Anda di halaman 1dari 239

PART A & B

Name of work

: Construction of IIT Kharagpur Research Park, New Town, Rajarhat.


SH:- Main Building B+G+9 Storied cum Auditorium , Substation
building including Internal Water Supply, Sanitary Installations, Internal
Road, Drainage, Sewage, Internal Electrical Installations, Lifts, wet riser
system, substation, air conditioning.
.
INDEX

Sl. No.

Description

Part-A

(Civil Components - TECHNICAL BID, Page 1 to 49)

Page No.

Index

1 to 2

2
3
4

Salient Features of Tender


Information and Instruction to Contractor for e-Tendering
NIT (Form CPWD-6)

3 to 4
5 to 8
9 to 17

5.

Item Rate Tender & Contract for Works (Form CPWD-8)

18 to 28

6.

Recovery Rates

7.
9.

General Guidelines for Bidders


Information regarding Eligibility
i)
Letter of Transmittal
ii)
Form A
iii)
Form B
iv)
Form C
v)
Form D
vi)
Form E
vii)
Form F
viii)
Form G
ix)
Form H
x)
Form I
xi)
Form J

Part-B

10.

(Civil Components FINANCIAL BID, Page 50 to 97


& S1 to S42)
Particular Specifications & Special Conditions

29
30 to 34
35
36
37
38
39
40
41
42 to 43
44
45 to 46
47
48 to 49

50

51 to 91

2
Sl. No.

Description

Page No.

11.

Integrity Agreement

92 to 96

12.
13.
PartC

List of Approved Makes of Materials (Civil Work)


Schedule of Quantities(civil portion)

97
S1to S-42

(Electrical & Other Components FINANCIAL BID, Page 98 to


239 & S43 to S83)

14.

Item Rate Tender & Contract for Works (Form CPWD-8)

98 to 102

15.

Commercial and Additional specifications & Conditions

103 to 239

16.

Schedule of Quantities(Electrical portion)

S-43toS-83

Certified that this composite NIT contains


Part-A from Page 1 to Page 49, Part-B from
Page 50 to Page 97 and Schedule(civil
portion S-1 to S-42) and Part-C from Page
98 to 239 and Schedule(Electrical portion S43 to S-83) only.

Executive Engineer

AE(P)

EE(P)

3
SALIENT FEATURES OF TENDER DOCUMENTS
Name of
work

: Construction of IIT Kharagpur Research Park, New Town, Rajarhat. SH:Main Building B+G+9 Storied cum Auditorium , Substation building
including Internal Water Supply, Sanitary Installations, Internal Road,
Drainage, Sewage, Internal Electrical Installations, Lifts, wet riser system,
substation, air conditioning.
.

The tenderer is advised to read and examine the tender documents for the work and the set of drawings
available with Engineer-in-Charge carefully and inspect and examine the site and its surroundings and
satisfy himself before submitting his tender. Some salient highlights of the tender documents are:Sl.
Description of Salient Features
For details Ref. to
page/conditions No.
1.
The Contractor (s) shall quote the rate for each item in figures
Page-7/Para 10 of
accurately. In event no rate has been quoted for any item(s),
General Conditions
of contract 2014.
leaving space blank, it will be presumed that the contractor
has included the cost of this/these item(s) in other items and
rate for such item(s) will be considered as zero and work
will be required to be executed accordingly.
2.

No conditional rebates/conditions shall be quoted by tenderers.


The tenders of such tenderers who shall quote any condition
or/and conditional rebate shall be summarily rejected.

Part-A/Para 12 of
CPWD-6/Page
No.12

3.

Time allowed for execution of work is 21(Twenty one) months


only. The security deposit will be refunded only after the
satisfactory maintenance period of 12 months.

4.

The schedule of quantities


Components (Part-B) and
(Part-C). It will be
Contractor/Tenderer to sign
of tender documents.

Part-A/Page-22 &
Page-23 /Clause-5,
Clause 10CC and
Clause 17 of the
General Conditions
of the
Contract
2014.
Part-B/page S1 to
S42
(Civil Components)
Part-C/page S43 to
S83
(Electrical
components)

5.

The contractor (s) shall not be entitled to be paid any interim


payment if the gross work to be done together with net
payment/adjustment of advances for material collected, if any,
since the last such payment is less than Rs. 1.50 Cr. for Civil
Components and for Rs. 50 lacs for Electrical & Other
Components.

Part-A/Page23/Clause-7
CPWD-8.
Part-C/Page100/Clause-7
CPWD-8

This work is for construction of buildings in RCC framed


structure with Pile Foundation. In this connection, the
Contractor(s) shall carefully study the relevant drawings

Architectural/Structur
al Drawings

6.

AE(P)

is given in two parts viz. Civil


Electrical & Other Components.
obligatory on the part of
on Part-B as well as Part-C pages

EE(P)

of

of

4
available with EE/NIT.

Sl.

Description of Salient Features

7 7.a)

b)

c)

d)

The required entire quantities of Thermo - Mechanically


Treated (TMT) steel reinforcement bars shall have to be
procured by the contractor(s) from main producers.

The required entire quantities of cement shall have to be


procured from reputed manufacturers having production
capacity of one million tonnes or more per annum and
BIS, such as Ultra tech, ACC, , Vikram, Shree Cement,
Ambuja, Jaypee Cement, J. K. Cement, Century Cement
The materials procured as such shall have to be got tested
as specified before use.

For details Ref. to


page/conditions No.
Part-B/Page-77
to 78/Para 41.2

Part-B/Page-74
to 7/Para 41.1

Part-B/Page-73

The contractor will have to construct cement store of


adequate capacity as per details given on page 92 of
General Conditions of Contract 2014 and to make
arrangements for safe storage of steel bars as per
directions of Engineer-in-Charge.

8
.
9.

Particulars of Composite Bid

Part-A/Page-13 to 15

The contractor shall make his own arrangement for electricity and
water required for the execution of work for which nothing extra
shall be payable.

Part-B/Page-71/Para
19

10
.

Details of Milestones indicating withhold of amount in not


achieving the milestone

Part-A/Page-23

AE(P)

EE(P)

5
INFORMATION AND INSTRUCTIONS FOR CONTRACTORS FOR e-TENDERING

Earnest Money

Construction
of
IIT
Kharagpur
Research
Park,
New
Town,
Rajarhat.
SH:Main
Building
B+G+9
Storied
cum Auditorium ,
Substation
building including
Internal
Water
Supply, Sanitary
Installations,
Internal
Road,
Drainage, Sewage,
Internal Electrical
Installations, Lifts,
wet riser system,
substation,
air
conditioning.

21(Twenty One) Months

Period of
Completion

Estimated cost put


to tender

Rs. 72,16,782.00
(Rupees Seventy two lacs sixteen Thousand and
Seven Hundred Eighty two) only

NIT No.

1.

Name of Work &


location

Total = Rs. 62,16,78,172.00


( Civil Work =Rs. 48,23,34,551.00 )
&
( Electrical Work =Rs 13,93,43,621.00 )

1.

11/CE/EE/KCD-V/2014-15

Sl. No.

The Executive Engineer, Kolkata Central Division V, CPWD, Nizam Palace, Kolkata -700020 on
behalf of the President of India invites online the bids from firms/contractors of repute in two bid
system for the following work:Last date &
time of
submission
of technical
and financial
bids

29.09. 2014
upto
03:00pm

Time and
date of
opening of
technical
bid

29.09. 2014
at 03:30
pm

Period during
which EMD
and other
Documents
shall
be submitted
physically

By the lowest
bidder only,
within seven
days after
opening of
financial bids of
eligible bidders
(the date &time
of opening of
financial bid
would be
communicated
later on to
eligible bidders
only)

Contractors who fulfill the following requirements shall be eligible to apply. Joint
ventures are not accepted.
(a)
Should have satisfactorily completed the works as mentioned below during the
last Seven years ending 28.09.2014.:(i)
Three similar works of each costing not less than Rs.2487 Lacs. or
two similar works each costing not less than Rs. 3730 Lacs. or one
similar work costing not less than Rs. 4973 Lacs.
and
(ii)
One work of any nature (either part of (i) above or a separate one)
costing not less than Rs.2487 Lacs with some Central/State
Government Department/Central Autonomous Body/ State
Autonomous Body /Central Public Sector Undertaking .
Similar work shall mean works of RCC frame structure multi storied
building (minimum 5 Storied) including Internal Water Supply, Sanitary
Installation, Internal Electrical Installation, Lifts, Internal Fire Fighting
System, HVAC and substations in India.

AE(P)

EE(P)

(b)

(c)
(d)

2.

The value of executed works shall be brought to current costing level by


enhancing the actual value of work done at simple rate of 7% per annum;
calculated from the date of completion to last date of receipt of applications for
bids.
Should have had average annual financial turnover of Rs. 62,16,78,172.00 on
construction works during the last three years ending 31st March 2014.
(Scanned copy of certificate from CA to be uploaded).
Should not have incurred any loss in more than two years during the last five
years ending 31st March 2014.
Should have a solvency of Rs. 2487 Lacs.. (Scanned copy of original solvency
to be uploaded)
The intending bidder must read the terms and conditions of CPWD-6 carefully.
He should only submit his bid if he considers himself eligible and he is in
possession of all the documents required.

3.

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

4.

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


various types of items to be executed and the set of terms and conditions of the contract
to be complied with and other necessary documents can be seen and downloaded from
website www.tenderwizard.com/CPWD or www.cpwd.gov.in or eprocure.gov.in
free of cost.

5.

But the bid can only be submitted after depositing Processing Fee in favour of ITI
Limited and uploading the mandatory scanned documents such as Demand Draft or Pay
order or Banker`s Cheque or Deposit at call Receipt or Fixed Deposit Receipts and Bank
Guarantee of any Scheduled Bank towards EMD in favour of Executive Engineer,
Kolkata Central Division-V, CPWD, Kolkata and other documents as specified.

6.

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

7.
8.

The intending bidder must have valid class-III digital signature to submit the bid.
On opening date, the contractor can login and see the bid opening process. After
opening of bids he will receive the competitor bid sheets.

9.
10.

AE(P)

Contractor can upload documents in the form of JPG format and PDF format.
Certificate of Financial Turnover: At the time of submission of bid, contractor may
upload affidavit/ Certificate from CA mentioning Financial Turnover of last 3 years or
for the period as specified in the bid documents and further details if required may be
asked from the contractor after opening of technical bids. There is no need to upload
entire volumetric balance sheet.
EE(P)

11.

12.

7
Contractor must ensure to quote rate of each item. The column meant for quoting rate in
figures appears in pink colour and the moment rate is entered, it turns sky blue.
In addition to this, while selecting any of the cells a warning appears that if any cell is
left blank the same shall be treated as 0.
Therefore, if any cell is left blank and no rate is quoted by the bidder, rate of such item
shall be treated as 0 (ZERO).
The intending bidder has to fill all the details such as Bankers name, number, amount &
date of Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or
Banker`s Cheque or Deposit at Call Receipt (drawn in favour of Executive Engineer,
Kolkata Central Division-V, CPWD, Kolkata) or Bank Guarantee as part of the
earnest money drawn on any Scheduled Bank while submitting his bid through etendering.
(A part of earnest money is acceptable in the form of bank guarantee also. In such case,
minimum 50% of earnest money or Rs 20 lacs, whichever is less, shall have to be
deposited in shape prescribed above, and balance may be deposited in shape of Bank
Guarantee of any scheduled bank having validity for six months or more from the last
date of receipt of tenders which is to be scanned and uploaded by the intending bidders).

13.

The eligibility (Technical) bid shall be opened first on due date and time as mentioned
above. The time and date of opening of financial bid of contractors qualifying the
eligibility (Technical) bid shall be communicated to them at a later date.

14.

Pre Bid conference shall be held in the conference Hall of Chief Engineer(EZ-I) ,
C.P.W.D. in the 5th floor, Nizam Palace, Kolkata at 3.00 P.M. on 19.9.2014. to clear the
doubt of intending tenderers, if any.

15.

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

Executive Engineer
Kolkata Central Division
C.P.W.D, Nizam Palace
Kolkata-700020
List of Documents to be filled in by the tenderers in various forms as indicated in Section III, to be
scanned and uploaded within the period of bid submission:
1.
2.
3.
4.
5.
6.
7.
8.

9.
AE(P)

Treasury challan/Demand draft/Pay order or Bankers cheque/ Deposit at Call Receipt/


Bank Guarantee of any Scheduled Bank against EMD.
Certificates of Works Experience (Form C, D & E).
Certificate of Financial Turnover from Charted Accountant (Form A).
Bank Solvency Certificate (Form B).
Details of Technical & Administrative Personnel (Form G).
Details of Construction Equipment (Form H).
Affidavit for no back to back execution of work (Form I).
An undertaking that The Physical EMD shall be deposited by me/us with the EE calling
the tender in case I/we become the lowest tenderer within a week of the opening of
financial bid otherwise department may reject the tender and also take action to withdraw
my/our enlistmen/ debar me/us from tendering in CPWD.
Structure & Organization (Form F).
EE(P)

8
10.
Certificate of Registration for Sales Tax/VAT and acknowledgement of up to date filed return.
11. Certificate of Registration for Service Tax and acknowledgement of up to date filed return.
12. Any other document as specified in the press notice.

AE(P)

EE(P)

9
CPWD-6

CPWD
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
NOTICE INVITING TENDER

1. Item rate bids are invited on behalf of President of India from firms/contractors of repute in two
bid system for the work of Construction of IIT Kharagpur Research Park, New Town, Rajarhat.
SH:- Main Building B+G+9 Storied cum Auditorium , Substation building including Internal
Water Supply, Sanitary Installations, Internal Road, Drainage, Sewage, Internal Electrical
Installations, Lifts, wet riser system, substation, air conditioning.
.
Joint ventures are not accepted.
1.1

The work is estimated to cost Rs.62,16,78,172.00( Rs.48,23,34,551.00. for


Civil Components & Rs.13,93,43,621.00 for Electrical & Other Components).
This estimate, however, is given merely as a rough guide.
1.1.1
The authority competent of approve NIT for the combined cost and
belonging to the major discipline will consolidate NITs for calling the
bids. He will also nominate Division which will deal with all matters
relating to the invitation of bids.
For composite bid, besides indicating the combined estimated cost put to
bid, should clearly indicate the estimated cost of each component
separately. The eligibility of bidders will correspond to the combined
estimated cost of different components put to bid.

1.2

Intending bidder is eligible to submit the bid provided he has definite proof from
the appropriate authority, which shall be to the satisfaction of the competent
authority, of having satisfactorily completed similar works of magnitude specified
below:-

1.2.2

Criteria of eligibility.
Contractors who fulfill the following requirements shall be eligible to apply. Joint
ventures are not accepted.
Should have satisfactorily completed the works as mentioned below during the
last Seven years ending 28.09.2014. The works Completed up to previous day
of last date of submission of tenders shall also be considered. :(i)
Three similar works of each costing not less than Rs. 2487
Lacs. or two similar works each costing not less than Rs. 3730
Lacs. or one similar work costing not less than Rs. 4973Lacs.
And
(ii)
One work of any nature (either part of (i) above or a separate
one) costing not less than Rs.2487 Lacs with some Central/
State Government Department/Central Autonomous Body/
State Autonomous Body /Central Public Sector Undertaking
/State Public Sector Undertaking.

AE(P)

EE(P)

10

Similar work shall mean works of RCC frame structure multi storied
building (minimum 5 Storied) including Internal Water Supply, Sanitary
Installation, Internal Electrical Installation, Lifts, Internal Fire Fighting
System, HVAC and substations in India
The value of executed works shall be brought to current costing level by
enhancing the actual value of work done at simple rate of 7% per annum;
calculated from the date of completion to last date of receipt of applications
for tenders.
Should have had average annual financial turnover on construction works
should be at least 100% of the estimated cost during the last three
consecutive finance years ending 31st March 2014. (Scanned copy of
Audited Balance Sheet to be uploaded).
Should not have incurred any loss in more than two years during the last
five years ending 31st March 2014.

Should have a solvency of Rs. 2487 Lacs (Scanned copy of original


solvency to be uploaded)

To become eligible for issue of bid, the bidders shall also have to
furnish an affidavit as under:
I/We undertake and confirm that eligible similar works(s) has/have not
been got executed through another contractor on back to back basis.
Further that, if such a violation comes to the notice of Department, then
I/we shall be debarred from biding in CPWD in future forever. Also, if
such a violation comes to the notice of Department before date of start of
work, the Engineer-in-Charge shall be free to forfeit the entire amount of
Earnest Money Deposit/Performance Guarantee.

2.

3.

Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD 8
which is available as a Govt. of India Publication and also available on website
www.cpwd.gov.in. Bidders shall quote his rates as per various terms and conditions of the
said form which will form part of the agreement.
The time allowed for carrying out the work will be 21 (Twenty one) months from the date
of start as defined in schedule F or from the first date of handing over of the site,
whichever is later, in accordance with the phasing, if any, indicated in the bid documents.

4.

The site for the work is available.


The Architectural Drawings and Structural Drawings shall be made available in phased
manner, as per requirement of the same as per approved programme of completion
submitted by the contractor after award of work.

5.

The bid document consisting of plans, specifications, schedule of quantities of items to be


executed and the set of terms & conditions of the contract to be complied with and other
necessary documents except Standard General Conditions of Contract Form can be seen
free of cost from website www.tenderwizard.com/CPWD or www.cpwd.gov.in.
EE(P)

AE(P)

11
6.

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

7.

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

8.

Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or Bankers
Cheque or Deposit at Call Receipt or Fixed Deposit Receipt drawn in favour of Executive
Engineer, Kolkata Central Division-V, CPWD, Kolkata should be scanned and uploaded to
the e- tendering website within the period of bid submission.
A part of earnest money is acceptable in the form of bank guarantee also. In such case,
minimum 50% of earnest money or Rs 20 lacs, whichever is less, shall have to be deposited
in shape prescribed above, and balance may be deposited in shape of Bank Guarantee of
any scheduled bank having validity for six months or more from the last date of receipt of
tenders which is to be scanned and uploaded by the intending bidders
The physical EMD of the scanned copy of EMD uploaded shall be deposited by the lowest
tenderer within a week after opening of financial bid failing which the tender shall be
rejected and enlistment of the agency shall be withdrawn by the enlisting authority. The
agency shall be debarred from tendering in CPWD.
The following undertaking in this regard shall also be uploaded by the intending bidders :The physical EMD shall be deposited by me/us with the EE calling the
tender in case I/we become the lowest tenderer within a week of the opening of
financial bid otherwise department may reject the tender and also take action to
withdraw my/our enlistment/debar me/us from tendering in CPWD.

The intending bidder has to fill all the details such as Bankers name, Demand Draft/Fixed
Deposit Receipt/Pay Order/Bankers Cheque/Bank Guarantee number, amount and date.
The amount of EMD can be paid by multiple Demand Draft/Pay Order/Bankers
Cheque/Deposit at call receipt/Fixed Deposit Receipts along with multiple Bank Guarantee
of any Schedule Bank if EMD is also acceptable in the form of Bank Guarantee.

(i) Interested contractor who wish to participate in the bid has also to make following
payments within the period of bid submission.
e-Tender Processing Fee - Rs.5618.00 shall be payable to M/s ITI Limited through their
e-gateway by credit/debit card, internet banking or RTGS/NEFT facility.
Copy of Enlistment Order and certificate of work experience and other documents as specified in the
press notice shall be scanned and uploaded to the e-Tendering website within the period of bid
submission. However, certified copy of all the scanned and uploaded documents as specified in
press notice shall have to be submitted by the lowest bidder only along with physical EMD of the
scanned copy of EMD uploaded within a week physically in the office of tender opening authority.
AE(P)

EE(P)

12
Online bid documents submitted by intending bidders shall be opened only of those bidders, who has
deposited e-Tender Processing Fee with M/s ITI Limited and Earnest Money Deposit and other
documents scanned and uploaded are found in order.
The bid submitted shall be opened at 03:30 PM on 29/09/2014
9. The bid submitted shall become invalid and e-Tender processing fee shall not be
refunded if :
i) The bidder is found ineligible.
ii) The bidder does not upload all the documents (including service tax registration/VAT
registration/Sales Tax registration) as stipulated in the bid document including the undertaking about
deposition of physical EMD of the scanned copy of EMD uploaded.
iii) If any discrepancy is noticed between the documents as uploaded at the time of submission of
bid and hard copies as submitted physically by the lowest tenderer in the office of tender
opening authority.
(iv) The lowest bidder does not deposit physical EMD within a week of opening of bid.
10. The contractor whose bid is accepted, will be required to furnish performance guarantee of 5% (Five
Percent) of the bid amount within the period specified in schedule F. This guarantee shall be in the
form of cash (in case guarantee amount is less than Rs 10000) or Deposit at Call receipt of any
scheduled bank/Bankers cheque of any scheduled bank/Demand Draft of any scheduled bank/Pay
order of any scheduled bank (in case guarantee amount is less than Rs 100000) or Government
Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of
India in accordance with the prescribed form. In case the contractor fails to deposit the said
performance guarantee within the period as indicated in schedule F including the extended period if
any, the Earnest Money deposited by the contractor shall be forfeited automatically without any notice
to the contractor. The earnest money deposited alongwith bid shall be returned after receiving the
aforesaid performance guarantee.
11. Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their bids as to the nature of the ground and sub-soil (so far as is
practicable), the form and nature of the site, the means of access to the site, the accommodation they
may require and in general shall themselves obtain all necessary information as to risks, contingencies
and other circumstances which may influence or affect their bid. A bidders shall be deemed to have
full knowledge of the site whether he inspects it or not and no extra charge consequent on any
misunderstanding or otherwise shall be allowed. The bidders shall be responsible for arranging and
maintaining at his own cost all materials, tools & plants, water, electricity access, facilities for
workers and all other services required for executing the work unless otherwise specifically provided
for in the contract documents. Submission of a bid by a bidder implies that he has read this notice and
all other contract documents and has made himself aware of the scope and specifications of the work
to be done and of conditions and rates at which stores, tools and plant, etc. will be issued to him by the
Government and local conditions and other factors having a bearing on the execution of the work.
12. The competent authority on behalf of the President of India does not bind itself to accept the lowest or
any other bid and reserves to itself the authority to reject any or all the bids received without assigning
any reason. All bids in which any of the prescribed conditions is not fulfilled or any condition
including that of conditional rebate is put forth by the bidders shall be summarily rejected.
13. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the bids
submitted by the contractors who resort to canvassing will be liable to rejection.
AE(P)

EE(P)

13
14. The competent authority on behalf of President of India reserves to himself the right of accepting the
whole or any part of the bid and the bidders shall be bound to perform the same at the rate quoted.
15. The contractor shall not be permitted to bid for works in the CPWD Circle (Division in case of
contractors of Horticulture/Nursery category) responsible for award and execution of contracts, in
which his near relative is posted a Divisional Accountant or as an officer in any capacity between
the grades of Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate the
names of persons who are working with him in any capacity or are subsequently employed by him
and who are near relatives to any gazetted officer in the Central Public Works Department or in the
Ministry of Urban Development. Any breach of this condition by the contractor would render him
liable to be removed from the approved list of contractors of this Department.
16. No Engineer of gazetted rank or other Gazetted Officer employed in Engineering or Administrative
duties in an Engineering Department of the Government of India is allowed to work as a contractor for
a period of one year after his retirement from Government service, without the previous permission of
the Government of India in writing. This contract is liable to be cancelled if either the contractor or
any of his employees is found any time to be such a person who has not obtained the permission of the
Government of India as aforesaid before submission of the bid or engagement in the contractors
service.
17.
The tender for the works shall remain open for acceptance for a period of ninety (90) days from
the date of opening of technical bid. If any bidder withdraws his bid before the said period or
issue of letter of acceptance, whichever is earlier, or makes any modifications in the terms and
conditions of the bid which are not acceptable to the department, then the Government shall,
without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest
money as aforesaid. Further the bidders shall not be allowed to participate in the re-tendering
process of the work.
18.

19.

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

The Notice Inviting Bid, all the documents including additional conditions, specifications
and drawings, if any, forming part of the bid as uploaded at the time of invitation of bid
and the rates quoted online at the time of submission of bid and acceptance thereof
together with any correspondence leading thereto.

b)

Standard C.P.W.D. Form 8.

For Composite Bids (As applicable in the present bid)


19.1.1

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

19.1.2

The bid document will include following three components:

Part A:-

CPWD-6, CPWD-8 including schedule A to F for major component of the work,


Standard General Conditions of Contract for CPWD 2014 as amended/modified
up-to-the date of dropping of tender.
.
General/specific conditions, specifications and schedule of quantities applicable
EE(P)

Part B:AE(P)

14
to major component of the work.
Part C :-

Schedule A to F for minor component of the work. (SE/EE in charge of major


component shall also be competent authority under clause 2 and clause 5 as
mentioned in schedule A to F for major components) General/specific
conditions, specifications and schedule of quantities applicable to minor
component (s) of the work.

19.1.3

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

19.1.4

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

19.1.5

After acceptance of the bid by competent authority, the EE in charge of major


component of the work shall issue letter of award on behalf of the President of
India. After the work is awarded, the main contractor will have to enter into one
agreement with EE in charge of major component and has also to sign two or
more copies of agreement depending upon number of EEs/DDH in charge of
minor component. One such signed set of agreement shall be handed over to
EE/DDH in charge of minor component. EE of major component will operate
part A and part B of the agreement. EE/DDH in charge of minor component (s)
shall operate Part C along with Part A of the agreement.
Entire work under the scope of composite bid including major and all minor
components shall be executed under one agreement.

19.1.6

19.1.7

Security Deposit will be worked out separately for each component corresponding
to the estimated cost of the respective component of works.

19.1.8

The main contractor has to associate agency(s) for minor component(s)


conforming to eligibility criteria as defined in the bid document and has to submit
detail of such agency(s) to Engineer-in-charge of minor component(s) within
prescribed time. Name of the agency(s) to be associated shall be approved by
Engineer-in-charge of minor component(s).
In case the main contractor intends to change any of the above agency/agencies
during the operation of the contract, he shall obtain prior approval of Engineer-incharge of minor component. The new agency/agencies shall also have to satisfy the
laid down eligibility criteria. In case Engineer-in-charge is not satisfied with the
performance of any agency, he can direct the contractor to change the agency
executing such items of work and this shall be binding on the contractor.

19.1.9

AE(P)

19.1.10

The main contractor has to enter into agreement with the contractor(s) associated
by him for execution of minor components(s). Copy of such agreement shall be
submitted to EE/DDH in charge of each minor component as well as to EE in
charge of major component. In case of change of associate contractor, the main
contractor has to enter into agreement with the new contractor associated by him.

19.1.11

Running payment for the major component shall be made by EE of major


discipline to the main contractor. Running payment for minor components shall be
made by the Engineer-in-charge of the discipline of minor component directly to
the main contractor.
EE(P)

19.1.12

15
The composite work shall be treated as complete when all the components of the
work are complete. The completion certificate of the composite work shall be
recorded by Engineer in charge of major component after record of completion
certificate of all other components.

19.1.13

Final bill of whole work shall be finalized and paid by the EE of major component.
Engineer(s) in charge of minor component(s) will prepare and pass the final bill for
their component of work and pass on the same to the EE of major component for
including in the final bill for composite contract.

19.1.14

In case any discrepancy is noticed between the documents as uploaded at the time
of submission of the bid online and hard copies as submitted physically in the
office of Executive Engineer, then the bid submitted shall become invalid and the
Government shall, without prejudice to any other right or remedy, be at liberty to
forfeit 50% of the said earnest money as aforesaid. Further the tenderer shall not be
allowed to participate in the retendering process of the work.

20

The eligibility (Technical) bid shall be opened first on due date and time as
mentioned above. The time and date of opening of financial bid of contractors
qualifying the eligibility (Technical) bid shall be communicated to them at a later
date.

21

Pre Bid conference shall be held in the conference Hall of Chief Engineer(EZ-I) ,
C.P.W.D. in the 5th floor, Nizam Palace, Kolkata at 3.00 P.M. on 19.9.2014. to
clear the doubt of intending tenderers, if any.

22

Sales Tax, Purchase Tax, Turnover Tax/VAT on Works Contract tax,


VAT or any other tax on materials, statutory charges (except Service
Tax), duties, West Bengal construction Workers Welfare Cess,
Education Cess, etc. shall be payable by the contractor and Government
will not entertain any claim whatsoever in respect of the same.

AE(P)

EE(P)

16

23. List of Documents to be filled in by the tenderers in various forms as indicated in Section III, to
be scanned and uploaded within the period of bid submission:
1.

Treasury challan/Demand draft/Pay order or Bankers cheque/ Deposit at Call Receipt/


Bank Guarantee of any Scheduled Bank against EMD.

2.

Certificates of Works Experience (Form C, D & E).

3.

Certificate of Financial Turnover from Charted Accountant (Form A).

4.

Bank Solvency Certificate (Form B).

5.

Details of Technical & Administrative Personnel (Form G).

6.

Details of Construction Equipment (Form H).

7.

Affidavit for no back to back execution of work (Form I).

8.

An undertaking that The Physical EMD shall be deposited by me/us with the EE calling
the tender in case I/we become the lowest tenderer within a week of the opening of
financial bid otherwise department may reject the tender and also take action to withdraw
my/our enlistmen/ debar me/us from tendering in CPWD.

9.

Structure & Organization (Form F).

10.

Certificate of Registration for Sales Tax/VAT and acknowledgement of up to date filed return.

11.

Certificate of Registration for Service Tax and acknowledgement of up to date filed return.

12.

Any other document as specified in the press notice.

AE(P)

EE(P)

17
FORM OF EARNEST MONEY (BANK GUARANTEE)
WHEREAS, contractor.................. (Name of contractor) (hereinafter called "the contractor") has
submitted his tender dated ............. (date) for the construction of .............................................. (name of
work) (hereinafter called "the Tender")
KNOW ALL PEOPLE by these presents that we ......................................... (name of bank) having our
registered office at ................................... (hereinafter called "the Bank") are bound unto
................................................... (Name and division of Executive Engineer) (hereinafter called "the
Engineer-in-Charge") in the sum of Rs. ......................... (Rs. in words .................................................)
for which payment well and truly to be made to the said Engineer-in-Charge the Bank binds itself, his
successors and assigns by these presents.
SEALED with the Common Seal of the said Bank this ................. day of ................. 20... .
THE CONDITIONS of this obligation are:
If after tender opening the Contractor withdraws, his tender during the period of validity of
(1)
tender (including extended validity of tender) specified in the Form of Tender;
If the contractor having been notified of the acceptance of his tender by the Engineer-in-Charge:
(2)
(a)
fails or refuses to execute the Form of Agreement in accordance with the Instructions
to contractor, if required; OR
fails or refuses to furnish the Performance Guarantee, in accordance with the
(b)
provisions of tender document and Instructions to contractor, OR
(c)
fails or refuses to start the work, in accordance with the provisions of the contract and
Instructions to contractor, OR
(d)
fails or refuses to submit fresh Bank Guarantee of an equal amount of this Bank
Guarantee, against Security Deposit after award of contract.
We undertake to pay to the Engineer-in-Charge up to the above amount upon receipt of his first written
demand, without the Engineer-in-Charge having to substantiate his demand, provided that in his
demand the Engineer-in-Charge will note that the amount claimed by him is due to him owing to the
occurrence of one or any of the above conditions, specifying the occurred condition or conditions.
This Guarantee will remain in force up to and including the date* ............. after the deadline for
submission of tender as such deadline is stated in the Instructions to contractor or as it may be extended
by the Engineer-in-Charge, notice of which extension(s) to the Bank is hereby waived. Any demand in
respect of this Guarantee should reach the Bank not later than the above date.

DATE .............
WITNESS ..................
(SIGNATURE, NAME AND ADDRESS)

SIGNATURE OF THE BANK


SEAL

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

AE(P)

EE(P)

18
CPWD-8

CPWD
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
Item Rate Tender & Contract or Works

(A)

Tender for the work of:- Construction of IIT Kharagpur Research Park, New Town, Rajarhat.
SH:- Main Building B+G+9 Storied cum Auditorium , Substation building including Internal
Water Supply, Sanitary Installations, Internal Road, Drainage, Sewage, Internal Electrical
Installations, Lifts, wet riser system, substation, air conditioning.
(i)
(ii)

To be submitted by *. hours on*to


Executive Engineer, Kolkata Central Division-V, CPWD, Kolkata-700020,
To be opened in presence of tenderers who may be present at * hours on
*.. in the office of Executive Engineer, Kolkata Central Division-V,
CPWD, Kolkata-700020,
Issued
to
*..
Signature
of
officer
issuing
*

the

documents

Designation
.*
Date of Issue

*.
COMPOSITE TENDER

I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F Specifications
applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, of
2014 with up to date amendments, clauses of contract, Special conditions, Schedule of Rate &
other documents and Rules referred to in the conditions of contract and all other contents in the
tender document for the work.
I/We hereby tender for the execution of the work specified for the President of India within the time
specified in Schedule F viz., schedule of quantities and in accordance in all respect with the
specifications, designs, drawing and instructions in writing referred to in Rule-1 of General Rules
and Directions and in Clause 11 of the Conditions of contract of 2014 with up to date amendments
and with such materials as are provided for, by, and in respect of accordance with, such conditions so
far as applicable.
We agree to keep the tender open for ninety (90) days from the date of opening of technical bid and
not to make any modification in its terms and conditions.
A sum of Rs. 72,16,782.00 is hereby forwarded in cash/receipt treasury challan/deposit at call receipt
of a scheduled bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled
bank/bank guarantee issued by a scheduled bank as earnest money.
* Blanks to be filled by EE/KCD-V

AE(P)

EE(P)

19
A copy of earnest money in receipt treasury challan/deposit at call receipt of a scheduled bank/fixed
deposit receipt of scheduled bank/ demand draft of a scheduled bank/bank guarantee issued by a
scheduled bank is scanned and uploaded. If I/We, fail to furnish the prescribed performance
guarantee within prescribed period, I/We agree that the said President of India or his successors, in
office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest
money absolutely. Further, if I/We fail to commence work as specified, I/We agree that President of
India or the successors in office shall without prejudice to any other right or remedy available in law,
be at liberty to forfeit the said performance guarantee absolutely. The said performance guarantee shall
be guarantee to execute all the works referred to in the tender documents upon the terms and
conditions contained or referred to those in excess of that limit at the rates to be determined in
accordance with the provision contained in Clause 12.2 and 12.3 of the tender form.
Further, I/We agree that in case of forfeiture of Earnest Money & Performance Guarantee as
aforesaid, I/We shall be debarred for participation in the re-tendering process of the work.
I/We undertake and confirm that eligible similar work(s) has/have not been got executed through
another contractor on back to back basis. Further that, if such a violation comes to the notice of
Department, then I/We shall be debarred for tendering in CPWD in future forever. Also, if such a
violation comes to the notice of Department before date of start of work, the Engineer-in-Charge
shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.
I/We hereby declare that I/We shall treat the tender documents drawings and other records connected
with the work as secret/confidential documents and shall not communicate information/derived
therefrom to any person other than a person to whom I/We am/are authorized to communicate the
same or use the information in any manner prejudicial to the safety of the State.
Dated: ..**.

Signature of Contractor **

Witness: **
Postal Address **

Address: **
Occupation: **
ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted
by me for an on behalf of the President of India for a sum of
s.*....
(Rupee*
).
The letters referred to below shall form part of this contract agreement:(a)
(b)
(C)

*
*
*
For & on behalf of President of India

Dated:
AE(P)

*..

Signature
Designation
EE(P)

20
*.

PROFORMA OF SCHEDULES
(Separate Performa for Civil and Elect. & Other Works in case of Composite Tenders)
(Operative Schedules to be supplied separately to each intending tenderer)
SCHEDULE A
Page No. S1 to S41

Schedule of quantities (as per PWD-3)

SCHEDULE 'B'
Schedule of materials to be issued to the contractor.
S.
N
o.

Description of item

Quantity

Rates in figures &


words at Which the
material will be
charged to the
contractor
4

Place of
issue

NIL

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

Description

Hire charges per


day
3

Place of Issue
4

NIL

SCHEDULE D
AE(P)

EE(P)

21
Extra schedule for specific requirements/document for the work, if any.

NIL

SCHEDULE E

PROFORMA OF SCHEDULES

CPWD

Reference to General Conditions of Contract of 2014 with amendments up-to-date of dropping the
tenders.

Name of Work

Construction of IIT Kharagpur Research Park, Rajarhat Campus, New


Town, Kolkata including Internal Water Supply, Sanitary Installations,
Internal Road, Drainage, Sewage, Internal Electrical Installations, Lifts,
Internal Fire Fighting System, External Services, Substations building
& Auditorium.

Estimated cost of
work
(i)
Civil Components
(ii)
Electrical
& Other
Components
Total

AE(P)

Rs. 48,23,34,551.00
Rs. 13,93,43,621.00
Rs. 62,16,78,172.00

(i)

Earnest Money

Rs. 72,16,782.00

(ii)

Performance Guarantee

5% of tendered value

(iii)

Security Deposit

2.5% of tendered value


The person/persons whose tender(s) may be
accepted (hereinafter called the contractor)
shall permit Govt. at the time of making any
payment to him for work done under the
contract to deduct a sum at the rate of 2.5% of
the gross amount of each running bill till the
sum along with the sum already deposited as
earnest money, will amount to security deposit
of 2.5% of the tendered value of the work. For
composite tenders, Security Deposit will be
worked out separately for each component
corresponding to the estimated cost of the
respective component of works.

EE(P)

22
SCHEDULE 'F'
GENERAL RULES & DIRECTIONS : Officer inviting tender EE/KCD-V/CPWD/Kolkata
Maximum percentage for quantity of items of
work to be executed beyond which rates are
to be determined in accordance with Clauses
12.2 12.3

See below

Definitions:
2(v)

Engineer-in-Charge

EE/KCD-V/CPWD/Kolkata or successor
thereof.

2(viii)

Accepting Authority

CE(EZ)-III/CPWD/Kolkata

2(x)

2(xi)

Percentage on cost of materials and


Labour to cover all overheads and
profits:
Standard Schedule of Rates

DSR 2013

2(xii)

Department

CPWD

9(ii)

Standard CPWD Contract Form


GCC 2014,

CPWD Form 8 modified & Corrected upto-date of dropping of tenders

Clause 1
(i)

(ii)

Clause 2

Clause 2A

Clause 5

AE(P)

15%

Time allowed for submission of Performance


Guarantee from the date of issue of letter of
acceptance
Maximum allowable extension with late fee @
0.1% per day of performance guarantee amount
beyond the period
provided in (i) above
Authority for fixing compensation under clause
2

Whether Clause 2A shall be applicable

Number of days from the date of issue of


letter of acceptance for reckoning date of
start

10(Ten) days

15(Fifteen) days

The Superintending
Engineer, Kolkata
Central Circle-III,
C.P.W.D or successor
thereof
Yes

....15... days

EE(P)

23
Mile stone(s) as per table given below:Description of Milestone (Physical) Time allowed
in
Months (from
date of start)

S. No.

1.

RCC work up to plinth level

6 Months

2.

RCC work up to G+2

9 Months

RCC work up to G+4

11 Months
13 Months

4.
5

RCC work up to G+6


RCC work up to G+9, Completion of one
sample Room and one Toilet

15 Months

6.

All masonry work

17 Months

19 Months

9.

All pipe works related to Water supply and


Sanitary and electrical conduiting. , Internal Fire
Fighting System
Finishing in all respect such as painting fitting
and fixtures in all respect
Installation of Lifts, Substations

10.

Overall completion & External Services & Road


Work Commissioning and clearing of site

21 Months

7.
8.

Amount to be with-held in
case of non achievement
of mile stone
In the event of non
achieving of necessary
progress as indicated in the
table, amount @ 0.5%
(Zero decimal five percent)
of the tender value will be
withheld
for
each
milestone.

18 Months

20 Months

Time allowed for execution of work

21 (Twenty One) Months.

Authority to decide:
(i)
(ii)

Extension of time: The Superintending Engineer, Kolkata Central


Circle-III, C.P.W.D or successor thereof
Rescheduling of mile stones: The Superintending Engineer, Kolkata
Central Circle-III, C.P.W.D or successor thereof

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

6A

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

AE(P)

Rs.1.50 Cr.

EE(P)

24
Clause 10A
List of testing equipment to be provided by the contractor at site lab.

(TABLE-1)
Equipments for Testing of Materials & Concrete at Site Laboratory
All necessary equipment for conducting all necessary tests shall be provided at the site laboratory by the
contractor at his own cost. The following minimum laboratory equipments shall be set up at site office
laboratory:Sl.
Equipment
Numbers
No.
(Minimum)
1.
Cube testing machine
1
2.
Slump cone
4
3.
Pumps and pressure gauges for hydraulic testing of pipes
2
4.
Weighing scale platform type 100 Kg capacity
2
5.
Graduated glass cylinder
As per requirement
6.
Sets of sieves for coarse aggregate [40; 20; 10; 4.75mm]
2
7.
Sets of sieves for fine aggregate [4.75; 2.36; 1.18; 600; 300 &
2
150 micron]
8.
Cube moulds size 70mmx70mmx70mm
10
9.
Cube moulds size 150mmx150mmx150mm
As required
10. Moisture content rapid moisture meter standard
2
11. Electronic balance 600gx0.1g. 10kg and 50 kg
3
12. Physical balance weight upto 5 kg
1
13. Digital thermometer upto 150oc
1
14. Measuring jars 100ml, 200ml, 500ml
2 Nos. each size
15. Gauging trowels 100mm & 200mm with wooden handle
4 Nos. Each size
16. Spatula 100mm & 200mm with long blade wooden handle
2 Nos. Each size
17. Vernier calipers 12 & 6 size
2
18. Digital PH motor least count 0.01mm
1
19. Digital Micrometer least count. 0.01mm
1
20. Digital paint thickness meter for steel 500 micron range
1
21. GI tray 600x450x50mm, 450x300x40mm, 300x250x40mm
2 Each
22. Electric Motor mixer 0.25 cum capacity
1
23. Rebound hammer test digital rebound hammer
1
24. Screw gauge 0.1mm-10mm, least count 0.05
2
25. Water testing kit
1
26. Aggregate impact value testing machine with blow counter
As per requirement
27. Crushing valve apparatus
As per requirement
28. Thickness gauge for measuring flakiness index
As per requirement
29. Elongation gauge
As per requirement
30. Measuring cylinder 3, 5, 10 & 15 liter cylinder
As per requirement
31. Pycnometer
1
32. Any other equipment for site tests as outlined in BIS and as
As per requirement
directed by the Engineer-in-charge.

AE(P)

EE(P)

25
Clause 10B(ii)
Whether Clause 10 B (ii) shall be applicable

Yes

Clause 10C
Not Applicable
Clause 10CA
Material covered
S. No. under this clause

Nearest Materials
(other than cement,
reinforcement bars
and the structural
steel) for which All
India Wholesale
Price Index to be
followed
1

Cement
(PPC/PSC)

Reinforcement
bars

Structural steel

Clause 10CC

Base Price of all Materials


covered under clause 10 CA

1
.

PPC Rs. 6400/- Per MT

...

2
.

Rs.50600 /- Per MT

...

3
.

Rs 48500 /- Per MT

----

Applicable

Clause 10 CC to be applicable in contracts with stipulated period


of completion exceeding the period shown in next column
Schedule of component of other Materials, Labour, POL etc. for
price escalation.
Component of civil (except materials covered under clause 10CA)
construction Materials expressed
as percent of total value of work:

AE(P)

12 (Twelve)
months
Nil
Xm = 35.00%

Component of Labour
expressed as percent of total value of work.

Y= 25%

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

Z= 0%

EE(P)

26

Clause 11
Specifications to be
followed
for execution of work
Clause 12
12.2.
&
12.3
12.5

CPWD Specifications 2009 volume -I & II with


corrections of slips up to 31.08.2014

Deviation limit beyond which


clauses 12.2 & 12.3 shall apply
for building work
(i) Deviation Limit beyond
which clauses 12.2 & 12.3 shall
apply for foundation
work(except earth work)
(ii)Deviation Limit for items in
earth work subhead of DSR or
related items

30% (Thirty percent)

30% (Thirty percent)

100% (One hundred percent)

Clause 16
Competent Authority for
deciding reduced rates.

The Superintending Engineer,


Kolkata Central Circle-III, C.P.W.D
or successor up to 5% of contract
value & beyond that Chief Engineer
(EZ)-III, CPWD or successor thereof

Clause 18
List of mandatory machinery, tools & plants to be deployed by the contractor at site:Sl. No.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10
11.
12.
13.
14.
15.

Equipment

No.(Min)

Excavator cum loader (JCB 3D model or equivalent).


2
DG sets of adequate capacity.
As per requirement
Transit mixer.
1
Concrete pump (20 cum/Hr. min capacity & lift 50M).
1
Vibrators.
10
Dumper.
2
Reinforcement bending machine.
2
Reinforcement cutting machine.
2
Total station.
1
Steel shuttering at least 3000 sqm plus External Scaffoldings for
the entire height of the building
Auto level & staff.
2
Concrete cube moulds.
30
Water tanker.
2
As per require
Any other machinery as required for completion of the work.
ment
As per
Mini batching plant (5 Cub.m./Hr.).
requirement

Note: The above list is only indicative and not exhaustive.

AE(P)

EE(P)

27
Clause 19 Add after Para 2 of Clause 19 at Page 43 of GCC 2014.
For this purpose, as laid down in Rule 4(3) of the Building and other Construction Workers Welfare
Cess Rule 1998, the contractor shall have to pay Cess @ 1% of the gross value of work done by him,
which shall be recovered from each running bill including final bill of the work by the Engineer-incharge. The amount so deducted shall be transferred to the West Bengal Building and other
Construction Workers Welfare Board or any other designated office.
Clause 25 Sl.
no.

Constitution of Dispute Redressal Committee:


Constitution

For total Claim exceed Rs.


25.0 lac

For total Claims up to Rs.


25.0 lac

Chairman

Chief Engineer(EZI),CPWD, Kolkata

Director(Works-cumTLQA), ER-1, CPWD,


Kolkata

Member

Director(Works-cumTLQA), ER-1, CPWD,


Kolkata

Executive Engineer EZ-III


Kolkata(Other than EE
under whose jurisdiction
the work falls)

Member

Superintending Engineer (P)


EZ-III, Kolkata

Executive Engineer EZ-III


Kolkata(Other than EE
under whose jurisdiction
the work falls)

Member

Superintending
Engineer/Project Managerin-charge of the work.

Executive Engineer in
charge of the work

The concern EE, in-charge of the work will put up the case.

AE(P)

EE(P)

28
Clause 36 (i) Requirement of Technical Representative(s) and recovery Rate
Sl.No.

Requirement of |Technical staff


Qualification
Number
(of Major +Minor Component)

Graduate Engineer
1.

Graduate Engineer
2.

3.

Graduate Engineer
or
Diploma Engineer

1+1

2+1

Minimum Experience

20 years
(and having experience
of one similar nature of
work)
12 years
(and having experience
of one similar nature of
work)
5 years
or
10years
respectively

Designtion
Contractor in the
event of not fulfilling
provision of clause
36(i)

Rate at which the


recovery shall be
made from the

Project Manager

Rs. 60,000/- per


month per person.

Deputy
Project Manager

Rs. 40,000/- per


month per person.

Project/site
Engineer

Rs. 25,000/- per


month per person.

8 years
4.

Graduate Engineer

Quality Engineer

Rs. 25,000/- per


month per person.

Surveyor

Rs. 15,000/- per


month per person.

8 years
5.

Diploma Engineer

1
6 years

6.

Graduate Engineer

1+1

Project Planning/
billing Engineer

Rs. 20,000/- per


month per person.

Assistant Engineers retired from Government services that are holding Diploma will be treated at
par with Graduate Engineers.
Clause 42
(a)
(i)
Schedule/statement for determining
theoretical quantity of cement & bitumen on
the basis of Delhi Schedule of Rates 2012 printed by
C.P.W.D.
(ii)
(a)

Variations permissible on theoretical quantities:


Cement
For works with estimated cost put to
tender more than Rs.5 lakh.

(b)

AE(P)

Bitumen All Works

2% (Two
percent)plus/minus.
2.5% plus & only &
nil on minus side
EE(P)

29
(c)

(d)

Steel Reinforcement and structural steel


sections for each diameter, section and
category
All other materials

2% (Two percent)
plus/minus
Nil

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION


S.
N
o.

Description of Item

1.

Cement PPC Conforming to IS 1489 (Part I)

2.

Steel Reinforcement TMT Bar of all dia

3.

Structural Sections

AE(P)

Rates in figures and words at which


recovery shall be made from the
Contractor
Excess beyond
Less use beyond
permissible
permissible variation
variation
Nil
Rs. 7040 Per MT
( Seven thousand
and forty only
per MT)
Nil
Rs. 55660 Per MT.
( Fifty five
thousand six
hundred and sity
per MT)
Nil

Rs. 53350 Per MT.


(Fifty three
thousand three
hundred and fifty
only
)per MT)

EE(P)

30

GENERAL GUIDELINES FOR BIDDERS


1.0

2.0

3.0

AE(P)

GENERAL:
1.1
Letter of transmittal and forms for deciding eligibility are given in Section III.
1.2

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

1.3

References, information and certificates from the respective clients certifying


suitability, technical knowledge or capability of the bidder should be signed by an
officer not below the rank of Executive Engineer or equivalent.

1.4

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

1.5

The credentials submitted in respect of prequalification of the tender by the first


lowest bidder after opening of the financial bid shall be verified before award of
work. Any information furnished by the bidder found to be incorrect either
immediately or at a later date, would render him liable to be debarred from
tendering/taking up of work in CPWD. If such bidder happens to be enlisted
contractor of any class in CPWD, his name shall also be removed from the
approved list of contractors.

DEFINITIONS:
2.1
In this document the following words and expressions have the meaning hereby
assigned to them.
2.2

EMPLOYER: Means the President of India, acting through the Executive


Engineer, Kolkata Central Division-V, CPWD, Kolkata.

2.3

BIDDER: Means the individual, proprietary firm, firm in partnership, limited


company (private or public) or corporation.

2.4

Year means Financial Year unless stated otherwise.

METHOD OF APPLICATION:
3.1
If the bidder is an individual, the application shall be signed by him above his full
type written name and current address.
EE(P)

31

3.2

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

3.3

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

3.4

4.0

If the bidder is a limited company or a corporation, the application shall be signed


by a duly authorized person holding power of attorney for signing the application
accompanied by a copy of the power of attorney. The bidder should also furnish a
copy of the Memorandum of Articles of Association duly attested by a Public
Notary.
FINAL DECISION MAKING AUTHORITY
The employer reserves the right to accept or reject any bid and to annul the process and reject
all bids at any time without assigning any reason or incurring any liability to the bidders.

5.0

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

6.0

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

7.0

CRITERIA FOR ELIGIBILITY (TECHNICAL BID)


7.1 (i)
Exeperience of having successfully completed works during the last seven years
ending 28.09.2014. The works completed up to previous day of last date of
submission of tenders shall also be considered.
three similar works each costing Rs. 2487 Lacs. or completed two similar works
each costing Rs.3730 Lacs. or completed one similar work costing Rs. 4973
Lacs
And
(ii)

One completed work of any nature (either part of (i) above or a separate one)
costing not less than Rs.2487 Lacs with some Central/State Government
Department/Central Autonomous Body/ State Autonomous Body /Central Public
Sector Undertaking /State Public Sector Undertaking.
Similar work shall mean works of RCC frame structure multi storied
building (minimum 5 Storied) including Internal Water Supply, Sanitary
Installation Internal Electrical Installation, Lifts, Internal Fire Fighting
System, HVAC and substations in India.

AE(P)

EE(P)

32
The value of executed works shall be brought to current costing level by
enhancing the actual value of work at simple rate of 7% per annum; calculated
from the date of completion to last date of receipt of applications for tenders.

7.2

Should have had average annual financial turnover on construction works should
be at least 100% of the estimated cost during the last three consecutive finance
years ending 31st March 2014. (Scanned copy of Audited Balance Sheet to be
uploaded).This should be duly audited by a Chartered Accountant. Year in which
no turnover is shown would also be considered for working out the average.

7.3

The bidder should not have incurred any loss in more than two years during the
immediate last five consecutive financial years, duly certified by the Chartered
Accountant.

7.4

The bidding capacity of the contractor should be equal to or more than the
estimated cost of the work put to tender. The bidding capacity shall be worked
out by the following formula:
Bidding Capacity = [A*N*2]-B
Where.

AE(P)

A=

Maximum turnover in construction works executed in any one year


during the last five years taking into account the completed as well as
works in progress. The value of completed work shall be brought to
current costing level by enhancing at a simple rate of 7% per annum.

N=

Number of years prescribed for completion of work for which bids have
been invited.

B=

Value of existing commitments and ongoing works to be completed


during the period of completion of work for which bids have been
invited.

7.5

The bidder should have a solvency of Rs. 2487 Lacs. certified by his Bankers.

7.6

The bidder should own constructions equipment as per list required for the proper
and timely execution of the work. Else, he should certify that he would be able to
manage the equipment by hiring etc., and submit the list of firms from whom he
proposes to hire.

7.7

The bidder should have sufficient number of Technical and Administrative


employees for the proper execution of the contract. The bidder should submit a
list of these employees stating clearly how these would be involved in this work.

7.8

The bidders performance for each work completed in the last 7 (seven) years and
in hand should be certified by an officer not below the rank of Executive
Engineer or equivalent and should be obtained in sealed cover.

EE(P)

8.0

33
EVALUATION CRITERIA FOR TECHNICAL QUALIFCATION
8.1
The details submitted by the bidders will be evaluated in the following manner.
8.1.1

The criteria for eligibility prescribed in para 7.1 to 7.5 above in respect
of experience of similar class of works completed, bidding capacity and
financial turn over etc. will first be scrutinized and the bidders
eligibility for the work be determined.

8.1.2

The bidders qualifying the criteria for eligible as set out in para 7.1 to
7.5 above will be evaluated for following criteria by scoring method on
the basis of details furnished by them:
(a)
Financial strength (Form A &
Maximum 20 Marks
B)
(b)
Experience in similar nature of
Maximum 20 Marks
Work during last seven years
(Form C)
(c)
Performance on works (Form
E)
c1. Performance on Time
Maximum 20 Marks
Overrun
c2. Performance on Work
Maximum 15 Marks
Quality
(d)
Personnel and Establishment
Maximum 10 Marks
(Forms F & G)
(e)
Plant & Equipment (Form H)
Maximum 15 Marks
.
Total
100 Marks
.
NOTE:
1)
Criteria for evaluation of performance of the contractor is given
in Form J.
2)
To become eligible for qualification in technical bid evaluation,
the bidder must secure at least fifty percent marks in each
attribute and sixty percent marks in aggregate.
3)
The department, however, reserves the right to restrict the list
of bidders qualification in technical bid evaluation to any
number, as deemed suitable by it.

8.2

9.0

AE(P)

Even though any bidder may satisfy the above requirements, he would be liable to
disqualification if he has:
(a)

made misleading or false representation or deliberately suppressed the


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

(b)

record of poor performance such as abandoning work, not properly


completing the contract, or financial failures/weaknesses etc.

FINANCIAL INFORMATION
Bidder should furnish the financial information like Annual Financial Statement for the last
five years (in Form A) and Solvency Certificate (in Form B).
EE(P)

34
10.0

EXPERIENCE IN CIVIL WORKS HIGHLIGHTING EXPERIENCE IN SIMILAR


WORKS
10.1 Bidder should furnish the following:
(a)
List of all works of similar nature successfully completed during the last
seven years (in form C).
(b)
List of the projects under execution or awarded (in Form D). This
information should be complete and no work should be left out.
10.2

Particulars of completed works and performance of the applicant duly


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

11.0

ORGANISATION INFORMATION
Bidder is required to submit the information in respect of his organization (in forms F &
G).

12.0

CONSTRUCTION PLANT & EQUIPMENT


Bidders should furnish the list of construction plant and equipment including steel shuttering,
centering and scaffolding to be used in carrying out the work (in Form H). Details of any
other plant & equipment required for the work not included in form F and available with
the bidder may also be indicated.

13.0

LETTER OF TRANSMITTAL
The bidder should submit the letter of transmittal attached with the document.

14.0

OPENING OF THE FINANCIAL BID


After evaluation of applications, a list of short listed agencies qualified in technical evaluation
will be prepared. Thereafter, the financial bids of only the qualified and technically
acceptable bidders shall be opened at the notified time, date and place in the presence of the
qualified bidders or their representatives. The validity of the tenders shall be 90 days and
shall be reckoned from the date of opening of the technical bids.

15.0

AWARD CRITERIA
15.1
The employer reserves the right, without being liable for any damages or obligation
to inform the bidder, to:

15.2

AE(P)

(a)

Amend the scope and value of contract to the bidder.

(b)

Reject any or all of the applications without assigning any reason.

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

EE(P)

35

SECTION III

INFORMATION REGARDING ELIGIBILITY


(TECHNICAL BID)

AE(P)

EE(P)

36
LETTER OF TRANSMITTAL
From:

To
The Executive Engineer
Kolkata Central Division-V
CPWD, Kolkata-700020.

Subject:-

Construction of IIT Kharagpur Research Park, New Town, Rajarhat. SH:- Main
Building B+G+9 Storied cum Auditorium , Substation building including
Internal Water Supply, Sanitary Installations, Internal Road, Drainage, Sewage,
Internal Electrical Installations, Lifts, wet riser system, substation, air
conditioning.

Sir,
Having examined the details given in Press Notice and Bid document for the above work, I/we
hereby submit the relevant information.
1. I/We hereby certify that all the statement made and information supplied in the enclosed forms A to
H and accompanying statement are true and correct.
2. I/We have furnished all information and details necessary for eligibility and have no further pertinent
information to supply.
3. I/We submit the requisite certified solvency certificate and authorize the Executive Engineer,
Kolkata Central Division-V, CPWD, Kolkata to approach the Bank issuing the solvency certificate to
confirm the correctness thereof. I/We also authorize Executive Engineer, Kolkata Central Division-V,
CPWD, Kolkata to approach individuals, employers, firms and corporation to verify our competence
and general reputation.
4. I/We submit the following certificates in support of our suitability, technical knowledge and
capability for having successfully completed the following works:
Name of Work

Certificate from

Enclosures:
SIGNATURE(S) OF BIDDER(S)
Seal of bidder
Date of submission

AE(P)

EE(P)

37

FORM A
FINANCIAL INFORMATION

I.

Financial Analysis-Details to be furnished duly supported by figures in balance sheet/profit


& loss account for the last five years duly certified by the Chartered Accountant, as
submitted by the applicant to the Income Tax Department (Copies to be attached).
YEARS
i)

Gross Annual turn over


On construction works.

ii)

Profit/Loss

II.

Financial arrangements for carrying out the proposed work.

III.

Solvency Certificate from Bankers of bidder in the prescribed Form B

SIGNATURE OF BIDDER(S)

Signature of Chartered Accountant with Seal

AE(P)

EE(P)

38

FORM B
FORM OF BANKERS SOLVENCY CERTIFICATE FROM A
SCHEDULED BANK
This is to certify that to the best of our knowledge and information
that
M/s./Shri
having
marginally noted address, a customer of our bank are/is respectable
and can be treated as good for any engagement up to a limit of
s(Rupees).
This certificate is issued without any guarantee or responsibility on
the bank or any of the officers.
(Signature)
For the Bank
NOTE:(1) Bankers certificate should be on letter head of the Bank,
sealed in cover addressed to tendering authority.
(2) In case of partnership firm, certificate should include
names of all partners as recorded with the Bank.

AE(P)

EE(P)

FORM C
DETAILS OF ALL WORKS OF SIMILAR NATURE COMPLETED DURING
THE LAST FIVE YEARS ENDING 30.06.2014
Sl.
No
.

Name
of
work/
projec
t and
locatio
n

Owner or
sponsorin
g
organizati
on

Cost
of
work
in
crore
s

Date of
comme
ncemen
t as per
contract

Stipula
ted
date of
comple
tion

Actu
al
date
of
comp
letion

Litigation
/
arbitratio
n
cases
pending/i
n
progress
with
details*

Name
Remar
and
ks
address/
telephon
e
number
of officer
to whom
referenc
e may be
made
9
10

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

SIGNATURE OF BIDDER(S)
*indicate gross amount claimed and amount awarded by the Arbitrator.

40

FORM D
PROJECTS UNDER EXECUTION OR AWARDED
Sl.
No.

Name
of Owner or
work/
sponsoring
project and organizati
location
on

Cost
of
work
in
crore
of
rupee
s
4

Date
of
commence
ment
as
per
contract

Stipulated
date
of
completion

Up
to
date
percenta
ge
progress
of work

Slow
progress
if
any,
and
reasons
thereof

Name and
address/
telephone
number of
officer to
whom
reference
may
be
made
9

Remar
ks

10

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

SIGNATURE OF BIDDER(S)

EE(P)

FORM E
PERFORMANCE REPORT OF WORKS REFERRED TO IN
FORM C & D
1.

Name of wok/
Project & Location

2.

Agreement No.

3.

Estimated Cost

4.

Tendered Cost

5.

Date of Start

6.

Date of completion
i)

Stipulated Date of Completion

ii)

Actual Date of Completion

7.

Amount of compensation levied for


delayed completion, if any.

8.

Amount of reduced rate items, if any.

9.

Performance Report

Dated:

1) Quality of Work

Very Good/Good/Fair/Poor

2) Financial Soundness

Very Good/Good/Fair/Poor

3) Technical Proficiency

Very Good/Good/Fair/Poor

4) Resourcefulness

Very Good/Good/Fair/Poor

5) General Behaviour

Very Good/Good/Fair/Poor

Executive Engineer or Equivalent

42
FORM F
STRUCTURE & ORGANISATION
1.

Name & Address of the bidder

2.

Telephone No./Telex No./Fax No.

3.

Legal status of the


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

4.

a)

An Individual

b)

A proprietary firm

c)

A firm in partnership

d)

A limited company or
Corporation

Particulars of registration with various Government bodies (attach attested photo-copy).


Organization/Place of registration No.

Registration

1.
2.
3.
5.

Names and Titles of Directors & Officers with


designation to be concerned with this work.

6.

Designation of individuals authorized to act for


the organization.

7.

Was the bidder ever required to suspend


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

8.

9.

Has the bidder, or any constituent partner in case


of partnership firm, ever been debarred/ black
listed for tendering in any organization at any
time? If so, give details.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

10.

43
Has the bidder, or any constituent partner in case
of partnership firm, ever been convicted by a
court of law? If so, give details.

11.

In which field of Civil Engineering Construction


the bidder has specialization and interest?

12.

Any other information considered necessary but


not included above.

SIGNATURE OF BIDDER(S)

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

44

FORM

DETAILS OF TECHNICAL & ADMINISTRATIVE


PERSONNEL TO BE EMPLOYED FOR THE WORK
Sl.

Desig
nation

Total
No.

No
.
1

No.
Nam Qualificatio
available
e
ns
for
this
work
4
5
6

Professional
How these would Rema
experience and be involved in this rks
details of work work
carried out
7
8
9

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

45
FORM H
DETAILS OF CONSTRUCTION AND EQUIPMENT
LIKELY TO BE USED IN CARRYING OUT THE WORK
Sl. Name of
No. Equipment

1
1.

2.

3.

4.

5.

6.
7.

No
s.

Capacity
or Type

Age

Condition

Ownership status

Presentl
y
Owned
7

Leased

Current
location

Rema
rks

To
be
Purchased
9

10

11

Hydraulic Mixer
with
Diesel
Engine/Electricall
y Operated with
Digital
inbuilt
weigh batching.
Batching
plant
electrically
operated
with
automatic
load
cell
weigh
batching system
(20 cum capacity
per hour).
Excavator
cum
loader (JCB 3D
model
or
equivalent).
DG
sets
of
adequate
capacity.
Mini
batching
plant
(5
Cub.m./Hr.).
Transit mixer.
Concrete pump
(20 cum/Hr. min
capacity & lift
50M).
Contd

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

46

8.
9.
10.
11.

12
13

14
15

16
17

Vibrators.
Dumper.
Reinforcem
ent bending
machine.
Reinforcem
ent cutting
machine.
Total
station.
Steel
shuttering
at
least
3000 sqm
plus
External
Scaffolding
s for the
entire
height
of
the
building.
Auto level
& staff.
Concrete
cube
moulds.
Water
tanker.
Any other
machinery
as required
for
completion
of the work.

I, the undersigned, do hereby undertake that our firm M/s. shall


deploy all plants, equipments and machineries required for implementation of the project as per
technical specifications. I also undertake to either own or have assured access through hire or lease
the key items of the equipments as specified in this form.

..
Signed by an Authorised Officer of the firm

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

47

FORM I

AFFIDAVIT

I/We undertake and confirm that eligible similar works(s) has/have not been got executed through
another contractor on back to back basis. Further that, if such a violation comes to the notice of
Department, then I/we shall be debarred for biding in CPWD in future forever. Also, if such a
violation comes to the notice of Department before date of start of work, the Engineer-in-Charge
shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.
(Scanned copy of this affidavit to be uploaded at the time of submission of bid).

..
Signed by an Authorised Officer of the firm

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

48
FORM J
CRITERIA FOR TECHNICAL BID EVALUATION OF CONTRACTORS
Attributes
Evaluation
(i)
Financial strength
60% marks for minimum eligibility
(a)
(20
criteria
marks)
(i)

(ii)

Average
annual
turnover
Solvency
Certificate

Experience in similar
class of works

(b)

100% marks for twice the minimum


eligibility criteria or more

16 marks

(ii)

4 marks

In between (i) & (ii) on pro-rata basis

(20marks)

(i)

60% marks for minimum eligibility


criteria
100% marks for twice the minimum
eligibility criteria or more

(ii)

In between (i) & (ii) on pro-rata basis


Performance on
works (time over
run)
Parameter

(c)

( 20
marks)
Calculation
For points
If TOR =

Score
1.00

2.00

3.00

Maximum
Marks
>3.50
20

(i)Without levy of compensation

20

15

10

10

(ii)With levy of compensation

20

-5

(iii)Levy of compensation not decided

20

10

TOR = AT/ST, where AT=Actual Time; ST=Stipulated Time.


Note: Marks for value in between the stages indicated above is to be determined by
straight line variation basis.
Performance of works
(d)
(15 marks)
(Quality)
(i)
Very Good
15
(ii)

Good

(iii)

Fair

(iv)
(e)

10
5

Poor
Personnel and Establishment
(i)
Graduate Engineer
(ii)

0
(Max. 10 marks)
3
marks for each

Diploma holder
Engineer

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

marks for each upto Max.4 marks

49

(f)

Plant & Equipment

(Max. 15 marks)

(i)

Total station m/c, Auto level

1/2

mark for each upto Max. 1


mark

(ii)

Truck/Tippers/Transit mixer

1/2

mark for each upto Max. 1


mark

(iii)

Steel shuttering at least 2000 sqm.


plus External Scaffoldings for the
entire height of the bldg.

1/2

mark for each 2000 sqm


upto maximum 1 marks

(iv)

Building Hoist

1/2

mark for each upto Max. 1


mark

(v)

Excavator

1/2

mark for each upto Max. 1


mark

(vi)

Batch Mix Plant (capacity of 30


cum/hr)

mark for each upto Max. 2


marks

(vii)

Vibratory/Tendom Roller

1/2

mark for each upto Max. 1


mark

(viii)

Vibration Compactor

1/2

(ix)

Concrete Pumps

1/2

mark for each upto Max. 1


mark
marks for each upto Max. 1
mark

(x)

Pile rigs for pilling in coarse sandy


soil.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

marks for each upto Max. 3


marks

50
PART-B FINANCIAL BID (CIVIL COMPONENT)
COMPOSITE N. I. T./TENDER PAPER

NIT No.

Name of work

11/CE/EE/KCD-V/2014-15

Construction of IIT Kharagpur Research Park, New Town, Rajarhat.


SH:- Main Building B+G+9 Storied cum Auditorium , Substation
building including Internal Water Supply, Sanitary Installations,
Internal Road, Drainage, Sewage, Internal Electrical Installations,
Lifts, wet riser system, substation, air conditioning

Composite Estimated
Cost

Civil Components

=Rs. 48,23,34,551.00

Elect. & Other


Components

=Rs. 13,93,43,621.00

Total

=Rs. 62,16,78,172.00

Earnest Money

Rs. 72,16,782.00

Performance Guarantee

5% of tendered value.

Security Deposit

2.5% of tendered value.

Time Allowed

21 (Twenty one) months.

Certified that this composite NIT contains Part-A from Page 1 to 49, Part-B from Page 50 to
97& S1 to S42 and Part-C from Page 98 to 239 & S43 to S83 only.

AE (C)

EE (C)

EE (E)

Chief Engineer, EZ-III


CPWD,Kolkata

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

SE(P)

51
PARTICULAR SPECIFICATIONS & SPECIAL CONDITIONS
[A] PARTICULAR SPECIFICATIONS
1.

GENERAL
i)
The work shall be carried out as per CPWD Specifications 2009 Vol. I & II
with correction slips issued up to the date of dropping the tender.
ii)
The work shall be executed and measured as per metric dimensions given in
the Schedule of quantities, drawings etc. (F.P.S. units wherever indicated are
for guidance only).
iii)
The following modifications to the above specifications shall however apply:
a)
All stone aggregates shall be of hard stone variety to be obtained
from approved quarries at Pakur conforming to C.P.W.D
specification or as approved by the Engineer-in-charge.
b)
Sand to be used for cement concrete work, mortar for masonry and
plaster work shall be of standard quality. Sand shall be obtained
from approved quarry atBARAKAR and screened as required.
The same shall consist of hard siliceous material. It shall be clean
sand.
c)
Brick of 7.5-class designation shall be used in size 10x5x3instead
of 22.9 cm x 11.4cmx7cm)as mentioned in CPWD Specification.
Brick shall be obtained from approved kiln at. SHIBPUR-Durgapur.
d)

Fly ash cement bricks may also be used in place of Fly ash lime
bricks.

2.

Wherever any reference to any Indian Standard Specification occurs in the documents
relating to this contract, the same shall be inclusive of all amendments issued thereto or
revisions thereof, if any, up to the date of receipt of tenders.

3.

Unless otherwise specified in the schedule of quantities the rates for all items of the work
shall be considered as inclusive of pumping out or bailing out water if required for which
no extra payment will be made. This will include water encountered from any source,
such as rains, floods, and sub-soil water table being high due to any other cause
whatsoever.

4.

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

The contractor shall make at his own cost all necessary arrangements for
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

52
maintaining water level, in the area where works are under execution low
enough so as not to cause any harm to the works or problems in carrying
out with the execution and the rates for all items of work shall be
considered as inclusive of pumping out or bailing out water, if required
and for which no extra payment shall be made. This will include water
coming from any source, such as rains, accumulated rain water, floods,
leakages from sewer and water mains, subsoil water table being high or
due to any other cause whatsoever. The contractor shall make necessary
provision of pumping, dredging, bailing out water coming from all above
sources and excavation and other works shall be kept free of water by
providing suitable system approved by the Engineer-in-Charge.
5.

R.C.C. Work (Mix Design)


i)

Contractor shall be allowed 15 days time for mobilization from the date of
issue of letter of award for the work. During this period contractor will
mobilize plant & equipment and complete other preliminaries like approval
of quarry, mix design, trial mix etc. The mix design and testing of trial
mixes shall be done in any of the laboratories approved by CPWD after
formal letter of intent.

ii)

No concreting shall be done until the mix-design is approved by the Engineer


in charge. In case of change of source or characteristic properties of the
ingredients used in the concrete mix-design during the work, a revised
concrete mix-design conducted by laboratory established at site shall be
submitted by the contractor as per the direction of the Engineer-in-Charge.
Nothing extra shall be paid on this account.

iii)

For concrete work laboratory tests with PPC/PSC cement will be carried out by
the contractor through approved laboratories/institutions approved by the
Engineer-in-charge. For this purpose the various ingredients shall be sent to the
lab/test houses or Institutions and the samples of such ingredients sent shall be
preserved at site.
The trial mix shall be prepared with approved aggregates, cement and water.
The concrete batching plant to be employed in the work shall be fully
automatic and shall be used for preparing the trial mix to simulate actual
field conditions.
Design mix shall be prepared without adding any admixture and minimum
cement content of design mix as specified in the item is based on without
adding any admixture. Admixture may be added to achieve desired
workability for which nothing extra shall be paid to the contractor.

6.

FORM WORK
i)
The work shall be done in general as per CPWD Specifications.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

ii)

53
Only M.S. centering / shuttering and scaffolding material unless & otherwise
specified shall be used for all R.C.C. work to give an even finish of concrete
surface. However, shutter-ply shuttering in exceptional cases as per site
requirement may be used on specific request from contractor to be approved
by the Engineerin-Charge.
Steel shuttering as approved by the Engineer-in-Charge shall be used by the
contractor. Minimum size of shuttering plates shall be 600mm x 900mm
except for the case when closing pieces required to complete the shuttering
panels.
Dented, broken, cracked, twisted or rusted shuttering plates shall not be
allowed to be used on the work.
The shuttering plates shall be cleaned properly with electrically driven
sanders to remove any cement slurry or cement mortar or rust. Proper
shuttering oil or de-bonding compound shall be applied on the surface of the
shuttering plates in the requisite quantity before assembly of steel
reinforcement.

iii)

For the execution of centering and shuttering, the contractor shall use
propriety Reebole chemical mould release agent of FOSROC or
equivalent as shuttering oil as approved by Engineer-in-charge and nothing
extra shall be paid on this account.

iv)

Double steel scaffolding having two sets of vertical supports shall be


provided for external wall finish, cladding etc. The supports shall be sound
and strong, tied together with horizontal pieces over which scaffolding
platform shall be fixed. Scaffolding shall have steel staircase for inspection
of works at upper levels.

v)

Nothing extra shall be paid for the centering and shuttering, circular in shape
whenever the form work is having a mean radius exceeding 6m in plan.

vi)

In order to keep the floor finish as per architectural drawings and to provide
required thickness of the flooring as per specifications, the level of top
surface of R.C.C. shall be accordingly adjusted at the time of its centering,
shuttering and casting for which nothing extra shall be paid to the
Contractor.

vii)

As per general engineering practice, level of floors in toilet / bath, balconies,


shall be kept 12 to 20mm lower than general floors as required. Shuttering
should be adjusted accordingly. Nothing extra is payable on this account.
Concreting of upper floor shall not be done until concrete of lower floor has
set at least for 14 days but form work and reinforcement can be taken up
after the concrete has set atleast for three days.

viii)

7.

REINFORCEMENT
i)
The reinforcement work shall be done as per CPWD Specifications.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

ii)

8.

54
The rate of item of reinforcement of RCC work includes all operations
including straightening, cutting, bending, welding, binding with annealed
steel or welding and placing in position at all the floors with all leads and lift
complete as per CPWD Specifications.
The contractor shall provide approved type of support for maintaining the
bars in position and ensuring required spacing and correct cover of concrete
to reinforcement as called for in the drawings, spacer blocks of required
shape and size. Chairs and spacer bars shall be used in order to ensure
accurate positioning of reinforcement.
To ensure proper cover, only round type cover blocks will be used to avoid
displacement of bars in any direction.

WATER PROOFING FOR SUNKEN FLOORS


i)
The work shall be got executed as per CPWD Specifications and from the
specialized agency as approved by the Engineer-in-Charge.
ii)

Contractor shall also submit the names of water proofing specialist along with
information about their technical capabilities and list of similar works
executed by the specialized agency in the past for the approval of Engineerin-charge within 30 days from the date of award of work.

iii)

Total quantity of the water proofing compound required shall be arranged


only after obtaining the prior approval of the make by Engineer-in-charge in
writing. Materials shall be kept under double lock and key and proper
account of the water proofing compound used in the work shall be
maintained. It shall be ensured that the consumption of the compound is as
per specified requirements.

iv)

The finished surface after water proofing treatment shall have adequate
smooth slope as per the direction of the Engineer-in-charge.

v)

Before commencement of treatment on any surface, it shall be ensured that


the outlet drain pipes / spouts have been fixed and the spout openings have
been eased and rounded off properly for easy flow of drain water.

vi)

The approved specialized agency for the work of water proofing will have to
execute a guarantee bond in prescribed Proforma enclosed at page 83 for
removing any defects for at least 10 years. Guarantee bond shall be signed
by both the specialized agencies as approved by the Engineer-in-Charge and
the contractor to meet their liability under the guarantee bond. However, the
sole responsibility about the efficiency of water proofing treatment shall rest
with the building contractor.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

55
vii)
10% of the cost of water proofing work shall be retained as additional
security deposit and the amount so withheld would be released after ten
years from the date of completion of the entire work under the agreement. If
the performance of the work done is found unsatisfactory and any defects
noticed during the guarantee period, they shall be rectified by the contractor
within seven days of receipt of intimation of defects in the work. If the
defects pointed out are not attended to within the specified period, the same
will be got done from another agency at the risk and cost of the contractor.
However this security deposit can be released in full if bank guarantee of
equivalent amount for 10 (ten) years is produced and deposited with the
department.
STEEL WORK
i)
All welded steel work shall be tested for quality of weld as laid down in IS:
822-1970 before actual erection.
ii)

10.

The work in general shall be carried out as per CPWD Specifications.

FLOORING
i)
The rate of items of flooring is inclusive of Providing Sunken Flooring in
Bathrooms, Kitchen, W.C., etc. and nothing extra on this account is
admissible.
ii)

All the work in general shall be carried out as per CPWD Specifications
2009.

iii)

The vitrified tiles shall be double charged. The tiles shall be of specified
colours as shown in the drawings and will be laid in pattern as per
architectural drawings. Nothing extra shall be paid for laying tiles in
specific pattern. The tiles shall be of first quality of approved make.

iv)

Proper gradient shall be given to flooring for toilets, verandah, kitchen,


courtyard etc. so that the wash water flows towards the direction of floor
trap. Any reverse slop if found, shall be made good by the contractor by
ripping open the floor/grading concrete and nothing shall be paid for such
rectifications.

v)

The flooring and skirting will be executed as per pattern shown in the
Architectural drawings and as per approval of Engineer-in-Charge and
nothing extra shall be payable on this account.

vi)

Samples of flooring material are to be deposited well in advance to the


Engineer-in-Charge for approval. Approved samples should be kept at site
with the Engineer-in-Charge and the same shall not be removed except with
the written permission of Engineer-in-Charge. No payment whatsoever will
be made for these samples.

vii)

The rate shall include the cost of all materials and labour involved in all the
operations. Nothing extra shall be paid for use of cut/sawn tiles in the work.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

viii)

xi)

11.

56
Stone Flooring: Whenever flooring is to be done in patterns of stones, the
contractor shall get samples of each pattern laid and approved by the
Engineer-in-charge before final laying of such flooring. Nothing extra shall
be payable on this account.
a)
The samples shall not be of a size less than 600mm x 600mm or as
required by Engineer in Charge.
b)
The sample produced shall be fully supported by the details of
location/quarry and the same shall not be removed except with the
written permission of Engineer-in-Charge.
c)
Samples for finish granite shall be produced separately.
d)
Full width stone over kitchen platform shall be provided except to
e)
adjust for closing pieces The marble/any stone flooring in treads and
risers of stair case is to be laid in single piece. Nothing extra shall be
paid on these accounts.
The rate of item of marble/ Kota stone flooring is inclusive of providing
required patters with combination of both and nothing extra will be paid on
this account.

WOOD WORK
i)
The wood work in general shall be carried out as per CPWD Specifications
2009.

ii)

a)

Specified timber shall be of good quality and well seasoned. It shall


have uniform colour, reasonably straight grains and shall be free
from knots, cracks, shakes and sapwood.

b)

Wood work shall not be painted, oiled or otherwise treated before it


has been approved by the Engineer-in-Charge.

c)

All portion of timber including architrave abutting against masonry


concrete stone or embedded in ground shall be painted with
approved wood preservative or with boiling coal tar.

d)

All fittings and fixtures shall be got approved from the Engineer-inCharge before procurement well in advance and the approved
samples shall be kept at site till completion of the work.

a)

The samples of species of timber to be used shall be deposited by the


contractor with the Executive Engineer before commencement of the
work. The contractor shall produce cash vouchers and certificates
from standard kiln seasoning plant operator about the timber section
to be used on the work having been kiln seasoned by them, failing
which it would not be so accepted as kiln seasoned.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

57
Factory made shutters, as specified shall be obtained from factories to
be approved by the Engineer-in-Charge and shall conform to IS:
2202 (Part-I) 1991. The contractor shall inform well in advance to
the Engineer-in-Charge the names and address of the factory where
from the contractor intends to get the shutters manufactured. The
contractor will place order for manufacture of shutters only after
written approval of the Engineer-in-Charge in this regard is given.

b)

iii)

The contractor is bound to abide by the decision of the Engineer in Charge


and recommend a name of another factory from the approved list in case the
factory already proposed by the contractor is not found competent to
manufacture quality shutters. Shutters will however, be accepted only if this
meet the specified tests. The contractor will also arrange stage wise
inspection of the shutters at factory by the Engineer in Charge or his
authorized representative. The contractor will have no claim if the shutters
brought at site are rejected by the Engineer in Charge in part or in full lot
due to bad workmanship/quality. Such shutters will not be measured and
paid. The contractor shall remove the same from the site of work within 7
days after the written instructions in this regard are issued by the Engineer in
Charge.
a)

The shutters should be brought at site without primer / painting.

b)

Inspection of shutters shall be carried out for dimensions &


tolerances, size & type general construction & workmanship, finish
& glazing at the following frequency: Lot Size
Sample Size
Permissible
number of
defectiveness
Upto 25
2
0
26 to 50
5
0
51 to 100
8
0
101 to 150
13
1
151 to 300
20
2
301 to 500
32
3
501 to 1000
50
5
1001 & above
80
7

c)

Criteria for conformity


Any sample shutter failing in any one or more of the requirements
inspected for as above shall be considered as defective. A lot shall be
considered as having satisfied the requirements of the standard if the
number of defective shutters in the sample does not exceed the
corresponding permissible number of defectiveness given above.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

58
Testing The shutters shall be tested for species seasoning &
treatment, defects in the timber, panel material, construction &
workmanship in the approved Govt. Laboratory at the frequency
mentioned in CPWD specification: If shutters are found defective in any one of the criterion double the
shutter shall be tested & if found permissible can be accepted. If
shutter is found defective in more than one criterion, the whole lot
shall be rejected.

d)

e)

12.

ii)

ii)

Panels of the door shutters shall be flat and well sanded to a


smooth and level Surface.

iii)

All the surfaces of door shutters which are required to be


painted or polished or varnished shall be got approved from
the Engineer In Charge before applying protective coat of
primer, polish or varnish.

The Primer, Synthetic Enamel paint, distemper etc., of makes as approved by


the Engineer in charge and of low VOC, shall only be used and brought to
the site of, work in the original sealed containers. The material brought to the
site of work shall be sufficient for at least 60 days of work. The material
shall be kept under the joint custody of contractor and representative of the
Engineer-in-Charge. The empty containers shall not be removed from the
site till the completion of the work without permission of the Engineer-inCharge.
The external acrylic paint should be anti fungal, anti algae, water repellent,
antidust

CONSTRUCTION JOINTS
i)
The contractor shall give his proposal for location and treatment of
construction joints. The construction joints shall be provided only at places
and in the manner as approved by Engineer-in-Charge.
ii)

14.

All components of door shutter shall have smooth finish.

FINISHING
i)
The work shall be carried out as per CPWD specifications.
ii)

13.

Finish
i)

Except where shown otherwise on the drawing, reinforcement shall continue


through construction joints. The foreign matter and laitance shall be cleaned
properly by compressed air before starting further work.

WATER SUPPLY, SANITARY INSTALLATIONS AND DRAINAGE


i)
Centrifugally cast (spun) iron S & S pipes and G.I. pipes wherever necessary
shall be fixed to R.C.C. columns, beams etc. with rawl plugs and nothing
extra shall be paid for this.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

ii)

59
The contractor shall be responsible for the protection of the sanitary and
water supply fittings and other fittings and fixtures against pilferage and
breakage during the period of installation and thereafter until the building is
handed over.

iii)

The contractor shall furnish all labour, materials and equipment,


transportation and incidental necessary for supply, installation, testing and
commissioning of the complete Plumbing / Sanitary system as described in
the Specifications and as shown on the drawings. This also includes any
material, equipment, appliances and incidental work not specifically
mentioned herein or noted on the Drawings/Documents as being furnished or
installed, but which are necessary and customary to be performed under this
contract. The Plumbing / Sanitary System shall comprise of following:
a)
Sanitary Fixtures and Fittings.
b)
Internal and External Water Supply.
c)
Internal and External Drainage.
d)
Approval from Local Authorities.
Balancing, testing & commissioning.
e)
f)
Test reports and completion drawings.

iv)

The contractor shall procure and install all pipes, Sockets /Nipples including
shut-off valve etc for mounting sensors/transmitters for the interface to
Building Automation System.

v)

The contractor shall ensure that senior and experienced plumbers are assigned
exclusively for this work. Such plumber(s) should have valid license from
the local authorities. The project management shall be done through modern
technique. For quality control & monitoring of workmanship, contractor
shall assign at least one engineer who would be exclusively responsible for
ensuring strict quality control, adherence to specifications and ensuring top
class workmanship for the installation.

vi)

The work shall be in conformity with the Bye-laws, Regulations and


Standards of the local authorities concerned. 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.

vii)

The contractor shall obtain all permits/ licenses and pay for any and all fees
required for the inspection, approval and commissioning of their installation.
However, all receipted amount shall be reimbursed on production of proof of
payment.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

viii)

60
The Plumbing / Sanitary Drawings given by the Engineer In-Charge or 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 contractor shall follow these drawings
in preparation of his shop drawings, and for subsequent installation work.

ix)

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 Engineer In-Charge 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
Engineer In-Charge without additional cost to the department.

x)

All the shop drawings shall be prepared on computer through Autocad


System based on Architectural Drawings and site measurements. Within two
months of the award of the contract, contractor shall furnish, for the approval
of Engineer In-Charge, the two sets of detailed shop drawings of complete
work 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.

xi)

These shop drawings shall contain all information required to complete the
work. 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 4 sets of
drawings shall be submitted after final approval along with CD. When he
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 four sets
of shop drawings to the Engineer In-Charge for the exclusive use by the
Engineer In-Charge 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.

xii)

Shop drawings shall be submitted for approval four weeks in advance of


planned delivery and installation of any material to allow the Engineer InCharge 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.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

xiii)

61
Samples of all materials like valves, pipes and fittings etc. shall be submitted
to the Engineer In-Charge prior to procurement for approval and retention by
Engineer In-Charge 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 without any extra cost.

xiv)

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.

xv)

All materials and equipment shall conform to the relevant Indian Standards
and shall be of the approved make and design. Makes shall be in conformity
with list of approved manufacturers as per Page No.- 97.

xvi)

Balancing of all water systems and all tests as called for the CPWD
Specifications shall be carried out by the contractor through a specialist
group, in accordance with the Specifications and Standards. The installation
shall be tested and shall be commissioned only after approval by the
Engineer In-Charge. All tests shall be carried out in the presence of the
representatives of the Engineer In-Charge and nothing extra shall be payable
on this account.
The contractor shall submit completion plans for water supply, internal
sanitary installations and building drainage work within 15 days of the date
of completion. These drawings shall be submitted in the form of two sets of
CDs 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 and
sequencing of automatic controls, location of all concealed piping, valves,
controls and other services. In case the contractor fails to submit the
completion plans as aforesaid, security deposit shall not be released and
these shall be got prepared at his risk and cost.

xvii)

xviii)

The CCI/CI/PVC pipe and GI pipe etc. wherever necessary shall be fixed to
RCC columns, beams etc. with rawl plugs and nothing extra shall be paid for
this.

xix)

The variation in consumption of material shall be governed as per CPWD


specification and clauses of the contract to the extent applicable.

xx)

The pig lead to be used in joints of 150mm,100mm, 75mm, 50mm dia of


sand cast iron, centrifugally cast (Spun ) iron pipes shall be as per relevant
CPWD Specifications. However, in case of 150 mm dia pipes less use of
pig lead by more than the required quantity and the permissible variation
thereof ,a recovery for such quantity shall be made from the contractor at
market rate to be determined by Engineer in Charge whose decision in the
matter will be final.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

xxi)

62
The contractor shall bear all incidental charges for cartage, storage and
safe custody of materials and shall construct suitable godowns, yards at
the site of work for storing materials so as to be safe against damage by
sun, rain, fire or theft etc., at his own cost and also employ necessary
watch and ward establishment for the purpose at his own cost.

xxii)

All 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, elsewhere in
this tender document & drawings. The quoted rates shall be deemed to be all
inclusive for a complete item fit for use including all materials, labour
T&P, specials, equipment, testing & commissioning etc. Accessories shall
include proper fixing arrangement, brackets, nuts, bolts, screws and required
connection pieces. Nothing extra whatsoever shall be payable on this
account.

xxiii)

Fixing screws shall be half round head chromium plated brass screws with
C.P. washers where necessary or otherwise as provided in the item.

xxiv)

Porcelain sanitary ware shall be glazed vitreous china of first quality free
from warps; cracks and glazing defects and shall conform to relevant BIS
codes. Colour of sanitary ware, shall be specified or as selected by the
Engineer-in-Charge. Nothing extra shall be payable on this account.

xxv)

Horizontal pipes running along ceiling shall be fixed on structural


adjustable clamps of approved design. Horizontal pipes shall be laid to
uniform slope and the clamps adjusted to the proper levels so that the pipes
fully rest on them and are properly secured.

xxvi)

Contractor shall provide all nuts, bolts, welding material and paint the Clamps
with one coat of red oxide and two or more coats of black enamel paint.

xxvii)

Slotted angle/channel supports on walls shall be provided wherever shown on


drawings. Angles/channels shall be of sizes shown on drawings or specified
in schedule of quantities. Angles/channels shall be fixed to brick walls with
bolts embedded in cement concrete blocks and to RCC walls with suitable
anchor fasteners. The spacing of support bolts horizontally shall not exceed
1 m.

xxviii)

Wherever M.S. clamps are required to be anchored directly to brick walls,


concrete slabs, beams or columns, nothing extra shall be payable for
clamping arrangement and making good with cement concrete 1:2:4 mix (1
cement: 2 coarse sand: 4 stone aggregate 20 mm nominal size) or as directed
by the Engineer-in-Charge.
The ground colour shall be applied throughout the entire length of pipe.
Colour bands shall be superimposed on the ground colour and shall be
applied near valves, junctions, joints, service appliances, bulkheads, valves,
etc. for clear identification of fluid being carried and to avoid confusion. The
relative proportional widths of the first colour band to the subsequent bands
shall be 4:1.The minimum width of the narrowest colour band shall be 25
mm.

xxix)

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

63
15

GENERAL
i)
a)

Rates for all items quoted shall be inclusive of all work and items
given in the above mentioned specifications and Schedule of
Quantities and applicable for the work under floors, in shafts or at
ceiling level at all heights and depths. All rates are inclusive of
cutting holes and chases in RCC and masonry work and making
good the same.
All rates are inclusive of pre testing and on site testing of the
installations, materials and commissioning.

b)

ii)

Cleaning and Disinfection of Pipelines:On completion of hydraulic tests and before a pipe is disinfected, it shall be
proved to be free from obstruction, debris and sediment by scouring or by
any other process which the Engineer-in-charge may prescribe. Upon
satisfactory completion of testing and cleaning, the pipelines shall be
disinfected as order. Chlorine solution shall be applied at the charging point
as the pipeline is being filed and dosing shall be continued until the pipeline
is full and at least 50 parts of chlorine per million parts of water have been
made available and distributed evenly. If ordinary bleaching power is used,
proportions will 150 gms of power to 1000 litre of water. If a proprietary
brand is used, the proportion shall be as specified by the manufacturer. The
treated water shall be left in pipeline for a period as directed but not
exceeding 24 hours chlorine residual tests shall be taken at various points
along the pipeline. The disinfection process shall be repeated until the
sample of water taken from the pipeline are declared fit for human
consumption by a recognized laboratory.

16.

VARIATION IN CONSUMPTION OF MATERIALS


The variation in consumption of material shall be governed as per CPWD specification
and clauses of the contract to the extent applicable.

17.

SPECIFICATIONS FOR FACTORY MADE FIRE CHECK DOORS:


The Fire Check doors shall satisfy:
i)

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

ii)

Integrity:
The fire check doors should not allow the passage of hot gases or the flames
through the rebate or the gap between the door frame and shutters for the
duration of its fire railing.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

64
iii)

Insulation:
The mean temperature of fire door on unexposed side should not exceed 140
degree C above ambient temperature for the duration of its fire rating.
The fire / smoke check door assembly being offered shall be as proto-type tested
by CBRI, Roorkee, for the prescribed fire rating as per BS: 476 part 20/22
IS:3614 Part-II. A test report from CBRI, Roorkee shall be submitted for
approval before executing the work.
The Fire / Smoke check doors should also have Tariff Advisory Committee
approval as admissible.
The tenderer shall employ specialized agency or manufacturer of the fire check
door assembly, having their own manufacturing facilities and such agency shall
be got approved by the Engineer- In-charge.
Door frame and shutter shall in general, be fabricated as per nomenclature of the
item of the work and recommendation of the specialized agencies as approved
by the Engineer-In-Charge.

iv)

Fire check doors shall be of one hour fire rated and shall satisfy the three
performance criteria of stability, integrity and insulation as per BS 476 part-II
and IS 3614 part-II.

v)

One door assembly shall be got tested from the CBRI Rookee or any other testlaboratory approved by Engineer-in-Charge as per nomenclature of the item
for the same.

vi)

Tenderer shall be responsible for obtaining No objection Certification from


Local Fire Authority for the executed work.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

65
vii)

Guarantee Bond:
The work shall be guaranteed for a period of five years from the date of N.O.C.
issued by the Local Fire Authority.
The security deposit against this item of work shall be in addition to the security
deposit mentioned in schedule-F.
The contractor shall execute the necessary guarantee bond against any structural
defect, faulty materials, workmanship and defective finish.
In addition 5% (five percent) of the cost of this item of work shall be retained as
security deposit and the amount so withheld would be released after five years
from the date of completion of the entire work under the agreement, if the
performance of the work done is found satisfactory. If any defect is noticed
during the guarantee period, it shall be rectified by the contractor along with any
incidental repairs to structure, flooring, finishing, fixtures and any other related
damaged work within fifteen days of receipt of intimation of such defects in the
work. If the defects pointed out are not attended to with the specified period,
the same shall be got done from another agency at the risk and cost of the
contractor and the cost of attending such repairs shall be deducted from any
dues payable to the contractors. However, the security deposit deducted may be
released in full against bank guarantee of equivalent amount in favour of
Engineer-In-Charge in the prescribed proforma.

17.0
ALUMINIUM WORK
17.1
Before commencement of the work, the contractor shall co-relate all relevant structural,
architectural, detailed drawings of aluminum doors, windows etc. and service drawings and shall
satisfy himself that the information available there form is complete and unambiguous. The
contractor shall be responsible for any error/omission owing to any discrepancy in the drawings,
which has been overlooked by him and or had not been brought to the notice of the Engineer-inCharge before execution.
17.2

MATERIAL:

17.2.1
Inspection of materials or works: All materials brought to the site by the contractor for
use in the work, as well as fabricated components shall be subject to inspection and approval by
Engineer-in-Charge. The contractor shall be required as directed by the Engineer-in-Charge, to get
necessary tests carried out on materials components at his own cost from the laboratories/test
houses, approved by the Engineer-in-Charge.
17.2.2
Manufacturers Test Certificate: The contractor shall, if required by the Engineer-inCharge, produce manufacturers test certificates for any material or particular batch of materials
supplied by him. The tests carried out shall be as per relevant specifications/Indian Standard Code.
17.3

Aluminium Sections:

17.3.1
Aluminium sections to be used for doors, windows, ventilators, fixed glazing etc. shall
be manufactured by reputed companies such as Hindalco, Jindal, Indian Aluminium Company,
NALCO satisfying the design and specification criteria of relevant components and shall be subject
to approval of the Engineer-in-Charge.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

66
17.3.2
The aluminium extruded sections shall conform to IS Designations HEIWP/HVIWP
alloy, with chemical composition and technical properties as per I.S: 733 and IS: 1285.
17.3.3

For sectional weight, tolerance limits shall be (-) 0.5%.

17.3.4
Approval of samples: No work shall commence before samples are approved. Samples
of un-anodised as well as anodized and electro coloured aluminium sections, neoprene gaskets,
thermal barrier sections, glass, screws, hardware and any other material or components requiring
approval of samples in opinion of Engineer-in-Charge shall be submitted for his approval. These
samples will be retained as standards of materials and workmanship till the completion of work.
Anodising and electro colouring of aluminium section and fabrication shall be got done from the
factory as approved by the Engineer - in - Charge.
17.4

Fabrication:

17.4.1
Contractor shall prepare detailed shop drawings of his proposal using suitable sections
based on architectural design/drawings, adequate to meet the requirement/specifications laid down
in this tender document. These detailed shop drawings shall be got approved from the Engineer-inCharge before taking up the fabrications. Actual measurement of each opening shall be measured
before fabrication of framework. Aluminium shall be fabricated in the factory to the extent possible
and feasible, only adjustment, joining, assembling and fixing shall be done at the site of work.
17.4.2
All hard ware used shall conform to the relevant specifications and as per samples
approved by the Engineer-in-Charge. Design, quality, type, number and fixing of hardware shall
be in accordance with architectural drawings and as approved by the Engineer-in-Charge.
17.4.3
All doors, windows, ventilators and glazing etc. shall be made completely leak proof
against water and air using neoprene gaskets and silicon sealants to the satisfaction of the Engineerin-Charge.
17.4.4
The frames shall be as per architectural drawings and the corners of the frame shall be
true to right angles. Both fixed frames and openable shutter frames shall be fabricated out of
sections which have been cut to length, mitred and mechanically jointed for satisfactory
performance. All members shall be accurately machine milled and fitted to form hairline joints.
The jointing accessories such as cleats, brackets, screws etc. shall be of such materials as not to
cause any bimetallic action. Nothing extra shall be paid for jointing accessories.
17.4.5
Mixed joints of the doors, windows, ventilators, shutters and frames shall be either
corner crimped or fixed with self tapping stainless steel screws of approved make and quality to
heavy duty extruded aluminium cleats and sealed with silicon sealant, for which nothing extra shall
be paid.
17.4.6
Verticals of the frame shall be embedded in the floors, wherever required upto 50mm
including cutting and making good of the floor, for which nothing extra shall be paid.
17.5
Fixing.
17.5.1
The screws used for fixing aluminium frames to masonry walls/RCC members and
aluminium members to another aluminium members shall be stainless steel of approved make and
quality. Threads of machine screws used shall conform to IS : 4218.
17.5.2
The gap between frames and sill, jamb or soffit, shall be filled with approved
polysulphide sealant to ensure complete water tightness. The sealant shall be of such approved
colour and composition that it would not stain the masonry/RCC work. It should not set or flow
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

67
and shall not set hard or dry out under any conditions of weather. The silicon sealant shall be used
as required and shall match the colour of the aluminum sections. Any excess sealant shall be
removed/cleared. Nothing extra shall be paid for the above.
17.5.3
Fixing of glass panes should be designed in such a way that replacing damaged/ broken
glass panes is easy without having to remove or damage any members or interior finishing
materials.
17.6
Anodising/Electro Colouring:
17.6.1
Aluminium sections shall be anodised as per IS: 7088 - 1973. Anodising to be done as
per Grade AC-15 and shall not be less than 15 microns thick when measured as per IS: 6012, and
electro colour with colour fastness rating no.8 of IS: 1868. Colour anodising shall be done only by
electro colour process. No visual variation in colour shall be permitted.
17.6.2
The anodic coating shall be properly sealed by steam or by boiling in deiodized water as
per IS: 1868 and or IS: 6057. Sealing quality shall be tested in accordance with the relevant
standards. Nothing extra shall be paid on that account.
17.6.3
The contractor shall satisfy himself by 100% checking in the factory that the thickness of
the anodic coating is found to be minimum 15 microns and sealing quality appropriate everywhere.
The testing shall be done by eddy current method as per IS: 6012. If thickness is found
substandard, the material shall be rejected. Requisite tests shall also be carried out at site as
instructed by the Engineer-in-Charge. Contractor shall arrange all the equipments required for
these tests at site. Nothing extra shall be paid for the same.
17.6.4
All anodised aluminium works shall conform to relevant IS standards relating to
materials, workmanship, fabrications, finishing, erection, installation etc. In this connection, IS
codes including IS: 1868 1982, IS: 733 1983, IS: 1948-1961, IS: 7088-1973, 6012-1970, IS:
1285-1975, IS: 740-1975 are considered relevant and applicable.
17.6.5
A thick layer of clear transparent lacquer based on methacrylates or cellulose styrate
shall be applied on the anodised sections, before they are brought at site. The lacquer shall be
removed after installations are complete or as an alternative, the exposed surface of the aluminium
sections shall be provided with gummed paper tape protection. After fixing and assuring of proper
functioning of doors, windows etc., such protective layer shall be cleaned out/removed. Nothing
extra shall be paid for above to the contractor.
17.7

Glazing:

17.7.1
All glass panes shall be retained within aluminium framing by use of exterior grade
neoprene gaskets even though PVC gaskets may be mentioned in the schedule. No water leakage
shall occur on the interior even if water penetrates exterior grade neoprene gaskets. Use of glazing
or caulking compounds around the perimeter of glass will not be permitted. All fixed glass panes
shall be supported by setting blocks. There shall be no whistling or rattling. Before installation of
glass, contractor shall ensure the following: (a) All glazing rebates shall be square, to plumb, true
to plane, dry and free from dust, (b) Glass edge shall be clean and cut to exact size, (c) glazing shall
provide such thermal expansion and contraction of components, as will be caused by the
temperature variations inside and outside without causing buckling stress on glass, detrimental
effect on structural elements and components.
17.7.2
Samples of typical glazing shall be made and got approved by the Engineer-in-Charge
before mass installation taken in hand.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

68
17.7.3
Glass in doors, windows, ventilators and fixed glazing etc. shall be of Modi, Atul,
Triveni, Asahi, Saint Gobain, Pilkington make as approved by the Engineer-in-Charge.
17.7.4
4mm (10.00 kg/sqm) thick glass panes shall be provided for openings not exceeding 0.5
sqm. Openings exceeding 0.5 sqm. in size shall be provided with 5.5 mm. to 6.00 mm thick (13.75
kg. to 15 kg/Sqm.) glass panes unless specified otherwise.
17.7.5
Panel inserts shall be exterior grade boiling water proof particle board of Novapan,
Bhutan Board, Kitlam, Green Lam make.
17.7.6
Fitting and fixture shall be of best quality of Classic, Adarsh as approved by the
Engineer-in-Charge.
17.8

Protection and Cleaning

After erection and removal of protective layer, all aluminium works including glass panes shall be
washed with a suitable thinner and water to give a uniform clear appearance free from any marks
and/or blemishes.
17.9

Measurements:

17.9.1
For aluminium framework, the length of each member of the frame shall be measured
correct to half centimeter along the center line of the member. The weight shall then be calculated
on the basis of unit weight specified in the manufacturers catalogue. The weight shall also be
calculated on the basis of the unit weight of the corresponding sections specified in the approved
drawings.
5.9.2
For purpose of payment, the least of the two weights calculated as per 5.9.1 above shall
be considered subject to the condition that actual weight per metre of the respect sections is not less
than the weights calculated above. In case the actual weight per metre is less, the payment then
shall be made on the basis of actual weight per metre.
5.9.3
For glazing and fixed laminated inserts, actual length and breadth of glass/laminated
board shall be measured correct to half a centimeter and area calculated in square metres correct to
two places of decimal.
5.9.4
Weight of cleats, angles, brackets, packing pieces, separators, nuts, bolts, washers,
screws and other fixtures etc. which shall be required for fabrication and erection of aluminium
work shall not be considered for the purpose of payment.
5.9.5
Rate: The rate shall include the cost of labour & materials incurred in all the operation
described above.
[B] SPECIAL CONDITIONS
1.

The tenderer shall acquaint himself with the proposed site of work, its approach roads,
working space available before quoting his rates.

2.

The contractor(s) shall give to the local body, police and other authorities all necessary
notices etc. that may be required by law and obtain all requisite licenses for temporary
obstructions, enclosures etc. and pay all fee, taxes and charges which may be leviable on
account of these operations in executing the contract. He shall make good any damage to
the adjoining property whether public or private and shall supply and maintain lights
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

69
either for illumination or for cautioning the public at night. The contractor(s) shall do the
barricading upto 3 m height, wherever required, enclosing the area as per direction of
Engineer-in-charge.
3.

The Contractor(s) shall take all precautions to avoid accidents by exhibiting necessary
caution boards day and night. In case of any accident of labours / contractual staffs the
entire responsibility will rest on the part of the contractor and any compensation under
such circumstances, if becomes payable, shall be entirely borne by the contractor.

4.

Setting Out
4.1 The contractor shall establish, maintain and assume responsibility for grades, lines,
levels and bench marks. He shall report any errors or inconsistencies regarding
grades, lines, levels, dimensions to the Engineer-in-Charge before commencing
work. Commencement of work shall be regarded as the contractors acceptance of
such grades, lines, levels and dimensions and no claim shall be entertained at a later
date for any errors found.

5.

If at any time, any error in the respect of setting out appears during the progress of the
work, the contractor shall, at his own expense rectify such error if so required, to the
satisfaction of the Engineer-in-Charge.
5.1
Though the site levels may be indicated in the drawings, the contractor shall
ascertain himself and confirm the site levels with respect to GTS bench mark
from the concerned authorities.

6.

7.

5.2

The approval by the Engineer-in-Charge of the setting out by the contractor shall
not relieve the contractor of any of his responsibilities of any inaccuracy
creeping in.

5.3

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

Contractor(s) shall provide permanent bench marks, flag tops and other reference points
for the proper execution of work and these shall be preserved till the end of the work. All
such reference points shall be in relation to the levels and locations, given in the
Architectural and plumbing drawings.
On completion of work, the Contractor(s) shall submit at his own cost four prints of as
built drawings to the Engineer-in-Charge. These drawings shall have the following
information.
a) Run off all piping and their diameters including soil waste pipes and vertical stacks.
b) Ground and invert levels of all drainage pipes together with locations of all
manholes and connections, upto outfall.
c) Run off of all water supply lines with diameters, location(s) of control valves, access
panels etc.
The rates quoted by the contractor are deemed to be inclusive of site clearance, setting
out work, profile, establishment of reference bench mark, spot levels, construction of
all safety and protection devices, barriers, earth embankments, preparatory works i/c
providing culvert & gates for entry in the campus from road side, all testing of
materials, working during monsoon, working at all depths, height and locations etc.
unless specified in the schedule of quantities.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

70
8.

Unless otherwise provided in the Schedule of quantities vide page S1 to S39 the rates
tendered by the contractor shall be all inclusive and shall apply to all heights, lifts, leads
and depths of the building and nothing extra shall be payable to him on this account.
Payment for centering, shuttering, however, if required to be done for heights greater
than 3.5m shall be admissible at rates arrived in accordance with clause 12 of the
agreement if not already specified.

9.

The Contractor(s) shall take instructions from the Engineer-in-Charge regarding


collection and stacking of materials at any place. No excavated earth or building
rubbish shall be stacked on areas where other buildings, roads, services and compound
walls are to be constructed. The stacking shall take place as per stacking plan however,
if any change is required, the same shall be done with the approval of Engineer-inCharge.

10.

The contractor shall engage specialized agency for carrying out pile foundation. Before
engaging such agency, the contractor shall submit for the approval of Engineer-incharge, the name of the agency along with their working experience in recent past, etc.

11.

The Contractor shall submit for the approval of the Engineer-in-Charge in writing, the
names of specialized agencies, of repute along with their technical capability proposed
to be engaged by him, works executed by them in recent past, etc. for integral cement
based water proofing treatment for sunken floors and on roofs. 10 years Guarantee
Bond in prescribed proforma attached vide page 89 must be given by the specialized
firm on stamp paper which shall be countersigned by the contractor, in token of his
overall responsibility. In addition 10%(ten percent) of the cost of these items would be
retained as Guarantee Bond to watch the performance of the work done. If any defect is
noticed during the Guarantee period of ten years to be reckoned from the date after the
maintenance period prescribed in the contract expires it should be rectified by the
contractor within seven days and if not attended to, the same will be got done by
another agency at the risk and cost of the contractor. However, this security deposit can
be released in full, if bank guarantee of equivalent amount for 10(ten) years is produced
and deposited with the department.
The proposed work is a prestigious work and quality of work is of paramount
importance. Contractor shall have to engage well experienced skilled labour and deploy
modern T&P and other equipments to execute the work to provide the desired quality.
Many items like, stone flooring & other specialized flooring work, wood work etc. will
specifically require engagement of skilled workers having experience particularly in
execution of such items.

12.

13.

The Contractor shall bear all incidental charges for cartage, storage and safe custody of
materials, if any, issued by department as well as to those materials also arranged by the
contractor.

14.

Any cement slurry added over base surface (or) for continuation of concerting for better
bond is deemed to have been built in the items and nothing extra shall be payable or
extra cement considered in consumption on this account.

15.

The contractor shall give performance test of the entire installation(s) as per the
specifications in the presence of the Engineer-in-charge or his authorized representative
before the work is finally accepted and nothing extra what-so-ever shall be payable to
the contractor for such test.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

71
16.

Water tanks, taps, sanitary, water supply & drainage pipes, fittings & accessories should
conform to bye-laws of local body/corporation, where CPWD specifications are not
available. The Contractor (s) should engage approved, licensed plumbers for the work
and get the materials (fixtures/fittings) tested, by the municipal Body/Corporation
authorities wherever required at his own cost. The Contractor shall submit for the
approval of the Engineer-in-Charge, the name of the plumbing agency (along with their
working experience in recent past) proposed to be engaged by him.

17.

The work shall be carried out in accordance with the Architectural drawings and
structural drawings, to be issued from time to time, by the Engineer-in-Charge. Before
commencement of any item of work the contractor shall correlate all the relevant
architectural and structural drawings, nomenclature of items and specifications etc.
issued for the work and satisfy himself that the information available from there is
complete and unambiguous. The figure and written dimension of the drawings shall be
superseding the measurement by scale. The discrepancy, if any, shall be brought to the
notice of the Engineer-in-charge before execution of the work. The contractor alone
shall be responsible for any loss or damage occurring by the commencement of work on
the basis of any erroneous and or incomplete information and no claim whatsoever shall
be entertained by the department on this account.

18.

The contractor shall conduct his work, so as not to interfere with or hinder the progress
or completion of the work being performed by other contractor(s) or by the Engineerin-Charge and shall as far as possible arrange his work and shall place and dispose off
the materials being used or remove, so as not to interfere with the operations of other
contractor (s) simultaneously working or he shall arrange his work with that of the
others in an acceptable and coordinated manner and shall perform it in a proper
sequence to the complete satisfaction of other contractor (s).

19.

The contractor shall make his own arrangements for water and for obtaining electric
connections if required and make necessary payments directly to the State Govt.
departments concerned. Contractor shall get the water tested from laboratory approved
by the Engineer-in-charge at regular interval as per the CPWD Specifications 2009. All
expenses towards collection of samples, packing, transportation except testing charges
etc. shall be borne by the contractor.

20.

The contractor shall take all necessary precautions to prevent any nuisance or
inconvenience to the owners, tenants or occupiers of adjacent properties and to the
public in general and to prevent any damage to such properties from pollutants like
smoke, streams and water-ways. The contractor shall make good at his cost and to the
satisfaction of the Engineer-in-Charge, any damage to roads, paths, cross drainage
works or public or private property whatsoever caused thereon. All waste or
superfluous materials shall be carried away by the contractor, without any reservation,
entirely to the satisfaction of the Engineer-in-Charge.

21.

Utmost care shall be taken to keep the noise level to the barest minimum so that no
disturbance as far as possible is caused to the nearby occupants/users of building(s), if
any.

22.

In the event of any restrictions being imposed by the Security agency, CPWD, Traffic
or any other authority having jurisdiction in the area on the working or movement of
labour /material, the contractor shall strictly follow such restrictions and nothing extra
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

72
shall be payable to the contractor on such accounts. The loss of time on these accounts,
if any, shall have to be made up by augumenting additional resources whatever
required.
23.

The contractor shall also construct a sample unit complete in all respects within time
specified by the Engineer-in-Charge and this sample unit shall be got approved from
the Engineer-in-Charge before mass construction is taken up. No extra claim
whatsoever beyond the payments due at agreement rates will be entertained from the
contractor on this account.

24.

If as per the rules of the local authority, the huts for labour are not to be erected at the
site of work by the contractors, the contractors are required to provide such
accommodation as is acceptable to local bodies and nothing extra shall be paid on this
account.

25.

No payment shall be made for any damage caused by rain, snowfall, flood, Earth Quake
or any other natural calamity, whatsoever during the execution of the work. The
contractor shall be fully responsible for any damage to the govt. property and the work
for which payment has been advanced to him under the contract and he shall make
good the same at his risk and cost. The contractor shall be fully responsible for safety
and security of his material, T&P/Machinery brought to the site by him.

26.

The contractor shall construct suitable godowns, yard at the site of work for storing all
other materials so as to be safe against damage by sun, rain, damages, fire, theft etc. at
his own cost and also employ necessary watch and ward establishment for the purpose
at his cost.

27.

All materials obtained from contractor shall be got checked by the representative of
Engineer-in-Charge on receipt of the same at site before use.

28.

Royalty at the prevalent rates shall have to be paid by the contractor on all the boulders,
metals, shingle sand and bajri etc. collected by him for the execution of the work, direct
to the Revenue authority or authorized agent of the State Government concerned or
Central Government.

29.

If the work is carried out in more than one shift or during night, no claim on this account
shall be entertained. The contractor has to take permission from the police authorities
etc. if required, for working during night hours. No claim/hindrance shall be considered
and allowed in case work is not allowed to be carried out during night hours.

30.

Existing drains, pipes, cables, over-head wires, sewer lines, water lines and similar
services, if any, encountered in the course of the execution of work shall be protected
against the damage by the contractor at his own expense. In case the same are to be
removed and diverted, expenditure incurred in doing so shall be payable to the
contractor. The contractor shall work out the cost, get the same approved by Engineerin-Charge before taking up actual execution. The contractor shall not store materials or
otherwise occupy any part of the site in a manner likely to hinder the operation of such
services.

31.

The Contractor shall be responsible for the watch and ward/guard of the buildings
safety, fittings and fixtures provided by him against pilferage and breakage during the
period of installations and thereafter till the building(s) is physically taken over by the
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

73
department. No extra payment shall be made on this account.
32.

The contractor shall render all help and assistance in documenting the total sequence of
this project by way of photography, slides, audio-video recording, etc. Nothing extra
shall be payable to the contractor on this account. However, cost of photographs, slides,
audio-videography etc. shall be borne by the department.

33.

The rate of items of flooring is inclusive of providing sunken flooring in bathrooms,


kitchen etc. and nothing extra on this account is admissible.

34.

Malba, rubbish & other waste materials shall be reused at site to the extent possible, as
directed by Engineer in Charge or disposed off to recycling agents, if available, and
necessary documentations submitted in the prescribed proforma. No deduction on this
account shall be made from the contractor.

35.

A site laboratory with the minimum equipments as specified in CPWD specifications/in


this agreement shall be established, made functional and maintained within one month
from the award of work.

36.

SAMPLE OF MATERIALS
Sample of building materials, fittings and other articles required for execution of work
shall be got approved from the Engineer-in-Charge before use in the work. The quality
of samples brought by the contractor shall be judged by standards laid down in the
relevant BIS specifications. All materials and articles brought by the contractor to the
site for use shall conform to the samples approved by the Engineer-in-Charge. The
samples shall be preserved till the completion of the work.

37.

BIS marked materials except otherwise specified shall be subjected to quality test at the
discretion of the Engineer-in-Charge besides testing of other materials as per the
specifications described for the item/material. Wherever BIS marked materials are
brought to the site of work, the contractor shall, if required, by the Engineer-in-Charge,
furnish manufacturers test certificate or test certificate from approved testing
laboratory to establish that the material procured by the contractor for incorporation in
the work satisfies the provisions of specifications/BIS codes relevant to the material
and/or the work done.

38.

The contractor shall be fully responsible for the safe custody of materials brought by
him / issued to him even though the materials may be under double lock and key
system.

39.

Testing of materials:
39.1
The contractor shall procure all the materials in advance so that there is
sufficient time for testing, approving of the material and clearance of the
same before use in work. The contractor shall provide at his own cost
suitable weighing and measuring arrangements at site for checking the
weight / dimensions as may be necessary for execution of work. The sealed
samples are to be handed over to the testing lab by contractor in the presence
of the representative of the Engineer-in-charge.
39.2
Samples of various materials required for testing shall be provided free of
charge by the contractor. Testing charges shall be borne by the department.
However, in case the material does not conform to the relevant
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

74
codes/specifications, the testing charges shall be borne by the contractor. All
other incidental expenditure required to be incurred like for taking out the
samples, packing, conveyance, etc. shall be borne by the contractor himself.
40.

Conditions for Cement & Steel:


Conditions for Cement (Grey Cement).
40.1
i)
Cement required for the work shall be procured by the contractor.
ii)

(a) The contractor shall procure Portland Pozzolana Cement (PPC)


[conforming to IS:1489 (Part-I)], as required in the work, from
reputed manufacturers of grey cement having a production capacity
of one million tonnes or more per annum, such as Ultra tech, ACC,
, Vikram, Shree Cement, Ambuja, Jaypee Cement, J. K. Cement,
Century Cement. as approved by the Ministry of Industry,
Government of India and holding licence to use ISI certification
mark for their product whose name shall be got approved from
Engineer-in-charge. Supply of cement shall be taken in 50 Kg.
bags bearing manufacturers name and ISI marking.
(b) In addition to Portland Pozzolona cement(PPC) as specified
above, use of portland slag cement conforming to IS: 455 (Latest
edition) is permitted for foundation work. Portland slag cement will
also be permitted for super structure works subjected to
enhancement of striping time of " form work" as per provision of
para 11.3.1 of IS: 456-2000 vis--vis the curing time as per the
decision of the Engineer-in-Charge which shall be final and binding
on the contractor. However, no extra payment will be made on
this account.

iii)

Every delivery of cement shall be accompanied by producers


certificate confirming that the supplied cement conforms to relevant
specifications. These certificate should be endorsed to Engineer-incharge for his record.

iv)

For each grade, cement bags shall be stored in two separate


godowns, one for tested cement and the other for fresh cement
(under testing) constructed by the contractor at his own cost as per
sketch given in General Conditions of Contract for CPWD 2010
with weather proof roofs and walls. The actual size of godown
shall be as per site requirements and as per the direction of the
Engineer in charge and nothing extra shall be paid for the same.
The decision of the Engineer-in-charge regarding the capacity
required/needed will be final. However, the capacity of each
godown shall not be less than 50 tonnes. Each godown shall be
provided with a single door with two locks. The keys of one lock
shall remain with CPWD Engineer-in-charge or his authorized
person and that of other lock with the authorized agent of the
contractor at the site of work so that the cement is issued from
godown according to the daily requirement with the knowledge of
both the parties. The account of daily receipt and issue of cement
shall be maintained in a register in the prescribed Proforma and
signed daily by the contractor or his authorized agent in token of its
correctness. The contractor shall be responsible for the watch &
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

75
ward and the safety of the cement godown. The contractor shall
facilitate the inspection of the cement godown by the Engineer-incharge any time.
The pages of the register should be machine numbered and each
page initialed by the EE. The cement godown and the register are
required to be checked by the AE/EE in-charge of the work as
mentioned below:At least weekly or fortnightly, respectively in case of works at the
Headquarters of AE/EE and.
Whenever they visit the site of work in case of works located
outside the Sub-Divisional/Divisional Head Quarters.

a)
b)

v)

Samples of cement arranged by the contractor shall be taken by the


Engineer-in-charge and got tested in accordance with provisions of
relevant BIS codes. In case test results indicate that the cement arranged
by the contractor does not conform to the relevant BIS codes, the same
shall stand rejected and shall be removed from the site by the contractor at
his own cost within a weeks time of written order from the Engineer-incharge to do so. The cost of tests shall be borne by the
contractor/Department in the manner indicated below:
a)
By the contractor, if the results show that the cement does not
conform to relevant BIS Codes.
b)
By the Department, if the results show that the cement conforms to
relevant BIS Codes.

vi)

PPC (Portland Pozzolana Cement) shall be used in RCC structures in


accordance with the circular issued by the Directorate General of Works
vide No.CDO/SE(RR)/Fly Ash (Main)/102 dt.09.04.2009. The use of PPC
shall be regulated as per the following conditions stipulated in the circular
dt.09.04.2009:a)
IS:456-2000 Code of Practice for Plain and Reinforced Concrete
(as amended upto date) shall be followed in regard to Concrete
Mix Portion and its production as under:
i)
The concrete mix design shall be done as Design Mix
Concrete as prescribed in clause-9 of IS 456 mentioned
above.
ii)
Concrete shall be manufactured in accordance with clause
10 of above mentioned IS:456 covering quality assurance
measures both technical and organizational, which shall
also necessarily require a qualified Concrete
Technologist to be available during manufacture of
concrete for certification of quality of concrete.
b)
Minimum M35 grade of concrete shall be used in all structural
elements of RCC, both in load bearing and framed structure.
c)
The mechanical properties such as modulus of elasticity, tensile
strength, creep and shrinkage of flyash mixed concrete or
concrete using flyash blended cements (PPCs) are not likely to be
significantly different and their values are to be taken same as
those used for concrete made with OPC.
d)
To control higher rate of carbonation in early ages of concrete
both in flyash admixed as well as PPC based concrete,
water/binder ratio shall be kept as low as possible, which shall be
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

76
closely monitored during concrete manufacture.
If necessitated due to low water/binder ratio, required workability
shall be achieved by use of chloride free chemical admixtures
conforming to IS:9103. The compatibility of chemical admixtures
and super plasticizers with each set OPC, fly ash and /or PPC
received from different sources shall be ensured by trails.
In environment subjected to aggressive chloride or sulphate attack
in particular, use of flyash admixed or PPC based concrete is
recommended. In case, where structural concrete is exposed to
excessive magnesium sulphate, flyash substitution/content shall
be limited to 18% by weight. Special type of cement with low
C3A content may also be alternatively used. Durability criteria
like minimum binder content and maximum water/binder ratio
also need to be given due consideration is such environment.
Wet curing period shall be enhanced to a minimum of 10 days or
its equivalent. In hot & arid regions, the minimum curing period
shall be 14 days or its equivalent.
Subject to General Guidelines detailed out as above, PPC
manufactured conforming to IS:1489 (Part-I) shall be treated at
par with OPC for manufacture of Design Mix Concrete for
structural use in RCC.

e)

f)

g)

h)

Till the time, BIS makes it mandatory to print the %age of


flyash on each bag of cement, the certificate from the PPC
manufacturer indicating the same shall be insisted upon before
allowing use of such cements in works.

i)

While using PPC for structural concrete work, no further


admixing of fly ash shall be permitted.

vii)

The actual issue and consumption of cement on work shall be regulated


and proper accounts maintained as provided in clause 10 of the
contract. The theoretical consumption of cement shall be worked out
as per procedure prescribed in clause 42 of the contract and shall be
governed by conditions therein. No payment for excess consumption
of cement will be allowed. However for consumption lesser than
permissible theoretical variation, a recovery shall be made in
accordance with conditions of contract of schedule A to F without
prejudice to action for acceptance of work/item of reduced rate or
rejection, as the case may be.

viii)

For non-schedule items, the decision of the Superintending Engineer or


successor thereof regarding theoretical quantity of cement which
should have been actually used shall be final and binding on the
contractor.

ix)

Cement brought to site and cement remaining unused after completion


of work shall not be removed from site without written permission of
the Engineer-in-charge.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

x)

xi)

40.2

77
Damaged cement shall be removed from site immediately by the
contractor on receipt of notice in writing from the Engineer-in-charge.
If he does not do so within three days of receipt of such notice, the
Engineer-in-charge shall get it removed at the cost of the contractor.
Cement should be kept in godowns under double lock and key and its
consumption account invariably maintained. Cement register should
contain the columns as shown in Appendix-28. (CPWD Works
Manual 2012).

Conditions for Steel.


i)
The contractor shall procure TMT bars of Fe 500D grade from primary
producers such as SAIL, Tata Steel Ltd.,RINL, Jindal Steel & Power
Ltd. and JSW Steel Ltd. or any other producer as approved by CPWD
who are using iron ore as the basic raw material/input and having
crude steel capacity of 2.0 Million tonnes per annum and above.
ii)

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

iii)

Samples shall also be taken and got tested by the Engineer-in-Charge as


per the provisions in this regard in relevant BIS codes. In case the test
results indicate that the steel arranged by the contractor does not
conform to the specifications the same shall stand rejected, and it shall
be removed from the site of work by the contractor at his cost within a
week time or written orders from the Engineer-in-Charge to do so.

iv)

The steel reinforcement shall be brought to the site in bulk supply of ten
tones or more as decided by the Engineer-in-charge.

v)

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.

vi)

For checking nominal mass, tensile strength, bend test, re-bend test
etc. specimen of sufficient length shall be cut from each size of the
bar at random at frequency not less than that specified below:
Size of bar
For consignment
For consignment above
below
100
100 tonnes
tonnes
Under
One sample for
One sample for each 40
10mm dia.
each 25 tonnes or
tonnes or part thereof
Bars
part thereof
10mm
One sample for
One sample for each 45
to16mm dia
each 35 tonnes or
tonnes or part thereof
bars
part thereof
Over 16mm
One sample for
One sample for each 50
dia bars
each 45 tonnes or
tonnes or part thereof
part thereof
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

78
vii)

The contractor shall supply free of charge the steel required for
testing. The cost of tests shall be borne by the contractor.

viii) The actual issue and consumption of steel on work shall be regulated and
proper accounts maintained as provided in clause 10 of the contract. The
theoretical consumption of steel shall be worked out as procedure
prescribed in clause 42 of the contract and shall be governed by
conditions laid therein. In case the consumption is less than theoretical
consumption including permissible variations recovery at the rate so
prescribed shall be made. In case of excess consumption no
adjustment need to be made.
ix)

The standard sectional weights referred to shall be as given in Table


5.4 in para 5.3.4 in CPWD specifications 2009 Vol. 1 and will be
considered for conversion of length of various sizes of TMT bars in
to standard weight. Record of actual sectional weights shall also be
kept dia wise and lot wise. The average sectional weight for each
diameter shall be arrived at from samples from each lot of steel
received at site. The decision of the Engineer in charge shall be final
for the procedure to be followed for determining the average
sectional weight of each lot. Quantity of each diameter of steel
received at site of work each day will constitute one single lot for the
purpose. The weight of steel by conversion of length of various sizes
of bars based on the actual weighted average sectional weight shall
be termed as Derived Actual Weight.
If the derived weight is less than the standard weight, then the
a)
Derived Actual Weight shall be taken for payment.
b)
If the derived actual weight is found more than the standard
weight, then standard weight as worked out above shall be
taken for payment and nothing shall be paid extra for the
difference in Derived Actual Weight and standard weight.

x)

Steel brought to site and steel remaining unused shall not be removed
from site without the written permission of the Engineer-in-charge.

41.

The following procedure should be followed in case of removal of rejected/sub-standard


materials from the site of work.
i)
Whenever any material brought by the contractor to the site of work is rejected,
entry thereof should invariably be made in the site order book under the
signature of the AE/AEE giving approximate quantity of such materials.
ii)
As soon as the material is removed, a certificate to that effect may be recorded
by the AE/AEE against the original entry, giving the date of removal, mode of
removal i.e. whether by truck, carts or by manual labour. If removal is by truck,
the registration number of the truck should be recorded.

42.

When it is not possible for the AE/AEE to be present at the site of work at
the time of actual removal of the rejected/sub-standard materials from the
site, the required certificate should be recorded by the Junior Engineer and
the AE/AEE should countersign the certificate recorded by the Junior
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

79
Engineer.

SPECIFIC CONDITIONS TO GREEN BUILDING PRACTICES


It is made clear that building will be four star rating as per GRIHA rating.
Contractor has to do all the documentation required for that.
43.

GENERAL NOTE ON GREEN BUILDING PRACTICES


All materials and systems used in the project are intended to maximize energy efficiency
for operation of Project throughout service life (substantial completion to ultimate
disposition - reuse, recycling, or demolition) with an emphasis on top quality. Materials
and systems are to maximize environmentally-benign construction techniques, including
construction waste recycling, reusable delivery packaging, and reusability of selected
materials. All vendors / contractors must adhere to best practices related to Green
Buildings. Other than the general guidelines outlined here, all vendors/contractors will be
furnished with a supplementary set of guidelines more specific to their nature of
service/product.
1.

Green Building Practices:


Ensure healthy indoor air quality in final Project.
Maximize use of products with low embodied energy (harvesting, mining,
manufacturing, transport, installation, use, operations, recycling and disposal).
Exceptions might include materials that result in net energy conservation during their
useful life in building and buildings life cycle.
Where possible, select materials harvested and manufactured regionally, within a
500 km radius of the project site.
1.

Maximize use of durable products.

2.

Maximize use of products easy to maintain, repair and that can be cleaned
using non-toxic substances.

3.

Maximize recycled content in materials, products and systems.

4.

Maximize use of reusable and recyclable packaging.

5.

Where possible and feasible, provide for non-destructive removal and re-use
of materials after their service life in this building.

6.

Re-use existing building materials to extent feasible within design concept


expressed in Contract Documents. Provide materials that utilize recycled
content to maximum degree possible without being detrimental to product
performance or indoor air quality.

Use construction practices such as material reduction and dimensional


planning that maximize efficient use of resources and materials.

Provide or contribute to O & M Manuals, wherever applicable.

Be conversant with the Site Waste Management Program Manual and actively
contribute to its compilation. Assist the author of the Manual by estimating
the nature and volume of waste generated by the process/installation in
question.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

80

1.

Minimize pollution: Select materials that generate least amount of pollution


during mining, manufacturing, transport, installation, use and disposal.

Avoid materials that emit green-house gases.


2. Avoid

materials that require energy intensive extraction, manufacturing,


processing, transport, installation, maintenance or removal.
3.

Avoid materials that contain ozone-depleting chemicals (e.g. CFCs or HCFCs).

4.

Avoid materials that emit potentially harmful volatile organic chemicals (VOCs).

5.

Employ construction practices that minimize dust production and combustion byproducts.
6. Avoid

materials that can leach harmful chemicals into ground water; do not allow
potentially harmful chemicals to enter sewers or storm drains.
7.

Protect soil against erosion and top soil depletion.

8.

Minimize noise generation during construction; screen mechanical equipment to


block noise.
9. Select

materials that can be reused or recycled and materials with significant


percentage of recycled content; conform with or exceed specified Project recycled
content percentages for individual materials; avoid materials difficult to recycle.
10.

Protect natural habitats; restore natural habitats where feasible within scope of
Project.

CONDITIONS OF CONTRACT SPECIFIC TO GREEN BUILDING PRACTICES


The contractor shall strictly adhere to the following conditions as part of his contractual obligations:
A. SITE

1. The contractor shall ensure that all the top soil excavated during construction
works is neatly stacked and is not mixed with other excavated earth. The
ontractors shall take the clearance of the architects before any excavation.
Top soil should be stripped to a depth of 20 cm (centimetres) from the areas
proposed for buildings, roads, paved areas, and external services. It shall be
stock-piled to a height of 40 cm in designated areas and shall be re-applied to
site during plantation of the proposed vegetation. Top soil shall be separated
from sub-soil debris and stones larger than 50 mm (millimetre) diameter. The
stored top soil may be used as finished grade for planting areas.
2.

The Contractor should follow the construction plan as proposed by the


architect to minimize the site disturbance such as soil pollution due to
spilling. Use staging and spill prevention and control planto restrict the
spilling of the contaminated material on site.Protect top soil from erosion
by collection storage and re-application of top soil, constructing sediment
basin, contour trenching,mulching etc.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

3.

B.

C.

81
No excavated earth shall be removed from the campus. All soil shall be
reused in back-filling/landscape, etc as per the instructions of the architects.

4.

The contractor shall not change the natural gradient of the ground unless
specifically instructed by the architects. This shall cover all natural features
like water bodies, drainage gullies, slopes,mounds, depressions, rocky outcrops etc.

5.

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

6.

The contractor shall ensure that adequate measures are taken for the
prevention of erosion of the top soil during the construction phase.

7.

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

CONSTRUCTION PHASE AND WORKER FACILITIES


1.

The contractor shall specify and limit construction activity in preplanned/designated areas and shall start construction work after securing the
approval for the same from the Project Manager/SE. This shall include areas
of construction, storage of materials and material and personnel movement.

2.

The contractor shall ensure that no existing trees shall be cut down or
harmed during construction.

3.

The contractor shall ensure that no trees, existing or otherwise, shall be


harmed, and damage to roots should be prevented during trenching, placing
backfill, driving or parking heavy equipment, dumping of trash, oil, paint,
and other materials detrimental to plant health. These activities should be
restricted to the areas outside of the canopy of the tree or from a safe
distance from the tree/plant.

PRESERVE & PROTECT LANDSCAPE DURING CONSTRUCTION


1.

2.

3.

Contractor should limit all construction activity within the specified area as
per the construction plan proposed by the architect. All the existing trees
should be preserved, if not possible than compensate the loss by re-planting
trees in the proportion of 1:3.
Contractor shall collect all construction waste generated on site. Segregate
these wastes based on their utility and examine means of sending such waste
to manufacturing units which use them as raw material or other site which
require it for specific purpose. Typical construction debris could be broken
bricks, steel bars, broken tiles etc.
The contractor shall provide the minimum level of sanitation and safety
facilities for the workers at site. The contractor shall ensure cleanliness of
work place with regard to the disposal of waste and effluent; provide clean
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

4.

82
drinking water and latrines and urinals as per applicable standard. Adequate
toilet facilities shall be provided for the workman within easy access of their
place of work. The total no. to be provided shall not be less than 1 per 25
employees in any one shift. Toilet facilities shall be provided from the start
of building operations, connection to a sewer shall be made as soon as
practicable. Every toilet shall be so constructed that the occupant is
sheltered from view and protected from the weather and falling objects.
Toilet facilities shall be maintained in a sanitary condition. A sufficient
quantity of dis-infectant shall be provided. Natural or artificial illumination
shall be provided.
The contractor shall ensure that air pollution due to dust/generators is kept
to a minimum, preventing any adverse effects on the workers and other
people in and around the site. The contractor shall ensure proper screening,
covering stockpiles, covering brick and loads of dusty materials, wheelwashing facility, and water spraying. Contractor shall ensure the following
activities to prevent air pollution during construction:
Clear vegetation only from the area where work will start right away.
Vegetate/mulch area where vehicles dont play. Apply gravel where
mulching is impractical.
Apply surface gravel to all vehicular roads.
Spray water on any dusty material, areas where demolition work is
being carried out, unpaved roads and other dusty areas and
excavated areas.
Provide dust screens sheeting or netting to scaffolding along
perimeter of a building.
Also cover stock pile dusty material & transferring loses material
like bulk cement fly ash etc.

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

5.

Lighting of fires or carrying out heat or gas emitting construction activity


within the ground covered by canopy of the tree shall not be permitted.
6.

7.

The contractor shall ensure that no construction leachate (Ex: cement slurry), is
allowed to percolate into the ground. Adequate precautions are to be taken to
safeguard against this including reduction of wasteful curing processes,
collection, basic filtering and reuse. Temporary drainage channels, perimeter
dike/swale etc. shall be constructed to carry the pollutant-laden water directly to
the treatment device or facility (municipal sewer line).
Staging (dividing a construction area into two or more areas to minimize the
area of soil that will be exposed at any given time) should be done to separate
undisturbed land from land disturbed by construction activity and material
storage.
8.

The contractor shall provide for adequate number of garbage bins around
the construction site and the workers facilities and will be responsible for the
proper utilisation of these bins for any solid waste generated during the
construction. The contractor shall ensure that the site and the
workers facilities are kept litter free.
9.

The contractor shall prepare and submit Spill prevention and control plans
before the start of construction, clearly stating measures to stop the source of
the spill, to contain the spill, to dispose the contaminated material and hazardous
wastes and stating designation of personnel trained to prevent and control spills.
10.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

83
Hazardous wastes include pesticides, paints, cleaners and petroleum products.
Comply with the safety procedures, norms and guidelines (as applicable) as
outlined in the document Part 7 _Constructional practices and safety- 2005,
National Building code of India, Bureau of Indian Standards. A copy of all
pertinent regulations and notices concerning accidents, injury and first-aid shall
be prominently exhibited at the work site. Depending upon the scope & nature of
work, a person qualified in first-aid shall be available at work site to render and
direct first-aid to casualities. A telephone may be provided to first-aid assistant
with telephone numbers of the hospitals displayed. Complete reports of all
accidents and action taken thereon shall be forwarded to the competent
authorities.
11.

Adopt additional best practices, prescribed norms as in 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.
12.

The contractor shall ensure that a flush out of all internal spaces is
conducted prior to handover. This shall comprise an opening of all doors and
windows for 10 days to vent out any toxic fumes due to paints, varnishes,
polishes etc.
13.

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


in Part 7, Section 2 - Storage, Stacking and Handling practices, NBC 2005 and
shall be to the satisfaction of the Project Manager/SE to ensure minimum
wastage and to prevent any misuse, damage, inconvenience or accident. Watch
and ward of the Contractors materials shall be his own responsibility. There
should be a proper planning of the layout for stacking and storage of different
materials, components and equipments with proper access and proper
manoeuvrability of the vehicles carrying the materials. While planning the
layout, the requirements of various materials, components and equipments at
different stages of construction shall be considered. The Owner shall not take
any responsibility on any account.
D. WATER USE DURING CONSTRUCTION
Contractor should spray curing water on concrete structure and shall not allow
free flow of water. After curing on first day, all the concrete structures should be
painted with curing chemical to save water. Concrete structures should be kept
covered with thick cloth/gunny bags and water should be sprayed on them.
Contractor shall do water ponding on all sunken slabs using cement and sand
mortar.
14.

E.

F.
1.

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

MATERIALS & FIXTURES FOR THE PROJECT

All materials sourced specifically for construction at this project, shall be strictly
sourced from a distance of 500 km radius from the project site except Kota stone,
marble and granite.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

84
2.

Any material that is to be sourced from outside the prescribed radius shall be done after
securing the necessary approval from the architects and the Project Manager/SE.

3.

All cement used at site for reinforced concrete, precast members, mortar, plaster,
building blocks etc shall be PPC (Portland Pozzolana Cement). The PPC must meet the
requirements of IS 1489: 1991. (Minimum 30% replacement of cement with fly ash in
PPC (Portland Pozzolona Cement) by weight of the cement used in the overall RCC for
meeting the equivalent strength requirements.

4.

As a measure to reduce wastage and water consumption during construction, the


contractor shall source or set up the infrastructure for a small scale ready mix concrete.
All concreting works at site shall utilise only ready mix concrete and not a site mix.

5.

The contractor has to comply as per MoEF issued notification 8.0.763(E) dated 14th
Sept.1999 containing directive for greater fly ash utilization, where it stipulates that Every construction agency engaged in the construction of buildings within a radius of
50 km radius of a Thermal Power Plant, have to use of 100% fly ash based
bricks/blocks in their construction. Any brick/block containing more than 25% fly ash is
designated as fly ash brick/block.

6.

The contractor shall ensure that quarry dust is used in place of sand and in all concreting
works unless specifically instructed otherwise by the architects.

7.

All timber used in the manufacture of door and window frames and shutters shall
constitute of reclaimed timber. The source of such reclaimed timber shall be approved
by the Architects and the Project Manager/SE.

8.

The contractor shall ensure that non toxic anti-termiting and other pest control is
strictly used.

9.

The contractor shall ensure that all paints, polishes, adhesives and sealants used both
internally and externally, on any surface, shall be Low VOC products. The contractor
shall get prior approval from the Architects and the Project Manager /SE before the
application of any such material.

10. All

steel used by the contractor should have a high recycled content of above 75%. Any
deviation from this condition should carry the prior approval of the Architects and the
Project Manager/SE.

11. All

plumbing and sanitary fixtures installed shall be as per the prescription of the
Architects and shall adhere to the minimum LPM and LPF mentioned.

12. The

contractor shall employ 100% zero ODP (ozone depletion potential) insulation;
HCFC (hydro chlorofluorocarbon)/ and CFC (chlorofluorocarbon) free HVAC and
refrigeration equipments and/halon-free fire suppression and fire extinguishing systems.
13.The contractor shall ensure that all composite wood products/agri fibre products used
for cabinet work etc. do not contain any added urea formaldehyde resin.
G.

RESOURCES CONSUMED DURING CONSTRUCTION

The contractor shall ensure that the least amount of water and electricity is wasted
during construction. The Project Manager/SE can bring to the attention any such
wastage and the contractor will have to ensure that such bad practices are corrected.
2. The contractor shall install necessary meters and measuring devices to record the
consumption of water, electricity and diesel on a monthly basis for the entire tenure of
the project.
3. The contractor shall ensure that all run-off water from the site, during construction is
collected and reused to the maximum.
4. The contractor shall use treated recycled water of appropriate quality standards for
construction, if available.
1.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

85
5. No lights shall be turned on during the period between 6:00 AM to 6:00 PM without
the permission of the Project Manager/SE.
6. The contractor is encouraged to use bio-diesel in place of petroleum diesel for the
running of generators during construction.
CONSTRUCTION WASTE

H.

1. Contractor

shall ensure that wastage of construction material is kept to a maximum of

3%.
All construction debris generated during construction shall be carefully segregated and
stored in a demarcated waste yard. Clear, identifiable areas shall be provided for each
waste type. Employ measures to segregate the waste on site into inert, chemical, or
hazardous wastes.
All construction debris shall be used for road preparation, back filling etc. as per the
instructions of the Architects and the Project Manager/SE with necessary activities of
sorting, crushing etc.
No construction debris shall be taken away from the site without the prior approval of
the Project Manager/SE.
The contractor shall recycle the unused chemical/hazardous wastes such as oil, paint,
batteries and asbestos.
If and when construction debris is taken out of the site, after prior permissions from the
Project Manager/SE, then the contractor shall ensure the safe disposal of all wastes and
will only dispose off any such construction waste in approved dumping sites.
Inert waste to be disposed off by municipal corporation/local bodies at landfill sites.

2.

3.

4.
5.
6.

7.

I. DOCUMENTATION
1. The contractor shall, during the entire tenure of the construction phase, submit the
following records to the Project Manager/SE on a monthly basis:
i. Water consumption in litres
ii. Electricity consumption in kwh units
iii. Diesel consumption in litres
iv. Quantum of waste generated at site and

the segregated waste types divided into inert,


chemical and hazardous wastes.
v. Digital photo documentation to demonstrate compliance of safety guidelines as
specified here and in the Appendix on Safety Conditions.
2. The

contractor shall, during the entire tenure of the construction phase, submit the
following records to the Project Manager/SE on a weekly basis:
i. Quantities of material brought into the site, including the material issued to the
contractor by the client.
ii. Quantities of construction debris (if at all) taken out of the site
iii. Digital photographs of the works at site, the workers facilities, the waste and other
material storage yards, pre-fabrication and block making works etc. as guided by the
Project Manager/SE.
3.

The contractor shall submit one document after construction of the buildings, 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.

The contractor shall submit to the Project Manager /SE after construction of the
buildings, a detailed as built quantification of the following:
i. Total materials used,
ii. Total top soil stacked and total reused

4.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

86
iii. Total earth excavated,
iv. Total waste generated,
v. Total waste reused,
vi. Total water used,
vii. Total electricity and
viii. Total diesel consumed.
5.

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

6.

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

7.

Provide supporting document from the manufacturer of the cement specifying the fly
ash content in PPC used in reinforced concrete.

8.

The contractor shall, at the end of construction of the buildings, submit to the Project
Manager/SE, following information, for all material brought to site for construction
purposes, including manufacturers certifications, verifying information and test data,
where Specifications sections require data relating to environmental issues including
but not limited to:

i.

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

Project Recyclability: Submit information to assist Owner and Contractor in recycling


materials involved in shipping, handling and delivery, and for temporary materials
necessary for installation of products.
ii.

iii. Recycled

Content: Submit information regarding product post industrial recycled and


post consumer recycled content. Use the Recycled Content Certification Form, to be
provided by the Commissioning Authority appointed for the Project.
Product Recyclability: Submit information regarding product and products
components recyclability including potential sources accepting recyclable materials.
iv.

Provide certification for all wood products provided by a Forest Stewardship


Council (FSC - or equivalent organization) accredited certifier.
vi. Provide final certification of well-managed forest of origin to provide final
documentation of certified sustainably harvested status: Acceptable wood certified
sustainably harvested certifications shall include:
a)
Wood suppliers certificate issued by one of the Forest Stewardship Council
accredited certifying agencies;
b) Suppliers invoice detailing the quantities of certified wood products for project;
c)
Letter from one of a certifying agency corroborating that the products on the wood
suppliers invoice originate from certified well-managed forests.
vii. Clean tech: Provide pollution clearance certificates from all manufacturers of
materials
viii. Indoor Air quality and Environmental Issues: Submit emission test data, sourced
from the manufacturers, produced by acceptable testing laboratory listed in
QualityAssurance Article for materials as required in each specific Specification section.
a)
Certifications from manufacturers of Low VOC paints, adhesives, sealant and
polishes used at this particular project site.
b) Certification from manufacturers of composite wood products/agri-fibreproducts on
the absence of added urea formaldehyde resin in the products supplied to them to this
particular site.
v.

c)

Submit environmental and pollution clearance certificates for all diesel generators
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

87
9.

installed as part of this project.


Provide total support to the Architects / Project Manager/SE / Green Building
Consultants appointed by the owner in completing all Green Building Rating related
formalities including signing of forms, providing signed letters in the contractors
letterhead.

J. EQUIPMENT
1. To

ensure energy efficiency during and post construction all pumps, motors and
engines used during construction or installed, shall be subject to approval and as per the
specifications of the architects.
2.
All lighting installed by the contractor around the site and at the labour quarters
during construction shall be CFL bulbs of the appropriate illumination levels. This
condition is a must, unless specifically prescribed.
The contractor is expected to go through all other conditions of the TERI-GRIHA
rating stipulations, which can be provided to him by the architects. Failure to adhere to
any of the above mentioned items, without necessary clearances from the architects
and the Project Manager Project Manager /SE, shall be deemed as a violation of contract
and the contractor shall be held liable for penalty as determined by the Engineer-inCharge.
K. The contractor has to execute the work complying to the additional conditions
specified above
from page 46 to 53 and nothing extra shall be paid to him for the same.

45 . (A) Maintenance of Register of Tests (i) All the registers of tests carried out at Construction Site or in outside laboratories
shall be maintained by the contractor which shall be issued to the contractor by
Engineer-in-charge in the same manner as being issued to CPWD field staff.
(ii) All Samples of materials including Cement Concrete Cubes shall be taken jointly
with Contractor by JE and out of this at least 50% samples shall be taken in presence
of AE in charge. If there is no JE, all Samples of materials including Cement Concrete
Cubes shall be taken by AE jointly with Contractor. All the necessary assistance shall
be provided by he contractor. Cost of sample materials is to be borne by the contractor
and he shall be responsible for safe custody of samples to be tested at site.
(i) All the test in field lab setup at Construction Site shall be carried out by the
Engineering Staff deployed by the contractor which shall be 100% witnessed by JE
and 50% of tests shall be witnessed by AE-in-charge. At least 10% of the tests are to
be witnessed by the Executive Engineer. For outstations the percentage of tests to be
witnessed by JE, AE & EE are to be decided by NIT Approving Authority and should
form part of QA Plan.
(ii) All the entries in the registers will be made by the designated Engineering Staff of
thecontractor and same should be regularly reviewed by JE/AE/EE.
(iii)Contractor shall be responsible for safe custody of all the test registers.
(B) Maintenance of Material at Site (MAS) Register
(i) All the MAS Registers including Cement and Steel Registers shall be maintained by
Contractor which shall be issued to the contractor by Engineer-in-charge in the same
manner as being issued to CPWD field staff.
(ii) Each of the entry of receipt of material at site shall be 100% test checked by JE or
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

88
by AE if there is no JE.
(iii)Each MAS Register shall be checked by JE at least twice a week and at least once a
week by AE. If There is no JE then MAS registers will be checked by AE at least
twice a week.
(iv) Cement Register shall be reviewed by EE at least one in a month. For outstations
the frequency of checking the Registers by JE, AE & EE is to be decided by NIT
Approving Authority and should form part of QA Plan.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

89

FORM OF WATER PROOFING WORKS


GUARANTEE BOND ON STAMPED PAPER
This agreement made this....day of two thousand..... between
M/s..(hereinafter called the Guarantor of the one part) and the President
of India (hereinafter called the Govt. of the other part).
Whereas this agreement is supplementary to the contract (hereinafter called the Contract)
dated.. made between the Guarantor of the one part and Govt. of the other part, whereby
the contractor inter alia, undertook to render the Buildings and structures in the said contract recited
completely water and leak proof.
And whereas the Guarantor agreed to give a guarantee to the effect that the said structure will
remain waterproof for ten years to be reckoned from the date after the maintenance period
prescribed in the contract expires.
During this period of guarantee the Guarantor shall make good all defects and for that matter, shall
replace at his risk and cost such members as may be damaged by water and in case of any other
defect being found he shall render the building waterproof at his cost to the satisfaction of the
Engineer-in-Charge and shall commence the works of such rectification within seven days from the
date of issuing notice from the Engineer-in-Charge calling upon him to rectify the defects failing
which the work shall be got done by the Department by some other contractor at the Guarantors
cost and risk and in the latter case the decision of the Engineer-in-charge as to the cost, recoverable
from the Guarantor shall be final and binding.
That if the Guarantor fails to execute the waterproofing or commits breaches hereunder then the
Guarantor will indemnify principal and his successors against all loss, damage, cost, expense or
otherwise which may be incurred by him by reason of any default on the part of the Guarantor in
performance and observance of this supplemental agreement. As to the amount of loss and/or
damage and/or cost incurred by the Government the decision of the Engineer-in-charge will be
final and binding on the parties.
In witness whereof of these presents have been executed by the Obligor.and
by. For and on behalf of the President of India on the day, month and year first
above written.

SIGNED, SEALED and delivered by OBLIGOR in presence of1.


2.
SIGNED for and on behalf of THE PRESIDENT OF INDIA by..in the presence of1.
2.
Blanks to be filled by Contractor/EE(KCD-V)
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

90

To,
The All Bidders

Sub: NIT No11/CE/EE/KCD-V/2014-15 for the work Construction of IIT Kharagpur Research
Park, New Town, Rajarhat. SH:- Main Building B+G+9 Storied cum Auditorium ,
Substation building including Internal Water Supply, Sanitary Installations, Internal Road,
Drainage, Sewage, Internal Electrical Installations, Lifts, wet riser system, substation, air
conditioning.

Dear Sir,
It is hereby declared that CPWD is committed to follow the principle of transparency, equity and
competitiveness in public procurement.

The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition that the
Bidder will sign the integrity Agreement, which is an integral part of tender/bid documents, failing
which the tenderer/bidder will stand disqualified from the tendering process and the bid of the
bidder would be summarily rejected.

This declaration shall form part and parcel of the Integrity Agreement and signing of the same shall
be deemed as acceptance and signing of the Integrity Agreement on behalf of the CPWD.

Yours faithfully

Executive Engineer

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

91

To,
Executive Engineer,
Kolkata Central Division-V
CPWD, Kolkata

Sub: Submission of Tender for the work of Construction of IIT Kharagpur Research Park, New
Town, Rajarhat. SH:- Main Building B+G+9 Storied cum Auditorium , Substation building
including Internal Water Supply, Sanitary Installations, Internal Road, Drainage, Sewage,
Internal Electrical Installations, Lifts, wet riser system, substation, air conditioning.

Dear Sir,
I/We acknowledge that CPWD is committed to follow the principles thereof as enumerated in the
Integrity Agreement enclosed with the tender/bid document.

I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the condition
that I/We will sign the enclosed integrity Agreement, which is an integral part of tender documents,
failing which I/We will stand disqualified from the tendering process. I/We acknowledge that THE
MAKING OF THE BID SHALL BE REGARDED AS AN UNCONDITIONAL AND
ABSOLUTE ACCEPTANCE of this condition of the NIT.

I/We confirm acceptance and compliance with the Integrity Agreement in letter and spirit and
further agree that execution of the said Integrity Agreement shall be separate and distinct from the
main contract, which will come into existence when tender/bid is finally accepted by CPWD. I/We
acknowledge and accept the duration of the Integrity Agreement, which shall be in the line with
Article 1 of the enclosed Integrity Agreement.

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity Agreement,
while submitting the tender/bid, CPWD shall have unqualified, absolute and unfettered right to
disqualify the tenderer/bidder and reject the tender/bid is accordance with terms and conditions of
the tender/bid.

Yours faithfully

(Duly authorized signatory of the Bidder)

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

92
To be signed by the bidder and same signatory competent /authorised to sign the relevant
contract on behalf of CPWD.
INTEGRITY AGREEMENT
This Integrity Agreement is made at .... on this ... day of
..20..
BETWEEN
President of India represented through Executive Engineer, Kolkata Central Division-V, CPWD,
Kolkata-20, (Hereinafter referred as the Principal/Owner, which expression shall unless
repugnant to the meaning or context hereof include its successors and permitted assigns)
AND

(Name and Address of the Individual/firms/Company)


through ....(Hereinafter
referred to as the
(Details of duly authorized signatory)
Bidder/Contractor and which expression shall unless repugnant to the meaning or context hereof
include its successors and permitted assigns)
Preamble
WHEREAS the Principal/Owner has floated the Tender (NIT No. 11/CE/EE/KCD-V/2014-2015)
(hereinafter referred to as Tender/Bid) and intends to award, under laid down organizational
procedure, contract for Construction of IIT Kharagpur Research Park, New Town, Rajarhat. SH:- Main
Building B+G+9 Storied cum Auditorium , Substation building including Internal Water Supply,
Sanitary Installations, Internal Road, Drainage, Sewage, Internal Electrical Installations, Lifts, wet riser
system, substation, air conditioning.
. hereinafter referred to as the Contract.
AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land,
rules, regulations, economic use of resources and of fairness/transparency in its relation with its
Bidder(s) and Contractor(s).
AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this
Integrity Agreement (hereinafter referred to as Integrity Pact or Pact), the terms and
conditions of which shall also be read as integral part and parcel of the Tender/Bid documents and
Contract between the parties.
NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties
hereby agree as follows and this Pact witness as under:
Article 1: Commitment of the Principal/Owner
1) The Principal/Owner commits itself to take all measures necessary to prevent corruption and to
observe the following principles:
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

93
(a) No employee of the Principal/Owner, personally or through any of his/her family members, will
in connection with the Tender, or the execution of the Contract, demand, take a promise for or
accept, for self or third person, any material or immaterial benefit which the person is not legally
entitled to.
(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity and reason.
The Principal/Owner will, in particular, before and during the Tender process, provide to all
Bidder(s) the same information and will not provide to any Bidders(s) confidential/additional
information through which the Bidder(s) could obtain an advantage in relation to the Tender
process or the Contract execution.
(c) The Principal/Owner shall endeavour to exclude from the Tender process any person, whose
conduct in the past has been of biased nature.
2) If the Principal/Owner obtains information on the conduct of any of its employees which is a
criminal offence under the Indian Penal code (IPC)/Prevention of Corruption Act,1988 (PC Act) or
is in violation of the principles herein mentioned or if there be a substantive suspicion in this
regard, the Principal/Owner will inform the Chief Vigilance Officer and in addition can also initiate
disciplinary actions as per its internal laid down policies and procedures.
Article 2: Commitment of the Bidder(s)/Contractor(s)
1) It is required that each Bidder/Contractor (including their respective officers, employees and
agents) adhere to the highest ethical standards, and report to the Government/Department all
suspected acts of fraud or corruption or Coercion or Collusion of which it has knowledge or
becomes aware, during the tendering process and throughout the negotiation or award of a contract.
2) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to prevent
corruption. He commits himself to observe the following principles during his participation in the
Tender process and during the Contract execution:
a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer, promise
or give to any of the Principal/Owners employees involved in the Tender process or execution of
the Contract or to any third person any material or other benefit which he/she is not legally entitled
to, in order to obtain in exchange any advantage of any kind whatsoever during the Tender process
or during the execution of the Contract.
b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed agreement
or understanding, whether formal or informal. This applies in particular to prices, specifications,
certifications, subsidiary contracts, submission or non-submission of bids or any other actions to
restrict competitiveness or to cartelize in the bidding process.
c) The Bidder(s)/Contractor(s) will not commit any offence under relevant IPC/PC Act. Further the
Bidder(s)/Contract(s) will not use improperly, (for the purpose of competition or personal gain), or
pass on to others, any information or documents provided by the Principal/Owner as part of the
business relationship, regarding plans, technical proposals and business details including
information contained or transmitted electronically.
d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and addresses of
agents/representatives in India, if any. Similarly Bidder(s)/Contractor(s) of Indian Nationality shall
disclose names and address of foreign agents/representatives, if any. Either the India agent on
behalf of the foreign principal or the foreign principal directly could bid in a tender but not both.
Further, in cases where an agent participate in a tender on behalf of one manufacturer, he shall not
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

94
be allowed to quote on behalf of another manufacturer along with the first manufacturer in a
subsequent/parallel tender for the same item.
e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose (with each tender as per
proforma enclosed) any and all payments he has made, is committed to or intends to make to
agents, brokers or any other intermediaries in connection with the award of the Contract.
3) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above or
be an accessory to such offences.
4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm indulge in
fraudulent practice means a willful misrepresentation or omission of facts or submission of
fake/forged documents in order to induce public official to act in reliance thereof, with the
purpose of obtaining unjust advantage by or causing damage to justified interest of others
and/or to influence the procurement process to detriment of the Government interests.
5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use Coercive
Practices (means the act of obtaining something, compelling an action or influencing a decision
through intimidation, threat or the use of force directly or indirectly, where potential or actual
injury may befall upon a person, his/her reputation or property to influence their participation in the
tendering process).
Article 3: Consequences of Breach
Without prejudice to any rights that may be available to the Principal/Owner under law or the
Contract or its established policies and laid down procedures, the Principal/Owner shall have the
following rights in case of breach of this Integrity Pact by the Bidder(s)/Contractor(s) and the
Bidder/Contractor accepts and undertakes to respect and uphold the Principal/Owners absolute
right:
1) If the Bidder(s)/Contractor(s), either before award or during execution of Contract has
committed a transgression through a violation of Article 2 above or in any other form, such as to
put his reliability or credibility in question, the Principal/Owner after giving 14 days notice to the
contractor shall have powers to disqualify the Bidder(s)/Contractor(s) from the Tender process or
terminate/determine the Contract, if already executed or exclude the Bidder/Contractor from future
contract award processes. The imposition and duration of the exclusion will be determined by the
severity of transgression and determined by the Principal/Owner. Such exclusion may be forever
or for a limited period as decided by the Principal/Owner.
2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Principal/Owner has
disqualified the Bidder(s) from the Tender process prior to the award of the Contract or
terminated/determined the Contract or has accrued the right to terminate/determine the Contract
according to Article 3(1), the Principal/Owner apart from exercising any legal rights that may have
accrued to the Principal/Owner, may in its considered opinion forfeit the entire amount of Earnest
Money Deposit, Performance Guarantee and Security Deposit of the Bidder/Contractor.
3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder or
Contractor, or of an employees or a representative or an associate of a Bidder or Contractor which
constitutes corruption within the meaning of Indian Penal code (IPC)/Prevention of Corruption Act,
or if the Principal/Owner has substantive suspicion in this regard, the Principal/Owner will inform
the same to law enforcing agencies for further investigation.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

95

Article 4: Previous Transgression


1) The Bidder declares that no previous transgressions occurred in the last 5 years with any other
Company in any country confirming to the anticorruption approach or with Central Government or
State Government or any other Central/State Public Sector Enterprises in India that could justify his
exclusion from the Tender process.
2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the Tender
process or action can be taken for banning of business dealings/holiday listing of the
Bidder/Contractor as deemed fit by the Principal/Owner.
3) If the Bidder/Contractor can prove that he has resorted/recouped the damage caused by him and
has installed a suitable corruption prevention system, the Principal/Owner may, at its own
discretion, revoke the exclusion prematurely.
Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors
1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment in
conformity with this Integrity Pact. The Bidder/Contractor shall be responsible for any violation(s)
of the principles laid down in this agreement/Pact by any of its Sub-contractors/sub-vendors.
2) The Principal/Owner will enter into Pacts on identical terms as this one with all Bidders and
Contractors.
3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact between
the Principal/Owner and the bidder, along with the Tender or violate its provisions at any stage of
the Tender process, from the Tender process.
Article 6: Duration of the Pact
This Pact begins when both the parties have legally signed it. It expires for the Contractor/Vendor,
12 months after the completion of work under the contract or till the continuation of defect liability
period, whichever is more and for all other bidders, till the Contract has been awarded.
If any claim is made/lodged during the time, the same shall be binding and continue to be valid
despite the lapse of this Pacts as specified above, unless it is discharged/determined by the
Competent Authority, CPWD.
Article 7 : Other Provisions
1) This Pact is subject to Indian Law, place of performance and jurisdiction is the Head quarters
of the Division of the Principal/Owner, who has floated the Tender.
2) Changes and supplements need to be made in writing. Side agreements have not been made.
3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners or
by one or more partner holding power of attorney signed by all partners and consortium members.
In case of a Company, the Pact must be signed by a representative duly authorized by board
resolution.
4) Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact
remains valid. In this case, the parties will strive to come to an agreement to their original
intensions.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

96
5) It is agreed term and condition that any dispute or difference arising between the parties with
regard to the terms of this Integrity Agreement/Pact, any action taken by the Owner/Principal in
accordance with this Integrity Agreement/Pact or interpretation thereof shall not be subject to
arbitration.
Article 8: LEGAL AND PRIOR RIGHTS
All rights and remedies of the parties hereto shall be in addition to all the other legal rights and
remedies belonging to such parties under the Contract and/or law and the same shall be deemed to
be cumulative and not alternative to such legal rights and remedies aforesaid. For the sake of
brevity, both the Parties agree that this Integrity Pact will have precedence over the
Tender/Contract documents with regard any of the provisions covered under this Integrity Pact.
IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place and
date first above mentioned in the presence of following witnesses:
..
(For and on behalf of Principal/Owner)
....
(For and on behalf of Bidder/Contractor)
WITNESSES:
1. .
(Signature, name and address)
2.
(Signature, name and address)
Place:
Date :
Blanks to be filled by Contractor/EE(KCD-V)

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

97

LIST OF APPROVED MAKES FOR CIVIL WORK.


1. The Contractor shall obtain approval from the Engineer-In-Charge before placing order for
any specific material or engaging any of the specialized agencies.
2. Wherever applicable. The Engineer-In-Charge may approve any material equivalent to that
specified in the tender subject to proof being offered by the Contractor for equivalence to
his satisfaction.
3. Unless otherwise specified, in the tender document all the materials which are ISI Marked
shall be used in the work and if the ISI marked materials are not available, materials
conforming to IS shall be used,and for the materials which are neither ISI marked
nor conform to IS, the manufacturers Specification shall be followed.
Sl. No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15

Materials
Sanitary ware (Vitreous China
Stainless Steel Sink
G.I. Pipes
G.I. Fittings
Ball Valves
Non return Valves, Gunmetal or C.I.
Vitrified Tile( Double charged or Fully
Vitrified)
Acid/Alkali Resistant Tile
Stainless Steel
Aluminium Sections
Glass (Toughened)
Paint/primer/oil bound distemper
Acrylic paint
Ceramic Tiles (For walls & floors)
Wall putty
Exterior Acrylic with silicon additive
Paint

Approved make
Hindware/Parryware/CERA
Neelkanth/AMC / Jayna
Tata/Jindal (Hissar)
UNIK/R brand/KS/Zoloto-M/KENT
Zoloto/AM/Leader/TBS / Castle
Zoloto/Kirloskar/IVC
Euro, Somany,.R.A.K, AGL, Kajaria, Nitco.
Somany, Nitco, Kajaria, Johnson
Jindal/SAIL.
Hindalco/Jindal/ Indal
Saint Gobain/Modi Float/Asahi Float
1st Quality paints of Asian/ Berger /
Nerolac / AkzoNobel.
Kajaria/Somany/ Johnson/ Nitco/ AGL
J.K. Birla, Sara.
Apex Ultima, Weather Coat All Guard,
Weathershield Max.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

98
PART-C - FINANCIAL BID( ELECTRICAL COMPONENTS)

SCHEDULES
SCHEDULE A
Schedule of quantities (Enclosed)
Page ___ to _____
SCHEDULE B
Schedule of materials to be issued to the contractor.
S.No.

Description of item

Quantity

Rates in figures &


words at which the
material will be
charged to the
contractor
4

Place of Issue

------------------------------------NIL--------------------------------SCHEDULE C
Tools and plants to be hired to the contractor.
Sl. No.

Description

Hire charges per day


2

Place of Issue

_____________________ NIL _____________________


SCHEDULE D
Extra schedule for specific requirements/documents for the work, if any.
_____________________ As per tender documents attached____________________
SCHEDULE E
Reference to General Conditions of contract.

General Condition of Contracts for CPWD Works for 2014 with amendments up to date , shall
be read with NIT
Estimated cost of work of Electrical component :As mentioned in NIT
Earnest money :
As per Part A
Performance Guarantee:
As per Part A.
Security Deposit :
As per Part A

SCHEDULE F
General Rules & Directions:
Officer inviting tender

Executive Engineer,
KCDV,
CPWD,
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

99
Maximum percentage for quantity of items of work to
be executed beyond which rates are to be determined in accordance with
Clauses 12.2 & 12.3
Definitions:
2(v)

Engineer-in-Charge

Executive Engineer(E),
KCED III,
CPWD,

2(viii) Accepting Authority

2(x)

see under Clause 12

Chief Engineer EZ III


CPWD,

Percentage on cost of materials and


labour to cover all overheads and profits

15%

2(xi)

Standard schedule of Rates

DSR(E&M) 2014 with correction slips


& market rates.

2(xii)

Department

Central Public Works Department.

9(ii)

Standard CPWD contract form

CPWD 8(Item Rate) & General


conditions of contract for CPWD
works 2014 modified & corrected upto
date.

Clause 1
i)

ii)

Time allowed for Submission of


performance guarantee from the
date of issue of letter of acceptance
Maximum allowable extension with late fee @ 0.1%

per day of performance guarantee amount beyond


the periodbeyond the period as provided in

As per Part A.

As per Part A.

(i) above.
Clause 2
Authority for fixing compensation
under clause 2.
Clause 2A
Clause 5

SE ,KCC III
CPWD.

Whether clause 2A shall


be applicable
Number of days from the date of
issue of letter of acceptance for
reckoning date of start

As per Part A
As per Part A

Mile stone (s) as per table given below:TABLE OF MILE STONE(S)


S. NO. DESCRIPTION OF
MILESTONE (PHYSICAL)

TIME ALLOWED IN
DAYS (FROM THE DATE
OF START)

AMOUNT TO BE WITH-HELD IN
CASE OF NON-ACHIEVEMENT
OF MILESTONE.

--------------------------------- As per Part A-------------------------------------------Time allowed for execution of work

As per Part A

Authority to Decide:
Extension of time

SE, KCC III


CPWD
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

100
Rescheduling of mile stones

SE, KCC III


CPWD
SE, KCC III
CPWD

Shifting of Date of Start in case of delay in handing


Over of site

Clause 6, 6A

Clause applicable (6 or 6A)

Clause 6A applicable

Clause 7

Gross work to be done


together with net payment/
adjustment of advances for
material collected, if any,
since the last such payment
for being eligible to interim payment.

Clause 10A
List of testing equipment to be
Provided by the contractor at site lab
Clause10B(ii)

Whether clause 10-B(ii) shall be applicable

Clause 10C

Component of labour expressed as percent of value of


work
Whether clause 10CA shall be Applicable.

Clause 10CA

Materials covered under this clause

--------As per Part A-----------Clause 10CC

Nearest material for which All India


Wholesale Price Index is to be
followed
---------------As per Part A--------------

Clause 10CC to be applicable in


contracts with stipulated period of
completion exceeding the period
shown in next column :

Rs 50 Lakhs

All equipments required for


pre-commissioning test
As per Part A

As per Part A
Base price of all material covered
under Clause 10 CA
---------------- As per Part A-------

As per Part A

Schedule of component of cement, steel, other materials, Labour etc. for price escalation:
( applicable to electrical works)
Component of Electrical , Mech construction materials -expressed as
percent of total value of work.

Xm=80%

Component of labour for electrical, Mech work -expressed as percent of


total value of work.

Xl=20%

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


Clause 11

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

NIL
Specifications to be followed:
CPWD General specifications for
electrical
works
Part-IV
Substation 2013, Part I
Internal2013
,
Part-2
External1994 , Part III ( Lift &
Escalators) 2003, Part-V: (Wet
Riser & Sprinkler ) 2013, Part VI
(Fire Alarm System ) 1988, Part
VII (DG Sets) 2013 amended
upto date

101
Clause 12
Type of work : Project and Original Work
12.2 & 12.3

Deviation limit beyond which clauses 12.2 & 12.3 shall


apply for building /electrical/ Substation work.

12.5

Deviation limit beyond which clauses 12.2 and 12.3


shall apply for foundation work.

---------Not Applicable-------

Clause 16

Competent Authority for deciding


Reduced rates.

SE, KCEC-I
CPWD, .

Clause 18

List of mandatory machinery, tools & plants to be


deployed by the contractor at site.

As required for timely execution


of work

Clause 25

Constitution of Dispute Redressal Committee

S
No
1
2
3
4

30%

Constitution
Chairman
Member
Member
Member

As per Part A

Designation
(Principal
Technical /
Technical
representative)

Rate at which recovery shall be


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

Minimum
Qualification of
Technical
Representative
Discipline

SL.
No

Minimum experience

Clause 36 (i) Requirement of Technical Representative (S) and Recovery Rate.

As per Part A

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

Figures

Words.

102
Eligibility Criteria for Agencies responsible for execution of minor components ( Electrical &
Mechanical works )
The Main contractor shall have to engage eligible agencies fulfilling the following eligibility criteria for
execution of minor components (Electrical & Mechanical works). In case the main contractor himself
meets the given criteria, he shall be allowed to execute the minor component of work after due
verification of his credentials by the Engineer-in-Charge of Electrical Works
1)
For the sub work of Internal EI, the main contractor shall associate firms who who are
enlisted in CPWD in Class I under internal & external electrical installation category. In case the main
contractor himself meets the given criteria, he shall be allowed to execute the particular minor
component of work. The firm should posses valid electrical contractor license.
2)
For the sub work of Electrical substation , the main contractor shall associate firms who
are annually prequalified in CPWD in Class A under electrical substation category. In case the main
contractor himself meets the given criteria, he shall be allowed to execute the particular minor
component of work. The firm should posses valid electrical contractor license
3)
For the sub work of Diesel Generating set , the main contractor shall associate firms
who are annually prequalified in CPWD in Class B or higher under Diesel Generating set category. . In
case the main contractor himself meets the given criteria, he shall be allowed to execute the particular
minor component of work. The firm should posses valid electrical contractor license.
4)
For the sub work of Fire Alarm System, the main contractor shall associate firms who are
annually prequalified in CPWD in Class A under Fire Alarm System category. . In case the main
contractor himself meets the given criteria, he shall be allowed to execute the particular minor
component of work.
5)
For the sub work of Wet riser/ Sprinkler System, the main contractor shall associate
firms who are annually prequalified in CPWD in Class A under Fire fighting System ( Water based wet
riser & sprinkler )category. . In case the main contractor himself meets the given criteria, he shall be
allowed to execute the particular minor component of work
6)
For the sub work of Passenger & goods lift, the main contractor shall have to associate
original manufacturer among the approved makes i.e. OTIS/KONE/SCHINDLER/MITSUBISHI/
JOHNSON.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

103
COMMERCIAL AND ADDITIONAL CONDITIONS FOR ELECTRICAL WORKS
Providing Internal EI

SH:

1.0 General:
1.1 The work shall be generally carried out in accordance with tender/bid specifications and the
following specifications / rules
a) CPWD General Specifications for Electrical work Part I Internal - 2013, as amended up to date
b) CPWD General Specifications for Electrical work Part II External - 1994, as amended up to date
c) CPWD General Specifications for Electrical work Part IV Sub-station-2013 as amended upto
date.
d) Commercial and Additional conditions for this work.
e) The Indian Electricity Act, 2003.
f) Indian Electricity Rules 1956 amended upto date
The copy of CPWD General Specifications are readily available in CPWD website
www.cpwd.gov.in under the link publication
1.2 Interpreting Specifications:
In interpreting the specifications, the following order of decreasing importance shall be followed
in case of contradictions:
a) Schedule of quantities
b) Additional Technical specifications attached with tender documents
c) Drawing (if any approved by Engineer In- Charge)
d) CPWD General specifications for electrical works
e) Relevant BIS or other international code in case BIS code is not available

1.3 The Department shall not issue any T & P and nothing extra shall be paid on account of this.
1.4 The main contractor should engage an agency who fulfills the laid down criteria in the NIT for
execution of this sub-head of work . The firm should posses valid electrical contractor license. In
case the main contractor himself meets the above criteria, he shall be allowed to execute this subhead of work after due verification of his credentials by the Engineer-in-Charge of Electrical Works
2.0 Rates:
The rates quoted by the tenderer, shall be firm and inclusive of all taxes (including works contract tax
but excluding service tax), octroi, duties and levies and all charges for packing forwarding, insurance,
freight and delivery, installation, testing, commissioning etc at site i/c temporary constructional storage,
risks, over head charges, general liabilities/obligations and clearance from local authorities. The fee for
the inspection of installation by government authorities shall be reimbursed by the department on
production of receipts. The contractor has to, however, initially make the payment. Likewise service tax
applicable shall be initially paid by the contractor and shall be reimbursed to him by the department
after verification of payment receipts etc.
3.0 Completeness of tender:
All sundry equipment, fittings, unit assemblies, accessories, hardware items, foundation bolts,
termination lugs for electrical connections, and all other items which are useful and necessary for
efficient assembly and installation of equipment and components of the work shall be deemed to have
been included in the tender irrespective of the fact whether such items are specifically mentioned in the
tender documents or not.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

104
4.0 Storage and custody of materials:
The agency has to make his own arrangement for watch and ward of the stores. Their safe custody shall
be the responsibility of the contractor till the final taking over of the installation by the department.
5.0 Care of the Building :
Care shall be taken by the contractor while handling and installing the various equipments and
components of the work to avoid damage to the building. He shall be responsible for repairing all
damages and restoring the same to their original finish at his cost. He shall also remove at his cost all
unwanted and waste materials arising out of the installation from the site of work.
6.0 Completion period :
The completion period indicated in the tender documents is for the entire work of supplying,
installation, testing, commissioning and handing over of the entire installation to the satisfaction of the
Engineer-in-charge.
7.0 Performance Guarantee:
7.1 The tenderer shall guarantee among other things, the following vis--vis specifications.
a. Quality, strength and performance of the materials used.
b. Satisfactory operation during the maintenance period.
8.0 Defect Liability Period:
All the equipments shall be guaranteed for a period of 12 months from the date of taking over the
installation by the department against unsatisfactory performance and / or break down due to defective
design, workmanship of material. The equipments or components, or any part thereof, so found
defective during guarantee period shall be forthwith repaired or replaced free of cost, to the satisfaction
of the Engineer-in-Charge. In case it is felt by the department that undue delay is being caused by the
contractor in doing this, the same will be got done by the department at the risk and cost of the
contractor. The decision of the Engineer-in-Charge in this regard shall be final.
9.0 Power Supply & Water Supply :
No Power & Water Supply shall be provided by the department for the purpose of carrying the work,
except for testing and commissioning of installations. The contractor shall make its own arrangement in
this regards.
10.0 Data and Programme to be furnished by the tenderers:
The Contractor shall prepare the programme chart for the execution of the work showing clearly all
activities from the start of work to the completion required for the completion of the work within the
stipulated period and submit the same to the Engineer-in-Charge within fifteen days after the issue of
letter for commencement of the work. The Contractor shall also submit monthly programme and
progress reports and up date / re-schedule the same every month. These shall be submitted by the
contractor in soft copy also besides forwarding hard copy of the same.
11.0 Extent of work :
11.1 The work shall comprise of entire labour including supervision and all materials necessary to make
a complete installation and such tests and adjustments and commissioning as may be required by the
department.
11.2 Minor building works necessary like making of opening in walls or in floors and restoring to their
original condition, finish and necessary grouting etc as required to be undertaken.
11.3 Maintenance (Routine & preventive) for one year from date of completion and handing over.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

105
12.0 Compliance with Regulations and Indian standards
12.1 All works shall be carried out in accordance with relevant regulation, both statutory and those
specified by the Indian Standards related to this work. In particular, the equipment and installation shall
comply with the following:
a. Factories Act
b. Indian Electricity Rules
c. I.S. & BS Standards as applicable
d. Workmen's compensation Act
e. Statutory norms prescribed by local bodies
13.0 Indemnity :
The successful tenderer shall at all times indemnify the department, consequent on this works contract.
The successful tenderer shall be liable, in accordance with the Indian Law and Regulations for any
accident occurring due to any cause and the department shall not be responsible for any accident or
damage incurred or claims arising there from during the period of erection, construction and putting into
operation the equipments and ancillary equipment under the supervision of the successful tenderer in so
far as the latter is responsible. The successful tenderer shall also provide all insurance including third
party insurance as may be necessary to cover the risk. No extra payment would be made to the
successful tenderer due to the above.
14.0 Cooperation with other agencies :
The successful tender shall co-ordinate with other contractors and agencies engaged in the construction
of the building and exchange freely all technical information so as to make the execution of this works
contract smooth. No remuneration should be claimed from the department for such technical
cooperation. If any unreasonable hindrance is caused to other agencies and any existing portion of the
building has to be dismantled and re-done for want of cooperation and coordination by the successful
tenderer during the course of work, such expenditure incurred will be recovered form the successful
tenderer if the restoration work to the original condition or specification of the dismantled portion of the
work was not undertaken by the successful tenderer himself. Water proofing of pits shall not be
damaged under any circumstances.
15.0 Verification of correctness of material at Destination :
All materials and equipments supplied by the contractor shall be new. They shall be of such design, size
and materials as to satisfactorily function under the rated conditions of operation and to withstand the
environmental conditions at site. The contractor shall have to produce all the relevant records to certify
that the genuine material from the manufacturers has been supplied and erected.
(a) Materials and equipments to be used in the work shall be inspected by the Departmental officers.
Such inspection will be of following categories:
(i) Inspection of materials/equipments to be witnessed at the Manufacturers premises in accordance
with relevant BIS/Agreement Inspection Procedure.
(ii) To receive materials at site with Manufacturers Test Certificate(s).
(iii) To inspect materials at the Authorized Dealers Godowns to ensure delivery of genuine materials at
site.
(iv) To receive materials after physical inspection at site.
(b) Similarly, for fabricated equipments, the contractor will first submit dimensional detailed drawings
for approval before fabrication is taken up in the factory. Suitable stage inspection at factory also will be
made to ensure proper use of materials, workmanship and quality control.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

106
16.0 Order of Preference:
Should there be any difference or discrepancy between the description of items as given in the Schedule
of Quantities, technical specifications for individual items of work (including additional and
commercial conditions) and IS Codes etc., the following order of preference shall be followed:
a. Schedule of quantities
b. Commercial and Additional conditions, technical specifications for this work
c. General Conditions of Contract for CPWD Works
d. Drawings ( if any approved by the Engineer-in-charge )
e. CPWD General Specifications for electrical works
f. Relevant IS or any other International code in case IS code is not available.
The main contractor should engage an agency registered in CPWD in class I under category
internal & external electrical installations for execution of internal electrification work. The firm should
posses valid electrical contractor license. In case the main contractor himself meets the above criteria,
he shall be allowed to execute this sub-head of work after due verification by the Engineer-in-Charge of
Electrical Works. The electrical contractor shall engage suitably skilled/licensed workmen of various
categories for execution of work supervised by supervisors / Engineer of appropriate qualification and
experience to ensure proper execution of work. They will carry out instructions of Engineer-in-charge
and other senior officers of the Department during the progress of work.
17.0

The main contractor shall also enter in to an Memorandum of understanding with the approved
associate contractor on Non-Judicial Stamp Paper and submit this MOU duly completed (duly signed
by him and the associated Contractor) before commencement of work.

18.0

19.0
Executive Engineer (Elect.) shall be the Engineer-in-Charge as far as electrical works are
concerned. Separate tender form for electrical component is appended with his tender. It will be
obligatory on part of the main contractor to sign the tender documents for all the component.
20.0
The main agency shall be responsible for all acts of commissions and non-commissions of the
electrical contractor or sub-contractor engaged by him, even with approval of department.

Approval of the Engineer-in-charge shall be taken well in advance for all the materials to be
used in the work by the contractor.

21.0

The contractor has to make his own arrangements for stores and watch and ward and no extra
claim for this will be entertained.

22.0

Running payment for Electrical/Mechanical components shall be made by the EE (E) directly to
the main Contractor. The main contractor shall make the payment to associated Contractor within 15
days of receipt of each running account payment.

23.0

24.0
Payments terms :
On account payments for part work (after stipulated and statutory deductions) as assessed by the
Engineer in-charge for the applicable items in the Contract shall be payable at part rates not exceeding
the percentage indicated against the stages of work.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

107
A.
Items connected with point wiring, circuit wiring, sub-main wiring, power point wiring and light
plug wiring
S.N Stage of work
a
On laying of conduits with accessories, switch
boxes, etc.
b
On drawing of wires i/c terminations, switches,
sockets etc.
c.
On completion of item and after testing and
commissioning
d
At the time of payment of final bil
B.

Percentage of Rate
40%
50%
5%
5%

Items of Distribution Boards, MCB, RCBO, etc.


S.N Stage of work
a
On initial inspection of material and delivery at site
In good condition on pro-rata basis
b
On completion of installation on pro-rata basis
c.
On completion of testing and commissioning
d
At the time of payment of final bill

Percentage of Rate
75%
10%
10%
5%

For other items, the part rates will be decided by the Engineer-In-Charge of the work and shall be
binding on the contractor.
The main contractor shall be responsible for coordinating the activities of all works and will
ensure progress of works as per laid down programme.
25.0

The Associated electrical Contractor or his representative is bound to sign the site order book as
and when required by the Engineer-in-charge and will comply with the remarks therein.

26.0

The contractor shall make his own arrangement at his own cost for electrical / General Tools and
plants required for the work.

27.0

The connections, inter-connections, earthing and inter-earthing shall be done by the contractor
wherever required to be done for energisation of the installation and nothing extra shall be paid on this
account.

28.0

The contractor must be able to work on concrete slabs / walls as and when required and in
complete co-ordination with the civil works. Cutting of chases in the plastered wall shall in no case be
allowed. The contractor shall fix conduits and boxes in the walls soon after the brick work is completed
and finish the chase to rough surface with proper cement sand mixture. Only in exceptional cases e.g.
where cutting of plastered surface cannot be avoided it will be contractors responsibility to ensure that
plastering is done to match the original finish at no extra cost.

29.0

The contractor shall remove all the debris due to the electrical works from the site as soon as the
work is completed.
30.0

31.0
The wiring and conduit route shall be marked by the contractor in the drawing first, and shall be
got approved from the Engineer-in-charge.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

108
32.0
Some light points in lobby / corridors/ stair case/ lift shaft etc are group controlled which will be
measured as per Items mentioned in BOQ/ Schedule of work.
All rigid metallic conduit pipes shall be of steel and be ISI marked. The wall thickness shall be
not less than 1.6mm (16 SWG) for conduits upto 32mm dia and not less than 2mm (14 SWG) for
conduits above 32mm dia. These shall be solid drawn or reamed by welding, and finished with
galvanized or stove enameled surface.

33.0

34.0

The rupturing capacity of the MCBs shall be 10 KA. The MCBs shall have ISI marked.

35.0

All the MCCBs shall be rated for Ics=Icu

36.0

The copper wire to be used on this work shall be FRLS type.

37.0

Make of MCB/MCCB shall be the same as the make of MCB DB.

The Electrical works shall be carried out by the contractor, side by side with the progress of the
civil works.

38.0

39.0
The Contractor shall on demand by the Engineer-in-charge, furnish the proof to the satisfaction
of Engineer-in-charge regarding purchase of Wires, Modular switches & accessories , MCBs, MCBDB,
Fittings, accessories and other items, from the manufacturers authorized outlets.
40.0
Cutting of brick walls shall be with chase cutting machine only. All repairs and patch works
shall be neatly carried out to match the original finish and to the entire satisfaction of the Engineer in
Charge.
41.0
All the sub main and circuit wiring includes loose wire for connections inside switch boxes and
MCB DB s. No payment for these loose wires shall be made. However wires within the cubicle panel
will be measured and paid under relevant item of work.

To facilitate drawing of wires, 18 SWG GI fish wire shall be provided along with laying of
recessed conduit for which no extra payment shall be made. Conduits laid for other services, like fire
alarm, PA etc., where wiring is not done along with IEI works, fish wire shall be invariably drawn..

42.0

The connection between incoming switch / isolator and bus bar shall be made with suitable size
of thimble and cable at no extra cost.

43.0

Copper conductor of insulated cables of size 1.5 Sq.mm and above shall be stranded and
terminals shall be provided with crimped lugs.

44.0

All MS pulling box cover should be of phenolic laminated sheet of thickness not less than 3mm
and for which nothing extra shall be paid on the account.
45.0

46.0
All sub-main shall be terminated in the main board with suitable copper lugs and thimbles for
which nothing extra will be paid on this account.

All hardware items such as screws, thimbles, GI wire etc. which are essentially required for
completing an item as per specifications will be deemed to be included in the item even when the same
have not been specifically mentioned.

47.0

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

109
48.0
All hardware items such as nuts/ bolts/ screws/ washers etc. to be used in work shall be zinc/
cadmium plated iron.
49.0
Any conduit which is not be wired by the contractor shall be provided with GI fish wire for
wiring by some other agency subsequently. Nothing extra shall be paid for the same.

While laying conduit, suitable size junction boxes shall be provided for pulling the wire as per
the decision of the E-in-C.

50.0

51.0
Materials to be used in work are to be ISI marked wherever applicable. The make of the
materials have been indicated in the list of acceptable makes. No other makes will be acceptable. For
items for which acceptable makes are not mentioned in the tender document, Engineer-In-Charge shall
decide the make before bringing the material to the site by the contractor. The materials to be used in
the work shall be got approved by the Engineer in Charge / his representative before its use at site. The
E-in-C shall reserve the right to instruct the contractor to remove the material which, in his opinion, is
not acceptable.
52.0
Where switches/ sockets/ regulator/ telephone/ TV / internet outlets are to be provided, the same
shall be of only one make.
53.0
Quantity of various items as specified in tender document may changes during construction
stage as per site condition / clients requirement , the successful bidder is advised to verify the actual
requirement of items including fittings , fixtures before bringing the material to the site.
54.0
Wherever light fittings are proposed to be provided on the false ceiling, the respective light / fan
point wiring will have to be brought upto the terminal of the light fittings / fans by the contractor.
Flexible conduits shall be used for drawing wires from conduits on ceiling to fittings on false ceiling
and nothing extra shall be paid to the contractor for the same.

In case the same item(s) appear more than once in the schedule of work / BOQ under the same
sub head or among the different subhead of works, the lowest rate quoted for that item (s) shall be
considered for the particular item(s) wherever appeared in any part of BOQ/ Schedule of works for the
purpose of tender evaluation although web generated e-price bid may incorporate different quoted rate
for same item(s) as per the quoting pattern of the tenderer. The tendered amount thus worked out shall
be final & shall be binding on the contractor.

55.0

56.0

The work should be carried out at IIT campus Salt Lake.

57.0

All statutory deductions like WCT, Labour welfare cess etc. shall be made from the bills.

58.0

All the ceiling fans shall be five star rated only as per BEE labeling.

Testing: All testes prescribed in these General Specifications, to be done before, during and
after installation, shall be carried out, and the test results shall be submitted to the Engineer-in-charge in
prescribed Performa, forming part of the Completion Certificate.
60.0
Commissioning on Completion: After the work is completed, it shall be ensured that the
installation is tested and commissioned.
59.0

61.0
Completion Plan and Completion Certificate:
(i) For all works completion certificate after completion of work as given in Appendix-E shall be
submitted to the Engineer-in-charge.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

110
(ii) 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 main switchboard and distribution boards, indicating the circuit numbers controlled by
them.
(c) Position of all points and their controls.
(d) Types of fittings, viz. fluorescent,T5, LED based, pendants, brackets, bulk head, fans and exhaust
fans etc.
(e) Name of work, job number, accepted tender reference, actual date of completion, names of
Division/Sub-Division, and name of the firm who executed the work with their signature.
The contractor shall submit the completion plan separately in triplicate on blue print with one set on
tracing Cloth as per Clause-8 of the contract within 30 days of the completion of work. In case, the
contractor fails to submit the plan, he shall be liable to pay a sum equivalent to 2.5% of the value of the
work subject to a ceiling of Rs.25000.00

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

111
ADDITIONAL TECHNICAL SPECIFICATIONS FOR RISING MAINS
(a) The rising mains shall be used in electrical distribution system inside the Building. There shall be
two pairs of rising mains , one pair ( one non-essential & one essential ) on each side at suitable
location . The essential loads & non essential loads shall be distributed evenly to the possible extent
among the different essential & non-essential rising mains in every floor.
(b) Tap-off arrangements shall be provided on the rising mains with tap-off boxes.
(c) The rising main shall comprise of sheet metal enclosure, bus bars, tap off points, tap off boxes, end
feed units, fire barriers, expansion joints, thrust pads, end covers and fixing brackets etc.
(d) The rising main shall conform to IS 8623 and IEC 439 and shall be suitable for 415V, 3 phase, 50
Hz supply and insulation of rising mains shall be capable of withstanding the voltage of 660 volt A.C.
Degree of IP protection and short circuit rating shall be specified.
(ii) Enclosure
The enclosure shall be made from sheet steel of 1.6 mm thickness.
(iii) Bus bars
(a) Rating:
Bus bars shall be made of wrought aluminium or aluminium, alloy, or electric grade copper, confirming
to relevant Indian Standard, as specified. The ratings of the bus bars shall be as specified in schedule of
work.
(b) Current density:
Bus bars shall be of sufficient cross-section so that a current density of 130A/sq.cm (800A/sq.inch) is
not exceeded at nominal current rating for aluminium bus bars.
(c) Cross Section of bus bars:
The cross section of the neutral bus bar shall be the same as that of the phase bus bar for bus bars of
capacities upto 200A; for higher capacities, the neutral bus bar must not be less than half the crosssection of that of the phase bus bar.
(d) Insulation:
Each bus bar shall be suitably insulated with PVC sleeves/tapes. The insulation of the rising mains shall
be capable of withstanding the voltage of 660V of A.C.
(e) Bus bar supports
Bus bar support insulators shall be class F insulators made of non hygroscopic, non-combustible, track
resistant and high strength FRP/ SMC/DMC material, and shall be of suitable size and spacing to withstand the dynamic stresses due to short circuit currents. The spacing between two
insulators should be provided by the manufacturers according to the design approved by CPRI for their
bus bar supports.
(f) Bus bar Clearances:
(i) The minimum clearance to be maintained for enclosed indoor air insulated bus bars for medium
voltage applications shall be as follows:
Between Min. Clearances
Phase to earth 26mm
Phase to phase 32mm
Note: For strip connection from bus bars to switchgear, the above clearances dont apply.
(ii) (a) Bus bar joints shall be thoroughly cleaned and a suitable oxidizing grease shall be applied before
making the joint.
(b) High tensile bolts, plain and spring washers shall be provided to ensure good contact at the joints.
(c) The overlap of the bus bars at the joints shall be not less than the area of the cross section of the bus
bars.
(g) Bus Bar Marking:
Bus bars and main connections shall be marked by color or letter as per CPWD General specification
Part I Internal 2013 .
(iv) Expansion joint:
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

112
Expansion joint made of aluminum/copper strips shall be provided wherever necessary, to take care of
expansion and contraction of the bus bars under normal operating conditions. This shall be invariably
provided when-ever the length of the rising mains exceeds 15 m.
v) Thrust Pads:
(a) The bus bars shall be provided with thrust pads so that the expansion of the conductors is upwards
only.
(b) The bus bar clamps and insulators shall be designed to withstand the forces due to short circuit
current. They shall also permit free vertical movement of the bus bars during expansion and contraction.
(vi) Mounting:
(i) Incoming cable will be connected to the rising main through an end feed unit, consisting of switch
fuse unit with HRC fuse/MCCB/ACB of required capacity and cable end box as specified.
(ii) Tap-off boxes at specified intervals and height shall be provided on rising main to tap power. The
box shall consists of set of HRC fuses or MCCB/Switch fuse unit, as specified ,so that power from
rising main can be switched ON/OFF and provided with suitable overload/short circuit protection.
(iii) Distribution boards/switch boards will not be mounted on rising main. Such boards will be
separately erected on floor/wall and connected to tap-off box with suitable copper conductor cable .
(vii) Construction features:
(a) The rising mains shall be manufactured in convenient sections to facilitate easy transportation and
installation. The sections shall be connected to form a vertical run at site. Each section shall be provided
with suitable wall straps at convenient intervals for fixing to the wall.
(b) The enclosure shall be sturdy so as to withstand the internal and external forces resulting from the
various operating conditions.
(c) The front covers shall be detachable. Neoprene gaskets shall be provided between the covers and the
side channels.
(d) The enclosure shall have a degree of protection not less than IP 42.
(e) The rising main shall be designed for temperature rise not exceeding 40 degree C over ambient
temperature of 45 degree C.
(f) Built-in fireproof barriers having 2 hr. fire rating shall be provided to restrict the spread of fire
through the rising mains from one section to the adjacent section.
(g) Necessary provisions for ventilation shall be made at suitable intervals. These shall be complete with
welded non-ferrous metallic mesh to prevent entry of vermin.
(h) Two numbers of copper earth strips of 20x3 mm (for Rising Main upto 400 Amp) and 20x5mm (for
Rising main above 400 upto 800 Amp.) shall be provided along side the rising mains enclosure, and
shall be bolted to each section of the rising mains.
(viii) Installation of rising mains.
(i) Rising mains shall be installed on walls, to which the foundation bolts shall be suitably grouted (in a
shaft of adequate size for rising main and floor distribution panel). The foundation bolts shall be
provided by the contractor without extra payment.
(ii) (a) No structural member in the building shall be damaged/altered, without prior approval from the
competent authority through the Engineer-in-Charge.
(b) Structural provisions like openings, cutouts, if any, provided by the department for the work, shall
be used. Where these re-quire modifications, or where fresh provisions are required to be made, such
contingent works shall be carried out by the con-tractor at his cost.
(c) All such openings in floors provided by the Department shall be closed by the contractor after
installing the cables/conduits/ rising mains etc. as the case may be, by any suitable means as approved
by the Engineer-in-Charge without any extra payment.
(d) 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.
(ix) Commissioning
Before connecting mains supply after installation, pre-commissioning checks comprising megger test,
checking the tightness of connections, body earth connection etc. shall be carried out and recorded.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

113
COMMERCIAL AND ADDITIONAL CONDITIONS FOR ELECTRICAL WORKS SH:
Substation Equipments, Service Connection etc
1.0 GENERAL
1.1 This specification covers manufacture, testing as may be necessary before dispatch,delivery at site,
all preparatory work, assembly and installation, commissioning putting into operation of sub-station
equipments consisting of HT panels, transformers, Cabling, LT panels, HT cabling, including Street
lighting , UG service connections etc. and final testing of sub-station equipments at IIT Campus, Salt
Lake
1.2(a) Location: The sub- station equipments will be installed in the sub-station buildings in IIT
Campus, Salt Lake.
1.2 (b) The main contractor should engage an agency who fulfills the laid down criteria in the NIT for
execution of this sub-head of work . The firm should posses valid electrical contractor license. In case
the main contractor himself meets the above criteria, he shall be allowed to execute this sub-head of
work after due verification of his credentials by the Engineer-in-Charge of Electrical Works.
1.3 The work shall be executed as per CPWD General Specifications for Electrical Works PartI(Internal ), II(External) & IV(Substation), as amended up to date, relevant I.E. Rules, BIS/IEC and as
per directions of Engineer-in charge. These additional specifications/ conditions are to be read in
conjunction with above and in case of variations, specifications given in these additional conditions
shall apply. However, nothing extra shall be paid on account of these additional specifications and
conditions, as the same are to be read along with schedule of quantities for the work.
1.4 The tendered should in his own interest visit the site and get familiarize with the site
conditions before tendering.
1.5 No T&P shall be issued by the Department and nothing extra shall be paid on account
of this.
2.0 COMMERCIAL CONDITIONS
3.0 TERMS OF PAYMENTS
The following percentage of contract rates for the various items included in the contract shall be payable
against the stage of work shown herein.
3.1 85% after initial inspection and delivery at site in good condition on pro-rata basis.
3.2 10% after completion of installation in all respects.
3.3 Balance 5% will be paid after testing, commissioning & handing over to the department for
beneficial use.
4.0 Rates
4.1 The rates quoted by the tendered, shall be firm and inclusive of all taxes as applicable (including
works contract tax, VAT, labour cess , service tax whichever applicable), duties levies, octroi etc. and
all charges for packing, forwarding, insurance, freight and delivery, installation, testing, commissioning
etc. at site including temporary construction of storage, risks, overhead charges, general liabilities
/obligations and clearance from CEA, However, the fee for the CEA inspections shall be borne by the
department.
4.2 The department will not issue Octroi exemption certificate.
4.3 The contractor has to carry out maintenance as per manufacturers standards for a period of 12
months from the date of handing over. Nothing extra shall be paid on this account.
5.0 Completeness of Tender
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

114
All sundry equipment, fittings, unit assemblies, accessories, hardware items, foundation bolts,
termination lugs for electrical connections, and all other items which are useful and necessary for
efficient assembly and installation of equipment and components of the work shall be deemed to have
been included in the tender irrespective of the fact whether such items are specifically mentioned in the
tender documents or not.
6.0 Storage and Custody of Materials
The transformer rooms & HT panel rooms, if available, may be used for storage of sundry materials and
erection equipments or else the agency has to make his own arrangements. No separate storage
accommodation shall be provided by the department. Watch and ward of the stores and their safe
custody shall be the responsibility of the contractor till the final taking over of the installation by the
department.
7.0 Care of The Building :
Care shall be taken by the contractor while handling and installing the various equipments and
components of the work to avoid damage to the building. He shall be responsible for repairing all
damages and restoring the same to their original finish at hit cost. He shall also remove at his cost all
unwanted and waste materials arising out of the installation from the site of work.
8.0 Completion Period
The completion period indicated in the tender documents is for the entire work of planning, designing,
approval of drawings etc., arrangement of materials & equipments, delivery at site including
transportation, installation, testing, commissioning and handing over of the entire system to the
satisfaction of the Engineer-in-charge.
9.0 Guarantee
9.1 All equipments shall be guaranteed for a period of 12 months, from the date of taking over the
installation by the department, against unsatisfactory performance and/or break down due to defective
design, workmanship or material. The equipments or components, or any part thereof, so found
defective during guarantee period shall be forthwith repaired or replaced free of cost, to the satisfaction
of the Engineerin-Charge. In case it is felt by the department that undue delay is being caused by the
contractor in doing this, the same will be got done by the department at the risk and cost of the
contractor. The decision of the Engineer-in-charge in this regards shall be final & binding on the
contractor.
9.2 The tender shall guarantee among other things, the following :
(a) Quality, strength and performance of the materials used as per manufacturers standards.
(b) Safe mechanical and electrical stress on all parts under all specified conditions of operation.
(c) Satisfactory operation during the maintenance period.
10.0 Power Supply, Water Supply :
Arrangement for power supply, Water supply shall be made by the contractor at his own cost for
installation work. Thereafter power supply shall be made available to the contractor by the department
free of cost for testing and commissioning.
12.0 Acceptable makes of Various Equipments:
The Acceptable makes of various equipments/ components/accessories have been indicated in the
annexure of List of Acceptable Makes .The tenderer shall work out the cost of the offer on this
basis. Alternate makes are not acceptable.
!3.0 Data Manual and Drawings to be furnished by the Tender :
13.1 With Tender : The tenderer shall furnish alongwith the tender, detailed technical literature,
pamphlets and performance data for appraisal and evaluation of the offer.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

115
13.2 After award of work
The successful tendere would be required to submit the following drawings within 15 days of award of
work for approval before commencement of installation.
(a) General arrangement drawing of the equipments like HT panels transformers, bus duct, LT panel etc.
in the sub-station building, with complete dimensions for LT Panel, APFC Panel etc . The tenderer shall
also give dimensions, details of LT Panels , CPRI test certificates for fault withstand capacity of 31
MVA for 1 Sec.
(b) Details of foundations for the equipments and the weigthts of assembled equipments.
(c) Cable/bus duct layout between HT panel boards, transformers & LT panel etc.
(d) Any other drawings necessary for the job.
14.0 The successful tenderer should furnish well in advance three copies of detailed instructions and
manuals of manufacturers for all items of equipments regarding installation, adjustments operation and
maintenance including preventive maintenance & trouble shooting together with all relevant data sheets,
spare parts catalogue etc.all in triplicate.
15.0 Extent of Work
15.1 The work shall comprise of entire labour including supervision and all materials necessary to make
a complete installation and such tests and adjustments and commissioning, as may be required by the
department. The term complete installation shall not only mean major items of the plant and equipments
covered by the specifications, schedule of work / BOQ but all incidental sundry components necessary
for complete execution and satisfactory performance of installation with all layout charts whether or not
those have been mentioned in details in the tender document in connection with this contract as this is a
turnkey job.
15.2 XLPE insulated LT cable shall be used to connect transformers to main LT panel. Similarly HT
cable is to be laid inside the proposed sub-station in open duct between HT panel board and
transformers as well as interconnection between the two substations. The HT cable shall be brought at
site after taking correct measurements since no joint shall be permissible in between HT panel &
transformer.
15.3 In addition to supply, installation, testing and commissioning of sub station equipments, following
works shall be deemed to be included within the scope of work to be executed by the tenderer as this is
a trunkey job(a) Minor building works necessary for installation of equipments, foundation, making of opening in
walls or in floors and restoring them to their orginal condition / finish and necessary grouting etc. as
required.
(b) all supports for over head bus ducts, cables and MS channels for erection of panels & transformers
etc. as are necessary.
(c) Testing of PTs/ CTs for metering & protection purpose & relay calibration & setting.
(d) Getting CEA inspection done & obtaining approval for energizing the installation. However,
necessary fees for inspection shall be borne by the Department.
16.0 Exclusion and work to be done by other agencies :
The following shall be excluded from the scope of the work :
(a) Major dismantling of any existing building work.
(b) Electricity supply in sub-station building.
17.0 Inspection and Testing
17.1 All major equipments i.e. HT panel, transformers, LT panel, Cable, Pole, fittings etc. shall be
offered for initial inspection at manufacturers works. The contractor will intimate the date of testing of
equipments at the manufacturers works before dispatch. The Successful tenderer shall give advance
notice of minimum two weeks regarding the dates proposed for such tests to the departments
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

116
representative to facilitate his presence during testing. The Engineer-in-charge may witness such testing
if so desired by the Engineer-in-charge. The cost of the Engineers visit to the factory will be borne by
the department. Equipments will be inspected at the manufacturer/Authorised dealers premises, before
dispatch to the site by the contractor if so desired by the Engineer-in-charge.
17.2 Copies of all documents of routine and type test certificates of the equipment, carried out at the
manufacturers premises shall be furnished to the Engineer-in-charge and consignee.
17.3 After completion of the work in all respects the contractor shall offer the installation for testing and
operation.
18.0 Validity
Tenders shall be valid for acceptance for a period of 90 days from the date of opening of bid.
19.0 COMPLIANCE WITH REGULATIONS AND INDIAN STANDARDS.
19.1 All works shall be carried out in accordance with relevant regulation, both statutory and those
specified by the Indian Standards related to the works covered by this specification. In particular, the
equipment and installation will comply with the following:
(i) Factories Act.
(ii) Indian Electricity Rules.
(iii) B.I.S. & other standards as applicable.
(iv) Workmens compensation Act.
(v) Statutory norms prescribed by local bodies like CEA, Power Supply Co., etc.
19.2 After completion of the installation, the same shall be offered for inspection by the
representatives of the Central Electricity Authority. The contractor will extend all help including test
facilities to the representatives of CEA. The observations of CEA will be attended by the contractor.
The installation will be commissioned only after getting clearance from CEA.
19.3 Nothing in this specification shall be construed to relieve the successful tendered of his
responsibility for the design, manufacture and installation of the equipment with all accessories in
accordance with currently applicable statutory regulations and safety codes.
19.4 Successful tenderer shall arrange for compliance with statutory provisions of safety regulations and
departmental requirements of safety codes in respect of labour employed on the work by the tenderer.
Failure to provide such safety requirement would make the tender liable for penalty for each default. In
addition, the department will be at liberty to make arrangement for the safety requirements at the cost of
tenderer and recover the cost thereof from him.

20.0 Indemnity :
The Successful tenderer shall at all times indemnify the department, consequent on this works contract.
The successful tenderer shall be liable, in accordance with the Indian Law and Regulations for any
accident occurring due to any cause and the contractor shall be responsible for any accident or damage
incurred or claims arising there from during the period of erection, construction and putting into
operation the equipments and ancillary equipments under the supervision of the successful tenderer in
so far as the latter in responsible. The Successful tenderer shall also provide all insurance including
third party insurance as may be necessary to cover the risk. No extra payment would be made to the
successful tenderer on account of
the above.
21.0 Erection Tools :
No tools and tackles either for unloading or for shifting the equipments for erection purposes would be
made available by the department. The successful tenderer shall make his own arrangement for all these
facilities.
22.0 Cooperation with other Agencies :
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

117
The Successful tenderer shall co-ordinate with other contractors and agencies engaged in the
construction of buildings, if any, and exchange freely all technical information so as to make the
execution of this work/contract smooth. No remuneration should be claimed from the department for
such technical cooperation. If any unreasonable hindrance is caused to other agencies and any
completed portion of the work has to be dismantled and re-done for want of cooperation and
coordination by the tenderer during the course of work, such expenditure incurred will be recovered
from the successful tenderer if the restoration work to the original condition or specification of the
dismantled portion of the work was not undertaken by the tenderer himself.
23.0 The work will be carried out with least disturbance during shifting & shut down taken in
consultation with the client department.
24.0 Mobilization Advance:
No mobilization advance shall be paid for this work.
25.0 Insurance and Storage:
All consignments are to be duly insured up to the destination from warehouse at the cost of the
contractor. The insurance covers shall be valid till the equipment is handed over duly installed, tested
and commissioned.
26.0 Verification of Correctness of Equipment at destination:
The contractor shall have to produce all the relevant records to certify that the genuine equipments from
the manufacturers has been supplied and erected.
27.0 Painting:
This shall include cost of painting of the entire installation. The major equipments like HT panel,
transformers, LT panel, bus duct, cable trays etc. shall be factory final finish painted. The agency shall
be required to do only touching to the damages caused to the painting during transportation, handling &
installation at site, if there is no major damage to the painting. However hangers, supports etc. of bus
trunking & cable tray etc. shall be painted with required shade including painting with two coats of
anticorrosive primer paint at site.
28.0 Training
The scope of works includes the on job technical training of two persons of department at site. Nothing
extra shall be payable on this account.
29.0 Maintenance:
29.1 Sufficient trained and experienced staff shall be made available to meet any exigency of work
during the guarantee period of one year from the handing over of the installation.
29.2 The maintenance, routine as well as preventive, for one year from the date of taking over the
installation as per manufacturers recommendation shall be carried out on quarterly basis.
30.0 Interpreting Specifications:
In interpreting the specifications, the following order of decreasing importance shall be followed in case
of contradictions:
(a) Schedule of quantities
(b) Technical specifications
(c) Drawing (if any)
(d) General specifications
(e) Relevant BIS or other international code in case BIS code is not available

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

118
1.

TECHNICAL SPECIFICATION FOR 33KV INDOOR VACUUM CIRCUIT BREAKERS


SCOPE

1.1 This specification covers design, engineering, manufacture, testing, inspection before

dispatch packing, forwarding, transportation, insurance during transit, delivery to site/


stores of 33KV Indoor Vacuum Circuit Breakers for use the 33/0.415 KV primary
substations under the distribution networks of IIT, Rajarhat
1.2 All vacuum circuit breakers must be manufactured by ISO 9000 certified Organization

and shall have been type tested at CPRI or any Govt. approval laboratory within five
years as on the date of bid opening and in satisfactory operation for a period not less
than three years. The Bidder shall demonstrate compliance with this requirement by
supplying with the bid, copies of the type test certificates together with performance
certificates from purchasers/ users.
The users certificate must include the detail address of the user, date of commissioning of the
equipment, date of issue of the letter, No. of years of satisfactory performance of the
equipment with Model/ Type used. At least one of the users certificate shall be submitted from
the state or Central Government or their undertaking, without which Bid will be outright
rejected.
1.3 The scope of supply includes the provision of type tests wherever required. Rates for
type tests shall be given in the appropriate price schedule of the bid document and will
be considered for evaluation. The purchaser reserves the right to waive type tests.
1.4 The scope also includes the circuit breaker and current and potential transformers,

supporting structures, operating mechanism, local/ remote control cabinet, relay control
panel, foundation bolts, all the accessories and auxiliary equipment mandatory spares
and special tools for satisfactory installation and operation.
1.5 The circuit breakers shall conform in all respects to the highest standards of engineering,

design, workmanship, this specification and the latest revisions of relevant standards at
the time of offer and the purchaser shall have the power to reject any work or materials,
which, in his judgement, is not in full accordance therewith.
2.

STANDARDS
Expect where modified by this specification, the circuit breakers and the accessories shall be
designed, manufactured and tested in accordance with latest editions of the following
standards.

IEC/ISO/BS

IS

Subject

IEC:56
IS : 13118
IEC: 62271-100 & 200

High voltage alternating current circuit breakers general requirement.

IEC: 694

IS :12729

Common clauses of high voltage switch-gear and control gear standards


(for voltage exceeding 1000 V).

IEC: 60

IS :9135

High Voltage testing techniques.

IEC: 427

IS: 13516

Method of synthetic testing of HV .A.C circuit breakers.

IEC: 1233

HV. AC. Circuit breakers- inductive load switching.


Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

119
IEC: 17A/CD: 474

HV. AC. Circuit breakers- capacitive switching.

IEC: 529

IS: 13947

Degree of protection provided by enclosure.

IEC:137

IS:2099

Insulating bushing for A.C. voltages above 1000V

IEC:233

IS : 5621

IEC:273

IS:5350

Characteristics of indoor and outdoor post insulators for systems with


nominal voltages greater than 1000V.

IEC:815

IS:13134

Guide for selection of insulators in respect of polluted conditions.

IEC: 34

IS : 996

A.C motors

ISO:1460 BS:729

IS:2629

Hot dip galvanizing

IS:2633

Method of testing uniformity of zinc coated articles.

Hollow insulators for use in electrical equipment & testing.

IS: 5

Colour for ready missed paints and enamels

IS: 6005

Code of practice for phosphating or iron and steel.

IEC: 227

IS:1554

P.V.C Insulated cables for voltages up to and including 1100 Volt.

IEC:269

IS:13703

Low voltage fuses for voltages not exceeding 1000volt.

ISO:800

IS:1300

Phenolic moulding materials.

IS:13118

Guide for uniform marking and identification of conductors and apparatus


terminals.

IS:2705

Current transformers.

IEC: 185

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

4. SERVICE CONDITIONS:

120
IEC: 296

IS: 335

Specification for unused insulating oil for transformer and switchgear.

IEC:186

IS: 3156

Potential transformers.

CBIP Technical Report No. 88 revised


July, 1996 read with amendment issued
(April, 99, September, 99 and also any
other amendment thereafter)

Specification for AC Static Electrical Energy Meter.

This list is not to be considered exhaustive and reference to a particular standard or


recommendation in this specification does not relieve the Supplier of the necessity of
providing the goods and services complying with other relevant standards or
recommendations.
3.

REQUIREMENTS
The circuit breakers to be supplied against this specification shall be required for Feeder
Protection.
. The circuit breakers shall be suitable for 3 phase 50Hz solidly grounded neutral system
and shall have normal current carrying capacity and symmetrical short circuit current
breaking capability as mentioned hereunder.
The required 33KV Vacuum Circuit Breakers suitable for outdoor installations are to be
quoted by Manufacturers only with a valid ISO 9000 certification.

3.1 BASIC TECHNICAL REQUIREMENTS:

The vacuum circuit breakers are required to meet the following basic technical
requirements. (Reference standards IEC:56, IS:13118 and associated standards listed in this
specification.
Basic Technical Requirements

he service conditions shall be as follows:


Maximum a altitude above sea level

1,000m

Maximum ambient air temperature

500C

Maximum daily average ambient air temperature

350C

Minimum ambient air temperature


50C
Maximum temperature attainable by an object exposed to the 600C sun

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

121

Sl.
No

Particulars

Service type

Outdoor

No. of Poles

Nominal system voltage

33KV

Highest system voltage

36KV

Rated normal current at 500C

i)

For Interrupter

2000A

ii)

For Incoming / Outgoing Feeders

1250 A

5.

Requirements

33 KV VACUUM CIRCUIT BREAKERS


5.1 General

The circuit breakers shall be structure mounted open type with vacuum as interrupting media
incorporating separate interrupters of 2000 A rating for each phase mounted on single frame.
There shall be a common drive mechanism actuating the interrupters, which must work in
synchronism. These breakers shall be provided with suitable local control while provision
shall be made for remote control.
The circuit breakers shall be fitted with spring mechanism type. The inherent design of these
circuit breakers shall be such that they shall satisfactorily perform all test duties and interrupt
out-of-phase current and produce very low over voltage (<2.0p.u.) on all switching circuits,
capacitive and inductive to IEC:56, IS:13118 and other associated standards mentioned in the
clause of this specification.
The terminal pads shall have silver-plating of at least 50 micron thickness. The design of the
circuit breakers shall be such that inspection and replacement of contracts, coils, vacuum
bottles and any worn or damaged components can be carried out quickly and this ease. The
contract gaps shall be adjustable to allow for wear.
The mechanism and the connected interrupters shall satisfy the mechanical endurance
requirements of IEC:56, IS:13118 and all additional requirements specified herein.

TECHNICAL SPECIFICATIONS OF TRANSFORMER, MV PANEL


1. SCOPE
This section covers the specification for supply. Installation, testing and commissioning of Sub- station
equipments such as Transformer, MV Panel and other such devices
DRY TYPE DISTRIBUTION TRANSFORMERS
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

122
2.
General Construction
The Transformers shall comply with the following Indian Standards as amended upto date:
(i) IS 11171 : 1985 - Dry type power transformers.
(ii) IS 10028 (Part II & III) - Installation and Maintenance of Transformers.
(iii) IS 2099 - Bushing
(iv) IS 2705 - Current Transformers.
3.
Constructional Features: All the MS parts shall be either Hot dipped galvanized or cold
galvanized to make them corrosion free. The core shall be made up of high grade low loss cold rolled
grain oriented silicon steel. Both low & high voltage windings shall be made of copper conductor. The
class of winding insulation shall correspond to class F. The construction of the windings of the
transformer shall be such that. no creepage path is found even in dusty & corrosive ambient conditions.
The core coil assembly shall be housed in a prefabricated enclosure. The enclosure shall be fabricated
with mild steel CRCA sheets with adequate provision for ventilation. The enclosures shall under go the
seven tank process. Finally the external and internal surfaces of the enclosure shall be powder coated
with the required paint shade.
4.
General Requirements: The transformer shall be indoor or outdoor type as specified. Unless
otherwise specified the transformer in addition shall have thermal and dynamic ability to withstand
external short-circuit as per clause 9 of IS 2026 (Part I) 1977 and clause 5 of IS 11171-1985.
5.
Capacity and Rating: The KVA ratings for three phase transformers as mentioned in BOQ
Continuous rating specified shall be irrespective of tapping position. Indoor transformers shall be
suitable for IP-23 protection; out door transformers shall confirm to IP-33 protection.
6.
Temperature Rise: The reference ambient temperatures assumed for the purpose of this
specification are as follows: (a)
Maximum ambient air temperature 50 deg C.
(b) Maximum daily average ambient air temperature 40 deg C.
(c)
Maximum yearly weighted average ambient temperature 32 deg C.
(d) Minimum yearly weighted average ambient temperature (-) 5 deg C.
(e)
Class of insulation - F
The temperature rise limit at the above conditions and at the altitude not exceeding 1000 meters shall
be as specified. If the site conditions indicated for a particular job is more severe than the referred
ambient temperature mentioned above, the temperature rise above ambient shall be suitably scaled
down such that the hot spot temperature shall not exceed the values for the reference conditions 90 deg
C (F class insulation).
7.
Tap Changing Device: Preferred tapping range is +5% to -7.5% in 2.5 percent steps . The
device shall be provided on HV for HV Voltage to keep LV Voltage constant.
8.
Terminal Markings Connections: Relevant provisions of IS:2026 (Part-IV)-1977 shall be
applicable.
9.
Voltage Ratio: Unless otherwise specified, the transformer shall be suitable for a voltage ratio
of 33 KV/433 V.
10. Vector Group: In case of step down transformers, the winding connections shall conform to
vector group Dy 11 unless otherwise specified. In case of step up transformer the vector group unless
otherwise specified shall be star /delta.
11. Cooling: Unless otherwise specified the transformer cooling shall be air and naturally cooled
(AN)
12. Accessories: The transformer shall be with enclosure or without enclosure with HV and MV
terminations as specified both on HV and MV side. The MV side shall be suitable to receive bus bar
trunking or MV cable inter-connection suitable for full load current of the transformer.
13. Fittings: The transformer shall be complete with the following fittings: (a) Tap changing link or tap switch.
(b) RTD temperature controller.
(c) Lifting lugs for all transformers.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

123
(d) Bi-directional /Unidirectional Rollers to be specified.
(e) Rating diagram and terminal marking plate for all transformers.
(f) Additional Neutral separately brought out on a bushing for earthing for all
transformers.
(g) Earth terminals (2 Nos.) for body earthing for all transformers.
(h) Necessary hardware, clamps, lugs etc. for termination on HV/MV etc. for all transformers.
14. Rating Plates : A rating plate of weather proof material bearing the data specified in clause-8 of
IS: 11171: 1985
15. Joints and Gaskets: All gaskets used for making gas tight joints shall be of proven material.
Tests:
16. Tests at Works: All routine and other tests prescribed in IS 11171 : 1985 shall be carried out at the
manufacturers works before the dispatch of the transformer in the presence of inspecting officer.
Copies of the test certificates shall be furnished to the department. In addition to the prescribed
routine tests, temperature rise test shall be invariably done on one transformer of each design. A
copy of the impulse test certificate done on the same type/design of the transformer shall be
furnished in accordance with IS 11171 : 1985 for purpose of record. If no impulse test was done
in an earlier unit of the same design and type, one transformer will be subjected to impulse test in
consultation with the Inspector at the firms cost. Copies of the certificates of type test for short
circuit shall be supplied to the Department.
17. Tests at Site: In addition to tests at manufacturers premises, all relevant precommissioning checks
and tests conforming to IS code of practice No. 10028 shall be done before energization. The
following tests are to be particularly done before cable jointing or connecting up the bas bar
trunking.
(a) Insulation test between HV to earth and HV to MV with a 5000 volts Megger.
(b) Insulation test between MV to earth with 500 volts Megger.
All test results are to be recorded and reports should be submitted to the department.
18. Installation and Commissioning:
The transformer shall be installed in accordance with IS 10028-Code of practice for Installation and
maintenance of transformer. Necessary support channels shall be grouted in the flooring.
The Transformer shall be moved to its location and shall be correctly positioned. Transformer wheels
shall be either locked or provided with wheel stoppers.
Wiring of devices shall be carried out as per drawings; Earthing of neutral and body of the transformer
shall be done in accordance with CPWD General Specifications Pt IV-Substation
All devices shall be checked for satisfactory operation.
All tests specified in these specifications shall be carried out by the contractor in the presence of
inspecting officer/consignee free of cost.
19. Maximum Allowable Power Transformer Losses
Power transformers of the proper ratings and design must be selected to satisfy the minimum acceptable
efficiency at 50% and full load rating. In addition, the transformer must be selected such that it
minimizes the total of its initial cost in addition to the present value of the cost of its total lost energy
while serving its estimated loads during its respective life span. The Maximum allowable losses shall be
within Tolerance as per CPCB norms as shown below :
Capacity of transformer : 1250 KVA, 33KV Class
Total losses at 50 % loading : 6.25 KW
Total losses at rated load
: 14.5 KW

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

124
AIR INSULATED COMPACT BUS TRUNKING :
SCOPE
The Bus Trunking/ Rising Mains are suitable for distributing 3 phase,50 hz, 415/450 volts A.C. supply.
These are available with Aluminum as well as Copper Conductors.
STANDARD FOR COMPLIANCE
IS : 8623 / 1993 Part I & II.
CONSTURCTION
Enclosure will be manufactured from CRCA sheet steel powder coated to shade RAL 7032 (or such
other specified) or GI. Enclosure will be rectangular in shape. Busbars will be placed over insulators
(Class F) located every 250mm (Such other suitable length) along its length. Bus bars will be aluminum
conductor 63401 / WP grade aluminum alloy or copper conductor ETP grade with 99.9% pure copper,
with radicalised edges. For ease in handling, length of largest section will be restricted to 3 Mtrs
nominally (floor to floor height). Neutral cross section unless specified for reduced cross section will be
same as phase cross section unless specified for reduced cross section. Bus bars will not be drilled and
so placed in insulators that when placed vertically they do not slide out of enclosure.
Joints between bus bars of one section to adjacent section will be through Uniblock Joint assembly
operated by single bolt or clamped connections located in an insulated housing operated by single
screw. Uniblock joint system will be removable and inserted as a separate sub-assembly to isolate
adjacent sections without disturbing or moving bus bars.
Fire barriers of two hours rating will be provided at each floor crossing as per UL 1479 or as per IEC
60439 and test certificate provided. The enclosure will have protection degree IP-54 as per IEC.
BRACKETS
Mounting Brackets, which can be shifted anywhere on Bus Bar Trunking should be provided to fix bus
bar trunking on to assembly grouted in will where these brackets rest.
EARTH STRIP
Earth strip of copper or aluminum are to be provided, one on each side
SHORFT CIRCUIT WITHST AND
Bus bars offered should be tested for short circuit withstand specified. Bus bar system should be
designed for an ambient temperature of 40 deg. C and temperature rise restricted to 45 deg. C max.
Other technical parameters to be met are:
- Max operating voltage : 1000Volts.
- Insulation voltage : 1000 Volts.
Expansion joints will be provided

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

125
Medium Voltage Panel
20. General Construction
The switchboard shall be floor mounted free standing totally enclosed and extensible type. The switch
board shall be dust & vermin proof and shall be suitable for the climate conditions as specified. The
design shall include all provisions for safety of operation and maintenance personnel. The general
construction shall conform to IS: 8623/1993 for factory assembled switch board. The degree of
protection of enclosure shall be IP 42 as per IS 13947 ( Part-I)
21. Cubical Type Panels
Cubical type panels shall be fabricated out of sheet steel not less than 2.0 mm thick. Wherever
necessary, such sheet steel members shall be stiffened by angle iron frame work. General construction
shall employ the principle of compartmentalization and segregation for each circuit. Unless otherwise
approved, incomer and bus section panels or sections shall be separate and independent and shall not be
mixed with sections required for feeders. Each section of the rear accessible type panel shall have
hinged access doors at the rear. Overall height of the panel shall not exceed 2.4 meters. Operating
levers, handle etc. of highest unit shall not be higher than 1.7 meters. Multi-tier mounting of feeder is
permissible. The general arrangement for multi tier construction shall be such that the horizontal tiers
formed present a pleasing and aesthetic look. The general arrangement shall be approved before
fabrication. Cable entries for various feeders shall be either from top or bottom. Through cable alleys
located in between two circuit sections ,either in the rear or in the front of the panel. All cable
terminations shall be through gland plates. There shall be separate gland plate for each cable entry so
that there will not be dislocation of already wired circuits when new feeders are added.
Cable entry plates shall therefore be sectionalized. The construction shall include necessary cable
supports for clamping the cable in the cable alley or rear cable chamber.
Cubicle panels with more than 1000 Amps BUS shall be made of tested structural modular sections.
22. Bus Bar and Connections The bus bars shall be of Aluminium or aluminium alloy / copper
(high conductivity electrolytic quality ) as specified in BOQ / Schedule of work. It shall be of high
conductivity quality and of adequate section. Current density for Aluminium shall not exceed 130 amps
/sq. cm. Current density for copper shall not exceed 160 amps /sq. cm The bus bar system may comprise
of a system of main horizontal bus bars and ancillary vertical bus bars run in bus bar alleys on either
side of which the circuit could be arranged with front access cable entries. In the case of rear access,
horizontal bus system shall run suitably either at the top or bottom. All connections to individual
circuits from the bus bar shall preferably be solid connections; however flexible connections shall also
be permitted as per recommendations of the Panel Manufacturer. All bus bars and connections shall be
suitably sleeved / insulated in approved manner.
23.
Incomer / Termination Incomer termination shall be suitable for receiving bus trunking
/underground cables. Cable terminations shall invariably be through terminal blocks (Polyamide or
superior) or brought out solid terminals.
24. Instruments All voltmeters and ammeters shall be flush mounted of size minimum 96 mm
conforming to class 1.5 of IS:1248 for accuracy. All voltmeters shall be protected with MCB.
25. Indicating Lamps On all the incomers of M.V panels, ON/OFF indicating LED lamps shall be
provided and shall be suitable for operation on AC supply. Phase indicating LED lamps shall be
associated with necessary ON/OFF toggle switch.
26. Small Wiring All small wiring for Controls, Indication etc. shall be of with suitable
FRLS/HFFR (halogen free fire retardant) copper conductor cables. Wiring shall be suitably protected
within switch board. Runs of wires shall be neatly bunched, suitably supported and clamped. Means
shall be provided for easy identifications of the wires. Where wires are drawn through steel conduits,
the works shall conform to CPWD General Specifications for Electrical works (Part I- Internal) - 2013
and IS:732 as the case may be. Identification ferrules shall be used at both ends of the wires. All
control wiring meant for external connections are to be brought out of terminal board.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

126
27.
OPERATIONAL REQUIREMENTS The indoor type MV panel shall conform to the
following: (a) The panel shall comprise of incomers, outgoing feeders and bus coupler as specified. The incomer
shall be either a double break / contact repulsion MCCB or an Air Circuit Breaker. The bus coupler
shall be either a circuit breaker or a double break / contact repulsion MCCB or switch disconnector fuse
unit as specified. The outgoing feeders shall be circuit breakers/MCCBs as specified in BOQ.
(b) Bus bars for phase and neutral shall have a rating as specified in BOQ.
(c) The entire switch panel shall be cubical type generally conforming to IS:8623/1993 for factory
assembled switch board.
(d) The incomer panel shall be suitable for receiving bus trunking or MV cable of size specified either
from top or from bottom.
(e) All incoming AIRCIRCUIT BREAKER/MCCB shall have suitable adjustable tripping current and
the time delay settings.
(f) The entire panel shall have a common earth bar of size as specified with two terminals for earth
connections.
Rating and Requirements
28. Air Circuit Breaker All Air Circuit Breakers shall be 3/4 pole with minimum 50 KA breaking
capacity (35 MVA at 433V) conforming to IS: 13947 (Part-II). Rated current shall be as per capacities
specified. The equipment shall be complete with the following: (a) Necessary circuit breaker carriage
with 3 position (isolate, test, service) draw-out mechanism.
(b) Necessary isolating plugs and sockets.
(c) Necessary mechanism interlock and automatic safe shutters gear with arrangement for pad locking.
(d) Necessary independent manual spring mechanism with mechanical On/Off indication as well as
electrical On/Off indication.
(e) Necessary bus bars with bolted type neutral links.
(f) ACB shall be provided with microprocessor based releases having built in over load, short circuit &
earth fault protection. Microprocessor release shall be EMI(electro magnetic induction)/EMC(electro
magnetic compatible) certified.
(g) Necessary set of auxiliary switches.
(h) Necessary set of CTs with ratios as specified.
(i) Necessary identification, metering requirements as specified i/c. ON/OFF indication lamps, selector
switches, fuses, ammeter, voltmeter etc.
(j) In case of 4 pole breaker neutral shall be fully rated with adjustable settings from 50% to 100% of In.
(k) ACB terminals shall be suitable/suitably brought out for direct aluminum termination as per IS
13947 Part-II.
MCCB : All MCCBs shall be current limiting type with features of load line reversibility and suitable
for Horizontal/Vertical mounting without any derating. Beyond 300Amps capacity MCCBs shall have
positive isolation and preferably double break / contact repulsion & double insulation features. The
MCCBs shall invariably be used with terminal spreaders.
29.
TEST AT MANUFACTURERS WORK
All routine tests shall be carried out and test certificates produced to the department.
30.
INSTALLATION
The installation work shall cover assembly of various sections of the panels lining up,grouting the units
etc. In the case of multiple panel switch boards after connecting up
the bus bars etc., all joints shall be insulated with necessary insulation tape or approved insulation
compound. A common earth bar shall be run inside at the back of switch panel connecting all the
sections for connection to frame earth system.All protection and other small wirings for indication etc.
shall be completed before calibration and commissioning checks are commenced. All relays, meters etc.
shall be mounted and connected with appropriate wiring.
31. TESTING AND COMMISSIONING

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

127
Commissioning checks and tests shall include all wiring checks and checking up of connections. Relay
adjustment/setting shall be done before commissioning in addition to routine Megger tests. Checks and
tests shall include the following: (a) Operation checks and lubrication of all moving parts.
(b) Interlock function checks.
(c) Continuity checks of wiring, fuses etc. as required.
(d) Insulation test: When measured with 500V Megger the insulation resistance shall not be less than
100 mega ohms.
(e) Trip tests and protection gear test.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

128
TECHNICAL SPECIFICATIONS OF CABLE WORKS
1. SCOPE
This section covers supply, laying and jointing as required and testing and energizing all cable work.
2.
SPECIFICATION OF CABLE
11 KV grade XLPE insulated PVC sheathed armoured Aluminum/Copper cable shall be
3 core earthed of sizes as specified. The cable shall conform to IS-1554, Part II.1.1 KV grade XLPE
insulated PVC sheathed armoured Aluminum / Copper cable shall be 3 /4 core of sizes as specified.
The cable shall conform to IS:1554 Part I. All control wires shall be 650V grade copper conductor
Halogen free fire retardant or FRLS PVC insulated, conforming to IS:1554 Part I. The minimum size of
the control wires shall be 1.5 sq. mm. Depending on actual location of substations, Feeder pillars etc
the quantity of various sizes of cables required at site may vary from the quantity specified in BOQ. As
such, the contractor in consultation with Engineer-in-charge shall ascertain the quantity of different
sizes of cables during the period of execution before bringing the materials to the site.
3.
INSTALLATION
Cable shall be laid in ground, trenches, cable trays and on walls as specified. Installation shall include
all supports and clamps as required. The complete work shall be in accordance to CPWD General
Specifications for Electrical works - Part II (External) 1994 amended upto date. As far as possible
cables shall not be fixed on walls directly but laid on cable trays.
4.
JOINTING FOR 11 / 33 KV GRADE CABLE GLANDS
Jointing work shall be carried out only by licensed experienced cable jointer and shall be in accordance
to CPWD General Specifications for Electrical works Part II (External) 1994 amended upto date.
5.
EARTHING FOR 11/ 33 KV GRADE CABLE GLANDS
All HV cable glands shall be connected to the earth with 2 Nos. 38.6 mm copper or equivalent G.I
conductors. Selection shall be made as per tables given under table-V of CPWD General Specification
for Electrical Works Part-II (External)- 1994 amended upto date.
6.
TESTING
Testing of the complete cable installation shall be as per clause 2.8.2 and 2.8.3 of CPWD General
Specifications for Electrical works - Part II (External) 1994 amended upto date.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

129

TECHNICAL SPECIFICATIONS OF POWER FACTOR IMPROVEMENT


1. SCOPE
This section covers the specification for supply. Installation, testing and commissioning of 433 volts, 3
phase, 50 Hz capacitor banks and other such devices.
2. REQUIREMENTS
Capacities of the capacitor banks panels shall be as indicated in BOQ
3. CONSTRUCTION
The capacitor bands shall generally conform to IS: 13341-1992, 13340-1993.
The capacitor units shall be indoor type, air cooled with low viscosity impregnated paper dielectric
hermitically sealed. The impregnation used shall be non- inflammable, non- oxidizing, lower freezing
point type synthetic compound. Each individual cell shall be provided with pressure sensitive
disconnectors / devices.
Main connections from the active element shall be brought out through porcelain bushing. Care shall be
taken to solder the bushing to the cover to ensure perfect hermetic sealing.
Capacitor units shall be provided with externally mounted discharge resistors to reduce the residual
voltage to less than 50 volts in one minute of switching off.
Individual unit shall be provided with MCCBs, contactors (capacitor duty) bus bars and terminal
chambers to make bank of required KVAR. Terminal chamber shall be suitable for bottom/top cable
entry. Two earth terminals shall be provided to each capacitor bank.
4. TESTS AT MANUFACTURERS WORK
All routine and type tests as per IS: 2834 relevant to capacitor banks as amended upto date shall be
carried out at manufacturers works and test certificates shall be furnished to the department.
5. INSTALLATION
Capacitor banks shall be installed at least 30CM away from the walls on suitable metal frame work of
welded construction. The earth terminals provided on the body of capacitor bank shall be bonded to the
main capacitor panel earth bus with 2 Nos. 8 SWG copper or 6 SWG GI earth wires.
6. TESTS AT SITE
Insulation resistance with 500V DC Megger shall be carried out test results recorded

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

130
TECHNICAL SPECIFICATIONS OF SAFETY REQUIREMENTS
1. SCOPE
This section covers the requirements of items to be provided in the sub-station for compliance with
statutory regulations. Safety and operational needs.
2. REQUIREMENTS
Safety provisions shall be generally in conformity with appendices (A) and (C) of CPWD General
Specifications of Electric Works (Par I Internal) 2013. In particular following items shall be provided:
(a) Insulation mats
Insulation mats conforming to IS: 15652-2006 shall be provided in front of main switch boards as well
as other control equipments as specified.
(b) First Aid Charts and First Aid Box
Charts (one in English, one in Hindi, one in Regional language), displaying methods of giving artificial
respiration to a recipient of electrical shock shall be prominently provided at appropriate place. Standard
first aid boxes containing materials as prescribed by St. John Ambulance brigade or Indian Red Cross
should be provided in each sub-station.
(c) Danger Plate
Danger Plates shall be provided on HV and MV equipments. MV danger notice plate shall be 200 mm x
150 mm made of mild steel at least 2mm thick vitreous enameled white on both sides and with the
descriptions in signal red colour on front side as required. Notice plates of other suitable materials such
as stainless steel, brass or such other permanent nature material shall also be accepted with the
description engraved is signal red colour.
(d) Fire Extinguishers
Portable Co2 conforming to IS: 2878-1976/ chemical conforming to IS: 2171-1976 extinguishers,
HCFC Blend A (P-IV) shall be installed in the sub-station as specified in BOQ at suitable places as
specified in BOQ.
(e) Fire Buckets
Fire buckets conforming to IS: 2546-1974 shall be installed with the suitable stand for storage of water
and sand.
(f) Tool Box
A Standard tool box containing necessary tools required for operation and maintenance shall be
provided in the sub-station.
(g) Caution Board
Necessary number of caution boards such as Man on Line Dont Switch on etc. shall be available in
the sub-station.
(h) Key Board
A keyboard of required size shall be provided at a proper place containing castle keys, and all other
keys of sub-station and allied areas

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

131
COMMERCIAL AND ADDITIONAL CONDITIONS FOR ELECTRICAL WORKS SH:
Earthing System & Protection of Building against Lightning
SCOPE
This section covers the general requirements of the earthing system for Sub-station installation &
Protection of building against lightning.
1. SYSTEMS
Earthing system shall comprise earth electrodes in accordance with clause 8.2.1 of General
specifications for Elect. Works (part I Internal ) 2013. For every additional transformer 2 more separate
and distinct earth electrodes shall be provided for neutral earthing. The body earthing for transformers,
HV & MV panels shall be done to a common earth bus connected to two separate and distinct earth
electrodes. For a two transformer sub- station total number of earth electrodes shall be 6 (4 for neutral
earthing, two each for two transformers, and 2 for connection to a common earth bus for body earthing )
2. ELECTRODES
The earth electrodes shall be as per CPWD General Specifications for Electrical Works (Part I Internal )
2013.
3. LOCATION OF EAFRTH ELECTRODES
Normally an earth electrode shall not be situated less than 1.5m from any building. Care shall be taken
that the excavation of earth electrode may not affect the column footings or foundation of the building.
In such cases electrodes may be farther away from the building. The location of the electrode earth will
be a place where the soil has reasonable
chance of remaining moist. As far as possible, entrances, pavements and road ways, are to be definitely
avoided for locating the earth electrode.
4. WATERING ARRANGEMENT
Method of watering arrangement shall comply with CPWD general specifications.
5. SIZE OF EARHT LEAD
The recommended sizes of copper earth bus lead in case of sub-stations shall be accordance with clause
8.2.2 of general specifications for electrical works (Part I Internal) 2013 amended upto date. The
minimum size of earth lead shall be 25 mm x 5 mm copper of equivalent GI strip.
6. INSTALLATION
All joints shall be riveted and sweated. Joints in the earth bar shall be bolted and the joints faces tinned.
Where the diameter of the bolt for connecting earth bar to apparatus exceeds one quarter of the width of
the earth bar, the connection to the bolt shall be made with a wider piece of flange of copper jointed to
earth bar. These shall be tinned at the point of connection to equipment and special care taken to ensure
a permanent low resistance contact to iron or steel. All steel bolts, nuts, washers etc. shall be cadmium
palated, main earth bars shall be spaced sufficiently on the surface to which they are fixed such as walls
or the side trenches to allow for ease of connections. Copper earthing shall not be fixed by ferrous
fittings. The earthing shall suitably be protected from mechanical injury by galvanized pipe wherever it
passes through wall and floor. The portion within ground shall be buried at least 60 cm deep. The
earthing lead shall be securely bolted and soldered to plate or pipe as the case may be. In the case of
plate earthing the lead shall be connected by means of a cable socket with two bolts and nuts. All
washers shall be of the same materials as the plate or pipe. All iron bolts nuts and washers shall be
galvanized.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

132
Earthing system shall comprise earth electrodes in accordance with clause 8.2. of General Specifications
for electrical works (Part I internal) 2013. Neutral earthing of transformers & generators shall be as
follows: S.
Equipment
Earth electrode
Earth strip from earth
No.
for Neutral
electrode to neutral
Earthing
1.
Transformer of capacity upto 1600 KVA
Copper plate
25 X 5 mm copper strip
2. Transformer of capacity above 1600 KVA
Copper plate
32 X 5 mm copper strip
3.
Generating set of all capacity
Copper plate
25 X 5 mm copper strip
Earth continuity strip for protective earthing of Substation equipment shall be as follows:
S.
Equipment
Earth electrode
Earth strip from earth
No.
electrode to neutral
1.
Indoor substation with HT panel, Copper plate
25 X 5 mm copper strip
Transformer capacity upto 1600 KVA, LT
panel, Generating Set
2.
Indoor substation with HT panel, Copper plate
32 X 5 mm copper strip
Transformer capacity above 1600 KVA,
LT panel, Generating Set
3.
HT outdoor substation
Copper plate
25 X 5 mm copper strip
The body earthing for transformers, HV & MV panels, DG Set shall be done to a common earth bars
connected to two separate & distinct earth electrodes. Where the generator & Substation equipments are
located together in the same building, the body earthing can be common for all electrical equipments in
the building. Normally an earth electrode shall not be situated less than 1.5 m from any building. GI Pipe
electrode shall be used for earthing of internal electrical installations like DB, Meter Board, Feeder
Pillars & Poles etc. GI plate electrode shall be used for firefighting pumps, water supply pumps,
lightning conductors. Separate earth electrodes shall be provided for lightning arrestor / lightning
conductors.
7. TESTING
After installation, the tests as specified in CPWD General Specifications for Electrical work (Part I
Internal ) 2013 shall be carried out and results recorded

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

133
Selection of Type of Electrodes
Following are general guidelines for the selection of the type of electrodes.
Type of electrode
S No
1
GI pipe

Application
Internal electrical installations like Distribution
Board and Meter Boards (in residential quarters),
feeder pillars and poles etc.

GI plate

Copper plate

(i) For Fire fighting pumps and water supply pumps.


(ii) Lightning conductors
Neutral earthing of transformers/generating sets.

Strip/Conductor

Locations where it is not possible to use other types

Number of Earth Electrodes.


(i) In all cases, relevant provisions of Rules 33, 61 and 67 of the Indian Electricity Rules, 1956
as amended, shall be complied with.
(ii) Non-current carrying metal parts of all apparatus utilizing power supply at voltage
exceeding 250 volts shall be earthed by two separate and distinct connections to the earth bus,
or to two separate and distinct earthing sets.
(iii) The number of earthing electrodes for substations and generating sets shall be as under:(a) For neutral earthing of each transformer - 2 sets
(b) For body earthing of all the transformers, HT/LT Panels and other electrical equipments in
the Substation/power house - 2 sets
(c ) For neutral earthing of each generating set - 2 sets
(d) For body earthing of all the generating sets, LT panels and other electrical equipments in the
generator room - 2 sets
Where the generator and substation equipments are located together in the same building, the
body earthing can be common for all the electrical equipments in the building.
(iv) Separate earth electrodes shall be provided for lightning arrester /lightning conductors
.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

134
COMMERCIAL AND ADDITIONAL CONDITIONS FOR ELECTRICAL WORKS :
Providing LIFT
(1) GENERAL
(a) The main contractor for the work has to associate manufacturers of lift under Category
A in CPWD (OTIS/KONE/SCHINDLER/MITSUBISHI/ JOHNSON) for execution of
this sub head of work. No other associated agency shall be eligible to execute the work.
(b) This specification covers manufacture, testing as may be necessary before dispatch,
delivery at site, all preparatory work, assembly and installation, commissioning putting
into operation of lifts and final testing of 4 nos 13 passenger lifts at IIT campus Salt
Lake Kolkata.
(c) Location: The lifts will be installed at IIT campus Salt Lake Kolkata.
(d) The work shall be executed as per CPWD General Specifications for Electrical Works
Part-III, Lfts & Escalators-2003 as amended upto date( Copy is readily available in
CPWD website www.cpwd.gov.in under link publication) and as per relevant IS and as
per direction of Engineer-in-charge. These additional specifications are to be read in
conjunction with above and in case of variations, specifications given in this additional
condition shall apply. However , nothing extra shall be paid on account of these
additional specification & conditions as the same are to be read along with schedule of
quantities for the work.
(e) The tenderer should in his own interest visit the site and get familiarize with the site
conditions before tendering.
(f) No T &P shall be issued by the Department and nothing extra shall be paid on account of
this.
(2) COMMERCIAL CONDITIONS
(3)

TERMS OF PAYMENTS
The following percentage of contract rates for the various items included in the contract shall be
payable against the stage of work shown herein.
(a) 80% after initial inspection and delivery at site in good condition on pro-rata basis.
(b) 10% after completion of installation in all respects.
(c) Balance 10% will be paid after testing, commissioning & handing over to the department
for beneficial use.

(4)
RATES
The rates quoted by the tenderer, shall be firm and inclusive of all taxes (including works contract tax,
VAT, labour cess), duties levies, octroi etc. and all charges for packing forwarding, insurance, freight
and delivery, installation, testing, commissioning etc. at site including temporary construction of
storage, risks, over head charges, general liabilities/obligations and except service tax which is
reimbursable on producing of documentary proof of depositing the same. The impact on variation in
taxes or imposition of fresh taxes shall be governed by relevant clauses of CPWD General Condition of
Contract. The department will not issue Octroi exemption certificate. The contractor has to carry out
maintenance as per manufacturer's standards for a period of 12 months from the date of handing over.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

135
Nothing extra shall be paid on this account. The maintenance period of 12 months for different lifts
shall be reckoned from the date of handing over of each lifts separately
(5)
COMPLETENESS OF TENDER
(a) All sundry equipment, fittings, unit assemblies, accessories, hardware items, foundation bolts,
termination lugs for electrical connections, and all other items which are useful and necessary for
efficient assembly and installation of equipment and components of the work shall be deemed to have
been included in the tender irrespective of the fact whether such items are specifically mentioned in the
tender documents or not.
(b) For item / equipment requiring initial inspection at manufacturers works the contractor will
intimate the date of testing of equipments at the manufacturers works before dispatch. The department
also reserves the right to inspect the fabrication job at factory and the successful tenderer has to make
the agreement for the same. The successful tenderer shall given sufficient advance notice regarding the
dates proposed for such tests / inspection to the departments representative(s) to facilities his presence
during testing / fabrication. The engineer-in-charge at his discretion may witness such testing /
fabrication. The cost of the Engineers visit to the factory will be borne by the Department. Also
equipment may be inspected at the Manufacturers premises, before dispatch to the site by the
contractor.
(6) STORAGE AND CUSTODY OF MATERIALS
The machine room , if available, may be used for storage of sundry materials and erection equipments
or else the agency has to make his own arrangements. No separate storage accommodation shall be
provided by the department. Watch and ward of the stores and their safe custody shall be the
responsibility of the contractor till the final taking over of the installation by the department.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

136
(7) CARE OF THE BUILDING:
Care shall be taken by the contractor while handling and installing the various equipments and
components of the work to avoid damage to the building. He shall be responsible for repairing all
damages and restoring the same to their original finish at his cost failing which the same shall be got
rectified/made good at the risk and cost of the contractor by the department and will be recovered the
bill. He shall also remove at his cost all unwanted and waste materials arising out of the installation
from the site of work time to time every day
(8) COMPLETION PERIOD
The completion period indicated in the tender documents is for the entire work of planning, designing,
approval of drawings etc., arrangement of materials & equipments, delivery at site including
transportation, installation, testing, commissioning and handing over of the entire system to the
satisfaction of the Engineer-in-charge. In the event of delay the rate of liquidated damage shall be
governed by the relevant clause of CPWD General Condition of Contract
(9) GUARANTEE
(a) All equipments shall be guaranteed for a period of 12 months, from the date of taking over the
installation by the department, against unsatisfactory performance and/or break down due to defective
design, workmanship or material. The equipments or components, or any part thereof, so found
defective during guarantee period shall be forthwith repaired or replaced free of cost, to the satisfaction
of the Engineer-inCharge. In case it is felt by the department that undue delay is being caused by the
contractor in doing this, the same will be got done by the department at the risk and cost of the
contractor. The decision of the Engineer-in-charge in this regard shall be final & binding on the
contractor.
(b) The tender shall guarantee among other things, the following:
(i)
(ii)
(iii)

(10)

Quality, strength and performance of the materials used as per manufacturers standards.
Safe mechanical and electrical stress on all parts under all specified conditions of operation.
Satisfactory operation during the maintenance period.

POWER SUPPLY:
No Power Supply for the purpose of carrying our the work, except for testing and commissioning,
shall be provided by the department. The contractor shall make its own arrangement in this
regards.

(11)

WATER SUPPLY:
No Water for the purpose of carrying our the work, shall be provided by the department. The
contractor shall make its own arrangement in this regards
(12)
ACCEPTABLE MAKES OF lifts:

The acceptable makes of lifts are as follows:


OTIS/KONE/SCHINDLER/MITSUBISHI/JOHNSON
(13) DATA MANUAL AND DRAWINGS TO BE FURNISHED BY THE TENDER:
(a)
After award of work
The successful tenderer would be required to submit the following drawings within 15 days of award of
work for approval before commencement of installation.
(a)
General arrangement drawing of the equipments like lift car,rail,controls,doors,suuprting
arrangements,
(b) Details of fixing arrangements for the equipments and the weights of assembled equipments.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

137
(c)
(d)
(18)

Cable/ layout between each equipments etc.


Any other drawings necessary for the job.
The successful tenderer should furnish well in advance three copies of detailed instructions and
manuals of manufacturers for all items of equipments regarding installation, adjustments
operation and maintenance including preventive maintenance & trouble shooting together with
all the relevant data sheets, spare parts catalogue etc. all in triplicate.

(14)
EXTENT OF WORK
(a)
The work shall comprise of entire labour including supervision and all materials necessary to
make a complete installation and such tests and adjustments and commissioning, as may be required by
the department. The term complete installation shall not only mean major items of the plant and
equipments covered by specifications but all incidental sundry components necessary for complete
execution and satisfactory performance of installation with all layout charts whether or not those have
been mentioned in details in the tender document in connection with this contract as this is a turnkey
job.
(b) In addition to supply, installation, testing and commissioning of lifts, following works shall be
deemed to be included within the scope of work to be executed by the tenderer as this is a turnkey job
(c)
Minor building works necessary for installation of equipments, foundation/fixing arrangements ,
making of opening in walls or in floors and restoring them to their original condition / finish and
necessary grouting etc. as required.
(d)

All supports necessary lift installation.

(15) INSPECTION AND TESTING


(a) All major equipments i.e. lift shall be offered for initial inspection at manufacturers works. The
contractor will intimate the date of testing of equipments at the manufacturer's works before dispatch.
The successful tenderer shall give advance notice of minimum two weeks regarding the dates
proposed for such tests to the department's representative to facilitate his presence during testing. The
Engineer-in-charge may witness such testing. The cost of the Engineer's visit to the factory will be
borne by the Department. Equipments will be inspected at the manufacturer/ Authorised Dealers
premises, before dispatch to the site by the contractor if so desired by the Engineer-in-charge.
(b) Copies of all documents of routine and type test certificates of the equipment, carried out at the
manufacturers premises shall be furnished to the Engineer-in-charge and consignee.
(c) After completion of the work in all respects the contractor shall offer the installation for testing
and operation.
(16) COMPLIANCE WITH REGULATIONS AND INDIAN STANDARDS:
(a) All works shall be carried out in accordance with relevant regulation, both statutory and those
specified by the Indian Standards related to the works covered by this specification. In particular, the
equipment and installation will comply with the following:
(i) Factories Act.
(ii) Indian Electricity Rules.
(iii) B.I.S. & other standards as applicable.
(iv) Workmen's compensation Act.
(v) Statutory norms prescribed by local bodies like CEA, Power Supply Co., etc.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

138
(b) After completion of the installation, the same shall be offered for inspection by the
representatives of the client Authority and security authory. The contractor will extend all help
including test facilities to the representatives. The observations of theirs if any will be attended by the
contractor. The installation will be commissioned only after getting clearance from clients that the
system is perfectly working.
(c) Nothing in this specification shall be construed to relieve the successful tenderer of his
responsibility for the design, manufacture and installation of the equipment with all accessories in
accordance with currently applicable statutory regulations and safety codes.
(d) Successful tenderer shall arrange for compliance with statutory provisions of safety regulations
and departmental requirements of safety codes in respect of labour employed on the work by the
tenderer. Failure to provide such safety requirement would make the tenderer liable for penalty of
Rs.1000/- for each default. In addition, the department will be at liberty to make arrangement for the
safety requirements at the cost of tenderer and recover the cost thereof from him.
(17) INDEMNITY:
i)
The successful tenderer shall at all times indemnify the department, consequent on this
works contract. The successful tenderer shall be liable, in accordance with the Indian Law and
Regulations for any accident occurring due to any cause and the contractor shall be responsible
for any accident or damage incurred or claims arising there from during the period of erection,
construction and putting into operation the equipments and ancillary equipment under the
supervision of the successful tenderer in so far as the latter is responsible. The successful
tenderer shall also provide all insurance including third party insurance as may be necessary to
cover the risk. No extra payment would be made to the successful tenderer on account of the
above.
(18) ERECTION TOOLS:
No tools and tackles either for unloading or for shifting/erection of the equipments and executions
purposes would be made available by the department. The successful tenderer shall make his own
arrangement for all these facilities. No T&P shall be issued by the Department and nothing extra shall
be paid.
(19) COOPERATION WITH OTHER AGENCIES:
The successful tenderer shall co-ordinate with other contractors and agencies engaged in the
construction of buildings, if any, and exchange freely all technical information so as to make the
execution of this work/contract smooth. No remuneration should be claimed from the department for
such technical cooperation. If any unreasonable hindrance is caused to other agencies and any
completed portion of the work has to be dismantled and re-done for want of cooperation and
coordination by the tenderer during the course of work, such expenditure incurred will be recovered
from the successful tenderer if the restoration work to the original condition or specification of the
dismantled portion of the work was not undertaken by the tenderer himself. The work will be carried
out with least disturbance during shifting & shut down taken in consultation with the client
department.
(20) MOBILIZATION ADVANCE:
No mobilization advance shall be paid for this work.
(21) INSURANCE AND STORAGE:
All consignments are to be duly insured upto the destination from warehouse at the cost of the
contractor. The insurance covers shall be valid till the equipment is handed over duly installed, tested
and commissioned.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

139
(22) VERIFICATION OF CORRECTNESS OF EQUIPMENT AT DESTINATION:
The contractor shall have to produce all the relevant records to certify that the genuine equipments
from the manufacturers has been supplied and erected.
(23) PAINTING:
This shall include cost of painting of the entire installation where ever required. The car body, doors,
panels etc shall be factory final finish painted. The agency shall be required to do only touching to the
damages caused to the painting during transportation, handling & installation at site, if there is no
major damage to the painting. However hangers, supports etc. shall be painted with required shade
including painting with two coats of anticorrosive primer paint at site.
(24) TRAINING:
The scope of works includes the on job technical training of two persons of Department at site.
Nothing extra shall be payable on this account.
(25) MAINTENANCE:
(a) Sufficient trained and experienced staff shall be made available to meet any exigency of work
during the guarantee period of one year from the handing over of the installation.
(b) The maintenance, routine as well as preventive, for one year from the date of taking over the
installation as per manufacturers recommendation shall be carried out on quarterly basis. The
maintenance period of 12 months for different lifts shall be reckoned from the date of handing over of
each lifts separately
(26) INTERPRETING SPECIFICATIONS:
In interpreting the specifications, the following order of decreasing importance shall be followed in
case of contradictions:
(a) Schedule of quantities
(b)

Technical specifications

(c)

Drawing (if any)

(d)

General specifications.

(e) Relevant BIS or other international code in case BIS code is not available.
The appointment of Arbitrator shall be governed by the relevant clause of CPWD General
Condition of Contract. The condition of contracts shall be governed by GCC, CPWD.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

140
SPECIFICATIONS FOR 13 PASSENGER LIFTS
1. Type of Lift
2.
3.
4.
5.
6.
7.

No. of Lifts
Load / No. of persons
Rated speed
Travel in meters
Number of Floors Served
For 13 Passenger Lift,
a) Inside size of Lift well
b) Pit Depth
c) Head Room
8. Clear inside size of the lift car
9. Dimension of lift machine room
10.Position of the counter weight
11.Position of machine
12. a) Type of Control
b) Type of operation
c) Potential free contacts
13. Car Entrance door
a) Number

: Passenger lift( Gear less with permanent magnet synchronous


motor)
: 5 nos.
: 884 Kg/ 13 persons
: 1.5 Mtr/ Sec
: 33 Mtr ( Approx)
: 11 Floors (B+G+9)
: 2500mm Wide x 1900 mm Deep
: 1600mm ( Approx)
: 4800mm ( Approx)
: 2000mm Wide x 1100mm Deep or 2.2 Sqmtr area
: As per requirement
: at the back of car.
: At the top of lift shaft.
: Microprocessor based A.C. variable
voltage variable (V3F)frequency control
: Micro-processor based Duplex
Collective selective with or without attendant.
: Required for each floor position and up & down movement of the
lift for building automation & Central Indicating Panel.
: 1 No. center opening, door and
door frame both of stainless steel.
: 900 mm wide x 2000 mm high
: Horizontal Sliding - Centre opening

b) Size
c) Type of door
d) Car open in front only
or open through
: Open in front only
e) Power or manual operation : Infra red screen shall be provided for door opening.
14. Construction Design &finish of Car body work : Stainless steel moon rock finish body work
stainless steel drop ceiling and CFL/ LED lamps for lighting inside
the car and fan. PVC 3mm thick ( minimum) flooring. All other
items as per CPWD General Specifications for Lifts 2003. Etched
finish Stainless Steel car & landing door is also acceptable
15. Type of signal system

:(a)Digital floor position indicator in the car and at all landings (to
be provided above the car/ landing doors).Gien type fixtures with
16 segment position indicator/ Dot matrix indicators are also
acceptable
(b)

Travel direction indicator in the car and at all landings.

(c)
Gongs & visual indication through directional arrows on
all landings for pre arrival of the car at all floors.
(d)
Overload warning Audio & Visual indicator, inside the car
(lift should not start on overload)
(e)
Battery operated alarm bell and emergency light duly fed
by a suitable inverter with SMF batteries for 30 minutes backup.
Non rechargeable battery is also acceptable.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

141
(f)
Car operating panel with fade proof luminous buttons in
car and with intercom.
(g)
Luminous hall buttons at all landings. Landing call
registered indicator at all floors.
(h)
Voice annunciation system. This will announce the
position of the car landing in Hindi and /or English besides
facilities for any other announcement to be made from the central
control room/ reception of the building.
(i)
Intercom system with four phones (One at Ground
floor,M/room, one each at inside car for each 2 lifts).
(j)
Protection against over-voltage, under-voltage and single
phasing should be provided.
16. Landing Entrance
(a) Location of Landing entrance
on different floors
: All doors on the same side
(b) Number
: 11 pairs (for each lift)
(c) Size
: 900 mm wide x 2000 mm high
d) Type of Doors
: Horizontal Sliding - Centre Opening
e) Lift in Use/ Lift out of Order Sign: A suitable box above the landings with
LED illuminated bilingual (in English & Hindi) sign of LIFT
OUT
OF
ORDER
coming
up
simultaneously
on all floors. Pprovision of Lift out of order sign in LPB is also
accepted in lieu of provision of separate box as per manufacturing
practice
17. Electric supply
: a) Power: 415 V, A.C., 50 Hz, 3 phase, 4 wire system.
b) Lighting: 230 V, A.C., 50Hz, 1 phase
18. Is neutral wire available
for control circuits
: Yes
20. Storage space provided
21. Additional itemsa) Location of main switch
in Machine Room
b) Ventilation opening in
the Car Body

: Yes, in complex only.

: On the wall inside the Machine room


: Required with fans. The fan should be auto
switch off when there is no passenger inside
the lift car

c) Operating panel inside Car :

Automatic cum manual flush mounted with


luminous switches suitable for barrier free
environment for physically challenged at
ground floor.

e) Firemans Switch
: Required for all lifts at ground floor.
f) Emergency power supply
: Available from DG Set
g) The firms offer should include beam and all structural steel required for the work.
h) Automatic Rescue Device (ARD): Provisions of Automatic Rescue Device for the purpose
of bringing the lift car to the nearest floor should be provided, one for each individual lift i.e two
nos. ARDs are to be provided for a bank. This shall consist of:
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

142
(i)
Control panel with necessary interface/ integration of device with the main controller.
(ii)
Inverter of required capacity.
(iii)
Maintenance free batteries ( Non rechargeable / rechargeable ) of required Ampere-hours
capacity.
(iv)
Battery charging unit.
(v)
Rescue Operation on indicator in the lift car.
(i) Free maintenance for a period of one year from the date of commissioning and taking over by
the Department. The maintenance period of 12 months for different lifts shall be reckoned
from the date of handing over of each lifts separately
(j) Lift car door & landing door shall have a fire resistance rating of minimum one and one hour
twenty five minutes respectively.
(k) Brail System including all facility for physically challenged persons.
WORK TO BE DONE BY LIFT CONTRACTOR
(1) These Passenger lifts shall have additional special features for use by physically challenged persons.
(2) Both the lifts cars and machine rooms shall be equipped with a suitable inter-com system along
with facility of intercom with necessary instruments and exchange. This shall be provided by the
Lift contractor.
(3) The tender document also include in its scope a provision of suitable capacity Inverter with
Maintenance Free batteries ( Non rechargeable / rechargeable ) backup suitable for 30 minutes
duration, so as to supply power to emergency Alarm System and one of the lights in each lift.
(4) All temporary scaffoldings & minor building works.
(5) One year free maintenance from the date of taking over by the department. The maintenance period
of 12 months for different lifts shall be reckoned from the date of handing over of each lifts
separately
(6) Lift shall be of following Make: OTIS/Schindler/Kone/Mitsubishi/Johnson
(7) Additional supporting Channels if required for safety reasons are to be fixed inside the existing lift
shafts for installation of new lifts, the cost shall be included in the quoted price & no extra payment
shall be made on this account
(8) The gap between the car & the lift shaft shall be filled as per norms and relevant standards. No
extra payment shall be made on this account.
(9) The cost of minor building works necessary for installation of equipments etc. shall be included in
the quoted price. No extra payment shall be made on this account.
(10) Potential free contacts shall be provided for each floor position and up & down movement of the
lifts as specified in specifications for connection to BMS system whenever required.
(11) Intercom system with four phones (One at Ground floor, M/room, one each at inside car for each 2
lifts) shall be provided. The cost of wiring for installing the equipments in the lift lobby at GF, 1
each inside car for each 2 lifts, one at machine room shall also be included in the quoted rate. No
extra payment shall be made on this account.
(12) Suitable audio visual indication of rescue operation shall be provided with automatic rescue device.
(13) The cost of preparatory works, if any shall be included in the quoted price. No extra payment shall
be made on this account.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

143
TECHNICAL SPECIFICATION FOR GOODS LIFT
1.0

2.0

3.0

4.0

5.0

SCOPE OF WORK
These specifications cover the details of 1 (One) no. 2000 Kg. capacity Goods Lifts including
suitable Brake release tools to be designed supplied, inspection as may be necessary before
despatch, delivery at site, installation, testing, commissioning and handing over to client and the
defects liability for a period of 1 year after completion of all works & handing over to client.
These specifications shall be read in conjunction with the General Conditions of Contract
,Additional Conditions of Contract and CPWD Specifications for Lift & Escalator-2003.
GENERAL
The equipment and installation covered by these specifications shall conform to codes of
practice in force and highest standards of workmanship and materials. This work shall be done
in accordance with the provisions of the Local Lifts Authority rules and shall also conform to
requirements of local municipal by laws, and subsequent provisions, as also any state or local
Act in force and latest Indian Standard 14665 and all latest applicable BIS, NBC code and
CPWD General Specifications for Electrical Works (Part III, Lifts & Escalators) 2003.
The Entire electrical installation shall be done in accordance with the Indian Electricity Act
2003, Indian Electricity Rules 1956 as amended to-date. The Electrical wiring shall strictly
comply with IS:732 and latest applicable BIS and NBC code. The electrical works shall also
conform to CPWD General Specification for Electrical Work Part-I (Internal) 2005 and Part-II
(External) 2008 as amended up to date.
The Contractor shall follow all Statutory Requirements as well as best trade practices in the
manufacture & installation of lifts. The Contractor shall arrange to obtain the statutory approval
of the Inspectorate of Lifts as may be required for installation and commissioning of the lifts and
handover for operation after satisfactory tests.
DRAWINGS
Before commencing work, the Contractor shall prepare and submit all drawings for individual
lifts in required nos. necessary to show the general arrangement and details of lift installation,
electrical etc.
On completion of work, the contractor shall supply four sets of CDs and 8 (eight) copies of the
detailed wiring diagram, As built drawings and equipment operation & maintenance manuals
and original certificates from Inspector of Lifts for all the lifts. Further, a copy of such detailed
diagram and a set of instructions for evacuation of passengers in case of breakdown of the lifts
shall be framed and installed in the respective machine room by the Contractor.
The Contractor shall carry out all the work strictly in accordance with drawings, details and
instructions of EPI/SVNIT.
SOUND REDUCTION
Contractor shall provide necessary sound reduction materials, such as rubber pads/ anti vibration
pads of proper density to effectively isolate the machine from the machine beams and/or
flooring.
Noise level inside cars and in the machine room shall be maintained at minimum levels as laid
down in the relevant codes and in any case not more than specified under PERFORMANCE
PARAMETERS.
TRACTION MACHINE
The machine shall be worm geared traction type with motor (steel worm, bronze gears, steel
sheave shaft & Ferro molybdenum sheave), electro-mechanical type of brake and driving sheave
mounted in proper alignment on a single heavy cast iron base or steel bedplate.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

6.0

7.0

144
The worm shaft shall be fitted with roller bearings to take end thrust. The sheave shaft shall also
be fitted with roller bearings to ensure proper alignment. All shafts shall be provided with welldesigned keys.
Rotating parts shall be statically and dynamically balanced.
The drive sheave shall be designed with machined V-grooves to ensure adequate traction with
minimum wear on rope. All sheaves including deflector sheaves, where used, shall conform to I.
S. 14665 (Part 4 section 3)
Adequate and dust proof lubrication shall be provided for all bearings and worm gears.
The brake shall be suitably curved and provided with fire proof friction lining. The operation of
brake shall be smooth, gradual and with minimum noise. The brake shall be designed to be of
adequate size and strength to stop and hold the car at rest with rated load. The brake shall be
capable of operation automatically by various safety devices, current failure and by the normal
stopping of the car. The brake shall be released electrically. It shall also be possible to release
the brake manually so as to move the lift car in short stops. Suitable Brake release tools (total 5
nos.) shall be supplied and stored in the machine rooms.
For manual operation of lifts, up & down direction of the movement of the car shall be clearly
marked on the motor or traction machine. A warning plate in bold signal red colour to switch
off the mains supply before releasing the brake and operating the wheel shall be prominently
displayed.
HOIST MOTOR
The motor shall be suitable for 415 Volts +10% to 10%, 50 Hz. + 5%, 3 Phase A.C. Supply.
The motor must be designed for arduous lift duty, rapid reversals and constantly repeated starts
& stops as defined in the relevant codes of practice. All windings must be heavily insulated,
adequately impregnated for tropical climate and mechanically strengthened and must be
specifically designed to have a high starting torque and low starting current characteristics within
the limits acceptable to electricity supply co. requirements and I.E. Rules. The motor shall be
designed in such a way as to withstand occasional overloading above its rated capacity and shall
have overload protection. The motor shall have good speed regulation under different conditions
of load and shall be designed to give a noiseless and vibration-free operation. Insulation shall be
class F.
MOTOR CONTROL AND DRIVE
The lift motor shall be controlled by a variable voltage variable frequency (V.V.V.F.) microprocessor control system which shall control and monitor every aspect of lift operation at all
stages of the car motion cycle on real time basis.
The A.C. V.V.V.F. drive system shall control A.C. voltage and frequency concurrently with the
hoist motor to regulate the lifts actual performance to match closely the ideal speed pattern,
obtain maximum efficiency of operation and provide a very smooth ride.
Frequency shall range fully between zero and rated value.
The Controller shall be provided with a self diagnostic programme to keep downtime to a
minimum possible.
The controller shall intelligently adjust door times in response to car calls, hall calls and Door
Open button operation.
An Inspectors changeover test switch and set of test buttons shall be provided in the controller.
Operation of the Inspectors changeover switch shall make both the car and landing buttons
inoperative and permit the lift to be operated in either direction from machine room for test
purposes by pressing corresponding test buttons in the controller. It shall not, however, interfere
with the emergency stop switches inside the car or on the top of the car.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

145
8.0

GUIDES AND FASTENINGS


i.
Guide-rails for car and counterweight shall consist of machined mild steel Tee sections,
erected plumb, and securely fastened to the lift well framing by heavy steel brackets,
suitably spaced, to limit deflection of guide rails to 3 mm under normal working
conditions.
ii.

The guide-rails shall be of suitable section with ends tongued and grooved, forming
matched joint and shall be connected with steel fish plates.

iii.

Guide-rails shall cover the full height of the hoistway and pit , such that It shall be not be
possible for any of the car or counter weights shoes to run off the guides.

iv.

Guides shall be designed to withstand the action of safety gear when stopping a counter
weight or fully loaded car.

v.

The max. deviation from true plumb and alignment of guide rails shall be 2 mm.

vi.

All support framing shall be rigid and shall be designed to restrict displacement of the
point of support of brackets to 3 mm under normal working conditions.

vii.

The whole guide rail installation, including expansion joints, shall be designed for a
smooth ride.

viii.

The guide-rails shall be protected during storage and installation with a rust inhibiting
coating which shall be cleaned off on completion of installation.

ix.

Guide-shoes shall be adjustable type & mounted so as to provide continuous contact with
guide rails under all conditions.

Guide shoes shall be provided at top and bottom of each side of car and counterweight and shall
be designed for quiet operation.
Additional guide shoes shall be provided on each side of buffer frame in case of oil buffers.
Each lift shall be equipped with roller guides for up and down travel. There shall not be any
metal-to-metal contact between Car and rail. Roller shall be mounted on ball bearings to
provide quiet operation and excellent ride quality. (It is not required in case the design varies
however the ride quality shall not be compromised for any other design).
9.0
SAFETY
In addition to other specifications, the lift shall be provided with safety devices as follows :i.
Against overload
ii.

Safety gear on car so that in the event of rope breaking or loosening, the
car will be brought to rest immediately by means of grips on the guides.

The overspeeding car shall be automatically brought to a gradual stop on guide rails
and power supply to the hoist motor shall be switched off.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

iii.

10.0

146
Overspeed centrifugal governor operating the safety gear in case of overspeeding of car
in the down direction.

iv.

Car gate lock so that in the event of car gate being opened when passengers are in the
car, the lift will be brought to rest.

v.

Overtravel limit switches at top and bottom limits of travel to disconnect the power
supply and apply brakes to stop the car within a defined safe distance in case of
overtravel in either direction

vi.

Ultimate terminal switches to stop the car automatically within top & bottom clearances
independently of normal overtravel limit switches but with buffers operative.

vii.

Protective guards to counterweights in pit, rope sheaves and wherever required.

viii.

Toe guard apron to the car platform.

CAR
a.
Cabin Size
The internal clear dimensions of the cabin shall not be less than those specified in IS
14665-Part I, NBC & CPWD General specifications for electric work (Lifts) . The car
shall be so mounted on the frame that vibration and noise transmitted to the passengers
inside is minimised.
b.
Frame and Safety Device
The car frame shall consist of mild steel channel/structural steel top and bottom securely
riveted or bolted and substantially reinforced and braced so as to relieve the car enclosure
of all strains when the safety device comes into action due to overspeed or when the
capacity loaded car is run on the buffer springs at normal speed.
The safety device mounted on the bottom members of the frame operated by a centrifugal
speed governor shall be arranged to bring the car to a gradual stop on the guide rails in
the event of excessive descending speed; and provision shall be made to shut off the
power supply to the motor.
c.

Buffers

Substantial spring buffers (2 Nos.) shall be furnished and installed in the pit under the car
and counterweight. These buffers shall be mounted on RCC Pedestals in the pit. The car
buffer spring must be of correct design to sustain the car with capacity load without
damage should the car terminal limits become inoperative. The car buffers must be
located symmetricaly with reference to centre of car.
The Contractor may alternatively offer oil type buffers. The plunger shall be mild steel,
designed for a very high factor of safety and accurately machined. A toughened rubber
bumper shall be fitted to the plunger top to cushion the impact of steel buffer plates
attached under the car and the counterweight. An oil gauge shall be provided to check
the oil level.
d.
Counterweight
The lift shall be suitably counter-balanced for smooth and economical operation. Cast
iron weights shall be contained in a structural steel frame properly guided with suitable
guide shoes (minimum 4 Nos). It shall be equal to the total weight of lift plus approx.
50% of the contract load.
Substantial expanded metal counter-weight screen guard shall be furnished and installed
at the bottom of hoist way, as required by Lift Inspector.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

147
e.

Hoisting and Governor Ropes


Bright steel wire ropes with fibre cores suitable for Lift duty as per BIS Code shall be
used for hoisting ropes.
Not less than 3 independent suspension ropes shall be provided and designed to share
load equally by means of adjustable shackle rods with equalizer springs at each end of
hoisting ropes.
Each rope shall have adequate section to provide a minimum factor of safety of 4 based
on the max. force on the rope.
Governor ropes shall be similar to hoisting ropes. Their ends shall be securely attached
to the car and to the safety gear. The governor ropes shall be tensioned by a weight
loaded device in the pit.
The contractor shall submit the technical details and source of supply of ropes to the EPI
as well as a certificate of performance of ropes from an approved test laboratory or
Authority.
Compensation for travel shall be provided for all lifts having a travel of more than 30m.

f.

Enclosure
The car enclosure shall be as specified in technical data sheet. The cabin floor, roof and
walls shall be free of distortion and undue deflection as per IS 14665 Part 4, Section 3.
Brakes
D.C. brakes will be spring-applied and electrically released. They shall be designed to
provide smooth stops under variable loads.
Doors
Provision shall be made for vertical and horizontal fine adjustment of doors as per the
specifications given in technical data sheet.
Door Operators
The door operators shall be VVVF inverter controlled heavy duty A. C. motor, allowing
variable opening and closing speeds, and full synchronization of car and landing doors.
Travelling Cables
The traveling cables shall be multi-core with high conductivity stranded conductors
specifically designed for lift duty. The cables shall be provided with retaining straps and
individual cable clamps.
Emergency Lighting
A self-contained, non-maintained emergency light with a trickle boost charger shall be
provided.
Intercom
An Intercom system shall be provided between the car, main landing, machine room.
Manual Cranking Facility
Manual cranking facility shall be provided in the machine room to facilitate evacuation of
passengers in case of power failure. The manual mode shall be in addition to automatic
car failure operation specified elsewhere.
Emergency Stop Switch
A stop switch in the machine room / top of car shall be provided for use by maintenance
crew to cancel all car and landing calls for a particular lift.
Maintenance Switch
On operation of the maintenance switch located on top of the car by the maintenance
crew, the car shall travel at slow speed not exceeding 0.85 m / sec by continuous
operation of a button

g.

h.

i.

j.

k.

l.
m.

n.

o.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

148
p.

q.

r.

s.

Landing Door Interlocks


Electrical interlocks shall be provided to ensure that the car does not operate unless all
doors are closed and unless the car reaches a landing zone.
Overload Indicator (Only in Passenger elevator)
An overload indicator with buzzer shall be provided in the cabin to indicate to the
passengers that the car will not start as it is overloaded.
Other Features
All features specified in the BIS/NBC/CPWD and in the enclosed technical specifications
shall be provided.
Lift for Disabled
All the Passengers lifts shall be suitable for use by disabled persons. The following
additional facilities shall be provided in this lift:
i.
Full length handrails shall be provided on the rear and side wall panels.
ii.
The door closing time shall be set for min. 5 seconds and the door closing speed
shall not exceed 0.25 m/sec.
iii.
The door open and door closed announcements shall be audibly made in the
car.
iv.
Braile signs / buttons.

t.

11.0

Operating Panels, Buttons & Switches


Main and secondary car operating panels, buttons and switches shall be located on one of
the two front wall panels next to the car door and as specified in the Schedule of lifts &
as per approved G.A. drawings.
All buttons and switches shall be clearly legible with fade-proof text and figures, and
shall be easily accessible, (especially for disabled persons in the lift designated for them).
ELECTRIC WIRING
Necessary insulated wiring to connect all parts of the equipment shall be furnished and installed.
Insulated wiring shall be flame retardant and moisture resistant and shall be run in G.S. conduits.
All cables shall be flame retardant with copper conductors.
Trailing cables shall be PVC sheathed copper conductor multi-core ribbon type
designed for lift service and shall be flame retardant and moisture resistant.
They shall be flexible and shall be suitably suspended to relieve strains on
individual conductors. All copper conductors shall be of appropriate gauge
copper to avoid excessive voltage drop. All wires, cables, conduits, metal
boxes, fittings and earthing shall comply with statutory requirements and BIS
specifications.
The controller unit comprising of the MCCB, 25KA, adjustable overload and phase
reversal and phase failure protection, all the circuit elements, transformer, rectifier for
D.C. control supply, inverter power pack, terminal blocks etc. shall be enclosed in an
insect vermin proof, sheet steel floor or wall mounted cabinet with hinged doors at front
or at both front and rear. Proper warning boards and danger plates shall be provided on
both sides of the controller casing. Sheet steel used for controller cabinet shall not be less
than 14 gauge and shall be properly braced, where necessary. Suitable gland plate shall
be provided for cable entry. The battery for the charger unit shall be suitably placed in
the machine room. Degree of protection of Enclosure shall be IP54. Enclosure shall have
provision of earthing studs.
All sheet steel work shall be painted with two coats of synthetic enamel paint of suitable
shade both inside and outside over two coats of zinc primer.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

12.0

149
Apart from lift controller enclosure, 5 DBs (distribution boards) are required as per BOQ.
Cables to incomer of these DBs shall be terminated by civil contractor, whereas
outgoing cables for lift shall be in the scope of lift contractor. Contractor shall furnish the
sizes of cables alongwith KW rating of motors.
PAINTING
All exposed metal work furnished in these specifications, except as otherwise specified,
shall be given one shop coat of anti-corrosive primer after approved surface treatment of
metal surfaces and two coats of approved enamel paint of approved shade. After
installation of Lifts, a final Touch-up Coat of paint shall be applied.

13.0

WORKS TESTS
The following tests shall be carried out at Works. EPI shall be given notice of the time and
procedure of the tests before they are carried out, and shall be given facilities for observing the
tests at Works.
a.
High voltage works tests of equipment which is not already tested in accordance with
appropriate IS codes.
b.
Buffer test.

14.0

TESTS ON COMPLETION
The following tests shall be carried out to the satisfaction of the EPI/SVNIT.
i.
Insulation resistance and earth test for all electrical apparatus.
ii.
Continuous operation of the lift under full load conditions and simulated starts and stops
(150 nos. per hour each) for one hour at the end of which time the service temperature of
the motor and the operating coils shall be tested. This shall be as per B.I.S. specification.
iii.
The car shall be loaded until the weight on the rope is twice the combined weight of the
car and the specified load. The load must be carried on for about 30 minutes, without
any sign of weakness, temporary set or permanent elongation of the suspension rope
strands.
iv.
The following items shall be tested :
a. Levelling accuracy at each landing in conditions of fully loaded and empty car.
b. No load current and voltage readings both on Up and Down Circuits.
c. Full load current and voltage readings both on Up and Down Circuits.
d. One and quarter load current and voltage readings both on Up and Down Circuits.
e. Stalling current and voltage and time taken to operate overload.
f. Overload protection.
g. Gate sequence relays, if provided and installed.
h. Car and landing door interlocks.
i. Collective control and priority sequences, if installed.
j. Safety gear mechanism for car and counterweight with fully loaded car and also with
only 68 kg load.
k. Speeds on Up and Down travel with full load, half load and empty car.
l. Door contacts.
m. Final terminal stopping device.
n. Normal terminal stopping device.
o. Car and counterweight buffers with contract load and contract speed.
p. Operation of controllers.
q. Manual operation of lift at mid-way travel.
r. Emergency operation.
u.

Tests on completion shall also be performed to the satisfaction of Inspector of Lifts and a
certificate will be obtained from the Lift Inspector by the contractor.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

150
15.0

STATUTORY APPROVALS
All statutory approvals from commencement to commissioning of lifts shall be obtained by the
Contractor from the local Inspector of Lifts and Escalators or other authorities. However, the
client will provide all necessary assistance for providing documents, drawings and certificates
pertaining to other contractors, if required.
Necessary fees in connection with the approval of installation of lifts shall paid
by Client.

16.0

FEATURES REQUIRED FOR VVVF LIFTS


(a)
Group / Independent / Attendant Operation
It shall be possible to group specified cars in a group wherever required with dynamic
disposition of cars as required by the traffic pattern. A smart car dispatching system with
ring communication shall be provided for optimum passenger comfort and lift
performance under all traffic conditions. Any defective car shall be automatically
eliminated from the group.
Each car shall be provided with a keyswitch for independent operation housed in a
service cabinet. In this mode, the lift shall respond only to car calls. Hall calls will not
be registered.
It should be possible for an attendant to operate any car.
(b)
Firemans Switch
A firemans toggle switch shall be provided in a break glass for the specified lift at
ground floor to enable firemen to bring the lift non-stop to ground floor from any
location and to cancel hall calls until the car is operated on attendant control.
(c)
Emergency Power Operation
In case of power failure, standby power equipment shall enable lifts to reach a predetermined floor, in a pre-determined sequence, and then permit operation of one or
more lifts on emergency power.
A trickling battery shall be provided to supply power to light fixtures, fan, alarm and
intercom.
(d)
Profile Generator
A profile generator or similar device shall be provided to use the car at an optimum
speed level and to improve levelling accuracy.
(e)
Predictive Car Selection
Once a hall call is registered, a dynamic car algorithm shall transfer the call to an
optimally selected car to provide the maximum traffic efficiency.
(f)
Home Landing Facility
A car shall return to a pre-determined landing after the last call is answered.
(g)
Door Safety
Multi-beam infrared / ultrasonic electronics curtains shall be provided to scan the
doorway and reverse the door closing in case of any obstruction.
(h)
Double Door Operation
If both up and down calls are registered at a hall which is the last registering hall in the
direction of the car, the lift shall travel to that hall and open / close the doors. After this,
the car shall reverse its travel and shall open / close the doors again unless no car calls
are registered at that floor.
(i)

(j)

Nudging Door Operation


When the doors remain open for more than a predetermined period, a buzzer shall sound
and the door shall close automatically. The door sensing device shall be rendered
inoperative but the Door Open button and the safety shoe shall remain operative
Selective floor Service
Programming for selective floors services shall be software driven.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

(k)

(l)

(m)

151
Manual Cranking & Slow speed Travel
A manual cranking facility shall be provided.
Slow speed operation shall be possible from machine room and car top.
Auto Fan Off
In case no calls are registered for a pre-set time, the cabin fan shall be automatically
switched off.
Automatic Rescue Device
In case of mains power failure and Lift control system failure, the Lifts own
rechargeable and maintenance free battery power shall move the car to the nearest floor
and the door shall open automatically for automatic rescue of passengers. A battery rundown indicator shall be provided.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

152
COMMERCIAL AND ADDITIONAL CONDITIONS FOR ELECTRICAL WORKS SH: Diesel
Generating Set
1.0 General
1.1(a) This specification covers manufacture, testing as may be necessary before dispatch, delivery at
site, all preparatory work, assembly and installation, commissioning putting into operation of DG Sets.
The Deisel Engine shall be conforming to the Environment (protection) (Third amendment) Rules,
2013.
1.1(b) The main contractor should engage an agency who fulfills the laid down criteria in the NIT for
execution of this sub-head of work . The firm should posses valid electrical contractor license. In case
the main contractor himself meets the above criteria, he shall be allowed to execute this sub-head of
work after due verification of his credentials by the Engineer-in-Charge of Electrical Works
1.2 Location
The DG Set will be installed at IIT Salt Lake campus West Bengal
1.3 The work shall be executed as per CPWD General Specifications for Electrical Works (Part VII DG
Sets2013), as per relevant IS and as per directions of Engineerin-Charge. These additional
specifications are to be read in conjunction with above and in case of variations, specifications given in
this Additional conditions shall apply. However, nothing extra shall be paid on account of these
additional specifications & conditions as the same are to be read alongwith schedule of quantities for the
work.
1.4 The tenderer should in his own interest visit the site and familiaries himself with the site conditions
before tendering.
1.5 No T&P shall be issued by the Department and nothing extra shall be paid on account of this.
2.0 Commercial Conditions
2.2.11 Validity
Tenders shall be valid for acceptance for a period as prescribed in CPWD-6 from the date of opening of
price bid.
2.2.12 Completion of period
The completion period indicated in the tender documents is for the entire work of planning, designing,
supplying, installation, testing, commissioning and handing over of the entire job to the satisfaction of
the Engineer-in-charge.
2.2.13 CONFORMITY WITH STATUTORY ACTS, RULES, STANDARDS AND CODES
(i) All components shall conform to relevant Indian Standard Specifications, wherever existing,
amended to date.
(ii) All electrical works shall be carried out in accordance with the provisions of Indian Electricity Act,
2003 and Indian Electricity Rules, 1956 as amended up to date. They shall also conform to CPWD
General Specifications for Electrical works, Part-I (Internal), 2013 and Part-II (External), 1994 and Part
IV (Sub-station), 2013, as amended up to date. The Diesel Engine shall be conforming to the
Envoirment (protection) (Third amendment) Rules, 2013.

ADDITIONAL CONDITIONS
1.1, 1.2 Deleted.
1.3 SAFETY CODES AND LABOUR REGULATIONS
(i) In respect of all labour employed directly or indirectly on the work for the performance of the
contractors part of work, the contractor at his own expense, will arrange for the safety provisions as per
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

153
the statutory provisions, B.I.S recommendations, factory act, workmans compensation act, CPWD code
and instructions issued from time to time. Failure to provide such safety requirements would make the
tenderer liable for penalty for
Rs. 200/- for each violation. In addition the Engineer-in-charge, shall be at liberty to make arrangements
and provide facilities as aforesaid and recover the cost from the contractor.
(ii) The contractor shall provide necessary barriers, warning signals and other safety measures while
executing the work of DG Set installation, cables etc. or wherever necessary so as to avoid accident. He
shall also indemnify CPWD against claims for compensation arising out of negligence in this respect.
Contractor shall be liable, in accordance with the Indian Law and Regulations for any accident
occurring due to any cause. The department
shall not be responsible for any accident occurred or damage incurred or claims arising there from
during the execution of work. The contractor shall also provide all insurance including third party
insurance as may be necessary to cover the risk. No extra payment would be made to the contractor due
to the above provisions thereof.
1.4 WORKS TO BE ARRANGED BY THE DEPARTMENT
Unless otherwise specified in the tender documents, the following works shall be arranged by the
Department:
(i) Space for accommodating all the equipments and components involved in the work. However,
watch and ward shall be responsibility of the contractor. The contractor shall make its own
arrangement for power supply & water required for execution of the work.
1.5 WORKS TO BE DONE BY THE CONTRACTOR
Unless 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-whether
specifically indicated in the schedule of work or not: (i) Foundations for equipments including vibration isolation springs/ pads,
(ii) Making good all damages caused to the structure during installation and restoring the same to their
original finish.
(iii) Minor building works necessary for installation of equipments, foundation trench for fuel line &
cable, making of opening in walls or in floors and restoring them to their original condition/ finish and
necessary grouting etc. as required.
(iv) All supports for exhaust & water pipes, chimney, bus trunking (if included in scope of contract),
cables, anti- vibration pads etc. as are necessary.
(v) All electrical work and neutral earthing, body earthing, required for engine & alternator, main board/
control panels, and control wiring including loop earthing, if specified in Schedule of Work.
(vi) All pipes, bus trunking and/ or cable connections.
(vii) POL i.e. HSD oil and lub. oil for diesel engine for testing & commissioning for 12 hours i/c 1hr of
10% overloading at OEA/ OEM works shall be arranged by the contractor. POL i.e. HSD oil and lub.
oil for trial run of 4 Hrs. at site at available load shall be arranged by the department.
(viii) Painting of all exposed metal surfaces of equipments and components with appropriate colour.
(ix) Clearance/ Approval of the complete installation from CPCB/ State Pollution Control Board,
Central Electricity Authority (CEA)/ Local Bodies and other licensing authorities, wherever required.
1.6 Rates:
1.6.1 The rates quoted by the tenderer, shall be firm and inclusive of all taxes (including works contract
tax), duties and levies and all charges for packing, forwarding, insurance, freight and delivery,
installation, testing, commissioning etc. at site including temporary constructional storage, risks,
overhead charges, general liabilities/ obligations etc. but exclusive of Service Tax, which shall be
reimbursed on production of documentary proof of actual payment against this contract/ work.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

154
1.6.2 Octroi exemption certificate will be issued by the department if required by the contractor.
However, the department is not liable to reimburse the octroi duty in case exemption certificates are not
honoured by the concerned authorities.
1.6.3 The contractor has to carry out routine and preventive maintenance as per manufacturers
standards for a period of 12 months from the date of handing over. However, all consumables (fuel/
lube oil etc.) including filters will be supplied by the department.
1.7 POWER SUPPLY AND WATER SUPPLY
1.7.1 Power Supply :
The contractor shall make its own arrangement for power supply required for execution of the work.
1.7.2 Water supply :
The contractor shall make its own arrangement for water required for execution of the work
1.8 MACHINERY FOR ERECTION
All tools and tackles required for unloading / handling of equipments and materials at site, their
assembly, erection, testing and commissioning shall be the responsibility of the contractor.
1.9 COMPLETENESS OF THE TENDER, SUBMISSION OF PROGRAMME, APPROVAL OF
DRAWINGS AND COMMENCEMENT OF WORK
(i) Completeness of the tender
All sundry equipments, fittings, assemblies, accessories, hardware items, foundation bolts, supports,
termination lugs for electrical connections, cable glands, junction boxes and all other sundry items for
proper assembly and installation of the various equipments and components of the work shall be
deemed to have been included in the tender, irrespective of the fact that whether such items are
specifically mentioned in tender documents or not.
(ii) Submission of programme
Within fifteen days from the date of receipt of the letter of acceptance, the successful tenderer shall
submit his programme for submission of drawings, supply of equipment, installation, testing,
commissioning and handing over of the installation to the Engineer-in-Charge. This programme shall be
framed keeping in view the building progress.
(iii) Submission of Drawings
The contractor shall submit the drawings to the Engineer-in-Charge as per clause 1.19 of this
specification for approval before start of work.
(iv) Commencement of Work
The contractor shall commence work as soon as the drawings submitted by him are approved. The
drawings are to be submitted by the contractor within 15 days of stipulated date of start, and shall be
approved by the Engineer-in-Charge within 10 days of receipt in his office.
1.10 DISPATCH OF MATERIALS TO SITE AND THEIR SAFE CUSTODY
The contractor shall dispatch materials to site in consultation with the Engineer-in- Charge. Suitable
lockable storage accommodation shall be made available free of charge temporarily. Watch & ward
however, shall be the responsibility of contractor. Programme of dispatch of material shall be framed
keeping in view the building progress. Safe custody of all equipment/ items supplied by the contractor
shall be the responsibility of the contractor till final taking over by the department.
1.11 CO-ORDINATION WITH OTHER AGENCIES
The contractor shall co-ordinate with all other agencies involved in the work so that the work of other
agencies is not hampered due to delay in his work.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

155
1.12 Indemnity :
The successful tenderer shall at all times indemnify the department, consequent on this works contract.
The successful tenderer shall be liable, in accordance with the Indian Law and Regulations for any
accident occurring due to any cause and the contractor shall be responsible for any accident or damage
incurred or claims arising there from on the department during the period of erection, construction and
putting into operation the equipments and ancillary equipment under the supervision of the successful
tenderer in so far as the latter is responsible. The successful tenderer shall also provide all insurance
including third party insurance as may be necessary to cover the risk. No extra payment would be made
to the successful tenderer on account of the above.
1.13 QUALITY OF MATERIALS AND WORKMANSHIP
(i) The components of the installation shall be of such design so as to satisfactorily function under all
conditions of operation.
(ii) The entire work of manufacture/fabrication, assembly and installation shall conform to sound
engineering practice. The entire installation shall be such as to cause minimum transmission of noise
and vibration to the building structure.
(iii) All equipment and materials to be used in work shall be manufactured in factories of good repute
having excellent track record of quality manufacturing, performance and proper after sales service.
1.14 CARE OF THE BUILDING
Care shall be taken by the contractor during execution of the work to avoid damage to the building. He
shall be responsible for repairing all such damages and restoring the same to the original finish at his
cost. He shall also remove all unwanted and waste materials arising out of the installation from the site
of work from time to time.
1.15 INSPECTION AND TESTING:
1.15.1 The successful tenderer will arrange staff/fuel/POL for test run at his cost.
1.15.2 Inspection and Testing of DG sets
1.15.2.1 For DG sets , testing shall be carried out at factory/ manufacturer premises in presence of
representative of the Department.
1.15.2.2 For testing, following procedure will be followed: All major items/ equipments i.e. engine &
alternator in assembled condition, associated electrical control panels etc. shall be offered for inspection
and testing at factory/ manufacturers works. The successful tenderer shall give a notice of minimum two
weeks for carrying out such tests. The Engineer-in-charge/ or his authorized representative shall witness
such inspection & testing at mutually agreed date. The cost of the representatives visit to the factory
will be borne by the Department.
1.15.2.3 The department also reserves the right to inspect the fabrication job at factory and the
successful tenderer has to make arrangements for the same.
1.15.2.4DG set will be tested on load of unity power factor for the rated KW rating. During testing, each
of the D.G. sets covered under scope of work, shall be operated for a period of 12 hours on the rated
KW at DG sets KW rating including one hour on 10% overload after continuous run of the 12 Hours.
During testing all controls/ operations safeties will be checked and proper record will be maintained.
Any defect/abnormality noticed during testing shall be rectified. The testing will be declared successful
only when no abnormality/ failure is noticed during the testing. The DG set will be cleared for dispatch
to site only when the testing is declared successful by authorised representative/ Engineer-in-Charge.
1.15.3..All major items/ equipment i.e. engine & alternator in assembled condition, Electrical control
panel etc. shall be offered for initial inspection at factory/ manufacturers works. The cost of the
Engineers visit to the factory will be borne by the Department. After initial inspection, DG Set and
associated Electrical panel equipments shall be cleared for dispatch at site.
1.15.3.2 Copies of all documents of routine and type test certificates of the equipment, carried out at the
manufacturers premises shall be furnished to the Engineer-in-charge and consignee.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

156
1.15.3.3 After completion of the installation work in all respects, the contractor shall offer the DG Sets
for testing. Testing shall be carried out exactly as per Clause 1.15.2.4 mentioned above.
1.15.3.4 The requirement of testing of DG Set at manufacturers premises, in presence of representative
of the Department, can be dispensed with/ waived off, keeping in view the exigency of works, with the
prior approval of the Chief Engineer. However, test certificates of the particular DG Set on full load, as
mentioned in Clause 1.15.2.4 above, shall be submitted at the time of delivery of DG Set at site.
1.15.5 Trial Run/ Running-in-Period
After successful testing of the DG Set, a trial run at available load will be carried out for 120 Hours or
15 Days whichever is earlier. The DG Set will be operated and a log of all relevant parameters will be
maintained during this period. The arrangement of staff for trial run/ running in period will be made by
the successful tenderer. However, diesel shall be provided by Department. The contractor will be free to
carry out necessary adjustments. The DG Set will be said to have successfully completed the trial run, if
no break-down or abnormal/ unsatisfactory operation of any component of the entire installation
included in the scope of work of the contract, occurs during this period. After this the DG Set will be
made available for beneficial use. After the DG Set has operated without any major break-down/
trouble, it shall be taken over by the department subject to guarantee clause of the contract. This date of
taking over of the DG Set, after trouble free operation during the trial run/ running-in period, shall be
the date of acceptance/ taking over.
1.15.6 Safety measures
All equipments shall incorporate suitable safety provisions to ensure safety of the operating personnel as
per manufacturers standard practice.

1.16 STATUTORY CLEARANCE(S)


Approval/ clearance of the complete installation shall be obtained by the contractor from CPCB/ State
pollution Control Boards/ Local Bodies/ Central Electricity Authority(CEA)/ other licensing authorities
wherever required. However, application shall be made by Department and any statutory fee, as
applicable, shall be paid by Department directly to the govt. authorities concerned.
1.17 GUARANTEE
All equipments shall be guaranteed, against unsatisfactory performance and/ or break down due to
defective design, workmanship or material, for a period of 12 months from the date of taking over the
installation by the department. The equipments or components, or any part thereof, so found defective
during guarantee period shall be forthwith repaired or replaced free of cost, to the satisfaction of the
Engineer-in-Charge. In case it is felt by the department that undue delay is being caused by the
contractor in attending the defect/ fault removed, the same will be got done by the department at the risk
and cost of the contractor. The decision of the Engineer-in- charge in this regard shall be final

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

157
1.18 PAYMENT TERMS
1.18.1 The following percentage of contract rates shall be payable against the stages of work shown
herein:
Stage of work

EngineAlternator Set
& AMF Panel

I After initial inspection (wherever specified) &


delivery at site in good condition on pro-rata
basis
II On completion of pro-rata installation

85%

All
other
items
75%

10 %

20 %

III On commissioning and completion of


successful running in period & taking over of
the DG set by the department

5%

5%

1.18.2 Deduction of Security Deposit shall be governed by standard/ relevant clauses of CPWD-7/8.
1.19 DRAWINGS FOR APPROVAL & COMPLETION
DRAWINGS
1.19.2 Drawings for approval on award of the work
The contractor shall prepare & submit three sets of following drawings and get them approved from the
Engineer-in-charge before the start of the work. The approval of drawings however does not absolve the
contractor not to supply the equipments/ materials as per agreement, if there is any contradiction
between the approved drawings and agreement.
(a) Lay out drawings of the equipments to be installed including control cables, fuel/ lube oil pipes and
supports/ structure for exhaust piping, Chimney and bus ducts/ cable trays.
(b) Drawings including section, showing the details of erection of entire equipments.
(c) Electrical wiring diagrams from engine-alternator set to Electrical control panel, Electrical control
panel to essential LT board including the sizes and capacities of the various electrical/ control cables
and equipment.
(d) Dimensioned drawings of Acoustic enclosure/ Engine- Alternator set and Electrical control panel.
(e) Drawings showing details of supports for pipes, chimney cable trays, ducts etc.
(f) Any other drawings relevant to the work.

1.19.2.1 Drawings/Documents to be furnished on completion of InstallationTwo sets of the following laminated drawings shall be submitted by the contractor while handing over
the installation to the Department. Out of these three, one set shall be laminated on a hard base for
display in the DG set room/room where AMF panel is installed. One set shall be displayed in Junior
Engineers room. In addition, drawings will be given on Compact Disc(CD):
(a) DG set installation drawings giving complete details of all the equipments, including their
foundations.
(b) Line diagram and layout of all electrical control/AMF panels giving switchgear ratings and their
disposition, cable feeder sizes and their layout.
(c) Control wiring drawings with all control components and sequence of operations to explain the
operation of control circuits in AMF panel/PCC.
(d) Manufacturers technical catalogues of all equipments and accessories.
(e) Operation and maintenance manual of all major equipments, detailing all adjustments, operation and
maintenance procedure.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

158
1.20 AFTER SALES SERVICES
The contractor shall ensure adequate and prompt after sales service free of cost during guarantee period,
and against payment after the guarantee period is over, in the form of maintenance, spares and personnel
as and when required during normal life span of the equipments and shall minimize the breakdown
period. In case of equipment supplied by other manufacturers the firm shall furnish a guarantee from the
manufacturer for the same before the DG Set installation is taken over.
Technical
2.1 Scope: This section deal with unloading procedures, location, standard capacities and climatic
conditions for DG set installation.
2.1.1 UNLOADING:
2.1.1.1 Gensets without Acoustic Enclosure:
2.1.1.1.1Genset should not be lifted from engine and alternator hooks. These are designed for lifting
individual items only. Normally, provision for Genset lifting is provided on base-rails. The Genset
should be unloaded from base rail by lifting with proper Genset lifting tackle or nylon sling/steel rope of
suitable capacity and crane so as to ensure no damage to oil sump, air cleaner, radiator pipes etc.
2.1.1.1.2Genset should be covered with polyethylene or tarpaulin during installation to ensure that water
does not enter inside.
2.1.1.1.3Spreader bar/ spacer plate of suitable size may be required to avoid damages to Genset
components.
2.1.1.2 DG set with Acoustic enclosures are provided with lifting hooks.
2.1.2 Location
2.1.2.1 DG Sets with acoustic enclosure
DG sets up to 1000 KVA capacity are required to be supplied with acoustic enclosure as per CPCB
norms. DG Set with acoustic enclosure shall preferably be installed outside the building (including
terrace subject to structural feasibility) & location should be finalized in consultation with the Architect.
However, DG set should be as near to the substation as possible i.e. as near to Essential LT Panel as
possible. Associated AMF panel/ Electrical panel of the DG Set can be located inside the acoustic
enclosure or outside the acoustic enclosure as per manufacturer standard. In case, AMF/ Electrical panel
has to be installed outside the acoustic enclosure, location of room to house AMF/ Electrical panel
should be decided in consultation with the Architect so that it shall be as near to the acoustic enclosure
as possible. Specially, in case of connection through bus trunking, care should be taken for aesthetics.
2.1.2.2 DG Sets without acoustic enclosure
2.1.2.2.1 In case of DG Sets beyond 1000KVA capacity i.e. when DG set is supplied without acoustic
enclosure, room of appropriate size should be provided to house the DG Set. The DG set room should
be as near to the substation as possible (i.e. as near to Essential LT Panel as possible). While deciding
the room layout, typical 2-meters free space around Genset is recommended for proper heat dissipation
and ease of service. However, to avoid hot air re-circulation, radiator cooled engines should have
maximum possible space in the front. Minimum 1.5 meter free space is must.
2.1.2.2.2 As far as possible, installation of DG Set should be avoided in basement. In Cases where
installation of D.G. Set in basement is unavoidable, due care of supply of adequate amount of air
required for proper operation of D.G. Set shall be taken.
2.1.3 Nominal ratings of DG Sets:
Capacity output of DG Set is as specified BOQ / Schedule of work of this tender document in terms of
Prime Power Rating at 0.85 load factor as per Clause 13.3.2 of ISO-8528 (Part-1). Titled
Reciprocating internal combustion engine driven alternating current generating sets: Part-1:
Application, ratings and performance.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

159
2.1.4 Climatic Conditions:
The output of DG Set shall be as specified in tender documents under actual site conditions. The
tenderer has to certify that the engine & alternator meets the capacity requirement after de-ration as per
IS/ BIS.
2.1.5 DG Set upto 1000KVA capacity should be type tested for Noise and Emission norms/standards as
per CPCB.
2.2 Diesel Engine
Scope: This section covers engine rating, standard components of a diesel engine including exhaust
piping. The Deisel Engine shall be conforming to the Environment (protection) (Third amendment)
Rules, 2013. The engine shall be provided with all the features conforming to the Environment
(protection) (Third amendment) Rules, 2013 irrespective of whether these provisions has been explicitly
mentioned in the tender documents or not . No extra cost shall be paid to the contractor on account of
these provisions.
2.2.1 Diesel Engine
2.2.1.1 Engine Rating:
The engine shall be of standard design of the original manufacturers. It should be 4 stroke cycles, water
cooled, naturally aspirated/ turbo charged (as per manufacturer standard), diesel engine developing
suitable BHP for giving a power rating as per ISO 8528- Part-1 in KVA at the load terminals of
alternator at 1500 rpm at actual site conditions. The engine shall be capable for delivering specified
Prime Power rating at variable loads for PF of 0.8 lag with 10% overload available in excess of
specified output for one hour in every 12 hours. The average load factor of the engine over period of 24
hours shall be 0.85 (85%) for prime power output.
The testing procedure shall be as mentioned in para 1.15.
The engine shall conform to IS;10000/ ISO 3046/ BS;649 /BS 5514 amended up to date.
2.2.1.2 Necessary certificate indicating the compliance of the above capacity requirement for the engine
model so selected along with compliance of Noise and Emission norms as per latest CPCB guidelines
for DG set capacity up to 1000KVA, should be furnished from the manufacturers along with the
technical bid. However above 1000 KVA DG set, manufacturers shall furnish certificate that the Engine
for the DG set complies with the CPCB Emission norms.
2.2.1.3 The engine shall be fitted with following accessories subject to the design of the manufacturer:
(i) Dynamically balanced Fly wheel
(ii) Necessary flexible coupling and guard for alternator and engine (applicable only for double bearing
alternator)
(iii) Air cleaner( dry/ oil bath type) as per manufacturer standard,
(iv) A mechanical/ electronic governor to maintain engine speed at all conditions of load.
(v) Daily fuel service tank of minimum capacity as per Table below, fabricated from M.S. sheet with
inlet, outlet connections air vent tap, drain plug and level indicator (gauge) M.S. fuel piping from tank
to engine with valves, unions, reducers, flexible hose connection and floor mounting pedestals, twin fuel
filters and fuel injectors. The location of the tank shall depend on standard manufacturers design.
Table -I Recommended minimum capacity of daily fuel service tank:
S.No

Capacity of DG set

1
2

Above 62.5 KVA to 125 KVA


Above 200 KVA to 380 KVA

Minimum Fuel Tank


Capacity
225 Litres
500 Litres

(vi) Dry exhaust manifold with suitable exhaust residential grade silencer to reduce the noise level.
(vii) Suitable self-starter for 12 V/ 24 V DC.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

160
(viii) Battery charging alternator unit and voltage regulator, suitable for starting batteries, battery racks
with interconnecting leads and terminals.
(ix) Necessary gear driven oil pump for lubricating oil, priming of engine bearing as well as fuel
systems as per manufacturer recommendations.
(x) Naturally aspirated/ turbo charger (as per manufacturer standard)
(xi) Lubrication oil cooler
(xii) Lubrication oil filters with replaceable elements.
(xiii) Crank case heater as per manufacturer recommendations.
(xiv) Fuel injection: Engine should have suitable fuel injection system in order to achieve low fuel
consumption.
(xv) Fuel control solenoid
(xvi) Fuel pump with engine speed adjustment.
(xvii) Engine Control Panel: fitted and having digital display for following:(a) Start/stop key switch. (b) Lube oil pressure indication
(c) Water temp. indication (d) RPM indication
(e) Engine Hours indications (f) Battery charging indication
(g) Low lub. Oil trip indication (h) High water temp. indication
(i) Over speed indication.
(xviii) All moving parts of the engine shall be mechanically guarded in such a manner that a human
finger cannot touch any moving part.
(xix) Radiator
(xx) Any other item not included/ specified but is a standard design of the manufacturer
2.2.1.4 Governor:
Mechanical governor of class A2 for up to and including 200 KVA capacity and Electronic governor of
class A1 for capacity above 200KVA, as per ISO 3046/ BS5514 with actuator shall be provided as per
standard design of manufacturer. Governor shall be a self contained unit capable of monitoring speed.
2.2.1.5 Frequency variation:
The engine speed shall be so maintained that frequency variation at constant load including no load
shall remain within a band of 1% of rated.
2.2.1.6 Fuel System:
It shall be fed through engine driven fuel pump. A replaceable element of fuel filter shall be suitably
located to permit easy servicing. The daily service tank shall be complete with necessary supports,
gauges, connecting pipe work etc. In case of Top Mounted tanks, non return valves are must in fuel
supply and return line of specified value. Pipe sealant should be used for sealing for all connections. No
Teflon tape to
be used. If piping length is more than 10 meters, detail engineering is required in
consultation with OEM/ Manufacture
2.2.1.7 Lubricating oil system:
It shall be so designed that when the engine starts after a long shut down lubrication failure does not
occur. Necessary priming pump for the lub. oil circuit as per recommendation of manufacturer shall be
installed, to keep bearings primed. This pump shall be normally automatically operative on AC/ DC
supply available with the set.
2.2.1.8 Starting system:
This shall comprise of necessary set of heavy duty batteries 12V/ 24V DC (as per manufacturer
standard), and suitable starter motors, axial type gear to match with the toothed ring on the fly wheel. A
timer in the control panel to protect the starter motor from excessively long cranking runs shall be
suitably integrated with the engine protection system and shall be included within the scope of the work.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

161
Battery capacity shall be suitable for meeting the needs of starting system (as three attempt starting), as
well as the requirements of control panel, indications and auxiliaries such as priming pump as
applicable etc. The scope shall cover all cabling, terminals, including initial charging etc. The system
shall be capable of starting the DG set within 20-30 sec., even in winter condition with an ambient
temperature down to 00C.
2.2.1.9 Battery Charger:
The battery charger shall be suitable to charge required numbers of batteries at 12V/ 24 volts complete
with, transformer, rectifier, charge rate selector switch, indicating ammeter & voltmeter etc.
Connections between the battery charger & batteries shall be provided with suitable copper leads with
lugs etc.
2.2.1.10 Piping Work:
All pipe lines and fittings and accessories requirement inside the room/ enclosure and outside for
exhaust piping shall be provided by the contractor. This shall include necessary flexible pieces in the
exhaust, fuel, lub. oil and water lines as are necessary in view of the vibration isolation requirement in
the installation. Piping of adequate size shall be used for lub. oil of the material as per manufacturer
standard. However, only M.S. pipes for the exhaust shall be used. For fuel lines within the acoustic
enclosure, PVC braided pipe as per manufacturer recommendations can be used.
However, for fuel lines outside the acoustics enclosure only MS pipe be used. The pipe work shall be
inclusive of all fittings and accessories required such as bends, reducers, elbows, flanges, flexible
connections, necessary hardware etc. The installation shall cover clamps, supports, hangers etc. as are
necessary for completing the work. However, the work shall be sectionalized with flanged connections
as are necessary for easy isolation for purposes for maintenance of unit as approved by Engineer-incharge.
2.2.1.11 Common bed plate:
Engine and alternator shall be directly coupled or coupled by means of flexoplate/flexible coupling as
per manufacturer standard design and both units shall be mounted on a common bed plate together with
all auxiliaries to ensure perfect alignment of engine and alternator with minimum vibrations. The bed
plate shall be suitable for installation on suitable anti-vibration mounting system.
2.2.1.12 Exhaust System: (wherever Applicable)
2.2.1.12.1 Exhaust Piping: The construction shall conforms to prevailing CPCB norms at the time of
execution. In case, the prevailing CPCB norms at the time of execution demands suitable modifications
/ additional features over the specifications stipulated in the tender document, the contractor has to
provide the same as per prevailing CPCB norms at the time of execution & no extra payment shall be
made to the contractor on account of it.
All M.S. Pipes for exhaust lines shall be conforming to relevant IS. The runs forming part of factory
assembly on the engine flexible connections up to exhaust silencer shall be exclusive of exhaust piping
item. The work include necessary cladding of exhaust pipe work using 50mm thick Loosely bound
resin(LBR)mattress / mineral wool/ Rockwool, density not less than 120kg/m3 and aluminium cladding
( 0.6mm thick) for the complete portion. The exhaust pipe work includes necessary supports, foundation
etc. to avoid any load & stress on turbo charger / exhaust piping. . The exhaust pipe shall be *run along
the existing wall of the building duly clamped/ *supported on independent structure for which, the
design and Drawing for such structure shall be got approved from the Engineer in charge.
2.2.1.12.2
(a) Exhaust system should create minimum back pressure.
(b) Number of bends should be kept minimum and smooth bends should be used to minimize back
pressure.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

162
(c) Pipe sleeve of larger dia. should be used while passing the pipe through concrete wall & gap should
be filled with felt lining.
(d) Exhaust piping inside the Acoustic Enclosure/ Genset room should be lagged with asbestos rope
along with aluminium sheet cladding / insulated as per clause 2.2.1.12.1 to avoid heat input to the room.
(e) Exhaust flexible shall have its free length when it is installed. For bigger engines, 2 flexible bellows
can be used.
(f) For engines up to 500KVA, only one bellow is required. However, if exhaust pipe length is more
than 7 m then additional bellow/ provision for expansion should be provided.
(g) Bclass MS pipes and long bend/elbows should be used.
(h) The exhaust outlet should be in the direction of prevailing winds and should not allow exhaust gases
to enter air inlet/ windows etc.
(i) When tail end is horizontal, 45 Degree downward cut should be given at the end of the pipe to avoid
rain water entry into exhaust piping.
(j) When tail end is vertical, there should be rain trap to avoid rain water entry. If rain cap is used, the
distance between exhaust pipe and rain cap should be higher than diameter of pipe. Horizontal run of
exhaust piping should slope downwards away from engine to the condensate trap. Silencer should be
installed with drain plug at bottom.
2.2.1.12.3 Optimum Silencer Location:
Location of the silencer in exhaust system has very definite influence on both reduction of noise and
back pressure imposed on the system. The preferred silencer locations are given in the Table below,
where L is length of the total exhaust system measured from exhaust manifold in meters. Please note
that locating the silencer as per optimum silencer location is not mandatory. For high rise buildings,
suitable arrangements may have to be provided in consultation with acoustics engineer.
Optimum Location of Silencer (In meters)

Best
Second best
Worst Location of Silencer

In-line Engine

V Engine

2L/5
4L/5

(4L 1.5) / 5
(2L 4.5) / 5

L/5 or 3L/5 or at tail end of


Exhaust piping

(3L - 10)/ 5 or at the tail


end of Exhaust piping

2.2.1.12.4 Exhaust stack height:


In order to dispose exhaust above building height, minimum exhaust stack height should be as follows:(a) For DG set up to 1000KVA :H = h + 0.2 KVA
Where H = height of exhaust stack
h = height of building
(b) For DG set above 1000KVA :30m High or 3m above the building height, which ever is higher.
2.2.1.12.5
Care should be taken to ensure that no carbon particles emitted due to exhaust leakage enters and
deposits on alternator windings and on open connections.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

163
2.2.1.12.6 Support to Exhaust Piping:
Exhaust piping should be supported in such manner that load of exhaust piping is not exerted to
turbocharger.
2.2.1.13 Air System:
It is preferable to provide vacuum indicator with all engines to indicate choked filter. Maximum air
intake restrictions with clean and choked filters should be within prescribed limit as per OEM/
manufacturer recommendation for the particular model of the engine. Gensets should be supplied with
medium duty air cleaners
2.2.1.14 Cooling System
2.2.1.14.1 System should be designed for ambient temperature of 40 Deg.C.
2.2.1.14.3 Coolant should be used mixed with additive (in suitable proportion) as per recommendation
of OEM /Manufacturer for various engine models.
2.2.1.14.4Radiator fan flow should be free from any obstruction.
2.2.1.14.5 For radiator cooled DG Set, proper room ventilation should be planned at the time of
construction of DG room.
2.3 Alternator
Scope : This section covers technical requirement of the alternator.
2.3.1 Synchronous Alternator :
Self excited, screen protected, self regulated, brush less alternator, Horizontal foot mounted in
Single/Double bearing construction(specify one only) suitable for the following:
Rated PF.
: 0.8 (lag)
Rated voltage
: 415 volts
Rated frequency
: 50 Hz
No. of Phases
:3
Enclosure
: SPDP
Degree of protection
: IP-23
Ventilation
: Self ventilated air cooled
Ambient Temperature
: 43 deg C Maximum
Insulation Class
: F/H
Temperature Rise
: Within class F/H limits at rated load
Voltage Regulation
: +/- 1%
Voltage variation
: +/-5%
Overload duration/capacity
: 10% for one hour in every 12 hours of continuous use.
Frequency variation
: As defined by the Engine Governor (+/- 1% )
Excitation
: Self / separately excited (Self excitation upto 750KVA
and separately excited system above 750 KVA)
Type of AVR
: Electronic
Type of Bearing and
: Anti-friction bearings with Grease lubrication
Lubrication arrangement
Standard
: IS-4722 & IEC:34 as amended upto date.
2.3.2 Alternator should be able to deliver output rating at actual Site conditions.
2.3.3 The alternator above 500KVA capacity shall be fitted with suitable Nos. Resistance Temperature
Device (RTD) & Bearing Temperature Device (BTD) alongwith space heaters. The terminal of space
heaters will be wired to terminal box and the temperature scanner shall be provided in control panel for
scaling the winding and bearing temperature.
2.3.4 Excitation: The alternator shall be brushless type and shall be self/ Separately excited,
self-regulated having static excitation facility. The exciter unit be mounted on the control panel or on
the alternator assembly. The rectifier shall be suitable for operation at high ambient temperature at site.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

164
2.3.5 Automatic Voltage Regulators (AVR) : In order to maintain output terminal voltage constant
within the regulation limits i.e. +/- 1%, Automatic voltage regulator unit shall be provided as per
standard practice of manufacturer.
2.3.6 Fault tripping: In the event of any fault e.g. over voltage/ high bearing temperature/ high winding
temperature or an external fault, the AVR shall remove the excitation voltage to the alternator. An
emergency trip shall also be provided.
2.3.7 Standards: The alternator shall be in accordance with the following standards as are
applicable.
(i) IS:4722/BS : 2613/1970. The performance of rotating electrical machine.
(ii) IS: 4889/BS: 269 rules for method of declaring efficiency of electrical machine.
2.3.8 Performance: Voltage dip shall not exceed 20% of the rated voltage for any step load or transient
load as per ISO:8528 (Part-1 ). The winding shall not develop hot spots exceeding safe limits due to
imbalance of 20% between any two phases from no load to full load.The generator shall preferably be
capable of withstanding a current equal to 1.5 times the rated current for a period of not more than 15
seconds as required vide clause 14.1.1 of IS 4722:1992.
The performance characteristics of the alternator shall be as below:
(a) Efficiency at full load 0.8 P.F. above 62.5 KVA up to 250 KVA not less than 90%
(b) Total distortion factor Less than 3 %
(c) (i) 10% overload for One hour in every 12 hrs of continuous use.
(ii) 50% overload for 15 seconds.
2.3.9 Terminal Boxes:
Terminal boxes shall be suitable for U.G. cables/ Bus Trunking. The terminal box shall be suitable to
withstand the mechanical and thermal stresses developed due to any short circuit at the terminals.
2.3.10 Earth Terminals :
2 Nos. earth terminals on opposite side with vibration proof connections, non-ferrous hardware etc. with
galvanized plate and passivated washer of minimum size 12mm dia. hole shall be provided.
2.3.11 Space Heaters:
Alternators of capacity more than 500KVA shall be provided with suitable space heaters to maintain the
winding temperature automatically such that it does not absorb moisture during long idle periods. The
heater terminals shall be brought to a separate terminal box suitable for 230 V AC supply and a
permanent caution notice shall be displayed.
2.4 AMF Panel, Batteries and Electrical system
Scope: This section covers technical and functional requirements of AMF Panel, Battery/ Electrical
System
2.4.1 Location of Panel:
2.4.1.1 DG Set with acoustic enclosure: Associated AMF panel of the DG Set can be located inside
the acoustic enclosure or outside the acoustic enclosure as per manufacturers standard. In case, AMF
panel has to be installed outside the acoustic panel, location of room to house AMF panel should be
decided in consultation with the Engineer-In-Charge as near to the acoustic enclosure as possible.
2.4.2 Type of Control Panel: Control panel shall be AMF type as per the requirement of the work
2.4.2.2.1General Features: The control panel shall be fabricated out of 1.6mm thick sheet steel, totally
enclosed, dust, damp and vermin proof free standing floor mounted type & front operated. It shall be
made into sections such that as far as feasible, there is no mixing of control, power, DC & AC functions
in the same section and they are sufficiently segregated except where their bunching is necessary.
Hinged doors shall be provided preferably double leaf for access for routine inspection from the rear.
There is no objection to have single leaf hinged door in the front, all indication lamps, instruments
meter etc. shall be flushed in the front. The degree of protection required will be IP-42 conforming to
IS:2147.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

165
2.4.2.2.2 Terminal blocks and wiring: Terminal blocks of robust type and generally not less than 15
Amps capacity, 250/500 V grade for DC upto 100V and 660/ 1100 volts grade for AC and rest of the
junction shall be employed in such a manner so that they are freely accessible for maintenance. All
control and small wiring from unit to unit inside the panel shall also be done with not less than 2.5
sqmm copper conductor PVC insulated and 660/ 1100 volts grade. Suitable colour coding can be
adopted. Wiring system shall be neatly formed and run preferably, function wise and as far as feasible
segregated voltage wise. All ends shall be identified with ferrules at the ends.
2.4.2.2.3Labeling: All internal components shall be provided with suitable identification labels suitably
engraved. Labels shall be fixed on buttons, indication lamps etc.
2.4.2.2.4Painting: The entire panel shall be given primer coat after proper treatment and powder
coating with 7 tanks process before assembly of various items.
2.4.2.2.5Equipment requirements: The control cubical shall incorporate into assembly general
equipment and systems as under:
(a) Control system equipments and components such as relays, contactors, timers, etc. both for
automatic operation on main failure and as well as for manual operation.
(b) Equipment and components necessary for testing generating sets healthiness with test mode and
with load on mains.
(c) Necessary instruments and accessories such as voltmeter, power factor meter, KW meter, KWH
meter, Ammeter, Frequency meter etc. in one energy analyzer unit with selector switch to obtain the
reading of desired parameters.
(d) Necessary indication lamps, fuses, terminal blocks, push buttons, control switches etc. as required.
(e) Necessary engine/ generating set shut down devices due to faults /abnormalities.
(f) Necessary visual audio alarm indication and annunciation facility as specified.
(g) Necessary battery charger.
(h) Necessary excitation control and voltage regulating equipment.
(Alternatively provided on the Alternator itself).
(i) Necessary terminations all internal wiring, connections etc. as required.
(j) Breakers as specified in the schedule of work.
2.4.2.2.6 System Operation: The above mentioned facilities provided shall afford the following
operational requirements.
2.4.2.2.6.1 Auto Mode:
(a) A line voltage monitor shall monitor supply voltage on each phase. When the mains supply voltage
fails completely or falls below set value (variable between 80 to 95% of the normal value) on any phase,
the monitor module shall initiate start-up of diesel engine. To avoid initiation due to momentary
disturbance, a time delay adjustment between 0 to 5 second shall be incorporated in start-up initiation.
(b) A three attempt starting facility shall be provided 6 seconds ON, 5 seconds OFF, 6 seconds ON, 5
seconds OFF, 6 seconds ON, if at the end of the third attempt, the engine does not start, it shall be
locked out of start, a master timer shall be provided for this function. Suitable adjustment timers be
incorporated which will make it feasible to vary independently ONOFF setting periods from 1-10
seconds. If alternator does not build up
voltage after the first or second start as may be, further starting attempt will not be made until the
starting facility is reset.
(c) Once the alternator has built up voltage, the alternator circuit breaker shall close connecting the load
to the alternator. The load is now supplied by the alternator.
(d) When the main supply is restored and is healthy as sensed by the line voltage monitor setting, both
for under voltage and unbalance, the system shall be monitored by a suitable timer which can be set
between 1 minute to 10 minutes for the load to be transferred automatically to main supply.
(e) The diesel alternator set reverts to standby for next operation as per (a),(b) and (c) above.
2.4.2.2.6.2 Manual mode:
(a) In a manual mode, it shall be feasible to start-up the generator set by the operator on pressing the
start push button.
(b) Three attempt starting facility shall be operative for the start-up function.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

166
(c) Alternator circuit breakers close and trip operations shall also be through operator only by pressing
the appropriate button on the panel and closure shall be feasible only after alternator has built up full
voltage. If the load is already on mains, pressure on close button shall be ineffective.
(d) Engine shut down, otherwise due to faults, shall be manual by pressing a stop button.
2.4.2.2.6.3 Test mode:
(a) When under test mode pressing of test button shall complete the start up sequence simulation and
start the engine. The simulation will be that of mains failure. Sequence I 2.4.2.2.6.1(a) and (b) shall be
completed.
(b) Engine shall build up voltage but the set shall not take load by closing of alternator circuit breaker.
When the load is on the mains, monitoring of performance for voltage/ frequency etc. shall be feasible
without supply to load.
(c) If during test mode, the power supply has failed, the load shall automatically get transferred to
alternator.
(d) Bringing the mode selector to auto position shall shut down the set as per sequence of 2.4.2.2.6.1 (d)
provided main supply is ON. If the mains supply is not available at that time, the alternator shall take
load as in (c) above.
2.4.2.2.7 Engine shut down and alternator protection equipment: Following shut down and protection
system shall be integrated in the control panel.
(a) Engine:
(i) Low lubricating oil pressure shut down. This shall be inoperative during start up and acceleration
period.
(ii) High coolant (water) temp. shut down.
(iii) Engine over speed shut down.
(b) Alternator Protection: Following protection arrangement shall be made:
(i) Over load
(ii) Short circuit
(iii) Earth fault
(iv) Over voltage
2.4.2.2.8 Monitoring and metering facilities:
(a) Necessary energy analyzer unit for visual monitoring of mains, alternator and load voltage, current,
frequency, KWH, power factor, etc.
(b) A set of visual monitoring lamp indication for:
(i) Load on set
(ii) Load on mains
(iii) Set on test (Alternator on operation duty, Alternator on standby duty).
(iv) Set of lamp for engine shut down for over speed, low lub. Oil pressure and high coolant water
temperature, overload trip of alternator, earth fault trip of alternator, engine lock out and failure to start
etc. All these indications shall have an audio and visual alarm. When operator accepts the alarm, the
hooter will be silenced and the fault indication will become steady until reset by operating a reset
button.
2.4.2.2.9 Operating devices: A set of operation devices shall be incorporated in the front of panel as
under:
(a) Master Engine Control Switch: This shall cut off in OFF position DC control to the entire panel,
thus preventing start-up of engine due to any cause. However, battery charger, lamp test button for
testing the healthiness of indication lamps, DC volt mater / ammeter etc. shall be operative. It shall be
feasible to lock the switch in OFF position for maintenance and shut down purposes.
(b) Operation selector switch OFF/AUTO/MANUAL/TEST position.
(c) Energy analyzer unit for display of various electrical parameters like voltage, current, frequency,
KW, power factor, etc.
(d) A set of push button as specified.
(e) Relays, contactors, timers, circuit breakers as required.
(f) Necessary battery charger with boost/ trickle selector, DC voltmeter and DC ammeter.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

167
2.4.2.2.10 Compatibility with Building Management System(BMS):
PLC compatibility and required nos. of Input/ Output terminals points should be provided in the AMF
control panel.
2.4.3 Battery/ Electrical System
2.4.3.1 Batteries supplied with Genset are generally dry and uncharged. First charging of uncharged
batteries is very important and should be done from authorized battery charging centre. Initial charging
should be done for 72-80 hours.
2.4.3.2 Batteries should be placed on stands and relatively at cool place.
2.4.3.3 Battery capacity and copper cable sizes for various engine capacity are recommended as
indicated in the table below. Cable sizes shown are for maximum length of 2m. If length is more, cable
size should be selected in such a way that voltage drop does not exceed 2V. However capacity as
recommended by manufacturer may be taken.
DG Set Capacity

Above 125 KVA upto 500 KVA


Above 82.5 KVA upto 125 KVA

Battery
Capacity(AH
)
180
180

Cable
Size(Material
Copper)Sq. mm
70
50

Electrical
System(Volts)
12
12

2.4.3.4 For AMF applications, a static battery charger working on mains supply is recommended to
keep the batteries charged at all times.
2.4.3.51.5 Sq.mm copper wire should be used for wiring between junction box and Control Panel.

2.4.4 Cabling
2.4.4.1 Power cabling between alternator and control panel and control panel and change over switch to
mains should be done with recommended cable sizes as per CPWD General Specification for electrical
works Part VII (DG Sets) 2013.
2.4.4.3 As far as possible, for DG Set of capacity 750KVA &above connection between alternator to
AMF panel &AMF Panel to Essential panel shall be through bus-trunking. For exposed/ outdoor bus
trunking protection requirement should be IP-55.
2.4.4.5 Overheating due to loose thimbling / undersize cables causes most of electrical failures, hence
correct size of cable and thimbles should always be used, if cable is specified.
2.4.4.6 While terminating cables, avoid any tension on the bolts/ busbars. (if cable is specified) While
terminating R, Y& B phase notations should be maintained in the alternator and control panel for easy
maintenance.
2.4.4.7 Crimped cables should be connected to alternator and control panel through cable glands, if
cable is specified.
2.4.4.8 Multi-core copper cables should be used for inter connecting the engine controls with the
switchgear and other equipments.
2.4.4.9 For AMF application, multicore 1.5 sq.mm flexible stranded copper cable for control cabling
should be used.
2.4.4.10 It is recommended to support output cables on separate structure on ground so that weight of
cables should not fall on alternator/ base rail.
2.4.4.11 External wirings, when provided for remote voltage / excitation monitoring / droop CT etc.
shall be screened sheathed type. Maximum length of such wiring shall not exceed 5 meters.
2.4.4.12 Alternator Termination Links
2.4.4.12.1 For proper terminations between links and switchgear terminals, the contact area must be
adequate. The following situations should also be avoided as they lead to creation of heat sources at the
point of termination:
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

168
(i) Point contact arising out of improper position of links with switchgear terminals (Ref Figure 2(i) of
CPWD General Specification : DG Set : 2013 ).
(ii) Gaps between busbars / links and terminals being remedied by connecting bolt / stud ( Ref
Figure2(ii) of CPWD General Specification : DG Set : 2013 ). In such cases the bolt will carry the load
current. Normally these bolts / studs are made of MS and hence are not designed to carry currents.
2.4.4.12.2 Adequate clearance between busbars / links at terminals should be maintained (IS:4232 may
be referred to for guidelines). Refer Figure 2(iii) of CPWD General Specification : DG Set : 2013
which indicates the quality of different configurations.
2.4.4.12.3 Improper termination will lead to local heat generation which may lead to failure.
2.5 Foundation
Scope: This section covers details of foundations for DG set with or without acoustic enclosures.
2.5.1 Genset with acoustic enclosure:
(a) For DG Sets installed inside the DG Set Room - A PCC foundation (1:2:4,M- 20 grade) of
approximate depth 150mm above the finished Genset Room Floor level is required so as to provide
leveled surface for placement of the acoustics enclosure. The length and breadth of foundation should
be at least 250 mm more on all sides than the size of the enclosure. Genset should be mounted on
AVMs inside the enclosure.
(b) For DG Sets installed outside in open area - A PCC (1:2:4, M-20 grade) foundation of weight 2.5
times the operating weight of the Genset with enclosure or as recommended by the Genset manufacturer
OEM/OEA, whichever is higher, is required to provided and is included in scope of work for SITC of
Genset. 300 mm of this foundation height should be
above the ground level. The length and breadth of foundation should be at least 250 mm more on all
sides than the size of enclosure. Genset should be mounted on AVMs inside the enclosure. Design of
the foundation as recommended by the OEM shall be submitted by the contractor before execution of
work along with the drawings.
2.6 Acoustic Enclosure
Scope : This section covers technical requirements of the acoustic enclosures. The construction shall
conforms to prevailing CPCB norms at the time of execution. In case, prevailing CPCB norms at the
time of execution demands suitable modifications over the specifications stipulated below, the
contractor has to brought the materials/ item as per modified CPCB norms & no extra payment shall be
made on account of it.
2.6.1 Acoustic enclosure should be type tested at the specified climatic conditions through one of the
authorized laboratory.
2.6.2 Installation
2.6.2.1 Acoustic enclosures are supplied with built in Anti Vibration Mountings (AVMs). As such
Genset can be installed directly on the leveled surface.
2.6.2.2 Exhaust piping outlet should not be turned towards window / ventilator of home or occupied
building. Provision of rain cap should be ensured.
2.6.2.3 The acoustic enclosure placement should be such that there is no restriction in front of air inlet
and outlet from canopy.
2.6.3 Service Accessibility
2.6.3.1 Genset / Engine control panel should be visible from outside the enclosure.
2.6.3.2 Routine/periodical check on engine / alternator (filter replacement and tappet setting etc.) should
be possible without dismantling acoustic enclosure.
2.6.3.3 For major repairs / overhaul, it may be required to dismantle the acoustic enclosure.
2.6.3.4 Sufficient space should be available around the Genset for inspection and service.
2.6.4 General Design Guidelines
2.6.4.1 To avoid re-circulation of hot air, durable sealing between radiator and canopy is must.
2.6.4.2 Ventilation fans are must for the Gensets cooled by heat-exchanger/cooling tower system.
2.6.4.3 Exhaust piping inside the enclosure must be lagged (except bellow).
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

169
2.6.4.4 Temperature rise inside the enclosure should not be more than 5C for maximum ambient above
40C and it should be below 10C for ambient below 40C.
2.6.4.5 There should be provision for oil, coolant drain and fill. Fuel tank should have provision for
cleaning.
2.6.4.6 The enclosure should be designed to meet the total air requirement for the D.G. Set at full load at
site conditions as recommended by the engine manufacturer.
2.6.5 Specifications for Acoustic Enclosure:
2.6.5.1 The acoustic enclosure shall be designed and manufactured confirming to relevant standards
suitable for out door installation exposed to weather conditions, and to limit overall noise level to 75 dB
(A) at a distance of 1 mtr. from the enclosure as per CPCB norms under free field conditions.
2.6.5.2 The construction should be such that it prevents entry of rain water splashing into the enclosure
and allows free & quick flow of rain water to the ground in the event of heavy rain. The detailed
construction shall confirm to the details as under:
2.6.5.3 The enclosure shall be fabricated out the CRCA sheet of thickness not less than 1.6mm on the
outside cover with inside cover having not less than 0.6mm thick perforated powder coated CRCA
sheet.
2.6.5.4 The hinged doors shall be made from not less than 16 SWG (1.6mm) thick CRCA sheet and will
be made air tight with neoprene rubber gasket and heavy duty locks.
2.6.5.5 All sheet metal parts should be processed through 7-tank process.
2.6.5.6 The enclosure should be powder coated.
2.6.5.7 The enclosure should accommodate the daily service fuel tank of the D.G.Set to make the
system compact. There should be provision of fuel gauge, which should show the level of the fuel even
when the DG Set is not running. The gauge should be calibrated. The fuel tank should be filled from the
out side as in automobiles and should be with a lockable cap.
2.6.5.8 The batteries should be accommodated in the enclosure in battery rack.
2.6.5.9 The canopy should be provided with high enclosure temperature safety device.
2.6.5.10 The acoustic lining should be made up of high quality insulation material i.e. rockwool/ glass/
mineral wool/ PU foam of appropriate thickness & density for sound absorption as per standard design
of manufacturers to reduce the sound level as per CPCB norms. The insulation material shall be
covered with fine glass fiber cloth and would be supported by perforated M. S. Sheet duly powder
coated / GI sheet/ aluminium sheet.
2.6.5.11 The enclosure shall be provided with suitable size & No. of hinged type doors along the length
of the enclosure on each side for easy access inside the acoustic enclosure for inspection, operation and
maintenance purpose. Sufficient space will be provided inside the enclosure on all sides of the D.G. set
for inspection, easy maintenance & repairs.
2.6.5.12 The canopy should be as compact as possible with good aesthetic look.
2.6.5.13 The complete enclosure shall be of modular construction.
2.6.5.14 The forced ventilation shall be as per manufacturer design using either engine radiator fan or
additional blower fan(s).If the acoustic enclosure is to be provided with forced ventilation then suitable
size of axial flow fan (with motor and auto-start arrangement) and suitable size axial flow exhaust fan to
take the hot air from the enclosure complete with necessary motors and auto start arrangement should be
provided. The forced ventilation arrangement should be provided with auto stop arrangement to stop
after 5 minutes of the stopping of D.G sets.
2.6.5.15 The acoustic enclosure should be suitable for cable connection/connection through bustrunking. Such arrangements on acoustic enclosure should be water proof &dust-proof conforming to
IP-65 protection.
2.6.5.16 The inside of enclosure should be provided with at least two nos. 28W- T5 fluorescent tube
light luminaire controlled by a 5A switch for adequate lighting during servicing etc. of the DG Set. The
power supply to this luminaire should be from the load side of the AMF Panel so that it can remain
energized under all conditions.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

170
EARTHING
3.1 Earthing
Scope: This section covers the earthing requirement of DG Set installations. Copper plate earthing
(Neutral Grounding) shall be provided for DG Sets of capacity 500KVA or above, whereas G.I. plate
earthing (Neutral Grounding) shall be provided for DG Sets below 500KVA capacity. The body
earthing shall generally be of G.I.
3.1.1 The generating set and all associated equipments control and switch gear and switch gear panels
must be earthed before the set is put into operation.
3.1.2 Four numbers earth sets for each DG Sets are required as under:
- 2 earthing sets for Genset/ control panel body.
- 2 earthing sets for neutral.
In case there are more than one DG Set in one location, independent two nos. neutral earthing shall be
provided for each DG set. However, two nos. earthing sets shall be common for the body earthing of
DG Sets, Control Panel, AMF Panel and Essential LT Panel.
3.1.3 Earthing job should be carried out per General Specifications for Electrical Works(Part-1Internal)-2013 .
4.1.4 Copper or GI strips of suitable size shall be used for earthing as detailed hereunder for
interconnection:
3.1.4.1 DG Set of 500KVA capacity or above:- Copper strip
3.1.4.2 DG Set below 500 KVA capacity:- GI strip
3.1.5 For Gensets with AVMs between engine/ alternator and base rail, the body earthing must be done
at the engine/ alternator and not at base-rail.
3.1.6 Genset should be earthed at two distinct points through a conductor strip having cross-section
suitable to carry the short circuit (three phase dead short circuit with ground) current without burning
out in conformity to General Specifications for Electrical Works (Part-1-Internal)-2013 in vogue.
3.1.7 Earth Bus: For body earthing, an earth-bus shall be provided.
3.1.8 In case, DG Set is being installed inside the substation building or near to the sub-station, for
body-earthing of DG set, AMF Panel and Essential Panel,earth bus provided for sub-station shall be
used.
3.1.9 Test joints should be provided for testing the earthing as and when required.
3.1.10 For further details of Earthing work, like size of plate/ earth strip, depth of earthing, method etc.,
please refer CPWD General Specifications For Electrical Works(Part-1-Internal), 2013 in vogue.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

171
PROTECTION OF BUILDING AGAINST LIGHTNING
9.1 SCOPE
This chapter covers the detailed requirements of installation of lightning conductor system for
protection of buildings against lightning. For details not covered in these specifications, reference may
be made to IS: 2309-1989. The work shall be carried out as per provisions made in CPWD General
Specifications for Electrical Works Part I : Internal 2013.
9.2 PRINCIPAL COMPONENTS
The principal components of a lightning protective system are :a) Air terminations,
b) Down conductors,
c) Joint and bonds,
d) Testing joints,
e) Earth terminations, and
f) Earth electrodes.
9.3 MATERIALS
9.3.1 The materials of air terminations, down conductors, earth termination etc. of the protective system
shall be reliably resistant to corrosion, or be adequately protected against corrosion. The material shall
be one of the following, as specified.
(c) Galvanized Steel: Steel thoroughly protected against corrosion by a zinc coating shall be used.
9.3.3 All air terminations shall be of GI and all down conductors shall be of GI.
9.3.4 The recommended shape and minimum sizes of GI Strip conductors for use above and below
ground are 20 mm x 3 mm , 32 mm x 6 mm respectively.
9.4 LAYOUT
9.4.1. The system design and layout shall be done in accordance with IS: 2309-1989 and as per direction
of Engineer-In-Charge
9.4.2. Air terminations:
(i) Air termination networks may consist of vertical or horizontal conductors, or combinations of both.
For the purpose of lightning protection, the vertical and horizontal conductors are considered equivalent
and the use of pointed air terminations, or vertical finial is, therefore, not regarded as essential.
(ii) A vertical air termination, where provided, need not have more than one point, and shall project at
least 30 cm, above the object, salient point or network on which it is fixed.
(iii) For a flat roof, horizontal air termination along the outer perimeter of the roof shall be used. For a
roof of larger area a network of parallel horizontal conductors shall be installed. No part of the roof
should be more than 9 m from the nearest horizontal protective conductor.
(iv) Horizontal air terminations should be carried along the contours such as ridges, parapets and edges
of flat roofs, and, where necessary, over flat surfaces, in such a way as to join each air termination to the
rest, and should themselves form a closed network.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

172
(v) All metallic projections including reinforcement, on or above the main surface of the roof which are
connected to the general mass of the earth, should be bonded and form a part of the air termination
network.
(vi) If portions of a structure vary considerably in height, any necessary air terminations or air
termination network for the lower portions should be bonded to the down conductors of the taller
portions, in addition to their own down conductors.
9.4.3 Down Conductors
(i) The number and spacing of down conductors shall be as specified, or as directed by the Engineer-incharge.
(ii) Routing
(a) A down conductor should follow the most direct path possible between the air terminal network and
the earth termination network. Where more than one down conductor is used, the conductors should be
arranged as evenly as practicable around the outside walls of the structures.
(b) The walls of light wells may be used for fixing down conductors, but lift shafts should not be used
for this purpose.
(c) Metal pipes leading rainwater from the roof to the ground may be connected to the down conductors,
but cannot replace them, such connections should have disconnecting joints.
(d) In deciding on the routing of the down conductor, its accessibility for inspection, testing and
maintenance should be taken into consideration.
(iii) Provision when external route is not available.
(a) Where the provision of external routes for down conductors is impracticable, for example, in
buildings of cantilever construction from the first floor upwards, down conductors should not follow the
out-side contours of the building. To do so would create a hazard to persons standing under the
overhang. In such cases, the down conductors may be housed in an air space provided by a nonmetallic
and non-combustible internal duct and taken straight down to the ground.
(b) Any suitable covered recess, not smaller than 76 mm x 13 mm, or any suitable vertical service duct
running the full height of the building may be used for this purpose, provided it does not contain an
unarmoured or a non-metal sheathed cable.
(c) In cases where an unrestricted duct is used, seals at each floor level may be required for fire
protection. As far as possible, access to the interior of the duct should be available.
9.4.4. The lightning protective system should be so installed that it does not spoil the architectural or
aesthetic beauty of the buildings.

9.4.5 Recommended number of down conductors :


The position and spacing of down conductors on large structures are often governed by architectural
convenience. However, recommendations for their number are given below:
For a structure having a base area exceeding 100 sq.m. the number of down conductors shall be at least
the smaller of the following:
(a) One plus an additional one for each 300 sq.m., or a part thereof, in excess of the first 100 sq.m.
(b) One for each 30 m of the perimeter of the structure protected.
(iii)For tall structures, where testing and inspection could be difficult, at least two down conductors will
be required for such tests.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

173
9.5 INSTALLATION
9.5.1 General
(i) The entire lightning protective system should be mechanically strong to withstand the mechanical
forces produced in the event of a lightning strike.
(ii) Conductors shall be securely attached to the building, or other object to be protected by fasteners,
which shall be substantial in construction, not subject to breakage, and shall be of galvanized steel or
other suitable materials, with suitable precautions to avoid corrosion.
(iii) The lightning conductors shall be secured not more than 1.2 m apart for horizontal run, and 1 m for
vertical run.
9.5.2 Air Terminations
All air terminals shall be effectively secured against overturning either by attachment to the object to be
protected, or by means of substantial bracings and fixings which shall be permanently and rigidly
attached to the building. The method and nature of the fixings should be simple, solid and permanent,
due attention being given to the climatic conditions and possible corrosion.
9.5.3 Down Conductors
(i) The down conductor system must, where practicable, be directly routed from the air termination to
the earth termination network, and as far as possible, be symmetrically placed around the outside walls
of the structure starting from the corners. In all cases consideration to side flashing must always be
given.
(ii) (a) Practical reasons may not sometimes allow the most direct route to be followed. While sharp
bends, such as arise at the end of roof are in-escapable (and hence permissible), re-entrant loops in a
conductor can produce high inductive voltage drops so that the lightning dis-charge may jump across
the open side of a loop. As a rough guide, this risk may arise when the length of the conductor forming
the loop exceeds 8 times the width of the open side of the loop.
(b) When large re-entrant loops as defined above cannot be avoided, such as in the case of some
cornices or parapets, the conductors should be arranged in such a way that the distance across the open
side of a loop complies with the requirement indicated above. Alternatively, such cornices or parapets
should be provided with holes through which the conductor can pass freely.
(iii) Bonding to prevent side flashing Any metal in, or forming a part of the structure, or any building
services having metallic parts which are in contact with the general mass of
the earth, should be either isolated from, or bonded to the down conductor. This also applies to all
exposed large metal items having any dimension greater than 2 m whether connected to the earth or not.
9.5.4. Joints and bonds
9.5.4.1 Joints
(i) A lightning protective system should have as few joints as possible.
(ii) Joints should be mechanically and electrically effective, for example, clamped, screwed, and bolted,
crimped, riveted or welded.
(iii) With overlapping joints, the length of the overlap should not be less than 20 mm for all types of
conductors.
(iv) Contact surfaces should first be cleaned, and then inhibited from oxidation with a suitable noncorrosive compound.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

174
Additional Specification for fire fighting installations.
1.1

INSPECTION AND TESTING

1.1.1 Initial Inspection and testing


i)
Initial inspection of materials and equipments at manufacturers works may be done by the
Engineer-in-Charge or his representative. For item/ equipment requiring initial inspection at
manufacturers works, the contractor will intimate the date of testing of equipments at the
manufacturers works before dispatch. The contractor shall give sufficient advance notice regarding
the dates proposed for such tests to the departments representative(s) to facilitate his presence during
testing. The Engineer-in-charge at his discretion may witness such testing. Equipments will be
inspected at the manufacturer/ authorised dealers premises, before dispatch to the site by the
contractor.
ii)
The department also reserves the right to inspect the fabrication job at factory and the
successful tenderer has to make arrangements for the same.
The materials duly inspected by Engineer-in-Charge or his authorised representative shall
dispatched to site by the contractor.

be

No additional payment shall be made to the contractor for initial inspection/testing at the
manufacturers works by the representative of the Engineer-in-Charge. However, the department will
bear the expenses of its representative deputed for carrying out initial inspection/testing.
1.1.2 Final Inspection and Testing
Final Inspection and testing will be done by the Engineer-in-Charge or his representative as per details
indicated in Chapter-11.
The installation will be offered for inspection by local bodies (Chief Fire Officer). The contractor or
his representative shall attend such inspection of the Chief Fire Officer, extend all test facilities as is
considered necessary, rectify and comply with all observations of the Chief Fire Officer which are a
part of the Agreement work and arrange for obtaining necessary clearance certificate in favour of the
department. In case the contractor fails to attend the inspection and make desired facilities available
during inspection, the department reserves the right to provide the same at the risk and cost of the
contractor and impose penalty for the same. The installation will be accepted by the department only
after receiving clearance from Chief Fire Officer for the work executed by the contractor under the
agreement.
1.1.3 Safety Measures:All equipments shall incorporate suitable safety provisions to ensure safety of the operating personnel
at all times. The initial and final inspection reports shall bring out explicitly the safety provisions
incorporated in each equipment.
1.2

GUARANTEE

i)
The contractor shall guarantee the complete system to provide the specified flow and pressure
under all conditions and outlets.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

175
ii)
All equipments shall be guaranteed for a period of 12 months from the date of acceptance and
taking over of the installation by the Department against unsatisfactory performance and/or breakdown
due to defective design, material, manufacture, workmanship or installation. The equipment or
component or any part thereof so found defective during the guarantee period shall be repaired or
replaced free of cost to the satisfaction of the Engineer-in-charge. In case it is felt by the department
that undue delay is being caused by the contractor in doing this, the same will be got done by the
department at the risk and cost of the contractor. The decision of Engineer-in-charge in this regard
shall be final
1.3

PAYMENT TERMS

1.3.1 The following percentage of contract rates shall be payable against the stages of work shown
herein:
Machinery
and
Equipment
(Pumps and Electrical
Panel)

Stage of work
I

II
III

After initial inspection (wherever


specified) and delivery at site in
good condition on pro-rata basis
On
completion
of
pro-rata
installation
On testing, commissioning and
handing over.

All
other
items

80%

70%

10 %

20 %

10 %

10 %

1.4
TENDER DRAWINGS, DRAWINGS FOR APPROVAL and COMPLETION
DRAWINGS
1.4.1 Tender Drawings
The drawings appended with the tender documents are intended to show the areas allotted for various
equipments, tentative pipe routes. The equipments offered shall be suitable for installation in the
spaces shown in these drawings.
1.4.2 Drawings for approval on award of the work
The contractor shall prepare and submit following drawings and get them approved from the Engineerin-charge before the start of the work. The approval of drawings however does not absolve the
contractor of his responsibility to supply the equipments/ materials as per agreement. In case of any
contradiction between the approved drawings and agreement the decision of the Engineer-in-Charge
shall be final and binding on the contractor.
a)

Lay out drawings of the equipments to be installed in pump room and terrace.

b)

Drawings showing the details of erection of entire equipments including their foundations.

c)
Plumbing drawings showing the layout of entire piping, dia and length of pipes, hydrant, air
vessel, valves and isometric drawings showing connections to various equipment.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

d)

176
Sprinkler drawing indicating layout and sizes of pipe, location of valves, sprinklers etc.

e)
Electrical wiring diagrams for all electrical equipments and controls including the sizes and
capacities of the various cables and equipments,
f)

Dimensioned drawings of all electrical and control panels,

g)

Drawings showing details of supports for pipes, cable trays etc.

h)

Any other drawings relevant to the work.

1.4.3 Completion Drawings


Three sets of the following laminated drawings shall be submitted by the contractor while handing
over the installation to the Department. Out of this one of the sets shall be laminated on a hard base for
display in the fire control room. In addition one set will be given on compact disc.
a)
Installation drawings giving complete details of all the equipments, including their
foundations,
b)
Plumbing layout drawings giving sizes and lengths of all the pipes and the sizes and locations
of all types of valves, and including isometric drawings for the entire piping including the pipe
connections to the various equipments.
c)
Line diagram and layout of all electrical control panels giving switchgear ratings and their
disposition, cable feeder sizes and their layout,
d)
Control wiring drawings with all control components and sequence of operations to explain the
operation of control circuits,
1.5

DocumentS to be furnished on completion of installation

Three sets of the following documents shall be furnished to the department by the contractor on
completion of work:a)
b)

Completion drawings as per 1.18.3


3 sets of manufacturers technical catalogues of all equipments and accessories.

c)
Operation and maintenance manual of all major equipments, detailing all adjustments,
operation and maintenance procedure.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

177
ADDITIONAL SPECIFICATIONS FOR FIRE PUMPS
1
SCOPE
This chapter covers the general requirements of water pumps for main fire pump, jockey pump and
terrace pump.

2
TYPE
The pumps shall be centrifugal type direct driven with a 3 phase, 415 V + 10%, 50 Hz., A.C. motor.
The standby fire pump shall be driven by diesel engine. The pumps may be either of horizontal split
casing (HSC) type with operating speed not exceeding 1500 rpm., or solid casing with operating speed
not exceeding 3000 rpm. as specified in the tender documents.
3
RATING
The main fire pump and terrace pump shall be suitable for continuous operation in the system. The
jockey pump shall be suitable for intermittent operation to built up pressure in the system on account
of leakage. The head and discharge requirements shall be as specified in the tender documents. The
head shall be suitable for the system and shall take into consideration the pressure drops across the
various components in the water circuit as well as the frictional losses.
Pump shall be capable of discharging not less than 150 percent of the rated discharge at a head
of not less than 65 percent with the rated head. The shut off head shall not exceed 120 percent of the
rated head.
4

MATERIAL AND CONSTRUCTION

i)
The centrifugal pumps shall conform to IS 1520.
ii)
The pump casing shall be of heavy section close grained cast iron and designed to withstand
1.5 times the working pressure. The casing shall be provided with shaft seal arrangement as well as
flanges for suction and delivery pipe connections as required.
iii)
The impeller shall be of bronze or gunmetal. This shall be shrouded type with machined
collars. Wear rings, where fitted to the impeller, shall be of the same material as the impeller. The
impeller surface shall be smooth finished for minimum frictional loss. The impeller shall be secured
to the shaft by a key.
iv)
The shaft shall be of stainless steel and shall be accurately machined. The shaft shall be
balanced to avoid vibrations at any speed within the operating range of the pump.
v)

The shaft sleeve shall be of bronze or gunmetal.

vi)
The bearings shall be ball or roller type suitable for the duty involved. These shall be grease
lubricated and shall be provided with grease nipples/cups. The bearings shall be effectively sealed
against leakage of lubricant or entry of dust or water.
vii)
The shaft seal shall be mechanical type, so as to allow minimum leakage. A drip well shall be
provided beneath the seal.

viii) The pumps shall be directly coupled to the motor/diesel engine shaft through a flexible
coupling protected by a coupling guard.
ix)
The pump and motor/diesel engine shall be mounted on a common base plate fabricated from
mild steel section. The base plate shall have rigid, flat and true surfaces to receive the pump and
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

178
motor/diesel engine mounting feet. The pump will be perfectly aligned with the motor/engine so as to
avoid any vibration during operation.
5

ACCESSORIES
Each pump shall be provided with the following accessories: -

a)
Butterfly/sluice valves on suction and discharge (If positive suction is not provided
butter fly valve at suction is not to be provided).
b)

Reducers, as may be required to match the sizes of the connected pipe work.

c)

Nonreturn valve at the discharge.

d)

Pressure gauge at discharge side between pump and the non-return valve.

INSTALLATION

i)
The pump and motor/engine assembly shall be mounted and arranged for ease of maintenance
and to prevent transmission of vibration and noise to the building structure or to the pipe work.
ii)
The pump and motor/engine assembly shall be installed on suitable RCC foundation. The
length and width of the foundation shall be such that 100 mm. space is left all around the base frame.
The height of foundation shall be so decided that the total weight of foundation block is 1.5 times the
operating weight of the pump assembly. The foundation shall be isolated from the floor by vibration
isolating pads. Angle iron frame of size 35 mm x 35 mm x 3 mm shall be provided on the top edges of
the foundation.
iii)
More than one pump and motor assembly shall not be installed on a single base or cement
concrete block.
iv)
The suction/discharge pipe shall be independently supported and their weight shall not be
transferred to the pump. It should be possible to disconnect any pump for repairs without disturbing
the connecting pipe line.
v)
A minimum clearance of 1 m. around the main pumps shall be provided. For jockey pumpclearance of 75 cm. shall be adequate.
vi)
Sufficient space is to be left in front of the radiator of diesel engine for free discharge of hot
air. Arrangement of discharging hot air to out side the pump house shall be provided so that hot air
does not stagnate in the pump house.

ADDITIONAL SPECIFICATIONS FOR DIESEL ENGINE FOR FIRE PUMP


7
SCOPE
This chapter covers the details of requirements of a diesel engine for main fire pump to act as standby.
8
GENERAL
The diesel engine shall be suitable for automatic operation complete with necessary automatic starting
gear, battery system and shall be complete with all accessories. Both engine and pump shall be
assembled on a common bed place, fabricated from mild steel channel.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

179
9
DRIVE
The pump shall be only direct driven by means of a flexible coupling. Coupling guard shall be
provided. The speed shall be 1500 RPM.

10

DIESEL ENGINE.

10.1 Environment conditions- The engine shall be suitable to operate under the conditions of
environment at site.
10.2 Engine Rating- The engine shall be multi cylinder/vertical 4 stroke cycle, water cooled,
developing suitable HP at the operating speed specified to drive the fire pump. Continuous capacity
available for the load shall be exclusive of the power requirement of auxiliaries of the diesel engine,
and after correction for altitude, ambient temperature and humidity for specified environment
conditions. The engine rating shall be suitable to drive the pump at 150 percent of its rated discharge
with atleast 65 percent of rated head. The engine shall have 10% overload capacity for one hour in
any period of 12 hours continuous run.
The engine shall be suitable for cold starting for which suitable heaters shall be provided in lubricating
oil.
The engine shall develop full load within 15 seconds from the receipt of signal to start. The diesel
engine shall conform to BS 649/IS 1601/IS 10002, amended upto date.
10.3

Engine Accessories- The engine shall be complete with following accessories.


(i)
Fly wheel dynamically balanced.
(ii)

Direct coupling for pump and coupling guard.

(iii)

Radiator with hoses, fan, water pump, drive arrangement and guard.

(iv)

Air cleaner dry type.

(v)

Fuel service tank with necessary pipe work.

(vi)

Pump for lubricating oil and Lub.oil filter.

(vii)

Elect. starting battery 12 V/24 V with 2 Nos. battery.

(viii)

Exhaust silencer with necessary pipe work.

(ix)

Governor.

(x)
Instrument panel housing all the gauges, including Tachometer, hour meter and starting
switch with key (for manual starting).
(xi)
Necessary safety controls.
(xii) Winterization arrangement.
(xiii) Hand operated semi rotary pump for filling the service tank.
10.4

Cooling System- The engine shall be radiator water cooled. The radiator assembly shall be
mounted on the engine. The radiator fan shall be driven by the engine as its auxiliary with
multiple fan belts. When half the belts are broken, the remaining belts shall be capable of
driving the fan. Cooling water shall be circulated by means of an auxiliary pump of suitable
capacity driven by the engine in a closed circuit.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

10.5

180
Fuel System- The fuel system shall be gravity fed from the fuel tank to the engine driven fuel
pump. The engine fuel tank shall be mounted either adjacent to the engine or suitably wall
mounted on brackets. The fuel filter shall be suitably located to permit easy servicing.

All fuel tubing to the engine shall be with M.S.C class pipe with flexible hose connections where
required. Plastic tubing shall not be permitted.
The fuel tank shall be of welded steel construction (3mm. thick ) and of capacity sufficient to allow
the engine to run on full load for at least 8 hours. The tank shall be complete with necessary
floor mounted supports, level indicator (protected against mechanical injury) inlet, outlet,
overflow connections and drain plug and piping to the engine fuel tank. The outlet should be
so located as to avoid entry of any sediments into the fuel line to the engine.
10.6

Lubricating Oil System- Forced feed Lub.Oil system shall be employed for positive
lubrication. Necessary Lub.oil filters shall be provided, located suitably for convenient
servicing.

10.7

Starting System- The starting system shall comprise necessary batteries 12Volts / 24 Volts,
starter motor of adequate capacity and axle type gear to match with the toothed ring on the fly
wheel. Suitable protection to protect starting motor from excessively long cranking runs shall
be suitably integrated with engine protection system.
The capacity of the battery shall be suitable for meeting the needs of the starting system.
The battery capacity shall be adequate for 10 consecutive starts without recharging with cold
engine under full compression.
Three attempt starting facility shall be provided. If the engine fails to start after third attempt,
the engine shall be locked out and suitable audio-visual alarm shall be given to indicate engine
failure.
The scope shall cover all cabling, terminals, initial charging etc.

10.8

Exhaust System- The exhaust system shall be complete with residential silencer suitable for
outdoor installation and silencer piping shall be extended upto 1 m. Outside pump house duly
insulated with 50 mm.thick glass wool and 1.0 mm.thick aluminium sheet cladding.

10.9

Engine shut down mechanism- This shall be manually operated and shall return automatically
to the starting position after use.

10.10 Governing System- The engine shall be provided with an adjustable governor to control the
engine speed within 5% of its rated speed under all conditions of load upto full load. The
governor shall be set to maintain rated pump speed at maximum pump load.
10.11 Engine instrumentation - Engine instrumentation shall include the following:(i)
Lub.oil pressure gauge.
(ii)

Lub.oil temperature gauge.

(iii)

Water temperature gauge.

(iv)

Tachometer.

(v)

Hour meter.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

181
The instrumentation panel shall be suitably mounted on the engine.
10.12 Engine protection devices - Following engine protection and automatic shut down facilities
shall be provided:(i)
Low lub. oil pressure.
(ii)

High cooling water temperature.

(iii)

High lub. oil temperature.

(iv)

Over speed shut down.

10.13 Pipe work- All pipe lines with fittings and accessories required shall be provided for fuel oil,
lub.oil and exhaust systems.
10.14 Anti vibration mounting- Suitable vibration mounting duly approved by engineer-in-charge
shall be employed for mounting the unit so as to minimize transmission of vibration to the
structure.
10.15 Battery Charger- Necessary float and boost charger shall be incorporated in the control section
of power and control panel, to keep the battery under trim condition. Voltmeter to indicate the
state of charge of the batteries shall be provided.
10.16 The engine installation shall be approved by the representative of engine manufacturer .

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

182
SPECIFICATIONS FOR WET RISER SYSTEM
1

SCOPE

This chapter covers the requirements of pipe work in fire fighting installations.
2

PLUMBING DESIGN

Pipe sizes shown in tender documents are purely for contractor's guidance. The contractor shall be
responsible for selection of sizes as per detailed engineering to be done by him. Plumbing design to be
done by the contractor shall incorporate the following: -

e)

a)
b)

c)
d)

a)
Butterfly/sluice valves shall be provided at suction and delivery sides of pumps. (If
positive suction is not provided valve at suction is not to be provided).
b)
External hydrant
c)
Fire service connection/inlet.
d)
Test valve.
Drain connections.

ii)

For testing the system healthiness and automatic operation on daily basis, one test pipe with
butterfly/sluice valve shall be provided in common discharge header. For avoiding wastage of
water, this pipe shall discharge water in the tank.

iii)

Non return valve shall be provided at the delivery of each pump and fire service inlet. This
shall be of swing type.

iv)

Air release valves with ball valve shall be provided in the piping system for venting trapped air
with a size of 25 mm for pipes upto 100 mm and 40 mm for larger pipes.

v)

Plumbing drawings showing the sizes of pipe, valves, layout and other details shall be prepared
and shall be got approved from the Engineer-in-Charge before the execution of the plumbing
work.

3.
i)

PIPE MATERIALS
Pipes shall be of the following materials.

Mild steel heavy class (C-class)conforming to IS:1239 for sizes upto 150 mm.
Welded black steel pipe, class 2, conforming to IS: 3589, for sizes greater than 150 mm. These pipes
shall be factory rolled and fabricated from minimum 6mm thick M.S. Sheet for pipes upto 350mm dia
and from minimum 7mm thick M.S. sheet for pipes of 400mm dia and above.
Cast iron double flanged class-A conforming to IS-1536 or IS-1537(To be provided only in under
ground application).
GI Pipe medium class (B-class) conforming to IS:1239 (For Drain)
ii)

Cadmium plated steel nuts/bolts/washers shall be used.

4.

PIPE JOINTS

i)

Electric welding joints shall be provided in the M.S.pipe work. Flanged joints shall be provided
for connections to valves, pumps, air vessels etc. and also on straight lengths at suitable points
to facilitate erection and subsequent maintenance.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

ii)

iii)

183
For connection of C.I.Pipe, fittings shall also be of C.I.heavy grade conforming to IS-1538.
The flanges shall be smooth faced and neoprene gasket shall be provided. Where un-avoidable
and to connect under ground pipe with risers, M.S.pipe may be used in the form of distant
pieces. The joint between C.I.and M.S.pipe shall be flanged type. M.S.pipe laid at such
locations shall be provided anti-corrosive treatment.
Mild steel flanges shall be in accordance with Table - 17 of IS 6392 i.e. Plate Flanges for
Welding (Appendix D) and flange thickness shall be as under. Gasket thickness shall not be
less than 3 mm.
Pipe dia
Flange Thickness
200 mm.

24 mm.

150 mm and 125 mm.

22 mm.

100 mm and 80 mm.

20 mm.

65 mm.

18 mm.

40 mm and below.

16 mm.

All hardware items such as Nuts, Bolts, Washers shall be of appropriate size. Washers shall be used on
both sides of the bolt.
5.
VALVES:- Sluice valve conforming to IS:14846 or butter fly valve conforming to IS:13095
shall be provided. All valves shall be suitable to with-stand the pressure in the system and rating shall
be PN. 1.6. All valves shall be right handed (i.e. handle or key shall be rotated clock wise to close the
valve), the direction of opening and closing shall be marked and an open/shunt indicator fitted.
i)

The material of valves shall be as under:


Body- Cast iron
Gasket -Neoprene gaskets or equivalent

ii)

Non return valves shall be swing check type in horizontal run and lift check type in vertical run
of pipes.

i)

Air release valves shall be of gunmetal body.

6.

STRAINERS

i)
Stainless steel strainers shall have minimum 1mm thick screen with 3 mm perforations.
Strainers shall be provided with flanges.
7.
ORIFICE PLATE
Orifice plate shall be made of 6 mm.thick stainless steel and shall have an identification tag projecting
beyond any flange between which it is clamped. The orifice shall be plain central hole without burss
and diameter not less than one-half of the internal diameter of the pipe to which it is fitted.
8.
i)

INSTRUMENTS
Pressure gauge of appropriate range and 150 mm. dial size shall be provided.

ii) The pressure gauge shall be duly calibrated before installation and shall be complete with shut off
valve.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

184
9.
AIR VESSEL.
Air vessel shall be provided on top of each riser and shall be fabricated of 8 mm. thick M.S.Sheet.
The ends shall be dished. This shall be 250 mm.dia and 1.2 m. high and installed vertically on suitable
legs. The legs shall be provided with M.S.Plate of size 75 mm x 75 mm x 5 mm at the bottom so that
the legs do not puncture the roof. The legs shall be grouted in CC foundation. Flange connection
shall be provided for connection with wet riser pipe. Air release valve and pressure gauge with shut
off valve shall be provided. The air vessel shall be tested at 25 kg/cm2 pressure before installation.
10.
i)

INSTALLATION
The installation work shall be carried out in accordance with the detailed drawings prepared by
the contractor and approved by the Engineer-in-charge.

ii)

In pipe above ground level, expansion loops or joints shall be provided to take care of expansion
or contraction of pipes due to temperature changes.

iii)

Tee-off connections shall be through equal or reducing tees, otherwise ferrules welded to the
main pipe shall be used. Drilling and tapping of the walls of the main pipe shall not be resorted
to.

iv)

Open ends of piping shall be blocked as soon as the pipe is installed to avoid entrance of foreign
matter.

v)

Piping installation shall be supported on or suspended from structure adequately. The contractor
shall provide, clamps, hangers etc.
Proper lines and levels shall be maintained while installing exposed pipes.
vi) Pipe supports in pump house shall be floor mounted and of mild steel/G.I.
Spacing of pipe supports shall not be more than that specified below: Nominal Pipe Size (mm)

Spacing (m.)

20 and 25
32 to 125
150 and above

2.00
2.50
3.00

Extra supports shall be provided at the bends and at heavy fittings like valves to avoid undue stress on
the pipes.
vii) Anti vibration pads, springs or liners of resilient and non-deteriorating, material shall be provided
at each support, so as to prevent transmission of vibration through the supports.
viii) Pipe sleeves of diameter larger than the pipe by least 50 mm shall be provided wherever pipes
pass through walls and the annular spaces shall be filled with felt and finished with retaining
rings.
ix) a) Vertical risers shall be parallel to walls and column lines and
shall be straight and in plumb. Risers passing from floor to floor shall be supported at each floor by
clamps.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

185
b) The space in the floor cut outs around the pipe work shall be closed using cement concrete (1:2:4
mix) or steel sheet, from the fire safety considerations, taking care to see that a small annular
space is left around the pipes to prevent transmission of vibration to the structure.
c) Riser shall have suitable supports at the lowest point.

x) Where mild steel pipes are to be buried under ground the same shall be treated before laying. The
top of the pipes shall be not less than 100 cms. below the ground level. Where this is not
practicable, permission of the Engineer-in-charge shall be obtained for burying the pipes at lesser
depth. Masonary or C.C.blocks shall be provided for supporting the pipes at intervals. After the
pipes have been laid, the trench shall be refilled with the excavated soil in layers of 20 cm. and
rammed and any extra soil shall be removed from the site of work by the contractor.

xi) Underground pipe shall be laid at least 2 m. away from the face of the building preferably along
the roads, foot paths. As far as possible laying of pipes under road, pavement, large open spaces
shall be avoided. Pipes shall not to laid under building and where unavoidable these shall be laid
in masonary trenches with removable covers.
xii) To facilitate detection of leak and isolation of defective portion of pipe, valves shall be provided
in under ground pipe at suitable locations. As far as possible such valves shall be provided over
ground. If the valves are to be provided below ground, suitable masonary chamber with cover
plate shall be provided. Locations where vehicles can pass shall be avoided for provision of valve
below ground.
xiii) Pipe over ground shall be painted in red colour. Suitable identification shall be provided to
indicate the run of under ground pipe wherever the route of underground pipe cannot be
ascertained from the location of yard hydrant/isolating valves.

xiv) It shall be made sure that proper noiseless circulation is achieved in the system. If proper
circulation is not achieved due to air-bound connections, the contractor shall rectify the defective
connections. He shall bear all the expenses for carrying out the above rectification, including the
tearing up and refinishing of floors, walls, etc. as required.
11. PRESSURE TESTING
a) All piping shall be tested to hydrostatic test pressure of at least one and a half times the maximum
operating pressure, but not less than 10 kg./sq.cm. for a period not less than 24 hours. All leaks
and defects in joints revealed during the testing shall be rectified to the satisfaction of the
Engineer-in-Charge.
b) Piping repaired subsequent to the above pressure test shall be re-tested in the same manner.
c) System may be tested in sections and such sections shall be securely capped.
d) Pressure gauges may be capped off during pressure testing of the installation.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

186
12. ANTI-CORROSIVE PROTECTION ON UNDER GROUND PIPE
Corrosion protection tape shall be wrapped on M.S.Pipes to be buried in ground. This corrosion
protection tape shall comprise of coal tar/asphalt component supported on fabric of organic or
inorganic fibre and minimum 4mm. thick and conform to requirement of IS 10221-Code of
practice for coating and wrapping of under ground mild steel pipe line. Before application of
corrosion protection tape all foreign matter on pipe shall be removed with the help of wire brush
and suitable primer shall be applied over the pipe thereafter. The primer shall be allowed to dry
until the solvent evaporates and the surface becomes tacky. Both primer and tape shall be
furnished by the same manufacturer. Corrosion protection tape shall than be wound around the
pipe in spiral fashion and bounded completely to the pipe. There shall be no air pocket or bubble
beneath the tape. The overlaps shall be 15 mm. and 250 mm. shall be left uncoated on either end
of pipe to permit installation and welding. This area shall be coated insitu after the pipe line is
installed. The tapes shall be wrapped in accordance with the manufacturers recommendations. If
application is done in cold weather, the surface of the pipe shall be pre- heated until it is warm to
touch and traces of moisture are removed and then primer shall be applied and allowed to dry.
13. PIPE SUPPORTS.
For installing pipes vertically or horizontally inside the building standard pipe supports of reputed
make shall be used. Following supports shall be used.
i) Split pipe support clamps with rubber lining for vertical, horizontal and roof hanging.
ii) Clevis Hangers for horizontal supports to adjust varying heights.
iii) Sprinkler Hangers for horizontal supports for pipes from 15 mm.dia to 150 mm dia.
Fastners and fully threaded rods shall be used for installing the pipe supports. The sizes of pipe
supports and installation shall be in accordance with manufacturers recommendations. Some of
the typical supports are shown in the Figure 9.
For pipes of size 100mm.and above, with the prior approval of Engineer-in-Charge U clamp
with dash fastner may be used for supporting horizontal pipe from ceiling.
14. MEASUREMENT
Measurements of plumbing work shall be on following basis: a) Piping shall be measured along the centre line of installed pipes including all pipe fittings and
accessories but excluding valves and other items for which quantities are specifically indicated in
the schedule of work. No separate payment shall be made for fittings and accessories.
b) The rates for piping work shall include all wastage allowances, flanges pipe supports, hangers,
excavation, refilling, testing, nuts and check nuts, vibration isolators, suspension where specified
or required, and any other item required to complete the piping installation. None of these items
will be separately measured and paid .
15. LANDING VALVE :Landing valves are provided in the system for connection of hose pipes for discharging water for
fighting fire by fire brigade or trained personal .
The landing Valves shall be as per I.S.: 5290
The landing valves are of single out let type and double head out let type.
Material of construction .
(i)
Body, out let and cap etc:-Bronze or Aluminum alloy or stainless steel .
(ii) Spindle :-Brass for Bronze body, stainless steel for Aluminum alloy and stain less steel
body.
(iii)
Hand wheel :Mild steel or cast iron.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

187

The water discharge shall be not less than 900 lpm for single head and 1800 lpm for double
head valves at 7 kg/cm 2 pressure.
Installation The landing valve shall be fitted to a T connection of the riser at the landing in such a way that
the valve is in the centre of the internal hydrant opening and at a height of 1 m. from floor level.
The valve base shall be vertical and the valve facing out side. There should be no hindrance in
operation of the handle.
16. FIRST AID HOSE REEL :First Aid Hose Reel is meant for delivering small quantity of water in early stage of fire and can
be operated even by untrained personnel, and thus provide a most effective fire fighting facility.
It consists of a length of 20 mm (nominal internal) diameter hose tubing warped around a reel
with water inlet pipe, stop valve, shut off nozzle. The entire assembly is mounted on a wall
bracket and can swing 180 degree. The water inlet is connected to the riser pipe by mean of 37
mm socket and valve. The hose tube can be pulled out easily for the purpose of discharge of
water on fire.
First aid hose reel shall be as per IS- 884. The coupling, branch pipe and
nozzle shall be as per IS:8090
Material of Construction :(i)
Hub and sides :-Aluminum Alloy / Mild steel / Aluminum sheets.
(ii)
Wall Bracket
:-Cast iron / Mild steel.
(iii)
Hose tube ( 20 mm ) :-Thermoplastic (Textile Reinforced )Type-2.
(nominal internal dia)
as per IS-12585
(iv)
Nozzle with branch Pipe :- Brass.
(v)
Stop Valve(Ball Valve)
:- Gun metal.
Normally M S construction is used.Other material may be used in areas having corrosive
atmosphere.
The water flow rate shall be not less than 24 lpm and the range of jet shall be not less than 6 m .
Installation
First aid hose reel are installed with internal hydrant space for which is provided. Where space is
not provided, first aid hose reel shall be installed in suitable size MS cabinet made from 2 mm
thick sheet with glass door. The cabinet shall be painted red. The size of the cabinet shall be
such that there is no obstruction in swinging the hose reel. The location of cabinet shall be such
that it does not form an obstruction in passage/escape route.
The length of hose tube shall be such that the nozzle of the hose can be taken into every room and
within a range of 6 M from any part of the room.
There shall be no obstruction in swinging the hose reel and should be installed above
landing valve where provided.
The inlet valve shall be at 900 mm above floor level.
Hose reel bracket should be firmly grouted on the wall with the help of rawl bolts.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

188

17.
FIRE HOSE DELIVERY COUPLING, BRANCH PIPE AND NOZZLES:These are important accessories used for fire fighting operations.
Materiel of Construction
Copper Alloy.
Aluminum alloy.
Stain less Steel .
Delivery Hose Couplings :The delivery hose coupling consist of male half coupling and female half coupling. Groves are
provided on outer side on both coupling for binding hose pipes with wires. In female coupling
spring, loaded cam tooth is provided for holding male half coupling in position. Male half
coupling and female half coupling are provided on both sides ( i.e. on one side male and on other
side female ) of hose pipes. Two or more pipes can be joined together with the help of these
couplings instantaneously .
Sizes:- These are available in two size i.e. 63 mm and 70 mm. Normally size 63 mm is used.
Branch Pipe and Nozzle :- Branch Pipe with nozzle are mounted at the end of hose pipe . Branch
pipe is properly finished and free from sharp edges. During operation, a fireman has to hold the
branch pipe. One end of branch pipe is fixed with hose coupling and the other end is threaded to
fit the nozzle.
Nozzle is tapered pipe with one end threaded internally which is fixed on branch pipe. The size of
other end i.e. nozzle shall be 20 mm. (nominal internal diameter)
18.
FIRE SERVICE INLET AND FIRE SERVICE CONNECTION :These are provided for connection of fire service hose pipes for either directly pressurising the
system with their pumps or filling water in the tank from a distance. In the first case non return
valve with butter fly valve shall be provided for holding water pressure. Fire service inlet shall be
provided with each wet riser/down comer and the ring main. These are fixed to 150 mm dia pipe
and located in MS Box made of 2 mm thick mild steel sheet with openable glass cover.
These shall be as per IS : 904.
Material of Construction .
Copper Alloy.
Aluminum Alloy.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

189
19.

HOSE PIPES :-

Hose pipes shall be rubber lined woven jacketed and 63 mm in dia meter. They shall conform to
Type A ( Re-inforced rubber lined ) of IS: 636. They shall be flexible and capable of being rolled.
Length of hose pipe will be 15 m.
The hose pipe shall be complete with male and female coupling at the ends
Besides keeping hose pipe with internal hydrant and yard hydrant, spare hose pipes alongwith
branch pipes shall be kept in fire control room/pump room.

20.
GENERAL
i)Unless otherwise specified in the tender specifications, all equipments and materials for
electrical works shall be suitable for operations on 415 V / 240 V + 10%(3 phase/single phase), 50
Hz. AC system.
ii)
All electrical works shall be carried out complying with the Indian Electricity Rules,
1956 as amended to date.
iii)
All parts of electrical works shall be carried out as per appropriate CPWD General
Specifications for Electrical works, namely, Part I (Internal) 2013, Part II (External) 1994 work,
and Part IV (Sub-station), 2013 all as amended to date.
iv)
All materials and components used shall conform to the relevant IS specifications
amended to date.
21.
POWER SUPPLY.
Following 3 phases, 415 Volts, 50 Hz., supplies shall be made available for fire fighting
installations directly from sub-station.
(i)
Normal supply for fire pumps near under ground tank.
In buildings where power failures are likely to be for long duration, in order to facilitate
operation of Jockey Pump and maintain pressure in the system, essential supply for Jockey
Pump and control for diesel engine shall be made available in the pump house.
Power cable of adequate size shall be laid from the sub-station directly to the switch board of
above pumps. Independent supply shall be provided for water supply pumps if installed in the
same pump house. The power supply for fire fighting is not to be used for any other purpose.
If the fire pump house, is away from the sub-station building, the route of the cable shall not
pass under the building or permanent structure. Cable shall be laid along the route which is safe
from fire.
22.
MOTORS
The motors shall be squirrel cage AC induction type. The motors shall be suitable for
continuous duty and rating necessary to drive the pump at 150 percent of its rated discharge with
at least 65 percent rated head. The motor shall be totally enclosed fan cooled type confirming to
protection clause IP 21 of IS 4691. The class of insulation shall be F. The synchronous speed
shall be 1500/3000 rpm as per requirement of the pump. The motor shall conform to IS:325.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

190
23.
MOTOR STARTER
i)The motor starter shall conform to IS: 1822 Motor starters of voltage not exceeding 1000
volts and shall be air insulated and suitable for 415 V, + 10%, 50 Hz., 3 phase AC supply and
shall be integrated in the panel.
ii)
Starter for the motor shall be direct on line (D.O.L) for motors up to and including 7.5
H.P. rating and automatic star-delta type for motors of higher ratings unless otherwise specified
in the tender specifications.
iii)
a)
b)

Each starter shall be provided with the following protections: Thermal overload on all the three phases with adjustable settings,
Independent single phase preventor. (current sensing type)

iv)
Adequate number of extra NO/ NC contacts for interlocks, indicating lamps, remote
operation etc. shall be provided on the starter/ contactor.
v)

Under voltage/No volt trip shall not be provided.

24.
SYSTEM CONTROLLER :For controlling operation of pumps and indicating fault, system controller shall be provided.
The system controller shall consist of relays timer, contactors etc and shall be designed to
operate the fire pumps with interlocking and fault indication. Annunciation window shall be
provided to indicate following faults.
i)Low water level in UG tank .
ii)
Low water level in terrace tank.
iii)
Main pump failed to start.
iv)
Main pump failed during operation.
v)
Diesel pump failed to start.
vi)
Diesel pump failed during operation
vii)
Supply to Main Pump failed
viii)
Supply to Pressurisation Pump failed
ix)
Supply to Terrace Pump failed.
Suitable sensors, differential pressure switches, monitors shall be provided at respective
location. The control system shall be operational on 12 Volt/24 Volt DC batteries of engine
starting. Battery chargers shall be provided to ensure that the batteries remain charged. Batteries
shall be sealed maintenance free type.
25.
REMOTE INDICATING PANEL
i)The remote indicating panel shall be provided in the fire control room. This panel shall have
necessary status indication of all electric motors.
ii)
Back indication to show the status of operation of all the motors and also pressure in
the system, water level in under ground and over head tank etc. shall be provided.
ii)

Panel shall be fabricated from not less than 1.6 mm thick CRCA sheet and powder coated
after 7 tank treatment process. The panel shall be be dust, damp and vermin proof. This
shall be of wall mounting type. This shall be complete with necessary termination
arrangements, multicore cables, tag blocks, control transformer, designation plastic labels,
double earth studs etc. as required.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

191
26.
POWER CABLING
i)Unless otherwise specified, the power cables shall be XLPE insulated, PVC outer sheathed
aluminium conductor, armoured cables 1100 V grade. The power cables shall be of 2 core for
single phase, 4 core for sizes upto and including 25 sq.mm, 3-1/2 core for sizes higher than 25
sq.mm for 3 phase.
Alternatively, XLPE/PVC insulated copper cable (single core/multi core un-armoured) of grade
1100 V shall be used.
ii)
Power cables shall be of sizes to meet the starting and running current of motors fed
and shall be as approved by the Engineer-in-Charge, after taking into consideration the load, the
length of cabling.
iii)
Cables shall be laid in suitable metallic trays suspended from ceiling, or mounted on
walls. Cable ducts shall not be provided in pump rooms. Cable trays shall be of perforated steel
sheet with adequate structural strength and rigidity. Necessary supports and suspenders for
cable trays shall be provided by the contractor as required.
27.
CONTROL WIRING
i)Control wiring shall be done using ISI marked PVC insulated and PVC sheathed, 2.5 sq.mm,
250 V grade, armoured multi-core copper conductor cable. The control cable shall also be laid in
the same manner as power cable.
ii)
The number and size of the control cables shall be such as to suit the control system
design adopted by the contractor.
iii)
Runs of control wires within the switchboard shall be neatly bunched and suitably
supported/clamped. Means shall be provided for easy identification of the control wires.
iv)
Control wiring shall correspond to the circuitry/sequence of operations and interlocks
approved by Engineer-in-Charge.
28.
EARTHING
i)Provision of earth electrodes and the type of earthing shall be as specified in the tender
specifications.
ii)
The earth work shall be carried out in conformity with CPWD Specifications for
Electrical works (Part-I), Internal 2013.
iii)
Metallic body of all motors, medium voltage equipments and switch boards shall be
connected by two separate and distinct earth conductors to the earth stations of the installations;
looping of such body earth conductors is acceptable from one equipment, or switch board to
another.
iv)
The size of earth conductors for body earthing of equipments shall be 2 Nos. 6mm dia
copper wire/2 Nos. 25 x 3 mm G.I.strip
v)
Armouring of cables shall be connected to the body of the equipments/switch board at
both the ends. Compression type glands shall be used for all such terminations in the case of PVC
cables.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

192
29.
PAINTING
All panels shall be supplied with the manufacturer's standard finish painting or as indicated in the
Schedule of Work.
30. INSTALLATION, TESTING AND COMMISSIONING
This chapter covers the requirement of Installation, testing and commissioning of fire fighting
system.
31.
PREPARATION AND APPROVAL OF DRAWING :On award of the work, the contractor has to prepare working drawings and submit to the
Engineer-in charge for approval. The work is to be executed as per approved drawings. The
stage of approval of drawings is therefore very important. All drawings should be carefully and
critically examined before approval. The requirement of various components of fire fighting
system have been described in previous chapters dealing with the components. However generally
following points are to be taken care while examining and approving the drawings.
Site survey should be carried out in detail.
In addition to building plans, layout plan along with landscape plan/horticulture plan and other
services plans should be consulted while deciding route of under ground pipes from pump house
and around the building.
As far as possible, under ground pipe are not to be laid under road, pavement, building and long
open spaces. The locations along road, foot path in earth be preferred .
The location of yard hydrants, fire service inlet and fire service connection are to be decided as
per norms. However necessary adjustments are to be made so that these components do not
become hindrance in vehicular movement and entrance to the building. Requirement of other
building services are also to be given due consideration. Symmetry should be maintained for
aesthetic considerations.
Pipe sizes are to be decided in accordance with provision mentioned in the relavant para of the
specification.
Pump House:- The layout of equipment in pump house is very important from operation and
maintenance considerations . The requirement of pumps and engine have been described in
Chapter 5 and 6. In case other equipments i.e. water supply pumps etc are to be installed in the
same pump house, sufficient space shall be left for them as well. The dimensioned foundation
drawing of pumps should be available for marking in the pump room layout. The layout is to be
prepared in such as a way that it should be possible to maintain any equipment without disturbing
the adjoining equipment. Electrical panel are to be installed at a location which is easily
accessible near the entrance to the pump house and there should be no possibility of water
dripping over or near the electrical panel.
Electrical Panel :- Complete wiring drawing, layout etc. are to be examined to ensure that
provision of agreement are incorporated in the drawing. Sizes of various panel, mounting
arrangement be decided keeping in view ease of operation and aesthetic consideration as wall.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

193
32.
INSTALLATION:The requirement of installation of various components have been described in previous chapters.
However following precautions are to be taken during execution of the work.
The pump and motor/engine are to be perfectly alligned on the base plate so that there is no
vibration during operation. All nuts, bolts, washers shall be of adequate size and galvanised .
The pipe supports should be decided in a way that the weight of pipes and valves is not transferred
to the pumps and supports do not cause hindrance in movement inside the pump house. As for as
possible floor supports be provided in pump house.

All valves shall be installed at a height and in a position that their operation by right hand is
conveniently possible.
All pressure gauges should be installed so that the dial is vertical and is visible while entering the
pump house.
Electrical panels should not be installed at floor level. The panels shall be sufficiently raised
above ground level. If panels are to be mounted on wall, an angle iron frame shall be provided so
that atleast 75 mm space is left behind the panels. The panels shall be easily approachable .
Cable trays be used for laying of power and control cable inside pump house. No cable is to be
laid at floor level/in trench. Cable tray layout should give neat appearance. All cable tray shall be
adequately supported from the ceiling /floor.
Drain pump shall be installed in the sump provided. The pump shall operate automatically for
which water level sensor shall be provided.
In no case any structural member i.e. RCC wall, column, beam, floor are to be damaged during
installation, Mechanical fasteners are to be used for grouting support. U.G. tank wall is not to be
used for any support. No pipe/cable is to cross the pump house below ground level. Opening
above ground level are only to be used for this purpose.
The engine installation work shall be carried out in accordance with the requirement of engine
manufacturer and be got approved by the manufacturer or their authorised service centre. The
exhaust pipe should be suitable extended out side the pump house so that smoke does not effect
near by structure. Fuel tank shall be properly supported and located in a way that the same does
not cause hindrance in movement in the pump house.
While excavating for laying of external pipes, suitable sign board/ barricading shall be provided to
ensure that no person falls in the trench.
The width and depth of trench shall be adequate for laying the pipe 1m below ground level.
No earth or any other matter is to be allowed to enter the pipes. The ends shall be kept closed
always.
The anticorrosive treatment is to be applied on the entire length laid under ground. The treatment
is not to be damaged.
Pressure testing is to be carried out in sections before filling the earth back in the trench.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

194
The earth filling is to be done in layers of 20 cm each and properly rammed so as to avoide
possibility of settlement. Surplus earth/ malba shall be removed from the site by the contractor.
Where Pipes are crossing road likely to have heavy traffic, additional protection over pipe shall be
provided to ensure that pipe is not damaged.
External hydrants and fire service connection/ inlet shall be located parallel to the nearby road/
foot path so as to give proper appearance. Foundation shall be raised from below ground level and
shall be properly plastered in plumb. The hydrants shall be facing the road/ approach. There shall
be no obstruction in approaching the hydrants for operation.
Risers shall be parallel to the wall and in plumb. Adequate supports shall be provided from the
wall. Opening around the pipe in slab shall be filled with CC and finished with plaster.
Internal hydrant shall be provided in the centre and facing out side for ease of operation.
Sufficient space shall be provided around the handle for operation. There shall be no hindrance in
moving the first aid hose reel.
Terrace pipes shall be supported on CC pedestals of adequate height. The pipe route shall be such
as no hindrance is created in movement at the terrace. Pipes shall be sufficiently raised above
terrace. It is to be ensured that water proofing is not damaged during laying of pipes.
33.

TESTING :-

Initial Testing :During laying of pipes, the same shall be subjected to 10 kg./cm2 hydraulic pressure for a period
of 24 hours, in sections.
After completion of the work, all valves/ fittings shall be installed in position and entire system
shall be tested for 24 hours at a pressure of 10 kg/ cm2. The drop of pressure up to 0.5 kg/cm2
shall be accepted.
Final Testing :After completion, all operation checks shall be carried out for automatic operation of the systems.
For this purpose, landing valves may be opened at different locations. The exercise shall be
repeated couple of times to ensure trouble free operation of the system.
Flow Test :The design flow of pumps shall be checked. The pump shall be operated after
opening a number of landing valves at different locations. Design pressure is to be maintained in
the pump house. Water discharge be measured by drop in level in UG tank for a certain period.
All pumps shall be tested one by one. The flow rate shall be not less than as specified while
maintaining the design pressure in pump house.

34.
INSPECTION BY LOCAL FIRE OFFICER :After completion of the work and testing to the entire satisfactory of Engineer-in Charge, the
installation shall be offered for inspection by Chief Fire Officer or his representative. Testing as
desired by the Fire Officer shall be carried out. The contractor will extend all help including man
power during testing. The observation of Chief Fire Officer which are a part of agreement shall
by attended by the contractor. Nothing extra is to be paid for testing as above.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

195
35.
COMMISSIONING :Before commissioning, the entire system shall be flushed
14.6.1. Flushing the System :to ensure that any earth/ foreign matter which might have entered during installation is taken out.
For this, pump be operated and valves opened at different locations.
36.
As soon as the work is complete, the system shall be commissioned and made available
for use. Requirement of fire fighting installations is equally important during occupation of the
building. If the building is to be occupied in part, fire fighting system of building completed be
commissioned by isolating the system of under construction portion of the building. The fire
fighting system shall be maintained from the very first day of its commissioning.
Any defects noticed during the warranty period shall be promptly attended by the contractor and
availability of the system at all time is to be ensured.
SPECIFICATIONS OF SPRINKLER SYSTEM

SCOPE OF WORK
1) Work under this section shall consist of furnishing all labour,Design, materials, equipments and
appliance necessary and required to completely install the sprinkler system as required by the drawings
and specified herein after given in the schedule of quantities.
2) Without restricting to the generality of foreging, the sprinkler system shall include the following
a)
G I. Sprinkler mains, branch and lateral piping complete with valve, alarm, hangers,
appurtenances and painting.
b)
Sprinkler heads and spare sprinklers.
c)
Connections to risers, pumps and appliances.
d)
Obtain necessary approvals and N O C from concern authorities
1.1 General Requirements
1) All materials shall be of the best quality confirming to specifications and subject to the approval of
the Department.
2) Pipes and fittings shall be fixed truly vertical, horizontal in slopes, as required, in near workman like
manner.
3) Pipes shall be fixed in a manner as to provide easy accessibility for repair and maintenance and shall
not cause obstructions in shafts, passages etc.
4) Pipes shall be securely fixed to walls and ceiling by suitable clamps at intervals specified. Only
approved type of anchor fasteners shall be used for RCC ceiling and walls
5) Valves and other appurtenance shall be located that they can easily accessible for operations, repairs
and maintenance.
1.2 Pipes & Fittings
a) Pipe for sprinkler system shall be G I C class pipes confirming to IS: 1239 (Heavy Class)
b) Fittings for black steel pipes shall be malleable iron suitable for wielding or approved type cast iron
fittings with tapered screwed threads.
1.3 Jointing

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

196
a) Joint for G I pipes and fittings shall be metal to metal tapered thread or wielding joints as per
directions of Engineer-in-Charge. A small amount of red lead may be used for lubrication and test
prevention in threaded joints. Joints shall not be caulked.
b) Joints between C.I. or black steel pipes, valves and other appurtenances, pumps etc. shall be made
with C.I. or M.S. flanges with appropriate number of bolts. Flanged joints shall be made with 1.5mm
thick compressed asbestos insertion gasket.
1.4 Valves
1) Butterfly valves of sizes 80mm and above shall be cast iron flexible flanged to IS: 780.
2) Check valves shall be cast iron double flanged to IS: 5312.
3) Valves on M.S. pipes 65mm and below shall be heavy pattern with metal valves with cast iron
wheel. Valves shall conform to IS: 778. A class as given in the schedule of quantities.
1.5 Air Valves
Provide 25mm dia screwed inlet cast iron single acting air valves on all high points in systems or as
shown on drawings.
1.6 Drain Valves
Provide 50mm dia black steel pipe to IS: 1239 heavy class with 50 mm gunmetal fullway valve for
draining any water in the system in low pockets.
Contractor shall provide test valve at locations as shown on the drawings.
1.7 Sprinkler Heads
a) Sprinkler heads shall be qurtzoid bulb type with bulb, valve assembly yoke and deflector. The
sprinklers shall be of approved make and type.
b) Types:
i)
Conventional Pattern:
The sprinklers shall be designed to produce a spherical type of discharge with a portion of water being
thrown upwards to the ceiling. The sprinklers shall be suitable for erection in upright position or
pendant position.
C)

Constructions:

i)
Bulb:- Bulb shall be made of corrosion free material strong enough to with stand any water
pressure likely to occur in the system. The bulb shall shatter when the temperature of the surrounding
air reaches a predetermined level.
ii)
Valve Assembly:- Water passage of the sprinkler shall be closed by valve assembly of flexible
construction. The valve assembly shall be held in the position by the quartzoid bulb. The assembly be
stable and shall withstand pressure surges or external vibration without displacement.
iii)
Yoke:- The yoke shall be made of high quality gun metal. The arms of yoke shall be so designed
as to avoid interference with discharge of water from the deflector. The sprinkler body shall be coated
with an approved anti-corrosive treatment if the same is to used in corrosive conditions.
iv)
Deflector: The deflector shall be suitable for either upright or pendent erection. The deflector
shall be designed to give an even distribution of water over the area protected by each sprinkler.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

197
c) Color Code:
The following colour shall be adopted for classification of sprinkler according to nominal temperature
ratings:
Sprinkler Temperature
Rating
57 deg. C
68 deg. C
79 deg. C
93 deg. C
141 deg. C
182 deg. C
204/206 deg. C
c)

Colour of Bulb
Orange
Red
Yellow
Green
Blue
Violet/ Mauve
Black

Size of Sprinkles Orfices:

The following sizes of sprinklers shall be selected for various classes or hazards.
Extra light hazard
Ordinary light hazard
Extra high hazard
f) Temperature Rating:

10/15mm nominal bore


15mm nominal bore
15/20mm nominal bore

For normal conditions in temperature climates rating of 68/74 deg. C shall be used. However,
the temperature rating shall be as closed as possible to, but not less than 30 deg. C above the highest
anticipated temperature conditions.
1.8 Installation Valve:
The sprinkler installation shall have a set of installation control valve comprising of main stop
valve, alarm valve and water motor gong.
a) Installation Control Valve for Sprinkler system shall consist of a 100 mm vertical alarm valve with a
provision to install water operated turbine alarm. A cast iron sluice valves of 150mm (as required) shall
be provided on upstream of alarm valve.
b) One water operated turbine alarm with going to be provided for each sprinkler installation control
valve on the sprinkler main. The alarm shall operate and sound a gong on the drop of pressure and flow
of water in the mains. Fire alarm shall be approved by the Construction Manager and installed at
approved locations. The alarm shall be provided with suitable test cock. Both alarm valve and turbine
alarm must have TAC approval/listing.
c) Installation Control Valve shall be measured by numbers and shall include CI sluice valve, Alarm
valve, Alarm Motor and Gong, Drain Valve, Test valve, Drain piping and all fittings including 2 Nos..
Pressure gauges required to complete the work.
1.9 Flow Switches
Provide flow-indicating switch on branch lines at locations as shown on the drawings. Each flow switch
shall be connected by an independent cable pair to a central annunciation panel to be installed on
ground floor. Cabling shall be done as specified in electrical work. The signal generated by flow switch
shall also active pressurization of the stair case as well as the smoke extraction system basement.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

198
1.10 Pipe Protection
All pipes above ground and in exposed locations shall be painted with one coat of red oxide primer and
two or more coats of postal red synthetic enamel paints of approved quality.
1.11 Pipe Supports
All pipes shall be adequately supported from ceiling or wall from existing inserts by structural clamp
fabricated from M.S. structural e.g. rods, channels, angels and flats. All clamps shall be black enamel
paint, where inserts are not provided, the contractor shall provide anchor fasteners.
1.12 Office Flanges
Contractor shall provide office flanges fabricated from 6 mm thick stainless steel plants on the branch
lines so as to allow free flow of water at 3.5 Kg/ Sq.cm pressure. The contractor shall furnish design for
these office flanges.
1.13 Testing
1) All pipes in the system shall be tested to a hydrostatic pressure of 13.5 Kg/ Sq.cm without drop in
pressure for atleast 30 minutes.
2) Rectify all leakages, make adjustments and retest as rectified.
1.14

Measurement

1) G I pipes shall be measured per linear meter of the finished length and shall include painting, all
fittings, office flanges, and welding, jointing, clamps for fixing to walls or hangers Anchor fasteners and
testing.
2) Sluice valve, check valve, installation valve and air valve, fullway valves shall be measured by
numbers and shall include al the necessary and required for fixing and as given in the specifications.
3) Painting/wrapping of pipes shall be included in the rate of items and no separate payment shall be
made for the same.
4) Sprinkler cabinet with spanners shall be measured as per actual items given in the schedule of
quantities. Sprinkler leads shall be measured by numbers.
5) No additional payment shall be admissible for cutting holes, chases in walls or floors, making
connections to pumps, equipment of appliance.
1.15

Annunciation Sprinkler Panel:

The equipment for control should be compact neatly wired and enclosed in a suitable 14 gauge
M.S. sheet / 16 CRCA sheet metal box which is suitably treated against corrosion. The control panel
should be painted with over banked enamel paint. The panel shall consist of:
a) Panel should be made in a modules of 10 zones e.g. Each module will have audible and visual
indications and will monitor the circuit conditions.
A.C. Power Supply
Fault and Fire indication lamp.
Alarm acknowledgement push buttons.
The circuits provided in the control panel for each zone shall indicate the following conditions:
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

199
i)
ii)
iii)
iv)
v)

Open Circuit in zone wiring


Short Circuit in zone wiring
Normal conditions
Power failure
Low battery

The Automatic annunciation panel shall be suitable for operation on 24 VDC and shall be provided with
power supply unit suitable to operate on A.C. mains of 230 V with a variation of 10%. The system shall
be so designed that in case of failure of A.C. main supply it shall automatically change over to battery
supply.
1.16

Battery Unit

i)
The system shall be powered by lead acid storage stationery complete with automatic dual rate
charger boost and trick operating from 220V, 50 Hz, single phase, main supply. The battery capacity
should be adequate for operation of the system connected to it for at least 24 hours in non-alarm state
followed by 30 minutes operation of all sounders and other connected equipments after a power (mains)
failure.
ii)
The automatic charger should operate at the boost charge when the battery terminal voltage is
less than about 2.1V per cell, and operate at a trickle charge rate of 100 to 200 HA , when the battery
terminal voltage exceeds about 2.25 per cell.
iii)
The power unit should have the following:
a)
b)
c)
d)

Voltmeter 0-30V
Ammeter of suitable range
Indicator lights for main
Indicator lights for DC output

iv)
The DC system and detection and sounder circuits shall be protected against their attaining a
voltage to earth exceeding 50V.
v)
The connection to the 220V, 50Hz, single phase system shall be through a three pin plug socket
especially provided for connection to the annunciation panel.
vi)
The battery unit shall be housed in a steel cabinet with suitable mounting at least 2.5mm thick
suitably painted with coats of Post Office Red, Enamel necessary vent holes should be provided proper
ventilation.
vii)
One battery unit complete with battery charger shall be provided for each control panel

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

200
SPECIFICATION OF INTELLIGENT ADDRESSABLE FIRE ALARM SYSTEM
A.

SYSTEM DESCRIPTION

The general scheme for spatial and logical disposition of the various elements of the system is as
follows:
a)
Analog Addressable Photoelectric Smoke Detectors to be located under the false
ceiling and distributed in open office areas such that there is one detector in every 50 sq.mtr. area. The
maximum distance between the detectors shall not exceed 8 mtrs and from wall shall not exceed 4mtrs.
b)
Addressable Manual Call Points shall be located near all escape routes to enable
any person to raise a fire alarm.
c)
The Fire Panel that connects all the detector devices shall be capable of polling all the points in its
loop so as to register an alarm within 3/7 seconds. The Fire Panel shall be capable of displaying the
zone/address of the occurrence of the smoke and shall be capable of initiating action like Voice
Evacuation, Activating Hooters, Dampers, Ventilation /Exhaust Fans and initiating other alarm
procedures.
d)
It shall be possible to program the Fire Panel such that meaningful alpha-numeric descriptions can
be assigned to each Detector Address. This shall be useful in identifying the location of Fire very
quickly and easily.
e)
Since fire alarm system shall trigger the operation of Gas based fire suppression system, it is
proposed to cross zone the detectors in such a manner that fire suppression system gets activated only
on confirmation of fire from two distinct detectors.
B.

DELETED

C.

Component description and requirements.

C.1

MAIN FIRE ALARM CONTROL PANEL:

C.1.1 The Main Fire Alarm Control Panel shall contain a microprocessor based Central Processing
Unit (CPU). The CPU shall communicate with and control the following types of equipment used to
make up the system: analog addressable smoke and thermal (heat) detectors, addressable modules,
printer, annunciators, and other system controlled devices.
C.1.2 The system shall be able to access upto 159 detectors(any mix of ion, photo, thermal or
multisensor) and 159 modules(N.O manual stations, two wire smoke, notification, or relay)
C.1.3 The microprocessor shall be a state-of-the-art, high speed, at least 32-bit device and it shall
communicate with, monitor and control all external interfaces. It shall include an EPROM for system
program storage, non-volatile memory for building-specific program storage, and a "watch dog" timer
circuit to detect and report microprocessor failure.
C.1.4 The microprocessor shall contain and execute all control-by-event programs for specific action
to be taken if an alarm condition is detected by the system. Control-by-event equations shall be held in
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

201
non-volatile programmable memory, and shall not be lost even if system primary and secondary power
failure occurs.
C.1.5 The microprocessor shall also provide a real-time clock for time annunciation of system
displays, printer, and history file. The time-of-day and date shall not be lost if system primary and
secondary power supplies fail.
C.1.6 The Main Fire Alarm Control Panel display shall provide all the controls and indicators used by
the system operator and may also be used to program all system operational parameters.
C.1.7 The display shall include MINIMUM 80 character backlit alphanumeric Liquid Crystal Display
(LCD).
C.1.8 The Main fire alarm control panel shall include a full featured operator interface control and
annunciation panel that shall include as part of the standard system a backlit Liquid Crystal Display
(LCD), individual color coded system status LEDs, and an alphanumeric keypad for entry of any
alphabetic or numeric information, for field programming and control of the fire alarm system.
Minimum two different password levels shall be provided to prevent unauthorized system control or
programming.
C.1.9The main power supply shall operate on 230 VAC, 50 Hz, and shall provide all necessary power
for the Main Fire Alarm Control Panel. It shall be provided with SMF Battery for 24 hours along with
charger for stand-by supply with a provision to indicate battery voltage and charging current.
C.1.10 The Main fire alarm control panel shall receive analog information from all addressable
detectors to be processed to determine whether normal, alarm, pre-alarm, or trouble conditions exist for
each detector. The software shall automatically maintain the detector's desired sensitivity level by
adjusting for the effects of environmental factors, including the accumulation of dust in each detector.
The analog information shall also be used for automatic detector testing and for the automatic
determination of detector maintenance requirements.
C.1.11 A means shall be provided for adjusting the sensitivity of any or all Analog Addressable
detectors in the system from the system keypad. Sensitivity range shall be within the allowed UL
window and have a minimum of 9 levels.
C.1.12 Day/Night Automatic Adjustment of detector sensitivity shall be possible.
C.1.13 Any addressable device or conventional circuit in the system may be enabled or disabled
through the system keypad.
C.1.14 Upon command from an operator of the system, a status report will be generated and printed,
listing all system status. The system shall be able to display or print the following point status diagnostic
functions:
Device status
Device type
Custom device label
View analog detector values
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

202
Device zone assignments
All program parameters
The printer shall provide hard-copy printout of all changes in status of the system and shall time-stamp
such printouts with the current time-of-day and date. The printer shall be enclosed in a separate cabinet
suitable for placement on a desktop or table. The printer shall communicate with the control panel using
an interface. Power to the printer shall be 230 VAC @ 50 Hz.(Printer interface 80-coloum and 40coloum printers).
C.1.15 The fire alarm control panel shall contain a history buffer that will be capable of storing up to
800 events in nonvolatile memory plus separate 200-event alarm only file. Each of this activation will
be stored and time and date stamped with the actual time of the activation. The contents of the history
buffer may be manually reviewed, one event at a time, or printed in its entirety. The history buffer shall
use non-volatile memory.
C.1.16 The control panel shall be housed in a cabinet suitable for surface or semi-flush mounting. The
cabinet and front shall be corrosion protected, given a rust-resistant prime coat, and manufacturers
standard finish.
C.1.17 The door shall provide a key lock and shall include a glass or other transparent opening for
viewing of all indicators. The control panel shall be modular in structure for ease of installation,
maintenance & future expansion
C.1.18 When a fire alarm condition is detected and reported by one of the system
the following functions shall immediately occur:

initiating devices,

The system alarm LED on the Main fire alarm control panel shall flash.
A local piezo electric signal in the Main fire alarm control panel shall sound.
LCD display on the Main fire alarm control panel shall indicate all information associated with the fire
alarm condition, including the type of alarm point and its location within the protected premises.
Printing on the Main fire alarm control panel and history storage equipment shall log the information
associated each new fire alarm control panel condition, along with time and date of occurrence.
All system output programs assigned via control-by-event interlock programming to be activated by the
particular point in alarm shall be executed, and the associated system outputs (alarm notification
appliances and/or relays) shall be activated.

C.1.19

The following Operator Control shall be provided:

Acknowledge Switch: Activation of the control panel acknowledge switch in response to a single new
alarm and/or trouble condition shall silence the local panel piezo electric signal and change the system
alarm or trouble LED from flashing mode to steady-ON mode. If additional alarm or trouble conditions
exist or are detected and reported in the system, depression of this switch shall acknowledge and/or
advance the 80-character LCD display to the nest alarm or trouble condition.
Alarm Silence Switch: Activation of the alarm silence switch shall cause all notification appliances and
relays, which are programmed to de so to return to the normal condition after an alarm condition. The
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

203
selection of notification circuits and relays that are silence able by this switch shall be fully
programmable within the confines of all applicable standards.
Alarm Activate (Drill) Switch: Activation of system drill switch shall initiate an automatic test of all
analog/addressable detectors in the system. The system test shall activate the electronics in each
analog/addressable sensor, simulating an alarm condition and causing the transmission of the alarm
condition from that sensor to the Main fire alarm control panel. The Main fire alarm control panel shall
interpret the data from each sensor installed in the system. A report summarizing the results of this test
shall be displayed automatically on the control panels LCD display, CRT and printer. This report shall
display the number of detectors tested per SLC/Loop, the total number tested in the system, any detector
that failed, or an all Tested OK message. Time/Date stamp of when the test was performed shall also
be included in the report.
System Reset Switch: Activation of the system reset switch shall cause all electronically-latched
initiating devices, appliances or software zone, as well as all associated output devices and circuits, to
return to their normal condition. If the alarm conditions still exist, or if they reoccur in the system after
system reset switch activation, the system shall then respond the alarm condition.
Lamp Test: Activation of the lamp test switch shall sequentially turn on all LED indicators, LCD
display and local piezo electric signal, and then automatically return the fire alarm panel to the previous
condition.
C.1.20

Releasing Circuit time delay: up to 60sec.

C.1.21 The fire alarm panel must have built in release circuits for using as release
suppression systems.

panels of fire

C.1.22 The panel and the detectors must have the cooperative multi-detector feature, by which a
minimum of two detectors can cooperate to take group decision of fire condition rather than
independent decision making individual detectors.
C.1.23 The response time shall be as per UL 9th Edition less than 60 Sec
C.1.24 The Detectors shall be UL Approved & Fully Compatible with the panel.
C.2.

ADDRESSABLE DEVICES

C.2.1 General
C.2.1.1Addressable Detectors shall be of Optical, Photoelectric type, Photoelectric cum Heat Type as
indicated.
C.2.1.2The Detectors shall be Analog Addressable and shall connect with two wires to the Main fire
alarm control panel Signaling Line Circuit (SLC) loops.
C.2.1.3Detectors will operate in an analog fashion, where the detector simply measures its designed
environment variable and transmits an analog value to the Main fire alarm control panel based on realtime measured values. The Main fire alarm control panel software, not the detector, shall make the
alarm/normal decision, thereby allowing the sensitivity of each detector to be set in the Main fire alarm
control panel program and allowing the system operator to view the current analog value of each
detector.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

204
C.2.1.4 DELETED.
C.2.1.5The Detectors shall be Compact of a Stylish Design and shall have built-in tamper-resistant
feature.
C.2.1.6The detectors shall provide address setting.
C.2.1.7Detectors shall also store an internal identifying type code that the control panel shall use to
identify the type of device (PHOTO, THERMAL, PHOTO cum THERMAL).
C.2.1.8The detectors shall be provided with a LED. The LED will flash under normal conditions,
indicating that the detector is operational and in regular communication with the control panel. The
LED shall be placed into steady illumination by the control panel, indicating that an alarm condition has
been detected. It shall also be possible to connect an external remote alarm LED if required.
C.2.1.9Detectors shall have a plug-in wiring connector for ease of installation and serviceability. Easy
wiring using terminal block shall be provided to enable removing the detector without loss of power to
the remaining loop.
C.2.1.10 The detectors will provide a means to test whereby they will simulate an alarm condition and
report that condition to the control panel. Such a test may be initiated at the detector itself, by activating
a magnetic switch, or may be activated remotely on command from the Control Panel.
C.2.1.11 The detectors shall have fully coated circuit boards, RF/transient protection circuits and shall
withstands air velocities exceeding 1,500 feet-per-minute without triggering false alarm.
C.2.2 ANALOG ADDRESSABLE OPTICAL SMOKE DETECTORS
The analog addressable optical smoke detectors shall use the optical (light- scattering) principal to
measure smoke density and shall, on command from the control panel, send data to the panel
representing the analog level of smoke density. The sensors shall be monitored continuously to measure
any change in their sensitivity because of the environment (dirt, smoke, temperature, humidity, etc.).
The sensor shall provide advanced indication of the analogue value of the level of smoke density to the
panel that maintenance is required thus reducing the maintenance required to inspect routinely all
sensors, in order to ensure normal operation.
ADDRESSABLE THERMAL DETECTORS
The addressable Thermal sensor shall have low profile and operate on the combination of rate of rise
and fixed temperature principles with fixed temperature set point at 135F (58C) & have a rate-ofrise element rated at 15F(9.4C) per minute. It shall connect via 2 wires to the fire alarm control panel
signaling line circuit.
C.2.4 ANALOG ADDRESSABLE PHOTO-ELECTRIC CUM HEAT DETECTORS
The analog addressable photo-electric cum Heat detector shall use both photo-electric (light scattering)
principle as well as on thermal sensing by combination of rate of rise and fixed temperature.
C.2.5 ADDRESSABLE INPUT MODULE

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

205
C.2.5.1 The addressable input module shall allow the connection of simple contacts to an addressable
detection line of the control panel. No separate power supply
shall be required. The addressable
monitor module shall represent one address on the
control panel.
C.2.6 ADDRESSABLE OUTPUT MODULE
C.2.6.1 Addressable output Modules shall be provided to allow a compatible Main fire alarm control
panel to switch discrete contacts by code command. The Module shall mount in a standard electrical
box or to a surface mounted back box. The Module shall provide two isolated sets of Form-C contacts
for fan shutdown and other auxiliary control functions.
C.2.6.2 The Module contact ratings shall support up to 1 Amp/30 VDC of Inductive load or
2Amps/30VDC (coded) of Resistive load (up to 3 Amps in non-coded applications). The relay coil shall
be magnetically latched to reduce wiring connection requirements and to insure that 100% of all
auxiliary relays or
may be energized at the same time on the same pair of wires.
C.2.6.3 The Module shall provide address-setting and shall also store an internal identifying code that
the Main fire alarm control panel shall use to identify the type of device. An LED shall be provided that
shall flash under normal conditions, indicating that the Module is operational and is in regular
communication with the control panel.
C.2.6.4 A magnetic test switch shall be provided to test the module without opening or shorting its
internal circuit wiring.
C.2.6.5 The interface unit shall be suitable for connecting normally open (N.O.) alarm
initiating
devices such as pressure switch, flow switch, level switch, potential
free contacts etc in the
addressable loop.
C.2.6.6 The interface unit shall be a sealed electronic unit with individual address. It shall be housed in
a metallic/high impact plastic enclosure and suitable for indoor/outdoor installation.
C.2.6.7 The operating voltage shall be 20 v to 28 volts D.C
C.2.7 ADDRESSABLE MANUAL CALL POINT:
C.2.7.1 The manual Call Box units shall be addressable type and suitable to connect with two wires to
the Main fire alarm control panel, Signaling Line Circuit (SLC) loops.
C.2.7.2 These Units shall be designed for semi-flush mounting.
C.2.7.3 The Units shall be either with Push And Pulling Lever to activate the unit or with Pulling lever
and breakable glass rods such that the front glass rod is broken on pulling the lever to activate the unit.
C.2.7.4 Manual Call points shall be connected with two wires to one of the control panel SLC loops.
The Manual Station shall, on command from the control panel, send data to the panel representing the
state of the manual switch.
C.2.7.5 The word FIRE shall appear on the front of the stations in 1.75 inches or larger. Manual Call
Point shall be electrically compatible with standard range of detectors so that it can be connected
directly into the system. The manual call points shall be addressable and identifiable by the master fire
alarm control panel, Address assignments shall be set electronically and reside within the station in non
volatile memory.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

206
C.2.7.6 It shall be of pleasant streamlined and flat appearance permitting its use as
surface mounted or semi flush mounting.

flush,

C.2.7.7 It shall have a built-in LED lighting up automatically to confirm its actuation.
C.2.7.8 Operating instructions must be clearly marked in the Manual call Point.
C.2.7.9 All Manual Call stations shall be furnished with a spare glass rod.
C.3

OTHER DEVICES:

C.3.1 FAULT ISOLATOR MODULE


Fault Isolator Modules shall be provided to automatically isolate wire-to-wire short circuits on an SLC
loop. The Isolator Module shall limit the number of modules or detectors that may be rendered
inoperative by a short circuit fault on the SLC Loop. At least one isolator module shall be provided after
group of 10-20 detectors.
If a wire-to-wire short occurs, the Isolator Module shall automatically open-circuit (disconnect) the SLC
loop. When the short circuit condition is corrected, the Isolator Module shall automatically reconnect
the isolated section of the SLC loop.
The Fault isolator module shall be an automatic switch and shall open when the line voltage drops
below 4 volts.
The Fault Isolator Module shall not require any address setting, and its operations shall be totally
automatic. It shall not be necessary to replace or reset an Isolator Module after its normal operation.
The Fault Isolator Module shall mount in a standard electrical box or in a surface mounted back box. It
shall provide a single LED that shall flash to indicate that the Isolator is operational and shall illuminate
steadily to indicate that a short circuit condition has been detected and isolated.
C.3.2 RESPONSE INDICATOR
The response indicator shall provide a remote indication for any analogue addressable detector installed
above the false ceiling.
The response indicator shall be driven directly from its associated local detector.
The connection to the response indicator shall be monitored for open and short

circuits.

Each Response indicator shall be looped with 3 to 5 detectors above the false ceiling.
C.4

BATTERIES:

C.4.1 The battery shall have sufficient capacity to power the fire alarm system for not less than 24
hours upon a normal AC power failure.
C.4.2 Battery Capacity Calculation shall be submitted to Engineer in charge for their approval.
C.4.3 The batteries are to be completely maintenance free. No liquids are required to
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

replenish.

207
C.5

ELECTRONIC HOOTERS:

C.5.1

ADDRESSABLE TYPE TWO TONE PIEZO SOUNDERS:

C.5.1.1. The dual tone electronic sounder provided shall be such that it gives discontinuous /intermittent
audible alarm automatically whenever automatic /manual detector operates and is distinct from the
background noise in every part of the premises.
C.5.1.2 The mode of the alarm sounders shall be quite distinct from any other sounder
heard.

to be

All hooters shall produce a similar sound and shall maintain the same during
their operation.
Hooter shall be complete with electronic oscillations, magnetic
coil (sound coil) and
accessories, ready for mounting (fixing) and confirming to
IS : 2189 1999.
C.6

STROBE:

C.6.2.1 Out put in Candela and horn out put in dB and flash rate etc. are to be mentioned in the
SCHEDULE OF TECHNICAL DATA
C.7

CABLE

C.7.1 The specification covers the supply and installation of 1100V grade cables.
C.7.2 All cables shall be PVC with steel braiding and shall be Flame retardant and shall comply with
the following requirements.
The cable shall be of fine wire strands of bare copper conductor
The stranding shall be of fine wire Class-5 construction in accordance with IEC-60228
The cores shall be black in colour with white colour numbers in both directions.
The cable shall be overall shielded with Aluminum Mylar tape
The outer sheathing shall be of special PVC based compound and shall be flame retardant.
The braiding on inner sheath shall be done with oxidation protected steel wire to provide high
mechanical protection. The steel wire shall be on minimum 0.3mm diameter. The coverage of braiding
shall be minimum 65% and the elongation shall be greater than 15%. The tensile strength of each wire
shall be minimum 320N/sq.mm.
The external sheath shall be made of special Flame-retardant PVC compound as per IEC-60332.1 in
transparent color.
The minimum-bending radius shall be 6 x cable diameter.
The contractor shall submit the certificate from original supplier for purity and oxygen contents in
copper.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

C.8

208
CABLE INSTALLATION ON WALL / COLUMNS/ CEILING:

Cables shall be fixed on walls etc. by using M.S. galvanized spacers and G.I. saddles using screws etc.
Drilling on walls should be neatly done with electric drilling machines and the cable fixed on walls
should be done in one straight line avoiding any bends, sagging and kinks. All cables fixed on walls
shall necessary be done following fire insurance and other Electricity Regulations. Any procedures as
stated in the technical specification shall be complied with. The maximum allowable distance between
two cable supports shall be as under:
Cable Size
Upto 2.5sqmm

D.

Horizontal
350 mm

Vertical
450 mm

LIST OF STANDARDS AND CODES APPLICABLE

The Fire Alarm system shall comply with latest requirements of NFPA standard No. 72 for protected
premises signaling system, Indian Standards IS 2189, IS 2175, IS 11360 and local Statutory
Regulations. The system shall be as per above IS standards but not limited to it.
The specifications and standards listed below form a part of this specification. The system shall fully
comply with the latest issue of these standards, if applicable.
Underwriters Laboratories Inc. (UL) - USA:
No. 268 Smoke Detectors for Fire Protective Signaling Systems
No. 864 Control Units for Fire Protective Signaling Systems
No. 268A Smoke Detectors for Duct Applications
No. 521 Heat Detectors for Fire Protective Signaling Systems
No. 464 Audible Signaling Appliances
No. 38 Manually Actuated Signaling Boxes
No. 346 Water flow Indicators for Fire Protective Signaling Systems
No. 1076 Control Units for Burglar Alarm Proprietary Protective
No. 50 Cabinets and Boxes
Signaling Systems
No. 1971 Visual Notification Appliances
Other standards are (1) VDS, (2) LPCB, (3) NEPA
Local and State Building Codes.
All requirements of the Authority Having Jurisdiction (AHJ).
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

209
SPECIFICATION OF AIRCONDITIONING SYSTEM VRF / VRV UNIT
SCOPE:
The scope of work comprises supply, erection, testing and commissioning of the air conditioning split
units conforming to these specifications.
VARIABLE REFRIGERANT FLOW (VRF) / VARIABLE REFRIGERANT VOLUME (VRV)

General
The scope of this section comprises the design, supply, erection, testing and commissioning of inverter
technology based / Digital scroll VRV/VRF type system of air conditioning conforming to these
specifications and in accordance with the requirements of Drawing and bill of Quantities. The prices
quoted shall include all the equipment ancillary material as specified and all such items whatsoever and
which may be required to fulfill the intent and purpose as laid down in the specification and the
approved drawings. The contractor shall calculate equipment capacity based upon design parameters
specified for the system design & verify all the quantities and sizes of refrigerant pipe, fitting/cables,
control cable, pipes, insulation, indoor units, outdoor units etc. before placing the order to avoid any
shortfall or surplus. The tenderer shall also include all necessary civil work/MS frame work for
installation of outdoor and indoor units in VRV/VRF based air-condition system. The cost quoted by
tenderer shall also include the refrigerant gas R-410A & its charging for proper & specified functioning
of air-conditioning system.
Civil work/MS frame work for indoor and outdoor units related to VRV/VRF equipments, all cuttings
should be properly finished as existing surrounding. The installation of outdoor unit on the terrace of
building should be checked up structurally & their mounting should be structurally safe of the out door
unit to ensured in such a way that after installation
Cutting of walls and floors/ceiling.
Making holes.
Sleeves.
Foundation.
The scope in the tender schedule also covers detailed designing of complete air-conditioning system
based on inverter technology based/Digital Scroll VRV/VRF air-conditioner with air-cooled outdoor
units system capable of cooling as per individual or season requirement suitable for operation on 415V,
3 phase, 50 Hz AC electric supply.
The outdoor units shall have cooling mode, consisting of one/multiple outdoor unit with single circuit of
refrigerant piping and multiple indoor units of various types. Each indoor unit should have capability to
cool as per seasonal weather changes. This shall also include complete capacity calculation for indoor
and outdoor units complete with AUTOCAD drawing, designing & layout of following.
Outdoor units.
Indoor units.
Refrigerant piping.
Condensate drains water piping & disposal.
Supply air ducting of FA units.
Power & Control Cables between Outdoor units & Indoor units.
Building Management system for HVAC
While designing the system care should be taken to select outdoor units of suitable capacity based on
design data provided & to economize on available floor area for installation of outdoor units as well as
optimum utilization of outdoor units. The indoor units should be designed based upon the heat load
calculations for individual rooms/areas to be air-conditioned and over capacities should be avoided. The
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

210
designing of HVAC PC based BMS (Building Management System) so that complete system shall be
monitored & controlled from one location for optimum utilization of system & for keeping monthly as
well continuous log of important parameters/ events of complete air-conditioning system. The design
should also specifically take care of disposal of condensate drain water so that there is no leakage of
condensate water inside the room as well in the route of condensate water pipe line. The layout of
refrigerant piping is to be designed in such a way so that it should not disturb the aesthetic of the
building / room, inadvertent damage in the route of pipe should not occur in failure & optimum length
of pipe line for efficient air-conditioning. After completion of the work four set of as
erected/commissioned drawing of activities listed above shall be submitted.
Design Data
The work of air-conditioning (outdoor 36 HP with R22 / R410A based refrigerant) and indoor units as
specified in BOQ of this document is required to be carried out. The specified design parameters are
only tentative in nature, however, all efforts shall be made to achieve the following specified design
parameters and if at any design stage need for higher capacity outdoor capacity is required, necessary
approval shall be accorded based on design analysis and discussions on the subject from the Consultant.
OUTDOOR UNIT
For testing and evaluation consideration, JIS B8616 or equivalent standard shall be applicable.
The outdoor unit shall be factory assembled, weatherproof casing (Material of construction of casing
shall be vendors standard design), constructed from heavy gauge GI sheets steel panels and coated with
baked enamel finish. The outdoor unit shall be completely factory wired, tested with all necessary
controls & filled with first charge of refrigerant before delivering at site.
The inverter technology basedl VRV/VRF equipment should be capable so that refrigerant piping
between indoor units and outdoor unit shall be Extendable upto 100m with maximum height difference
between outdoor & indoor unit of 50m &level difference between two indoor unit maximum upto 15m.
However such long pipeline and head difference may not be applicable for this project.
The minimum acceptable value of Coefficient of Performance (COP) of the offered system, in
conformance with JIS B8616 or equivalent, shall be not less than 4.1 at 50% rated load with 40.5 deg C
outdoor and 28.3 deg C wet bulb conditions for 30TR or equivalent nearest size outdoor unit as per
OEM standard catalogue. In case, tests have been done to work out COP from other than JIS B 8616,
the standards alongwith necessary test procedure shall be furnished alongwith the tender.
*The tenderers will, however, be at liberty to supply outdoor units in ratings as specified above or
higher.
The above COP values, as indicated in (iii) above are required to be furnished, in original, by the
tenderer directly from the original equipment manufacturer (OEM) with OEMs seal and signatures on
all the documents pertaining to the back up information for example cooling capacity at capacity
indexes varying from 130% to 30% (in steps of 10%) for outdoor
temperature (deg C DB) varying from 32 to 41 deg. and indoor temperature (deg C WB) varying
between 24 deg. duly indicating the total cooling capacity and power input in kW.
The data shall be preferably in steps of 2 C. The final testing shall be carried out as per required
standards to verify the values as furnished by OEM.
The tenderers may please note that above guaranteed figures may be checked by the client, at any stage
of the work, through its nominated inspection agency either at OEMs works or duly certified laboratory
in accordance with J15B8616 or equivalent standard.
During the above inspection/testing, if the results are found exceeding i.e. 1.5% than quoted in clause
(a) above, a penalty of 5% of the contract value or higher shall be imposed besides.
The outdoor unit shall be factory tested and filled with first charge of refrigerant R-410A before
delivering at site.
The compressors installed in the outdoor units shall be preferably equipped with at least one inverter /
digital scroll compressor upto 10 TR, two inverter / digital scroll compressors upto 20 TR, three
inverter/digital scroll upto 30 TR and 4 inverter and Digital scroll compressors beyond 30 TR so that
operation is not disturbed on failure of any of the compressor.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

211
Note: - Bidder can offer from their standard product feature nearer to the range indicated.
The outdoor unit shall be suitable for mix match connection of all types of indoor units.
It should be provided with duty cycling for switching the starting sequence of multiple outdoor units.
The outdoor unit shall be modular in design and should be allowed for side-by-side installation.
The unit shall be provided with its own microprocessor control panel with provision for integration with
the Building Management System for air-conditioning System.
The outdoor units should have anti corrosion paint free plate for easy mounting of unit.
The machine must have a sub cool feature to use coil surface more effectively thru proper circuit/bridge
so that it prevents the flushing of refrigerant from long piping due to this effect thereby achieving
energy savings.
The outdoor unit should be fitted with low noise level and should not be more than 67 db (A) at normal
operation when measured at 1.5m distance from ground level.
The outdoor unit should be fitted with low noise aero spiral design fan with aero fitting grill for spiral
discharge airflow to reduce pressure loss.
The outdoor units are connected to multiple indoor units of various types as such the combined
operating loads of indoor units may touch 120 to 125% of the nominal capacity. The outdoor unit shall
be able to perform at the combined loads demands as indicated above.
In case of trouble occurs in an indoor unit(s), the continuous operation of system should be possible.
The unit shall be designed in such a way that cleaning of drain Pan should be easy &
inspection/replacement of compressor should be easy.
The condensing unit shall be designed to operate safely when connected to multiple fan coil units.
Compressor
The compressor in inverter based/ Digital Scroll system shall be highly efficient. The system should
response efficiently in accordance to the variation in cooling or heating load requirement.
The inverter shall preferably be IGBT type for efficient & quiet operation.
All outdoor units shall have multiple steps of capacity control to meet load fluctuation and indoor unit
individual control. All parts of compressor shall be sufficiently lubricated stock. Forced lubrication may
also be employed.
Oil heater shall be provided in the compressor casing or as per manufacturer standard equipments.
Oil Recovery system
i.
Unit shall be equipped with an oil recovery system to ensure stable operation with long
refrigeration piping lengths.
ii.
The system must be provided with oil balancing circuit to avoid poor lubrication.
Refrigerant Circuit
The refrigerant circuit shall include liquid and gas shut-off valves and
a solenoid valves at condenser end.
The equipment must have inbuilt refrigerant stabilization control for proper refrigerant distribution.
All necessary safety devices shall be provided to ensure the safe operation of the system.
Heat Exchanger
The heat exchanger shall be constructed with copper tubes mechanically bonded to aluminium fins to
form a cross fin coil. The aluminium fins shall be covered by anti-corrosion resin film.The unit should
be with bye-pass/e-pass heat exchanger to optimize the path of heat exchanger and for better arranged
for vertical discharge. Each fan shall have a safety guard.
Safely Devices
All necessary safety devices shall be provided to ensure safe operation of the system. Following safety
devices shall be part of outdoor unit, high pressure switch, fuse, fan drive overload protector, fusible
plug, crankcase heater over load relay, overload protection for inverter.
The outdoor roof mounted units shall be provided in such a fashion that these do not affect the overall
aesthetics and ambience of the building. If required these units shall be suitably camouflaged to give
good aesthetic look. These provisions, however, shall be discussed, if required, at a later date and the
prices for the same shall be worked out separately as extra item.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

212
Noise levels for outdoor units shall not be more than 67 db (measured at a point 1 meter in front of the
unit at a height of meters.
INDOOR UNITS
General:
All indoor units as specified under this item shall have, in general, noise levels less than 46 db. For
critical application noise levels below these limits may, however, be specified during design stage.
Each Unit shall have electronic control refrigerant flow rate respond to load
variation of the room.
ii)
The address of the indoor unit shall be set automatically in case of individual and group control.
iii)
In case of centralised control system, it shall be possible to set the address of individual indoor
unit through a liquid crystal remote controller.
iv)
The fan shall be high static, dual suction, aerodynamically designed turbo, multi blade type,
statically & dynamically balanced to ensure low noise and vibration free operation of the system. The
fan shall be direct driven type, mounted directly on motor shaft having support from housing.
v)
The cooling coil shall be made out of seamless copper tubes and have continuous aluminium
fins. The fins shall be spaced by collars forming an integral part. The tubes shall be staggered in the
direction of airflow. The tubes shall be hydraulically/mechanically expanded for minimum thermal
contact resistance with fins. Each coil shall be factory tested at 21 kg/sq.mtr air pressure under water.
vi)
Indoor unit shall have cleanable type filter to an integrally moulded / moulded plastic frame. The
filter shall be slide in and neatly insertable type. It shall be possible to clean the filters either with
compressed air or water.
vii)
Each unit shall have computerized PID control for maintaining designed room temperature.
Each unit shall be provided with microprocessor thermostat for cooling.
viii) Each ductable unit shall have with corded remote controller and each high wall & cassette type
indoor unit shall be with corded remote controller as standard features. The remote controller shall
memorize the latest malfuction code for easy maintenance. The controller shall have self-diagnostic
features for each and quick maintenance and service. The controller shall be able to change fan speed
and angle of swing flap (for high wall unit) individually as per requirement.
The unit shall be high wall mounted type. The unit shall include pre-filters, fan section and DX-coil
section. The housing of the unit shall be powder coated/heat treated galvanized steel. The body shall be
light in weight and shall be able to suspend from four comers. The fan shall be aerodynamically
designed diffuser turbo fan type.
High wall / Cassette / Ceiling suspended Indoor type unit
The unit shall be high wall mounted type. The unit shall include pre-filters, fan section and DX-coil
section. The housing of the unit shall be powder coated/heat treated galvanized steel. The body shall be
light in light in weight and shall be able to suspend from four corners. The fan shall be aerodynamically
designed diffuser turbo type.Unit shall have an external altractive panel for supply and return air.
Control System Components:
The above computers shall be capable of data input/output from intelligent units with bus running
between central control systems and indoor units/other associated air-conditioning systems installed in
the building. The minimum system configuration shall be as under:Minimum 300 indoor units with intelligent processor sufficient to handle
above system as interface between the main PC and individual equipment controls.
Ethernet TCPIP / 10 base / T communication.
Intelligent processor units shall have minimum 18 input ports with two digital
output ports and shall have stand alone capability for a period of minimum 48 hours.
Management
The software system capable of recoding operational history management generation of reports in
graphic and table from daily, weekly and monthly and operation in eco mode shall be provided.
The above management system shall be complete in all respects to enable these functions. The software
should be easily installable using just CD. The software should be user friendly & runs on Window
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

213
2000 & windows XP Professional/Home with latest version/ updates so that it can easily runs on any
PC. It shall have the capability to calculate electricity billed/charged for multiple indoor units
connected, schedule monitoring & control, error display with audible alarm & text, operating record of
indoor units with accumulated operating time of outdoor unit.
Controls:
The PC system mentioned above shall be capable of individual system control/group control with
automatic cool, power failure/release control temperature control and timer etc. The unit shall also be
capable of monitoring through graphic user interface operation fault indication, set point indication and
any other parameters as may be deemed required.
The system shall be fully compatible with the VRV inverter/digital scroll based equipment/system
proposed to be installed against this contract.
All the system designs related to this control system hardware software and control wiring/interfaces
shall be included in the scope of work and detailed designing etc. shall be provided before
commencement of installation of the system.
PIPING INSTALLATION
Install piping as short and direct as possible, with a minimum number of joints, elbows, and fittings.
Piping shall be installed parallel with the building lines unless otherwise noted, with appropriate pitch
free from traps.
Pipe shall be cut accurately to measurements established at the construction site and shall be worked
into place without springing or forcing. Pipes shall be installed as to permit free expansion and
contraction without damage to joints or hangers.
When pre-charged, coiled tubing is furnished with split system, the excess tubing shall be coiled and
placed out of view.
Arrange piping to allow inspection and service of compressor and other equipment. Install valves and
specialties in accessible locations to allow for service and inspection. Installed piping shall not interfere
with the operation or accessibility of doors or windows and shall not encroach on aisles, passageways,
and equipment.
Install piping with adequate clearance between pipe and adjacent walls and hangers or between pipes
for insulation installation. Use sleeves through floors, walls, or ceilings, sized to permit installation of
full-thickness insulation.
Pipe shall be provided with capped or plugged ends when shipped and as erected, to prevent
contaminating the system.
When gauges are shown on the drawings, the Contractor shall install appropriately ranged continuous
duty temperature and pressure gauges designed for refrigeration service. Pressure gauges shall be
installed to sense compressor suction and discharge pressures. Connect pressure gauges to the system
using service valves. Suction and liquid lines shall be insulated. Hot gas lines shall not be insulated.
All pressure relief valves shall be installed with a 3-way dual shut-off valve and a second relief valve, in
parallel.
Discharge from pressure relief valves shall be piped full size and extended to the outside of the building
structure not less than 15 feet above adjacent grade and not less than 20 feet from any window ,
ventilation opening or exit.
On built-up systems and packaged systems 20 tons and over, the contractor shall initially install a type
"HH" filter drier to remove start-up contaminates. Final filter drier shall be installed after refrigeration
system has been charged and has been in continuous operation for one week.
Oil Return: Manufacturers specifications shall be followed for oil return on risers of 20 ft. or more (i.e.,
oil separators, p-traps or inverted p-traps).
On built-up systems, install flexible connectors at or near compressors.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

214
HANGERS AND ANCHORS:
A. All piping shall be rigidly supported from the building structure by means of adjustable ring-type
hangers. (WELDING TO BUILDING STRUCTURE WILL NOT BE PERMITTED.) Unistrut type
trapeze hangers shall be used where pipes run side by side. Hanger spacing shall be as follows:
Horizontal:
Copper Piping Maximum Spacing
3/8" and under 4'-0"
1/2" through 3/4" 6'-0"
1" through 1-1/2" 8'-0"
2" and larger 10'-0"
Vertical: Copper piping shall be supported at 10 feet intervals maximum.
B. Round rods supporting the pipe hangers shall be of the following dimensions:
2" pipe and under 3/8" rod
2-1/2" to 3" pipe 1/2" rod
C. Soft copper tubing where permitted shall be fastened to the building structure with Unistrut type
clamps and Unicushion inserts. Clamps shall not be spaced greater than 4'-0" apart.
Y-joint/Ref net separation
Supply & installation of the Y-joint/ref.-net separation refrigeration pipe joints and headers in the
appropriate orientation to enable correct distribution of refrigerant. The distribution joints should be
factory insulated with pre-formed section of Expended polystyrene/Equivalent.
BRAZED JOINTS:
A.
When brazing, remove solenoid-valve coils and sight glasses; also remove valve stems, seats,
and packing, and accessible internal parts of refrigerant specialties. Do not apply heat near expansion
valve bulb. Joints shall be cool before reassembling valve.
B.
Tubing shall be cut square, reamed, and burrs removed.
C.
Both inside of fittings and outside of tubing shall be well cleaned with an abrasive cloth or
stainless-steel wire brush before brazing. Steel wool is NOT permitted.
D.
During brazing an inert gas (such as dry nitrogen, argon) shall be continuously passed through
the system at a flow rate sufficient to maintain an oxygen-free environment to prevent the formation of
copper oxide scale.
E.
Care shall be taken to prevent annealing of fittings and tubing when making connections.
F.
Copper to copper joints shall be brazed with a copper-phosphorous brazing alloy containing a
minimum of 15% silver and conforming to AWS A5.8, BCuP5.
G.
Copper to brass joints shall be brazed with a silver brazing alloy containing a minimum of 50%
silver and conforms to AWS 5.8, BAg-7.
H.
Copper to stainless steel joints shall be brazed with a silver brazing alloy containing a minimum
of 50% silver and conforms to AWS 5.8, BAg-7.
I.
All brazed joints shall be cleaned to remove residual flux.
LEAK TESTING OF REFRIGERATION PIPING SYSTEMS
The highside and lowside of each completed refrigeration piping system shall be pressure tested at a
pressure not less than the lower of the system design pressure or the setting of the pressure relief device
protecting the highside or lowside of the system
Exception: Field installed systems with copper tubing not exceeding 0.625 O.D., shall be tested by
means of refrigerant charged into the system at the saturated vapor pressure of the refrigerant at 68oF
minimum.
The testing media shall be dry nitrogen. The contractor shall perform the leak test before insulating,
evacuating and charging, in the presence of Engineer-in-charge or his authorised representative.
Isolate the compressor from the leak test by firmly closing the suction and discharge valves.
Where pressure relief valves are installed, position the three-way dual shut-off valves so that full test
pressure is applied to both relief valves.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

215
Do not attempt to repair any leak while the system is pressurized. If any leaks are found, relieve the test
pressure and perform repairs.
Recharge the system, as previously described, and allow it to remain under pressure for 24 hours.
Maximum pressure drop shall be 5 psig in 24 hours, at constant ambi-ent temperature. For every 10
degF drop in ambient temperature, from start of test, the maximum pressure drop may increase by 3
psig.
EVACUATION AND CHARGING
After completion of the piping pressure test, the refrigeration system shall be evacuated and dehydrated
with a vacuum pump. The following procedure shall be used unless otherwise noted:
Connect to the system, an accurate high vacuum gauge with a range of 0 - 1000 microns Hg.
Connect the vacuum pump to both the high and low side of the system. Leave the compressor suction
and discharge service valves closed. Start the vacuum pump.
Keep ambient air temperatures above 60 oF during the evacuation process.
Operate the vacuum pump until the system is evacuated to 500 microns Hg.
Break the system vacuum with dry nitrogen. Open the compressor suction and discharge service valves
and re-evacuate the system to 500 microns Hg.
After the system has been twice evacuated to 500 microns Hg, close the vacuum pump suction valve
and stop the pump. Allow the system to stand under a vacuum before system may be charged. This test
shall be made in the presence of the Engineer-in-charge or his authorised representative.
The Contractor shall furnish and install full charge of refrigerant required to develop the system to its
full rating. Also, during the warranty period, the contractor shall replace, without cost, all refrigerant
lost due to equipment failure or system leaks. Refrigerant type and charge shall be as listed on
equipment nameplate.
The Contractor shall provide the initial charge of lubricating oil for all refrigeration equipment and
related apparatus.
After the refrigeration system has been charged and has been in continuous operation for one week, the
contractor shall replace the initial type "HH" filter drier with the final filter dryer.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

216
Copper tubes used for refrigerant piping
Seamless Copper Tube for Airconditioning and Refrigeration conforiming to ASTM B280, IS 10773 :
1995 & IS 5493 : 1981
STRAIGHT LENGTHS
Standard Outside Dia.
Size, in. in. (mm)

Wall Thickness
in. (mm)

Weight, lb/ft
(kg/m)

* Safe Working
Nom. Weight,
internal pressures
kgs 5.8 metres
PSI (KPa) 150F

3/8
1/2
5/8
3/4
7/8
1 1/8
1 3/8
1 5/8
2 1/8
2 5/8
3 1/8
3 5/8
4 1/8

0.030 (0.76)
0.035 (0.89)
0.040 (1.02)
0.042 (1.07)
0.045 (1.14)
0.050 (1.27)
0.055 (1.40)
0.060 (1.52)
0.070 (1.78)
0.080 (2.03)
0.090 (2.29)
0.100 (2.54)
0.110 (2.79)

0.126 (0.187)
0.198 (0.295)
0.285 (0.424)
0.362 (0.539)
0.455 (0.677)
0.655 (0.975)
0.884 (1.317)
1.14 (1.703)
1.75 (2.609)
2.48 (3.692)
3.33 (4.954)
4.29 (6.393)
5.38 (8.010)

1.09
1.71
2.46
3.13
3.92
5.65
7.65
9.85
15.13
21.42
28.73
37.08
46.45

0.375 (9.52)
0.500 (12.7)
0.625 (15.9)
0.750 (19.1)
0.875 (22.2)
1.125 (28.6)
1.375 (34.9)
1.625 (41.3)
2.125 (54.0)
2.625 (66.7)
3.125 (79.4)
3.625 (92.1)
4.125 (104.8)

810 (5585)
675 (4654)
625 (4310)
545 (3758)
495 (3415)
440 (3035)
385 (2655)
355 (2450)
315 (2170)
295 (2035)
275 (1895)
270 (1860)
255 (1760)

Insulation
All refrigerant copper lines must be free of extraneous chemicals such as corrosive cleaners or building
materials dust prior to the installation of the insulation. The insulation must be cleanand dry prior to
installation.
Refrigerant pipe shall be sealed while slipping on insulation to prevent foreign matter from entering the
tube.
Insulation is to be slid onto pipe; longitudinal slitting of the insulation is not allowed except on mitered
sections. Insulation shall be pushed onto pipe, not pulled
Insulation shall be mitered, preadhered and longitudinally slit inside throat to fit over all Ptraps,tees and
elbows or bends over 90.
All butt joints and mitered seams shall be adhered with full coverage of adhesive on both surfaces.
Insulation shall not be stretched when adhering.
Insulation must be installed in an adequately ventilated area. It may be necessary to increase insulation
thickness if adequate ventilation is not present, Do not crowd the insulation, allow for adequate air
movement.
At the beginning, at every 12 to 18 feet, and at the ends of piping runs, the insulation shall be adhered
directly to the copper using a 2" strip of adhesive. Insulation should not be adhered to the pipe at the
extreme low points in any piping run.
Saddles shall be installed under all insulated lines at unistrut clamps, clevis hangers, or locations where
insulation may be compressed.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

217
ELECTRICAL EQUIPMENT AND INSTALLATION WORK :
Scope of work :
The scope of work covers execution and completion of the electrical installation work of the proposed
project in accordance with drawings and specifications prepared by and under the direction and to the
satisfaction of Department
Rules and regulations :
The installation shall generally be carried out in conformity with the requirement of Indian Electricity
Act 2003 as amended up-to-date and the latest Indian Electricity Rules and supplementary regulations
of the State Electricity departments and electricity undertakings. Where the installation is subject to
inspection and approval of Fire Insurance and Explosive Authorities, such installation shall be
planned and executed to conform their special rules. The installation shall conform in all respects to
the Indian Standards code of practice of Electrical wiring installation IS 732-1963 and IS 2274 1963.
C. Materials :
All materials, fittings and appliances used in the electrical installation shall be of the best quality
obtainable and of approved manufacture and shall conform to the latest Indian Standard Specification
wherever these exist.
Workmanship
Good workmanship and neat appearance are the pre-requisites for compliance with the various sections
of these specifications. The work shall be carried out under direct supervision of a person holding
certificate of competency issued by the state government and in accordance with statutory rules and
regulations in force. The relevant BIS code of practice shall be followed wherever applicable.
Drawings :
The tender drawings indicate only the general scheme of requirement. Exact position of all points,
controls, switch boxes and inspection boxes, main and sub-distribution boards etc., shall be got
approved by the Department before the commencement of the work. Wherever required, detailed
drawings shall be prepared and got approved.
The contractor shall provide detailed general arrangement drawing showing each compartments,
modules, location of meters and relays etc. and wiring drawing with location of connectors, ferrule nos.
Colour code of wires etc., before starting of the manufacturing of panel.
The contractor is requested to obtain necessary approval from the Department before start manufacturing the panel. Any modifications required as per the local authorities shall have to be carried out
without any extra cost.
TESTING OF MOTORS
Motors shall be tested in accordance with the relevant Indian Standard Specifications and test
certificates furnished for routine, type and high voltage tests.
Induction motor upto 37 KW shall be directly tested with 500 volts D.C meggar for one minute. If the
insulation resistance is less than two megohms, the motor shall be dried out till a steady I.R. value of
not less than two megohms is achieved.
COMPLETION DRAWINGS:
Before commissioning the Air-conditioning/Ventilation system the electrical installation shall be
subject to
(i)
an insulation resistance test with a 500 volts megger,
(ii)
Earth electrode resistance test, in accordance with Indian Electricity Rules and the result of such
tests furnished to the Engineer-in-Charge. SIX sets of completion drawings giving single line diagram
run of wiring location along with size of panels, indication / control / interlocking circuits cable with
sizes within the building / underground cables showing the location of straight through joints, location
of main earthing station shall be furnished within 1 month from the date of completion of the work
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

218
Duct Materials :
Ducting material : GSS / Aluminum / etc. as asked for in the BOQ All ducts shall be fabricated from
galvanised steel sheets of the following thickness as indicated in Schedule of Quantities. All ductwork
shall conform to SMACNA / IS 655 standard as asked for in the BOQ
Raw Materials
Galvanizing shall be class VIII light coating of zinc, nominal 120gm/sq.m surface area and Look
Forming Quality prime material along with mill test certificates. In addition, if deemed necessary,
sample of raw material, selected at random by owners site representative shall be subject to approval
and tested for thickness and zinc coating at contractors expense.
Gauges, Bracing By Size of Ducts
All ducts shall be fabricated from galvanized steel / aluminum of the following thickness, as indicated
below:
DUCT DESIGN PARAMETERS
Maximum flow velocity
1500 FPM
450 MPM
Maximum friction
0.08 WG/100
5 MM WG/100
FT Run M Run
Maximum velocity
500 FPM
150 MPM
at SA outlet
Maximum flow velocity
in exhaust duct
1800 FPM
550 MPM
VAC Consulting Engineer : DEW POINT
TABLE I STANDARD WITH NO INTERMEDIATE BRACING
PRESSURE 250 Pa
Rect. Ducts
G.S.
Duct Section Length 1.2 m (4 ft)
Maximum
Duct Size (mm)
Gauge
Joint Type
Bracing
Spacing

PRESSURE 500 Pa
Duct Section Length1.2 m (4 ft)

Gauge Joint Type

Bracing
Spacing

1-550
551-750
751-900
901-1000
1001-1200
1201-1300
1301-1500
1501-1800
1801-2100
2101-2250
2251-2400
2401-2700

26
26
26
26
24
24
24
22
20
18
18
18

C & SS
Nil
C & SS
Nil
C & SS
Nil
ROLAMATE Nil
ROLAMATE Nil
ROLAMATE Nil
ROLAMATE Nil
ROLAMATE
Nil
ROLAMATE
Nil
ROLAMATE
Nil
ROLAMATE
Nil
ROLAMATE
Nil

26
C & SS
Nil
26
C & SS
Nil
24
ROLAMATE
Nil
24
ROLAMATE
Nil
22
ROLAMATE
Nil
20
ROLAMATE
Nil
18
ROLAMATE
Nil
18
ROLAMATE
Nil
-

C cleat; S-S cleat; SS Standing S cleat.


For Aluminum Ducts material should be one commercial gauge higher with 22 G as minimum

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

219
TABLE II
GALVANIZED SHEET LIGHTER GAUGE WITH BRACING AT 600 MM FROM JOINT AS
RECOMMENDED.
PRESSURE 250 Pa
PRESSURE 500 Pa
Rect. Ducts
G.S.
Duct Section Length 1.2 m (4 ft)
Duct Section Length1.2 m (4 ft)
Maximum
Duct Size(mm)
Gauge Joint Type BracingSpacing
Gauge Joint Type
BracingSpacing
1-550
26
C & SS
Nil
26
C & SS
Nil
551-750
26
C & SS
Nil
26
C & SS
600 mm
751-900
26
C & SS
Nil
26
ROLAMATE
600 mm
901-1000
26
ROLAMATE
Nil
26
ROLAMATE
600 mm
1001-1200
24
ROLAMATE
Nil
24
ROLAMATE
600 mm
1201-1300
24
ROLAMATE
Nil
24
ROLAMATE
600 mm
1301-1500
24
ROLAMATE
Nil
24
ROLAMATE
600 mm
PRESSURE 250 Pa
Rect. Ducts
G.S.
Maximum
Duct Size
(mm)
1501-1800
1801-2100
2101-2250
2251-2400
2401-2700

Duct Section Length 1.2 m (4 ft)

Gauge Joint Type Bracing Spacing


24 ROLAMATE
600 mm
22 ROLAMATE
600 mm
22 ROLAMATE
600 mm
22 ROLAMATE
600 mm
18
ROLAMATE
Nil

PRESSURE 500 Pa
Duct Section Length 1.2 m (4 ft)

Gauge
18
-

Joint Type
Bracing Spacing
ROLAMATE
600 mm
ROLAMATE
600 mm
ROLAMATE
600 mm
ROLAMATE
600 mm
ROLAMATE
600 mm

C cleat; S-S cleat; SS Standing S cleat.


For Aluminium Ducts material should be one commercial gauge higher with 22 G as minimum
FABRICATION STANDARDS & EQUIPMENT
All duct construction and installation shall be in accordance with SMACNA standards. In addition ducts
shall be factory fabricated using the following machine to provide the requisite quality of ducts
Coil (Sheet Metal in Roll Form) lines to facilitate location of longitudinal seams at corners/folded edges
only, for required duct rigidity and leakage free characteristics. No longitudinal seams permitted along
any face side of the duct.
All ducts, transformation pieces and fittings to be made on CNC profile cutter for requisite accuracy of
dimensions, location and dimensions of notches at the folding lines.
All edges to be machine treated using lockformers, flangers and rollers for turning up edges.
Duct Connectors and Accessories
All transverse duct connectors (flanges/cleats) and accessories/ related hardware is such as support
systems, shall be zinc-coated (galvanized).
DUCT CONSTRUCTION
All ducts shall be fabricated and installed in workmanlike manner, conforming to relevant SMACNA
codes.
Coil (Sheet Metal in Roll Form) lines to facilitate location of longitudinal seams at corners/folded edges
only, for required duct rigidity and leakage free characteristics. No longitudinal seams permitted along
any face side of the duct.
Ducts shall be straight, smooth on the inside with longitudinal seams shall be airtight, and at corners,
only which shall be either Pittsburgh or snap button as per SMACNA practice, to ensure airtightness.
All ducts up to 900-mm width with in conditioned spaces shall have slip and drive (C & S/SS) joints.
The internal ends of slip joints shall be in the direction of airflow. Care should be taken to ensure that
S/SS Cleats are mounted on the longer side of the duct and cleats on the shorter side. Ducts and
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

220
accessories including insulation within ceiling spaces, visible from air-conditioned area shall be
provided with two coats of mat black finish paint.
All ducts over 900 mm duct size for pressure class 1 / 250 Pa (W.G.), and over 550 mm duct size for
pressure class 2 / 500 Pa (W.G) shall have transverse joints of ROLAMATETM type / Equivalent as
specified .
Changes in dimensions and shape of ducts shall be gradual (between 1:4 and 1:7). Air-turns (vanes)
shall be installed in all bends and duct collars designed ton permit the air to make the turn without
appreciable turbulence.
Ducts shall be fabricated as per details shown in Drawings. All ducts shall be rigid and shall be
adequately supported and braced where required with standing seams, tees, or angles, of ample size to
keep the ducts true to shape and to prevent buckling, vibration or breathing.
All sheet metal connection, partitions and plenums, required to confine the flow of air to and through
the filters and fans, shall be constructed of 18 gauge GSS/16 gauge aluminum, thoroughly stiffened with
25 mm x 25 mm x 3 mm galvanized steel angle braces and fitted with all necessary inspection doors as
required, to give access to all parts of the apparatus. Access doors shall be not less than 45 cm x 45 cm
in size.
Plenums shall be shop/factory fabricated panel type and assembled at site.
Fixing of galvanized angle flanges on duct pieces shall be with rivets heads inside i.e. towards GS sheet
and riveting shall be done from outside.
Self adhesive Neoprene rubber / UV resistant PVC foam lining 5 mm nominal thickness instead of felt,
shall be used between duct flanges and between duct supports in all ducting installation.
SELECTION OF G.I. GAUGE AND TRANSVERSE CONNECTORS
Duct construction shall be in compliance with 1 (250 pa) wg static norms as per SMACNA.
All transverse connector shall be the relocate 4-bolt slip-on flange system (supplied by roaster) or
equivalent imported makes of similar 4-bolt system with built-in-sealant.
The specific class of transverse connector and duct gauge for a given duct dimension will be as per table
1 below of the 1 (250 pa) pressure class.
Non-toxic, AC-application grade P.E. or PVC gasketing is required between all mating rolamate
flanged joints. Gasket size should conform to flange manufacturers specification
Notes
1- SMACNA- Sheet Metal and Air Conditioning Contractors National Association Inc- HVAC Duct
Construction Standards- Metal and Flexible- 1995,
U.S.A.
Reading Guide- For duct sizes between, say 651 mm and 700 mm, when the pressure class is 1 w.g.
static, we require a Rolamatic E class flange and duct gauge of 26. For the same size range but with
static pressure at 4 w.g. a Rolamatic H class flange with duct gauge of 24 should be used.
The Rolamatic flange classes available are designated E, H and J for E & H class of Rolamatic use
gasket size 10 mm wide and 4.5 mm thick. For Rolamatic J- class use 15 mm wide and 6 mm thick
gasket.
For pressure class 6 wg static and above contact Rolastsr to conform the gasket type & size requirement.
5- ( Not applicable for current specification) for non-critical comfort cooling application ( 1 w.g.
pressure class). Optional C & S or C & SS cleat joints can be used.
Upto 450 mm duct size use B & S cleats. 451 to 750 mm duct size C & SS cleats.
Over 750 mm duct size use Rolamatic flanges.
A higher class flanges can always be substituted for a lower class (e.g. class J for class H for class
E.
DUCT CONSTRUCTION
The fabricated duct dimension should be as approved drawing and all connecting section are
dimensionally matched to avoid any gaps.
Dimensional tolerance. All fabricated dimension will be within +/- 1.0 mm of specified dimension. To
obtain required perpendicularity permissible diagonal tolerance shall be +/- 1.0 mm per meter.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

221
Each and every duct piece should be identified by colour coded sticker which shows specific part no.,
job name, drawing no, duct is e and gauge.
Duct shall be straight and smooth on the inside. Longitudinal seams shall be airtight and at comers only,
which shall be either Pittsburgh or snap button punch as per SMACNA.
Changes in dimension and shape of duct shall be gradual (between 1:4 and 1:7) turning Vancs or air
splitters shall be installed in all bands and duct collars designed to permit the air to make the run
without appreciable turbulence.
Plenums shall be shop/factory fabricated panel type and assembled at site.
The deflection of transverse joint should be within specified limit for rectangular duct deflection as
given in SMACNA page no.7.6.
Reinforcement of duct shall be achieved by either cross breaking or straight beading depending on
length of duct.
SUPPORT SYSTEM
A completely galvanized system consisting of fully threaded rods, slotted angles or double L bottom
breakers (made out of 3.0 mm M.S. sheet) nuts. Washers and anchor bolts as supplied by rolastar / Eq.
or generally conforming to SMACNA standard should be used.
As an alterative, slotted galvanized breakers attached to the top two bolt of the rolamate / Eq. system
may also be used as appropriate for the site condition.
To provide the required thermal break effect, neoprene or equivalent material of suitable thickness shall
be used between duct support and duct profile in all supply air duct not enclosed by return air plenums.
INSTALLATION
Tools and tackles for site work.
The duct installation shall conform to SMACNA norms. For duct assembly and installation the used of
suitable tools and tackles should be used to give the required duct quality and speed to installation
including (but not restricted to).
A Electric Pittsburgh seamierused for closing Pittsburgh joints.
B Electrical slitting shearto make cut-outs.
C Drilling machine with drill bitsfor drilling holes in sheet metal work .
D Hammer drill machine with drill bitsfor drilling holes in building structures for anchors.
Installation Practice
All ducts shall be installed as per tender drawings and in strict accordance with approved shop drawing
to be prepared by the contractor.
The contractor shall provide and neatly erect all sheet metal work as may be required to carry out the
intent of these specification and drawings. The work shall meet with the approval of owners site
representative in all its parts and details.
All necessary allowances and provision shall be made by the contractor for beams, pipes or others
obstruction in the building whether or not the some are shown on the drawings. Where there is
interference/fouling with other beams, structural work, plumbing and conduits, the duct shall be suitable
modified as per actual side conditions.
Ducting over false ceiling shall be supported from the slab above or from beams.
In no case shall any duct be supported from falls ceiling hangers or be permitted to rest on false ceiling.
All metal work in dead or furred down space shall be erected in time to occasion on delay to other
contractors work in the building.
Where duct pass though brick or masonry opening it shall be provided with 55 mm thick appropriate
insulation around the duct and totally covered with fire barrier mortar for complete sealing.
All duct shall be totally free from vibration under all condition of operation.
Whenever ductwork is connected to fans air handing unit or blower coil unit that may cause vibration in
the ducts, duct shall be provided with a flexible connection, located at the unit discharge.
1.9 DOCUMENTATION & MEASUREMENT FOR DUCTING
DOCUMENTION

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

222
For each drawing all supply of duct work must be accompanied by computer generated detailed bill of
materials indicating duct size, dimension and quantities in addition, summary sheets are also to be
provided showing duct area by gauge and duct size range as applicable.
Measurement sheet covering each fabricated duct piece showing dimension and external surface area
along with summary of external surface area of duct gauge-wise.
All duct pieces to have a part number, which should correspond to the serial number assigned to it in the
measurement, verification and approvals.
TESTING
After duct insulation a part of duct section (approximately 5% of total ductwork) may be selected at
random and test for leakage. The procedure for leak testing should be followed as per SMACNAHVAC air duct leakage test manual (first edition). As a minimum acceptable , light / smoke test shall
be performed to guestimate the quality of locking and jointing, i.e. to provide a fair idea about the
leakage. OR also acceptable is Test duct for leakage by using test kits containing test blowers , two U
tube manometers , and calibrated curve attached to the orifice tube assembly.
SPECIAL NOTES :
Dampers : All dampers shall be louvre dampers of robust construction and tight fitting. The design,
method of handling and control shall be suitable for the location and service required.
Dampers shall be provided with suitable links levers and quadrants as required for their proper
operation. Control or setting devices shall be made robust, easily operable and accessible through
suitable access doors in the duct. Every damper shall have an indicating device clearly showing the
damper position at all times.
Dampers shall be placed in ducts at every branch supply or return air duct connection, whether or not
indicated on the Drawings for the proper volume control and balancing of the system.
Access Doors
All main work shall be accessible throughout using tight fitted hinged access doors. Doors shall be
provided with neoprene rubber gaskets. Angle joints shall be provided with neoprene rubber gaskets for
leak-tightness of the joints.
Access door / panels shall be provided at following places :
Any other places specifically mentioned in the drawing or if envisaged by the owner / consultants
during execution stage.
In case access doors are to be installed in the insulated ducts, the access door panel shall be double skin
construction with insulation filled in such that it can be operated without damaging the duct insulation.
DUCT DIMENSIONS SHOWN ARE BARE DUCT SIZES, FOR ANY ACOUSTIC LINING / OR
FOR THERMAL INSULATION TO PROVIDE CLEAR GAP BETWEEN DUCT AND FALSE
CEILING, MAKE SUITABLE ALLOWANCES ACCORDINGLY.
AIR TEST AND BALANCE :
Prepare a format for the testing and balancing of air and correct the deficiencies found by the TAB
agency (If involved).
After the installation of entire air distribution system is completed in all respects, all ducts shall be
tested for air leaks by visual inspection and smoke test. The entire air distribution system shall be
balanced using an anemometer.
Measured air quantities at fan discharge and at various outlets shall be identical to or less than 5% in
excess of those specified and quoted. Branch duct adjustments shall be permanently marked after air
balancing is complete so that these can be restored to their correct position if disturbed at any time.
Complete air balance report shall be submitted for scrutiny and approval and four copies of the
approved balance report shall be provided with complete documents.
Return Air Riser: (If any)
These shall be constructed from 24G GSS sheets. They shall be surface mounted on walls inside as
shown and specified and indicated in drawing. Each riser shall be constructed with no projected flanges.
They shall have an openable front / back cover to enable installation at site i.e. fixing the riser to wall
and securing it to the frame mounted in the false ceiling opening. The riser shall be of suitable length to
enable pickup of return air at floor level and to convey the air to return air ducts which are installed
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

223
above the suspended false ceiling. Each riser shall have return air grill and a flat type damper to control
the air quantity.
Return air riser shall be generally as per drawing and as indicated in schedule of quantities.ulting
Engineer : DEW POINT
GRILLES / DIFFUSERS / Fire-smoke dampers / VAV -Thermafusers
Acceptable manufacturer : As per approved list in annexures.
Ceiling diffuser / Grilles shall be of Extruded aluminum construction as per the specifications detailed
hereunder.
AIR REGISTER
The scope of this section includes supplying, installation, testing, balancing and commissioning of
various air distribution products as specified here under. All air distribution products shall have
guaranteed performance rating as regards to air quantity , throw, noise level and pressure drop etc.
Contractor has to provide selection curves at the time of supply.
.SUPPLY AND RETURN AIR REGISTERS AND CEILING TERMINALS:
Supply and return air registers and ceiling terminals shall be made of extruded aluminium section as
specified in BOQ. The registers/terminals shall be either anodised or powder coated in finish as given in
BOQ. Supply air registers/terminals shall be provided with screw operated opposed blade volume
control device of extruded aluminium in mill finish. The registers shall be suitable for fixing
arrangement concealed or visible screw as approved by architect/consultant.
All registers shall be selected as per selection curves and in consultation with architect/consultant. All
registers shall have soft continuous rubber/ foam gasket between the periphery of the registers/terminals
and the surface on which it hasto be mounted.: DEW POI
VOLUME CONTROL DEVICE:
Opposed blade volume control device shall be made of all extruded aluminium construction in mill
finish. Opposed blades shall be pivoted to extruded aluminium frame with Nylon bushes . Specially
designed blade have an overlapping lip which ensure a tight closure.
2.01.S FRESH AIR INTAKE LOUVERS:
Fresh air intake louvers 50 mm deep wherever required as per shop drawing will be made of extruded
aluminium construction duly Anodised or Powder coated. Bird/insect screen will be provided with the
intake louvers. The blades are inclined at 45 on a 40 mm blade pitch to minimise water ingress. The
lowest blade of the assembly shall extended out slightly to facilitate disposal of rain water without
falling in door/wall on which it is mounted. Wherever specified, the intake louvers shall be provided
with factory fitted all aluminium construction volume control dampers in mill finish.
FIRE AND SMOKE DAMPER
A ACCEPTABLE MANUFACTURER : As per approved list of manufacturers in the annexures.
B DAMPER FIRE RATINGS : Minimum 90 minutes .
C Smoke Damper :
Operator : Electric
D Combination Fire and smoke damper
Operator : Electric
SMOKE & FIRE DAMPERS:
All Supply and Return Air Ducts at AHU room crossings and at all floor crossings shall be provided
with approved make fire and smoke dampers of atleast 90 minutes fire rating certified by UL 555:1973.
Fire Damper blades & outer frame shall be formed of 1.6MM galvanised sheet steel. The damper blade
shall be in pivoted on both ends using chrome plated spindles in self lubricated bronze bushes. Stop
seals will be provided on top and bottom of the damper housing made of 16 G galvanised sheet steel.
For preventing smoke leakage side seals will be provided. In normal position damper blade shall be held
in open position with the help of a 24 V operated electric actuators thereby providing maximum air
passage without creating any noise or chatter.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

224
The damper shall be actuated through electric actuator. The actuator shall be energised with the help of
a signal from smoke detector (to be provided by others) installed in AHU Room/R.A.Duct/Damper. The
Fire Damper shall also close due to Temp.rise in S.A. Ducts thru the Electric Temp.sensor factory set at
165 Deg. F micro switches with bakelite base will be provided to stop fan motor and give open & close
signal at remote panel in case of motorised actuator.
Each Dampers in case of motorised Smoke-cum-Fire Damper shall have its own panel which will
incorporate necessary circuit required to step down voltage available from UPS or Emergency Power
Supply to shown status of the damper (open or close), to allow remote testing of damper & indication in
event of damper closure due to signal from smoke sensor/Temperature .sensor & reset button.
Additional Terminal will be provided to have signal (sound beep or visual) in Central Control Room.
The Fire Dampers shall be mounted in fire rated wall with a duct sleeve 600 MM long. The sleeve shall
be factory fitted on fire damper. The joints at sleeve end shall be Slip on type. Minimum thickness of
G1 Sheet shall be 18 G.
The damper shall be installed in accordance with the installation method recommended by the
manufacturer.
SMOKE & FIRE DAMPERS - SPRING RETURNHVAC Consulting Engieer : DEWINT
All Supply and Return Air Ducts at AHU room crossings and at all floor crossings shall be provided
with approved make fire and smoke dampers of atleast 90 minutes fire rating certified by CBRI Roorkee
as per UL 555:1973.
Fire Damper blades & outer frame shall be formed of 1.6MM galvanised sheet steel. The damper blade
shall be in pivoted on both ends using chrome plated spindles in self lubricated bronze bushes. Stop
seals will be provided on top and bottom of the damper housing made of 16 G galvanised sheet steel.
For preventing smoke leakage side seals will be provided. In normal position damper blade shall be held
in open position with the help of a 24 V operated electric actuators thereby providing maximum air
passage without creating any noise or chatter.
The damper shall be actuated through electric actuator. The actuator shall be energised with the help of
a signal from smoke detector (supplied by others) installed in AHU Room/R.A.Duct/Damper. The Fire
Damper shall also close due to Temp.rise in S.A. Ducts thru the Electric Temp.sensor factory set at 165
Deg.F micro switches with bakelite base will be provided to stop fan motor and give open & close
signal at remote panel in case of motorised actuator.
Each Dampers in case of motorised Smoke-cum-Fire Damper shall have its own panel which will
incorporate necessary circuit required to step down voltage available from UPS or Emergency Power
Supply to shown status of the damper (open or close), to allow remote testing of damper & indication in
event of damper closure due to signal from smoke sensor/Temp.sensor & reset button. Additional
Terminal will be provided to have signal (sound beep or visual) in Central Control Room.
Damper Actuator shall be spring return so as to close the damper in the event of power failure
automatically and open the same in case of power being restored.
The Fire Dampers shall be mounted in fire rated wall with a duct sleeve 600MM long. The sleeve shall
be factory fitted on fire damper. The joints at sleeve end shall be Slip on type. Minimum thickness of
G1 Sheet shall be 18 G.
The damper shall be installed in accordance with the installation method recommended by the
manufacturer.
FLEXIBLE DUCTS
Insulated with 25 mm thick fibre glass insulation . Seal off the insulation jacket at its ends and at joints
with mastic , hardcast or similar material.Complete insulation coverage up to the Terminal Air Unit. No
bends shall be made in flexible ducts with the centre line radius less than one and a half duct diameter ,
and only one bend shall occur per three foot length of duct.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

225
PIPING
SCOPE :
The scope of this section comprises the supply and laying of pipes, pipe fitting and valves, testing and
balancing of all water and refrigerant piping required for the complete installation as shown on
Drawings. All piping inclusive of fitting and valves shall follow the applicable Indian Standards.
PIPING DESIGN PARAMETERS
Maximum flow velocity 8 FT/SEC 2.5 M/SEC
Maximum friction 5 FT of Water/ 5 M WATER/
100 ft Run 100 M Run
INSTALLATION BRIEF
A Clean inside of pipe before installing it. Keep installed pipe clean , and protect ends from foreign
material by plugging or capping them.
B Install pipe so that it does not interfere with openings of doors or apparatus access to the equipment or
to electrical equipment.
C Do not install pipes in such a way that they will apply torque to pumps . After the pumps have been
installed and the pumps have been operated , recheck and allign pumps if required.
D Run pipes in straight lines and square with the building. Install risers plumb .Make offsets only where
indicated and where necessary.
E Do not install water pipes in electric rooms , telephone rooms , transformer rooms , or elevator
equipment room.
.F Insofar as possible , drainage piping shall not be installed overhead , whether exposed or above false
ceiling in delivery rooms, operating rooms , nurseries ,food preparation centres, food servicing centres .
G Provide flanged unions through out the pipe systems at all equipments. Make provisions for servicing
and removal of equipment without dismantling the piping.
H Grading Pipes for drainage:
Slope will not be less than per 10 for any condensate drain pertaining to HVAC.
Pipe Jointing:
Preparing Pipe ends:
Machine cut pipe ends square.
Ream pipe ends, after cutting to full diameter.
Where pipe is to be threaded , die cut right hand , pipe stand , clean cut full depth, taper threads. Make
threaded joints so that they will be leakproof without caulking. Apply a thin coat of lubricant to male
threads only. Where pipe is to be welded , die cut end of butt joints at 30degree taper.Weld should have
full penetration with no bubbles or holes, remove all slag.
3.0 PIPING INSTALLATION SPECIFICATION
The drawings indicate schematically the size and location of pipes. Pipes runs and sizes may, however,
be changed to meet the site conditions. The Contractor on award of the work, shall prepare detailed
working drawings showing the cross section, longitudinal section, detail of fittings, locations of
isolating drain and air valves etc. They must keep in view the specific openings in buildings and other
structures through which the pipes are designed to pass. Piping shall be properly supported on or
suspended from stands, clamps hangers etc,, as specified and as required .The tenderer shall adequately
design all the brackets, saddles, clamps, hangers etc. and be responsible for their structural integrity.
Pipe supports shall be of steel , adjustable for height and primer coated with rust preventive paint and
finish coated black. Where pipe and clamp are of dis-similar material, a gasket shall be provided in
between. Spacing of pipe supports shall not exceed the following :
Pipe Size (mm)
Spacing (M)
3 to 12
1.2
19 to 25
1.8
32 to 150
2.4
150 and above
3.0
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

226
Pipe hangers shall be fixed on walls and ceilings by means of metallic rawl plugs.
Vertical risers shall be parallel to walls and column lines and shall be straight and plumb. Risers passing
from floor to floor shall be supported at each floor by clamps or collars attached to pipe and with a
12mm thick ribbed rubber pad or any other approved resilient material. Where pipes pass through the
terrace .Riser shall also have a suitable concrete pipe support at the lowest point.
2.08 Pipe sleeves of 50mm on larger diameter shall be provided wherever pipes pass through well and
the annular space filled with felt and finished with retaining rings having 90 minute fire rating and
enough mastic properties to avoid any cracks or leaks at normal duty..
2.09 Insulated piping shall be supported in such a manner as not to put undue pressure on the insulation.
1.80mm metal sheet shall be provided between insulation and the clamp saddle or roller extending at
least 150mm on both sides of the clamp, saddle or roller.
2.10 Piping work shall be carried out with minimum disturbance to the other works being done at the
site. A program of work shall be chalked out in consultation with the Engineer. Piping layout shall take
due care for expansion and contraction in pipes.VAC Consulting Engineer : DEW P
2.11 All pipes using screwed fittings shall be accurately cut to the required size and threaded in
accordance with IS :554/1955 and burrs removed before laying. Open ends of the piping shall be
blocked to avoid entrance of foreign matter. Wherever reducers are to be made in horizontal runs,
eccentric reducers shall be used if the piping is to drain freely, in other locations, concentric reducers
may be used.
2.25 Gate valves/water type Butterfly valves shall be provided as required or as
shown in the applicable shop drawings conforming to the following specifications
--------------------------------------------------------------------------------------------------------Size
Construction
Ends
Type
--------------------------------------------------------------------------------------------------------12mm to 40mm
Gun Metal
Screwed
Gate valve
50mm and Over
Body-cast iron
Butterfly
valve
Seat-The resilient
lining moduled Black
nitrile rubber.
Disc - SG Iron to
IS : 1865 SG 400/12
& BS : 2789 Gr 420/12
Nylon coated.
-------------------------------------------------------------------------------------------------------Gate valves shall conform to IS : 780/1969, flanges to IS : 1536 or as required.
Valves shall have non-rising spindles unless otherwise specified and shall be suitable for 21 Kg/Sq.cm
test pressure. Tail pieces shall be used where required.
Butterfly Valves:
Butterfly valves shall comprise of standard one-piece body casted out of graded cast iron, disc shall be
of ductile iron, eat made of nitrile rubber with bakelite / S.S. hard back, tight shut-off, PN16 (16kg/cm2)
rated as per IS: 13095. Coating on disc shall either be expoxy or PTFE material. Valves up to NB
200mm shall have hand level with locking arrangement for every 10degree and valves NB 250mm &
above shall be gear operated. Valves NB 350mm & above shall have design to permiot seat replacement
at site. (Recommendation: change rating of valves to PN 1.6 i.e 16 kg/cm2 for static head of 6kg/cm2 or
more in above specs.)
Non Return Valves
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

227
Dual plate non return valve shall comprise of standard one-piece body cast out of graded cast iron, disc
shall be of either graded cast iron, ductile iron or S.S. seat made of nitrile rubber, internals of S.S.
costing on disc other than S.S. shall either be epoxy or PTFE material. Valve shall be tested as per API
598 class 125 ( rated 14/cm2 ) or higher rating. Swing check valves shall normally be used in all water
services. Lift type valves may be used in horizontal runs. Air release and clean out plugs shall be
provided and valves shall be suitable for 16 Kg/Sq.cm test pressure.AC Consulting Engineer : DEW
POINT
Balancing Valves:
Balancing valves up to NB 50mm shall be screwed ends, body & bonnet shall comprise of standard onepiece cast out of graded cast iron or ductile iron ,spindle, disc & other internals shall be of either gun
metal or S.S seat made of nitrile rubber. Balancing valves NB 65mm & above shall be flanged ends,
body & bonnet shall comprise of standard one-piece cast iron or ductile iron spindle , disc & other
internals shall be of either gun metal or S.S. seat made of nitrile rubber. Balancing valve shall have two
pressure ports for connections to mercury manometer to measure pressure drop with non rising
spindle. Valve shall have proper scale & locking arrangement to permit precise regulation valve shall be
tested as per IS: 778 & shall be rated PN 1.6 (16kg/cm2 )
Strainers shall be preferably of the approved Pot type with C.I or fabricated steel bodies designed to the
test pressures specified or to the gate valves. Strainers shall have removable bronze screen with 3mm
perforations and a permanent magnet . Strainers shall be provided with flanges or threaded sockets as
required. The strainers shall be designed so as to enable blowing out accumulated dirt and facilitate
removal and replacement of screen without disconnection of the main pipe. All strainers shall be
provided with equal size isolating gate valves with rising spindles so that the strainer may be cleaned
without draining the system. Strainers shall be provided on the suction side of each pump ; and inlet
side of heat exchanger equipment wherever shown in the drawings.
TEST POINT
A Test Point shall be installed at the inlet and outlet of each pump, balancing valve and heat exchange
equipment like Chiller, Condenser, Cooling Tower, Water Cooling Coil, Boiler. Test Points shall also
be provided at different locations in the water pipe line to facilitate pressure measurement. Test Point
shall be of brass construction, 1/4" BSP with NEOPRENE sealing bushes and shall be provided with
screwed cover
Vibration EliminationVAC Consulting Engineer : DEW POINT
Piping installation shall be carried out with vibration elimination fittings wherever required.
2.33 Testing
All piping shall be tested to hydrostatic test pressure of at least one and a half times the maximum
operating pressure, but not less than 10 Kg/Sq.cm for a period of not less than 24 hours. All leaks and
defects in joints revealed during the testing shall be rectified to the satisfaction of the Engineer. Piping
required subsequent to the above pressure test shall be retested in the same manner. Systems may be
tested in sections and such sections shall be securely capped. The Consulting Engineer shall be notified
well in advance by the contractor of his intention to test a section of piping and all testing shall be
witnessed by the consulting engineer or his authorised representative.
The Contractor shall make sure that proper noiseless circulation of the fluid is achieved through all coils
and other heat exchange equipment in the system concerned. If proper circulation is not achieved due to
air bound connections, the Contractor shall rectify the defective connections. He shall bear all the
expenses for carrying out the above rectifications including the tarring-up and re-finishing of floors,
walls, etc. as required.
No insulation shall be applied to piping until the completion of the pressure testing to the satisfaction of
the Engineer.
The Contractor shall provide all materials , tools equipment, instruments, services and labour required
to perform the test, and shall ensure that the plant room and other areas are cleaned up and spill over
water is removed.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

228
Strainer shall be Y type or pot strainers as shown on the Drawings with cast/MS bodies and
permanent magnet designed for the test pressure specified for the gate valves. Y strainer shall have
bronze/brass screen with 1.25 mm thick 3 mm (16 nos. per sq. inch) perorations. Screens shall be
removable and replaceable without disconnection of the main pipes. All strainers shall be provided with
equal size isolaing gate valves with non rising spindles so that the strainer may be cleaned without
draining the system. Strainer shall be provided on the inlet side of each air handling unit at suction of
each pump and where shown on the drawings. Pot strainer upto 100 mm dia pipes shall be fabricated
out of 6 mm thick M.S. sheet 125 to 300 dia pipes out of 8 mm thick and 350 to 600 mm out of 12 mm
thick M S Sheet Basket for P S above 100 mm dia pipes shall be 1.25 mm thick stainless sheet having 3
mm perforator.
Pipe size Pot Dia
(mm)
50
80
100
125
150
200
250
300
350
400
450
500

Pot HT
(mm)
300
350
450
500
540
610
800
1000
1190
1350
1518
1690

(mm)
400
450
500
600
700
815
955
1105
1300
1500
1700
1800

Basket Dia
Basket HT
(mm)
(mm)
200
240
250
250
300
280
330
340
360
390
400
470
550
510
750
580
895
678
1020
785
1060
890
1100
900

Basket shall be supported on brass disc mounted on solid blocks.


a. All chilled water piping and fitting shall be pressure tested, then insulated and painted as described
under section Insulation. Piping Installation :
b. Tender Drawings indicated systematically the size and location of pipes. The Contractor, on award of
the work, shall prepare detailed shop drawings, showing the cross-section, longitudinal sections, detail
of fittings, location of isolating and control valves, drain and air valves and all pipe supports. He must
keep in view the specific opening in buildings and other structure through which pipes are designed to
pass.
c. Piping shall be properly supported on, or suspended from, stands, clamps, hangers as specified and as
required. The contractor shall adequately design all the brackets, saddles, anchors, clamps and hangers
and be responsible for their structural sufficiency. Vibration isolators shall be provided whereever
required as per section Vibration Isolation. All pipes in A/c plant room shall be supported with pipes
and channels from floor only. Pipe supports shall be of steel, adjustable for height and hot dip
galvanised primer coated with rust preventive paint and finish coated black. Where pipes and clamp are
of dissimilar materials, a gasket shall be provided in between. Spacing of pipe supports shall not exceed
the following :
---- -----------------------------------------------------------------------------------------------------PipeSize
Spacing between supports
----------------------------------------------------------------------------------------------------------Upto 12 mm
1.5 Meter
15 to 25 mm
2.0 meter
30 to 150 mm
2.0 meter
Over 150 mm
2.5 meter
b. Vertical risers shall be parallel to walls and columns lies and shall be straight and plumb. Risers
passing from floor to floor shall be supported at each floor slab by clamps or collars attached to pipe
and with a 15 mm thick rubber pad or any resilient material. where pipes pass through the terrace floor.
Suitable flashing shall be provided to prevent water leakage. Risers shall have a suitable clean out at the
lower point and air vent at the highest point.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

229
c. Pipe sleeves atleast 3 mm thick. 500m/100mm larger in diameter than condenser / chilled water pipes
respectively shall be provided whereever pipes pass through wall and slabs. Annular space shall be
filled with fibreglass and finished with retainer rings.
d. Insulated piping shall be supported in such a manner as not to put under pressure on the insulation
1.00 mm thick metal sheet shall be provided between the insulation and the clamp, saddle or roller,
extending atleast 15 cm both sides of the clamp, saddles or roller.
e. All piping work shall be carried out in a women 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 laying of pipe supports, pipes and pressure testing for
each area shall be carried out in stretch.
f. Cut-outs in the floor slabs for installing the various pipes are indicated in the Drawings. Contractor
shall carefully examine the cut-outs provided and clearly point out where the cell-outs shown on the
drawings do not meet with the requirements.
g. The Contractor shall make sure that the clamps, bracket, clamp saddles and hangers provided for pipe
supports are adequate. Piping layout shall take due care for expansion and contraction in pipes and
include expansions joints where required.
h. All pipes shall be accurately cut to the required size 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. Where reducers are to be made in horizontal runs, eccentric reducers shall be used for
the piping to drain freely. In other locations, concentric reducers may be used.
i. Flanged inspection pieces 1.5 meter long, with bolted flanges on both sides, shall be provided no more
than 30 meters centres where-ever shown in Approved-For- Construction shop drawings to facilitate
future cleaning of all welded pipes.
j. All buried pipes shall be cleaned and coated with zinc chromate primer and bitumen paint then
wrapped with three layers of fibre glass tissue , each layer laid in bitumen.
k. Insulated buried pipes shall be cleaned, de-rusted then coated with rust resistance primer. Insulation
shall be applied as per the section Insulation, wrapped with GI wire and covered with polyethylene
sheet. Two coats (each 6mm thick ) of cement plaster shall be applied over chicken wire mesh lath.
where indicated in Schedule of Quantities, buried insulated pipes shall be waterproofed using coat of
Shali bond or approved adhesive, over the plastered surface, wrapping one layer of fiberglass RP tissue
and one layer of roofing tarfelt with sufficient overlaps, set and sealed with the adhesive held in position
by 16 page GI wire tied at 15 cm intervals.
l. Purge valves shall be provided at all high points in the piping system for venting. Air valves shall be
15 mm pipe size valves with screwed joints. Discharge from the air valves shall be piped through an
equal sized mild steel or galvanised steel pipe to the nearest drain or sump. These pipes shall be pitched
towards drain points.
Testing :
a. All piping shall be tested to hydrostatic test pressure of at least two and half times the maximum
operating pressure, but less than 10 per kg per sq. cm gage for a period of not less than 24 hours. All
leaks and defects in joints revealed during the testing shall be rectified and gotten approved at site.
b. piping repaired subsequent to the above pressure test shall be re-tested in the same manner.
c. System may be tested in sections and such sections shall be securely capped, then retested for entire
system.
d. The Contractor shall give sufficient notice to all other agencies at site of his intention to test a section
or sections of piping and all testing shall be witnessed and recorded by Owners site representative.
e. The Contractor shall make sure that proper noiseless circulation of fluid is achieved through all coils
and other heat exchange equipment in the system concerned . If proper circulation is not achieved due to
air bound connection the Contractor shall rectify the defective connections. He shall bear all expenses
for carrying out the above rectification including the tearing up and re-finishing of floors and walls as
required.HVAC Consulting
f. The Contractor shall provide all materials, tools equipment, instruments, services and labour required
to perform the test and to remove water resulting from leakage and after testing.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

230
Balancing:
a. After completion of the installation all water systems shall be adjusted and balanced to deliver the
water quantities as specified, quoted or as directed.
b. Automatic control valves and two way diverting valves shall be adjusted by balancing cocks provided
for balancing these shall be permanently marked after balancing is completed so that they can be
restored to their correct positions, if disturbed. Complete certified balancing report shall be submitted
for evaluation and approval Upon approval, four copies of the balancing report shall be submitted with
the as installed drawings and completion documents.
---

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

231
PUF HIGH DENSITY SADDLES TO BE USED FOR SUPPORT OF PIPES. THE DENSITY
AND THICKNESS SHALL BE NOT LESS THAN 24 Kg / CuM and 32 mm .
2.2 DUCTWORK INSULATION
BLANKET TYPE DUCT INSULATION (GLASS WOOL)
2.2.1 Insulating material shall be glasswool, resin bonded fibreglass, or other approved equal, reinforced
, foil faced , kraft vapor barrier pre-laminated with aluminum foil. The Thermal conductivity of the
insulation material shall not exceed 0.034 K.Cal per hr-sq. metre - degree C/metre or 0.27 Btu/hr-sq. ft.
- degree F/inch at 32 degree C (90 degree F)mean temperature....., and density shall not be less than 24
Kg/cubic metre . Thickness of the insulation shall be as specified for the individual application. Samples
of insulation material shall be submitted for approval. Acceptable manufacturers as per list of approved
makes.
Use on the following services: Unlined conditioned supply air ducts : 2 thick ( incase of ducted return
air). 1 thick in case of non ducted return air.
Unlined return air ducts : 1 thick.HVAC Consulting Engineer : DEW POIN
Application procedure :
Duct insulation shall be applied as follows :
a. Apply CPRX Compound over the surface after cleaning the ducts
b. Fibre glass, factory laminated with Aluminum foil of approved make in specified thickness to be
fixed tightly to the surface with joints well butted and secured.
c. All joints shall be sealed with 2 wide transparent adhesive based tape as recommended. The
insulation material on the duct should be finally secured with PVC straps. Acceptable manufacturers as
per list of approved makes. Use on the following services: Unlined conditioned supply air ducts : 50
mm thick ( incase of ducted return air) 50 mm thick in case of non ducted return air. Unlined return air
ducts : 25 mm thick.
2.3 BOARD TYPE DUCT INSULATION :
Provide minimum 32 Kg/Cum density , semi rigid factory reinforced foil faced Kraft vapour barrier
glass fiber board system type insulation . Acceptable manufacturers are as per approved list of
manufacturers. Use this material on the following: Unlined supply air / return air ducts in the
mechanical room. Outside air intake plenums / ducts.

2.4 Duct Lining


Acoustical lining of duct wherever specified shall be applied as follows :
a. Fix G.S. sheet channel frame work of 22 gauge 25mm wide x depth equal to thickness of insulation at
600mm center, screwed to the sheet metal by means of brass metal screws.
b. Supply and fix rigid fibber glass slab or other approved equivalent material in the GS sheet channel
frame work with joints well butted together.
c. Cover insulation with RP tissues.Finally cover the insulation with 28 SWAG perforated aluminum
sheet having atlaest 20% perforation with joints overlapped and screwed to the GS sheet channel frame
by means of brass metal screws, to produce an even surface.
2.5.3 EXPOSED DUCT Thermal Insulation:
Duct insulation shall be applied as follows:
i) Apply hot bitumen 85/25 over the surface after cleaning the ducts.
ii) Rigid expanded polystyrene 75 mm thick insulation material in specified thickness to be fixed tightly
to the surface with joints well butted and secured.
iii) Cover the insulation with 24 gauge x 19 mm GI wire mesh with necessary overlapping.
v) Apply 2 layers of 1:3 sand cement plaster mixed with water proofing compound each of 10 mm
thickness achieving smooth surface finish.
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

232
vi) Apply 2 coats of synthetic paint of approved shade.
2.6 Exposed Roof Thermal Insulation:
Under-deck insulation for exposed roof shall be carried out in the manner specified hereunder.
Application of Insulation :
Exposed roof shall be insulated with rigid performed sections of TF quality expanded polystyrene or
equal approved insulation material of specified thickness. Insulation shall be applied as follows :
i) The underside of the ceiling shall be thoroughly cleaned with wire brush and rendered free from all
foreign matter and dirt.
ii) Metal screws shall be fixed with rawl plugs to form a grid work of 100mm x500 mm. 22G GI wire
shall be tied to each screw with 2 equal ends.
iii) Two coats of CPRX compound shall be applied on the cleaned surface. TF quality expanded
polystyrene rigid sections 50mm thick shall be tightly fixed to the surface.
v) The joints of the interface of the slabs shall be sealed with CPRX compound and finished.
SPECIAL NOTES :
Thickness of insulating material Conditioned space unconditioned
a) Supply Air Duct 25mm thick , if the 50 mm thick length travelled by duct is more than or equal to 15
M from the source
b) Return Air Duct N.A 25 mm thick
c) Exhaust Air Duct 25 mm thick N Ar :W POINT
d) Fresh Air Duct External insulation N A
25 mm thick
FIRE BREAKS IN INSULATION
Fire breaks shall be provided in all ducts ( for internal lining / External thermal insulation) after a run of
10 M ( Centre to Centre) . Fire breaks in insulation simply mean that there will be a discontinuity of the
insulating material in form of a MS angle of a minimum of 50mmx50mm x 3mm size. At the interface
of the MS angle and the insulating material , proper care of tucking in of the insulating material shall be
taken , so as to prevent erosion.
MECHANICAL SYSTEMS ACOUSTICS AND VIBRATION CONTROL MEASURES
PART 1 GENERAL
DEFINITIONS
A ACOUSTICS : All measures suggested in the BOQ / Specifications/ Intent and basic mechanical
requirements for the noise control, selection of the equipment at the best operating parameters and
acoustical performance shall be adopted by the manufacturer and the contractor.
B VIBRATION CONTROL : All measures suggested in the BOQ / Specifications/ Intent and basic
mechanical requirements for the vibration control, selection of the equipment at the best operating
parameters and acoustical performance alongwith the necessary isolation devices for vibration control
shall be adopted by the manufacturer and the contractor.
C SUBMITTALS
Submit manufacturers product data and installation procedures for review. All shop drawings

ACOUSTIC AND VIBRATION CONCERN


SCOPE
The scope of this section comprises of the Supply , Installation , Testing and Commissioning of noise
and vibration control equipment and accessories.
STANDARD
The testing of the all noise control equipment and the method use in measuring the noise rating of air
conditioning plant and equipment shall be in accordance with the relevant section of the following
British standards unless otherwise stated :
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

233
BS 4718 : 1971 Method of test of silencer for air distribution systems.
BS 2750:Parts 1-9:1980 Laboratory and field measurement of airborne sound insulation of various
building element. Recommendation for field laboratory measurement of airborne and impact sound
transmission in building.
BS 3638 : 1987 Method of measurement of sound adsorption in a reverberation room.VAC ling
Engineer : DEW POINT
BS 4773: Part 2: 1976 Acoustic performance without additional ducting of forced fan convection
equipment.
BS 4857: Part1978 (1983) Acousting testing and rating of high pressure terminal reheat units.
BS 4954: Part 2: 1978(1987) Acoustic testing and rating of induction units.
BS 5643:1984 Glossary of Refrigeration, Heating Ventilation and Air Conditioning terms.
GENERAL
Mechanical service shall generally be designed and installed with provisions to contain noise and the
transmission of vibration generated by moving plant and equipment schedules to achieve acceptable
noise rating specified for accuping areas. In addition to the provision specified in the specification
particulars attention must be given to the following detail at time of ordering plant and equipment and
their installation:- All moving plant, machinery and apparatus be statically and dynamically balance at
manufactures work and certificate issued. The isolation of moving plant. Machinery and apparatus
including lines equipment from the building structure. Where duct work and pipe work service pass
though walls floor and ceiling or where supported shall be surrounded with a resilient acoustic
absorbing material to prevent contract with the structure and minimize the outbreak of noise from plant
room. The reduction of noise breakout from plant room and the section of externally mounted
equipment and plant to meet ambient noise level requirement of the specifications.
Electrical conduits and connection to all moving plant and equipment shall be carried out in flexible
conduit and cable to prevent the transmission of vibration to the structure and nullify the provision of
anti vibration mountings. All duct connection to fans shall incorporate flexible connections. Except in
cases where these are fitted integral within air handing unit. All resilient acoustic absorbing materials
shall be non flammable vermin and rust proof and shall not tend to break up or compress sufficiently to
transmit vibration or noise from the equipment to the structure. Where practicable silencer shall be built
into walls and floor to prevent the flanking of noise the duct work system and their penetrations sealed
in the manner previously described
Where this is not flexible the exposed surface of the duct work between the silencer and the wall subject
to noise infiltration shall be acoustically clad as specific.
SILENCERS
At tender stage all silencer as scheduled in the specification or on tender drawing will be selected based
on preliminary sound power level obtained from fan/air handing unit manufacturer or fan duties to
achieve a noise rating in the occupied space as specified in basic of design. All plant attenuators shall be
selected to maintain noise criteria given in this specification. Attenuators shall be constructed from high
quality pre-galvanized steel sheet casing with lock formed joints along the casing length . angle iron
cross jointing flanges shall be fitted to silencer casing drilled as required and finished with red oxide
primer paint . Accosting splitter shall be formed by chancel section pre-galvanized steel sheet
framework retaining acoustic fill of a density to attain the required performance. Spli8tter shall have
round nose ends to give smooth entry and exit condition to minimize air pressure drops. The acoustic
fill shall be protected from the air flow by 22 swg minimum perforated galvanized sheet steel. All
silencer shall be selected against a maximum allowable air pressure drop of 10mm. It will be the
responsibility of the contractor at the time of placing order for fan equipment to obtain from the
manufacturers. Certified sound power levels to enable the selected duct silencer to be checked against
the original design information prior to order being placed.
ANTI-VIBRATION MOUTINGS
All items of rotating and reciprocating plant and equipment shall be isolated from the structure by the
use of anti-vibration materials. Mounting or spring loaded support fixed to either concrete bases inertia
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

234
blocks or support steel as indicated. Centrifugal fans and motor within air handing unit shall be isolated
from the farm of the air handing unit by suitable anti-vibration mounting. Fan discharge air connection
shall be fitted with approved flexible connection inter Axial flow fans shall be mounted on steel legs as
diaphragm plates supported on neoprene in shear Anti-vibration mountings and concrete filled steel
upper plinth. The contractor shall be responsible for issuing the steel upper plinth and mountings to the
contractor for building-in. Pipe work connections to circulating pumps, chillers, cooler coils and other
equipment shall be Made with flexible connections as per specifications. The construction of antivibration mountings shall generally comply with the following :Enclosed Spring Mounting (Caged or Restrained Springs) Each mounting shall consist of cast or
fabricated telescopic top and bottom housing enclosing one or more helical steel springs as the principle
isolation elements, and shall incorporate a built-in leveling device. The springs shall have an outside
diameter of not less than 75% of the operating height, and be selected to have at least 50% overload
capacity before becoming coil bound. The bottom plate of each mounting shall have bonded to it a be
neoprene pad designed to attenuate any high frequency energy transmitted by the springs. Mounting
incorporating snobbery of restraining devices shall be designed so that the snubbing damping or
restraining mechanism, is capable of being adjusted to have no significant effect during the normal
running of the isolated machine. Restrained isolator shall be provided on chillers subject to approval by
the manufactures.
OPEN SPRING MOUNTINGS
Each mounting shall consist of one or more helical steel springs as the principle isolation elements, and
shall incorporate a built-in leveling device. The spring shall be fixed otherwise securely located to cast
or fabricated top and bottom plates, and shall have an outside diameter of not less than 75% of the
operating height, and shall be selected to have at least 50% over load capacity before becoming coilbound. The bottom plate shall have bonded to it a neoprene pad designed to attenuate an high frequency
energy transmitted by the springs.
NEOPRENE-IN-SHEAR MOUNTINGS
Each mounting shall consist of a steel top plate, and base plate completely embedded in oil resistant
neoprene. Each mounting shall be capable of being fitted with a leveling device, and bolt holes in the
base plate and tapped holes in the top plate so that they may be bolted to the floor and equipment where
required.
19.8 INERTIA BASES FOR PUMPS
The inertia base shall be an all welded mild steel channel frame the minimum depth of which shall be
1/12 of the longest span between isolator but not less than 150 mm filled with concrete the density of
which shall 2300 kg/m3. The inertia base shall be sufficiently large to provide support for all parts of
the equipments, including any component which overhands the equipment base, such as suction and
discharge elbows on centrifugal pumps. The frame shall include pre-located equipment anchor bolts
fixed into position and housed in a steel sleeve allowing minor bolts location adjustment. Isolator
support brackets shall be provided at 200 mm centers to ensure the concrete and frame is adequately
stiffened against distortion.
19.9 FLEXIBLE CONNECTIONS
Flexible connections shall be provided on all duct work connections to fans, rotating plant and
equipment isolated from structure and anti-vibration materials or mountings. Pipe work and duct work
crossing building movement or construction joints shall be installed with flexible connections. Flexible
connection on duct work to fans etc. Shall be a minimum/ maximum free length of 100mm / 200mm
respectively to minimize noise transmission and noise break out. They shall be completely free from
stress and shall not be required to accept any weight. Thickness and strength of flexible connection
materials shall be suitable to withstand the positive and negative fan pressure to which they swill be
subjected to and shall not allow perceptible leakage. The materials shall be durable, non flammable
having food acoustical quality. Flexible connections shall be fitted to all pump suction and discharge
connections, chillers and other vibrating equipmentand where anti-vibration mounts and inertia basis are
fitted.. Flexible connections shall be fitted to all cooler coil chilled water pipe work connections
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

235
Flexible connections shall allow freedom of movements of plant in all plans. Making flanges to pipe
work flexible connections shall be of the smooth faced weld-nick type. Rubber Bellows shall be fitted
as close to the sources of vibration at practicable. The pipe at the end of the bellows shall be a fixed
point. Rubber bellows shall be single convolution of multiply reinforced EPDM rubber with wire
reinforced cuffs. Flanges shall be able to swivel and be removable. The date of manufacture shall be
molded on the bellows. For tractability membranes shall have an indelible identification showing
manufacturer, country of origin, the type and a batch number. The bars with rubber top hat washers
shall be used on bellows.
For working temperature up to 70 degree Celsius. The rubber bellows shall be tensile synthetic fiber
reinforced. For working temperature between 70 C. and 100 C. the bellows carcass shall be steel wire
mesh reinforced throughout. Steel reinforced bellows shall be manufactured and approved to the
Standards. For temperatures above 100 C. bellows shall be multiply stainless steel with Van Stone ends
swivel flanges. The overall length shall not exceed 130 mm. Flexible connections with screwed
connections shall be reinforced EPDM rubber hoses and shall have at least one full union to avoid
torturing on installation. Flexible pipe connections on chilled water systems shall be suitable for a
working pressure of 10 bar and test pressure of 17 bar

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

236
MISCLLANEOUS CIVIL ITEMS

Miscellaneous civil works such as laying cement concrete foundation for various equipments /
installations, laying of suitable pipes etc which are necessary but not specified under
description of items in schedule of works / BOQ of electrical & mechanical items shall be
executed & measured as per specifications & description of various civil items mentioned under
Part A : Civil building works of this composite tender documents wherever applicable.

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

237
ANNEXURE I
LIST OF APPROVED MAKES OF MATERIALS
S.
No.
1.
2.
3.

4.
5.
6.
7.
8.
9
10
11
12
13
14
15

16

17
18
19
20
21
22

Description of item

Acceptable Makes

Steel / PVC conduit pipe & accessories


PVC insulated copper wire ( FRLS Type
with ISI marked )
Modular Switches & Sockets, Fan
Regulator, RJ-45(cat-6)/ RJ-11 outlets
including modular boxes & plates
Telephone DP boxes
MCBs / RCCB / RCBO/MCB DBs,
Industrial Sockets and accessories.
Sensors for lighting

ISI marked
Finolex/ Polycab/ Havells/ RR Kabel
Legrand / Siemens /
Schneider/MK

Crabtree / ABB /

Krone / D-Link / ITL


Siemens / Schneider/ Legrand /Hager

Wipro / Philips /GE/ Honeywell/Legrand /


Schneider
Rising main / Bus Trunking
Schneider / Siemens / Legrand / L&T /C&S
Luminaires
Philips / Crompton / Wipro /GE / Jaquar
Ceiling Fan ( 5 Star rated ) / Wall fan / Usha/ Crompton Greaves / Orient / Polar /
Exhaust fan / Fresh air fan
Khaitan / Havells
PVC Trunking / cable management MK / Legrand / Schneider
system
HT VCB Panel
Crompton / Schneider (Areva) / Siemens /
ABB / L&T
Dry type Transformer
Siemens/ ABB/ Crompton / Schneider
(Areva) / BHEL
Diesel Engine
Cummins/ Kirloskar / Caterpillar/MTU
/Mitsubishi/Perkins
Alternator
Cummins / Kirloskar / Crompton /
Stamford /Leroy Somer / NGEF/ Jyoti
ACB/ Panel Board Mounting switches /
Siemens / ABB / GE / Schneider / L&T
MCCBs / SDFU/ Contactor / Single
Phase Preventer / Timer
GE/L&T/ABB/Schneider/Siemens/C&S/
Havells / Neptune / Tricolite / Milestones /
Electrical MV panel
ADLEC /Advance Panels & Switchgear/
Pyrotech / Vivid Electromech / Abak
Electrofab / Electro Allied Product
Meter / Measuring Instruments
Conzerv / Secure / Trinity / L&T
CTs ( LT)
Kappa / AE / L&T / Pragati
Indication lamps / push buttons / L&T / Siemens/Schneider/ AE/ Kaycee /
selector switch
IMP
Cable lugs / Glands
Dowells / Wago / Gripwel / Johnsons /
Comet / Smi
Battery Charger Panel
Chloride Power /Emerson /Amara Raja

23

1.1 KV Cable UG Cable / Control Cable


(ISI marked)
33 KV HT Cable (ISI marked)

24

HT Cable Joint

Polycab / Havells / CCI / Finolex/


Universal / Gloster/ RR Kabel / Crystal
Polycab / Havells / CCI / Finolex/
Universal / Gloster/ RR Kabel
Raychem / Dowells / M-seal

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

25
26
27
28
29
30
31

32
33
34
35
36
37
38
39
40

41
42
43
44

45

46

47
48
49

238
All other accessories related to HT Brk. Makes shall be as per manufacturer
And Transformer.
standard.
Portable Fire extinguishers
Ceasefire / Safex / Minimax / Fire shield
Joints / End termination
Xicon (CCI) / M-Seal / Raychem
Battery
Exide / Amara raja / Panasonic / Global &
Yuasa
APFC Panel
EPCOS / Siemens / L & T / GE / Neptune
/ Schneider (Meher)
Tata /Vardhman / Zenith /Kiran /Raychem
Insulating Mat
/Elstomer
Patny Systems / Indmark Formtech / UCIC /
Cable Tray
Kanade Anand / VATCO
SH : Fire Detection , Fire fighting installations
Kirloskar/Cummins / Caterpillar/ Ashok
Diesel Engine for Fire Pump Set
Leyland
Kirloskar/Mather & Platt/ KSB/ Best &
Pump
Crompton
Siemens/ Kirloskar/ Crompton / ABB /
Motor
Jyoti
Cushy foot / Anti vibration pads
Dunlop / Resistoflex / GERB
Kirloskar of Class PN 1.6 / Audco/Leader/
Sluice valve / non return valve
Advance
Gun Metal Valve (ISI marked)
Kirloskar / Sant/Leader
Butterfly Valve
Kirloskar / Audco/Leader/ Advance
Danfoss / Honeywell / Indfos / Fiebig/
Pressure Switch
HGuru
Fire fighting equipments such as single
headed/double headed hydrant valves,
Fitting, Nozzles, Fire Brigade Inlet/ Outlet Newage/ Minimax / Ceasefire / Omex
Connection,
Siamese
Connections,
Landing Valve, Branch pipe etc.
Hose reel (ISI marked)
Dunlop / Newage/ Minimax / Ceasefire
Dunlop / Newage/ Minimax / Ceasefire /
RRL Hose pipe (ISI marked)
Mitras
Dunlop / Newage/ Minimax / Ceasefire /
First aid hose reel drum
Mitras
Notifier ( Honeywell ) / Edwards ( United
Addressable fire alarm system ( Panel /
Technologies ) / JOHNSON CONTROL
Sounder / Manual Call box & accessories )
/Cerberus (SIEMENS) / BOSCH
Notifier ( Honeywell ) / Edwards ( United
UL approved Fire alarm detector (smoke /
Technologies ) / JOHNSON CONTROL
heat / optical / multi function etc.)
/Cerberus (SIEMENS) / BOSCH
SH : LIFTS
OTIS/KONE/SCHINDLER/MITSUBISHI/
Lifts
JOHNSON
SH : Air-conditioning , Ventilation
VRF Air conditioner ( Indoor , outdoor
Toshiba / Mitsubishi/Hitachi /Voltas/
unit)
Blue Star/ Daikin/ LG
Ductable Split A.C.
Daikin / Blue Star / Voltas / Carrier
Factory Fabricated Duct
Rolastar / Ductofab / Zeco / ETA
Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

50

Fire & Smoke Damper

51
52

Fire Damper Actuator


Grills / Diffusers

53
Filters
54

57

Vibration Isolator / Flexible coupling /


Ribbed pad
Cellulose Pads
PUF & PHENOLIC FOAM
INSULATION
Expanded Polystyrene insulation

59

Chemically Cross linked Polyethylene

59

THERMAL INSULATION (PUF &


PHENOLIC FOAM )

60

DUCT ACOUSTIC INSULATION

61
62

Fire Retardant Hessian


Closed Cell Nitrile Rubber Insulation
(Class O ) ( UL 94 approved )
Glass wool, Mineral wool, Fibre Glass

55
56

63

64
65
66
67
68
69
70
71
72
73
74

Bituminous/ Mastics/ Tar felt / CPRX


compound

Miscellaneous Items
MS / GI Pipe ( ISI marked )
STEEL
Rails , Steel channels, angles
GSS Sheet
Aluminium Sheet

U.P.Twiga / Owens corning / Malanpur


Entech / Lloyd / KIMMCO
Navair / Vipen / Sukri Paints & Chemicals
Armaflex ( Armacell ) / Vidoflex (Anavid)
/ Kaiflex ( Kaimann) / K-Flex
U.P.Twiga / Owens corning / KIMMCO /
Lloyd
Shalimar tar/ TIKI TAR product

SAIL/ Jindal ( Hisar) / Tata


SAIL / IISCO / TISCO / JINDAL
TATA / SAIL / JINDAL
TATA / SAIL / JINDAL
Hindalco / Balco / Nalco
ICI / Asian / Berger / Nerolac

Paint
Voice

Glacier Cor / Munters / AmericanAirFilter


UPTWIGA / Lloyd / Malanpur Entech /
KIMMCO / Owens corning
Beardsell / Styrene Packing / Toshiba /
Thermowell / Astha Polymer
Paramount / Supreme / Aeroflex/
Phenotherm.
UPTWIGA / Lloyd / Malanpur Entech /
KIMMCO / Owens corning

Kirloskar / Audco / Leader / Sant / Rapid


Cool / L&T / Advance / Castle

Ball / Gate / Globe / NRV valve

LAN / Data/
components
Any other item

239
Caryaire / Mapro / Ravistar / Airflow/
Servex / Dynacraft
Belimo / Siemens / Danfoss/ Honeywell
Caryaire / Mapro / Dynacraft / Ravistar /
Airflow / Blue Star / Zeco / Suvidha /
Servex
Thermodyne / Klenzoid / Purolator /
Spectrum / Mechmark / Puromatic / John
Flower / Champharam
Resistoflex / Dunlop / Emerald / Kanwal

Networking

D-Link / Digilink / Molex / Ponduit


Systimax / Tyco / HP
To be decided by Engineer-In-Charge

Correction-Nil
Addition Nil
Omission-Nil.
AE(P)

EE(P)

Anda mungkin juga menyukai