construction, draw-thru type comprising of various
sections such as mixing box, (wherever the return air and fresh air are ducted), prefilter section,
coil section and fan section, microvee filters section, Hepa filter section (wherever required) as
shown on drawings and included in Schedule of Quantities. The air handling capacities,
maximum motor horsepower and static pressure shall be as shown in Schedule of Quantities.
3.
CEILING SUSPENDED TYPE AIR HANDLING UNITS
3.1
CASING
Double skinned panels to be fabricated with anodized extruded aluminum section framework
bolted together with sandwich panel having 0.6 mm thick GI pre- plasticized outer skin and 0.6
mm thick plain GI inner skin. 25 mm thick PU foam insulation having density of 32 kg/ m 3
material to be sandwiched between two skins.
The panels shall be sealed to the framework by heavy duty `O' ring gaskets held captive in the
framed extrusion. All panels shall be detachable or hinged. Hinges shall be made of die cast
aluminum / engg. nylon plastic with stainless steel pivots, handles shall be made of hard nylon
and be operational from both inside and outside of the unit. Units supplied with various
sections shall be suitable for onsite assembly with continuous foam gasket. All fixing and
gaskets shall be concealed.
Units shall have hinged quick opening access doors in the fan and filter section. Access doors
shall also be double skin type.
Condensate drain pan shall be fabricated from 18 gauge stainless steel sheet. It shall be isolated
from bottom floor panel through PU foam insulation.
Page 410 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
3.2
MOTOR AND DRIVE
Fan motors shall be highly efficient and shall be 415±10% volts, 50 cycles, three phase, totally
enclosed fan-cooled class F, with IP-55 protection. Motors shall be especially designed for quiet
operation and motor speed shall not exceed 1440 rpm. Drive to fan shall be provided through
‘V’ belt-drive arrangement. Belts shall be of the oil-resistant type.
3.3
FAN
Fans shall be DIDW centrifugal, forward inclined blades. Fan casing shall be made of galvanized
steel sheet. Fan wheels shall be made of galvanized steel. Fan shaft shall be grounded C40
carbon steel and supported in self-aligning Plummer block operating at less than 75% of first
critical speed, grease lubricated bearings. Fan wheels and pulleys shall be individually tested
and precision balanced dynamically.
Motors shall be mounted inside the AHU casing on slide rails for easy belt tensioning, and be
totally enclosed, fan cooled, to be class `F' insulation. Motors shall drive heavy duty V-belt,
constant pitch, drive selected at 110% of motor horsepower.
Both fan and motors assemblies shall be mounted on a deep section aluminum alloy base frame.
Isolation shall be provided from the unit casing by combination spring and rubber anti-vibration
mounts and flame retardant, waterproof neoprene impregnated flexible connection on the fan
discharge.
3.4
COOLING COIL
Chilled water coils shall have 12.5 to 15 mm outer tube diameters and 0.5 mm tube wall
thickness with sine wave aluminum fins min. 0.18mm thick firmly bonded to copper tubes
assembled in zinc coated steel frame. Face and surface areas shall be such as to ensure rated
capacity from each unit and such that the air velocity across the cooling/ heating coil shall not
exceed 170 meters per minute. The coil shall be pitched in the unit casing for proper drainage.
Each coil shall be factory-tested at 21 kg per sq.m air pressure under water. Tube shall be
hydraulically/ mechanically expanded for minimum thermal contact resistance with fins. Fin
spacing shall be 4 - 5 fins per cm.
Coils shall be sealed in polythene bags and packed in crates properly. Coils with damaged fins
shall not be accepted.
3.5
FILTERS
Each unit shall be provided with a factory assembled 50 mm thick washable synthetic type Pre
filters with an efficiency of 90% down to 10 micron provided with anodized aluminum frame.
Filter banks shall be easily accessible and designed for easy withdrawal and renewal of filter
cells. The media shall be supported with HDPE mesh on one side and aluminum mesh on other
side Filter framework shall be fully sealed and constructed from aluminum alloy. Filter banks
face velocities shall not exceed 170 mtr/ minute.
Page 411 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
4.
FLOOR MOUNTED AIR HANDLING UNITS (AHUs )
4.1
CASING
Double skinned panels to be fabricated with anodized extruded aluminum section framework
bolted together with sandwich panel having 0.8 mm thick GI plasticized outer skin and 0.8 mm
thick plain Aluminum inner skin. 43 mm thick PU foam insulation having density of 32/38 (as
specified) kg/ m3 material to be sandwiched between two skins.
The entire frame shall be mounted on a sheet steel channel base of 100 mm height. The panels
shall be sealed to the framework by heavy duty `O' ring gaskets held captive in the framed
extrusion. All panels shall be detachable or hinged. Hinges shall be made of die cast aluminum /
engg. nylon plastic with stainless steel pivots, handles shall be made of hard nylon and be
operational from both inside and outside of the unit. Units supplied with various sections shall
be suitable for onsite assembly with continuous foam gasket. All fixing and gaskets shall be
concealed.
Units shall have hinged quick opening access doors in the fan and filter section. Access doors
shall also be double skin type.
Condensate drain pan shall be fabricated from 18 gauge stainless steel sheet. It shall be isolated
from bottom floor panel through PU foam insulation.
4.2
MOTOR AND DRIVE
Fan motors shall be highly efficient and shall be 415±10% volts, 50 cycles, three phase, totally
enclosed fan-cooled class F, with IP-55 protection. Motors shall be especially designed for quiet
operation and motor speed shall not exceed 1440 rpm. The motor should be suitable for VFD
operation (wherever specified). Drive to fan shall be provided through ‘V’ belt-drive
arrangement. Belts shall be of the oil-resistant type.
4.3
FAN
Fans shall be DIDW centrifugal, forward/backward inclined blades (as mentioned in BOQ). Fan
casing shall be made of galvanized steel sheet. Fan wheels shall be made of galvanized steel.
Fan shaft shall be grounded C40 carbon steel and supported in self-aligning Plummer block
operating at less than 75% of first critical speed, grease lubricated bearings. Fan wheels and
pulleys shall be individually tested and precision balanced dynamically.
Motors shall be mounted inside the AHU casing on slide rails for easy belt tensioning, and be
totally enclosed, fan cooled, to be class `F' insulation. Motors shall drive heavy duty V-belt,
constant pitch, drive selected at 110% of motor horsepower.
Both fan and motors assemblies shall be mounted on a deep section aluminum alloy base frame.
Isolation shall be provided from the unit casing by combination spring and rubber anti-vibration
mounts and flame retardant, waterproof neoprene impregnated flexible connection on the fan
discharge.
Page 412 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
4.4
COOLING COILS
Chilled water coils shall have 12.5 to 15 mm outer tube diameters and 0.5 mm tube wall
thickness with sine wave aluminum fins min. 0.18mm thick firmly bonded to copper tubes
assembled in zinc coated steel frame. Face and surface areas shall be such as to ensure rated
capacity from each unit and such that the air velocity across the cooling/ heating coil shall not
exceed 170 meters per minute. The coil shall be pitched in the unit casing for proper drainage.
Each coil shall be factory-tested at 21 kg per sq.m air pressure under water. Tube shall be
hydraulically/ mechanically expanded for minimum thermal contact resistance with fins. Fin
spacing shall be 4 - 5 fins per cm.
Coils shall be sealed in polythene bags and packed in crates properly. Coils with damaged fins
shall not be accepted.
4.5
FILTERS
Each unit shall be provided with a factory assembled 50 mm thick washable synthetic type Pre
filters with an efficiency of 90% down to 10 micron provided with anodized aluminum frame.
Filter banks shall be easily accessible and designed for easy withdrawal and renewal of filter
cells. The units shall be provided with factory assembled non-woven synthetic type fine filter
section (wherever specified) having efficiency of 99% down to 5 micron provided with anodized
aluminum frame. The media shall be supported with HDPE mesh on one side and aluminum
mesh on other side Filter framework shall be fully sealed and constructed from aluminum alloy.
Filter banks face velocities shall not exceed 170 mtr/ minute.
5.
HEAT RECOVERY SECTION (Wherever specified)
The Heat Recovery section shall include enthalpy wheels and shall have minimum
recovery of 75% of total heat, i.e. both sensible and latent (each being 75%). The
recovery of sensible and latent shall be equal Necessary computerized selection of the
wheel should be provided along with the bid to justify the same. The wheel shall be
made of pure aluminum foil coated with molecular sieve desiccant. The cross
contamination between the two air streams shall be nil and leakage less than 0.04%. The
vertical and radial run of the wheel shall be less than 1 mm per meter of diameter. The
wheels shall have non-contact labyrinth seals for effective sealing between the two air
streams.
Page 413 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
Heat Recovery Wheel specifications:
The substrate: The substrate or wheel matrix should be only of pure aluminum foil so
as to fallow.
a)
b)
c)
quick and efficient uptake of thermal energy.
sufficient mass for optimum heat transfer.
maximum sensible heat recovery at a relatively low rotational speed of 20 to 25
rpm.
Non metallic substrates made from paper, plastic, synthetic or glass fibre media, will
therefore, not be acceptable.
The substrate shall not be made from any material which is combustible or supports
combustion like synthetic fibrous media.
The wheel has to be certified as per DIN EN ISO 846 with 0% fungal and bacterial growth
at 95% Relative humidity and above.
Fire rating:
NFPA - 90A certification with 0% for Flame spread classification should be confirmed by
manufacturer.
Pressure drop:
The presure drop across the rotary heat exchanger shall not exceed 0.1 inch for every
100 FPM face velocity, or part thereof, for the minimum stated / required latent
recoveries / efficiencies
NECESSARY SOFTWARE SELECTION OF THE WHEEL HAS TO BE ENCLOSED TO JUSTIFY
THE PRESSURE DROP AND EFFICIENCY CALCULATIONS.
The Desiccant: The desiccant should be water molecule selective and non-migratory.
The desiccant should be molecular sieve 3Å, so as to keep the cross contamination to
absolute minimum and also ensure the exclusion of contaminants from the air streams,
while transferring the water vapour molecules.
The desiccant, of sufficient mass which should not be less than 5 kg per 1000 cfm of air,
should be coated with non masking porous binder adhesive on the aluminum substrate so
as to allow quick and easy uptake and release of water vapour. A confirmation has to be
provided by manufacturer of wheel to this effect. A matrix with desiccants impregnated
in non metallic substrates, such as synthetic fibre, glass fibre, etc. will not be accepted.
The rotor/wheel matrix shall have equal sensible and latent recovery.
Page 414 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
The weight of desiccant coating and the mass of aluminum foil shall be in a ratio so as to
ensure equal recovery of both sensible and latent heat over the operating range.
Accordingly, a rotor matrix which has an etched or oxidized surface to make a desiccant
on a metal foil and results in insufficient latent recovery and hence unequal recovery, or
a rotor matrix made from desiccant integrated in a synthetic fibre matrix which results
in insufficient sensible recovery, high rotation speed, and unequal recovery, will not be
accepted.
Rotor : With optimum heat and mass through matrix formed by desiccant, of sufficient
mass, coated on an aluminum foil, the rotor should rotate at lower than 20 to 25 RPM,
thereby also ensuring long life of belts and reduced wear and tear of seals.
The rotor shall be made of alternate flat and corrugated aluminum foil of uniform width.
The rotor honeycomb matrix foil should be so wound and adhered as to make a
structurally very strong and rigid media which shall not get cracked, deformed etc. due
to change of temperature or humidity.
The rotor having a diameter upto 2800 mm shall have spokes to reinforce the matrix.
From 2000 mm diameter upwards, the option of a special wing structure, to prevent the
rotors from wobbling or deforming due to the successive pressure differentials, will be
available.
Sectioned wheels, with pie segments, capable of being assembled in the field, shall be
available as an option, above 2000 mm in diameter.
The surface of the wheel/rotor should be highly polished to ensure that the vertical run
out does not exceed + 1 mm for every 1 metre diameter, thereby ensuring, negligible
leakage, if labyrinth non contact seals are provided, and minimal drag, if contact wiper
seals are provided.
The radial run out also shall not exceed + 1 mm for every 1 meter diameter, thereby
minimizing the leakage/drag on the radial seals, and minimize the fluctuation in the
tension of the drive belt.
The number of wraps (of alternative corrugated and flat foil) for every inch of rotor radii
shall be very consistent so as to ensure uniform air flow and performance over the
entire face in the air stream. Flute height and pitch will be consistent to a very tight
tolerance to ensure uniform pressure drop and uniform airflows across the rotor face.
Page 415 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
The rotor shall be a non clogging aluminum media, having a multitude of narrow
aluminum foil channels, thus ensuring a laminar flow, and will allow particles upto 800
microns to pass through it.
The media shall be cleanable with compressed air, or low pressure steam or light
detergent, without degrading the latent recovery.
The Cassette / casing
The recovery wheel cassette/casing shall be manufactured from tubular / sheet metal
structure to provide a self supporting rigid structure, complete with access panels,
purge sector, rotor, bearings, seals, drive mechanism complete with belt.
The rotor/wheel should have a field adjustable purge mechanism to provide definite
separation of airflow minimizing the carryover of bacteria, dust and other pollutants,
from the exhaust air to the supply air. It shall be possible, with proper adjustment, to
limit cross contamination to less than 0.04% of that of the exhaust air concentration.
The face and radial seals shall be four (4) pass non contact labyrinth seals / brush seal
for effective sealing between the two air streams, and also for a minimum wear and tear
ensuring long life of seals.
6.
LIMITATIONS
The air velocity across the cooling/ heating coil shall not exceed 170mtr/minute.
The fan outlet velocity shall not exceed 600 mtr / minute.
7.
CONTROLS (Priced Separately)
Each AHU shall be provided with pressure independent cum balancing cum two way control
valve for cooling circuit with modulating motor (both items are separately itemized in the
schedule of quantity) for maintaining inside dry bulb temperature and RH within design limits.
Modulating motor shall be compatible with Building Management System.
8.
ACCESSORIES
Each air handling unit shall be provided with manual air vent at high point in the cooling coil and
drain plug in the bottom of the coil.
In addition, the following accessories shall be required at air handling units, their detailed
specifications are given in individual sections, and quantities separately identified in Schedule of
Quantities.
a)
Insulated butterfly valves, `Y' strainer, union and condensate drain piping upto sump or
floor drain in air handling unit room, as described in section "Piping" ( Priced
separately).
Page 416 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
b)
9.
Thermometers in the thermometer wells and pressure gauge (with cocks) within gauge
ports in chilled water supply and return lines (wherever specified).
ISOLATORS
Vibration isolators shall be provided with all air handling units. Vibration isolators shall be
ribbed rubber pads.
10.
PAINTING
Shop coats of paint that have become marred during shipment or erection shall be cleaned off
with mineral spirits, wire brushed and spot primed over the affected areas, then coated with
paint to match the finish over the adjoining shop painted surface.
11.
PERFORMANCE DATA
Air handling unit shall be selected for the lowest operating noise level of the equipment. Fan
performance rating and power consumption data, with operating points clearly indicated shall
be submitted and verified at the time of testing and commissioning of the installation.
12.
TESTING
The air-handling unit shall be tested to measure air quantity and coil performance by measuring
temperature difference, water pressure drop across coil and then calculating the capacity by
using the above measurements.
Before painting the air-handling units, these shall be inspected by the authorized
representative/s of department.
Page 417 of 508
DEVELOPMENT OF CSIR INNOVATION COMPLEX AT CSIR-NIO REGIONAL
CENTRE, LOKHANDWALA ROAD, FOUR BUNGALOWS, ANDHERI (W), MUMBAI
SECTION – 5
HEAT RECOVERY VENTILATION UNIT
1.
GENERAL
The scope of this section comprises the supply, erection, testing and commissioning of double
skin construction heat recovery ventilation units, conforming to these specifications and in
accordance with requirements of drawings and of the Schedule of Quantities.
2.
The units shall be double skin construction, draw-thru type comprising of various sections such
as prefilter section, coil section and fan section as shown on drawings and included in Schedule
of Quantities.
2.1
CAPACITY
The capacities, maximum motor horsepower and static pressure shall be as shown in Schedule
of Quantities.
2.2
CASING
Double skinned panels to be fabricated with anodized extruded aluminum section framework
bolted together with sandwich panel having 0.8 mm thick pre –plasticized GI sheet outside & 0.8
mm thick plane GI inner skin with 43 mm thick PU foam insulation having density of 38 ± 2 kg/
m3 to be sandwiched between two skins with thermal-break profile and suitable for outdoor
installation.
The entire frame shall be mounted on a sheet steel channel base of 100 mm height. The panels
shall be sealed to the framework by heavy duty ‘O’ ring gaskets held captive in the framed
extrusion. All panels shall be detachable or hinged. Hinges shall be made of die cast aluminum /
engg. nylon plastic with stainless steel pivots, handles shall be made of hard nylon and be
operational from both inside and outside of the unit. Units supplied with various sections shall
be suitable for onsite assembly with continuous foam gasket. All fixing and gaskets shall be
concealed.
Units shall have hinged quick opening access doors for fan and filter section. Access doors shall
also be double skin type.
2.3
MOTOR AND DRIVE
Fan motors shall be highly efficient (suitable for VFD applications wherever specified) and shall
be 415 ± 10% volts, 50 cycles, three phase, totally enclosed fan-cooled class F, with IP-55
protection. Motors shall be especially designed for quiet operation and motor speed shall not
exceed 1440 rpm. Drive to fan shall be provided through ‘V’ belt-drive arrangement. Belts shall
be of the oil-resistant type.
Page 418 of 508
DEVELOPMENT OF C