Tender Document HVAC 28022018 0
Tender Document HVAC 28022018 0
PROPOSED HVAC WORKS FOR 2ND, 3RD & 4TH FLOOR OF MPCB OFFICE AT SION,
MUMBAI.
Website:http//:mpcb.gov.in
Price: Rs.7500/-
(Non Refundable)
(2018 – 2019)
1
E – Tender are invited from Original Equipment Manufacturers (OEM’s) for Proposed HVAC
works for 2nd, 3rd & 4th floor of MPCB Office at Sion, Mumbai.
1 Tender Notice 03 - 03
3 Instruction to Bidders 05 – 07
9 Safety Code 46 – 46
10 Price Schedule 47 - 52
2
Maharashtra Pollution Control Board
Tender Notice
1) Tender Notice Details
Tender Reference no. MPCB/EE/2/2018-19 Date :05/01/2018
3
2) E – TENDER TIME SCHEDULE
Please Note: All bid related activities (Process) like Tender Document Download, Bid Preparation,
and Bid Submission will be governed by the time schedule given under Key Dates below:
Start Expiry
Sr. No Activity Performed
By
Date Time Date Time
2 Tender Download
27-02-2018 17.01 07-03-2018 17.00
Bidders
3 Bid Preparation 27-02-2018 11.01 12-03-2018 17.00
Dates mentioned here, are scheduled dates for Bid Opening Activities. Any changes in dates of
opening of technical and commercial bids shall be notified in 'Press Notice / Corrigendum' section on
the e-Tendering sub portal of the department before opening of the same.
4
3) INSTRUCTION TO BIDDERS
OEM should give only one Authorized Vendor from each as per approved make.
In case of Bid received from more than one dealer /Vendor for respective OEM, MPCB has
right of rejection for same.
The bidders are requested to familiarize themselves with the use of the e - Tendering portal of
Government of Maharashtra well in advance.
To view- Tender Notice, Detailed Time Schedule, Tender Document for this Tender and
Subsequently purchase the Tender Document and its supporting documents, kindly visit following
e-Tendering website of Government of Maharashtra https://maharashtra.etenders.in
The Contractors/suppliers participating first time for e-Tenders on GoM e-tendering portal will
have to complete the Online Registration Process for the e-Tendering portal. A link for enrollment
of new bidders has been provided on https://maharashtra.etenders.in
All bidders interested in participating in the online e-tendering process are required to procure
Class II or Class III Digital e-Token having 2 certificates inside it, one for Signing/Verification
purpose and another for Encryption/Decryption purpose. The tender should be prepared &
submitted online using individual‟s Digital e-Token.
e -Tendering Tool Kit for Bidders (detailed Help documents, designed for bidders) has been
provided on e-Tendering website in order to guide them through different stages involved during
e-Tendering such as online procedure for Tender Document Purchase, Bid Preparation, Bid
Submission.
Bidders will have to pay cost of Tender Document through online modes of payment such as Net
Banking, Debit Card and Credit Card during Tender Document Download stage. This
payment will not be accepted by the department through any offline modes such as Cash, Cheque
or Demand Draft.
Similarly, Bidders will have to pay Earnest Money Deposit through online modes of payment
such as Net Banking, Debit Card, Credit Card and NEFT/RTGS during Bid Preparation stage.
This payment will not be accepted by the department through any offline modes such as Cash,
Cheque or Demand Draft.
The interested contractors / bidders will have to make online payment (using credit card/debit
card/net banking) of Rs. 7500/- (inclusive of all taxes) per bid per tender to online service provider
of e-Tendering system (SifyNexTenders) at the time of entering Online Bid Submission stage of
5
the tender schedule.
All of 3 stages are mandatory in order for bidders to successfully complete Online Bidding
Process.
4.2. If for any reason a bidder fails to make this payment through online modes, system won't
allow the bidder proceed further for next stage resulting in his/her elimination from Online
Bidding Process.
4.3. This payment will not be accepted by the department through any offline mode such as Cash,
Cheque or Demand Draft.
4.4. Subsequently, bid has to be prepared and submitted online ONLY as per the schedule.
4.5. The Tender form will be available online only. Tender forms will not be sold / issued
manually from Maharashtra Pollution Control Board (MPCB) office.
4.6. The bidders are required to download the tender document within the pre-scribed date & time
mentioned in online tender schedule. After expiry of the date and time for tender document
download, Department / Corporation will not be responsible for any such failure on account of
bidders for not downloading the document within the schedule even though they have paid the
cost of the tender to the Department / Corporation. In such case the cost of the tender paid by the
bidders will not be refunded.
6
5) PREPARATION & SUBMISSION OF BIDS:-
Both the Bids (Technical as well as Commercial) shall have to be prepared and subsequently
submitted online only. Bids not submitted online will not be entertained.
This payment will not be accepted by the department through any offline modes such as Cash,
Cheque or Demand Draft.
If for any reason a bidder fails to make this payment through online modes, system won't allow the
bidder to complete Bid Preparation stage resulting in his/her elimination from Online Bidding
Process.
In case EMD is mandatory to all the bidders for a tender, offers made without EMD shall be
rejected.
In Bid Preparation stage, bidders get access to Online Technical and Commercial Envelopes
where they require uploading documents related to technical eligibility criteria and quote
commercial offer for the work / item in respective online envelopes.
7) TECHNICAL BID:-
Following documents should be uploaded in Online Technical Envelope (T1) in PDF format, if
required can be zipped as well and then uploaded during Online Bid Preparation stage.
8) COMMERCIAL BID:-
All commercial offers must be prepared online (An online form will be provided for this purpose
in Online Commercial Envelope (C1), during Online Bid Preparation stage).
Any bidder should not quote his offer any where directly or indirectly in Technical Envelope (T1),
failing which the Commercial Envelope (C1) shall not be opened and his tender shall stand
rejected.
Note: During Online Bid Preparation stage, bidders are allowed to make any changes or
modifications in the bid data uploaded by them in Technical (T1) as well as Commercial (C1)
envelope
Towards the end of Bid Preparation, once verification of EMD payment is successful, bidder
completes the Bid Preparation stage by generating the Hash Values for T1 and C1. Post this,
system won’t allow him/her to make any further changes or modifications in the bid data.
In this stage, bidders who have successfully completed their Bid Preparation stage are required to
transfer the data, already uploaded by them during Bid Preparation stage, from their custody to
department‟s custody.
Note: During this stage, bidders won’t have any capability to make any kind of changes or editing
into technical as well as commercial data.
Bidders are required to pay Earnest Money Deposit (if applicable to them) through
Online Payment modes i.e. Net Banking, Debit Card, Credit Card and NEFT / RTGS during
Bid Preparation Stage.
If for any reason a bidder fails to make this payment through online modes, system won't allow the
8
bidder to complete Bid Preparation stage resulting in his/her elimination from Online Bidding
Process.
Hence, it is strongly recommended to bidders to initiate this payment well in advance prior to
expiry of Bid Preparation stage in order to avoid elimination from Online Bidding Process on
grounds of failure to make this payment.
During the activity of Bid Preparation, bidders are required to upload all the documents of the
technical bid by scanning the documents and uploading those in the PDF format. This apart,
bidders will have to quote commercial offer for the work / item, for which bids are invited, in an
online form made available to them in Commercial Envelope. This activity of Bid Preparation
should be completed within the pre-scribed schedule given for bid preparation.
After Bid Preparation, the bidders are required to complete Bid Submission activity within pre-
scribed schedule without which the tender will not be submitted.
Interested contractors / bidders will have to make online payment (using credit card/debit card/net
banking/Cash Card) of Rs. 7500/- (inclusive of all taxes) per bid per tender to online service
provider of e-Tendering system (SifyNexTenders) at the time of commencing Online Bid
Submission stage of the tender schedule.
Non-payment of processing fees will result in non submission of the tender and Department will
not be responsible if the tenderer is not able to submit their offer due to non- payment of
processing fees to the e-tendering agency.
Detailed list of different modes of online payment to e-tendering service provider (E-
Payment Options) has been provided under E-Tendering Toolkit for Bidders section of
https://maharashtra.etenders.in
The date and time for online preparation followed by submission of envelopes shall strictly apply
in all cases. The tenderers should ensure that their tender is prepared online before the expiry of
the scheduled date and time and then submitted online before the expiry of the scheduled date and
time. No delay on account of any cause will be entertained. Offers not submitted online will not be
entertained.
If for any reason, any interested bidder fails to complete any of online stages during the complete
tender cycle, department shall not be responsible for that and any grievance regarding that shall
not be entertained.
Any amendment to the tender will be placed on sub portal of the Department, who have invited
the bids, on e-tendering portal of the Govt. of Maharashtra. The tenderer will not be
communicated separately regarding the amendment.
The bids that are submitted online successfully shall be opened online as per date and time given
in detailed tender schedule (if possible), through e-Tendering procedure only in the presence of
bidders (if possible).
9
Bids shall be opened either in the presence of bidders or it‟s duly authorized representatives. The
bidder representatives who are present shall sign a register evidencing their attendance. Only one
representative per applicant shall be permitted to be present at the time of opening the tender.
First of all, Technical Envelope of the tenderer will be opened online through e-Tendering
procedure to verify its contents as per requirements.
At the time of opening of technical bid the tenderer should bring all the original documents that
have been uploaded in the Online Technical Envelope (T1) so that same can be verified at the time
of opening of technical bid.
If the tenderer fails to produce the original documents at the time of opening of technical bid then
the decision of the committee taken on the basis of document uploaded will be final and binding
on the tenderer.
If the various documents contained in this envelope do not meet the requirements, a
note will be recorded accordingly by the tender opening authority and the said tenderer‟s
Commercial Envelope will not be considered for further action but the same will be recorded.
Decision of the tender opening authority shall be final in this regard.
The right to accept or reject any or all tenders in part or whole without assigning any reason
thereof is reserved with Tender Opening Authority and his decision(s) on the matter will be final
and binding to all.
The commercial bids shall not be opened till the completion of evaluation of technical bids.
The commercial Bids of only technically qualified Bidders as mentioned above will be opened.
This envelope shall be opened online as per the date and time given in detailed tender schedule (if
possible), through e-Tendering procedure only.
10
The Contractor shall submit experience certificate for execution of single renovation and
refurbishment work of similar nature consisting of HVAC works-VRV system costing in the range
of not less than Rs. 100 Lakhs to 200 lakhs (1 to 4Jobs – Maximum job reference shall earn
maximum points in evaluation by system of grading) in any Government/ Semi Government
Department / local bodies such as MIDC/MJP/CIDCO etc in last Three financial years signed by
an officer not below the rank of Executive Engineer OR Similar works consisting of HVAC
works-VRV system costing not less than Rs. 150 Lakhs in Private Offices in last three years
signed by the Client not below the rank of Director.(Note: The weightage of costing for private
works executed shall be considered 50% ie If the party has executed private work worth 100 lacs ,
then the same shall be considered as 50 lacs for the purpose of evaluation).
Professional Tax Registration Certificate for employees in E category for tenders without PQ and
both i.e. 'E' & 'R' category for tenders where PQ is applicable.
Registration Certification with GST Deptt. under GST Act 2002, of Govt. of Maharashtra.
Income Tax Returns for last 3 years & Certified copy of PAN card
The photo copies duly attested, of the above certificates will have to be uploaded in Envelope
No.1. Original shall be produced in the office of for verification on the day of opening of the
tender as mentioned elsewhere
The Bidder shall necessarily submit in Cover 1 of the Bid Document, the Technical Bid detailing
his credentials for executing this project and the highlights of the equipment & services offered by
him with respect to scope of work defined in the Bid Document and the benefits that would accrue
to MPCB. The Screening Committee appointed for this purpose will do this evaluation. The
Technical Bid will contain all the information required to evaluate the bidder‟s suitability to
MPCB for the purpose of this project.
The guidelines for evaluation have been designed to facilitate the objective evaluation of the
Technical Bid submitted by the bidder. The information furnished by the bidders in the technical
bid shall be the basis for this evaluation. In case any of the information is not made available, the
Committee will assign zero (0) marks to that item.
While evaluating the Technical Bid, MPCB reserves the right to seek clarifications from the
Bidders. Bidders shall be required to furnish such clarifications in a timely manner.
MPCB also reserves the right to seek additions, modifications and other changes to the submitted
Bid. Bidders shall be required to furnish such additions / modifications / other changes in a timely
manner.
11
15.2.1 Evaluation of Technical Bid
The technical evaluation of the bidders will be done based on the criteria and marking system as
specified as follows:
1 to 2 nos. 5
3 to 4 nos 10
Over 4 nos 15 Copies of the orders executed
ii HVAC works for offices (volue of 15 in the designated period
job executed in HP)
100HP to 150HP. 5
150HP to 200HP 10
200HP and above 15
12
Sr. Criteria Graded Max. Testimonial to be presented
No Marks Marks
4 Solvency certificate
More than Rs. 35 Lakhs 10 10 Certificate from Bank
13
The Technical presentation should cover the technical aspects of the VRV system proposed by the
Bidders, superiority of the VRV system proposed by the Bidder over other makes, energy efficient
features of the system etc. . Supporting test certificates, catalogues and brochures to be submitted
high lighting the technical aspects and below mentioned required points.
Sr No Technical requirement
Coefficient of Performance -COP @ 100% load at ARI conditions (35deg C outside and
1 27 deg C inside) of VRF machines
a 48HP
b 20HP
c 10HP
d 8HP
e 6HP
3 Outdoor Units
All top discharge Outdoor units (for capacity 20 HP and Above) should have
minimum of 2 Modules of ODU for emergency backup operation .
4 Any other additional technically superior features other than above mentioned ones.
Testimonials, test certificates, catalogues, brochures etc. supporting the above technical points to be
submitted for verification and validation.
14
Each responsive Bid will be attributed a technical score denoted by symbol “S(t)” .
If in MPCB‟s opinion, the Technical Bid does not meet the minimum technical specifications
& service requirements or is otherwise materially deficient / inconsistent in any other aspect;
the Bid shall be declared Technically Evaluated & Non-Responsive and shall not be
considered for further evaluation.
After technical evaluation, MPCB will rank the bidders in descending order of their technical
scores with the top ranked bidder having the highest technical score. If any bidder is found to
be technically inadequate to the requirements of MPCB, i.e. if the technical marks are lower
than 70, then that bidder‟s bid would be deemed non-responsive for further evaluation and
would not be considered further in the bidding process.
If in case, after technical evaluation, only one bidder is found to be responsive & eligible, i.e.
if the technical marks of only one bidder are more than or equal to 80, the Board will decide
an acceptable price band and open Price Bid of the only eligible bidder. If the price bid of the
bidder falls within the price band specified by the Board, the bidder will be declared as the
SUCCESSFUL BIDDER.
Bidders are required to offer their best prices in terms of cost of the work including all taxes
and levies as on the last date of submission of bid (detailed break-up of all applicable taxes
and levies over and above the quoted price should be mentioned)
The price bids of only technically successful bidders whose technical Bids have been
awarded 70 or more marks by the Committee will be opened.
The evaluation will carried out if Price bids are complete and computationally correct. For
the purpose of evaluation, only the Grand Total Price Z arrived at by addition of Sub Total X
& Sub Total- Y will be considered. For the purpose of arriving at Grand Total Price Z, the
locations to be covered under implementation priority -1 will only be considered. Additional
and/or optional charges if any will not be considered for the purpose of price bid evaluation.
Lowest Price bid (denoted by symbol “P (m)”) will be allotted a Price score of 100 marks.
The Price score will be denoted by the symbol “S (p)”. The Price score of other bidders will
be computed by measuring the respective Price bids against the lowest bid.
These Price scores will be computed as: S (p) = 100 * (P (m) / P) where P is the Price bid of
the bidder whose Price score is being calculated. The Price score shall be out of a maximum
of 100 marks.
MPCB 15 SIGNATURE OF CONTRACT
16.3 COMPUTING THE FINAL SCORE
The composite score is a weighted average of the Technical and Price Scores. The
weightages of the Technical vis-à-vis the Price score is 0.50 of the Technical score and 0.50
of the Price score. The composite score (S) will be derived using following formula:
The responsive bidders will be ranked in descending order according to the composite score
as calculated based on the above formula. The highest-ranking vendor as per the composite
score will be selected. However in order to ensure that MPCB gets best solution in technical
terms, MPCB reserves the right to enter into negotiation with bidder having highest technical
score and place order with this bidder at a suitable price.
Final choice of MPCB to award this project to a suitable bidder to execute this project shall
be made on the basis of composite scoring arrived as per formula mentioned above.
MPCB will notify the successful bidder in writing that his bid has been accepted. Upon the
successful bidder‟s furnishing of performance security, MPCB will promptly notify each
unsuccessful bidder and will discharge their bid security.
3. Liability of Contractors:
In any case in which any of the power conferred upon Employer shall have become
exercisable and the same shall not have been exercised, the non exercisable portion
thereof shall not constitute a waiver of any of the conditions thereof and such powers shall
not withstanding the same be exercisable in the event of future case of default by the
Contractors and the liabilities of the Contractors shall remain unaffected thereby.
4. Completion of Work:
On completion of the works, the Contractors shall be issued the Completion Certificate jointly
by the authorized representative of Client and the Consultants, but no such certificate shall be
given nor shall the works be considered to be completed until the Contractors shall have
removed from the premises in which the work shall have been executed all scaffoldings,
surplus materials and rubbish and shall have cleaned of all dirt from such works or other parts
of any building in or upon which the work have been executed.
If the Contractors shall fail to comply with the requirement of this clause as to removal of
scaffolding, surplus materials and rubbish and cleaning of dirt on or before the date fixed for
the completion of the works, the Client may at the expense of the Contractors remove such
scaffoldings, surplus materials and rubbish and dispose of the same as it thinks fit and clean of
such dirt as aforesaid, and the Contractors shall forthwith pay the amount of all expenses so
incurred and shall have no claim in respect of any such scaffolding or surplus materials
aforesaid, except for any sum actually realized by the sale thereof.
5. Extension of time:
If the Contractors shall desire an extension of time for completion of the work on the ground
of his having been unavoidably hindered in its execution or on any other ground he shall
apply in writing to the Client through the Consultants within 15 days of the schedule date of
completion on account of which he desires such extensions as aforesaid and the Client shall
if in his opinion (which shall be final) finds reasonable grounds, authorizes such extension of
time if any as may deem in his opinion necessary and proper. Any extension of time
even if granted shall be without prejudice to Client's right to recover loss or damages
suffered from delay in waiver thereof. Any application for extension of time made by the
Contractor after the expiry of due date for completion of the work as per Terms of
Contract and the Work Order shall not be entertained or be deemed to be valid. The contract
MPCB 19 SIGNATURE OF CONTRACT
shall remain in force even for the period beyond the due date of completion irrespective
whether the extension is granted or not. Liquidated damages at the rates specified in Appendix
to form of tender shall be levied on the Contractor for the period of delays attributed to him.
23. Indemnity:
The Contractors shall assume all liability for and give to Client a complete indemnity against
all actions, suits, proceedings, claim or demands arising out of or in connection with the
carrying out of the work by or from any person whomsoever. In this connection the contractor
shall submit an Indemnity Bond on the proforma approved by employer covering Indemnity
for all claims or demands including workman compensation.
Client may if desired may take possession of all or any of the machines, tools, plants,
materials and stores in or upon the works or the site thereof or belonging to the Contractors or
procured by them and intended to be used for the execution of the works or any part thereof
by paying or allowing for the same an amount at the Contract rates or in the case of Contract
Rates not being applicable at current market rates to be certified by the Consultants and the
certificate thereof shall be final. The Contractor shall not have any claim on the materials that
have not been actually brought on site of work irrespective of the fact that the Contractor may
have purchased the same for use under this Contract. Client shall have also full power by
giving notice in writing by the Consultants or through the Consultants to the Contractors or
MPCB 26 SIGNATURE OF CONTRACT
any of their representatives or authorized agents to require them to remove such machines,
tools, plants, materials and stores from the premises within time to be specified in such
notice and in the event of the Contractor failing to comply with any such requisition the
Client may remove them at the Contractor‟s expenses or sell them by auction or private sale at
the risk and on account of the Contractors in all respects and the certificates of the Consultant
as to the expenses of any such removal and the amount of proceeds and expense of any such
sale shall be final and conclusive.
27. Any breach or violation or non-observance of any of the Terms and Conditions and provisions
contained in the agreement or the General Terms or otherwise in relation to the Contract or
Works Order shall be deemed and considered as a breach of the entire Contract and entitle the
Client to exercise and enforce the various rights and powers conferred on Client under the
Contract.
29. Escalation :
No escalation is allowed /permitted in quoted rates in the tender the same should be valid at
least for completion of the project from the date of awarding the job to the successful
contractor.
29A.Contract Agreement:
Contractor shall execute the contract agreement on the proforma given in Annexure I to this
document immediately after issue of work order. Employer shall not make any payment to the
Contractor before execution of contract agreement..
45. Arbitration
The disputes and differences between the Contractor and the Employer arising out of this
contract shall be referred to a sole arbitrator. The sole arbitrator shall be selected by the
Contractor from a panel of 3 arbitrators suggested by the Employer. The arbitration
proceedings shall strictly be according to the Arbitration and Conciliations Act-1996 or any
statutory modification thereof. The place of arbitration shall be at Mumbai.
The arbitrator shall have power to open up, review and revise any certificate, opinion, decision,
requisition or notice and any matter required in his opinion, save in regard to excepted matters
referred to in the Clause no. 46 and to determine all matters in dispute which shall be submitted
for arbitration.
The arbitrator shall make his award within 1 year (or such further expected time as may be
decided by him with the consent of the parties) from the date of entering on the reference. In
case, during the arbitration proceedings the parties mutually settle / compromise or compound
their dispute or difference, the reference to arbitration and the appointment of the Arbitrator
shall deemed to have been revoked and the arbitration proceedings shall stand withdrawn or
terminated, with effect from the date on which the parties file a joint memorandum of
settlement thereof, with the Arbitrator.
This submission shall be deemed to be a submission to arbitration within the meaning of the
Arbitration & Conciliation‟s Act – 1996 or any statutory modification thereof.
It is agreed that the Contractor shall not delay the carrying out of the works by reason of any
such matter, question or dispute being referred to arbitration, but shall proceed with the works
with all due diligence and shall, until the decision of the Arbitrator is given, abide by the
decision of the Consultant and no award of the Arbitrator shall relieve the Contractor of his
obligations to adhere strictly to the Consultant instructions with regard to the actual carrying
out of the works. The Employer and the Contractor hereby also agree that arbitration under this
Clause shall be a condition precedent to any right of action under the contract.
51. The cost of each item shall be quoted after deducting the discount and exclusive of GST.
54. Failure to furnish all information required by the tender documents or submission of all
documents, not substantially responsive to the tendering document in every respect will be at
the risk and may result in the rejection of bid.
55. This call of e-tender does not bind the M.P.C.B. to place order. The offer/Bids submitted in
response to this invitation may be rejected without assigning any reasons.
56. The Board at its discretion may extend the last date of submission of tender and opening of
tenders. The authority does not bind itself to accept the lowest e-tender and is vested with
authority to reject any or all of the tenders received without assigning any reason.
57. Documents enclosed in the e-tender, shall become the property of M.P.C.B. without any
payment.
58. In case of dispute, the decision of Member Secretary, Maharashtra Pollution Control Board
shall be final.
59. The proposal from the firms / Bidders putting their own terms and conditions will be
rejected.
60. The validity of the tender will be for the duration of 03Months
61. Each folio of the tender document shall be signed by the bidder otherwise the bid will be
treated as rejected.
62. The e-tender must be filled in English and all the entries must be made by hand written in ink
or may be typed. If any of the document is missing, or unsigned tender will be considered
MPCB 34 SIGNATURE OF CONTRACT
invalid.
63. The prospective bidder shall have not been disqualified by the Maharashtra Pollution Control
Board for any reason for specific period.
64. The price bid of only those bidders will be opened whose Pre-qualification Criteria (schedule
- I) are found to be acceptable.
65. The e-tender shall contain no interlineations erasures or overwriting of words except as
necessary to correct errors made by e-tenders, in which case such correction shall be
initialized by the person or persons.
66. Bids received after due date and time mentioned in the tender notice shall not be accepted.
67. In no case hard copy of tender should be handed over to any employee of the Board.
70. Earnest Money of the unsuccessful bidder will be refunded without any interest after the
tender is finalized or within one month whichever is earliest and that of successful bidder
will be refunded without any interest after 04 months of the finalization tender or can be
readjusted as a security deposit, on their request.
71. The successful bidder shall deposit Rs. 2,00,000 as a security deposit in the form of D.D.
drawn in favour of Maharashtra Pollution Control Board which will be refundable,
without interest, after the successful completion of the contract period.
Date:-
10. Notice
The Contractor shall comply with all acts and regulations for the successful completion of the
Contract works and shall pay necessary attention to all notices and pay all fees / charges.
11. Measurement to be recorded before work is covered up
The Contractor shall take joint measurements with the Consultants‟ representative before
covering up or otherwise placing beyond the reach of measurement any item of work. Should
the Contractor neglect to do so, the same shall be uncovered at Contractor's expense or in
default thereof, no payment or allowance shall be made for such work or the materials with
which the same was executed.
12. Dimensions
Figured dimensions are to be followed in all cases. Large scale details take precedence over
small scale drawings. In general, the drawings shall indicate the dimensions, positions and
type of construction; the specifications shall indicate the qualities and methods, and the bill of
quantities shall indicate the quantum and rate for each item of work.
Any work indicated in the drawings and not mentioned in the specifications or vice-versa,
shall be furnished as though fully set forth in both. Any ambiguity, conflict of interpretation,
errors or inconsistencies discovered in the drawings/documents shall be promptly brought to
the attention of the Client and the Consultants. Generally, the provisions giving more rigorous
interpretation shall prevail, but in the event of disagreement between the Contractors and the
supervisor, decision of Project-in-charge shall be final. In case of any discrepancy, the
Contractor is to ask for an explanation before proceeding with the work.
13. Action where there is no specification
In case of any class of work over which there is no specification mentioned, the same
shall be carried out in accordance with the latest Indian Standard Specifications subject to
the approval of the Consultants and Client.
14. Clearing the site of works
The Contractor shall clear the site of works as per the instructions of the Consultants. The site
of works shall be cleared of all men, materials, sheds etc., belonging to the Contractor. The
site shall be delivered back to the Client in a clean and neat condition as required by the
Consultants within a period of one week after the job is completed. In case of failure by the
1. The work covered by the contract shall be carried out in accordance with the relevant
specifications contained in the specifications Book, published by Govt. of Maharashtra,
P.W.D. department, as per the latest edition of the same (hereinafter called the standard
Book of Specifications) subject further to the attached specifications. Where these two
contradict, the latter holds good.
2. A work order will be maintained by Department, on the site of the work, and the
Contractor will sign orders given therein by the Engineer in charge, his representative and
his superior officers and comply with them.
3. The site of work shall be cleared by the Contractor before starting the work & after
completing it to the satisfaction of the Engineer (which means the Engineer-in-charge or
his representative). This will include cutting of trees, shrubs and removing grass,
dismantling and removing remains of old masonry, loose boulders and stone etc. The cost
of this will be deemed to have been included in the tendered rate for the several items.
4. The Contractor shall provide free of charge all labour and material required for lining out,
surveying and measurement of work etc. He will similarly provide such aids as decided
by Engineer in Charge, as are considered necessary for the proper and systematic
execution of the work.
5. Where the proper measurement of work, it is necessary to have an initial setup levels
taken, the same as recorded in the authorized field book by the Engineer in charge or his
authorized representative will be signed by the Contractor who will be entitled to have a
true copy of the same on demand. Any failure on the part of the Contractor to get such
levels before starting the work will tender him liable to accept the decision of the
Executive Engineer as to the basis of taking measurements. Likewise the Contractor will
not cover any work which will render its subsequent measurement difficult or impossible,
without first getting the same jointly measured by himself & the authorized
representative. The record of such measurements on to department‟s side will be signed
by the Contractor and he will be entitled to have a true copy of the same on demand.
6. All work before being finally taken over by MPCB will be entire liability of the
Contractor for guarding, maintaining & making good any damage of any magnitude
interim payments made for such work will not alter this position. The handing over by the
Contractor & taking over by the Member Secretary, or his authorized representative, will
be always in writing, of which copies will go to the member secretary, his authorized
representative & the Contractor. It is, however, to understand that before taking over such
work MPCB will not put it to its regular use distinct from casual/incidental one.
7. Orders issued by the member secretary of MPCB from time to time regarding the conduct
of the work shall be binding on the Contractor.
9. It will be deemed that the Contractor before tendering has thoroughly inspected the work
site & carried out his own investigations to arrive at the rates quoted in the tender. In this
regard he will be given necessary information to the best of the knowledge of the
Department but without any guarantee about its full Proofness.
10. The material supplied or used in the work under this contract will be according to the
following and other specifications herein the tender and those specified in the Standard
Book of specification for the relevant items. Where these two contradict, the former holds
good.
11. The tendered rates for supply of materials are for delivery of materials properly stacked
in regular heaps or otherwise as directed for facility of measurement before use. In case
of road materials the same will be stacked by the roadside as directed.
12. No material shall be removed from the road/land, except for excavation of gutters, or any
other adjoining land unless permitted in writing subject to such conditions as the Exe.
Engineer may specify. The Contractor is liable for the damages/compensation arising out
of this condition.
13. Material will not be stacked at places where they are likely to be damaged or lost. The
Contractor will have no claim for any loss on this account. If such material has been paid
for and is subsequently lost before use in the work the Contractor will make good the
loss.
14. Before staking any approved material, the same shall be freed from all foreign materials,
if any. The material shall be stacked on cleared and leveled ground.
15. The order of collection and utilization of materials will be decided by Engineer in charge
so as to ensure orderly work.
16. The materials will be stacked in a natural way without any attempt whatever to leave
voids.
17. The measurement of the road and building materials shall be without any deduction for
voids.
18. For the item so indicated, no materials will be used without first having been measured
by regular stacks. The whole of the quantity of a particular material required for a
sizeable section of work shall have been first collected before it can be measured & used.
The same material will either have been all collected/the collection will not have been
started at all before the material collected in the section under reference has been all used.
20. Any material not conforming the approved sample shall be removed from the site
forthwith & in any case not later than time specified by the Engineer in charge failing
which the same will be removed & disposed of by Engineer in charge at the risk and cost
of the Contractor, as he deems fir and the Contractor will have no claim whatsoever for
the same. If at any time it is found that under specification materials (and also
workmanship) have been used in the work notwithstanding the fact that the work has
been carried out under the supervision of the department the Executive Engineer‟s
decision as to how the case is to be disposed off will be final; he may get such work
entirely removed or may accept it at any reduced rate in his unfettered discretion,
including no payment whatever.
21. The Contractor will have to construct a shed for storing controlled and valuable materials
issued to him under Schedule „A‟ of the agreement, at work site, having double locking
arrangement. The material will be taken for use in the presence of the departmental
person. No material will be allowed to be removed from site of work.
22. Under no circumstances shall any Contractor be entitled to claim enhanced rates for any
items in this contract.
23. The contractor shall study all the plans, specifications & other items & conditions of the
contract carefully before tendering & shall also inspect the site & get self acquainted with
nature of work & local conditions regarding the availability of labour, material, source &
sufficiency of water supply required for the execution of the work and site conditions
rivers, nalla‟s topography etc. existing roads, means of communications & access to site
of work etc.
24. The Contractor shall, if necessary, construct temporary roads & maintain these in proper
condition till the completion of work at his own cost. If necessary, he shall also at his
own cost, make necessary arrangement for acquisition of land for construction of such
temporary road or for any other purpose in connection with the execution of work.
25. The Contractor shall comply with all proper and legal orders & direction of local/public
authority/municipality & abide by their rules & regulations and pay all such fees and
charges which he may be liable to. No reimbursement of such fees and charges will be
made by the Department.
26. The Contractor shall inform the Engineer-in-charge in writing when any portion of the
work is ready for inspection giving him sufficient notice to enable him to inspect the
same without regarding the further progress of work. The work shall not be considered to
MPCB 45 SIGNATURE OF CONTRACT
have been completed in accordance with terms of contract until the Engineer – In -
Charge shall have certified in writing to the effect.
28. In the event of there being reasonable doubt as to the quality of workmanship & material
used in the construction, the Engineer-in-charge may order to the contractor to satisfy the
Dept. by carrying out suitable test of structure or thereof. In the manner as prescribed of
the Indian Std. Code for practice for PCC & RCC for general building construction and
as per Std. Specification Of Dept. as may be approved by the Engineer-in-charge
regarding the sufficiency wherever necessary at his own cost to the entire satisfaction of
the Engineer in charge.
29. All the laboratory equipment required for the field test of materials, concrete, steel shall
be arranged by Contractor at his own cost.
30. The Contractor shall take all precautions, due care against by floods, rains, storms, out
break of fire & accidents. No compensation will be allowed to the Contractor for his
plants/materials lost, damaged by way of the above cause or other cause which in charge
of the Contractor.
2. An injured person shall be taken to a public hospital without loss of time, in cases
where the injury necessitates hospitalization.
3. Suitable and strong scaffolds should be provided for workmen for all works that
cannot safely be done from ground.
4. No portable single ladder shall be over 8 meters in length. The width between the side
rails shall not be less than 30 cm.(clear) and the distance between two adjacent rungs
shall not be more than 30 cm. When a ladder is used an extra mazdoor shall be
engaged for holding the ladder.
6. No floor, roof or other part of the structure shall be so overloaded with debris or
materials as to render it unsafe.
7. Workers employed on mixing and handling material such as asphalt, cement mortar
or concrete and lime mortar shall be provided with protective footwear and rubber
hand gloves.
8. Those engaged in welding works shall be provided with welder‟s protective eye-
shields and gloves.
9. (i) No paint containing lead products shall be used except in the form of paste or
readymade paint.
(ii) Suitable facemasks should be supplied for use by the workers when the paint is
applied in the form of spray or surface having lead paint dry rubbed and scrapped.
10. Overalls shall be supplied by the Contractor to the painters and adequate facilities
shall be provided to enable the working painters to wash during the periods of
cessation of work.
11. Hoisting machines and tackles used in the works, including their attachments,
anchorage and supports shall be in perfect condition.
12. The ropes used in hosting or lowering material or as a means of supervision shall be
of durable quality and adequate strength and free from defects
NAME OF WORK: PROPOSED HVAC WORK FOR 2ND, 3RD & 4TH FLOOR OF MPCB
OFFICE AT SION, MUMBAI.
ABSTRACT
Sr. No. DESCRIPTION QTY UNIT RATE AMOUNT
A HIGH SIDE WORKS
SUPPLY OF VARIABLE
REFRIGERANT
AIRCONDITIONERS - R-410
A(100% Imported Machines)
1.0 OUTDOOR UNITS
a 20 HP Inverter Based Top discharge 1 No
type
b 20 HP Inverter Based Top discharge 1 No
type
c 48 HP Inverter Based Top discharge 1 No
type
d 48 HP Inverter Based Top discharge 1 No
type
e 20 HP Inverter Based Top discharge 1 No
type
f 32 HP Inverter Based Top discharge 1 No
type
g 10 HP Inverter Based Top discharge 3 Nos
type(TFA)
h 06 HP Inverter Based Side discharge 1 No
type(TFA)
i 08 HP Inverter Based Top discharge 1 No
type(TFA)
6.0 Controllers
a Corded Remote for Indoor Units 66 Nos
b Refnuts /Joints 67 Nos
c Touch Screen Central controller with 3 Nos
necessarily ODU Unit data Display
and Weekly scheduing and BMS
Compatibility .
SUB TOTAL OF A
Indoor Units
j Cassette Type Unit 65 Nos
6 Control Cabling
Supply & Installation of Control 1725 Rmt
Cabling with U-PVC OR GI Conduit
from Indoor units to Outdoor units
C ANNUAL MAINTENANCE
CONTRACT
1 AMC for 1st year after DLP 1 Job
TOTAL
GRAND TOTAL
TOTAL
SAY
CONTENTS
Page
Description
Number
TECHNICAL SPECIFICATIONS 56 - 71
The following space of Cabin, Open office, Conference Room, Service Room ,Server Room
etc. for MPCB shall be provided with VRF type HVAC System.
VRF system:
The office cabin, open office area ,Conference room, Service room, Server room etc shall be
covered by the VRF (Variable Refrigerant Flow) system .
The Outdoor units of VRF system shall be placed on terrace. The indoor units in VRF system
shall be Ceiling cassette type, placed in the false ceiling.
Refrigerant piping from terrace to each floor shall be run through service shafts provided in
the building.
Refrigerant and drain piping shall run above false ceiling, on GI perforated cable trays. The
condensate drain shall be taken to toilet block and connected to floor traps.
A treated fresh air system shall be provided to supply cool filtered fresh air to the rooms
covered by the VRF system through GI duct work running above false ceiling.
All Toilets should be provided with exhaust system with inline fans and accessories as in
BOQ.
All the equipment and ancillary work shall conform to the technical specifications and
standards of workmanship described in Chapter on Technical Specifications.
Contractor shall be responsible to work out the heat load, capacity of all equipment and
ducting, piping and insulation etc. based on the architectural drawings and the design
basis indicated above, and shall be responsible to achieve the desired room conditions in
all seasons.
All equipment and ancillary work shall conform to the technical specifications described
in the next chapter. Contractor shall submit design calculations and detailed technical
submittals for each equipment and material, and working drawings of layouts, piping and
ducting, for approval of consultant before execution.
*****
The system shall be air-cooled, type central air conditioning system consisting of outdoor
units, indoor units and refrigerant piping, cabling between indoor and outdoor units.
The outdoor unit shall be a factory-assembled unit housed in a sturdy weatherproof casing
constructed from rust proof galvanized powder coated steel panels. The compressors shall be
hermetically sealed 100% Inverter driven variable speed type scroll capable of changing
the capacity in accordance to the cooling load requirement.
The unit shall be capable of assessing the requirement of refrigerant volumetric flow of each
indoor unit at all times by means of a sophisticated microprocessor controller and generating
the required total volume of refrigerant for supply to the indoor units.
The finned coils shall be constructed out of copper tubes mechanically bonded to aluminium
fins. The surface of the condenser coil shall be coated with suitable chemical coating to
prevent deterioration due to climate.
All necessary safety devices shall be provided to ensure safe operation of the system. The
unit shall be located in open on a terrace with adequate clearance from nearby objects to
ensure unobstructed air flow and easy approach for maintenance.
The noise level of the unit shall not be more than 65dB (A) measured horizontally 1 m away
and 1.5 m above base level.
Unit should be equipped with a highly efficient oil separation system to ensure stable
operation with long refrigerant piping.
Each unit shall be selected as per the requirement of the cooling/heating load and interior layout
in the respective space to be air-conditioned. The unit shall be equipped with an electronic
expansion valve, which can communicate with the VRF controller in the condensing unit.
The fan shall of the centrifugal type and statically and dynamically balanced to ensure low noise
and vibration free operation.
Each indoor unit shall be equipped with cordless local control unit for setting the operating
parameters. The address of the indoor unit shall be set automatically in case of individual and
group control. Option of centralized control should also be achievable.
Controls shall be provided to maintain the set room temperature within close tolerance limits.
The unit shall be suitable for suspension from roof slab, recessed in the space above false ceiling.
The bottom of the ceiling shall be flush with the false ceiling.
The unit shall house a circular cooling coil, centrifugal single inlet fan with motor, installed in a
galvanized and powder coated sheet metal housing. The fan shall have vertical shaft and suction
at the bottom. The fan motor shall be designed for low noise, maximum speed being limited to
900 RPM. Noise level of the unit at highest speed shall not exceed 45dBA.
A pulse type pump with level activated switch shall be provided for lifting of the condensate
collected in the drain pan, by at least 600mm.
The refrigerant piping interconnecting to indoor & outdoor units shall be made out of hard
copper tubes, in brazed construction. The refrigerant line sizing should be designed to achieve
minimum pressure drop and avoid oil return problem. The pipe sizes and connections shall be
designed such that the evaporator units do not face back pressure due to the functioning of the
evaporator next to it.
Piping shall be insulated with 19mm thick sleeve made out of closed cell elastomeric nitrile
rubber foam insulation of fire retardant „O‟ class. Wiring interconnecting the indoor and outdoor
unit shall be done with PVC insulated copper conductor flexible wires of appropriate rating.
U-bends shall be provided for efficient oil return in suction line, at appropriate locations.
All piping shall be supported on GI perforated cable trays, and covered by GI sheet channels
from the top, to prevent accidental damage during work of other agencies. The GI covers and
trays shall be fixed to MS angle supports by bolting, to facilitate removal of the trays for
verification of pipe leaks.
All pipe supports/clamps shall be painted with red oxide primer followed by 2 coats of synthetic
enamel finish paint.
All the wiring interconnecting the indoor and outdoor units shall be PVC insulated copper
conductor flexible wires of appropriate rating, and shall be laid through PVC conduits.
The piping and wiring shall be laid such that it does not spoil the aesthetics of the premise.
The drain piping shall be made out of rigid PVC pipes of 10 Kg/cm2 class in screwed
construction. The piping shall be supported by clamping on an M.S. angle 25mm x 25mm x
3mm running continuously below the pipe.
The piping shall be insulated with 6 mm thick nitrile rubber sleeve tightly on the outer surface of
the pipe. All insulation joints shall be sealed by BOPP adhesive tape. The drain pan shall be
connected to rigid PVC pipe by braided PVC flexible pipe with appropriate adapters.
All pipes support/clamps shall be painted with red oxide primer followed by two coats of
synthetic enamel finish paint.
Ducts shall be made out of galvanized steel sheets of ducting quality. The galvanized sheet
shall have thickness as specified below and zinc coating of minimum 120 gms/sqm.
MS Angle Flange
Dia. of
Size of M.S.
Duct Size Spacing of Hanger Rod
Angle(mm)
(mm) Supports(m) (mm)
Up to 750 2.4 40 x 40 x 3 10
Duct hangers shall be fixed to R.C.C. slab of the roof by means of anchor fasteners and M.S.
angle cleats. Hangers for ducts running below pitched sheet roof shall be fixed to M.S. angle
cleats welded to roof structure. Soft neoprene rubber gasket of uniform thickness and width
shall be used as gasket between flange joints. The gasket will be fixed with a suitable
adhesive to the flange.
Galvanized hexagonal full threaded nut-bolts of minimum 6mm dia. shall be used for
fastening the flanges. Spacing between two nut-bolts shall not exceed 125mm.
All ducts shall be rigid and shall be adequately supported and braced where required with
cross breaking of M.S. angle bracings of ample size to keep the ducts true to shape and to
prevent buckling, vibration or breathing.
Ducting over false ceiling shall be supported independently from the roof structure above. In
no case a duct shall be supported from the false ceiling hangers or be permitted to rest on a
hung ceiling.
Fans shall be connected to duct work by a double canvass sleeve. Each sleeve shall be
minimum 150mm long, securely bolted to duct and units. Each sleeve shall be made smooth
and the connecting duct work rigidly held in line with unit inlet or outlet.
Ducts shall be supported on hangers using 2 nos. galvanized hangar rods and two half-round
straps per support, as per following specifications:
Up to 600 3 40 x 3 10
601 to 900 3 50 x 3 10
901 to 1250 3 50 x 6 12
1251 to 1500 3 65 x 6 12
Duct hangers shall be fixed to Steel structure of the roof by means of M.S. angles and hooks.
Soft rubber gasket of uniform thickness and width shall be used as gasket between flange
joints. The gasket will be fixed with a suitable adhesive to the flange. Suitable sealant shall
be applied on the coupler surface of slip joint coupling, before assembly and self tapping
screws shall be used to secure the coupler in position.
Flanges shall be fastened with galvanized hexagonal full threaded nut-bolts of minimum
6mm dia. Spacing between two nut-bolts shall not exceed 125mm.
After completion of work all joints shall be visually inspected for proper gasketting and nut-
bolt tightness.
BALANCING: The entire air distribution system shall be balanced to supply the air
quantities as required in various zones to maintain the specified room conditions. The final
balancing of air quantity through each grille or diffuser shall be recorded and submitted to
the CONSULTANT for approval.
DAMPERS: Dampers of round ducts shall be butterfly type, tight fitting, made from 16g
G.I. sheet.
9.4 Dampers:
Dampers shall be opposed blade type louvered dampers of robust construction and tight
fitting made from 16g G.I. sheet. The design, method of handling and control, shall be
suitable for the location and service required.
Dampers shall be provided with suitable links, levers and quadrants as required for their
proper operation, control or setting in any desired position. Dampers and their operating
devices shall be made robust, easily operatable and accessible through suitable access doors.
Every damper shall have indication device clearly showing the damper position, and a
locking device to lock the damper in any position.
All diffusers shall be constructed out of extruded aluminum sections. All grills shall be in
extruded aluminum adjustable vane type with double deflection construction duly powder
coated.
Supply air grilles/diffusers shall be provided with volume control damper made out of
extruded aluminum section and painted black. Return air grilles/diffusers shall be without
volume control damper.
After completion of work all joints shall be visually inspected for proper gasketing & nut-
bolt tightness.
10.1 Thermal Insulation of Ducting (With closed cell nitrile rubber foam)
a) Material Specifications:
Insulation Material : Closed Cell elastomeric Nitrile Rubber foam, Fire retardant
Class „O‟
Make : Armacell/Aeroflex
Application Procedure:
Clean the surface of the duct to be insulated free from dust grease and other matter.
Prepare the pieces of sheet as per the dimensions of the duct and apply the adhesive on the
duct surface, the sheet surface as well as the edges of the sheets & leave it for 2-3 minutes
for drying.
Once the adhesive is half dry and tacky, bring both the ends of insulation where the
adhesive is applied in contact and stick them well. Ensure that both the surfaces are
matched properly.
Apply self adhesive black cotton tape on all the joints. Before fixing the tapes it must be
ensured that all the joints are sealed properly.
11.1 PIPES
Pipes shall be mild steel ERW (electric resistance welded) type in class-C (heavy class)
construction as per IS 1239/IS 3589. For sizes of 150NB and lower, they will be in class-C
(heavy class) construction as per IS 1239. For higher sizes, they will be conforming to IS
3589, and shall have wall thickness as below:
Tolerance on thickness shall be +/- 10%. Tolerance on diameter will be +/ -0.75% max.
All bends will have radius of 1.5D, unless stated otherwise. Bends shall be forged type,
made out of pipe having the same specifications as the pipe being used for straight piping.
Ends shall be beveled suitable for butt- welding.
All tees and reducers shall be factory fabricated with ends suitable for butt- welding. For
branching from pipes, only factory-fabricated tees shall be used. Puncturing of pipes and
welding branch pipes shall not be permitted. Where the branch pipe size is substantially
smaller than that of the main pipe, weld-o-lets shall be used for making the branch.
For pipe sizes of 40NB and below, socket-weld type forged tees, elbows and reducers shall
be used.
All flanges will be made out of M.S. plates and shall conform to British standard Table-F
11.3 Valves:
Valves shall be of wafer type butterfly valves for 50 mm and higher sizes, and of ball type
for lower sizes. Non-return valves shall be of wafer type for 50 mm and higher sizes, while
for lower sizes gun-metal lift type check valves shall be used.
Material specifications of butterfly and wafer type non-return valves shall as follows:
Body and Disc: High grade cast iron as per IS:210, grade FG200/GG25,
The butterfly valves shall be provided with suitable notch plate and lock for locking the
valve in required position.
The wafer type non-return valves shall be preferably with a back-up spring to avoid the disc
getting stuck in open position.
Ball valves shall be of 3-piece design and have the following material specifications.
Ball valves shall have screwed ends when used in GI screwed piping, while they will have
socket weld ends when used in MS welded piping.
11.4 Strainers:
Strainers shall be of pot type for pipeline size of 150 NB and above, while the lower size
lines shall have Y type strainers. Strainer body shall be of heavy duty cast iron as per IS
210 Gr. 20 close grained. The strainer element shall be made of brass of stainless steel. The
end connections shall be flanged. The cover shall also be easily openable flanged cover.
Flush out cocks shall be provided on strainers of sizes 150 NB and above.
11.5. Hardware:
All nut-bolts shall be of reputed make, correct diameter and length as per the flange tables
and requirements of the equipment. Nut-bolts shall be hot-dip galvanized to prevent
corrosion
Piping scheme shall be as per the CONSULTANT's schematic drawing and duly approved
VENDOR's drawing.
Pipe ends shall be cut by hacksaw only, and shall be beveled by grinding before making a
butt-weld joint. After preparing the ends, the joint shall be tack-welded leaving a uniform
gap between the ends for weld penetration. Grinding before starting the filler run shall clean
the root run of the weld joint.
All welding work shall be carried out by generator type welding machines, using
SUPERBOND-S or equivalent welding electrodes. All welders shall be pre-qualified by
preparing sample joints.
Before starting full welding on the joints, the complete section of piping shall be fitted up in
position for inspection and approval of the Engineer-in-charge. Finish welding shall be
carried out only after getting approval of the fit-up.
All slip-on flanges shall be welded from outside as well as inside to the pipe. All welded
joints shall be cleaned of flux and surplus metal deposition.
Piping shall be supported on supports fabricated out of MS rolled section like channels and
angles. Galvanized "U" clamps shall be provided at each support. Insulated piping shall
be supported on two high density molded polyurethane half round sections as saddles and
clamped. Wooden saddles shall be coated with termite proof paint.
All horizontal lines shall be in perfect level checked by a level gauge. All vertical lines
shall be in perfect plumb. Lines shall run parallel or at exact right angles to the nearby
lines and structures.
Purging/drain cocks shall be fixed at all highest/lowest points of the line wherever there are
upward/downward loops in the line respectively, which can cause accumulation of air/dirt
in the line.
11.8 Testing:
After completion of installation, the pipelines shall be hydraulically tested for leaks by a
test-pump. The entire line shall be visually inspected for leaks while it is under pressure.
Minimum test pressure shall be 7 Kg/cm2.
All valves shall be fully open during the test. Delicate instruments and equipments shall be
isolated during the test. All temporary supports shall be removed before leak testing.
11.9 Flushing:
After completion of testing, the entire piping shall be flushed with water 3 times to clear it
of any dirt inside, by filling the lines from highest point and draining them from the lowest
point. Circulation pumps shall not be operated for flushing the lines.
Pipes shall be insulated with closed cell nitrile rubber foam. For pipe sizes 50NB and lower,
sleeves shall be used. For higher sizes, sheets shall be used. Thickness of the insulation for
chilled water piping shall be 38 mm, applied in two layers - 25mm+13mm.
Clean the surface of the pipe to be insulated free from dust grease and other matter.
In case of insulation with sleeves, select the correct ID of the insulation tube suitable for
the pipe to be insulated and slit the pipe along its length using a sharp knife. Ensure that
the cut is straight. Apply a thin coat of adhesive on both the cut surfaces of the insulation
tubing and leave it for 2-3 minutes for drying.
In case of insulation with sheets, prepare the pieces of sheet as per the circumference of
the pipe and apply the adhesive on the pipe surface, the sheet surface as well as the edges
of the sheets.
Once the adhesive is half dry and tacky, bring both the ends of insulation tubing or sheets
where the adhesive is applied in contact and stick them well. Ensure that both the
surfaces are matched properly.
Apply self adhesive black cotton tape on both the longitudinal and the circumferential
joints. Before fixing the tapes it must be ensured that all the joints are sealed properly.
In case of pipes exposed to the atmosphere, one layer of reinforced Aluminium foil
(HARVEY or equivalent) has to be fixed over the insulation. For sealing the joints
Aluminium foil self adhesive tape 1" width is to be used. For indoor pipes no finish is
required.
11.11 Painting:
After completion of the testing and flushing, the entire pipeline and the supporting structures
shall be painted with two coats of red-oxide primer, followed by two coats of synthetic
enamel paint of approved shade.
The drain piping shall be made out of rigid PVC pipes of 10 Kg/cm2 class. The piping shall
be supported by clamping on MS angle 25mm x 3mm running continuously below the pipe.
The piping shall be insulated with 9 mm thick nitrile rubber sleeve tightly fixed on the
surface of the pipe. All the insulation joints shall be sealed by BOPP adhesive tape.
All pipes support/clamps shall be painted with red oxide primer followed by two coats of
synthetic enamel finish paint.
Valve should be a double regulated Globe type balancing valve. Should be min PN16 rated.
Valve insert with hand-wheel and pre setting display. Valve should have threaded ends up to
sizes 50 mm and flanged for above 50 mm.
Valve shall be equipped with two pressure test cocks for differential measurements.
Gasket: Graphite
Balancing of the valves done by the hand held computer with digital display, integrated
valve database and which is capable of calculating the actual flow rates in the valves. It
should have Rechargeable batteries, It should have the possibility to connect up to two
temperature sensors.
*****
*****