147
TAMILNADU TRADE PROMOTION ORGANISATION Tender Document for the replacement of Screw Chillers at Exhibition Hall No.1 & 2 TAMILNADU TRADE PROMOTION ORGANISATION (A Joint Venture of Govt. of India and Govt. of Tamil Nadu) Chennai Trade Centre Complex Mount Poonamallee Road, Nandambakkam, Chennai – 600 089. Phone No: 044-65480174, Fax No: 044-2231 3555 Website: www.chennaitradecentre.org Email: [email protected]

TAMILNADU TRADE PROMOTION · PDF fileTAMILNADU TRADE PROMOTION ORGANISATION, Chennai invites sealed Tenders under three ... The tender forms and other details can be collected from

Embed Size (px)

Citation preview

TAMILNADU TRADE PROMOTION

ORGANISATION

Tender Document for the replacement of

Screw Chillers at Exhibition Hall No.1 & 2

TAMILNADU TRADE PROMOTION ORGANISATION

(A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

Chennai Trade Centre Complex

Mount Poonamallee Road, Nandambakkam, Chennai – 600 089.

Phone No: 044-65480174, Fax No: 044-2231 3555

Website: www.chennaitradecentre.org

Email: [email protected]

DISCLAIMER

The information contained in this tender document or subsequently provided to bidders,

whether verbally or in documentary form by or on behalf of Tamilnadu Trade Promotion

Organisation (TNTPO) or any of their employees or advisors (collectively referred to as

“TNTPO representatives”), is provided to the bidders on the terms and conditions set out in this

document and any other terms and conditions subject to which such information is provided.

This document is not an agreement and is not a offer or invitation by TNTPO Representatives to

any other party. The purpose of this document is to provide interested parties with information to

assist the formulation of the proposal.

This document does not purport to contain all the information each bidder may require.

Certain bidders may have a better knowledge of the proposed assignment and than others. Each

bidder should conduct its own due diligence, investigations and analysis and should check the

accuracy, reliability and completeness of the information in this document and obtain

independent advice from appropriate sources. TNTPO Representatives make no representation of

warranty and shall incur no liability under any law, statue, rules or regulations as to the accuracy,

reliability of completeness of the document, the award of the assignment, the information and

any other information supplied by of on behalf of TNTPO or otherwise arising in anyway from

the selection process.

The prospective bidder will be responsible for all obligations to its staff, their payments,

complying with the labour laws, minimum wages Act and any other Act relevant for the working

of the bidder’s staff. Under no circumstances, TNTPO will be responsible for any non-

compliance with statutory requirements of the bidder’s staff.

TNTPO may in their absolute discretion, but without being under any obligation to do so,

update, amend or supplement the information in this document from time-to-time, after

intimating the same to the bidders. TNTPO reserves the right to accept or reject any or all

proposals without giving any reasons. The bidding process shall be governed by the laws of India

and courts at the State of Tamilnadu will have jurisdiction over the matter concerning and arising

out of document.

INDEX

Sl. No. INDEX Page No.

1 Notice Inviting Tender

2 Press Notice Forming Part of Tender 1

3 Tender details 2 – 6

4 Instruction to Tenderer 7 – 14

5 Proforma of Schedules 15 – 17

6 Affidavit 18 – 28

7 Bank Guarantee 28 – 30

8 Annexure – I 31 – 50

Special Instructions 31 – 35

Commercial Information 36 – 38

Technical – General Requirements 39 – 40

General Conditions 41 – 47

Special Technical Conditions 48 - 50

9 Testing Reports 51 – 55

10 Technical Specification 56 – 129

11 Annexure – II 130 – 134

12 Annexure – III 135 – 136

13 Schedule of work 137 - 143

TAMILNADU TRADE PROMOTION ORGANISATION

Date: 11/11/2013

NOTICE INVITING TENDER

TAMILNADU TRADE PROMOTION ORGANISATION, Chennai invites sealed Tenders under three

bid systems i.e. EMD cover, Technical Bid and Price Bid from reputed Firms / Companies and contractors for the

works given below:

Sl.

No

Description of

work

Tender

No.

Cost of

Tender

Document

Rs.

Estimated

cost of the

work

Rs.

EMD

Rs.

Sale of

Tender

Document

Last date

of

submission

of tender

document

Time, Date

&Place for

opening of

Technical

bid

01 Repair &

Replacement work

of HVAC system

for Hall 1 & 2 at

Chennai Trade

Centre. SH:

Replacement of

existing air cooled

chiller and

connected works.

CTC/ AC

PLANT/

HESS/

007

5000 1,80,00,000 3,60,000 15.11.2013

to

06.12.2013

between

10.00 hrs

to

17.00 hrs

on all

working

days

09.12.2013

On or

before

15.00 hrs

09.12.2013

at 15.30 hrs

in the

office of

TNTPO. 02 Whitewashing &

Painting works at

Chennai Trade

Centre Complex.

CTC/

WHITE

WASHI

NG/

HESS/

008

1000 40,00,000 80,000

All relevant details, Terms & Conditions etc. are available on website www.chennaitradecentre.org.

Tender document can either be downloaded from http://www.chennaitradecentre.org or collected in person on

payment by Demand Draft in favour of “TAMILNADU TRADE PROMOTION ORGANISATION” payable at

Chennai towards the cost of tender document. The cost of tender documents will not be refunded under any

circumstances.

Pre-bid meeting will be held at 11.00 am on 25.11.2013 for the description of work item in sl.no 01 & at

11.30 am on 27.11.2013 for the description of work item in sl.no 02 at the office of TAMILNADU TRADE

PROMOTION ORGANISATION, CHENNAI TRADE CENTRE, NANDAMBAKKAM, CHENNAI-600 089,

TAMILNADU, INDIA. Phone: 044-65480174, E-mail:[email protected].

MANAGING DIRECTOR

1

TAMILNADU TRADE PROMOTION ORGANISATION

O/o The Managing Director,

Chennai Trade centre,

Poonamalle Road, Nandambakkam,

Chennai.

Tender No: CTC/AC PLANT/HESS/007 Dated:15.11.2013

PRESS NOTICE FORMING PART OF TENDER

The Managing Director, Chennai Trade Centre, Nandambakkam,

Chennai invites sealed item rate tender in three bid system from the

eligible companies or its authorized dealers and contractors from

the HVAC category specialized in similar HVAC works with

approved chiller makes of TRANE / CARRIER / DHUNHAMBUSH /

HITACHI / KIRLOSKAR / BLUESTAR / CLIMA VENETA / BLUE

BOX / DAIKIN / YORK / VOLTAS for the following work

2

TENDER DETAILS

S.NO DESCRIPTION DETAILS

1 Name of the work Repair & replacement work of HVAC system for Hall 1 & 2 at Chennai Trade Centre. SH: Replacement of existing air cooled chiller with new air cooled screw chiller and connected works.

2 Tender Number CTC/AC PLANT/HESS/007

3 Estimated Cost Rs 1,80,00,000

4 E M D Rs 3,60,000

5 Cost of tender documents

Rs 5,000

6 Period of completion 5 Months

7 Last date of issue of tender

06.12.2013

8 Time & date of submission of tender

09.12.2013 on or before 15.00 hrs

9 Time & date of opening of first bid (eligibility criteria)

09.12.2013 at 15.30 hrs

The tender forms and other details can be collected from O/o

The Managing Director, Chennai Trade Centre, Nandambakkam,

Chennai.

Note: Contractors who fulfill the following requirements shall only

be eligible to apply.

1. Joint ventures are not eligible.

2. Firms should have satisfactorily completed works as

mentioned below during the last 7 years ending 31-03-2013

A) Three similar works each of value not less than Rs

7500000-00 (Rupees Seventy five lakhs only) and of

individual capacity of chiller not less than 300TR should

have been completed.

3

(OR)

B) Two similar works each of value of Rs 11200000-00 (Rupees

One crore and twelve lakhs only) and of individual capacity

of chiller not less than 300TR should have been completed.

(OR)

C) One similar work of value of Rs 14700000-00 (One crore

forty seven lakhs only) and of capacity chiller 300TR.

3. Similar work means Supply, Installation, testing,

commissioning and handing over of Air conditioning system

comprising of chiller and connected associated works such as

air distribution system, piping, insulation and electrical works.

The value of the work executed 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 actual date

of completion and up to the date of receipt of application of

tender. Self attested copy of completion certificate should be

submitted along with the application. The completion

certificate should be signed by an officer in the rank of

Executive Engineer in case of government or public sector

undertaking works and in case of private works it should be

not less than a rank of middle management technical officer of

the firm. The completion certificate should have following

details.

a. The date of completion of work

b. Complete description of the work

c. Total contract value of the work

d. That the work has been completed successfully &

satisfactorily.

4

4. Copy of solvency certificate attested by the bank or gazette

officer issued not earlier than 01-04-2012 to be furnished.

5. Earnest money deposit should be deposited along with the

tender documents in separate cover marked as “Earnest

Money” in the form of demand draft or banker cheque or Bank

Guarantee drawn in favour of Tamilnadu Trade Promotion

Organisation payable at Chennai.

6. EMD amount shall be accepted by way of bank guarantee or to

be deposited as detailed above.

7. Copies of work experience, bank solvency certificate and other

eligibility documents shall be submitted on or before the last

date of tender submission and certified copy of all such

documents shall be deposited in a separate cover marked as

“Eligibility Documents”.

8. Both the covers the EMD & Eligibility documents should be

sealed in a separate cover with due mention of name of work,

date & time of opening of tender. This cover shall be named as

cover: A and the same shall be submitted to the office of the

managing director, Chennai trade centre, Nandambakkam.

Chennai.

9. The first bid that is cover: A would be opened first on due date

and time as mentioned earlier in the document. Upon

scrutinizing the EMD receipt and found to be in order then

only the second cover which is placed inside the cover: A that

is “Eligibility Documents” will be opened. In case EMD

submitted by the vendor is not as per tender requirement

other covers will not be opened and the tender of such vendor

will be rejected.

10. Scrutiny and evaluation of technical bid shall be done by the

end user in consultation with any agency as deemed necessary

by the end user. Technical bid meeting will be held with

eligible and qualified vendors after opening of technical bid.

5

The end user reserves the right to modify the technical &

commercial conditions/ specifications if required.

11. The time and date for opening of financial bid of vendors who

satisfy the eligibility criteria and whose technical bid is

accepted would be communicated to them at a later date.

12. When the bids are invited in three stages and if it is desired

to submit revised financial bid then it shall be mandatory to

submit such revised financial bid. If not submitted then the

financial bid submitted earlier will become invalid

automatically.

13. The end user Chennai Trade center reserves the right to

reject any prospective application without assigning any

reason and to restrict the list of qualified vendors to any

number deemed suitable by them, if too many bids are

received satisfying the laid down criteria.

14. Canvassing in any form is not accepted and Chennai trade

center reserves the right to reject issue of application form, to

those indulge in such act.

Managing Director

Chennai Trade Centre,

Nandambakkam, Chennai.

LIST OF DOCUMENTS TO BE SUBMITTED WITHIN THE

PERIOD OF TENDER SUBMISSION:

A. Eligibility Documents:

1. Certificate of work experience

2. Bank solvency certificate

3. Earnest deposit amount as specified.

6

A. Technical Bid Documents:

1. Schedule of technical specification and commercial

condition as per Annexure-I

2. Schedule of technical data as per Annexure-II

3. Schedule of addresses of manufacturer premises / places

of inspection as per Annexure-III

4. List of approved make as per Annexure-IV

5. List of technical literature & catalogue and any other

related technical information as per Annexure-V

6. Technical data sheet duly filled I all respect.

Note: All the above documents to be signed and seal to be

affixed.

B. Financial bid documents:

1. Schedule of work- Schedule A

Managing Director,

Chennai Trade Centre,

Nandambakkam, Chennai.

TAMILNADU TRADE PROMOTION ORGANISATION

O/o The Managing Director,

Chennai Trade centre,

Poonamalle Road, Nandambakkam,

Chennai.

7

Tender No: CTC/ACPLANT/HESS/007

Dated:15-11-2013

TAMILNADU TRADE PROMOTION ORGANIZATION

Office of The Managing Director, Chennai Trade Centre,

Nandambakkam, Chennai

INSTRUCTION TO TENDERERS

1 Item rate bids are invited eligible contractors in HVAC category and firms which are specialized in Similar HVAC Works for the work of “Repair & replacement work in HVAC System for Hall 1 & 2 at Chennai Trade Centre. SH: Replacement of existing air cooled chiller with new air

cooled screw chiller & connected works.

1.1. The work is estimated to cost Rs.1,80,00,000/. This estimate

however given is merely as a rough guide.

1.1.1. The authority competent to approve specification etc for the

combined cost and belonging to the major discipline will consolidate

details for calling the Bids. He will also nominate appropriate

agency 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 indicates the estimated cost of each

component separately. The eligibility of bidder will correspond to

the combined estimated cost of different components put to bid.

1.2. Intending tenderer 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:-

8

Criteria of eligibility for submission of bid documents:

1.2.1. Conditions for all contractors:

As indicated in the `Press Notice` vide page – 1 & 2

1.2.2. To become eligible for issue of bid, the bidder shall 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 for biding in Chennai

Trade Centre 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. Agreement shall be drawn with the successful bidder on

prescribed Form or other Standard Form which is available as a

Govt. of India Publication. Bidder shall quote his/her rates as per

various terms and conditions of the said form which will Form part

of the agreement.

3. The time allowed for carrying out of the work will be 5

months from the date of start as defined in schedule `F` or from the

first date of acceptance of order, whichever is later, in accordance

with the phasing, if any, indicated in the bid documents.

4. The site for the work will be made available as and when it is

requested subject to the availability of existing chiller shutdown. In

any case centre business should not get affected and due care shall

be taken by the vendor while executing the work. Failure on part of

the vendor shall attract penalty equal to the double the value of loss

occurred by the centre.

5. The bid document consisting 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

9

necessary documents except Standard General Conditions of

Contract Form can be seen in the office of the Chennai Trade

Centre, Nandambakkam, Chennai.

6. When bids are invited in three stage system and if it is desire

to submit revised financial bid then it shall be mandatory to submit

revised financial bid. If not submitted, then the tender submitted

earlier shall become invalid.

7. Earnest Money in the form of Demand Draft or Banker`s

Cheque shall be deposited in original in office of The Managing

Director.

(i) Interested contractor who wish to participate in the bid

has also to make a payment of Rs.5000/- in the form of Cash or

Demand Draft/Pay order or Banker`s Cheque of any Schedules

Bank drawn in favour of The Managing Director, Chennai Trade

Centre, Chennai.

Demand Draft or Banker`s Cheque or Bank Guarantee against

EMD shall be placed in single sealed envelope superscribed with

name of work and due date of opening of the bid also mentioned

thereon.

Copy of certificate of work experience, Bank solvency certificate and

other eligibility documents shall be submitted with in the period of

tender submission and certified copy of each shall be deposited in a

separate envelope marked as “Eligibility Documents”.

Both the envelopes shall be placed in another envelope with due

mention of Name of work, date & time of opening of bids and to be

submitted in the office of The Managing Director after last date &

time of submission of bid up to 03:00 PM on 09.12.2013.

The documents submitted shall be opened at 03:30 PM on the

same day.

The bid documents submitted by intending bidders shall be opened

only of those bidders, whose Earnest Money Deposit, and other

10

documents placed in the envelope are found in order. The bid

submitted shall be opened at 03:30 PM on 09th December 2013.

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/

Banker`s 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.1,00,000/-) or Government

Securities or Fixed Deposit Receipts or Guarantee Bonds of any

Scheduled Bank or the State Bank of India in accordance with the

prescribed form. In case the contractor fails to deposit the

said performance guarantee within the period as indicated in

Schedule `F` including the extended period if any, the Earnest

Money deposited by the contractor shall be forfeited automatically

without any notice to the contractor.

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 subsoil (so far as is

practicable), the form and nature of the site, the means of access to

the site, 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 bidder 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 bidder 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

11

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 does not bind them to accept the

lowest or any other bid and reserves to itself the authority to reject

any or all the bids received without the assignment of any reason.

All bids in which any of the prescribed condition is not fulfilled or

any condition including that of conditional rebate is put forth by the

bidder 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.

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 bidder shall be bound to perform the same at the

rate quoted.

15. No Engineer of Gazette rank or other Gazette Officer

employed in Engineering or Administrative duties in an Engineering

Department of the Government of India is allowed to work as

contractor for a period of one year after his retirement from

Government of India in writing. This contract is liable to be

cancelled if either the contractor or any of his employees is found

any time to be such a person who had not obtained the

permission of the Government of India as aforesaid before

submission of the bid or engagement in the contractor`s service.

16. The bid for the works shall remain open for acceptance for a

period of one hundred and twenty (120) days from the date of

opening of technical bid in case bids are invited on 3 bid system. 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

12

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 bidder shall not be allowed to

participate in the rebidding process of the work.

17. This notice inviting Bid shall form a part of the contract

document. The Successful bidder / contractor, on acceptance of

his bid by the Accepting authority shall within 15 days from the

stipulated date of start of the work, sign the contract consisting of:-

a) The Notice Inviting bid, all the documents including additional

conditions, specifications and drawings, if any, forming part of the

bid as submitted at the time of invitation of bid and the rates

quoted at the time of submission of bid and acceptance thereof

together with any correspondence leading thereto.

The Managing Director,

CHENNAI TRADE CENTRE

TAMILNADU TRADE PROMOTION ORGANIZATION

Office of The Managing Director, Chennai Trade Centre,

Nandambakkam, Chennai

13

PROFORMA FOR EMD COVERING LETTER

I/We have read and examined the notice inviting bid, schedule,

specification applicable, drawings, design, general rules and

directions, conditions of contract, clauses of contract, special

conditions, schedule of rate & other documents and rules referred

to in the conditions of contract and all other contents in the bid

document for the work.

I/We hereby bid for the execution of the work specified within the

time specified, schedule of quantities and in accordance in all

respect with the specifications, design, drawing instructions in

writing referred to in rule-1 of general rules and directions and in

clause 11 of conditions of contract and with such materials as are

provided for, by, and in respect of accordance with, such

conditions so far as applicable.

We agree to keep the tender open for one hundred and twenty

(120) days from the date of opening of technical bid in case

tenders are invited on three bid system and not to make any

modifications in its terms and conditions.

A sum of Rs 3,60,000-00 is hereby forwarded by way of demand

draft / banker cheque / bank guarantee towards earnest money

deposit. If I/We fail to furnish the prescribed performance

guarantee within the prescribed period, I/We agree that the

officer in charge shall without prejudice to any other right or

remedy, be at liberty to forfeit the said earnest money deposit

absolutely. Further if I/We fail to commence the work as specified

I/We agree that the officer in charge shall without prejudice to

any other right or remedy, be at liberty to forfeit the said earnest

money deposit and the performance guarantee absolutely,

otherwise the said earnest money deposit shall be retained by

him towards security deposit to execute all the works referred to

in the bid 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

14

appropriate clause of the bid form. Further I/We agree that in

case of forfeiture of earnest deposit and performance guarantee

as aforesaid, I/We shall be debarred from participation in the re

bidding process of the work.

I/We undertake and confirm that eligible similar work(s) have not

been got executed through another contractor on back to back

basis. Further that if such a violation comes to the notice of the

officer in charge then I/We shall be barred for bidding in this

tender as well as in future forever. Also if such a violation is

noticed before the start of work, the 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 bid documents,

drawings and other records connected with the work as secret

and confidential and shall not communicate information derived

there from to any person other than 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:

Witness: Signature of contractor

Address:

Occupation Postal address

15

TAMILNADU TRADE PROMOTION ORGANIZATION

Office of The Managing Director, Chennai Trade Centre,

Nandambakkam, Chennai

PROFORMA OF SCHEDULES

SCHEDULE: A

Schedule of quantities

SCHEDULE: B

Schedule of materials to be issued to the contractor

S.NO ITEM QTY RATE PLACE

1 2 3 4 5

NIL NIL NIL NIL NIL

SCHEDULE: C

Tools and plants to be hired to the contractor

S.NO ITEM QTY RATE PLACE

1 2 3 4 5

NIL NIL NIL NIL NIL

SCHEDULE: D

Extra schedule for specific requirement/document for the work, if

any.

SCHEDULE: E

1 Name of work: “Repair & replacement work in HVAC System for Hall 1 & 2 at Chennai Trade Centre. SH: Replacement of existing air cooled chiller with new air

cooled screw chiller & connected works.

16

Estimated Cost of work: Rs 1,80,00,000-00

Earnest money deposit: Rs 3,60,000-00

Performance guarantee: 5% of tendered value

Security deposit: 5% of the tendered value.

SCHEDULE: F

GENERAL RULES AND DIRECTIONS

Officer inviting bid: The Managing Director, Chennai Trade

Centre,Nandambakkam, Chennai

Maximum percentage for quantity of items of work to be

executed beyond which rates are to be determined in

accordance with clauses deviation limit: See below

Clause: Constitution of dispute readdressel committee:

For claims up to 25.00 lakhs

For claims over 25.00 lakhs

DEFINITIONS:

In charge: The Managing Director, Chennai Trade centre, Chennai. Percentage on cost of materials & labour to cover all overheads and profits: 15% Time allowed for submission of performance guarantee from the date of issue of letter of acceptance: 15 Days Maximum allowable extension beyond the period with late fee @0.1% per day of guarantee amount provided as above: 7 Days. Authority for fixing compensation: The Managing Director, Chennai Trade Centre. Number of days from the date of issue of letter of acceptance for reckoning date of start: 07 Days. Mile stone(s) for work:

17

S.NO DESCRIPTION OF ITEM TIME ALLOWED

PENALTY

1 Supply of chiller at site 12 weeks 2% of chiller cost

2 Supply of materials for associated works

6 weeks 2% of associated work cost

3 Installation of chiller and associated works

6 weeks 2 % of total order value

4 Testing, commissioning and handing over

4 weeks 1% of the total contract value

Time allowed for execution of work: Five months.

Authority to decide extension of time, rescheduling of milestone:

The Managing Director, Chennai Trade Centre, Chennai.

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 for interim payment: Rs 5.00Lakhs.

Specification to be followed for execution of work: Technical

specification provided in this tender to be strictly followed.

Deviation limit beyond which rate determination is required for

additional quantity: 25%

Competent authority to decide on reducing rates: The Managing

Director, Chennai Trade Centre.

TAMILNADU TRADE PROMOTION ORGANIZATION

Office of The Managing Director, Chennai Trade Centre,

Nandambakkam, Chennai

18

AFFIDAVIT

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 in charge then, I/We shall be debarred for tendering in

Chennai Trade Centre work in future forever. Also if such a

violation comes to the notice of incharge before the start of work,

the incharge shall be free to forfeit the entire amount of earnest

money deposit and performance guarantee.

Name & Signature of the contractor.

19

TAMILNADU TRADE PROMOTION ORGANIZATION

Office of The Managing Director, Chennai Trade Centre,

Nandambakkam, Chennai

AGREEMENT

To be signed by the bidder and same signatory competent /

authorized to sign the relevant contract on behalf of Chennai Trade

Centre

This Agreement is made at …………..on this……………day of………..

20………

BETWEEN

The Managing Director,…………………..

(Name of Division)

Chennai Trade Centre, ………………………………, (Hereinafter

referred as the

(Address of Division)

`Principal/Owner`, which expression shall unless repugnant to the

meaning or

context hereof include its successors and permitted assigns)

AND

…………………………………………………………………………..

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

through………………………………………………… (Hereinafter referred

to as the

20

(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……………………..

…………….) (hereinafter referred to as “Tender/Bid’) and intends

to award, under

laid down organizational procedure,

contract for

…………………………………………………………………………………

(Name of work)

hereinafter referred to as the “Contract”

AND WHEREAS the Principal/Owner values full compliance with all

relevant laws of the land, rules, regulations, economic use of

resources and of fairness/transparency in its relation with its

Bidder(s) and Contractor(s).

AND WHEREAS to meet the purpose aforesaid both the parties have

agreed to enter into this Agreement (hereinafter referred to as

Agreement, the terms and conditions of which shall also be read as

integral part and parcel of the Tender/Bid documents and Contract

between the parties.

NOW, THEREFORE, in consideration of mutual covenants

contained in this Pact, the parties hereby agree as follows and this

Pact Witnesses as under:

21

Article 1: Commitment of the Principal/Owner

1) The Principal/Owner commits itself to take all measures

necessary to prevent corruption and to observe the following

principles:

(a) No employee of the Principal/Owner, personally or through any

of his/her family members, will in connection with the Tender, or

the execution of the Contract, demand, take a promise of or accept,

for self or third person, any material or immaterial benefit which

the person is not legally entitled to.

(b) The Principal/Owner will, during the Tender process, treat all

Bidder(s) with equity and reason. The Principal/Owner will, in

particular, before and during the Tender process, provide to all

Bidder(s) the same information and will not provide to any Bidder(s)

confidential / additional information through which the Bidder(s)

could obtain an advantage in relation to the Tender process or the

Contract execution.

(c ) The Principal/Owner shall Endeavour to exclude from the

Tender process any person, whose conduct in the past has been of

biased nature.

2) If the Principal/Owner obtains information on the conduct of any

of its employees which is a criminal offence under the Indian Penal

code (IPC)/Prevention of Corruption Act, 1988 (PC Act) or is in

violation

of the principles herein mentioned or if there be a substantive

suspicion in this regard, the Principal/Owner will inform the Chief

Vigilance Officer and in addition can also initiate disciplinary

actions as per its internal laid down policies and procedures.

22

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) commit himself to take all measures

necessary to prevent corruption. He commits himself to observe the

following principles during his participation in the Tender process

and during the Contract execution:

a) The Bidder(s)/Contractor(s) will no, directly or through any other

person or firm, offer, promise or give to any of the

Principal/Owner`s employees involved in the Tender process or

execution of the Contract or to any third person any material or

other benefit which he/she is not legally entitled to, in order to

obtain in exchange any advantage of any kind whatsoever during

the Tender process or during the execution of the Contract.

b) The Bidder(s)/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

the relevant IPC/PC Act. Further the Bidder(s)/Contract(s) will not

use improperly, (for the purpose of competition or personal gain), or

pass on to others, any information or documents provided by the

Principal/Owner as part of the business relationship, regarding

plans, technical proposals and business details, including

information contained or transmitted electronically.

23

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) or Indian nationality shall disclose

names and addresses of foreign agents/representatives, if any.

Either the Indian agent on behalf of the foreign principal or the

foreign principal directly could bid in a tender but not both.

Further, in cases where an agent participate in a tender on behalf of

one manufacturer, he shall not be allowed to quote on behalf of

another manufacturer along with the first manufacturer in a

subsequent/parallel tender for the same item.

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 no, directly or through any other

person or firm indulge in fraudulent practice means a willful

misrepresentation or omission f facts or submission of fake/forged

documents in order to induce public official to act in reliance

thereof, with the purpose of obtaining unjust advantage by or

causing damage to justified interest of others and/or to influence

the procurement process to the detriment of the Government

interests.

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

person or firm use Coercive Practices (means the act of obtaining

something, compelling an action or influencing a decision through

intimidation, threat or the use of force directly or indirectly, where

potential or actual injury may befall upon a person, his/her

24

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 a 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/Owner`s 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.

25

3) Criminal Liability: If the Principal/Owner obtains knowledge of

conduct of a Bidder or Contractor, or of an employee or a

representative or an associate of a Bidder or Contractor which

constitutes corruption within the meaning of 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.

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 for 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 agreement.

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.

26

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 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, Chennai Trade Centre.

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 of 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

27

parties will strive to come to an agreement to their original

intensions.

5) It is agreed term and condition that any dispute or difference

arising between the parties with regard to the terms of this

Agreement / Pact, any action taken by the Owner/Principal in

accordance with this Agreement/Pact or interpretation thereof shall

not be subject to arbitration.

Article 8-LEGAL AND PRIOR RIGHTS

All rights and remedies of the parties hereto shall be in addition to

all the other legal rights and remedies belonging to such parties

under the Contract and/or law and the same shall be deemed to be

cumulative and not alternative to such legal rights and remedies

aforesaid. For the sake of brevity, both the Parties agree that this

Integrity Pact will have precedence over the Tender/Contact

documents with regard any of the provisions covered under this

Integrity Pact.

IN WITNESS WHEREOF the parties have signed and executed this

Integrity Pact at the place and date first above mentioned in the

presence of following witnesses:

…………………………………………

(For and on behalf of Principal/Owner)

…………………………………………..

(For and on behalf of Bidder/Contractor)

WITNESSES:

28

1. ………………………………….

(signature, name and address)

2. ………………………………….

(signature, name and address)

Place:

Dated:

BANK GUARANTEE BOND

Form of Earnest Money Deposit

Bank Guarantee Bond

WHEREAS, contractor………………… (Name of Contractor)

(hereinafter called “the contractor”) has submitted his tender

dated ……….. (date) for the construction of

………………………………… (name of work) (hereinafter called

“the Tender”)

KNOW ALL PEOPLE by these presents that we …………………

(name of bank) having our registered office at

…………………………… (hereinafter called “the Bank”) are bound

unto ………………………..

29

(Name of the Managing Director) (herein after called “the

Director-in-Charge”) in the sum of Rs. ………… (Rs. in words

…………………………………………) for which payment well and

truly to be made to the said Director-in-Charge the Bank binds

itself, his successors and assigns by theses presents.

SEALED with the Common Seal of the said Bank this

…………..day of………….

20……

THE CONDITIONS of this obligation are:

(1) If after tender opening the Contractor withdraws, his tender

during the period or validity of tender (including extended

validity of tender) specified in the Form of Tender;

(2) If the contractor having been notified of the acceptance of

his tender by the Director-in-Charge:

(a) fails or refuses to execute the Form of Agreement in

accordance with the Instructions to contractor, if required;

OR

(b) fails or refuses to furnish the Performance Guarantee, in

accordance with provisions of tender 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 Director-in-Charge up to the above

amount upon receipt of his first written demand, without the

Director-in-Charge having to substantiates his demand,

provided that in his demand the Director-in-Charge will note

30

that the amount claimed by his 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 Director-in-Charge,

notice of which extension(s) to the Bank is hereby waived. Any

demand in respect of this Guarantee should reach the Bank not

later than the above date.

DATE……………..

SIGNATURE OF THE BANK

WITNESS………………

SEAL

(SIGNATURE, NAME AND ADDRESS)

*Date to be worked out on the basis of validity period of 6

months from last date of receipt of tender.

31

ANNEXURE-I

Additional Conditions and Technical Specifications

SPECIAL INSTRUCTIONS:

a. The tenderer is requested to ensure that all schedules are filled

in and information is supplied in the prescribed format/schedules.

Failure to do so will render the tender incomplete and liable for

rejection.

b. Should the tenderer wish to depart from the provisions in this

specification, commercial or technical, such departures should be

listed out in Annexure-I appended and submit full particulars and

reasons for the departure.

c. The tenderer is advised to visit the site for collecting any

additional information for purposes of working out his offer.

d. The AC equipments shall be supplied and installed at

Chennai Trade center at Trade centre Campus, Nandambakkam,

Chennai.

e. The Address of the officers of the Chennai Trade Centre

connected with this work is given below:

The Managing Director, Tamil Nadu Trade Promotion

Organization, Office of the Managing Director, Chennai Trade

Centre, Nandambakkam, Chennai.

32

SECTION-1

1.1. SCOPE:

This specification covers general information and particulars

relating to this specification.

1.2. WORK COVERED BY THIS SPECIFICATION:

This specification covers procurement, fabrication, testing

as may be necessary before dispatch, installation, wiring, testing

and commissioning of all the items of work. This detailed

specification will form part of the works contract with the

successful tenderer.

1.3. LOCATION

The plant and equipment are to be installed at TNTPO, The

Chennai Trade Centre, Nandambakkam, Chennai.

1.4. RELATED DOCUMENTS:

This specification shall be read in conjunction with the

CPWD general specifications for Electrical works-Part-I (Internal)

2007 Part-II (External) 1995. For technical matters and with the

standard conditions of the contract appended with amendments for

other matters as well as with schedules and drawings and

requirements under this specification. In the event of any

discrepancies between this specification and inter-connected

documents, the specific requirements as per this specification shall

be followed and deemed to be having over riding value and the

decision of The Director, Chennai Trace centre will be final in this

regard.

33

1.5. MODE OF SUBMISSION OF TENDER

a) The hard copy of the tender shall be submitted to Office of

The Managing Director, The Chennai Trade Centre,

Nandambakkam, Chennai.

b) On confirmation of the receipt of The Cost of tender,

Processing Fee payable to Chennai Trade Center, Chennai, and The EMD the Prequalification documents will be opened and will be scrutinized by the competent authority. On approval from competent authority, the technical bid of those approved firms shall only be opened on the date and time to be intimated separately in the presence of the intending tenderer or their authorised representative who wish to be present. The price bids of only those tenderer whose technical-cum-commercial bids are found acceptable by the competent authority and shall be opened on the date and time to be intimated subsequently.

c) The scrutiny and evaluation of technical-cum-commercial bids shall be done by the department or its authorised professional and the tenderer shall furnish necessary clarifications/ confirmation/additional information as required by the department or its authorised professional within the stipulated time. d) Revised price bids, if required, due to changes in the tendered specifications, terms and/or conditions shall be given in a sealed envelope suitably super scribed with the name of the work and the words "Revised price bid" by the tenderer before the stipulated date and time.

1.6. EMD: - EMD in the acceptable form shall be submitted along with the tender in a separate sealed envelope .Tenders submitted with out EMD will not be opened.

1.7 DATE OF ACCEPTANCE

The date of successful completion of the prescribed testing at site after installation and handing over the installation to the department shall be taken as the date of completion of the work. The warranty/free maintenance period will commence from this date.

34

1.8 PERFORMANCE GUARANTEE The tenderer shall guarantee among other things, the following: a) Quality, strength and performance of the materials used. b) Satisfactory operation during the warranty period.

1.9 COMPLETION PERIOD

The entire supply and installation testing and commissioning shall be completed in all respects and handed over to the department within the period specified in Form attached.

1.10 INSPECTION AND TESTING i) The authority's authorized representative shall have full

powers to inspect drawings of any portion of the work, examine the materials and workmanship of the contractor works/manufacturing site or at any other place from which the material or equipment is obtained. Acceptance of any material/equipment shall in no way relieve the contractor of his responsibility for meeting the requirement of specifications but shall have to be rectified by the contractor in case the equipment or work is found defective or of inferior quality.

ii) Routine type tests for various items of equipment shall be

performed at the contractor's works /manufacturer's place and test certificates furnished. The contractor shall permit the authority's authorized representative to be present during any or all these tests. After notification to the authority that the installation has been completed .the contractor shall make under the direction in the presence of Engineer in charge such tests and inspection as have been specified or as the Engineer in charge shall consider necessary to determine whether or not the full intent of requirements of the plans and specifications have been fulfilled. In case the work does not meet the full intent of specifications, it shall be rectified by the contractor at no extra cost and the contractor shall bear all expenses for any further tests considered necessary. Prior to the dispatch of the chiller from the factory witness test must be offered by the manufacturer in their AHRI certified test bed (one point load test). All the expenses such as travel, boarding, lodging, conveyance etc towards such test have to be borne by the supplier /contractor.

iii) All the tools, instrument, plants and labour /operating personnel for the test shall be provided by the contractor at his own cost.

35

iv) Rejection of defective plant/inspection. If the complete work/equipment or any portion thereof before it is taken over is found defective or fails to fulfill, the intent of specification, the contractor shall, on receipt of a written notice from Managing Director in charge forthwith make good the defective work/equipment. Should the contractor fail to rectify the defects and or make good the defective work/equipment with in a stipulated time mentioned in the written notice, or replace the equipment at no extra cost to the authority, the authority may make good project and /or replace at the risk and expenses of the contractor the whole or any portion of the work/equipment which is defective or fails to fulfills requirement of the contract. The authority shall have the right to operate all equipments in any operating conditions whether or not such a equipment have been accepted as complete and satisfactory. Repairs and alteration shall be made at such times and as directed by the Managing director in charge.

36

SECTION-II

C. COMMERCIAL INFORMATION

2.1 SCOPE This section covers the general commercial aspects for the

work covered by this specification. This shall be supplementary to the general conditions of contract.

2.2 TYPE OF CONTRACT:

The work awarded by this specification shall be treated as indivisible works contract.

2.3 2.3 TAXES AND DUTIES No sales tax and duties such as Excise Duty, Octroi etc. shall be payable separately. No Certificate for exemption/concession like form 'D',‘C’/ Octroi etc will be issued by the Director Incharge. Tenderer may however indicate the quantum of taxes/duties etc. included by him and their rates and basis, in the price quoted. 2.4 Income Tax @ 2% shall be recoverable from every bill on the labour value of work done. 2.5 Service tax payable on this contract shall be paid by the contractor to the concerned department. In no cases taxes, duties and other levies will be paid by The Director, Chennai Trade Centre.

2.5 PRICES

Prices quoted shall be firm for the contract period or till

the period of completion of work.

Nothing extra shall be payable on this value after

opening of the price bid.

2.6 VALIDITY Tenders shall be valid for acceptance for a period of 120

days from the date of opening of the technical bid.

37

2.7 FACILITIES AVAILABLE AT SITE 415volts,3 ph 50 cycles 4 wire supply will be made

available to the successful tenderer for operation of small equipments required for the installation of the above system such as tools, welding sets, etc.., at one point at a charge of 0.5% of the quoted value. Necessary distribution to all the working areas wherever it is required by the contractor shall be taken care by the contractor at his own cost. Necessary water during installation period as will be made available at free of charge. Suitable open storage space will be made available at site free of cost. However construction of shed, watch and ward of the stores shall be the sole responsibility of the tenderer. No tools and tackles either for unloading or for shifting the equipment or for erection purpose would be made available by the Department. The successful tenderer shall make their own arrangement for all these facilities.

2.8 COOPERATION WITH OTHER AGENCIES: Successful tenderer shall co-ordinate with other contractors and agencies engaged in the revamping, if any and exchange freely all technical information so as to make the execution of works contract smooth. No remuneration should be claimed from the Department for such technical co- operation.

2.9 WARRANTY

All equipments supplied and installed shall be covered by warranty for 12 months effective from the date of acceptance against defective workmanship and materials. If any equipment is found to be defective due to fault) workmanship, faulty materials, faulty design or inferior quality of materials during the warranty period it shall be repaired and/ or replaced at site free of charge by the successful tenderer at his own cost. The warranty shall cover consequential damages to the equipments supplied and installed by the tenderer due to poor workmanship or defective materials. All repairs shall be done promptly within a reasonable period.

2.10 TERMS OF PAYMENT.

Payment term shall be as under

70% against completion of supply of material at site.

38

20% against completion of installation and successful

commissioning.

05% against handing over of the complete system.

05% against defect liability period of 24 months from the date

of handing over.

Security deposit @ 5% will be deducted in each running bill and

the same will be released along with the final bill.

2.11 BUY BACK OF OLD CHILLER:

Vendor has to offer buy back arrangement of old chillers 6Nos

of 75TR available at site. It would be the responsibility of the

vendor to dismantle or remove the chillers as and when it is

cleared by Chennai trade centre for removal without affecting

the property of trade centre and its working. The offer given by

the vendor will be adjusted in the contract value of the

proposed work.

2.12 Work front & Schedule of planning:

As the Chennai Trade Centre has continuously booking of

Exhibition Hall No.1 & 2 throughout the year, it is prime

responsibility of successful tenderer to take care of the bookings

after consultation with the TNPO officials and then to prepare the

plan of activity for the replacement of chillers without affecting the

forthcoming Exhibitions in Hall No.1 & 2. Hence the successful

vendor need to carefully study the requirement and accordingly

plan their activity to remove the old chillers and install and

commission the new chillers without affecting the business

schedule of the centre.

39

SECTION III TECHNICAL – GENERAL REQUIREMENTS

3.1 SCOPE:

This section covers the general technical requirements to be complied with in respect of the works contract.

3.2 COMPLETENESS OF TENDER:

All fittings, unit assemblies, accessories, hardware foundation bolts, terminal lugs for electrical connections, cable glands and miscellaneous materials or accessories or items of work which are useful and necessary for efficient assembly and working of the equipment shall be deemed to be included in the tender within the overall cost quoted. The equipment shall be complete in all details whether such details have been mentioned or not.

3.3. TEST CERTIFICATES:

Copies of all documents of routine and type test certificate of the equipment carried out at manufacturers premises shall be furnished, as required.

3. 4 PAINTING: The tendered cost shall include cost of painting of entire iron works complete in the completed installation. All factory fabricated machinery shall be painted before dispatch to the site at the shop with two coats of anti-corrosive primer paint duly finished with powder coating. All iron works fabricated at site shall be painted with two coats of anti-corrosive primer paint and two coats of synthetic enamel paint. 3.5 STANDARDS

The tenderer shall clearly state in his offer standards adopted for the design and manufacture of the equipment and the components. All electrical equipment shall conform to latest Indian Electricity Regulations as regards safety, earthing and other provisions specified therein for installation and operation of the electrical plant. The equipment shall also conform to detailed requirements under this specification, in particular. Any deviation made by the tenderer should clearly bring out under

40

“schedule B” giving reasons for the deviation as well as explaining how the deviations would add to an approved performance.

3.6 GENERAL WORKMANSHIP

All manufactured/fabricated items shall conform to good workmanship and shall comply with the best commercial standards for ruggedness of construction.

41

SECTION-IV

GENERAL CONDITIONS

4.0 GENERAL INFORMATION:

4.0 The Special/Particular Instructions and Conditions of Contract as described in this document are intended to amplify the General conditions of Contract and shall be read in conjunction with specifications of work, drawings and all other documents forming part of this Contract wherever the context so requires. In case of any ambiguity between clauses pertaining to the same subject, in the general conditions or any other sections including this section, the most stringent of them shall apply. The following clauses shall be considered as an extension and not in limitation of obligation of the Contractor.

4.2 All expenses incurred by the tenderer in connection with obtaining information for submitting this tender including his visits to the site or efforts in compiling the tender shall be borne by the tenderer and no claims for reimbursement thereof shall be entertained.

4.3 Not withstanding the sub-division of the documents into separate sections and volumes every part of each shall be deemed to be supplementary to and complementary of every other part and shall be read with and into the CONTRACT so far as it may be practicable to do so.

4.4 Wherever it is mentioned in the specification, that the CONTRACTOR shall perform certain work or provide certain facilities, including factory witness testing, it is understood that the CONTRACTOR shall do so within the tendered amount.

4.5 TECHNO COMMERCIAL CONDITIONS

4.5.1. Information Documents to be submitted with Contractor’s proposal

The Tender should contain

a) Power and water requirements.

42

b) Tenderer shall include all relevant technical particulars for the equipments offered by them. Furnish computer printout selection of chiller unit, compressor selection indicating IKW/Ton at full load and part load CONDITIONS based on specific parameters.

c) Technical Data sheet duly filled-in with all particulars of mechanical features / dimensioned data / operating parameters. Failure to provide technical data the tender will be rejected.

d) Design confirmation by contractor.

e) Confirmation on satisfactory’ operation of chiller unit at ambient temp 40 deg.C.

f) Complete tender document as collected from the Engineer-in-charges including the schedule of quantities thereof duly signed for acceptance of all terms and conditions.

g) Particulars of Engineers and technical staff proposed to be deployed for working on the site along with their qualifications and experience should be submitted after the award of work.

h) Information on the quantity of refrigerant charge should be indicated in the selection sheet.

4.6 Declaration:

The bidder when submitting his bid shall be deemed to have declared as follows: I / We hereby declare that I/We shall treat the tender documents, drawings and other records connected with the work as secret confidential documents and shall not communicate information derived there from to any person(s) other than a person to whom I / We am/are authorised to communicate the same or use the information in any manner prejudice to the safety of the same.

43

4.7 Important Note: The tenderer is required to pursue carefully all parts of tender documents and drawings. If any differences / inconsistency is noted, he shall bring it to the attention of Engineer in charge before submission of the Tender and shall get clarifications required

4.7.1. Refrigerant:

The offers invited in this tender for the chiller Unit are based on refrigerant R410a / R407c or R134a. The tendered are instructed to restrict in quoting for only one refrigerant based system. Revising the tender at a later date is not permitted once the technical bid is opened.

4.8 CONSTRUCTION PROGRAMME:

4.8.1 The Contractor must follow his planning schedule and must adhere to the targets/ program by deploying adequate resources.

4.8.2 The Contractor shall 43 ictauli all plant, machineries, equipments etc. required to adhere to the time schedule of various activities and events as per Bar Chart / PERT Chart/CPM Chart and well in advance.

4.8.4 Occupation in Part: If the Department wants to occupy areas in part, the contractor shall complete the work of these areas in conjunction with the Department and handover the same to the Department without affecting any of the clauses of contract agreement.

4.9 OBLIGATION OF CONTRACTOR:

The obligation of the contractor is to fulfill in this Contract are stated below: 1. Detailed Engineering including the complete

revamping work involved in the system. 2. Procurement, fabrication and supply

44

3. Inspection and testing, expediting and Co-ordinating with other agencies

4. Scheduling and Monitoring, training the Clients worker / representative in the operation and maintenance.

5. Erection, checking and testing and commissioning. 6. Providing Guarantee

7. Final documentation 8. Maintenance during defects liability period.

4.10 It is only after the entire plant assembly has been thoroughly checked up on the lines indicated above and found satisfactory that erection work shall deemed to be completed and the plant considered READY FOR COMMISSIONING. The system shall be commissioned only after contractor has certified in writing that the electrical installation work for services has been thoroughly checked, tested and found to be totally satisfactory and in full conformity with the contract drawings, specifications and manufacturer’s instructions.

4.11 The contractor shall also guarantee that performance of various equipments, individually shall not be less than the quoted capacity, also actual power consumption shall not exceed the quoted rating.

4.12 Rates indicated in schedule of rate shall also cover for all activities listed above.

4.13 DRAWINGS AND LITERATURE:

The Contractor shall furnish three copies of following detailed working drawings for approval by the Engineer-in-Charge/Department within 10s days from the date of Award of Contract. No installation work at site shall be taken up till the installation drawings are approved. For this purpose, he shall submit 6 sets of the following drawings to the Managing Director –in – charge. The Contractor shall incorporate any alterations proposed by the Managing Director – in – charge, in the drawings and the corrected drawings shall be submitted once again in 3 sets to the Department. The working drawings to be submitted by the Contractor shall comprise all aspects as detailed below. Prior to the preparation of detailed working drawings the contractor shall check actual site condition/ specifications and shall with in seven days report any error, discrepancies and or

45

omission discovered therein to Engineer in charge and obtain appropriate orders on the same .Any adjustments made by the contractor without prior approval of the department shall be at his own risk, and cost. Prior to submission or approval the contractor shall be responsible for thoroughly checking all drawings to ensure that they comply with the intent and their requirements of the contract specifications and that fit in with the overall building layout.

1. Complete installation drawings showing details

of chiller Plant, chilled water pipeline layout including sizes, air distribution grills / jet nozzles layout, electrical cabling, earthing along with main panel with sizes and electrical circuits.

b. Detailed drawings of civil works, such as foundations required for the installation of chiller.

4.14 After approval further six copies of drawings should be furnished with in 10days from the date of approval of the drawings

4.15 Approval of the drawings does not relieve the Contractor of any part of his obligation to meet all the requirements of the contract or his drawing.

4.15.The Contractor shall be responsible for and pay for all alterations of the work due to the discrepancies or omissions in the drawings or other particulars supplied by him whether such drawings have been approved by the Engineer-in-charge or not.

4.16.The specifications, drawings and other parts of this Contract are to be considered as explanatory to each other and should anything appear in the one that is not described in the other or should any discrepancy of any inconsistency appear between any two or more parts of the Contract, and any misunderstanding arise on account of such discrepancy or inconsistency, the site instructions given by the Engineer-in-charge shall prevail. The Contractor shall execute the work according to such instructions/explanations and given by the different parts of this Contract even though such works are not specifically shown and described therein. After installation is completed, 8 sets of “As-built” drawings shall be prepared in full details and submitted to Engineer-in-charge within 3 weeks from the date of completion of installation.

46

4.17. Six copies of comprehensive manual (operation, maintenance and service) of the equipments for use before and during erection and subsequent application shall also be furnished within 7 days from the date of approval of the drawings.

Contractor shall furnish and install in the location as decided by the Managing Director – in – charge, a neatly typed set of operating instructions maintenance schedule and a copy of Electrical wiring diagram for the plant, securely framed and glazed. Also the following information mounted on a frame shall be displayed.

a. Name and make of the chiller

b. Model of the equipment.

c. Name and full charge of the refrigerant. d. Name and full charge of oil e. Date of commissioning.

4.18 The Contractor shall if called upon, also furnish necessary electrical wiring diagram to meet the requirements of the Electricity authorities.

4.19 PROJECT CO-ORDINATION:

All Contractors and subcontractors shall coordinate their activities for their mutual benefit and shall cooperate to facilitate the general progress of the work. Inspect the contract documents for work of others that is interrelated with the work. Afford all other trades every reasonable opportunity for the installation of their work.

4.20 Perform the work in proper sequence and arrangement in relation to other activities and join the work to that of others in accordance with the intent of the drawings and specifications. Give due notice and proper information for any special provisions necessary in the placing or setting of the work which may come in contact with work of other Contractors.

4.21 Arrange the work and dispose of materials so as not to interfere with the work or storage of materials of others.

47

4.22 All Contractors shall work in cooperation with each other and fit their piping, duct work, conduit, etc., into the structure as job conditions may demand.

4.23 All final decisions as to the right-of-way and run of interfering pipes, ducts, etc., shall be made by the Engineer-in-charge at project meetings with responsible representatives of the various Contractors. .

4.24 DELIVERY SCHEDULE:

The contractor shall be responsible for delivery of all plant, machines and equipments both from their factory and from their suppliers and shall ensure delivery in the sequence in which they will be required at site for erection. The contractor shall submit unit performance data for approval before delivering.

48

SECTION – V

SPECIAL TECHNICAL CONDITIONS

5.0 SAFETY All equipment shall be complete with approved safety devices wherever a potential hazard to personnel exists, and with provision for safe access of personnel to and around equipment for operational and maintenance functions. These items shall include not only those usually furnished with elements of machinery, but also the additional covers, guards, cross-covers, stairways, ladders, platforms, handrails etc., which are necessary for safe operation of the plant. The Contractor shall include for all safety items including, but not limited to the following.

5.1 NOISE LEVEL: All refrigeration and air conditioning equipment and materials (like motors, compressors, fans, ducts, grilles, acoustic lining etc,) shall be selected, designed and installed in such a manner that low noise is maintained as per specification.

5.2 VIBRATION ELIMINATORS:

I) All the mechanical equipment shall be mounted in accordance with the specifications detailed below:

a) All machinery and equipment shall be installed on MS Channel frame work.

b) The vibration isolation for equipment will be supplied by the Contractor to suit his equipment. The supply should include all unit isolators, complete rails, equipment base and structural steel frames for concrete inertia blocks, wherever required.

c) Wherever rotational speed is reckoned as the disturbing frequency, the lowest speed shall be taken for calculation purpose. All isolation devices shall be

49

selected for uniform static deflection, according to distribution of weight.

Ill) All mechanical equipment should be mounted on

vibration eliminators. No duct and piping shall be grouted in walls. Isolation sleeves shall be incorporated at all points where ducts/pipes pierce through walls.

5.3 TESTING

After manufacture of the equipment all necessary routine test shall be carried out as per relevant Indian or any suitable standards and as listed in respective section.

Routine test for various items of equipment shall be performed at the Contractor works and test certificates shall be furnished. If required by the Department, his authorized representative shall be permitted to be present during any of the tests. After notification to the Department that the installation has been completed, the Contractor shall make under the direction of Department such tests and inspections as have been specified or as the Department shall consider necessary to determine whether or not the full intent of the specifications have been fulfilled and whether further tests shall be considered necessary. The Contractor shall bear all the expenses thereof. Any damage resulting from the tests shall be repaired and / or damaged material replaced, to the satisfaction of the Department’s representative. The contractor shall operate, test and adjust all Air conditioning, ventilation and exhaust system units, fan motors, all air handling appliances provided in connection with the installation and shall make all necessary adjustments and corrections thereof including the adjustments of all regulating dampers. A carefully detailed record of the results of these adjustments shall be furnished to and be subject to the approval of the Department.

50

5.4 PERFORMANCE TEST Upon notification to the Engineer-in-charge/ from the Contractor, that the installation has been completed, the Contractor shall conduct under the direction and in the presence of the Engineer-in-charge or his representatives, performance test on the plant as per the Proforma furnished in the clause no. 5.5 test readings such inspections and tests as the Engineer-in-charge shall consider necessary to determine whether or not the full intent of the requirements of the plant and specifications have been fulfilled. The date of commencement of all testing listed herein, shall be subject to the approval of the Department and in accordance with the requirement of the Department’s representative. A performance test by keeping the plant running for a period of 72 hrs shall be carried out in peak summer and peak monsoon periods. During the tests, reading shown in 5.5 Test readings shall be taken hourly. From the readings so taken, the Contractor shall also establish the plant capacity. All the test equipment, instruments, labour, operating personnel, oil and refrigerant required for these tests shall be furnished by the Contractor at his own cost. In case the work does not meet the full intent of the specification or if the test do not show satisfactory result, the Contractor shall at his own cost, rectify/replace the defective installation or part thereof as directed by the Department within two months. The contractor shall bear all expenses thereof. The decision of the Department shall be final and binding in this respect. Only after all these tests are satisfactorily completed and the defects found during these are rectified, the plant will be finally accepted.

5.5 TEST READINGS:

The following readings shall be taken (and results computed) during the performance tests on the plant. The contractor shall provide such assistance, instruments, machines, labour and materials as are normally required for examining, measuring and test.

51

TEST READINGS

I CHILLER UNITS:

A COMPRESSORS:

1. Suction Pressure [PSIG] :

2. Suction temperature [-degC] :

3. Discharge pressure [PSIG] :

4. Oil Pressure [PSIG] :

5. Compressor Speed [-rpm] :

6. Compressor motor current [-amps] :

7. Compressor motor speed [-rpm] :

8. Voltage [-db] :

9. Vibration level [-microns] :

10. Noise level [-db] :

B AIR COOLED CONDENSER:

2. Temperature at the inlet of coil :

3. Temperature at the outlet of the coil:

4. Air quantity of the condenser:

5. Motor current (individual fan motor):

52

6. Air cooled condenser tonnage:

C EVAPORATOR:

1. Water flow through evaporator:

2. Inlet temperature

3. Out let temperature

4. Evaporator capacity:

IKW /TR provided in the tender technical document have to

be established by conducting the test.

Remarks: All the instruments required for earning out the tests shall be arranged for by the contractor at his own cost. Instruments so required shall also include manometers, Anemometers, Temperature indicators, Humidity indicators, and any other-instruments that may be required.

5.6 TESTING GUARANTEE: All equipments and space conditions shall be tested after carrying out necessary adjustments and balancing to establish the equipment ratings. At least four sets of readings shall be taken daily for each item tested and submitted in the form

53

shown separately. All equipment shall be guaranteed for the specified ratings plus or minus 3% tolerance. All equipments and the entire installation shall be guaranteed against defective materials and workmanship for a period of 12 months from the date, the equipment and installation are handed over.

5.7 TEST REPORTS: Test reports shall be neatly typed on forms similar to those recommended by the Engineer-in-charge. As per the Test report the forms shall include but not be limited to the following information:

1) Name of job. 2) Name of Agency 3) Date of test and outdoor temperature 4 ) Name of technician making tests. 5) List of test instruments used. 6) Identification of all units with location,

manufacturer’s name, model number and serial number. 7 ) Information on all motors with manufacturer’s

name, model number, horsepower, rpm, voltage, rated current, actual

current. 8 ) CMH readings as designed, as originally measured

and actual final reading and duct transverse sheets for each major

zone. 9) Register, grille and diffuser list with room number,

manufacturer’s model number, size area, design cfm. Design

velocity and test results. 10) Coil list with coil size, manufacturer’s name and

model number and with design and actual readings of cfm. Gpm. Air friction, water pressure drop thru coil, dry bulb and wet bulb temperatures.

5.8 REPORTS

Provide 3 copies of the complete balancing and testing reports to the department. Report shall be neatly typed and bound suitable for a permanent record. Report forms

54

shall contain complete test data and equipment data as specified.

5.9 GUARANTEED PERFORMANCE

The Contractor shall guarantee the inside conditions as stipulated elsewhere. In addition, the Contractor shall also guarantee that all equipment shall be free from any defect due to the defective materials/faulty design materials and bad workmanship and that the equipment shall operate

Satisfactorily and the performance and efficiencies of the equipment shall be not less than the guarantee values.

The guarantee shall be valid for a period of 12 months after taking over and any parts found defective during this period shall be replaced free of all costs by Contractor. Five years warranty for replacement of compressors including material and labor shall be provided for imported chilling units. The services of successful Contractor’s personnel if requisitioned by the Department

during this defects liability period for such work shall be made available free of any cost.

5.10 MAINTENANCE IN WARRANTY PERIOD

The Complete system shall be warranted for a period of [12] months after the final official handover date of the installation. The maintenance provided during this period shall be fully comprehensive and shall include but nor limited to all equipment, labour, part and emergency calls providing on site response within 24 hours. The maintenance shall also include preventive maintenance visits by qualified personnel of the Contractors who are thoroughly familiar with the type of equipment and system provided for this project.

It is the obligation and responsibility of the operating/service/maintenance personnel to work safely. Failure to comply with any of these requirements could result in serious damage to the equipment and /or the property in which it is situated as well as severe personal injury or death to people at site. It is expected that any one operating /maintaining or servicing these equipment, possess the knowledge that will enable them to perform tasks properly and safely. This individual shall also comply

55

with all applicable Governmental Standards and Regulations pertaining to the task in question. During operation /maintenance or service, individuals may be exposed to certain components or conditions including, but not limited to, refrigerants, oils and materials under pressure, rotating components and both high and low electrical voltages. Each of these items has the potential, if misused or handled improperly to cause bodily injury or death. It is essential that operating /service /maintenance personal identify and recognize these inherent hazards, protect themselves and proceed safely in completing their tasks.

Works on electronic equipment should not be undertaken unless the individual(s) have been trained in the proper maintenance of equipment and is (are) familiar with the potential hazards. System components should be maintained according to the individual manufacturers recommendations as their operation will affect the operation of the system. The Contractor shall submit to the Engineer-in-charge/Department within one week of date of handover the details of the proposed preventive maintenance schedule.

Any other services that will normally form part of maintenance requirement as per International Best Practice shall be deemed to be included in the scope of work for maintenance contract.

56

TECHNICAL SPECIFICATION:

1. Air cooled chiller

1.0 AIR COOLED SCREW CHILLER:

Scope: Scope of this section comprises of the

supply, installation, testing and commissioning

of Air Cooled Screw Chillers confirming to the

specifications and in accordance with the

requirement of drawings and of the Schedule of

Quantities.

1.1 GENERAL CONDITIONS :

1.1.1 Each unit shall be completely factory packaged

including evaporator, condenser, and compressor

with semi-hermetic motor, microprocessor control

centre and all inter connecting unit piping and

wiring. The chiller shall be factory assembled and

tested complete in all respect, painted prior to

shipment. Unit should confirm to Indian / ASHRAE /

Eurovent standard. Chiller shall have a minimum of

two refrigerant circuits with minimum two or more

compressors with stage wise starting sequence to

minimize starting current and with soft starter.

1.1.2 The chiller machine should be a single piece

assembly and should consist the following.

• Semi-hermetic screw compressors with refrigerant cooled motors

• Flooded or DX type cooler common for all compressor circuits

• Air cooled Condenser • Insulation for cooler and suction lines • Interconnected seamless copper lines with

57

economizer and accessories

• Automatic capacity control, safety devises, sensors and cabling

• Thermostatic / Electronic expansion valve for ref flow control on demand

• Microprocessor control panel with display and should also have the BMS connectivity ports along with communication link

• Full charge of oil and ref gas, flow switches for cooler and condensers, victaulic couplings for pipe connections

1.1.3 The above mentioned components along with the

standard accessories should be mounted on a

common steel structure along with spring isolators.

1.1.4 The chiller machine shall be compatible for

installation of VFD. Supplier shall indicate the price

for the same separately.

1.1.5 The supplier shall in accordance with the Schedule of

Quantities supply, install and commission Packaged

Air Cooled type Chillers. These units shall be

completely factory assembled including the Rotary

Screw Compressor(s), Cooler, Condenser and

Microprocessor Control Panel, and chiller mounted

Power disconnects switch .The Air cooled condenser

fins shall be equipped with anti corrosion coating.

1.1.6 The packaged chiller shall be factory assembled,

charged and tested with a full operating refrigerant

and oil charge.

1.1.7 The refrigerant type shall be environmentally safe

and eco-friendly R407C or R134a. Life of the

refrigerant shall be minimum twenty years.

1. Capacity of each Chiller shall not be less than

58

300TR +/- 4%.

2. COP of the machine shall not be less than 2.5 at

design condition.

3. The chiller can have American Heating and

Refrigeration Institute (AHRI) certification or

Eurovent certification. This certification is optional.

1.1.8 The unit shall be complete with automatic stepless

capacity control mechanism to achieve modulation

between 25% to 100% capacity.

1.1.9 The power Input Requirements for the Unit,

incorporating all the necessary devices for the

satisfactory operation of the unit, included but not

limited to the Control Accessories and Oil Pumps (s)

should be indicated.

1.1.10 The unit shall be able to unload to at least 25 % of

cooling capacity when operating with leaving and

entering chilled water at full load design

temperatures.

1.1.11 The Unit shall be capable of continuous stable

compressor operation even at part load condition.

1.1.12 Heat Transfer surfaces shall be adequate for the

loads indicated.

1.1.13 Pressure Drop at Design Conditions shall not exceed

50 kPa through the condenser and 50 kPa through

the evaporator for the non-refrigerant side.

1.1.14 The noise level of the machine shall not exceed 75 db

(A) at a distance of 1 m anywhere on the terrace floor.

1.1.15 The microprocessor panel shall be suitable for IP-55

outdoor duty conditions.

59

1.1.16 Necessary cutout with clear glass cover shall be

provided for viewing any digital display unit of the

Microprocessor controller.

1.1.17 All external cabling shall be terminated using chrome

plated brass, double compression cable glands.

1.1.18 Each chiller unit shall be provided with a single point

power supply arrangement. The unit mounted starter

panel shall be complete with IP55 protection with a

single point power supply consisting of non-fused

power disconnecting switch/ circuit breaker, with

external lockable handles in compliance with Article

440-14 of NEC, to isolate the unit power supply for

service. The panel shall have star delta starters for

the compressor motors, under/ over voltage trip,

single phase preventers, communication cord which

can accept 4-20mA or 2-10V DC analog signal.

1.1.19 Casing :

The Heavy Duty Gauge (HDG) casing should be used

for the chiller package. The panels shall be of heavy

gauge, hot-dip galvanized steel and they shall be

machine-pressed and folded. All joints shall be

folded joints. Where and if ferrous materials are

used whether for the supporting structure or for any

other item or for components, such materials /

components /sections shall be qualified to 500 liters.

Salt spray testing (or) hot-dip galvanized.

1.1.20 The tenderer shall bring out to their tender clearly

the details of construction of the equipment offered

by them, highlighting in particular, the thickness and

kind of materials used, the manufacturing technique

employed, finish provided for weather protection etc.

60

1.1.21 The chiller machine shall be tested complete in all

respect and should confirm to Indian / ASHRAE

standard.

1.1.22 Eurovent or AHRI certification is optional: Chillers

should meet the criteria as mentioned in the above

certification program.

1.1.23 The Equipment shall be packed on metallic skids to

permit easy installation.

1.1.24 The following Automatic Protection Controls shall be

provided to insure system reliability

• Low Suction Pressure • High Discharge Pressure • High Oil Temperature • Freeze Protection • High Motor Temperature • Low Differential Pressure between • Low Oil Level • Power Loss • Chilled Water Flow Loss • Compressor Over Current • Anti-recycling protection • Automatic temperature controller • Any other safety device recommended by the manufacturer to reduce the starting current.

1.2 Accessories shall include but not be limited to the

following and as part of OEM

• Compressor sound attenuating enclosure • Low RPM Low noise fans • Spring Vibration Isolators • In built disconnect switches, capacitors, transformers and all electrical in IP-55 enclosures including cable connector box.

• Flow switch • Communication card + load based chilled water

61

reset

• Under, over voltage protection • Condenser protection guards • Compressor, evaporator protection grids (guards)

• Discharge service valve • Protective coating for Condenser coils & fins • BMS compatible

1.2.1 COMPRESSOR:

1.2.2 The compressor – motor shall be accessible semi

hermetic screw compressor suitable for use with

R – 134 A / R-407C refrigerant.

1.2.3 The Screw Compressor shall preferably be of multi-

screw type, with the provision of each compressor

operating in isolation, in case the other is

inoperative,

1.2.4 The compressor speed shall not exceed 3000 rpm.

1.2.5 The compressor rotors shall have reduced tip

clearances to improve energy efficiency and reduce

the leakages between the high and low pressure sides

during compression.

1.2.6 A slide valve shall be provided for capacity control.

The slide valve shall be positioned over both, male

and female rotors. The slide valve shall be capable of

controlling capacity from 100% to 25%. Bearings

provided for the rotors shall be designed for the life of

the equipment.

1.2.7 The rotary screw shall be manufactured from forged

steel. The profile of screws shall permit safe operation

up to a speed of 5000 rpm for 50 hz operation. The

compressor shall unload from fully loaded to the

minimum capacity by means of hydraulically

62

actuated slide valve positioned over the screw rotor /

pilot operated solenoid valve.

1.2.8 The compressor housing shall be of high grade cast

iron, machined with precision to provide a very close

tolerance between the rotors and housing.

1.2.9 The rotors shall be mounted on anti-friction bearings

designed to reduce friction and power input. There

shall be multiple cylindrical bearings to handle the

radial and axial loads.

1.2.10 Adequate protection shall be provided to the motor to

protect the motor against high / low voltages; single

phasing, voltage imbalances and voltage spikes.

1.2.11 Temperature and current sensors (in each phase)

shall be provided to protect the motor and increase

motor reliability.

1.2.12 The compressor shall incorporate an integral oil

separator to eliminate oil carryover with the

refrigerant.

1.2.13 Economizer shall be included to improve the

efficiency and reduce power consumption.

1.2.14 The compressor shall be of single stage, direct

connected positive displacement rotary screw, oil

injected type, driven by a motor operating at 3 phase,

415 V, 50 Hz power supply plus or minus 15%.

1.2.15 All the rotating parts of the compressor shall be

dynamically balanced to the acceptable levels, to

reduce noise and vibration.

1.2.16 The load of the rotor shall be evenly distributed

63

through amply designed anti friction bearings.

1.2.17 Compressor shall be of rotary screw type, with

proven design and similar compressors shall be in

use for not less than 10 years.

1.2.18 The bearings shall be of the self aligning type, and

lined with anti friction material. They shall be of the

horizontal split type.

The rotors shall be mounted on anti-friction bearings

designed to reduce friction and power input. There

shall be multiple cylindrical bearings to handle the

radial and axial loads.

1.2.19 Lubrication system shall be of the forced feed type,

with integral oil pump, filter, relief valve, by pass

pressure control valve, oil coolers, pressure gauge,

thermometer etc.

1.2.20 The crank case shall be fitted with thermostatically

with oil heaters and shall be automatically activated

when the compressor is stopped.

1.2.21 Discharge mufflers, suction strainers and necessary

service walls with companion flanges shall be

provided.

1.2.22 All the moving parts in the Compressor shall be

dynamically balanced to minimize the operating

noise, vibration and ensure longer life of the

compressor.

1.2.23 The Pure Rotary Motion of the Compressor shall

ensure uniform flow of gas, even torque and positive

displacement. The intake and Discharge Cycles shall

overlap.

64

1.2.24 The compressor shall be directly connected to the

Motor without any complicated gear mechanism to

speed up the compressor and thus contributing to

the overall reliability.

1.2.25 The load of each rotor shall be evenly distributed

through the use of Anti- Friction Roller Bearings.

1.2.26 There shall be built in oil reservoir to ensure full

supply of lubricants to all bearings and a check valve

to prevent backspin during shutdown.

1.2.19 Each Compressor shall include an integral Oil

Separation system. Oil Sump and Oil filter. The oil

temperature shall be controlled during operation

throughout the lubrication system. Oil flow switch

shall be provided to protect the Compressor.

1.2.27 Each compressor shall have a suction check valve,

suction filter, suction service valve and discharge

check valve. Isolation valves shall be provided on all

the connections to the compressor to allow condenser

to be used as a pump down receiver.

1.2.28 Compressor capacity control shall be possible

through electrically activated, hydraulically actuated

slide valve for each of the compressor. This capacity

control shall be step less for 10% to 100% of its total

capacity. The KW per Ton shall be almost constant

in this range.

1.2.29 Each compressor shall have automatic capacity

control device to control between 10% to 100%

capacities. The device shall be as per the

recommended design of the manufacturer.

65

1.2.30 Devices for measuring the hours of operation shall be

incorporated.

1.3.0 MOTOR & STARTER :

1.3.1 The motor shall be of refrigerant cooled induction

type motor suitable for operation at 415V / 3Ø / 50

Hz power supply and should be able to withstand a

fluctuation of ± 15 %.

1.3.2 All the circuits should have independent circuits to

attend on maintenance.

1.3.3 The motor / compressor should be statically and

dynamically balanced for reducing vibration and

noise.

1.3.4 A removable sheet metal terminal box encloses the

terminal board area shall be provided.

1.3.5 The starter provided on the unit shall be such that it

will ensure starting current not to exceed 2.0 times

the rated current.

1.3.6 It shall also include all necessary safety devices i.e.,

overload relays, under voltage release, single phase

preventing device and phase unbalance or reversal.

They shall be provided with over current and under

current protection.

1.3.7 The motor windings shall have solid state protection

to prevent the motor from operating at unsafe

operating temperatures.

1.3.8 Hydrostatic, volumetric and refrigerant leak tests

shall be carried out at the manufacturer’s works

before the dispatch of the compressor.

1.3.9 The Supplier shall provide the Motor Electrical Data

66

and the Part Load Performance curves for the Chiller

being offered.

1.4.0 EVAPORATORS:

1.4.1 Evaporator shall be DX type/Flooded horizontal shell

and tube type. The shell is of carbon steel and the

tubes of copper. The shell shall be provided with

removable end plates. An adequate number of drain

points of ample size shall be provided to permit

draining and cleaning of the shell side. The

construction shall permit field removable of tubes for

maintenance.

1.4.2 Evaporator shall incorporate segmental baffles in the

shell to secure the desired fluid velocity, promote

turbulence and hereby achieve efficient heat transfer.

The refrigerant heads shall incorporate liquid inlet

and suction gas outlet connections, pass divisions,

equalizer and oil return connections.

1.4.3 Evaporator shall be suitable for use with

thermostatic / electronic expansion valves as

refrigerant feeding device. Provision shall be made for

fixing manually rest type antifreeze thermostat.

1.4.4 The end plates of the chiller shall be made of MS

thickness not less than 25 mm. The shell of the

chiller shall be made of MS of thickness not less than

8 mm with electric fusion welded seams.

1.4.5 The tubes shall be of seamless, hard drawn copper

with a minimum tube wall thickness of 0.71 mm for

plain tubes and minimum 0.63 at the root of fins.

67

The tubes shall be plain for DX type chillers and may

be either plain or internally finned for flooded type

chiller.

1.4.6 The tubes shall be rolled into grooves in the tube

sheets and flared in the ends. Intermediate tube

supports of steel or polypropylene shall be provided

at spacing not less than 1250 mm for flooded type

chiller and 500 mm for DX type chiller to prevent

sagging / vibration of tubes.

1.4.7 The flooded chillers shall have water boxes designed

for multi pass flow. The DX type chiller shall be

provided with adequate number of properly spaced

baffles so that the water passes through the tube

bundle many times.

1.4.8 The chiller shall be smooth finished with one coat of

zinc chromate primer before the insulation is applied.

1.4.9 The chiller shall be sand blasted from both inside

(before insertion of tubes) and outside.

1.4.10 Flexible bellows shall be provided both at inlets and

outlets of all chillers to minimize transmission of

vibration to connected piping system. The chiller

shall be insulated with nitrile rubber insulation

material of suitable thickness.

1.4.11 The chiller shall have the following accessories:

• Water drain valve. • Thermometers and pressure gauges. • Flow switches at the outlet. • Cooling thermostat and anti freeze thermostat. • Insulation as per the manufacturing standard.

1.4.12 The chiller shall be tested in the works to 1.5 times

the maximum working pressure for the refrigerant or

68

21 kg/sqcm whichever is higher. The water side of

the chiller shall also be tested to a hydraulic pressure

of 10 kg/sq.cm at the works. Test certificate shall be

produced.

1.4.13 Each refrigerant circuit of the chiller shall be able to

operate individually. The water velocity in the tubes

shall not exceed 2.5 m per second. The chiller shall

be based on a fouling factor of 0.0005 in FPS unit.

1.4.14 For DX type chiller: The DX type chiller shall be

provided with connections and accessories like

refrigerant inlet and outlet connections, TEV with

adjustable superheat control and external equalizer

part.

1.4.15 For Flooded type Chiller : The flooded type chiller

shall be provided connections and accessories like

refrigerant inlet and outlet connections, liquid

refrigerant float for level control/ expansion valve/

fixed or variable orifice, pressure relief device,

charging connection with valve, eliminator plate.

Drain and vent connection with valves, water inlet

and outlet connections, proper oil return system and

flow switch/ pressure switch/ differential flow

switch/ flow sensor in the water line.

1.5.0 AIR COOLED CONDENSERS:

1.5.1 The condenser coil shall be constructed of copper

tubes and die formed aluminium fins having self-

spacing collars. Fins shall be mechanically bonded

to the tubes. Coil shall be treated for corrosion free.

1.5.2 Refrigerant sub-cooling will be incorporated into the

coil. Baffles shall separate each condenser fan.

69

1.5.3 The condenser shall have direct driven, heavy duty,

aluminium blade fans.

1.5.4 Motors shall be slow speed type with internal

overloads and shall be permanently lubricated. Belt

driven are not acceptable due to excessive

maintenance requirements.

1.6.0 MICROPROCESSOR CONTROL PANEL :

1.6.1 Each unit shall be furnished with the micro-

computer control panel in a locked enclosure, factory

mounted wired and tested. The control panel shall

include forty character alpha numeric display

showing all system parameters in English language

and with numeric data in English.

1.6.2 Each chilling unit shall be complete with a

microprocessor based interactive control Console in a

locked enclosure factory mounted (directly on the

unit pre wired with all Operating and safety controls

and tested).

1.6.3 It will provide start, stop, safety, interlock, capacity

control and indications for operation

of the chiller units through a alphanumeric /

graphical display.

1.6.4 Controls shall provide to view and change digital

programmable essential set point cause of shutdown

and type of restart required

• Leaving chilled water temperature • Percent current limit • Remote reset temperature range

1.6.5 All safety and cycling shutdowns shall be enunciated

through the alphanumeric/graphical display and

consist of day time cause of shutdown and type of

70

restart required

1.6.6 Cycling shutdowns shall include low leaving chilled

water temperature chilled water flow interruption

power fault internal time clock and anti-recycle .

1.6.7 Security access shall be provide to prevent

unauthorized change of set points to allow local or

remote control of the chiller and to allow manual

operation of the pre rotation vanes and oil pump

1.6.8 The chiller shall be provided with ports compatible

with any building management system offered to all

system operating information shutdown / cycling

message and a record of last four cycling or safety

shutdown to a remote printer(option) the control

center shall be programmable to provide data logs to

the printer at a set time interval.

1.6.9 Control centre shall be able to interface with an

automatic controls system to provide remote chiller

start/stop reset of chilled water temperature reset of

current limit and status messages indicating chillers

is ready to start chiller is operating chiller is shut

down on a safety requiring reset and chiller is

shutdown on a recycling safety.

1.6.10 The microprocessor control system shall include the

interlocking of compressor motor with chilled and

condenser water flow guide vane position of

compressor in case of centrifugal units and

lubricating oil pump pressure.

1.6.11 On initiation of starts the microprocessor controls

system shall check all pre-start safeties to verify

that all prestart cafe ties are within limits (if one is

not an indication of the fault will be displayed and

71

the start aborted)

1.6.12 Digital program of essential sequence through colour

coded key pad shall include entering and leaving

chilled water temperature, condensing temperature,

percentage of loading, seven day week clock for

starting and stopping the chiller complete with local

holidays, scheduled and remote set temperature

range.

1.6.13 All safeties and cycling shut-down shall be

enunciated through alpha numeric display and

consist of day, time, cause of shut down & type of

restart required. Safety shut downs shall include

high oil pressure, high compressor discharge

temperature, low evaporator pressure, motor control

fault and sensor mal-function.

1.6.14 Cycling shut downs shall include low water

temperature, low oil temperature, chiller/ condenser

water flow interruption, power fault, internal time

clock & entire cycle.

1.6.15 System operating information shall include return

leaving chilled water temperatures, entering and

leaving condenser air temperatures,

evaporator/condenser refrigerant pressure oil

pressures, motor current, operating hours and

number of compressors start.

1.6.16 Security access shall be provided to prevent

unauthorized change or set points to allow local or

remote control of the Chiller and to allow manual

operation of valves and oil pumps.

1.6.17 The Chiller shall be provided with a RS-232 port to

output all system operating data, shut down and

72

cycling messages and record of the last four cycling

or safety shut-downs to a remote printer or Building

Automation System (BAS). The control center shall

be programmable to provide data logs to the VAS /

printer at a set time interval.

The chiller manufacturer shall provide open Protocol

Module for integration with the Building Automation

System. Chiller manufacturer shall confirm the

requirement with the owner / consultant prior to

procurement.

1.7.0 CHILLER INSTALLATION :

1.7.1 Rig and install in full accordance with Manufacturer’

recommendations and project drawings.

1.7.2 Locate the chiller as indicated on drawings, including

cleaning and service maintenance clearance as per

manufacturer instructions.

1.7.3 The complete chilling unit shall be installed over a

RCC foundation and shall be adequately isolated

against transmission of vibration to the building

structure special attention shall be paid to the

alignment of the driving and driven shaft final

alignment shall be checked at site in presence of the

Engineer – in – charge using a dial indicator

necessary foundation bolds nuts leveling screw etc

whatever required for mounting the unit shall be

provide by the contractor

1.7.4 The chiller shall rest on anti vibration mountings to

avoid transmission of vibrations to the building

structure.

1.7.5 Adjust and level chiller on pedestals. Installing

contractor shall provide and install all auxiliary

73

devices and accessories for fully operational chiller.

1.7.6 Coordinate electrical requirements and connections

for all power feeds with electrical contractor.

1.7.7 Vendor should coordinate with BMS vendor for

proper connectivity. Installation contractor shall

paint damaged or scratched factory finish with touch

up paint matching factory finish.

1.7.8 All the parts requiring maintenance shall be easily

accessible.

1.7.9 The complete installation instructions as

recommended by the manufacturer shall be followed.

1.7.10 The electrical works shall be followed as per the

safety regulations with identifying tax for EC

maintenance. All wiring shall be neatly bunched and

cramped.

1.7.11 The electrical wiring diagram shall be pasted on the

inner cover of the control panel.

1.8.0 PRESSURE AND VACUUM TESTS:

1.8.1 The refrigeration circuit, after fully assembled and

after completion of the refrigeration piping, shall be

subjected to about 1.5 times the design pressure. (or

as required as per manufacturers design), and this

pressure shall hold without drop, for at least 8 hours.

1.8.2 The entire chilling unit shall be pressure tested with

dry nitrogen at the following test pressure for R-134

a Refrigerant.-

High Pressure side : 20 -(Kg/Sq.cm.(gauge)

Low Pressure side : 8 -(Kg/Sq.cm.(gauge)

74

1.8.3 After this, the refrigeration system shall be

vacuumised and the vacuum shall hold at least for 2

hours.

1.8.4 Certificates to this effect shall be furnished.

1.9.0 PERFORMANCE

1.9.1 The performance of the unit shall be proved at site at

the time of testing and commissioning along with

power consumption.

1.9.2 The power should not exceed the confirmed rating

throughout the period of service of the equipment.

1.9.3 The manufacturer should stand guarantee for the

mentioned condition and shall compensate the client

in the case of more power consumption than the

indicated power.

1.9.4 The contractor shall submit along with the rating

charts of the machines offered in terms of percentile

capacity at maximum ambient conditions along with

the tender

1.10.0 TESTING OF THE CHILLERS AT THE FACTORY:

1.10.1 The chillers are to be tested at the manufacturer’s

factory to establish the power consumption and the

capacity, in presence of officials/representatives of

TNTPO, authorised by Managing Director, TNTPO.

1.10.2 The testing is to be done for each chiller, at 100%

load conditions.

1.10.3 The testing is to be done at the prevailing ambient

conditions as on the day of testing and the test

results are to be computed for the ambient specified

in the tender.

75

1.11.0 DOCUMENTATION:

1.11.1 Original documents to be included along with the

offer failing which tenders will be rejected:

• Descriptive catalogues for the equipment & selections data

• Rating charts and Dimensional Drawings of Equipment offered.

• Foundation drawings of the equipment. • Starting & running current details of every single compressor to be furnished.

1.12.0 PRE COMMISSIONING CHECKS :

1.12.1 • Check the major equipments like Compressor, Condenser, Expansion Valve, Evaporator, Motor, Controls, etc. installed according to the specification and design.

• Check the system is charged with refrigerant. • Check the control circuit logic is tested. • Check the fuse rating is correct. • Check the overload relay is properly set. • Check the earth protection is provided. • Check the compressor motor continuity. • Check the pressure gauges and thermometers are installed.

• Check whether any air in the chilled water system.

• Check whether any loose component in the electrical circuit.

• Check crankcase heater is ‘ON’ condition. • Check all the chilled water valves are opened. • Check the insulation resistance of motor winding and power cable are connected adequately.

• Check the chilled water circuits are cleaned properly before start up.

76

1.13.0 COMMISSIONING CHECKS :

1.13.1 • Ensure that the Crank case heater shall be kept energized at least 12 hours prior to start up.

• Ensure input voltage is available within the specified requirements.

• Ensure the phase sequence is correct. • Ensure all valves are in open condition. • Check water level in expansion tank. • Ensure water quality is within recommended parameters.

• Be certain all control bulbs are inserted completely in their respective wells and are coated with heat conductive compound.

• Check that the recommended fuses are in the power circuit disconnect switch and then close the switch. The crankcase heater will get energized.

• Start the chilled water pumps and condenser fan put on load.

• Start AHU’s / FCU’s, if any. • Check the setting of chilled water thermostats to the desired water temperature.

• Switch on the compressor on –off switch which has to be started.

• When compressor starts, a flow of liquid will be noted in the liquid indicator.

• Check the operation of the safety control switches and indicating lights on the control panel to be sure that they function to stop compressor motor in case the settings are exceeded.

• Check the settings of controls like LP cutout, HP cutout, Antifreeze and thermostat as per requirement.

77

1.14.0 PERFORMANCE EVALUATION CHECKS

1.14.1 • Measure the Chilled Water Inlet / Outlet / Differential Pressure (.P) in PSIG / KPa / Pa

• Measure the Chilled Water Inlet / Outlet Temperature in °C / °F

• Measure the Ambient Temperature in °C / °F • Measure the Ref. Suction / Ref. Discharge Pressure in PSIG / KPa / Pa

• Measure the Amperage / Voltage / RPM • Measure the Ref. Suction / Ref. Discharge / Ref. Liquid Line Temperature in °C / °F

• Measure the Condenser Air Inlet / Outlet Temperature in °C / °F

• Measure the Super Heat in °C / °F • Measure the Sub Cooling in °C / °F

1.15.0

TESTING & HANDING OVER:

1.15.1

The HVAC Contractor shall start up the chillers and

give training to the operating staff through a factory

trained personnel.

2. Chilled water piping & Valves:

5.0 PIPING WORK:

Scope: Scope of this section comprises of the

supply, installation, testing of piping work and

allied works like fixing of valves and other

accessories involved in chilled water circuit to be

executed as part of chilled water system

confirming to the specifications and in

78

accordance with the requirement of drawings and

of the Schedule of Quantities.

5.1 GENERAL CONDITIONS :

5.1.1 The tender drawings show the general layout of the

piping and they are not meant as working drawings.

On the award of the contact, the Tenderer shall

prepare his own detailed working drawings.

5.1.2 The drawings indicate schematically the size and

location of pipes. Pipe runs and sizes may, however, be

changed to meet the site conditions. The Contractor,

upon award of the work, shall prepare detailed

working drawings, showing the cross section,

longitudinal sections, details 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.

5.2 MATERIAL

5.2.1 Up to 65 mm: Material shall be MS C class as per

IS1239. Joints and Fittings shall be screwed fittings,

unions, screwed flanges and welded. The sealing

material shall be Teflon tape for screwed joints and 3

mm,3 ply rubber insertion as gasket.

5.2.2 80 mm to 150 mm: Material shall be MS C class as per

IS 1239. Joints and fittings shall be Welded with Slip

on Flanges. The sealing material shall be 3 mm 3 ply

rubber insertion as gasket.

5.2.3 200 mm and above: Material shall be MS C class with

6 mm wall thickness as per IS 3589. Joints and

fittings shall be Welded with Slip on Flanges. The

sealing material shall be 3 mm 3 ply rubber insertion

79

as gasket

5.2.4 Flanges shall be to I.S. 1536 / 1960.

5.2.5 All Piping shall be black steel unless otherwise stated.

Pipes shall be new and from standard manufactures.

Pipes shall be given one primary coat of red oxide

paint before being installed.

5.2.6 Fittings shall be new and from standard

manufactures. Fittings shall be malleable casting of

pressure ratings suitable for the piping system.

Fittings used on welded piping shall be of the weldable

type. Flanges shall be new and from standard

manufacturers. Supply of flanges shall include bolts,

washers, etc. as required.

5.2.7 Bends: For sizes up to 40 mm NB, socket weld fittings

shall be used. For sizes up to 150 mm NB, butt

weldable wrought steel fittings shall be used, which

shall have a wall thickness equivalent to the pipe

thickness. All bends shall be of seamless

constructions and butt welded bends and reducers

will not be accepted. All bends in sizes 200mm or

larger diameter, shall be prefabricated / fabricated

from pipes of the same diameter and thickness, with 5

segments of 18 degrees bend each, and having a

minimum center line radius of 1.5 times pipe

diameter.

5.2.8 All fittings such as branches, reducers etc. in all sizes

shall be fabricated from pipes of the same diameter

and thickness, and its length shall be minimum twice

the pipe diameter. Pipe branches shall be shoe type to

enable easy flow of liquid. Pipe reducers mounted

horizontally shall be eccentric type with horizontal

80

base for easy drainage of liquid.

5.2.9 All bolts & nuts shall be carbon steel and gaskets shall

be 3 to 6 mm reinforced rubber Gaskets.

5.2.10 The branches may be welded straight to the main line

without making a separate fitting, where specified on

drawings or required by Engineer-in-charge. All

welded joints shall be butt welded and shall be used in

case of pipes above 25mm nominal size.

5.2.11 All welded piping is subject to the approval of the

Consultants /Clients engineers and sufficient number

of flanges and unions shall be provided as required.

5.3 INSTALLATION

5.3.1 The contractor shall design adequately all brackets,

saddles, clamps, hangers, etc., and be responsible

for structural safety and integrity. Further, while

providing the supports, care shall be taken to ensure

freedom from vibration.

5.3.2 All pipe joints shall be welded construction, unless

otherwise specified. However, flange joints shall be

provided as mentioned below. All pipes below 40 mm

NB shall have socket welding using fillet welding.

Pipes 50 mm NB and above shall have butt welding

using butt weldable fittings. In this case the welding

edges shall be properly “V” Grooved before welding.

All pipe cuttings shall be carried out using pipe

cutting tools. If in case, Gas cutting is utilised care

should be taken to properly finish the edges so that

the edges are smooth and are without any burs.

Flange joints shall be provided at the following

positions.

81

• Mating flange for equipment flange connection.

• Mating flange for valves, strainers etc., • Pair of flanges at every 50 Mts. continuous run of pipe.

5.3.3 All welding shall be done by qualified welders and

shall strictly conform to Indian standards code of

procedure for manual metal arc welding of mild steel.

5.3.4 Pipe supports on the terrace shall be masonry

pedestals (to be provided by the air conditioning

contractor) and in other places it shall be of steel

adjustable for height and primer coated with rust

preventive paint and finish coated with black paint.

5.3.5 All supporting arrangements including necessary

suspenders, brackets, rods, bolts and nuts, etc., and

all civil work related thereto - including drilling of

holes for fixing grip bolts and any chipping and

finishing, shall be included within the scope of the

work of the contractor and shall be carried out under

the scope of HVAC system.

5.3.6 Tee-off connections shall be through reducing tees,

wherever possible. Otherwise ferrules welded to the

main pipe shall be used. Drilling and tapping of the

walls of the main pipe shall be used. Drilling and

tapping of the walls of the main pipe shall not be

resorted to.

5.3.7 All equipment valve connections or connections to any

other mating pipes, shall be through unions/screwed

flanges up to 50 mm dia. and Grooved mechanical

joining system (with EPDM rubber gasket conforming

to ASTM D 2000) for larger diameters or as required

for the mating connection.

82

5.3.8 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.

5.3.9 Pipe supports shall be of steel, adjustable for height

and prime-coated with rust preventive paint and

finish-coated black. Where pipe and clamp are of

dissimilar material, a gasket shall be provided in

between. Spacing of pipe supports shall not exceed the

following:

Pipe size in MM :Spacing supports in mts

3 to 12 - 1.20 mts

19 to 25 – 1.80 mts.

32 to 150 – 2.40 mts

200 and above – 3.00 mts.

5.3.10 Pipe hangers shall be fixed on walls and ceilings by means of metallic rawl plugs or approved shear fasteners.

5.3.11 Vertical risers shall be parallel to walls and column lines and 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 12 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 also have a suitable elbow or concrete pipe support at

the lowest point.

83

5.3.12 Cut-outs required in the floor slab for taking the various pipes are indicated in the drawings. Tenderness shall carefully examine the cut-outs provided and clearly point out wherever the cut-outs shown on the drawings do not meet with the requirements and indicate if any additional cut-outs are required.

5.3.13 Piping work shall be carried out with minimum disturbance to the other work on the site. A program of work shall be chalked out in consultation with the Engineer.

5.3.14 Details of clamps, anchors, etc shown in the various drawings are only tentative and the Contractor shall make sure that the clamps are adequate for the pipe support. Piping layout shall take due care of expansion and contraction in pipes.

5.3.15 All MS angles, channels, rods, brackets, etc., used for supporting arrangements shall be provided with a coat of red-oxide primer both before and after placing them in position. All supports shall be finally painted with two coats of black enamel paint.

5.3.16 Additional supports shall be provided at Bends, Valves

etc. Supports structures could be fixed on to the walls

and concrete ceilings using Anchor Fasteners. Ready-

made supports like “Hi-Tech” could also be used.

5.3.17 Pipe sleeves of 50 mm & larger in diameter shall be provided wherever pipes pass through walls or structures and the annular space shall be filled with felt and finished with retaining rings to isolate any vibrations from being transmitted to walls/structures.

84

5.3.18 Insulated piping shall be supported in such a manner as not to put undue pressure on the insulation. 14 G GSS shall be provided between the insulation and the clamp, the saddle or roller extending at least 50 mm on the either side (of the clamp, saddle or roller). The method of support shall be approved by the Consultants / Project Managers.

5.3.18 Pipes shall be sloping towards drain points.

5.3.19 Pipe hangers shall be fixed on walls and ceilings by

means of metallic rawl plugs or approved shear

fasteners.

5.3.20 All pipes using screwed fittings shall be accurately cut

to the required sizes and threaded in accordance with

I.S. 554/1955 and burrs removed before laying. Open

ends of the piping shall be blocked as the pipe is

installed 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.

5.3.21 All scaffolding required for erection/ testing of

pipelines shall be arranged by the contractor at his

cost.

5.3.22 Details of clamps, anchors, etc. Shown in the various

drawings are only tentative and the Contractor shall

make sure that the clamps are adequate for the pipe

support. Piping layout shall take due care of

expansion and contraction in pipes.

5.3.23 At all tapping for cooling coils of Air Handling Units,

facility for providing pressure gauges and thermo well

should be provided. The pressure gauge provision

facility should have a tapping with stop cock and

thermometer provision facility should have a thermo

85

well.

5.3.24 GI Pipes whenever welded, the welded portions should

be immediately finished by painting the same with

zinc chromate primer.

5.3.25 When pipes are buried underground, both insulated

and un-insulated pipes shall be painted with one coat

of hot bitumen 80/25 at 2.5 Kg/sqm and wrapped

with 6 mm thick Tar felt and the joints properly glued.

5.3.26 All pipes using screwed fittings shall be accurately cut

to the required sizes and threaded in accordance with

I.S. 554/1955 and burrs removed before laying. Open

ends of the piping shall be blocked as the pipe is

installed 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.

5.3.27 All pipes shall be laid and tack welded in position with

all flanges, valves, etc., After inspection and approval

of the layout by the Engineer in-charge, only then full

welding could be carried out. Please note, to reduce

down time, pipes could be offered for inspection in

sections.

5.3.28 Further, when the piping is completely over the

Contractor should flush the entire piping at least three

times before commissioning, so that, the piping

system is free from dirt, mill scale etc.,

5.4 DRAIN PIPING

5.4.1 Drains shall be provided at all low points in the piping

in the piping system and shall be of the following

sizes.

86

Up to 200 mm - 40 mm

Over 200 mm - 50 mm

5.4.2 Drains shall be provided with ball valves of equal size.

Drains shall be piped through equal size G.I. pipe or

pvc pipe as specified to the nearest drain or floor

waste. Piping shall be pitched towards drain points.

5.4.3 All drain pipes shall be installed pitched @ 2% towards

the drain points. Only GI or PVC Pipes shall be used

for drain piping.

5.5 TESTING:

5.5.1 Pipes after full welding is completed shall be

hydraulically tested, without giving connections to the

equipment. Pipes could be tested in sections and after

testing the ends should be capped.

5.5.2 All piping shall be tested to a hydrostatic test pressure of at least one and half times the maximum operating pressure, but not less than 10 Kg/sqcm 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 Owners / PMC . Piping repaired subsequent to the above pressure test shall be re-tested in the same manner.

5.5.3 The Contractor shall provide all materials, tools,

equipment, instruments, services and labour

required to perform the test and to remove water

resulting from cleaning and / after testing.

5.5.4 Systems may be tested in sections and such sections

shall be securely capped.

5.5.5 The Owners / PMC shall be notified well in advance

by the Contractor of his intention to test a section or

87

sections of piping and all testing shall be witnessed by

the Owners / PMC or their authorised representatives.

5.5.6 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 connections, the Contractor shall rectify the

defective connections. He shall bear all the expenses

for carrying out the above rectification’s, including the

tearing up and re-finishing or floors, walls, etc. as

required.

5.5.7 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. In case of improper circulation, the

contractor shall rectify the defective connections. He

shall bear all expenses for carrying out the above

rectifications. He shall bear all expenses for Carrying

out above rectifications, including the tearing up and

re-finishing of floors and walls as required.

5.5.8 No insulation or painting for the pipes shall be carried

out before the hydraulic testing is completed and

approved by their Engineer in-charge.

5.5.9 After completion of Pressure testing the entire water

should be drained off by the Contractor without

affecting the premises.

VALVES :

5.6 BUTTERFLY VALVES :

5.6.1 Butterfly valve should be designed and manufactured

to have optimal mixed of structural stability, flow

efficiency and effective seating coupled with advantage

88

of light weight and compact design and ease of

operation.

5.6.2 Butterfly valves shall be of slim seal, short wafer type

with standard finish.

5.6.3 The valves shall be suitable for mounting between

flanges drilled to ANSI 125. The valve body shall be

cast iron. The disc shall consist of disc pivot and

driving stem. The disc shall move in bearings on both

ends with ‘O’ Ring to prevent leakage. The seat shall

be moulded black nitrile rubber or nylon.

5.6.4 The valves shall be of PN 10 rating shall be complete

with flow control lever and notches, factory machined

companion flanges, bolts & nuts. The valves shall

have extended stem for proper finishing of insulation.

5.6.5 All valves for sizes 50 mm and above shall be wafer

type butterfly valves. The valves should be suitable for

mounting between flanges drilled to IS 6392 Table 10

to 20. The valve body shall be cast iron. The valve

stem shall be high tensile stainless steel (AISI 410).

5.6.6 Body liner shall be integrally molded and bonded to

the body. The material shall be Buna-N Rubber. This

body liner shall provide seating to the valve disk and

“Gasket Joint” with mating pipe flanges. The valve

disk material shall be Ductile (SG) Iron with

Electroless Nickel Coating.

5.6.7 All valves up to 200 mm NB shall be provided with

flow control levers. Valves of 250 mm NB and above

shall be provided with gear operated levers.

5.6.8 The valve shall be flanged type design and shall be

suitable for water flow in either direction and seal in

both the directions. These should be suitable for tight

89

shut off or regulating flow.

5.6.9 Valve design should be such that Electrical Actuator

can also use as operator.

5.6.10 Construction: Body shall be made of one piece design

and top flange is design such to mount required valve

operator. Body material shall be Grey Cast Iron to IS

210 Gr. FG 220/ASTM A126 Gr. B/BS 1452 Gr. 220.

The Disc shall be of SG Iron to IS 1865Gr. 450/10

Teflon / Nickel plating /Nylon coating. The shaft shall

be of stainless steel ( AISI 410 ).

5.6.11 Valve Operators: Valve size from 50 mm (2”) to 200

mm (8”) N.B shall be self locking lever operation from

open to fully close position with 6 to 8 intermediate

position marked on the indicator plate which should

be mounted on the top flange. Valve size above 250

mm ( 10” ) N.B and above should be provided with

international class two piece sheet metal fully sealed

and weather proof Gear Operated for low torque and

smooth operation.

5.7 BALL VALVES :

5.7.1 All valves for shut-off purposes for sizes below 50 mm

shall be ball valves. The valve body and body

connector shall be carbon steel as per ASTM A216-

WCB, the ball and stem shall be stainless steel SS

304/316.

5.7.2 The seats and stem packing shall be PTFE. All Valves

shall have socket weldable ends, in 2/3 piece

construction and the central portion could be bolted

out for maintenance. All valves should be supplied in

full bore construction. The valves should have a

90

pressure rating of ANSI 150.

5.7.3 Valve should be design such, with quarter turn of

valve should be fully opened or closed position. Arrow

should be marked on the body to show flow direction.

Maximum working pressure should be 500 PSIG (35

kg/sq.cm ) and operating temperature range -40°F to

300°F.

5.8 BALANCING VALVES:

5.8.1 Balancing Valves: Wherever indicated in the pipe

scheme diagrams balancing valves shall be installed

for flow regulating and measuring purposes. Valve up

to 50 mm dia shall be bronze construction and valves

65 mm and above shall be cast iron construction.

5.8.2 All valves shall be provided with tapping for pressure

drop measurements.

5.8.3 Balancing valves shall be supplied and installed as

shown in the drawings to ensure proper balancing of

water. The balancing valves shall be fully automatic.

These shall have spring loaded catridge. Balancing

valve shall be of PN 16 rating.

5.8.4 The port opening shall permit precise regulation of

flow rate, by accurately measuring the pressure drop

across the port.

5.8.5 The spindle shall have a shielded screw to set the flow

at the desired level.

5.8.6 The valve shall be completed with two ports for

connections to a mercury manometer, to measure the

pressure drop, as well as a drain port.

91

5.9 CHECK VALVES :

5.9.1 Check Valves shall be dual plate check valves, wafer

type sleep-on construction. The valve body shall be

cast iron as per IS 210 Gr. FG 220. The valve disk

shall be aluminum - bronze plate, SS 316 inch pins &

pins and springs rubber seal and should be rated for a

pressure rating of ANSI 150.

5.9.2 The valves shall be heavy class and provided as

shown in the applicable drawings (and /or in BOQ)

and conform to the following specifications:

The valves shall have spring loaded, light weight plates

enabling them to be operated in any position (vertical

or Horizontal). The valves shall be provided with

resilient seal material to ensure sealing without leak.

5.9.3 The valves shall be suitable for operation at pressures

up to 13.8 Kg/Cm2 (200 psig).

5.10 SUCTION GUIDE :

5.10.1 Suction Guide shall be installed at the inlet of each

pump. Suction Guide shall have cast iron body, outlet

guide vanes, removable stainless steel strainer and

fine mesh brass start-up filter.

5.10.2 The Contractor shall inspect the strainer prior to start-

up of the pump and shall remove the fine mesh brass

filter after short running period. Space shall be

provided for removal of strainer and for connection of

blow down valve.

5.11 STRAINERS :

5.11.1 Strainers shall be of the approved “Y” or with

fabricated steel bodies, mounting supports, bottom

92

drain valve.

5.11.2 Strainers shall have a removable stainless steel–304

screen with 3mm perforations and permanent magnet.

Strainers shall be provided with flanges or threaded

sockets as required.

5.11.3 They shall be designed to enable blowing out

accumulated dirt and facilitate removal and

replacement of all screens without disconnecting the

main pipe.

5.11.4 All strainers shall be provided with equal size isolating

butterfly valves, as mentioned in quantities, so that

the strainer may be cleaned without draining the

system.

5.11.5 “Y” strainers shall be provided on the inlet side of each

air handling unit.

5.12 TWO WAY VALVES :

5.12.1 The 2 way mixing/diverting valves for AHUs shall be of

C.I. constructions suitable for operation up to 10 bar.

The water flow through the valve shall be regulated by

the rotation of brass slipper between the main and the

bypass ports.

5.12.2 It shall be possible to rotate the brass slipper,

manually, through 360° and interchange the main and

the common ports, to facilitate installation at site. All

internals of the valves shall be rust-proof and the `O'

rings shall be of EPDM/NITRILE.

5.12.3 All valves shall be designed for a body pressure of 10

Kg/sqcm. The flow characteristics shall be linear for

each port. The valves shall be compatible to hook up

with direct digital control systems.

93

5.12.4 These valves shall be provided for air handling units

installed in chilled water lines at each AHU. A

proportional thermostat shall actuate each valve.

5.12.5 Constant space conditions shall be maintained by

allowing correct quantity of chilled water to pass

through the coil. Valves shall have cast bronze body

up to 40 mm and CI body for higher sizes.

5.12.6 Modulating motors used with valve linkages shall

actuate valves. Modulating motors and linkages

should be selected after ascertaining the torque

requirements of the valves.

5.12.7 The valve actuator shall be electronic type with DC

motor. The actuator's angle of rotation shall be 90° . It

shall be without any limit switches and shall be

overload proof. It shall have an indicator to indicate

the position and push-button to disengage the gear

train for manual operation.

5.13 AUTOMATIC AIR VENTS :

5.13.1 The Auto Air Vent shall be installed on all high points

in the water piping system and also at locations where

there is a likelihood of air locking , to automatically

remove the trapped air.

5.13.2 It should be of compact & efficient design made of

Brass construction to efficiently remove air pockets

from hydraulic systems with a maximum working

pressure of 4-6 bar & working temperature of 120 deg

C. Automatic air vents shall be provided at highest

points as shown in the approved drawings.

5.13.3 All air vent valves should have a hose nipple fixed at

the open end, so that a flexible hose could be fixed to

94

drain-off during purging.

5.13.4 The Vent valve sizes shall be as under:

Pipe Size up to 150 NB : 12 mm NB Ball Valve with

hose nipple.

Pipe size above 150 NB : 20mm NB Ball Valve with

hose nipple.

5.13.5 The body shall be of brass construction and a plastic

cap shall be provided on the outlet to shut the air vent

when not in use.

5.13.6 The float shall be of synthetic material and shall keep

the venting valve closed under normal condition .

When air is collected inside the float chamber, the

water level inside the auto air vent shall decrease and

the venting valve shall be opened.

5.13.7 The collected air then shall escape through the venting

valve and the water level inside the float chamber shall

increase again, closing the venting valve. This process

shall continue as long as air is collected in the float

chamber.

5.13.8 There shall be a check valve at the bottom to seal the

system when the auto air vent is removed for servicing.

5.14 TEST POINT :

5.14.1 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.

5.14.2 Test Point shall be of brass construction, 1/4" BSP

95

with NEOPRENE sealing bushes and shall be provided

with screwed cover.

5.15 PRESSURE GUAGES:

5.15.1 Pressure Gauges shall be “Bourdon” type with a

minimum dial size of 100 mm dia. The range shall be

selected to suit the application and location of the

gauges.

5.15.2 All gauges shall be provided with a gun metal plug

type gauge cock and capillary connections to prevent

system fluctuations.

5.15.3 They shall be selected for appropriate range and shall

be complete with gate or ball valve. Pressure gauges

shall be provided as shown in the drawings & as per

price schedule.

5.15.4 Pressure gauge tapping shall be insulated with 9 mm

nitrile foam insulation and tied with binding wire or

self adhesive tape. Chilled water pipe insulation shall

not be damaged during removal and re-fixing of

pressure gauge.

5.15.5 Water Pressure Gauge of 100 mm dia made out of

stainless steel SS-304 with a latest technology, all

parts are made from copper alloy & Stainless Steel to

prevent from corrosion attack.

5.15.6 Dial is in white color and numbers are in black color

with base of white color for better visibility, Gauge

shall have a Stainless Steel ‘U’ Tube of 15 mm dia x

400 mm in length both side threaded with Stainless

Steel Nut, a Ball Valve is also provided at one end of

tube for protecting gauge during testing of system.

5.15.7 Pressure gauges shall be installed on suction and

96

discharge sides of pumps, chilled water supply and

return at air handling units, inlet and outlet at chillers

and condensers, as shown on the Drawings and

included in Schedule of Quantities.

5.15.8 Discharge side gauges at pumps and at all other

locations shall be 150 mm dia range 0-10 Kg. per

Sq.cm (0-150 psi) pressure.

5.15.9 Care shall be taken to protect pressure gauges during

pressure testing.

5.15.1

0

Gauges shall be duly calibrated before installation.

The siphon and pet cock shall be of Brass chromium

plated.

5.16 THERMOMETERS :

5.16.1 Thermometers with extended sensing probe, thermo

well made out of copper / brass and glycerin should

be used for sensing temperature in thermo well.

5.16.2 These shall not be less than 100 mm dia. They shall

be selected for appropriate range and shall be with the

protection guard and mounting box. Protection guard

and mounting box shall be powder coated.

5.17 MEASUREMENTS :

5.17.1 Piping shall be measured along the centre line if

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.

5.17.2 The pipe lengths specified in the BOQ shall deemed

97

to be inclusive of all fittings like Bends, Elbows,

Reducers, Flanges, Pipe Nipples for instruments, Pipe

Supports, clamps etc. These will not be measured

separately nor paid for.

5.17.3 The pipes shall be in unit length round off to the

nearest centimeter and measured along the centre line

of the pipe and fittings. The center line distances

between flanges of valves, strainers etc., shall not be

measured. The rates quoted shall also be inclusive of

necessary painting as specified.

5.17.4 All valves, strainers etc., shall be measured per unit in

each size and paid for. The price quoted shall deemed

to be inclusive of mating flanges, gaskets, nuts, bolts

etc.,

5.17.5 All Pressure gauges complete with sockets, gauge cock

etc., shall be measured per unit.

5.17.6 Thermometers together with thermo-wells shall be

measured per unit.

5.17.7 All air vents, drain valves shall be measured per unit.

5.17.8 Piping measurements shall be taken before application

of the insulation in the case of insulated pipe work.

5.17 FLOW SWITCHES :

5.17.1 Sockets or necessary arrangements to be made by

HVAC Contractor for bellow type flow switches shall be

provided in chilled water outlet at the water chilling

machines.

5.17.2 The flow switch shall prevent the compressor from

starting unless chilled water flow is established.

98

5.18 RESPONSIBILITIES OF HVAC VENDOR’S SITE

ENGINEER :

5.18.1 He shall be responsible for the following activities

• Confirming the type of chilled water piping, sizes etc, from schedule of approved drawings

• Organizing required transportation • Shifting of chilled water piping to the erection site • Assigning workman crew • Controlling the crew • Organizing material, tools and equipment required to the erection site

• Execution of work as per specification and approved drawings

• Inspection of works • Maintaining all Safety regulations

5.19 SAFETY :

5.19.1

• Ensure safety accessories like hand gloves, goggles are available with all the workers involved in the chilled water piping erection work

• All required equipment and tools should be checked before start of work for suitability and integrity

• All lifting equipment and tackles shall have valid safety certification.

• All Preventive and remedial measures on hazards associated with the material/machinery used for

• Chilled water piping and erection works shall be explained to all the personnel involved in the work.

99

3. JET NOZZLES:

Supply and fixing of Aluminum powder coated/Anodized Eye ball

Jet Nozzles. Jet Nozzle Outer frame and inner core (Eye Ball) shall

be fabricated with 1.2mm Aluminum sheets. Outer frame and inner

eye ball assembly should have provision for holding the Assembly

firmly in the desired position. The inner core – eyeball should be

rotate through 360 deg for rectangular and square air ducts. The

Jet Nozzles should be supplied with factory fitted Aluminum

mounting panels. These panels can be directly connected with the

air ducts. Depending upon the applications number of nozzles can

be selected. The Jet Nozzle assembly shall be Powder coated /

Anodized.

4. AHU COIL SPECFIFICATION

Cartridge type Chilled water coil (mounted on aluminium slide rails)

specification rated in accordance with ARI standard 410 and with

SS304 end plates for coils and coated with hydrophite chemicals.

Fluid type Water

Fin material/Tube material Aluminum 0.15mm/copper 0.40mm wall thickness

Tube dia-(mm OD) 12 mm OD

Nature of bounding Mechanical tube expansion /pressure bounded

Test Pressure (Ksc) 21 Ksc

Coil Connection LHS or RHS to suit site condition

Coil header type MS

Fin concentration Minimum 12 FPS

Chilled water inlet temperature 7 deg C

Chilled water outlet temperature 12 deg C

Miscellaneous All bolts and nuts shall be cadmium plated. Air tight blanking plates to be provided to

100

seal the remaining portions of the cross sectional areas of the AHU when the coil Size is less than the cross sectional area of the unit.

Air velocity across the cooling coil surface

Not to exceed 2.5mtr per second

Water velocity Maximum 0.7M/sec

Water side pressure drop Max. 7kpa

Coil connection Interchangeable at site

Drain connection Minimum 40mm dia for floor mounted units and 32mm die for ceiling suspended units.

5. AHU FILTER SPECIFICATION:

Primary Filters specification designed for easy withdrawal and to

produce low pressure drop and long life between filter changes.

Type of filters/Media used EU4 Panel type flat/ Non-woven synthetic.

Depth of filter 48mm+/- 2mm

Efficiency (ASHRE) 95% efficiency at BS 2831 and 86% efficiency at design ASHRAE 5276 down to 10 microns

Clean and dirty pressure drop-mm wg

4mm to 15mm

Face velocity across the filter Not to exceed 2.5Mt/sec for flat filters and 1.6Mt/Sec for inclined filters. Filter velocity in filter media shall be between 25Cm/Sec and 30Cm/Sec

101

6. ELECTRICAL:

ELECTRICAL INSTALLATION

10.0 Scope

Scope of this section comprises the supply and installation of

all electrical equipment such as motors, motor control centers,

starters, cables, interlocks, etc.

10.1.1 Codes, Standards and Statutory Regulations

10.1.2 Codes, Standards and statutory regulations to be used

for design and constructions are given below. In general

all equipment, material as well as design and

constructions shall be in accordance with the latest

issues of Indian and relevant standards currently in

force. The installation shall be carried out in accordance

with the Indian Electricity Act and Rules.

10.2 Electric Supply System/Rated Voltage

10.2.1 415 Volts, 3phase, 4wire, 50 Hz with solidly grounded

neutral.

Variation in electric supply under which motor shall be

operated continuously without any adverse effect will be as

follows:

a) Voltage : +/- 5%

b) Frequency : +/- 5% variation

102

c) Any combination of voltage and frequency

10.3 Equipment and Materials

10.3.1 All equipment shall be as per specifications, and/or

drawings supplied along with the tender documents.

Equipment/materials shall be suitable for local climatic

conditions as specified in the tender.

10.3.2 All equipment shall be of robust construction. Enclosure

of equipment shall be dust, damp and vermin proof.

Equipment for outdoor installation shall have weather proof

enclosures requiring no further protection by the purchaser.

10.3.3 Approval

The contractor shall be responsible for obtaining approval of

drawings from statutory/local authority as required.

10.4 Motor Control Centre

10.4.1 Motor Control Centre shall consist of incoming switch

fuse units isolator and a starter mounted inside the wall or

floor mounting type cubicle made out 2 mm thick MS sheet.

Anti corrosion and phosphatising treatment shall be given to

the sheets by a standard 5 tank/7 tank process.

10.4.2 All feeders shall be provided with two position (on-off)

isolators, load break and quick make and break type. All

isolators shall be suitable for front of board operation.

103

Isolators for motor feeders shall preferably be of the ‘motor

duty’ type i.e capable of interrupting the locked rotor current

of induction motors, which will be 6/8 times the full load

current.

10.4.3 Isolators shall be interlocked with door to prevent

opening or closing of the door in the closed (‘ON’) position of

the isolator, in case of compartmental type of feeders. All live

terminals on the isolators shall be adequately shrouded to

prevent accidental contact and danger to the personnel.

a) Caution name plate “CAUTION LIVE TERMINALS” shall be

provided at all points where the terminals are likely to

remain live and isolation if possible only at remote by

broken filaments. Lamp covers shall be provided with

interchangeable colored lenses of per spex or equivalent

unbreakable materials. Lenses should not get discolored in

course of time, due to the heat generated by the lamps.

Name plates showing the condition indicated by the lamp

shall be affixed near to the lamps.

b) Rating of terminal blocks for power and control circuits

shall be at least 30 Amps and 15 Amps respectively.

Terminals in control circuits shall be suitable for receiving

one conductor per terminals of specified sizes. Terminals

for power circuits shall be designed for receiving aluminium

conductors and shall be suitable for receiving copper

conductors. Star/lock/Shake proof or Spring Washers

shall provide to prevent sparking due to vibrations. Special

terminals with copper strips mounted on insulating

104

supports may be provided for large cables. Where

terminals, suitable extension bars with off-set may be

provided.

c) Location of controls for motor starters or other feeders shall

be specified. Normally one ‘stop’ push button with stay-put

feature (lockable) and one reset push one button for hand

resetting of BNMR shall be provided on the door of the

compartment. Coolers used for push buttons shall be as

follows:

Stop push button - Red

Start push button - Green

Reset push button - Black

(Note: In case ‘Stop’, and ‘Reset’ are combined, only red colors

will be used.) Name plates indicating the function of the push

button shall be affixed near to the push buttons.

10.4.3.1 Wiring

a) Internal wiring of MCCs for power and control shall be

carried out with copper conductor PVC insulated cables of

PVC covered copper/aluminum tapes.

b) Wiring of components mounted on doors shall be carried

out with single stand 2.5 sq.mm copper conductor flexible

cables. Wires and cables shall be neatly arranged and

bunched together with suitable clamps made of insulating

material. Wire harnesses shall be adequately supported

along the MCC metal work.

105

c) Identification ferrules or tags shall be attached to each wire

at each point connection.

d) Sizes of conductors for power wiring shall be determined by

the manufacturers on the basis of full load current under

specified conditions, protective fuse rating and appropriate

rating factors as applicable. Minimum sixe of conductor

shall be 2.5 sq. mm. Minimum size of conductor for control

wiring shall be 1.5 sq. mm.

e) The following color code shall be used for determining the

colors of wires used for internal wiring. Manufacturer shall

obtain specific approval of the purchases, if this colour

coding cannot be observed for any reason whatsoever:

Earth - Green

Neutral - Black

230 V, A.V. phase - Red/yellow/Blue,

to neutral Black

f) All wiring shall be carried out in accordance with approval

and certified panel wiring diagrams. Vendor shall check all

wiring from point to point for correctness. All wires shall be

numbered and the numbers shall be indicated on the

relevant drawings.

10.4.3.2 Ear thing

All metal work of the MCC and non-current carrying metallic

parts of the equipment in the MCC shall be securely bonded

together by adequate means e./g. use of earthing washer for

106

bolted connections or tapped holes for mechanical

connections,. One copper earth bus running through the

entire length of the MCC shall be provided preferably along

with the terminal chambers. Size of the earth bus shall be

such as to withstand phase to earth or 2 phases to earth short

circuit for one second. The minimum size of the bus bar shall

be 25 x 3 mm. All the terminals complete with hardware and

cable sockets shall be provided on the earth bus for

connection to external system.

10.4.3.3 Name Plates and Labels

a) One name plate giving designation of the MCC shall be

affixed prominently on to the MCC (Details of designation

will be given). Each feeder shall also be labeled giving

following details:

i) Feeder No.

ii) Feeder Designation (Eqpt. Ref No. etc)

iii) Description

iv) Rating (HP/KW/Amps)

b) All components whether mounted inside the MCC or on the

door shall be permanently and clearly labeled with their

reference number and /or letter or their function (rating of

fuse shall form part of the fuse designation).

107

c) Labels for feeder designation shall be of laminated plastic or

rear engraved per spex with white letters on black

background.

d) Labels for feeder designation shall be fixed on the doors on

respective feeders with chrome-plated self tapping screws.

Designation labels shall be identical in size to permit

interchanging if required later.

10.4.3.4 Miscellaneous

a) All hardware used shall be plated or passivated to resist

corrosion. Type of plating or passivation shall be subject

to the approval of the Consultant. All fixing screws shall

preferably be raised head type.

10.5 Drawings

a) Contractor shall furnish the following to the Consultant for

his approval before commencement of fabrication.

i) General Arrangement Drawing showing overall

dimensions, arrangement of feeders, foundation plan,

positions, of cables entries, weight of MCC and sections in

which MCC will be despatched.

ii) Single Line Diagram for the MCC showing rating of

various components used for all feeders complete with

feeder numbers, designations, descriptions, ratings etc.

iii) Schematic and panel wiring diagrams for all feeders.

iv)Terminal plan for MCC, showing feeder numbers,

terminal numbers and terminal markings.

108

b) After the final approval, six prints and one clear film

reproducible of each of the above drawings shall be

furnished.

c) The contractor shall note that he shall bear full

responsibility for any error, discrepancies, omissions, etc.

in the drawings irrespective of whether such drawings have

been approved or no. Approval of drawings shall not relieve

the Contractor of his liability to complete the work in

accordance with the specifications and other conditions of

contract not shall it exonerate the vendor from any of his

guarantees.

10.6 Testing and Inspection

a) The following tests shall be carried out on the Motor Control

Centers after completion of all work :

(i) All power and control circuits for MCCs shall be tested for

insulation resistance switch a 500 volt megger, before and

after the high voltage test.

(ii) High voltage test shall be carried out on all power control

circuits at 2000 volts A.C. voltage applied for one minute.

(iii) Low voltages continuity test on all power circuits shall be

carried out from bus bars to the outgoing terminals of each

feeder with switches and contractors in closed position.

(iv) All control circuits and operations of equipment for all feeders

shall be checked with only control supply made available to

ensure satisfactory operation of all equipment such as push

buttons, BMR reset, indicating lamps, timing relays etc. All

109

contractor coils shall be checked for presence of humming or

chattering. Special requirements for various feeders indicated

in the purchase data sheets shall also be checked.

(v) Earth continuity test shall be carried out with a low voltage

supply of not more than 6 volts, between various non-current

carrying metallic parts of equipment, steel work etc. and the

earth bus provided in the MCC.

(vi) Operation of all instruments and meters provided on the MCC

shall be checked.

b) All the tests listed above shall be carried out in the present

of Owner’s representative, during final inspection.

Contractor shall provide all facilities such as power supply,

testing instruments and apparatus required for carrying out

the tests.

c) Contractor shall give a notice of not less than two weeks for

inspection and testing by the owner’s representative.

10.7 Electric Motors

10.7.1 Rating & Duty

a) Rating of the motors shall be as indicated in the Schedule of

Equipment. Where the equipment supplied needs a higher

rated motor, the Contractor shall clearly point out and

motors shall be offered accordingly.

b) All motors shall be rated for continuous duty at maximum

output.

c) Rated voltage for three phase motors shall be 415 volts.

110

10.7.2 Design Features

a) Motor body shall be of close grained cast iron construction

and shall be provided with lifting hooks or eye bolts. The

motor along with the fan and half coupling shall be

dynamically balanced

b) Fan provided for fan cooled motor shall be non-directional

type.

10.7.3 Enclosure / Protections

a. Enclosure for motors shall be totally enclosed fan cooled (TEFC)

unless other specified – SPDP motors shall be used only where

the desired out is not obtainable in a TEFC frame.

b. All outdoor motors shall be TEFC weather proof type.

c. Degree of protection for all motors shall be (IP 44 as per IS 491).

d. Two earthing terminals comprising terminals studs, plain

washers, one spring washer and not shall be provided on

opposite sides of the frame. Studs shall be suitable to receive

appropriate size of earth conductor.

10.7.4 Terminals Box

a. Terminal box shall be ample size, suitable for termination of

aluminum conductor cables (with cable sockets) which may be

substantially de rated for conditions of installation.

b. Motor terminals shall be stud type, substantially designed and

well insulated from the frame. Each terminal shall be complete

with two flat washer’s one lock nut.

c. Number of terminals shall be as given below:

Squirrel cage motors up to 3.7 Kw - 2 Nos.

111

Squirrel cage motors up to 3.7 Kw (with tinned copper links for

delta connection) - 3 Nos.

Slip Ring Motors - 3 Nos.

d. Terminal boxes of all motors shall be rotatable in steps of 90

degrees, without distributing the motor winding connections to

the terminal block. Separate terminal box shall be provided for

connections to anti condensation heaters in case of motors about

50 HP. If heater terminals are provided in the main terminal box,

then insulating barrier shall be provided between them with

caution name plate affixed on the terminal box. “CAUTION – LIVE

HEATER TERMINALS”.

e. Separate terminal boxes for starter and motor leads to be

provided for slip ring motors. Where it is not feasible, an

approved type of insulating barrier to the provided.

10.7.5 Temperature Rise

The temperature rise of motors when tested in accordance

with IS 325 shall not exceed the limits specified therein.

10.7.6 Starting of Motors

a) All squirrel cage motors shall be suitable for full voltage starting.

Motors of 10 HP and above will generally be started with

star/delta or auto transformer starters which, in addition to

protective devices, shall be provided with single phasing

preventer.

b) Starting current at full voltage of slip ring motors shall be limited

by the rotor resistance starter. Motor manufacturer shall furnish

appropriate value of external resistance required to limit the

112

starting current as well as to obtain the required torque.

However starting current with slip rings shorted shall not exceed

600% of full load current. starting current of squirrel cage

motors with full voltage starting shall not exceed 600% of the full

load current with tolerance specified in IS 325

c) Starting torque of squirrel cage motor started on full voltage shall

not be less than 200% of the full load torque. Pull out torque of

motors shall not be less than 200% of the full load torque.

10.7.7 Insulation

a) All motors shall have Class ‘D/F’ insulation unless the

ambient temperature or other conditions necessitate

another class of insulation.

b) All materials used in the construction of motors shall be

non-hygroscopic.

10.7.8 Painting

All motors shall be painted in an approved manner using two

priming coats and two finish coats. The final colour shall be

to the Owner’s requirements.

10.7.9 Performance Particulars

Following performance particulars for all motors to be

furnished well in advance before finalising orders for motors:

a) Make

b) Type

c) Enclosure

d) Class of Insulation

e) Temperature Rise above 40 Deg.C ambient

113

f) Rated Output

g) Speed

h) No load current

i) Full load current

j) Locked rotor current

k) Starting torque (DOL)

l) Efficiency at full load, ¾ load, ½ load

m) Power factor at full load, ¾ load, ½ load

n) Details of rating for space heater

o) Max. Size of alminium conductor cable which could be

connected to motor

p) Rotor current at rated output

q) Value of rotor resistance for different torque values.

10.8 MV Distribution Boards

10.8.1 Construction

The salient features of constructions panels shall be as

follows:

a) Sheet Steel – 2 mm thick for frames, cable gland plates and

equipment mounting plates and 1.6 mm thick for front and

rear doors and covers.

b) Welded construction with shipping section bolted together.

All such joints to be provided with gasket. Lifting lugs to be

provided.

c) The cubicles shall be totally dust and vermin proof

conforming to IP 54 of IS 2147.

114

d) All doors to be hinged type except bus bar chamber covers

which shall be bolted type. The panel shall be of flush front

design, suitable for access from front and rear.

e) The construction shall be such as to facilitate easy

extension at both ends.

f) The design shall be such as to have individual feeders in

separate compartments, with proper barriers between

adjacent feeders, bus bar chamber and cable box chambers.

10.8.2 Painting

All sheet steel work shall be properly cleaned and decreased.

Rust and scale shall be removed by picking and phosphating.

After phosphatising, two costs of primer shall be applied

followed by two coats of finishing synthetic enamel paint of

approved shade as per IS-5. The painting shall be stove

enamel.

10.8.3 Air Circuit Breakers

a) The circuit breaker shall be air-break, horizontal draw out

feature shall show 3 positions viz SERVICE, TEST and

ISOLATED. These positions along with ‘OPEN’ and ‘CLOSE’

positions shall be visibly marked.

b) All positions shall have provisions for locking. The ACB

shall have shutter assembly and arc-chutes and mechanical

trip features.

c) The ACB shall have 6 NO + 6 NC auxiliary contacts rated at

10A 240 V Ac

115

d) ‘RED and ‘GREEN’ indicating lamps shall be provided on

the cubicle.

e) The ACB door shall not have any lamps or instruments. All

such accessories shall be mounted on a separate

compartment.

f) The ACB shall have proper interlocks such that ir cannot be

‘plugged in or our ‘SERVICE’ position, if the breaker is in

‘ON’ condition. It shall not be possible to operate as circuit

breaker unless it is properly engaged in any of the three

positions.

g) The ACB shall have series C1 operated over current and

short circuit releases with facilities to mount the under

voltage and shunt-trip releases.

h) The operating mechanism shall be independent, manual

spring charged stored energy type. The mechanism shall

ensure quick-break, quick make action and the ACB shall

be trip free in operation.

10.8.4 Air Break Switches

a) The air break switches shall be of AC23 (heavy) duty, quick

make-quick break, fault-make type as per IS 4047. The

contacts shall be silver plated.

b) The switches shall be capable of withstanding the

mechanical and thermal stresses produced by overloads

and short circuits.

116

c) All switches of all ratings shall have inter-locks with the

compartment doors. Switches of 250A and above shall be

possible to intention- ally defeat the interlocks if required.

d) ‘RED’ indicating lamp shall be provided ‘ON’ indication.

10.8.5 Fuses

All fuses shall be of HRC cartridge fuse-link type having a

certified rupturing capacity of not less than 46 KA at 415 volts

Ac. The HRC fuses shall conform to IS 92214 1979. All fuses

shall have visible indication to indicate ‘Blown’ condition.

10.8.6 HRC Fuse Carriers

a) The HRC fuse carriers/bases shall be of high grade phenolic

mouldings. The contacts shall be silver plated and the

contact blocks shall be suitable to receive the rated

conductors of aluminium.

b) The fuse carriers shall have an aperture to view the

conditions of HRC fuse mounted inside.

10.8.7 Contractors

a) The motor starter contractors shall be of the electro-

magnetic, double- break, non-gravity type rated for un

interrupted duty suitable for operation under AC 3

utilisation category as per Is 2959. The contacts shall be

silver plated.

b) 2 No and 2 NC auxiliary contacts shall be included.

c) The operating coil have Class ‘E’ insulation of wire and

shall be suitable for operation of any specified control

supply system.

117

10.8.8 Thermal Overload Relays

a) The thermal overload relays shall be 3 element, positive

action, ambient temperature, compensated with a time log

and adjustable settings. The setting range shall be selected

in accordance with the ratings of the motor.

b) The relay shall be self-reset/hand reset as called for in the

case of hand-reset the reset button shall be fixed on the

compartment door.

c) The relay shall have at least one ‘NC’ on ‘No’ or one change-

over contact.

10.8.9 Moulded case circuit breakers

a) The moulded case circuit breakers, MCCBs shall be provided

where certified. The MCCBs shall conform to the latest

applicable IS 2516-1977.

b) For AC circuits the MCCBs shall be triple pole construction and

shall have independent manual opening and closing mechanism.

The mechanism shall be quick make and quick break type and

the breakers shall be trip-free in operation. The ‘ON’, ‘OFF’ and

‘TRIP’ mechanism shall be clearly indicated.

c) Bolted type neutral link to be provided with TP MCCB.

d) It shall be possible to mount accessories on the MCCBs li9ke

shunt – trip and under voltage release, alarm contacts etc.

e) The MCCBs shall have thermal/static trip devices

f) The MCCBs shall have reputed capacities as specified in BOQ /

Single Line Diagram.

118

10.8.10 Miniature Circuit Breakers

The MCBs shall be of single p[ole, double pole, triple pole, or

four pole as required. The MCBs shall be of magnetic type

with a maximum rupturing capacity of 9 KA at 415 V

10.8.11 Current Transformers

a) The CTs shall be of dry type and shall have short-time

withstand rating equal to the short-time withstand rating of

the associated switchgear for 1 second

b) The measuring instrument CTs shall be of 15 VA, minimum

accuracy class 1.0 and an instrument safety factor of 5 .

10.8.12 Indicating Instruments and Meters

a) Electrical indicating instruments shall be 72 mm/

96,,/144mm square size. Suitable for flush mounting.

b) The zero adjustment shall be done from outside the cover.

c) The dials to be parallax free with black numerals on a white

dial.

10.8.13 Indicating Lamps

a) Indicating lamps shall be of the filament type of low watt

consumption, provided with series resistors and HRC fuse

link for promotion.

b) The lens shall be easily replaceable from the front.

10.8.14 Control and Selector Switches

a) The control and selector switches shall be of rotary type,

adequately rated for the application but with a minimum

rating of 10 Amps at 240 V AC and 1 Amp at 220 at V DC.

The plates shall have clear position markings.

119

b) The control switches shall have pistol grip handles spring

return to normal. The selector switches shall have oval

knobs have shall be contact stay-pur type.

10.8.15 Push Buttons

a) The push buttons shall be of the momentary contact, push

to actuate rated for 10 A at 240 V AC and 1 A 220 VDC.

The ‘START’ push buttons shall be green and shrouded.

The ‘STOP’ push button shall be red and un shrouded. All

other push buttons shall be black.

10.8.16 Main and Auxiliary Buses

a) The bus bars shall be of high conductivity aluminium alloy

of E91E b grade. The bus bar shall be of uniform cross-

section throughout the length of the panels.

b) All main and auxiliary bus bars shall be insulated with

sleeves. The sleeves shall be of high dielectric strength,

non-corrosive and of phase and neutral colours.

c) The bus bars shall be supported on cast epoxy / DMC/

fibre glass insulators and he spacing of the supports shall

be such as to withstand the stresses of the short circuit

currents the bus bar spacing shall be adequate for 3 phase

voltage up to

600 V.

d) The bus bar shall be a chosen for specific current ratings

with a minimum density of 1 amp for sq. mm area.

120

10.8.17 Internal Wiring

a) All internal wiring shall be carried out with 110 V/650 V

grades PVC insulated stranded conductor copper wires. The

minimum size of wires shall be 2.5 sq. mm copper and for

CTs also 2.5 sq. mm copper

b) All individual control and CTs wiring shall be labeled with

engraved identifications ferrules, yellow in color with black

letters.

c) All spare auxiliary contacts of contactors and relays shall be

wired to control terminal blocks.

10.8.18 Terminal Blocks

a) Terminal blocks for power and control shall be of reputed

make stud types, with washers, nuts and lock-nuts. All

adjacent terminals shall have insulating barriers.

b) All power terminal blocks shall be appropriately rated for

current with a minimum of 30 Amps. The control terminal

blocks shall be rated for a minimum of 10 A and suitable for

at least 2 conductors each of 2.5 sq.mm

c) All sets of power and control power terminal blocks shall be

identified with engraved plastic labels, black background

and white letters

10.8.19 Identification Labels

All labels shall be back plastic with white engravings of letters

of minimum 6 mm sizes

121

10.8.20 Earthing

All switchgears shall have continuous run of earth bus bar.

The size and materials of the earth bus-bar shall be specified.

10.8.21 Tariff Advisory Committee and CPRI Tested

10.8.22 Tests

A) High voltage test at 2.5 KV

B) Power and control circuits continuity Tests

C) Insulation Resistance Test with 1000 V megger

D) Operational Test

E) Three sets of Test Certificates to be submitted

10.8.23 Drawings

Three sets of general arrangement drawings and wiring

diagrams of all types of feeders shall be submitted.

10.9 Control Stations

10.9.1 Control station shall be of cast iron or cast aluminium

enclosures, consisting of ‘START’ and ‘STOP’ push buttons and

shall have stay put feature of twist unlock type.

10.10 Cables and Accessories

10.10.1 All cables shall be heavy duty PVC insulated armoured

and PVC sheathed of 1.1 KV grade. Aluminum conductor

cables shall be used for power and copper conductor cables

shall be used for control wiring.

10.11 Glands

10.11.1 Glands used for termination shall be compression type.

Cable glands shall be with single/double seal and cone and

clamp for armoured clamping

122

For safe and indoor areas, glands with single seal and for

outdoor installation and hazardous areas, gland with double

seals will be used. For use ion corrosive areas, glands shall be

coated with rust proofing lacquer after installation provided

with PVC hoods.

10.11.2 Cable lugs shall be dowell or equivalent approved make,

suitable for connection of aluminium conductor cables. The

cable lugs shall be of tinned copper and of soldering type for

solid conductor cables. For stranded conductor cables,

crimping type, tinned copper cable lugs shall be used.

10.12 Conduits and Accessories

Conduits wherever used with prior approval of the Contractor

shall be of GI heavy gauge.

10.13 Saddles

10.13.1 Saddles to be used for cleating the cables or conduits

shall be fabricated from MS or aluminum strips or any other

approved material and shall be painted and dried before

installation with chemical works type paint.

10.14 Cable Tags and identification Ferrules

10.14.1 Cable tags and identification ferrules provided on cable

cores/ wires shall be of PVC/plastic. Cable tags shall be

provided at every 15 meters and at all bends or change in

routes.

10.15 Structural Steel

10.15.1 This shall include MS angles, channels, flats etc required

for fabrication of cable trays, local supports for cables, control

123

stations, etc. All steel sections shall be new and conform to IS

226.

10.16 Miscellaneous Materials

10.16.1 These shall include solders, fluxes, adhesive, insulating

tapes, PV sleeves, petroleum conducting jelly etc.

10.17 Earthing Material

10.17.1 Copper strips or wires of suitable sections shall be used

for earthling in accordance with IS 3403.

10.17.2 All 3 phase 415 Volts equipment shall be earthed at two

points and all single phase equipment at one point.

10.18 Painting

10.18.1 All metal work and metal parts of the MCC shall be

thoroughly cleaned to remove ruse, scale grease or any other

matter suitable anti-corrosion treatment such as

phosphatising shall be given to the metal work. All exposed

surfaces of the metal work shall then be a priming coat of zinc

chromate or equivalent and finished with two coats of paint of

specified shade.

10.19 Drawing

10.19.1 contractor shall submit 3 copies of control of schematic

wiring diagram for refrigeration unit showing all protections

and interlocks for Consultant’s review and approval

10.20 Installation

124

10.20.1 Motor Control centers

Motor Control Centers shall be installed on welded

construction channel framework. Framework shall be

properly grouted by means of foundation bolts or anchor

fasteners.

10.20.2 Cable Termination

10.20.3 PVC cables shall be terminated with compression type

glands. For outdoor installation double seal compression

glands shall be used. All cables shall be connected by means

of suitable crimping type cable lugs. All connections shall be

secure and vibration proof. All contact surface shall be coated

with petroleum conducing jelly before connections are made.

10.20.4 Earthing

All metallic frame work and non-current carrying metallic

parts and enclosures of electrical equipment such as MCCB,

motors, control station etc. shall be bonded to one another and

earthed by means of two separate earth conductors and

connected to the plant earthing system.

10.20.5 Motors

All motors shall be installed on a common foundation with the

driver equipment coupled through flexible couplings or belt

drive.

Leveling and alignment of motor and driven equipment to be

carried out as per IS per 900 to avoid undue strain on motors.

125

Insulation resistance of motor shall be measured before

commissioning. In no case insulation resistance should be

dried out as per procedure laid on IS 900. Pre-commissioning

mechanical checks shall be carried out as per IS 900

Cable termination and earthing of motors shall be carried out

by Electrical Contractor

On commissioning of motor, any defects like access current,

bearings getting hot, under vibration or noise etc are observed,

it will have to be made good by the contractor without any

extra cost.

10.21 Testing and Commissioning

10.21.1 Operation Test

a) Energize only control circuits and carry out closing and

tripping operation. Check tripping of circuit breakers by

manual operation of protective relay contacts. Check

lockout conditions for closing of circuit breakers by

simulating the required conditions. Check control,

indications, sequence interlocks and alarms.

b) Polarity and connections of instrument transformers check

for correctness of CT and PT connections provided with

transformer. Check electrical continuity of secondary

circuits with ELV tester. Adjust spacing of arcing horns/

rod gaps.

c) Check operation of instruments, meters, relays and

tripping of circuit breakers by primary/Secondary injection

126

as specified. This test will be carried out only if specifically

called for by Contract Documents.

d) Check continuity of power circuits and each continuity of all

n on-current carrying metallic parts with a low voltage (6V

or less) continuity tester.

e) Carry out IIV test on power and control circuits if

specifically called for in contract documents

10.21.2 Motors

Check equipment for free movement of rotor and play,

lubrication and for any other mechanical defects and direction

of rotation.

Check slip rings, brushes, brush holders etc for satisfactory

conditions. Insulation test of motors between winding and

ground shall be measured. Use 500 V megger for MV motors

and 1000 V megger for HV motors. Check electrical continuity

with ELV tester.

10.21.3 Control Cables

Carrying out insulation test on all power and control circuits

to be done. Check all equipment for satisfactory operation and

correct wiring.

10.21.4 Wiring

Insulation test between each phase and neutral and between

each phase/ neutral and ground.

In case of lightening wiring, insulation test shall be carried out

on lighting feeders with branch circuits open. Branch circuits

127

shall be tested separately with lamp holders, plug receptables

and lighting fittings in position but without lamps. In Case of

directly buried cables, insulation resistance of cables shall be

sequence.

10.21.5 Earthing System

Continuity test for earth continuity conductors with ELV

tester.

10.21.6 Operation test

After successful completion of the above tests, operational

tests shall be carried out by the contactor for checking the

connections done by him and satisfactory operation of all the

equipment supplied by him. This test shall be carried out

initially without energizing power circuits. Various control

conditions shall be simulated for the purpose of this test. The

Contractors, free of cost, shall rectify any defects during the

tests such as blown fuses, damage to devices. e.g. Incoming

Terminals of Incomer.

10.21.7 Fuses & Fuse Fittings

a) All fuses shall be of the non-deteriorating, high rupturing

capacity, link, mounted in suitable fuse carriers or fuse

bases.

10.21.8 Contactor

a) Contactors shall be magnetic, air break type, generally in

accordance with BS 775/IS 2959.

128

b) All contactor in power circuits of motor starters or other

feeders shall be adequately rated for the duty required and

operating conditions. Minimum rating shall, however, not

be less than 16 amps.

c) Contactor coils shall preferably be of draw out type for easy

replacement. Coil voltage shall be 220 V AC. Contractor

coils shall operate satisfactorily between 110% and 85% of

the nominal coil voltage. Drop off voltage for AC coils shall

be between 80% and 45% of the nominal voltage.

d) Making and breaking capacities of the Contactor shall be

suitable for AC2 and AC3 categories of duty as per IS 2959

unless the Contactor are required for special duty such as

inching or plugging duty or capacitor duty, in which case,

they will be suitably de rated.

e) Each Contactor shall be provided with 4 normally open and

4 normally closed auxiliary contacts or as required by the

control scheme. If necessary, auxiliary relays or contractors

may be provided to obtain necessary number of auxiliary

contacts. Auxiliary contacts shall preferably be convertible

from NO to NC and vice versa.

10.21.9 Protective Devices

d) All feeders shall be protected by appropriate protective

devices such as fused, combined bimetallic thermal

overload and single phasing preventer relays.

e) Single phasing preventer relays (SPPRS) shall operate on

the principle of unbalanced currents due to single phasing.

BMR’s and SPPRs shall preferably have a change over

129

contact which can be converted from hand reset to self reset

and vice versa and used for contractor control as well as

alarm/indication.

f) Current transformer, when specified, shall be of bar

primary, ring type or wound type, and in accordance with IS

2705 or BS 2046 or 81. Class and ratio of CTs shall be

specified. VA burden of CTs shall be suitable for the load

burden.

g) Ammeters (144 square) voltmeters, PF meters, Run Hour

meters and Kilowatt Hour meters shall be provided and

shall be of industrial grade accuracy, suitable for flush

mounting and in accordance with IS 1248. Suitable

selector switches shall be provided in conjunction with

ammeters and voltmeters.

Indicating Neon lamps used shall be of low voltage, low

burden type with series resistor to increase lamp life and to

protect equipment from short circuits caused.

130

ANNEXURE-II

SCHEDULE OF TECHNICAL DATA

S.NO TECHNICAL DATA REQUIRED TO BE

SUBMITTED ALONG WITH THE TENDER

A CHILLER PACKAGE DETAIL

1 Make

2 Model

3 Capacity of chiller package at rated condition

4 Unit dimension ( L x W x H )

5 Total Operating weight

6 Total shipping weight

7 Chiller Load points with weights

8 Number of evaporators

B COMPRESOR

1 Model

2 Manufacturer

3 Refrigerant

4 Operating speed

5 Capacity

6 IKW /TR at design condition @100% LOAD

At 75% load

At 50% load

At 25% load

7 Acoustic enclosure for compressor included or not

131

8 Quantity of compressor

C AIR COOLED CONDENSER

1 Manufacturer’s name

2 Model

3 Heat rejection capacity at operating

4 Entering air temperature C

5 Leaving air temperature

6 Air quantity (cfm)

7 Tube material

8 Tube thickness

9 Fin material

10 Fin thickness

11 Air flow across the coil (fpm)

12 Coil face area (sft)

13 Fan arrangement

14 Static pressure of fan

15 Type of fan (axial/ centrifugal or other)

16 Number of fans

17 Fan dia

18 Maximum current per fan

19 Maximum speed of the fan

20 Condenser coil depth

21 Fins provided with protective coating or not

D EVAPORATOR

1 Manufacturer

132

2 Model

3 Type

4 Shell dia

5 Tube length

6 Pressure drop (ft)

7 Tube dia

8 Water velocity ()

9 Fouling (0.0005fps)

10 Number of pass

11 Water inlet temperature F

12 Water outlet temperature F

13 Maximum flow (USGPM)

14 Minimum flow (USGPM)

15 Chiller capacity at max flow

16 Pipe connection Flange or Victaulic coupling

17 Insulation material

18 Thickness of insulation

E ELECTRICAL

1 Total chiller input power kw

2 Compressor power only kw

3 Fan motor power only kw

4 Method of starting

5 Full load current of unit

6 Starting current of chiller chiller

1 2

133

1. Compressor 1

2. Compressor 2

3. Compressor 3

4. Compressor 4

7 Operating voltage limit

8 Size of the cable recommended

9 Copper or aluminum cable required

10 Disconnect switch provided or not in chiller

11 Number of source power supply required

134

Note: All tenders received with in complete information or non submission of technical data along with tender will be rejected without any information to tender. ANNEXURE-III

135

LIST OF APPROVED MAKES 10.0 APPROVED MAKES

ANNEXURE-III

S. No

Materials /equipments Suggested make

1

CHILLERS WITH MUTIPLE SCREW COMPRESSORS

VOLTAS/ DUNHAM BUSH / CLIMA VENETA / HITACHI / CARRIER / TRANE / DAIKIN / BLUE BOX /YORK/ BLUE STAR / KIRLOSKAR

2

PRESSURE SWITCH

OVENTROP / JOHNSON / STAEFA-SIEMENS / HONEYWELL/BELIMO

3

AIR HANDLING UNIT COILS

ETHOS / ETA / CARRIER / EDGETECH / BOOPATHY / CARYAIRE / SUVIDHA

4 VARIABLE FREQUENCY DRIVE PANEL

VACON

5

GRILLS & DIFFUSERS

AIRMASTER / RAVISTAR / DYNACRAFT / COSMIC

6 M. S. PIPES TATA / JINDAL / SAIL

7 EXPANDED POLY STYRENE

BEARDSELL / LLOYDS

136

8 POLY URETHANE FOAM

BEARDSELL / LLOYDS/INSULATIONS INDIA / VENUS

9 BUTTERFLY / CHECK VALVES

SHAKTHI / AUDCO / ADVANCE

10 BALANCING VALVES

OVENTROP / HONEYWELL / ADVANCE

11 GATE VALVES LEADER / ZOLOTO

12 BALL VALVES RAPID COOL / RB /

SANT

13 FLEXIBLE BELLOWS

KANWAL / CORI / RESISTOFLEX

14 AUTO AIRVENT ANERGY / VB

15 BINDERS TEST POINT

ANERGY / VB

16 PRESSURE GAUGES

H. GURU / FIEBIG

17 THERMOMETERS H. GURU / FIEBIG

18

MODULATING VALVES

OVENTROP / JOHNSON / STAEFA-SIEMENS / HONEYWELL / BELIMO

19

THERMOSTATS

OVENTROP /JOHNSON / STAEFA-SIEMENS / HONEYWELL /ANERGY

20 INERTIA PAD FOR PUMPS /NOSING FRAME

KANWAL / CORI / RESISTOFLEX

137

SCHEDULE OF WORK (Schedule: A)

Name of work: Repair & replacement work in HVAC system for Hall 1 & 2 at Chennai Trade Centre. SH: Replacement of existing air cooled chiller with new air cooled screw chiller and connected works.

S.NO DESCRIPTION OF ITEM UNIT QTY RATE AMOUNT

Rupees Rupees

A Replacement of chiller:

1

Supply of air cooled chiller of Capacity 300TR of approved make as per tender and complete as per specification

a

300TR air cooled chiller with minimum two or more compressors.

Nos

2

2 Removing the existing chilled water piping connected to existing chillers. (Near the chiller only as shown in the tender drawing)

Lot

1

3 Lifting, shifting, rigging, positioning, installation, testing, commissioning & handing over of new chillers

Nos

2

4 4

Optional: Please Specify Supply and installation of new chilled water piping with insulation as specified to suit new chiller arrangement (Work to be carried out

Rmt Rmt

42 18

138

as per tender drawing). Sizes of piping shall be as follows a. 250mm dia b. 200mm dia c. 125mm dia d. 100mm dia

Rmt Rmt

QRO 24

6 Supply and installation of valves as required as per tender drawing and specification of sizes as follows. a. 125mm dia butterfly valve b. 125mm dia balancing valve c. 200mm dia butterfly valve d. 200mm dia balancing valve e. Pressure gauges with siphon & valve f. Temperature indicator g. Automatic air vents of 15mm dia

Nos Nos Nos Nos Nos Nos Nos Nos

QRO QRO 4 2 12 12 4

7

Optional: Please Specify

B Repair works to AHU’s:

1

Replacement of New

Cooling Coils of 1/2"

OD 27 SWG with 37

SWG Al. fins & MS

Header of Size : 80" FL

x 35" FH x 6 Rows Deep

x 2 Sections / Per Unit -

AHU.1 & 2 of Hall - 1 -

Including Removal of

Job

1

139

Old Coil from Unit and

Fixing of New coil into

the unit

2

Supply and Fixing of

Galvanized Louver in

Front of the Cooling Coil

on Air leaving side Size

- 80" Long x 72" Height

x 4" Depth – 9Nos

Job

1

3

Supply and Fixing of Pre

filter of 10 Micron with

Extruded Al. Frame

HDPE 4 Ply with Al.

Mesh Size : 500mm L x

600mm H x 45mm thick

including removal of old

filters and fixing of new

filters in the unit – 9 Nos

Job

1

4

Towards Coil Cleaning

with high pressure

pump both on Air side

and Water side with

Imported cleaning

Agent. Removal of blocks

if any, de scaling inside

the copper tubes etc.

Work involving flange

removal and re fixing

and providing insulation

at the removed ends.

Sets

7

140

Coils to be cleaned

thoroughly to handle

pressure drop of

maximum 6 to 8 mm

WC. For seven AHU’s

5 SITC of UPVC piping

with necessary

insulation for AHU

condensate drain of

following size 65mm dia

50mm dia

Rmt Rmt

75 50

C Repairs to air distribution system:

1 Removal of existing supply air diffuser and carrying out alterations as required to suit fixing of jet nozzle / diffuser

Nos

320

2 Supply of jet nozzle / diffuser of 400mm dia with 595mm x 595mm panel suitable for replacing with the existing false ceiling tile

Nos

320

3 Fixing of jet nozzles by removing the existing false ceiling tile and supply air grill and making flexible connection of suitable size between the main duct and nozzle

Nos

320

2 Supply & fixing of additional return air grills suitable for

Nos

100

141

existing false ceiling tile size of 600mm x 600mm with necessary insulated GI collar connections if required

E Electrical & Civil works:

1

Supply, installation, testing and commissioning of chiller distribution LT panel, cubical type, compartmentalized, made out of 2mm thick CRCA sheet totally enclosed dust and vermin proof with base frame and suitable for 3 phase, 415 volt, 50HZ, AC supply with 1600A TPN Al bus bars having cable chamber, removable gland plate, top earth bar in cable chamber side and following switch gears and accessories complete with terminating arrangements, connections, interconnections, 7 tank powder coating process , MV danger notice plate and suite the existing 1600A ACB incomer panel.

Nos

1 This is a free issue. Existing available incoming panel to be used.

2 SITC of Electrical panel

confirm to above

142

specification but with 2

Nos 800 Amps 4 pole

MCCB with

microprocessor release

for over current and

short circuit complete

with rotary operating

handle and digital volt

and ammeter suitable

CTs.

Nos

1

3

Supply, Installation, testing, commissioning and handing over of electrical cabling and earthing from panel up to motor of following sizes and quantity. a. 3.5 x 400 sqmm al. armoured cable b. 25 x 3mm GI Earth strip c. Cable gland suitable for cable

Rmt Rmt Nos

300 100 24

4

SITC of adapter box and distribution of cables from adapter box to respective circuit.

Job

1

3

Modification of civil structure as required for placing the chiller. Vendor shall make a new foundation or alter the existing one to suit their chiller size and operating weight.

Job

1

143

Total cost of work

F Buy back arrangement for old chiller of 75TR capacity

Nos

6

G Net contract value after buy back of old chillers